Loading...
HomeMy WebLinkAboutSteiny & Co; 2004-05-24; PKS 03-08DOC # 2005-0054706 I 6 RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 JAN 21,2005 9:00 AM 0 FFI ClkL Fi E GO R D S 54N DlEGU COURT i FiECORDER'S OFFICE GFiEGOR'r'J SMITH COUNTY RECORDER FEES n uo FAG E 5 1 I llllli 11111 1111 ll111111111111 Ill11 11111 Ulll Ill11 11111 1111 11111 Ill11 Ill1 1111 Space above this line for Recorder's use. PARCEL NO: 20419301 NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work or improvement on the property hereinafter described was completed on November 12,2004. The name of the contractor for such work or improvement is Steiny and Company Inc. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Chase Field Sports Lighting and Electrical Upgrades, Agreement Number PKS 03-08, Drawing Number 41 2-7. The street address of said property is 3349 Harding Street. 8. Public works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on Januarv 11 ,20 05 , accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 18 , 2005, at Carlsbad, California. CITY OF CARLSBAD LORRAINE M. WUYOD U City Clerk 1- 1 1-05 AB 17,933 Item No. 2 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR CHASE FIELD LIGHTING SPORTS AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 PWS04-28PKS Revised 10/08/03 Contract No. PKS 03-08 Page 1 of 93 Pages . Item . TABLE OF CONTENTS 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 ...................................... 5 9 14 15 17 19 20 21 22 23 24 26 27 33 35 37 Revised 1OlO8lQ3 Contract No . PKS 03-08 Page 2 of 93 Pages SUPPLEMENTAL PROVISIONS . Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 . Section 5 5- 1 5-4 5-6 Section 6 6-1 6-2 6-6 . 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 8 . 8-2 . Section 9 9- 1 9-3 General Provisions Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................ Scope And Control Of The Work Subcontracts ......................................................................................................... Contract Bonds ..................................................................................................... Plans And Specifications ...................................................................................... Surveying .............................................................................................................. Authority Of Board And Engineer ......................................................................... Changes In Work Extra Work ............................................................................................................ Changed Conditions ............................................................................................. Changes Initiated by the Agency .......................................................................... Disputed Work ...................................................................................................... Control Of Materials Materials Transportation. Handling and Storage .................................................. Materials And Workmanship ................................................................................. Utilities Location ................................................................................................................. Relocation ............................................................................................................. Cooperation ........................................................................................................... Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Time of Completion ............................................................................................... Completion And Acceptance ................................................................................ Liquidated Damages ............................................................................................. Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits .................................................................................................................. Cooperation and Collateral Work ......................................................................... Project Site Maintenance ...................................................................................... Public Convenience And Safety ........................................................................... Laws To Be Observed .......................................................................................... Facilities For Agency Personnel Field Off ice Facilities ............................................................................................. Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ 40 41 41 42 42 43 45 48 48 49 49 50 53 54 54 54 55 55 61 61 62 62 62 63 63 63 63 64 64 69 69 69 69 e Revised 10/08/03 Contract No . PKS 03-08 Page 3 of 93 Pages Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ..................................................................................... .. Section 201 201 -1 Concrete. Mortar And Related Materials Portland Cement Concrete .................................................................................. Section 207 Pipe 207-25 Underground Utility Marking Tape ... : .................................................................... Section 209 209-1 General .................................................................................................................. 209-2 Materials And Installation ...................................................................................... 209-7 Removing. Reinstalling Or Salvaging Electrical Equipment ................................. Payment ................................................................................................................ 209-8 Signals. Lighting And Electrical Systems Section 21 2 Landscape Materials Section 21 3 Engineering Fabrics 21 3-3 PART 3 Construction Methods 21 2-1 Landscape Materials ............................................................................................. Erosion Control Specialties ................................................................................... Section 300 Earthwork 300-1 Clearing And Grubbing ........................................................................................ 300-2 Unclassified Excavation ........................................................................................ 300-3 Structure Excavation And Backfill ......................................................................... 300-4 Unclassified Fill ..................................................................................................... 300-5 Borrow Excavation ................................................................................................ 300-9 Geotextiles For Erosion Control And Water Pollution Control ............................. . Section 301 Section 303 303-1 Concrete Structures .............................................................................................. 303-5 Treated Soil. Subgrade Preparation And Placement Of Base Materials Concrete And Masonry Construction . Concrete Curbs. Walks. Gutters. Cross Gutters. Alley Intersections. 301 -1 Subgrade Preparation ........................................................................................... Access Ramps. And Driveways ............................................................................ Section 306 Underground Conduit Construction 306-5 306-1 Open Trench Operations ...................................................................................... Abandonment Of Conduits And Structures .......................................................... Section 308 Landscape And Irrigation Installation 308-2 Earthwork And Topsoil Placement ....................................................................... 308-4 Planting ................................................................................................................. 308-7 Guarantee ............................................................................................................. 308-8 Measurement And Payment ................................................................................. APPENDIX A Technical Specifications Section 16000 Electrical Specifications . APPENDIX B SDG&E Construction Order No . 2791980. Project No . 335399-020 - 72 72 73 74 75 84 85 85 86 87 87 88 88 89 89 90 90 91 91 92 92 93 93 93 e Revised 10/08/03 Contract No . PKS 03-08 Page 4 of 93 Pages P- c CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO PM on April 19, 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: REMOVAL OF THE EXISTING SPORTS LIGHTING AND INSTALLATION OF REPLACEMENT SPORTS LIGHTING AND ASSOCIATED ELECTRICAL UPGRADES FOR CHASE FIELD, LOCATED AT 3349 HARDING STREET IN THE CITY OF CARLSBAD. CONTRACT NO. PKS 03-08 CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE 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 General Services Department. The specifications for the work include the Standard SDecifications for Public Works Construction, 2003 Edition, and the most recent sumlements 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. P The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder‘s proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor’s Proposal 2. Bidder‘s Bond 3. Non-Collusion Affidavit 5. and Amount of Subcontractor Bid r 4. Designation of Subcontractors <$ Revised 10/08/03 Contract No. PKS 03-08 Page 5 of 93 Pages 6. Designation of Owner OperatorlLessors & Amount of Owner Operator/Lessor Work 7. Bidder's Statement of Financial Responsibility 8. Bidder's Statement of Technical Ability and Experience 9. Acknowledgement of Addendum(a) 10.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. 11.Bidder' s Statement Re Debarment 12.Bidder's Disclosure Of Discipline Record 13.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. approximate and serve solely as a basis for the comparison of bids. ($250,000.00) Two Hundred Fiftv Thousand Dollars. The estimated quantities are The Engineer's Estimate is 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: Class C-10. The Contractor must have a minimum experience of the installation of at least three (3) Musco Sports Lighting projects in the last (5) years. /c 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 $40.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 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. r_ a Revised 10/08/03 Contract No. PKS 03-08 Page 6 of 93 Pages The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. F The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A Mandatorv pre-bid meeting and tour of the project site will be held at 9:00 AM on April 05, 2004 at 405 Oak Avenue, Carlsbad, CA 92008. 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 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. - ($1 0,000,000). If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. +--- Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, em tS Revised 10/08/03 Page 7 of 93 Pages Contract No. PKS 03-08 c 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. rc 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. 2004-080, adopted on the 9'h day of March, 2004. c ISABELLE PAULSEN, CMC Deputy Clerk DATED: March 16, 2004 >- e ts Revised 10/08/03 Contract No. PKS 03-08 Page 8 of 93 Pages CITY OF CARLSBAD .- CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 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. PKS 03-08 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that heishe will take in full payment therefor the following unit prices for each item complete, to wit: Item - No. DescriDtion SCHEDULE “A” Approximate Quantity Unit Price and Unit - A-1 Demolition and Legal LS $ /k ma- Disposal of Materials and Equipment. Dollars (Lump Sum) A-2 Provide and Install New LS Concrete Service Pad@) and Control Panel@). Dollars (Lump Sum) A-3 Relocate and Reconfigure . Existing Control Pane@). Dollars (Lump Sum) @ Revised 10/08/03 LS $/&a&- $ poa Contract No. PKS 03-08 I - Item - No. A-4 A-5 A-6 A-7 A-8 Approximate Description Install (8) Musco Sports Light Poles and Fixtures Including all Associated Area Lights and Receptacles. Dollars (Each) Install PVC Conduits. Dollars (Lump Sum) Provide and Install all Wiring, Pull Boxes, Associated Electrical Equipment, Cabinets, Speakers etc. per Schedule and Plans. Dollars (Lump Sum) Provide and Install Project Sign ~~ DollaK(Lump Sum) Perform all work associated with SDG&E Project #33539- 020 (Removal and Installation of Transformer). Dollars (Lump Sum) Quantity and Unit Each LS LS LS LS Unit - Price $ Loo- Total a ount oy in words for Schedule “A: &/-?- &a /um. Total amount of bid in numbers for Schedule “A”: $ -?4?3) 3 00. The basis of award will be the sum of Schedule “A”. Price(s) given above are firm for 90 days after date of bid opening. - Addendum(a) No@). None hadhave been received and idare included in this proposal. Revised 10/08/03 Contract No. PKS 03-08 Page 10 of 93 Pages 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 capacity of a contractor within the State of California, validly licensed under license number 161273 , classification A) B I c-lo, c -7 which expires on May 31r 2005 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 6 201 04. 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 I 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Cashier's Check) for ten percent (1 0%) of the amount bid. Bid Bond (Cash, Certified Check, Bond or 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. 43 Revised 10/08/03 Contract No. PKS 03-08 Page 11 of 93 Pages Page 1 of$ + License Detail IClassl- C10 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 161 273 Description GENERAL ENGINEERING CONTRACTOR ELECTRICAL DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. 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 IC-7 I Extract Date: OM1 9/2004 LOW VOLTAGE SYSTEMS GENERAL BUILDING CONTRACTOR * * * Business Information * * * STEINY AND COMPANY INC P 0 BOX 74901 LOS ANGELES, CA 90004 Business Phone Number: (213) 382-2331 Entity: Corporation Issue Date: 07/01/1956 Expire Date: 05/31/2005 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * 4/ 1 9/2OO4 License Detail Page 2 of P A I * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 6253061 in the amount of $10,000 with the bonding company s. Effective Date: 02/14/2004 Contractor's Bondina History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) SUSAN STEINY certified that he/she owns 10 percent or more of the voting stocwequity of the corporation. A bond of qualifying individual is not required. Effective Date: 10/02/1992 BOND OF QUALIFYING INDIVIDUAL(2): The Responsible Managing Officer (RMO) JOHN OLERICH STEINY certified that he/she owns 10 percent or more of the voting stocwequity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/01/1956 BOND OF QUALIFYING INDlVlDUAL(3): This license filed Bond of Qualifying Individual number 6239891 for WILLIAM BERNARD HADLEY in the amount of $7,500 with the bonding company SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 02/14/2004 BQl's Bondina History * * * Workers Compensation Information * * * This license has workers compensation insurance with the ST PAUL FIRE AND MARINE INSURANCE COMPANY Policy Number: WK6100096 Effective Date: 07/01/2003 Expire Date: 07/01/2004 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request - .______-- Salesperson Request Salesperson Name Request http://wwwZ.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 4/19/2004 I_ IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business - (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted SteinY and Company, Inc. Robert M. Owens, Vice President (Title) Impress Corporate Seal here 43 Revised 10/08/03 Contract No. PKS 03-08 Paae 12 of 93 Paaes __ (3) Incorporated under the laws of the State of California (4) Place of Business 1083 Cuyamaca Street (Street and Number) City and State El Cajont CA (5) Zip Code 92020 Telephone No. (619) 448-7800 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: J.O. Steiny, Chairman of Board Susan Steinyr President Robert M. Owens, Vice President Gayle Jbpplemanr Secretary Revised 10/08/03 Contract No. PKS 03-08 Page 13 of 93 Pages - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I Onfi-DI/\\ \g 200 before me, Date Name and lifle of Officer (e g , “Jane Doe. Notary Pub1 ”) personally appeared oheA rn. oL;len\ Name@) of Signer@) xpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Signature 6f Not ry Pub c 1 OPTIONAL Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: n-I(hC-tot. I 5 PfOOOh\ Document Date: ?t‘\\ I9 AOOY Number of Pages: -6 Signer(@ Other Than Named Above: (lo fi e Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 National Notary Association * 9350 De Solo Ave.. P.O. Box 2402 - Chatworth. CA 91313.2402 - www.nationalnotary.og Prod. No. 5907 Reorder: Call Tdl-Free 1-800-876-6827 BID SECURITY FORM (Check to Accompany Bid) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless othewise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (1 0%) of the total amount of the bid.) a Revised 10/08/03 Contract No. PKS 03-08 Page 14 of 93 Pages P I' U I' a BIDDER'S BOND TO ACCOMPANY PROPOSAL CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 KNOW ALL PERSONS BY THESE PRESENTS: That we, SteinyandCompany, Inc. as Surety are held and firmly bund unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 10% of Bid Amo~f ------- for which payment well and truly made, we bind ouwlves, our heirs, executors and administrators, su-mrn or assigns, jointry and severally, firmly by these presents, , as Prindpd, and-8afeco Insurance C- America THE CONDlTlON OF THE FOREGOING OBLGAVON IS SUCH that if #e proposal of the above- bounden Principal forr CHASE F1EI-D SPOl%TS UGIiTWQ AND ELI=XIRIC& UPQRAM CONTRACT NO. PKS 03-08 in the Cii of carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract indudlng required bonds and insurancct polies within twenty (20) days from the date of award of Cantract by the City Council of the City of Carlsbad, being duly notified of said award, then this abligatidn shall become nun and void; othetwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. .., I.. ... .. . ... ... ... .. . . 1.. ... . . ., ... ... ... ... .' . . ... ... I.. ... ... ... .I. , ... e Revised 10/08/03 Contract No. PKS 03-08 Page 15 of 93 Pages I r\ 4 In the event Pdnci'paI executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of , ,20L. Executed by SURETY this &i day of April ,20&. SURETY:' (print name here) Safeco Tnsurance Company of America (name of Surety) 330 N. Brand Blvd Ste ,1000, GW e, CA . (address of Surety) 91203 By: (818) 956-4257 U (sign here) 4 (print name here) (titie and organization of signatory) Scott Salandi. AttornPv -- in Part , -u (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vbe-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution cer?ified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) a -e"s RevisetlIO/O8/03 Contact No. PKS 03-06 Page 16. of 93 Paaes - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT _- “- I State of California County of ss’ PCcCqec! A/D~~,Y IE , Name and Title of mer (e.g., “Jane Doe. Jiary Public”) Name@) of Signer@) personally appeared Date A bet 4- I% &dens rsonally known to me E@ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledaed to me that helshelthev executed the same in his/her/their iuthorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and officialseal. & Signature I* of Nhary Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ‘5 DonA I: ab04 Number of Pages: A Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual co Tn.smnt e CornpPnll oC Arllei’rh 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: - 0 1999 National Notary Assxiaiwn 9350 De Sdo Ave., P.O. Box 2402 * Chaisworth, CA 9131 3-2402 * www.naiionalnoiary.org Prcd. No. 5907 Reorder: Cali Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - State of California County of Los Anneles On ADril 1, 2004 before me, Noemi Quiroz, Notary Public I DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Scott Salandi 1 NAME@) OF SIGNER(S) Ix] personally known to me - OR - _. Comm. Expires Jun 26,2007 proved to me on the basis of satisfactory evidence the person(6) whose name&) is/a+e subscribed to the within instrument and acknowledged to me that hek4eMey executed the same in his/- authorized capacity(&), and that by hiskf/#& signature(s) on the instrument the person(6), or the entity upon behalf of which the person(6) acted, executed the instrument. and official seal. SIGNATURE @F NOTARY OPTIONAL 'hough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL OCORPORATE OFFICER TITLE(S) 0 PARTNER@) 0 LIMITED 0 GENERAL ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDlANlCONSERVATOR 0 OTHER: DESCRIPTION OF ATTACHED DOCUMENT Bid Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES April 1, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES) Safeco Insurance Companv of America Steinv and ComDanv. Inc. SIGNER(S) OTHER THAN NAMED ABOVE POWER A E O' OFATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMP4NY OF AMERICA HOME OFFICE SAFECO Pv\zA SEAITILE. WASHINGTON 98185 its true and lawhrl allWey(S)-in-faCl, with full aulhority to execute on ils behalf fidefity and surety'bonds or undertakings and other documents Of a similar character issued in the course d its business. and to bind Ihe respective Mmpany (hereby. IN WITNESS WHEREOF, SAFECO lNSURANCE COMPANY OF AMERICA arid GENERAL INSURANCE COMPANY OF AMERICA have each executed and allesled these presents , 2003 his 131h dayof May - CHRISTINE MEAD. SECRETARY MIKE MCGAVJCK, PRESIDENT CERTIFICATE Extracl from the By-Laws d SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Articla V, sedii 13. - FIDELITY AND SURETY BONDS .._ Ihe Presidenl. any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the diicer in charge of swety operalms. shall each have authority Io appoint individuals as attorneys-in-fact or under olher appropriate titles on b@han of the rompany fid€&y and surety bonds and ott\er documenls of similar character issued by the company in the WUTse of its us iness... On any instrument ding of evidencing such appointmenl, the signalures may be affixed by facsimile. On any inslrument conferring Such authonly or on any bond or undertaking of the company, the seal. or a facsimiie thereof, may be impressed or affixed or in any other manner reproduced; Provided. however. that the seal shall not be necessary lo the validity of any such inslrument or undertaking." Exlracl fmm a Resolution of he Board of Diractors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28.1970. - 3uthacily to "On any certificale executed by the Secretary or a? assistant secretary of the Company setling out. (i) The provisions of Arlide V. Section 13 of the By-Laws. and (ii) A copy d lhe power-of-attorney appointment. executed pursuanl lhereto, and (iii) certiing thal said power-d-attorney appoinlrnent is in full force and effect. the signature of Ihe cerlifying onicer may be by facsimile. and he seal of the Company may be a facsimile thereof." 1. Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby afiq thal the foregoing extrack of the By-Laws and of a Resolution of the Board of Directors of these corporatiis. and of a Power of Atlorney issued pursuant Iherelo. are he and correct. and lhat both the By-Laws. the Resobtion and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 1st day of April ,2004 . CHRISTINE MEAD, SECRETARY S-O974/SAEF 2/01 C9 A registered lrademark 01 SAFECO Corporabon 05/13/2003 PDF I. STElNY AND COMPANY, INC. Certification by Secretary of Corporate Resolution At the meeting of the Directors of Steiny and Company, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on May 28,2002 at which a quorum of the directors were present the following resolution was adopted to wit: Resolved, that: Chairman of the Board President and Treasurer Vice President Vice President Vice President Vice President Secretary J.O. Steiny Susan Steiny Robert M. Owens Willie B. Hadley Walter E. Johansen 111 Richard Tesoriero Gayle C. Kappelman Are hereby authorized to sign contracts/agreements in the name of and on behalf of Steiny and Company, Inc. I Gayle C. Kappelman, Secretary of Steiny and Company, Inc., do hereby certify that I am the Secretary of Said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on May 28,2002 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed my name and affixed the seal of said corporation. April 19, 2004 Company Profile Page 1 of 2 r_ Company Profile n SAFECO INSURANCE COMPANY OF AMERICA STATE rmLINGS C-2 SAFECO PLAZA SEATTLE, WA 98185 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIETO, CA 92656 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24740 NAIC Group #: 0163 Date authorized in California: Company Type: Property & Casualty State of Domicile: WASHINGTON California Company ID #: 1442-3 October 07, 1953 License Status: UNLMTEiD-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~E~=33 ... 4/19/2004 Company Profile Page 2 of 2 I- - LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - February 18,2004 03: 13 PM Copyright Q California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~E~=33 ... 4/19/2004 I 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@) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. I The Designation of Subcontractors form must be submitted as a part of the Bidder‘s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. - Revised 10/08/03 Contract No. PKS 03-08 Page 17 of 93 Paaes - Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. a Revised 10/08/03 Cnntract Nn. PKS nR-08 Pano 1 R nf 01 Pannc ~~ DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 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 ($dO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor's License No.* Page 1 of 2 pages of this Subcontractor Designation form I ' Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice inviting Bids." @ Revised 10/08/03 Contract No. PKS 03-08 Pane 1Q nf Q3 Panes DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 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 ($dO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor's License No.* Page 2 of 2 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. Please see attachedAuditj. Statements for years endins Septenhr 30, 2002 and 2001 - Revised 10/08/03 Contract No. PKS 03-08 Page 20 of 93 Pages ~ ~ FINANCIAL STATEMENTS Steiny and Company, Inc. Years ended September 30,2002 and 2001 with Report of Independent Auditors Steiny and Company, Inc. Financial Statements Years ended September 30,2002 and 2001 Contents Report of Independent Auditors .......................................................................................... 1 Audited Financial Statements Balance Sheets ..................................................................................................................... 2 Statements of Income .......................................................................................................... 4 Statements of Stockholders’ Equity .................................................................................... 5 Statements of Cash Flows ................................................................................................... 6 Notes to Financial Statements ............................................................................................. 8 I Ernst &Young LLP 8 Phone: (31 0) 277-0880 2049 Century Park East Fax: (310) 284-7970 Los Angeles, California 90067 www.ey.com Report of Independent Auditors Board of Directors Steiny and Company, Inc. We have audited the accompanying balance sheets of Steiny and Company, Inc. (the Company) as of September 30, 2002 and 2001, and the related statements of income, stockholders’ equity and cash flows for the years then ended. These financial statements are the responsibility of the Company’s management. Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Steiny and Company, Inc. as of September 30, 2002 and 2001, and the results of its operations and its cash flows for the years then ended, in conformity with accounting principles generally accepted in the United States. December 23,2002, except for Note 6, as to which the date is January 6,2003 1 A Member Practice of Ernst &Young Global Steiny and Company, Inc. Balance Sheets September 30 2002 2001 Assets Current assets: Cash $ 1,520,554 $ 808,489 Contracts receivable, net (Notes 3 and 11) 15,761,724 16,598,356 Costs and estimated earnings in excess of billings on uncompleted contracts (Note 4) 5,113,986 2,295,190 Prepaid expenses, deposits and other current assets -3341964 358,547 Total current assets 22,731,228 20,060,582 Property and equipment (Note 2): Land Shop equipment Automotive equipment Furniture and fixtures Leasehold improvements Less accumulated depreciation 26,345 26,345 1,303,502 879,405 308,810 293,188 512,573 439,253 1,060,926 1,026,4 19 3,2 12,156 2,664,610 2,195,251 2,004,572 1,016,905 660,038 Other assets: Refundable life insurance premiums (Note 5) 330,485 330,485 Cash surrender value of officers’ life insurance, net of loans of $135,517 in 2002 and 2001 136,669 139,350 467.154 469.835 Total assets $24,215;287 $ 2 1,190,455 2 ,- September 30 2002 2001 Liabilities and stockholders’ equity Current liabilities: Current maturities of long-term debt (Note 6) Equipment financing, current portion (Note 6) Accounts payable Billings in excess of costs and estimated earnings on Accrued liabilities Total current liabilities uncompleted contracts (Note 4) $ - $ 65,789 154,117 96,240 9,263,298 7,120,846 5,628,856 5,107,726 1.106.395 1.225.652 16,152,666 13,616,253 Long-term liabilities: Equipment financing (Note 6) 140,981 171,865 Other liabilities and reserves (Note 10) 825,000 825,193 Notes payable to related party (Note 5) 500,000 650,000 Due to affiliate, net (Note 5) 435,375 287,074 1,901,356 1,934,132 Commitments and contingencies (Notes 6, 8 and 12) Stockholders’ equity: Common stock $10 par value; authorized 25,000 Additional paid-in capital Retained earnings shares; issued and outstanding 989 shares Total stockholders’ equity Total liabilities and stockholders’ equity See accompanying notes. 9,890 9,890 66,514 66,5 14 6,084,861 5,563,666 6.161.265 5.640.070 $ 24,215,287 $ 21,190,455 3 ,- Contract revenues (Note 2) Contract costs (Note 4) Gross profit .- Steiny and Company, Inc. Selling expenses General and administrative expenses Operating income Statements of Income Year ended September 30 2002 2001 Other income (expense): Interest expense, net Other income (expense) Income before income taxes Income tax provision (Note 7) Net income $ 70,063,870 $ 66,162,108 63,581,256 60,896,207 6,482,614 5,265,901 116,649 9 1,346 5,677,090 4,844,175 688,875 330,380 (107,101) (203,2 15) (59,779) 24,296 521,995 151,461 800 800 $ 521.195 $ 150.661 See accompanying notes. 4 Steiny and Company, Inc. Statements of Stockholders’ Equity Common Additional Stock Common Paid-in Retained Shares Stock Capital Earnings Total Balance at September 30,2000 989 $ 9,890 $ 66,514 $5,413,005 $ 5,489,409 Net income - - - 150,66 1 150,66 1 9,890 66,514 5,563,666 5,640,070 Balance at September 30,2001 989 Net income - - - 521,195 521,195 Balance at September 30,2002 989 $ 9,890 $ 66,514 $6,084,861 $ 6,161,265 ICI - See accompanying notes. 5 Steiny and Company, Inc. Statements of Cash Flows Operating activities Net income Year ended September 30 2002 2001 $ 521,195 $ 150,661 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 280,157 Gain on sale of property and equipment (43,708) Changes in operating assets and liabilities: Contracts receivable, net 836,632 Costs and estimated earnings in excess of billings on uncompleted contracts (2,818,796) Prepaid expenses, deposits and other current assets 23,583 Cash surrender value of officers' life insurance, net ' 2,681 Due from affiliate Accounts payable and accrued liabilities Billings in excess of costs and estimated earnings on uncompleted contracts Due to related parties, net Other liabilities and reserves Due to affiliate Equipment financing Net cash provided by operating activities Investing activities Proceeds from sale of property and equipment Additions to property and equipment, net Net cash used in investing activities Financing activities Principal payments of long-term debt Principal payments to related party Net (repayments) proceeds from bank line of credit Net cash used in financing activities Net increase (decrease) in cash Cash at beginning of year Cash at end of year 228,086 2,142,452 521,130 (119,450) (79,785) - 218,998 (23,567) (7 1,585) 2,619,825 ( 13 1,054) (228,086) (3,962,466) 2,233,290 (145,206) (258,140) (40,126) - 26,993 268,105 1,521,170 630,649 83,127 34,362 (676,443) (329,388) (593,316) (295,026) (65,789) (65,789) (323,998) - (420.666) (215,789) (8 10,453) 7 12,065 (474,830) 808.489 1.283.3 19 $I 1,520,554 $ 808,489 6 Steiny and Company, Inc. Statements of Cash Flows (continued) Year ended September 30 2002 2001 Supplemental disclosure of cash flow information and other noncash transactions Cash paid during the year for: Interest $ 106,481 $ 252,377 Income taxes $ soo$ 800 See accompanying notes. 7 .- Steiny and Company, Inc. Notes to Financial Statements September 30,2002 1. Description of Business Steiny and Company, Inc., (the Company) a California Corporation, is an electrical contractor with an emphasis on commercial and industrial wiring and traffic signal and street lighting. The Company performs services for governmental and private organizations throughout the state of California. 2. Significant Accounting Policies Operating Cycle Assets and liabilities relating to long-term construction contracts are included in current assets and current liabilities in the accompanying balance sheets, since they will be realized or liquidated in the normal course of contract completion, although completion may require more than one year. Use of Estimates The preparation of the Company’s financial statements in conformity with accounting principles generally accepted in the United States, requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the balance sheet date and the reported amounts of revenues and expenses during the reporting periods for long-term contracts. The Company estimates the extent of progress towards completion, contract revenues, and contract costs on its long-term contracts. The estimates inherent in such provisions are periodically evaluated and revisions are made as required to reflect the most up-to- date information. However, due to uncertainties inherent in the estimation process, actual results could differ materially from those estimates. Accounting for Long-Term Contracts The Company recognizes income on long-term contracts on the percentage-of- completion method. The percentage of completion is determined by comparing the actual total cost of work performed to date to the current estimated total cost at completion for each respective contract. 8 Steiny and Company, Inc. Notes to Financial Statements (continued) 2. Significant Accounting Policies (continued) Accounting for Long-Term Contracts (continued) Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation expense. Selling, general and administrative costs are charged to expense as incurred. At the time a loss on a contract becomes known, the entire amount of the estimated ultimate loss on both short-term and long-term contracts is accrued. Changes in estimated profitability are recognized in the period in which the revisions become known. The Company records revenue from change orders and claims only after customer authorization to proceed has been received and only to the extent that contract costs relating to the change order or claim have been incurred. Revenues from claims in excess of contract costs incurred are recognized only when the amounts have been paid. Property and Equipment Property and equipment are stated at cost and are depreciated using the straight-line method over the following estimated useful lives: Shop equipment Automotive equipment Furniture and fixtures Leasehold improvements Maintenance and repairs are charged to expense as incurred. 2 - 10 years 2 - 5 years 2 - 6 years Lease Term 9 .- Steiny and Company, Inc. Notes to Financial Statements (continued) 3. Contracts Receivable The following is a summary of contracts receivable at: September 30 2002 2001 Contracts receivable $ 10,233,861 $ 12,089,601 Retentions 5,757,863 4,738,755 15,991,724 16,828,356 Less allowance for doubtful accounts (2W-w (230,000) $ 15.761.724 $ 16.598.356 The Company’s receivables are generally not collateralized. In accordance with applicable terms of long-term contracts, certain retainage provisions are withheld by customers until completion and acceptance of the contracts. Final payments of the majority of all such amounts are expected to be received in the following year. 4. Costs and Estimated Earnings on Construction Contracts Costs and estimated earnings on completed and uncompleted contracts are summarized as follows: September 30 2002 2001 Costs incurred on completed and uncompleted projects $215,731,562 $186,765,377 Gross margin recognized 16,292,296 14,497,987 232,023,858 201,263,364 Less billings to date 232,538,728 (204,075,900) $ (514,870) $ (2,812,536) This net deferred revenue amount is recorded in the accompanying balance sheet under the following captions at: September 30 2002 2001 Costs and estimated earnings in excess of billings $ 5,113,986 $ 2,295,190 Billings in excess of costs and estimated earnings (5,628,856) (5,107,726) $ (514.870) $ (2.812.536) 10 Steiny and Company, Inc. Notes to Financial Statements (continued) 4. Costs and Estimated Earnings on Construction Contracts (continued) Costs and estimated earnings in excess of billings on contracts in progress represent amounts earned under contracts in progress but not yet billable under the terms of those contracts. These amounts become billable according to the contract terms, which usually consider passage of time, achievement of certain milestones or completion of the project. Generally, costs and estimated earnings in excess of billings on contracts in progress are billed and collected in the following year. Billings in excess of costs and estimated earnings on contracts in progress represent cash collected from customers on contracts in advance of revenues earned thereon, as well as billings to customers in excess of costs and earnings on uncompleted contracts. Substantially all such amounts will be earned in the following year. 5. Related Party Transactions The Company leases facilities in Baldwin Park, California, owned by Mr. J. 0. Steiny, a stockholder. The Company also leases facilities in Los Angeles, Vallejo and El Cajon, California, from the Steiny Family Trust. The rent expense for these facilities amounted to $198,000 for each year ended September 30,2002 and 2001. Also included in net due to related parties as of September 30, 2001, is $228,088, related to notes receivable from major stockholders, which were repaid in the current fiscal year. The Company has a split-dollar life insurance agreement with the El hente Trust, Susan Steiny, Trustee. Under the terms of the agreement, the Company pays the insurance premiums as they become due and will subsequently be reimbursed when the insurance policy is terminated. The amount to be reimbursed is classified on the balance sheet as refundable life insurance premiums. The Company has subordinated notes payable, unsecured, with interest ranging from 6% to 7% per annum, due to a trust in which the Company’s principal stockholder is the trustee. Principal payments were originally due September 30, 1997, but the Company extended the due date of these related party obligations until October 10,2002, when they were fully repaid. The principal balance as of September 30, 2002 and 2001, was $500,000 and $650,000, respectively. Included in the statement of income is related party interest expense of $38,518 and $63,041 for the years ended September 30, 2002 and 2001, respectively. 11 r I ,- Steiny and Company, Inc. Notes to Financial Statements (continued) 5. Related Party Transactions (continued) Included in net due to affiliate at September 30, 2001, the Company has $61,176 due from its affiliate, Computer Service Company (CSC), related to insurance premiums paid by the Company on its behalf. Additionally, included in net due to affiliate at September 30, 2002 and 2001, the Company,has $435,375 and $515,160 due to CSC, respectively, related to management fees and other transition costs for a construction division previously managed by CSC. Management responsibility for this division transferred to the Company effective February 1,2000. The fee is based on the Company’s estimate of the costs borne by CSC to assist with this transition. 6. Long-Term Debt Long-term debt at September 30 consists of the following: 2002 2001 Commercial term loan payable to a bank dated May 19, 1999, with an interest rate of prime plus 1 .O%. Monthly principal and interest payments were due in the amount of $8,224, with the final payment due April 30,2002. The loan was secured by the assets of the Company. Asset based bank line of credit, with an interest rate of prime plus 1.0%. The Company can borrow up to $3,500,000 based on certain restrictions and all amounts borrowed under the line of credit are due March 1,2003. The line of credit is secured by the trade receivables of the Company. $ - $ 65,789 Ten construction equipment notes payable to commercial equipment financing companies, with interest rates that range from 0.0% to 10.0%. Monthly principal and interest payments are due on the notes until their respective maturity dates, which range from April 21,2003 to June 19, 2005. The notes are secured by certain construction equipment of the Company 295,098 268,105 295,098 333,894 12 Steiny and Company, Inc. Notes to Financial Statements (continued) 6. Long-Term Debt (continued) Scheduled maturities of notes payable and long-term debt are as follows at September 30, 2002 for each fiscal year-end: 2003 2004 2005 $ 154,117 102,643 38,338 !$ 295,098 The Company’s principal stockholder guarantees the Company’s term loan and asset based bank line of credit. The term loan and line of credit contain certain restrictive covenants, including, among other things, restrictions on loans and investments, limitations on capital expenditures, minimum profitability, working capital and tangible net worth requirements, and certain current ratio and debt to tangible net worth covenants. The Company was in compliance with all restrictive covenants during the year ended September 30, 2002, except for the debt to tangible net worth requirement, for which a waiver was obtained from the bank. The Company was in compliance with all restrictive covenants during the year ended September 30, 2001, except the minimum profitability requirement, for which a waiver was obtained from the bank. Subsequent to September 30, 2001, the Company renegotiated the term loan and asset based bank line of credit. Pursuant to the renegotiations, the Company extended the maturity date from January 2002 to March 1, 2003, increased the maximum borrowing amount from $2,500,000 to $3,500,000 and increased the limit for capital expenditures from $lOO,OOO to $850,000 per fiscal year. 7. Income Taxes On September 30, 1988, the Company elected Subchapter S treatment pursuant to the Internal Revenue Code of 1986 and similar California statutes effective January 1, 1987. Under these provisions, the stockholders separately account for their pro rata share of the Company’s income, losses, deductions and credits and the Company only pays a 13 , Steiny and Company, Inc. Notes to Financial Statements (continued) 7. Income Taxes (continued) minimum 1.5% state income tax. Accordingly, no provision has been made for federal income taxes. The Company’s fiscal year 2002 and 2001 state tax provisions have been substantially offset by a net operating loss carryforward. The provision for income taxes, as reflected in the statement of income, consists of state income taxes paid or payable. Deferred taxes result from temporary differences in recognizing certain income and expense items for financial reporting and income tax purposes. For the year ended September 30, 2002, there were no significant temporary differences requiring state deferred taxes. 8. Lease Commitments and Rent Expense The Company leases vehicles and other construction equipment under noncancelable operating leases. Future minimum rental payments under leases that have initial or remaining noncancelable lease terms in excess of one year are as follows: Year ending September 30: 2003 2004 2005 2006 2007 $ 879,599 576,401 353,320 122,430 25,052 $ 1.956.802 Total rent expense for the years ended .- included in the statement of income was $1,298,368 and $1,193,739 September 30,2002 and 2001, respectively. 14 Steiny and Company, Inc. Notes to Financial Statements (continued) 9. Employee Benefit Plans Multi-Employer Retirement Plans For the Company’s union-sponsored multi-employer retirement plans, annual contributions are made in accordance with negotiated labor contracts. The retirement plans provide deferred benefits to all unionized employees who represent the majority of the Company’s employees. Total retirement benefits paid to the union on behalf of the employees was $2,629,398 and $2,256,038 for the years ended September 30, 2002 and 2001, respectively, which includes 401(k), pension and other union benefits. 401(k) Plan The Company adopted a 401(k) profit sharing plan, effective January 1, 1997, covering substantially all full-time United States resident non-union employees who have attained the age of 21. Employees are eligible to make elective deferrals on the first day of the next quarter following their start date. Employees are eligible for employer profit sharing contributions with one year or more of service. Employees may contribute up to 15% of their eligible compensation to the plan, subject to the limits of Section 402(g) of the Internal Revenue Code. Employer contributions to the plan are discretionary and are determined annually by the Board of Directors. Employees are eligible to receive discretionary employer contributions after completing 500 hours of service during the plan year. There were no employer contributions for the years ended September 30, 2002 and2001. 10. Reserves The Company reached a preliminary agreement in July 1995 on a legal settlement and is still in the process of finalizing the terms as of September 30, 2002. The basic terms of the legal settlement will provide for the payment of $825,000 in annual installment payments ranging from approximately $25,000 to $150,000 by the Company to various third parties with the first installment payment not due until December 31 of the year following the year of the final legal settlement agreement. Accordingly, this $825,000 settlement reserve is included in noncurrent other liabilities and reserves in the Company’s balance sheet as of September 30,2002 and 2001. 15 Steiny and Company, Inc. Notes to Financial Statements (continued) 11. Concentration of Credit Risk and Operations Substantially all of the Company’s accounts receivable are due from customers in the construction industry located primarily in California. The Company performs periodic credit evaluations of its customers and generally does not require collateral for extension of credit. 12. Contingencies Insurance Claims Certain retrospective evaluation claims have been filed against the Company by one of its insurance carriers. These claims, arose from personal injury accidents which were settled and/or paid by the insurance carrier on behalf of the Company. The Company remains obligated under its former liability policy for various losses up to the specific policy deductible. During fiscal year 2000, the Company settled this claim and agreed to pay $775,000 to the insurance carrier over the next two years. The Company accrued the full amount of the settlement in the prior year, and it was completely paid by the end of the current fiscal year. Contract Claims In the normal course of its business, the Company becomes involved in other claims and litigation. Management and its counsel are unable to predict the ultimate outcome of the claims and the amount of damages that could be awarded thereunder. It is management’s belief that these other claims and litigation would not have a material effect on the financial position or results of operations if disposed of unfavorably. 16 ,- BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 The Bidder is required to state what work of a similar character to that included in the proposed Contract helshe has successfully performed and give references, with telephone numbers, which will enable the City to judge hisher responsibility, experience and skill. An attachment can be used. '3 Revised 10108103 Contract No. PKS 03-08 Page 21 of 93 Paaes SUBMITTED BY: STEW AND COMPANY. INC. Name and Address of the Employer douglas e. barnhart, inc. SanDiego, CA 92127 10760 Thornmint Road douglas e. barnhart, inc. SanDiego, CA 92127 10760 Thornmint Road University of San Diego 5998 Alcala Park San Diego, CA 921 10 "- Name and Phone No. of Person to Contact Stan Streit (858) 385-8200 Stan Streit (858) 385-8200 Scott Gill (619) 260-4516 Date Contract Completed December 2002 November 2002 October 1999 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 Type of Work Westview High School Pool and Stadium Addition for Poway Unified School District / New Facility all electrical and systems - Musco sports Lighting Westview High School / New school facility - all electrical and systems, including performing arts, research center, gymnasium, food service and game Lighting Intramural Soccer Field Lighting and Electrical - Provided and installed field lighting per drawings and Musco Specifications. Provided and installed Electrical for Pole Lighting courts - MUSCO Sports Amount of Contract $422,287. $4,493,673 $10 1,290. BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 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 Li abi I ity 2) Statement with an insurance carrier‘s notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer’s Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Revised 10/08/03 Contract No. PKS 03-08 Paae 22 of 93 Paaes April 9,2004 Steiny And Company 12907 E. Garvey Ave. Baldwin, CA 9 1706 Re: Commercial General Liability Policy KK06100149 & WVK6100096 Policy Tm 07/01/2003 to 07/01/2004 Deat Valued Customer: Thank you for your request for coverage confirmation. COVEMGE CONFIRMATION: - Commercial General Liability: Contractor’s Commercial General Liability Occurrence Form General Total Limit - $2,000,000 Products and Completed Work Total Limit - S2,000,000 Each Evant Xlimitl%1,000,000 Commercial Automobile: LiabUrty $1,000,000 CSL Worker’s Compensation : Each Accident for Bodfly Injury by Accident - $1,000,000 Policy Limit forBodSly Injury By Disease - $1,000,000 Each Employee for Bodily Injury by Disease - $ll,OOO,OOO St Paul Ere 8: Marine Insurance Co is a national insurance carrier with a A:XV Rating. Senior Account Executive St. Paul CoastruCtion Phone: 714-620-1269 cc: Aon Risk Srvcs, hc Of So Calif 721803 14 - I GALIFOPNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 State of California County of Orange On April 9 2004 before me, Alexis H. Bryan, Notary Public I DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Cindy Daniels I NAME(S) OF SIGNER(S) personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name@) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature@) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. hand and 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. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) LIMITED E GENERAL 0 PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR NUMBER OF PAGES 0 OTHER: SIGNER IS REPRESENTING: DATE OF DOCUMENT NAME OF PERSON(S) Of? ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE S-4087IGEEF 2/98 (B 1993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave.. P.O. Box 7184 Caw Park, CA 9130971& DATE(MM/DD/W) 05/12/04 1 ' ACORD, CERTIFICATE OF LIABILITY INSURANCE PRODUCER AOn Risk services, Inc. of southern California 1901 Main street suite 300 Irvine CA 92614 USA 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE PHONE. (949) 608-6300 FAX- (949) 608-6451 INSURED INSURER A: st Paul Fi re & Marine Insurance Co. steiny and company, Inc. INSURER B- National union Fire Ins Co of Pittsburgh PO BOX 8100 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIV DATE(MMWD\YY) POLICY NUMBER INSR LTR TYPE OF INSURANCE A GENERAL LIABILITY KK06100149 07/01/03 - AUtO/GL Pkg X COMMERCIAL GENERAL LIABILITY - CLAIMS MADE OCCUR - GEN'L AGGREGATE LIMIT APPLIES PER -JPOLlCY E?; LOC KK06100149 07/01/03 A AUTOMOBILE LIABILITY - AUtO/GL Pkg x ANYAUTO - ALL OWNED AUTOS SCHEDULEDAUTOS -I 12907 E. Garvey Avenue Baldwin Park CA 91706-0093 USA - X HIREDAUTOS x NON OWNED AUTOS I - I - GARAGE LIABILITY ANY AUTO EXCESS LIABILITY BE2897913 Excess Liability I INSURER C I 07/01/03 GER D OLICY EXPIRATION DATE(MMU)D\YY) 07/01/04 I LIMITS EACH OCCURRENCE I si,ooo,ooa L L; .E c 07/01/04 - INSUER E E ~ L e COVERAGES This Certificate is not intended to specify all endorsements, coverages, tern. conditions and exclusions of the policies shown. COMBINED SINGLE LIMIT (Ea accident) $1,000,000 I I OTHER I FIRE DAMAGE(Anv one fire) $100,000 h4ED EXP (Any one person) 65,000 PERSONAL & ADV INJURY $1,000,000 I GENERAL AGGREGATE 62,000,000 I I PRODUCTS - COMP/OP AGG I $2,000,000 I I BODILY INJURY (Per person) r I BODILY INJURY I (Per accident) PROPERTY DAMAGE (Per accident) I I AUTO ONLY - EA ACCIDENT I OTHERTHAN EAACC I AUTO ONLY I AGG I I I 07/01/04 [EACHOCCURRENCE I $10,000,0001 I 2 C C C C C PI 0- C C E y. AGGREGATE $10,000,000 . I $1,000,000 E L. EACH ACCIDENT EL. DISEASE-POLICY LIMIT EL. DISEASE-EA EMPLOYEE I I I DESCRIPTION OF OPERATIONS/LOCATIONSNEHlCLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: chase Field Sports Lighting and Electrical upgrade - Project #PKS 03-08; steiny lob #9177 see endorsement(s) attached * E2 52 FRTIFICATE HOLDER CANCELLATION 2 city ot car I sbad Attn: purchasing Department 1635 Faraday Avenue carlsbad CA 92008-7314 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, MAIL AUTHORlZED REPRESENTATIVE I I /I I_ I ACORD 25 -s 17/97) ACORD COR#OLIATION v 19881 = ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS GENERAL LIABILITY - INCLUDING COMPLETED WORK This endorsement changes your Contractors Commercial General Liability Protection. -StPaul How Coverage Is Changed There are two changes which are described below. 1. The following is added to the Who Is Protected Under This Agreement section. This change adds certain protected persons and limits their protection. Additional protected person. The person or organization named below is an additional protected person as required by a contract or agreement entered into by you. But only for covered injury or damage arising out of: your work for that person or organization; your completed work for that person or organization if your contract or agreement requires such coverage; premises you own, rent, or lease from that person or organization; or your maintenance, operation, or use of equipment leased from that person or organization. We explain what we mean by your work and your completed work in the Products and completed work total limit section. If the additional protected person is an architect, engineer, or surveyor, we won’t cover injury or damage arising out of the performance or failure to perform architect, engineer, or surveyor professional services. Architect, engineer, or surveyor professional services include: . the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and supervisory, inspection, or engineering services. 2. The following is added to the Other Primary Insurance section. This change broadens coverage. We’ll consider this insurance to be primary to and non-contributory with the insurance issued directly to additional protected persons listed below if: your contract specifically requires that we consider this insurance to be primary and non- contributory; or you request before a loss that we consider this insurance to be primary or primary and non- contributory insurance. Other Terms All other terms of your policy remain the same. Person Or Organization: The City of Carlsbad, its officials, employees and volunteers are named as additional insured hereunder as respect liability arising out of activities performed by or on behalf of the Named Insured. Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. This policy will not be canceled, materially changed nor the amount of coverage reduced until thirty (30) days after receipt of written notice of cancellation of reduction in coverage by the City Clerk of the City of Carlsbad, Californi Re: Chase Field Sports Lighting and Electrical Upgrade - Project #PKS 03-08; Steiny Job #9177 Name of Insured Steiny and Company, Inc. Policy Number KK06100149 Effective Date: 7/1/03 - 7/1/04 Processing Date: 0511 2/04 F GO322 Rev. 12-97 Printed in U.S.A. All Rights Reserved Endorsement OSt.Paul Fire and Marine Insurance Co. 1997 *- POLICY NUMBER: KK06100149 COMMERCIAL GENERAL LIABILITY - THIS ENDORSEMENT CHANGES THE POLICY. READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Carlsbad, its officials, employees and volunteers are named as additional insured hereunder as respect liability arising out of activities performed by or on behalf of the Named Insured. Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. This policy will not be canceled, materially changed nor the amount of coverage reduced until thirty (30) days after receipt of written notice of cancellation of reduction in coverage by the City Clerk of the City of Carlsbad, Californi Re: Chase Field Sports Lighting and Electrical Upgrade - Project #PKS 03-08; Steiny Job #9177 If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of “your work” done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. GL Waiver Copyright, Insurance Services Office, Inc., 1984 POLICY NUMBER: KK06100149 AUTOMOBILE LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: The City of Carlsbad, its officials, employees and volunteers are named as additional insured hereunder as respect liability arising out of activities performed by or on behalf of the Named Insured. Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. This policy will not be canceled, materially changed nor the amount of coverage reduced until thirty (30) days after receipt of written notice of cancellation of reduction in coverage by the City Clerk of the City of Carlsbad, Californi Re: Chase Field Sports Lighting and Electrical Upgrade - Project #PKS 03-08; Steiny Job #9 177 We agree with you that the person or organization shown in the schedule above is an insured for “bodily injury” or “property damage” arising out of the operation of a covered “auto” under a contract or agreement which is made prior to the injury or damage. 5/12/2004 W Authorized Representative Date WORKERS’ COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) r_ WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the California workers’ compensation premium otherwise due on such remuneration. _- Schedule The City of Carlsbad, its officials, employees and volunteers are named as additional insured hereunder as respect liability arising out of activities performed by or on behalf of the Named Insured. Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. This policy will not be canceled, materially changed nor the amount of coverage reduced until thirty (30) days after receipt of written notice of cancellation of reduction in coverage by the City Clerk of the City of Carlsbad, Californi Re: Chase Field Sports Lighting and Electrical Upgrade - Project #PKS 03-08; Steiny Job #9177 (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: See Certificate Policy No.: WVK6100096 Endorsement No.: Insured: Steiny and Company, Inc. Insurance Company: St. Paul Fire & Marine Insurance Co Countersigned By: &&b@L WC WAIVER A.M. Best's Rating for St Paul Fire and Marine Insurance Co Page 1 of 1 02452 - St Paul Fire and Marine Insurance Co - Member of St. Paul Travelers Companies View a list of aroup members or the aroup's rating A.M. Best t: 02452 NAlC t: 24767 Best's Rating A (Excellent)* Financial Size Category XV ($2 billion or more) 'Ratings as of 05Il7EOO4 01:44:18 PM €.ST. Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may reaister online. Copyright 8 2004 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. - http://www3.ambest.com/ratings/rating.asp?AMBNum=02452&Refnum=02452&Site=rati1 ... 5/17/2004 Company Profile Page 1 of 2 . Company Profile ST. PAUL FIRE AND MARINE INSURANCE COMPANY 385 WASHINGTON ST ST PAUL, MN 55102 800-328-2 189 Former Names for Company Old Name: MERCURY INS CO Effective Date: 07-19-1956 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Anent for Service of Process? Reference Information NAIC #: 24767 NAIC Group #: 3548 Date authorized in California: September 18, 1925 Company Type: Property & Casualty State of Domicile: MINNESOTA California Company ID #: 0825-0 License Status: UNLIMITED-NORMAL -- Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY h~p://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~pro~p~E~=3O ... 5/17/2004 Company Profile Page 2 of 2 - FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMF'ENS ATION Company Complaint Information ComDanv Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? HelD Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - April 26,2004 02:22 PM Copyright Q California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu_co~prof/idb_co~prof_utl.get_co_prof?p_EID=30 ... 5/17/2004 A.M. Best's Rating for National Union Fire Ins Co Pittsburgh PA 02351 - National Union Fire Ins Co Pittsburgh PA Member of American International Group Inc View a list of aroup members or the group's rating A.M. Best It: 02351 NAlC t: 19445 Page 1 of 1 Best's Rating A++ (Superior)* Financial Size Cateaory XV ($2 billion or more) 'aatlngs as of 05/17/2004 01:44:18 PM EAT. Rating category (Superior): Assigned to companies that have, in our opinion, a superior ability to meet their ongoing obligations to policyholders. important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright Q 2004 by A.M. Best Company. Inc. ALL RIGHTS RESERVED - No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. http://www3.ambest.com/ratings/rating.asp?AMBNum=O235 l&Refnum=0235 l&Site=ratir.. . 5/17/2004 Company Profile Page 1 of 2 - Company Profile .- NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA 70 PINE STREET NEW YORK, NY 10270 800-55 1-0824 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 19445 NAIC Group #: 0012 California Company ID #: 0131-3 Date authorized in California: November 28, 1902 Company Type: Property & Casualty State of Domicile: PENNSYLVANIA License Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http://cdinswww.insurance.ca.gov/pls/wu_co_prof/idb~co~prof_utl.get~co~prof?p~E~=26 ... 5/17/2004 Company Profile PLATE GLASS SPRINKLER SURETY TEAMANDVEHICLE WORKERS' COMPENSATION Page 2 of 2 /- Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Comdaint Studies I Want More? HelD Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - April 26,2004 M:22 PM Copyright Q California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~E~=26 ... 5/17/2004 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X no If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred . I agency agency period of debarment period of debarment BY CONTRACTOR: (name of Contractod By: (sign here) (print namehitle) Robert M. Owens, Vice President Page 1 of 1 pages of this Re Debarment form e Revised 10/08/03 Contract No. PKS 03-08 Paae 23 of 93 Paaes BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? Has the suspension or revocation of your contractors license ever been stayed? X 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? A 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? X 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 2 pages of this Disclosure of Discipline form a Revised 10/08/03 Contract No. PKS 03-08 Paae 24 of 93 Paaes BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Steiny and Company, Inc. By: - Robert M. Owens, Vice President (print namehitle) Page 2 of 2 pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. PKS OR-I)A Pane 35 nf Q!2 Pannc NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMIITED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 State of California ) COUntyof San Diego ) ) ss. Robert M. Owens , being first duly sworn, deposes (Name of Bidder) and says that he or she is Vice Pres ident (Title) of Steiny and Company, 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 that the foregoin is true and correct and that this affidavit was Apri 1 120 04. Signdure of Bidder RobCrt M. Owens, Vice President Subscribed and sworn to before me on the I 4 day of fb,, \ ,206 Y . Sh Revised 10/08/03 Signature of Notary b c Contract No. PKS 03-08 Paae 26 of 93 Paaes CONTRACT PUBLIC WORKS This agreement is made this G&@ day of kFj between the City of Carlsbad, California, a municipal corpo t' n, hereinafter calleh "City"), 200#, by and and STEINY AND COMPANY whose principal place of business is 1083 CUYAMACA, EL CAJON, CA 92021 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract documents CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 (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 most recent supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. a Revised 10/08/03 Contract No. PKS 03-08 Page 27 of 93 Pages 5. 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. Independent Investigation. 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 II, 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 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. Unknown Physical Conditions. 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. a Revised 10/08/03 Contract No. PKS 03-08 Page 28 of 93 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. _- Revised 10/08/03 Contract No. PKS 03-08 Page 29 of 93 Pages a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. 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. (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 andlor 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) in the Contractor's bid. - Cost Of Insurance. The Cost of all insurance required under this agreement shall be included Revised 10108103 Contract No. PKS 03-08 Page 30 of 93 Pages 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in (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. - accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article 1.5 (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad' Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. &P init %, init I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated herein by reference. - a Revised 10/08/03 Contract No. PKS 03-08 Page 31 of 93 Pages 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. - 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED (CORPORATE SEAL) CONTRACTOR: Steiny and Coni-mny-Lnc. 1 (sign here) Robert M. Owens, Vice President (print name and title) By: vle C. -I Secretarv (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 e Revised 10/08/03 Contract No. PKS 03-08 Page 32 of 93 Pages - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Countyof a Dieuo On May 17, 2004 personally appeared Robert M. Owens before me, Kiri Pfeffer, 'Ndiary public Date Name and litk of Ofkar (eg .'Jaw, Doe, Hotary PubWj of Slgner(s) jd&rsonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) dare subscribed to the within instrument and acknowledged to me that helshetthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted. executed the instrument. WITNESS mv hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraodulent removal and reattachment of this form to another document. Description of Attached Document Tftle or Type of Document: 0 h-kkc, 4 ?d b I 1 cf do< L5 Document Date: 0 0 &LA(? Number of Pages: Signer(s) Other Than Named Above: h-k \ n fl Cl i 11 p(2 v) 1 +LI cc &r. kbd CapacityQes) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General I O Attomey-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 Nahl Notary -awn * 9350 De Solo Ave.. P.O. Box 2402 Chatmorth, CA 913132402 rn.natima1notay.q Rod. No. 5907 Rearder: Call Toll-Free 1-800-8766827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT } SS. State of California County of Riverside On May 14, 2004 beforeme, Shawn R. Bradfield, Notary Pvb11 Name and TI of Officer (e.9, *Jane Doe. Notary Public') Date personally appeared Gayle C Kappelman Name@) of Signer($ ,%@ersonally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: !Jx-ituuct QublicJ QOJLk3 Document Date: Nil 3& Number of Pages: Signer(s) Other Than Named Above: (LIB Capacity(ies) Claimed by Signer 0 Individual I Top of thumb here I Frporate Officer - Title(s): Secretary Partner - 0 Limited 0 General Attorney-in-Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: e ny and Company I Inc 0 1999 National Notary Association 9350 De Solo he.. P.O. Box 2402 * Chahworth, CA 91 313-2402 - w.natbmInoia~.org Prod. No. 5907 Reorder: Call Toll-Free 1-800876-6.327 Bond Number: 6227223 Premium: Included incharge for Performance Bond c ** r - LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2004-1 45 ,adopted MAY 4, 2004 , has awarded to STEINY AND COMPANY (hereinafter designated as the "Principal"), a Contract for: CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 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, STEINY AND COMPANY I as I- Principal, (hereinafter designated as the "Contractor"), and Saf eco Insurance Company* as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO HUNDRED FORTY-THREE I Dollars ($243.300.00 ), 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. THOUSAND THREE HUNDRED _____________________________ 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. *of America Revised 10/08/03 Contract No. PKS 03-08 Page 33 of 93 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 14 '' Executed by SURETY this th day day of mht! ,no&. of May ,20-. 04 CONTRACTOR: SURETY: Steiny and Company, Inc. Safeco Insurance Company of America (name of Surety) We, CA (address of Surety) Robert M. Owens (818)956-4257 Vice President (print name here) Steinv and ComDany, Inc. By: By: Scott Salandi, Attorney-in-Fact (title and organization of signatory) (printed name of Attorney-in-Fact) Gavle C. Kamelman (attach corporate resolution showing current power secretary (print name here) of attorney) - Steiny and Company, Inc. (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 _- @ Revised 10/08/03 Contract No. PKS 03-08 Page 34 of 93 Pages - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Countyof _Sari Dieuo On May 17, 2004 personally appeared before me, Kbi Pfeffer, Nlit‘ary Public Date Name and Ttle ol Omcer (e g ~ ‘Jane Doe. Notay PL&?) Robert M. Owens Name(@ of Sgnew @.personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isdare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTlONAL Though Ihe information below is not required by law, it mypnrve valuable to persons rewng on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document:bi bcl 4 /?%I k{, Clt &I, .?d db, LT 22 722 3 Signer(s) Other Than Named Above: ‘;-f4 I r7 LA -3 CO. Trip Document Date: fYla 4 Y; 2004 Number of Pages: 4 c ci] ~n5clr‘h np4 &L c Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guaidian or Conservator 0 Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside On May 14, 2004 beforeme, Shawn R. Bradfield, Notary Pvbl: Name and T4e of Officer (e.g.. “Jane Doe. Notary Public”) Date personally appeared Gayle C. Kappelman Ws) WneW aersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed Notary Publlc - California the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 3Af omun ca4ondc Document Date: Number of Pages: Signer(s) Other Than Named Abo I-N . Dum or dah b Capacity(ies) Claimed by Signer 0 Individual I Top of thumb here I Forporate Officer - Title(s): Secretary 0 Partner - Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: tei ny and Company I Inc 9 0 1999 National Notary Asscciation * 9350 De Sot0 Ave.. P.O. Box 24M Chatsworth, CA 91313-2402 - wwwnationalnotary org Pmd. No. 5907 Rwrder: Call Toll-Free 1.800-8766827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Anneles On Mav 13, 2004 before me, Noemi Quiroz, Notarv Public 9 personally appeared Scott Salandi 9 DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" NAME(S) OF SIGNER(S) personally known to me - OR - 0 proved to me on the basis of satisfactory evidence the person(6) whose name(6) is/afe subscribed to the within instrument and acknowledged to me that hel&&#ey executed the same in his/- authorized capacity(&), and that by his#w/M signature(6) on the instrument the person(e), or the entity upon behalf of which the person@) acted, executed the instrument. SIGNATURE OF( NOTARY OPTIONAL I rhough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent ftaudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL OCORPORATE OFFICER TITLE(S) 0 PARTNER(S) LIMITED 0 GENERAL ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: DESCRIPTION OF ATTACHED DOCUMENT Labor 8, Material Bond TITLE OR TYPE OF DOCUMENT 1 NUMBER OF PAGES Mav 13.2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Safeco Insurance ComDanv of America Steinv and Companv. Inc. SIGNER(S) OTHER THAN NAMED ABOVE POWER ~ - A E O' OFATTORNEY SAFECO INSURANCE COMPANY Of AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE. WASHINGTON me5 its lrue and lawful atlorney(s)-in-fact. wilh full aulhorily to execute on its behall tidelily and surety bonds or undertakings and other documents Of a similar character issued in the course 01 its business, and lo bind the respective campany thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERlCA and ~SENERAL INSURANCE COMPANY OF AMERICA have each executed and atlesled these prssPnls I31h dayd May , 2003 CHRISTINE MEAD, SECRETARY WKE MCGAWCK, PRESIDENT CERllFlC ATE Extract fmm the By-Laws of SAFECO INSURANCE COMPANY OF AMEFUCA and of GEN EWIL IWSURAMCE COfariANY OF AMEIUCA "Article V. Section 13. . FIDELITY AW SUREN BONOS ... the President, any Vice President. the Secretary. and any Assistant Vice President appointed for that purpose by the ofker in charge of surely operations. shaU each have authority to appoint indiiduats as attorneys-in-fact or under dher appropriate (IfeS with authority lo execute on behalt of the company fdelity and surety bonds and other doaJments of simiiar character issued by the company in the course of its bosiness ... On any instrument making cu evidenciRg such appointment, lhe sigwbrres may afhx& by facsimile. On any instrument confWring such authonty or on any bond or undertaking of the company. the seal. or a facsimii thereof, may be impressed or affixed or in any olher manner reproduced; provided, however, lhal the seal shall not be necessary lo the validity of any such mstntrnenl or undertaking." Extract from a Resolution of the Board of DWors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERfCA adopted July 28. 1970 "On any cerliftcate executed by the Secrelary or an assistant secrelat-y of the Company selling out. (i) The provisions of Artide V, Section 13 of the By-Laws, and (ii) A copy of Ihe power-01-attorney appointment. executed pursuant Itrereto. and ($ Cerlifying that said power-of-altorney appointment is m full force and eqect, the signature of the certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof." I. Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Diectars of these corporations, and of a Power of AHorney issued pursuant therelo. are true and correct. and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed Ihe facsimile seai of said corporation this 13th day of May % 2004 CHRISTINE MEAD, SECRETARY S-O974/SAEF ZlOl @A registered trademark 01 SAFECO Corpotat~iin 05/13/2003 PDF EXHIBE A As a surety bond customer of one of the SAFE0 insurance companies (SAF€CO Insurance Campany of Amerrca, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to naMy you that the Tenorism Risk Insurance Act of 2002 ortends to 'surety insurance". This means that under certain circumstances we may be eligible for reimburstmwnt of certain surety bond losses by the United States gwarm#nt wrder a formuta establishedbythiSACt. 4bthlwicslyaylb thr it&&- g4lmmmt prrlrc mot 109686 cdby €er#ied acts d-tenensm *that 8xcbbda sWtor#yesW&hedde&Weto be paid by the h.rsuranct company providing the bond. Thekt also sstabkshss a $100 bilKmcapfortht totat of all losses to be paid by afl insuers for certified acts of terrorism. Losses on some or an of your bonds may be S&bJectto ttds cap. This notice does not modify any of the exim terms and condifbs of any bonds issued for your account, the underlying agraements gwmteed by those bonds, any statutes governing the terms of those bonds or any generally gpplicaMe filees of law. At this tim there is no prerniun change to any af yow bonds resulting from this Act. Dated: February 24,2003 Bond Number: 6227223 Premium: $2,518.00 FAITHFUL PERFORMANCENVARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2004-145, adopted MAY 4.2004 , has awarded to STEINY AND COMPANY (hereinafter designated as the "Principal"), a Contract for: CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, STEINY AND COMPANY , as Principal, (hereinafter designated as the "Contractor"), and Saf eco Insurance Company of America , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of HUNDRED FORTY- THREE THOUSAND, THREE HUNDRED Dollars ($ 243.300.00), 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. TWO - 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; othetwise 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 ts Revised 10/08/03 Contract No. PKS 03-08 Page 35 of 93 Pages L 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 Pit" day of fn&j ,20 d . CONTRACTOR: Steinv and Cornmy, Inc. (name of Contractor) 1 (sign here) Robert M. Owens Vice President (Print name here) Steinv and Com~anv~ Inc. (Title and Organization of Signatory) Gayle C. Kappelman Secretary (print name here) Steinv and Cormany, Inc. Executed by SURETY this 13th dayof May ,20 04 . SURETY: Safeco Insurance Company of America (name of Surety) 330 N. Brand Blvd Ste 1000 Glendale, CA (address of Surety) (818) 956-4257 (telephone number of Surety) By: ( of Attorney-in&ct) Scott Salandi, Attorney-in-Fact ~ ~~~ (printed name of Attorney-in-Fact) (Attach corporate power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and resolution showing current 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 k By: DeputyCityAttorney \ .- @ Revised 10/08/03 Contract No. PKS 03-08 Page 36 of 93 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of California On May 171 2004 beforeme, Kim Pfeffer, Notary Public personally appeared Robert Owens Name ad Wm d O(Clcer (as., 'Jane Doe. Notq FvbW) Date Name(S) of WWS) Bersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(@ acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and mukiprevent fraudulent removal and reattachment of this form to anotber document. Description of Attached Document Capacity(ies) Claimed by Signer Signer's Name: 0 Individual Corporate Officer - Title(+: Partner - 0 Limited 0 General 0 Attomey-in-Fact 0 Trustee 0 Guardian or Conservator 17 Other: Signer Is Representing: 0 1999 NaW NOW Assxiah * 9350 De Sot0 Ave.. P.O. Box 2402 * ChatsM. CA 913132402 - vm.nabonalnotary.org Prod. No. 5907 Reorder: Call Toll-Frea 1-8oMn66827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Riverside On May 14, 2004 beforeme, Shawn R. Bradfield, Notary Pvbl: personally appeared GaYle c - KaPPelman Date Name and Tie of Ofhr (e.g., “Jane Doe. Notary PuW) Name($ of Signer@) personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons reking on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document a. Title or Type of Document: UbDi &(l frl@Phicll3 hxdl.kom Document Date: 4, AB4 Number of Pages: Signer(s) Other Than Named Above: w M. ham ha omad.cT, Capacity(ies) Claimed by Signer 0 Individual I Top oi thumb here I *Corporate Officer -Title(s): Secretary 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer 1s Representing: teiny and Company I Inc 0 1999 National Notary ASSOciaiion 9350 De Soio Ave.. P.0. Box 2402 Chatsworth. CA 91313-2402 * www.naiionalnoiary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 1 State of California County of Los Anneles On May 13. 2004 before me, Noemi Quiroz, Notaw Public 1 DATE NAME, TITLE OF OFFICER - E.G.. "JANE DOE, NOTARY PUBLIC personally appeared Scott Salandi I NAME(S) OF SIGNER@) personally known to me - OR - proved to me on the basis of satisfactory evidence the person@) whose name(@ is/are subscribed to the within instrument and acknowledged to me that heMeAhey executed the same in his/b&tbeif authorized capacity(&), and that by hisCkeF/W signature(@ on the instrument the person@), or the entity upon behalf of which the person@) acted, executed the instrument. OPTIONAL \ rhough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fralbulent reattachment of this form. CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY4 N-FACT TRUSTEE(S) GUARDlANlCONSERVATOR OTHER: DESCRIPTION OF ATTACHED DOCUMENT Performance Bond TITLE OR TYPE OF DOCUMENT 1 NUMBER OF PAGES Mav 13.2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) jafeco Insurance Companv of America Steinv and Companv. Inc. SIGNER(S) OTHER THAN NAMED ABOVE POWER A E O' OFATTORNEY I SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE. WASHINGTON 98185 11s lrue and lawful attorney(s)-in-fact. with full aulhortly to execute on its behalf fidelity and surety bonds or undertakings and other documents Of a Slmtlar character issued in Ihe course of its business, and to bind he respectcve company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presenls this I 3rh dayof May . zoo3 CHRISTINE MEAD, SECRETARY MIKE WGAVICK. PRESIDENT CERWlCATE Extra& from the By-Laws d SAFECO USUWE COWANY OF AMERICA and of GENERAL INSURACQCE COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AN0 SURETY BONDS .__ the President. any Vice President. the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint inchiduals as attorneys-in-fact or under dher appmpriale titles with authority lo execute on behalf of lhe company fklality and surety bonds and other ~QCW-II~~~S of similar charader issued by the cwnpany in the course Of its business ... On any instrument making W evidencing such appointment, the -res may be &xed by facsimile. On any inslrumenl confW%J such aUfhOrifY or on any bond or undertaking of he rompany. the seal. or a facsimii Mereof, may ifnp-es?,ed or amxed or in any other manner reproduced; provided. however, that the seal shalt not be necessary to the validity of any such instrument or undertaking." - Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERCA adopted July 28. 1970. "On any certificate executed by the Secretav or an assistanl secrelary of the Company setting out. (i) The provisions of Article V. Seclion 13 of the By-Laws, and (ii) A copy 01 the power-of-attorney appointment, executed pursuant Ihereto. and (iy) Certifying lhat said power-of-attorney appointment is m full force and qffect. the signature oi the cedilying officer may be by facsimile. and the seal of the Company may be a facsimile Ihereof." 1. Christine Mead, Secrelav of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify lhat the foregoing extracts of the By-Laws and of a Resolution of lhe Board of Directors of these corporations, and of a Power of Atlurney issued pursuant thereto. are lrue and correct, and lhat both Ihe By-Laws. the Resolution and lhe Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ' 2004 - this 13th day of . May CHRISTINE MEAD, SECRETARY S-09701SAEF 210 1 b A regislered Ifademan 01 SAFECO Corporaton 05/1312003 PDF EXHIBIT A IIIIIpo#TANT NOW TO SlR€lY BOND CUSTOMERS REGARDING THE MUR&EE ACT Of 2002 As a surety bond customer of one of the SAFECO insurance companies tSAFECO lnsurance Company of America, General hswance Company of America, First National insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is ow duty to naMy you that the Tenorism Risk Insurance Act of 2002 extends to 'surety insurwlce". This means that u&r certain circumstances we may be eligible fur reimbsemcnt of certain surety bond losses by the United States gwamnent under a formula establishsdbythiskt ~~~~~~govemrrentpqcs9oscof~~by~actsd~~ exceed a&Wori&eM cMwWetobepaid by the insurance companyprovidingthe bond. TkAct also astabkshss ' a $100 billion cap forthe totst of all bssesto be paid by sll insuersfor certified acts of terrorism. Losses on some w dl of your bonds may be stbject to this cap. This notice das not moclify any of the existing terms and conditions of any bonds issued far your account, the undertying agreements guaranteed by those bonds, any statutes governing the terms of those bonds or any generally apprcaWe rules of b. At this time there is no premium change to any of yaw bonds resulting from this Act. Dated: February 24,2003 56247 m3 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 Chase Field Sports Lighting and Electrical Upgrade, Contract No. PKS 03-08 in the amount of (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall 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. dated _- 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. - Revised 10/08/03 Contract No. PKS 03-08 Page 37 of 93 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. -_ 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and' interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address For Contractor: 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. Revised 10/08/03 Contract No. PKS 03-08 ~ Page 38 of 93 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: ,- a Revised 10/08/03 Title MAYOR Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. PKS 03-08 Page 39 of 93 Pages SUPPLEMENTAL PROVISIONS FOR CHASE FIELD SPORTS LIGHTING AND ELECTRICAL UPGRADE CONTRACT NO. PKS 03-08 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 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. PKS 03-08 Page 40 of 93 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or 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 Public Works Director - The Public Works Supervisor’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. Public Works Supervisor, Contracts and Agreements - 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 band Buildings CMWD .................................... Carlsbad Municipal Water District cfs ........................................... Cubic Feet per Second Comm ..................................... Commercial a Revised 10/08/03 CSSD ..................................... Carlsbad Supplemental Standard Drawings Contract No. PKS 03-08 Page 41 of 93 Pages DR .......................................... Dimension Ratio E ............................................. Electric G ............................................. Gas gal ........................................... Gallon and Gallons Gar ......................................... Garage and Garages GNV ........................................ Ground Not Visible gpm ........................................g allons per minute IE ............................................ Invert Elevation MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12) LCW D ................................... ..Leucadia County Water District MTBM ..................................... Microtunneling Boring Machine NCTD ..................................... North County Transit Distrct OHE .................. : ..................... Overhead Electric OMWD ................................... Olivenhain Municipal Water District ROW ...................................... Rig ht-of- W ay S ............................................. Sewer or Slope, as applicable SDNR ..................................... San Diego Northern Railway SDRSD ................................... San Diego Regional Standard Drawing SFM ........................................ Sewer Force Main T ............................................. Telephone UE .......................................... Underground Electric W ............................................ Water, Wider or Width, as applicable VW D ....................................... Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: is listed in the latest version of US. Department of Treasury Circular 570,". Delete, "who Modify paragraphs three and four to read: The Contractor shall provide a faithful perform- ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. 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). Revised 10/08/03 Contract No. PKS 03-08 Page 42 of 93 Pages 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the 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. exceeds ten million dollars ($1 0,000,000). The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. 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 unrevoked 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. instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the most recent 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 two sets. The first set is designated as City of Carlsbad Drawing No. DWG 412-7 and consists of Six (6) sheets. The second set is designated as San Diego Gas and Electric Undergrounding Plans and consists of One (1) sheets, Project No. 335399-020. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the 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. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. Revised 10/08/03 Contract No. PKS 03-08 Page 43 of 93 Pages 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) Addenda Issued during the bidding process. 3) Supplemental Provisions. 4) Technical Specifications 5) Plans. 6) 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. Standard Specifications for Public Works Construction. 7) 8) Reference Specifications. 9) Manufacturer’s Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor’s certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer’s review, Shop Drawings shall bear the Contractor‘s certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: @ Revised 10/08/03 Contract No. PKS 03-08 Page 44 of 93 Pages "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 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 5s 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. e Revised 10/08/03 Contract No. PKS 03-08 Page 45 of 93 Pages Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8’/2)1 by 11”) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labled with name of the Surveyor, the party chief, field crew members and preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with $9 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under $9 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. a Revised 10/08/03 Contract No. PKS 03-08 Page 46 of 93 Pages Feature Staked Stake Centerline or Parallel to Centerline Lateral Description Spacing@, O Spacing 0,O 0 RP + Marker Stake Miscellaneous (3 Utilities 0, 0 I 15 m (50’) on tangents & curves when Rr 300m (1000’) & I 7.5m (25’) on curves when R I 300m (1000’) or where grade 5 0.30% as appropriate All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Setting Tolerance (Within) 10 mm (‘//a”) Horizontal & 7 mm (‘/;I Vertical Vertical Control Flagging and marking cards, if used. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and- no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of records of survey andlor comer records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. a Revised 10108103 Contract No. PKS 03-08 Page 47 of 93 Pages 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. Add the following section: 2-1 1.1 Additional Inspection, Additional inspection will be required by the City of Carlsbad’s Building Official or his authorized representative. The Contractor will be required to coordinate all inspections with the Building Department. Any work done without proper inspection will be subject to rejection. Next business day inspection may be requested from the Building Official by calling (760) 602-2725 prior to 2:OO PM. The City of Carlsbad will provide the Contractor with a stamped set of drawings for the use of the Contractor and Building Inspector. The Contractor shall have these drawings and the permit issued by the Building Department on-site at all times. The City of Carlsbad will obtain the necessary permits for the project. 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. Revised 10/08/03 Contract No. PKS 03-08 Page 48 of 93 Pages 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, 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 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. second paragraph, modify as follows: Work by Contractor. The following percentages shall be added to the Contractor’s costs 3) Equipment Rental ................... 15 (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. Work by Subcontractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. a Revised 10/08/03 Contract No. PKS 03-08 Page 49 of 93 Pages 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 coflsidered.” 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. Public Works Supervisor 3. Deputy Public Works Director 4. Public Works Director 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. - Revised 10/08/03 Contract No. PKS 03-08 Page 50 of 93 Pages . ‘ The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 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 claims. (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 a Revised 10/08/03 Contract No. PKS 03-08 Page 51 of 93 Pages greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.1 0) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 11 41.1 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141 .lo) 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 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. arbitration process. @ Revised 10/08/03 Contract No. PKS 03-08 Page 52 of 93 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, sentence of the first paragraph. delete the phrase, “and a reasonable amount of retesting”, from the third 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. e Revised 10/08/03 Contract No. PKS 03-08 Page 53 of 93 Pages Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor 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. Revised 10/08/03 Contract No. PKS 0.3-08 Page 54 of 93 Pages 5-6 COOPERATION. Add the following: “San Diego Gas and Electric (SDG&E) will remove the existing transformer, and install the new transformer after the Contractor has installed all the new conduits and the new transformer pad in accordance with SDG&E specifications. The Contractor shall remove the existing transformer pad and abandon associated conduits below grade in accordance with SDG&E specifications. *The Contractor shall restore the existing pad location to the appearance of the surrounding hard- scape area. After the undergrounding work is completed, the Contractor shall coordinate with SDG&E for the installation of new conductors from the poles to the new transformer and the residential service after SDG&E has installed a new pole transformer and the new ground located transformer that services the Chase Sports Field Complex. Contractor shall protect the existing power poles during all phases of the contract. *Note that the hard-scape in the area is constructed of interlocking concrete paving stones. The contractor shall remove the stones and preserve them for re-use. Any pavers damaged by the Contractor during his work shall be replaced in kind at the Contractor’s expense. The City shall provide and the Contractor shall install additional paving stones in the location of the abandoned transformer pad. The Contractor shall utilize a wet saw to trim any pavers to fit. The contractor shall remove sufficient material to provide and install a 4-inch layer of washed concrete sand, compact the sub-grade and the bedding sand in the area under the abandoned transformer pad, and in the areas disturbed by the Contractor’s work, and shall restore all areas to its pre-existing condition. After installation or re-installation of pavers, the Contractor shall provide and screen the disturbed and newly constructed pavers with washed concrete sand and utilize a vibrating compactor to interlock the paving stones. A minimum of three screenings and compaction cycles will be required. The Contractor shall pick up needed pavers at the Carlsbad Municipal Water District yard, located at 5950 El Camino Real, after requesting and receiving written approval from the Project Inspector. 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 the Construction Phase of the Project on June 14, 2004 and shall complete the project by September 3, 2004. The “Notice to Proceed” will be issued prior to the beginning of the Construction Phase to allow the Contractor to begin the equipment submittals process and order long lead-time items. No equipment may be mobilized or delivered to the project site prior to June 14, 2004 and no equipment may remain after September 3, 2003. Due to the stipulated construction schedule the Contractor shall complete all work in the Construction Phase of the project in 3 Working Days. The anticipated date for issue of the Notice to Proceed is April 30, 2003. @ Revised 10/08/03 Contract No. PKS 03-08 Page 55 of 93 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. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 6-1.2.1 lime-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with. the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. - ?@ Revised 10/08/03 Contract No. PKS 03-08 Page 56 of 93 Pages .: Add the following section: 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible “Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a Read Write Capable Compact data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use a “Suretrak”, “Project” or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the “Suretrak” program by Primavera or “Project” program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:OO a.m. and 300 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on- site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 6-1.2.6 Float. to whatever party or contingency first exhausts it. Float or slack time within the schedule is available without charge or compensation Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per section 6-4. @ Revised 10/08/03 Contract No. PKS 03-08 Page 57 of 93 Pages Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which’ interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.1 0 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1.2.10.1 through 6-1.2.10.3. Add the following section: 6-1.2.1 0.1 “Accepted.” Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. The Contractor may proceed with the project work upon issuance of the Add the following section: 6-1.2.1 0.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-1.2.1 0.3 “Not Accepted.’’ The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. a Revised 10/08/03 Contract No. PKS 03-08 Page 58 of 93 Pages Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6- T.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. Contractor shall report the percentage determined by the Engineer as complete for the activity. For each activity underway at the end of the month, the Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a Read Write Capable Compact Disc, labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6- 1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Add the following section: 6-1.3.4 List of Changes. with an explanation for each change. A list of all changes made to the activities or to the interconnecting logic, Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. Revised 10/08/03 Contract No. PKS 03-08 Page 59 of 93 Pages Add the following section: 6-1.4.1 “Accepted.” for the schedule in accordance with section 6-1.8.2. The Contractor may proceed with the project work, and will receive payment Add the following section: 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted’ by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. @ Revised 10/08/03 Contract No. PKS 03-08 Page 60 of 93 Pages . Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The following descriptions outlining the order of work are provided for the Contractor’s review and information. ‘The descriptions for Phase 1 and 2 are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Some phases or portions of phases may overlap each other and/or occur during the same time period. Phase 1: Provide submittals for equipment to be incorporated into the project. Phase 2: The work includes Demolition of existing Sports Lighting and equipment systems as shown on the Plans, performing all work required by SDG&E Project #3359-020 which includes providing all required items and associated electrical system components for SDG&E removal of existing transformer and installation of new transformer, relocation and construction of all electrical systems and components as shown on the project plans at the Chase Field Sports Complex located at 3450 Harding Street in the City of Carlsbad. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s Representative”, 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. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include .the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. Modify as follows: a Revised 10/08/03 Contract No. PKS 03-08 Page 61 of 93 Pages 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion in the Construction Phase of the project within 3 working days after the starting date specified in Section 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 the Construction Phase of the Project on June 14, 2004 and shall complete the Construction Phase of the project by September 3, 2004. The “Notice to Proceed” will be issued prior to the beginning of the Construction Phase to allow the Contractor to begin the equipment submittals process and order long lead-time items. No equipment may be mobilized or delivered to the project site prior to June 14, 2004 and no equipment may remain affer September 3, 2003. Due to the stipulated construction schedule the Contractor shall complete all work in the Construction Phase of the project in 39 Working Days. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in 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. 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 dav in excess of the time SDecified for comDletion ’ of Work, as adjusted in accordance with 6-6, the Cokractor monies due it, the sum of One Thousand Dollars ($1,000.00). shall pay the Agency, or have withheld e Revised 10/08/03 Contract No. PKS 03-08 Page 62 of 93 Pages Execution of the Contract shall constitute agreement by the Agency and Contractor that One Thousand Dollars ($1,000.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. The Contractor shall obtain a Right of Way Permit from the City of Carlsbad Engineering Department at 1635 Faraday Avenue. The Contractor shall submit traffic control plans for the SDG&E transformer replacement work and shall coordinate inspection of traffic control with the Engineering Department. There will be no fee for this permit. The City of Carlsbad has procured a Building Permit for this project. The Building Permit Number is CB033436. The Contractor shall be responsible for calling and procuring all inspections required by the Building Department. The telephone number is 760-602-2725. Requests for inspection must be requested before 2:OO PM for next business day inspection. The Contractor shall not proceed with, cover or otherwise obstruct any work requiring inspection and approval of the Building Department prior to receiving authorization. 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 du-ring 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. The existing SDG&E transformer requires replacement. The Contractor is to coordinate this replacement with the Utility. e Revised 10/08/03 Contract No. PKS 03-08 Page 63 of 93 Pages 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in 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 therefor. 7-8.5 Temporary Light, Power and Water. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following: 7-8.6 Water Pollution Control. The Contractor shall submit a storm water pollution and monitoring plan meeting all requirements and in accordance with the California State Water Resources Control Board order number 99-08 DWQ NPDES General Permit number CAS000002 and the 'Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity" ..Add the following 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: 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. - Revised 10/08/03 Contract No. PKS 03-08 Page 64 of 93 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 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A. In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-1 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 Public Works Supervisor, Contracts and Agreements ............... (760) 434-2949 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) 438-1 161 X4500 6) North County Transit District .............................................................. (760) 743-9346 7) Coast Waste Management ................................................................ (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. 7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1999 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. @ Revised 10/08/03 Contract No. PKS 03-08 Page 65 of 93 Pages Add the following section: 7-1 0.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 21 0-1.6 et 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 from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in 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 sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-1 0.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’)), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the than 0.6 m (2’) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. Revised 10/08/03 Contract No. PKS 03-08 Page 66 of 93 Pages During the entire construction, a minimum of Two (2) paved traffic lanes, not less than (insert appropriate minimum lane widths, 3.6m (12’) wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1999 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. 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”, 1999 edition published by CALTRANS. W,henever 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 alignm-ent of the temporary pavement delineation shall be removed. Revised 10/08/03 Contract No. PKS 03-08 Page 67 of 93 Pages Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled 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 of the "MANUAL OF TRAFFIC CONTROLS", 1999 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefor. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all 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. Revised 10/08/03 Contract No. PKS 03-08 Page 68 of 93 Pages 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 8 -- FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Add the following: No field office for Agency personnel is required. SECTION 9 -- MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: the U.S. Standard Measures. The system of measure for this contract shall be 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. @ Revised 10/08/03 Contract No. PKS 03-08 Page 69 of 93 Pages Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shdll 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. Revised 10/08/03 Contract No. PKS 03-08 Page 70 of 93 Pages Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate with the exception of the specialty light standards. 50% of the Bid Item price for the shall be included in the progress estimate when the equipment is delivered to the site. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. be included in the various items of work and no other payment will be made. Payment for mobilization and preparatory Work will Revised 10/08/03 Contract No. PKS 03-08 Page 71 of 93 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS Type of Construction Concrete Class All Concrete Used Within the Right-of-way 330-C-23 (560-C-3250) ('I Trench Backfill Slurry 1 15-E-3 (1 90-E-400) 330-C-23 (560-C-3250) (590-C-3750) (520-C-25OOP) Street Light Foundations and Survey Monuments Traffic Signal Foundations 350-C-27 Concreted-Rock Erosion Protection 31 0-C-17 SECTION 200 - ROCK MATERIALS Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-1 1.3.1 200-2 UNTREATED BASE MATERIALS 200-2.1 General. 200-2.2) or crushed miscellaneous base (Section 200-2.4). Add the following: Aggregate base shall be crushed aggregate base (Section SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 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. Q Revised 10/08/03 Page 72 of 93 Pages SECTION 207 - PIPE Property Method Thickness ASTM D2103 Tensile strength ASTM D882 Elongation ASTM D882-88 Printability ASTM D2578 Flexibility ASTM D671-81 Inks Manufacturing specifications Message repeat Manufacturing specifications Foil Manufacturing specifications Top layer Manufacturing specifications Bottom layer Manufacturing specifications Adhesives Manufacturing specifications Bond strength Colors APWA Code Boiling H20 at 100 degrees Celsius Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Value 01 14 mm (0.0056”) 4500q/cm (25 Ibshnch) (5,500 PSI) <50 percent at break >50 d ynes/squa re centimeter Pliable hand Heat-set Mylex Every 500 mm(20”) Dead soWannealed Virgin PET Virgin LDPE >30 percent, solid 1 S#/R Five hours without peel See Table 207-25.1 (B) Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005”) overall thickness, with no less than a 35 gauge (AWG), 0.1 4 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207- 25 (B). Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. a Revised 10/08/03 Contract No. PKS 03-08 Page 73 of 93 Pages _I__-. ______ - ~_____ - - ______ Add the following section: 207-25.2 Materials Approvals. requirements of each of the following agency/association publications. Detectable Underground Utility Marking Tape shall meet the A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping 831.8, paragraph 192.321 (e). . B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1 109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1 501 , Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1 , Clause 18.1 .l. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, “Signals, Lighting and Traffic Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and materials and methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section 209 SSPWC is unmodified except as specified in sections other than section 209, “Signals, Lighting and Electrical Systems”, herein. For section 209, “Signals, Lighting and Electrical Systems”, for all elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and installing, modifying or removing one or more lighting systems, communication systems, electrical equipment, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. The locations of standards, lighting fixtures, 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 Electrical Systems.” Plans. - For this Section (Section 209) plans shall include all documents listed in Section 2.5, “Plans and Specifications”. e Revised 10/08/03 Contract No. PKS 03-08 Page 74 of 93 Pages 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 1999 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 209-1.04 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. The Contractor shall ascertain the exact location and depth of existing conduits, pull boxes, irrigation lines, valves and heads and any other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor’s operations, the Contractor shall, at the Contractor’s expense, repair or replace damaged facilities promptly in accordance with these specifications. 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. 209-1.06 Scheduling of Work. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed, and metallic conduit bonded 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. . a Revised 10108/03 Contract No. PKS 03-08 Page 75 of 93 Pages The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, “Structure Backfill” or 306-1.3, “Backfill and Densification,” depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7- 9, “Protection and Restoration of Existing Improvements” and 306-1.5, ‘Trench Resurfacing” Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2”) with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 209-2.03 Foundations. Portland cement materials and construction methods shall conform to Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 303, “Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest on firm ground. 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. a Revised 10/08/03 Contract No. PKS 03-08 Page 76 of 93 Pages The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2, “Ordinary Surface Finish,” shall be applied to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2, “Changes Initiated By The Agency.” Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed. When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1.0 m (3’) below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as directed by the Engineer. In unpaved areas, a 1 .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 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 .l, “Structural Welding Code,” and to the requirements in this Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. 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. 1) 209-2.058 Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure a Revised 10/08/03 Contract No. PKS 03-08 Page 77 of 93 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 pro- vide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal c~onduit 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 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 (24“) below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than (24”) below finished grade in all other areas. Conduit couplings shall be located at least 150 mm (6“) from face of foundation. 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. - Revised 10/08/03 Contract No. PKS 03-08 Page 78 of 93 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 Covers shall be secured with 9 mm (3/i‘) 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 (1/4‘1) thick, with the letters raised a minimum of 1.5 mm Strips shall be fastened to covers with 6 mm (’/;) 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 (l/,() 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/4(L) 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 (3/32’1). 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. TABLE 209-2.08A (A) CONDUCTORS 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: Revised 10/08/03 Contract No. PKS 03-08 Page 79 of 93 Pages 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 pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-2.05C, "Installation"; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (10') above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (1 ') of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter (3') of slack at each pull box. At least one meter (3') of slack shall be ieft 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: 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Where more than one conductor enters the sleeve of a ballast in- stalled in a pull box, the insulation and taping shall be applied between the conductors in such a manner as to provide a watertight joint. 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 mrn (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). 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): - Revised 10/08/03 Contract No. PKS 03-08 Page 80 of 93 Pages TABLE 209-2.09E(A) Property Shrinkaae Ratio Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and v Dielectric Strength Resistivity Tensile Strength Operating Temperature Water Absorption 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. .. allowed to cool to 25°C. 140 kV per 10 mm, minimum. 1013 6 mm, minimum. 14 MPa, minimum. -40°C to 90°C (1 35°C Emergency). 0.5 percent, maximum. 209-2.1 0 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/ls") 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 (3/1611) 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 209-2.1 1 Service. Electrical service installation and materials shall conform to the requirements of 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. 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. '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. . Revised 10/08/03 Contract No. PKS 03-08 Page 81 of 93 Pages Full compensation for furnishing and installing Agency-owned or permanent service poles, service equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors placed on utility-owned poles) shall be considered as included in the contract item of electrical work involved and no additional compensation will be allowed therefor. Where the service point is indeterminate and is shown on the plans as an “approximate location” or “service point not yet established”, the labor and materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, “Extra Work.” 209-2.1 4 conform to Appendix A ‘Technical Specifications” and the following: Testing. Attention is directed to Appendix A, “Technical Specifications.’’ Testing shall 209-2.146 Field Testing. following tests on all circuits, in the presence of the Engineer. Prior to start of functional testing, the Contractor shall perform the 209-2.146(1) Continuity. Each circuit shall be tested for continuity. 209-2.148(2) Ground. Each circuit shall be tested for grounds. 209-2.1 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 lhan 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. The Agency will maintain the system or systems during the test period and will pay the cost of elec- trical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing cir- cuits modified under the contract, except electrical energy, shall be at the Contractor‘s expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. 209-2.1 5 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. ?@ Revised 10/08/03 Contract No. PKS 03-08 Page 82 of 93 Pages 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 (10“) of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 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. 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 210-1.5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. 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 5958. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair senn’ceability 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 (’lgLI) average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the coating, to 100 mm (4”) x 200 mm (8) x 0.6 mm (0.0236”) test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. Revised 10/08/03 Contract No. PKS 03-08 Page 83 of 93 Pages 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. 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 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. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protection and Restoration of Existing Improvements.” Essting electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, “Clearing and Grubbing,” except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Existing Improvements” and 300-1 2, “Preservation of Property.” The Contractor will be required to repair or replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as determined by the Engineer, has been damaged or destroyed by reason of the Contractor’s operations. Attention is directed to the provisions in Section 209-2.03, “Foundations,” regarding foundations to be abandoned or removed. Holes resulting from removing pull boxes and detector frames shall be filled with material equivalent to the surrounding material. 209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new installation. Existing materials required to be relocated and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefor will be paid for as extra work as provided in Section 3-3, “Extra Work.” Revised 10/08/03 Contract No. PKS 03-08 Page 84 of 93 Pages 209-8 PAYMENT 209-8.01 Payment. The contract lump sum price or prices paid for lighting, for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid for various units of those systems; or the lump sum or per linear foot price paid for conduit of the various sizes, types and installation methods listed in the Engineer‘s Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate contract item); 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. When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pile (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.” SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 21 2-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-1 0-5 analysis. Hydroseed fertilizer shall be long-lasting, controlled-release, plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the minimum available percentages of nitrogen, phosphoric acid, potash and sulfur required by table 212- 1.2.5.1 (A) 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(B): a Revised 10/08/03 Contract No. PKS 03-08 Page 85 of 93 Pages Table 21 2-1.2.4(8) Property Minimum Dry Weight Nitrogen (1) Dry Weight Passing 25 mm (1”) Sieve Dry Weight Passing #4 Sieve Dry Weight Passing #50 Sieve Dry Weight Passing #lo0 Sieve Salinity (1) Iron ( Dilute acid soluble on dry weight basis) Wettability (1) 100% 95% 45% 30% Dry Weight Passing #16 Sieve Dry Weight Passing #30 Sieve 0% 0% 0.08% Ash (dry weight basis) 0% pH 6.0 Maximum 100% 100% 65% 40% (1) 10% 2% (1) --- 6.0% 7.0 (1) For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an ongoing quality assurance program that fulfills the requirements of the most recent version of the “Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods”. Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of “Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods”. Said submittal shall be in accordance with Section 2-5.3.3. SECTION 21 3 - ENGINEERING FABRICS Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/qr3 crushed rock and securely tied closed. Plastic bags are not acceptable. Revised 10/08/03 Contract No. PKS 03-08 Page 86 of 93 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated'to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for installation of conduits within the project limits other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for conduit installation, and no additional payment will be made. 1 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for conduit installation, 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. Revised 10/08/03 Contract No. PKS 03-08 Page 87 of 93 Pages 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. 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. Removal and disposal of surplus materials are included in the bid price for conduit installation. 300-2.9 Payment. add the following: Payment for work performed under sections 300-2.2.1, 300- 2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. .The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to structure excavation and backfill and no additional compensation will be made therefor. Except for unsuitable materials removed as part of the clearing and grubbing item unsuitable material encountered below grade will be paid for at the unit price bid for installation of Musco Sports Light Poles and Fixtures. 300-4 UNCLASSIFIED FILL 300-4.5 Placing Materials for Fills. add the following: The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3). Particles with dimensions greater than 75 mm (3’) shall be removed from the site. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material shall be broken to acceptable sizes or removed from the site by the Contractor. 300-4.6 Application of Water. add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557- 91. 300-4.7 Compaction. add the following: The Contractor shall compact all fill soils placed within the top 1 m (3’) to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6”) shall be compacted to 85%, +2% -5%, to allow for plant growth. Revised 10/08/03 Contract No. PKS 03-08 Page 88 of 93 Pages 300-4.9 Measurement and Payment. delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, “Unclassified Fill” will be paid for as a part of unclassified excavation, and no additional payment will be made therefor. Tests Test Method No. R-value Calif. 301 Expansion Index UBC Standard 18-2 Plasticity index ASTM D 424 Sieve Analvsis ASTM D 422 300-5 BORROW EXCAVATION. Requirements 40 Min. 10 Max. 4 Max. Percent Passinn 751~ (No. 200) 15 Max. Add the following section: 300-5.2.1 Imported Borrow Properties.. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300- 5.2.1(A) and the following requirements. Rock included in the top 1 m (3’) of imported borrow shall be particles of less than 75 mm (3). Rock included below the top 1 m (3’) of imported borrow shall be particles of less than 150 mm (6’). 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporaty earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the “Best Management Practices”, hereinafter BMP, defined and described in the, “Stormwater Best Management Practice Handbook, Construction”, January 2003 as published by the California Stormwater Quality Association,. The Contractor shall maintain a copy of the ” Stormwater Best Management Practice Handbook, Construction ‘I, January 2003 edition the project site and shall conduct its operations in conformity to said Handbook. a Revised 10/08/03 Contract No. PKS 03-08 Page 89 of 93 Pages Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with proteGted outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. b) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract, and no additional compensation will be allowed therefor. 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 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. Relative Compaction. 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. e Revised 10/08/03 Contract No. PKS 03-08 Page 90 of 93 Pages SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3) high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Sewer Service Lateral S I Irrigation Water Lateral or Sleeve 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. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306.1.2.2 Pipe Laying. add the following: The Contractor shall place electrical conduit per SDG&E plans, Construction Order No. 2791 980, Project No. 335399-020. 306-1.3.1 General. add the following: The Contractor shall install detectable underground utility marking tape 75 mm (3) above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq . 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (1 2") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. Revised 10/08/03 Contract No. PKS 03-08 Page 91 of 93 Pages 306-1 S.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1 51, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. Soil Amendment Agricultural Gypsum Iron Sulfate Calcium Carbonate Lime .Organic Soil Amendment 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall abandon in place all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall plug said pipelines and conduits with properly concrete or suitable manufactured caps. Payment for removal and disposal of abandoned utilities shall be included in the bid for conduit installation, and no additional payment will be made. Metric Application Rate Approx. U.S. Application Rate 500 g per square meter 100 Ibs. per 1,000 square feet 50 g per square meter 10 Ibs. per 1,000 square feet 500 g per square meter 100 Ibs. per 1,000 square feet 0.041 15 cubic meters per square 5 cubic yards per 1,000 square feet meter (average depth 41 mm) (average depth 1 ’//,,,) SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3.2 Fertilization and Conditioning Procedures. add the following: The Contractor shall cultivate the surface of all areas to be planted by discing, ripping or scarifying the finish grade. After cultivation the Contractor shall clear the planting areas of stones to the depth of cultivation and shall be rake the planting areas to a smooth friable and plantable surface. The Contractor shall cultivate all planting areas, except slopes steeper than 3-1/2:1 (horizontal to vertical), to a depth of 300 mm (6). After cultivation, the soil amendments shown in table 308-2.3.2(A) shall be thoroughly blended 150 mm (6”) deep in all planting areas. After surface preparation and application of the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property listed in Tables 308-2.3.2(B) and 308-2.3.2(C) and shall submit the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the acceptable ranges of soil properties shown in Tables 308-2.3.2(B) and 308-2.3.2(C) using such materials and methods as may be necessary. Organic soil amendment materials shall not be included in the samples used to determine compliance to the soil particle gradation requirements of Table 308-2.3.2(C). If adjustments are necessary the soil shall be tested by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(B) and 308-2.3.2(C) to determine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting or installation of turf: Prior to the start of any planting or installation of turf the surface and root area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certify, in writing, that the ground surface has been prepared in accordance with this section and shall request inspection by the Engineer prior to any planting or installation of turf. The Contractor shall obtain the Engineer’s approval before any planting or installation of turf. e Revised 10/08/03 Contract No. PKS 03-08 Page 92 of 93 Pages -_ Soil Property Acceptable Range Test Method 6.5 to 7.3 Saturation Paste pH PH Dissolved Salts < 4.0 dS m-’ Saturation Paste ( Ece) Soluble Salts Liquid Limit N/A to 30 ASTMD423 , Plasticity Index NP to 10 ASTM D424 Repeatability Range of Test 2 0.1 pH * 7% rt2 +2 For areas to receive planting of all types, the Contractor shall amend the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 Ibs. per 1,000 square feet) into the top 150 mm (6”) of soil after the completion of adjustment of soil properties and acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting. Sieve Siize 19 mm (7;) 9.5 mm (‘/8)1) 4.75 mm (No. 4) 1.89 mm (No. 10) 475 pm (No. 40) 75 pm (No. 200) 308-4 PLANTING. Percent Passing 100 95 - 100 60 - 85 40 - 75 35 - 70 30 - 70 308-4.1 General. add the following: The Contractor shall perform actual planting or sod installations during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting or re-sidding shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer’s approval before planting operations begin. No more plants or turf shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants or turf as herein specified immediately after removal from their containers. 308-7 GUARANTEE. Add following: The Contractor shall guarantee all plant material, including ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. The Contractor shall replace, at its expense, all plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. 308-8 MEASUREMENT AND PAYMENT. add the following: The lump-sum or unit prices set forth in the contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete, maintain, and guarantee the planting and turf installation. Note: All trenches in grass areas of the project wi// require replacement with Common Bermuda Sod. The Contractor shall protect all other vegetation in place. Other plants and vegetation damaged by the Contractor during the course of work shall be replaced in kind to the satisfaction of the Engineer. a Revised 10/08/03 Contract No. PKS 03-08 Page 93 of 93 Pages APPENDIX A TECHNICAL SPECIFICATIONS August 27,2003 Electrical Specifications Chase Field Baseball Fields Lighting Project at Carlsbad, California Project No. 1929 Prepared By: REEDCORP ENGINEERING, INC. TABLE CONTENTS 1.01 1.02 1.03 1.04 1.05 1.06 1.07 1.08 1.09 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 2.01 2.02 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.10 2.1 1 3.01 3.02 3.03 2.04 3.05 3.06 3.07 4.01 4.02 4.03 4.04 4.05 4.06 4.07 4.08 PARTI: GENERAL 4 DESCRIPTION .......................................................................................................................................... 4 WORK IN DIVISION 16 ........................................................................................................................... 4 KNOWLEDGE .......................................................................................................................................... 5 DRAWINGS AND SPECJJ3CATIONS .................................................................................................... 6 SHOP DRAWINGS ................................................................................................................................... 6 PERMITS AND FEES ............................................................................................................................... 5 REGULATIONS AND CODES ................................................................................................................ 5 CONFLICTS .............................................................................................................................................. 6 LISTING AND APPROVAL ..................................................................................................................... 6 SUBMITTALS - AFTER AWARD OF THE CONTRACT ...................................................................... 6 SPARE PARTS .......................................................................................................................................... 7 INFORMATION TO MhACTURERS .............................................................................................. 8 AS BUILT DRAWINGS ............................................................................................................................ 8 LOCATIONS AND ACCESSIBILITY ..................................................................................................... 8 CLEANING OF EQUIphJllNl" MATERIALS AND PREMISES .......................................................... 8 OPERATION AND MAITTIENANCE INSTRUCTIONS ........................................................................ 8 OBSERVATION, TESTING AND ADJUSTMENT ................................................................................ 8 FINAL, OBSERVATION AND ACCEPTANCE .................................................................................... 10 GUARANTEE ......................................................................................................................................... 10 PROPOSED SUBSTITUTIONS AND APPROVED EQUALS: ............................................................ 10 PROTECTION OF EXISTING SITE IMPROVEMENTS ...................................................................... 11 PART 11: GENERAL MATERIALS 11 FINISHES ................................................................................................................................................ 11 WIRE AND CABLE CONDUCTORS .................................................................................................... 12 TIME SWITCHESR"OT0 CELL AND LIGHTING CONTROL(SEE PLANS) ..................................... 16 CONTACTORS AND RELAYS ............................................................................................................. 16 FUSES ...................................................................................................................................................... 16 MAIN SERVICE AND DISTRIBUTION SWITCHBOARD ................................................................. 16 (NOT USED) ............................................................................................................................................ 18 PANELBOARDS ..................................................................................................................................... 18 CONDUIT ................................................................................................................................................ 19 BOXES ..................................................................................................................................................... 21 WIRING DEVICES ................................................................................................................................. 24 PART 111 - LIGHTING FIXTURESLAMPSlBALLASTS 24 GENERAL ............................................................................................................................................... 24 LAMPS: ................................................................................................................................................... 25 BALLASTS .............................................................................................................................................. 25 TAMPER PROOF SCREWS ................................................................................................................... 26 LIGHT FIXTURES - GENERAL ............................................................................................................ 26 BALLFIELD FLOOD LIGHTING (SEE PART V OFTHIS SPECIF~CA~ON.) ............................................. 26 LENS AND DIFFUSERS ........................................................................................................................ 26 PART IV: GENERAL INSTALLATION 26 DESCRIPTION ........................................................................................................................................ 26 EXCAVATION AND BACKFILLING ................................................................................................... 26 HANGERS AND SUPPORTS ................................................................................................................. 27 LIGHTING FIXTURES (SEE PART I11 AND PART V) ............................................................................... 28 PULL WIRES .......................................................................................................................................... 28 JOINTS AND CONNECTIONS .............................................................................................................. 28 TERMINATION OF CONDUITS ........................................................................................................... 28 RUNNING OF EXPOSED CONDUIT .................................................................................................... 28 5.01 5.02 5.03 5.04 5.05 5.06 5.07 5.09 5.10 5.11 5.12 5.13 5.14 5.15 . 5.08 PART V: BALLFIELD LIGHTING 28 LIGHTING PERFORMANCE ................................................................................................................ 28 POINT BY POINT ANALYSIS .............................................................................................................. 32 INSPECTION AND VERIFICATION .................................................................................................... 33 LIGHT-STRUCTURE SYSTEM ............................................................................................................. 34 LUMINAIRE STRUCTURE ................................................................................................................... 35 WIRE HARNESS .................................................................................................................................... 36 ELECTRICAL COMPONENT ENCLOSURE (ECE) ............................................................................ 37 POLE STRUCTURE ................................................................................................................................ 39 FOUNDATION ........................................................................................................................................ 41 SAFETY SPECIAL CONDITIONS ......................................................................................................... 42 INSTALLATION ..................................................................................................................................... 44 PATENT RIGHTS AND INFRINGEMENT ........................................................................................... 45 MANUFACTURER'S REPRESENTATIVE ON SITE VISIT .............................................................. 45 DELIVERY REQUIREMENT ................................................................................................................ 45 ALTERNATE SUBMITTAL DATA TO BE PROVIDED ..................................................................... 46 ELECTRICAL GENERAL PROVISIONS PARTI: GENERAL 1.01 DESCRIPTION Division 16 includes everything necessary for and incidental to executing and completing electrical work, except as hereinafter excluded. 1.02 WORK IN DIVISION 16 Furnish and install all materials, labor and equipment necessary for complete and working electrical systems except as noted otherwise. The following list shall not be considered as a complete and detailed list of work and materials to be supplied, but shall be used as a guide. A. Switchboards, panel boards, distribution and branch circuit wiring for lighting and power systems. B. Lighting fixtures, lamps, poles, outlets, wiring devices, and connection of all equipment. C. Conduit and wiring, including final connections and all control systems. D. Misc. Items: Tests required by an InspectorEngineer. 0 Materials List and Shop Drawing submittals. Lighting pole foundations and excavation for pole foundations Spareparts. Submittal of work schedule. Record drawings and guarantee. Field measure and stake out locations of all proposed ballfield light standards and walkway light standards within reasonable time after award of contract and prior to ordering light standards. Cut, repairs and cleaning as necessary. 4 0 0 0 0 '0 0 0 Excavation, backfill and compaction for pull boxes, trenches, and equipment. Disposal of excess earth and debris shall be off-site or as lrected by Owner. Provide approved shoring, lights and barricades during construction. Bore under existing walks where possible. Saw-cut and repair existing walks and AC paving. Repair all damage to all existing improvements caused by this work including landscaping and irrigation systems. Empty conduits for future where shown on plans by "C.O." Obtain all necessary permits and Building Department inspections and include fees in this bid. 1.03 PERMITS AND FEES Secure and pay for all necessary permits (and testing per Paragraph 1.17). 1.04 REGULATIONS AND CODES All work and materials shall conform to the latest edition of amendments thereto of the following Codes where specified. 0 0 Underwriter's Laboratories, Inc. (UL). 0 Requirements of Federal, State, or County agencies having National Electrical Code, 1999 Edition or latest adopted edltion. National Electrical Manufacturer's Association (NEMA). Requirements of the serving utility companies. jurisdiction. Standard Specifications for Public Works, latest edition (herein referred to as "Standard Specifications"). 1.05 KNOWLEDGE It is anticipated and required that the Electrical Subcontractor be thoroughly familiar with National and Local Electrical Codes and Regulations. Every attempt has been made to eliminate unnecessary redundancy and duplication of requirements for materials and installation methods already contained in existing codes and regulations. 5 1.06 CONFLICTS When Drawings or Specifications call for materials or work different than, but not in conflict with, requirements of governing codes provide and install these materials or work. If there are any apparent conflicts between Drawings and Specifications and prevailing Codes and regulations, verify with City and Engineer. Do not proceed with any related work until such clarification has been made. Nothing in these Drawings or Specifications is to be construed to permit work in violation of governing codes. 1.07 LISTING AND APPROVAL All materials installed on this project shall be listed or approved by Underwriter's Laboratories, Inc. (UL) and shall bear the label thereof where applicable. Under certain conditions, such as when UL has not established testing procedures, no listing or approval is available. In these cases, obtain prior approval from local authorities and review with Owner and Engineer. 1.08 DRAWINGS AND SPECIFICATIONS Electrical Drawings are diagrammatic in many respects. Sizes and locations of equipment and wiring are shown to scale where possible but may be distorted for clarity on the Drawings to show all necessary bends, offsets, pull boxes and obstructions. Contractor shall install the Work to conform to the structure, preserve headroom and keep openings and passageways clear. 1.09 SHOP DRAWINGS Provide equipment and materials conforming to the Drawings and Specifications. Manufacturer's Shop Drawings will be reviewed by the Owner and Engineer as a service to the Contractor to assist him in obtaining equipment which is in compliance with Drawings and Specifications. However, Shop Drawings will not be accepted for review by the Owner and Engineer until the Contractor has reviewed them, signed as complete, and is satisfied that the equipment he is proposing to furnish will be in compliance with these Specifications and Drawings. 1.10 SUBMITTALS - AFTER AWARD OF THE CONTRACT A. Submittals. Within 7 days after award of Contract, submit six (6) sets of Shop drawings for the following items. 1. Switchgear, including service equipment, sub-distribution switchboards and panelboards, lighting and power panelboards, and other related items of equipment. 2. Wiring devices and plates. 3. Lighting fixtures, including installation details. 6 4. LampBallast information per Paragraph. 3.02. 5. Special systems as specified in this Contract. 6. Pole suppliers, Pole drawings (include order and delivery schedule). 7. Items listed in Par. 3.02 (lamps) and Part V. B. Substitution submittals if other than specified equipment (to be submitted with bid) Also see Paragraph. 1.20. 1. Substitute - To specified ballfield light system. All contractors bidding on project shall provide the following with hi's sealed bids if proposing substitution to specified project: 0 Manufacturer and Catalog brochure of proposed ballfield lighting fixture. 0 Manufacturer of proposed ballfield lighting pole with description of pole (i.e.: Tapered, round, hex, sectional, etc.) including Structural Engineering by a licensed California engineer. 0 Computerized photometric read out of submitted ballfield lighting fixture indicating footcandle read out as described in Part 5 of specifications. 0 Show compliance of photometrics and materials meeting specified product. Indicate substitution product will be submitted to Division of State Architect for review and pay all DSA fees and not delay project schedule. DSA requirements not in contract for this project. 2. Failure to submit above item l.lO,B (if substitution to specified product) with bid shall result in rejection of bid. 1.11 SPARE PARTS Provide spare parts per: 1. Fuses per 2.06, (including MUSCO fixtures per Part V). 2. 10% of all MUSCO lamps (minimum of 3). 3. 4-spare 250 watt HPS lamps. 7 1.12 INFORMATION TO MANUFACTURERS Furnish to the various equipment manufacturer's copies of Drawings and Specifications relating to their products. 1.13 AS BUILT DRAWINGS Keep an accurate daily dimensioned record on blueline prints of as-built locations, and of work which is installed. Provide to Owner reproducible transparencies with all as-built electrical conditions. 1.14 LOCATIONS AND ACCESSIBILITY Contractor shall fully inform himself regarding peculiarities and limitations of spaces available for installation of work and materials furnished and installed under this Division. Drawings indicate location and arrangement of conduit, equipment, and other items, and are to be followed as closely as possible. Work specified and not clearly defined by Drawings shall be installed and arranged in a manner satisfactory to the Engineer. In the event changes in indicated locations and arrangements are deemed necessary by the Owner, they shall be made by the Contractor without any additional charge provided that change is ordered before the work is installed and no extra materials or labor is required. The OwnerEngineer shall reserve the right to move any outlet or device, or pole six feet without additional charges by the Contractor prior to the rough-in. 1.15 CLEANING OF EQUIPMENT, hlATERIALS AND PREMISES Clean equipment and materials thoroughly. Leave surfaces to be painted smooth and clean, ready for painter. Clean entire premises of unused materials, rubbish, debris, and dirt created by work under this Division. 1.16 OPERATION AND MAINTENANCE INSTRUCTIONS Fully instruct and demonstrate to the City's operating personnel the performance, operation and maintenance of equipment. 1.17 OBSERVATION, TESTING AND ADJUSTMENT A. Covering Of Uninspected Work - Notification For Inspection. 1. Contractor shall notify the OwnerEngineer 48 hours (two working days) prior to observation for OwnerEngineer and Building Dept. B. Tests: 1. The Contractor shall make all tests required by the Engineer, the Electrical Inspection Division of the Building Department, or other authorities having jurisdiction. 2. The cost of all tests, the replacing andor repairing of any damage resulting from these tests and any otherwork necessary to replace materials, etc. not in accordance with the Electrical Ordinance, Safety Orders, Specifications and accompanying Drawings, shall be borne by the Contractor. 3. Should the Contractor refuse or neglect to make any tests necessary to satisfy the Engineer or his representative that he has carried out the true intent and meaning of the specifications and the accompanying drawings, the Owner may make such tests and charge the expense thereof to the Contractor, to be retained out of final payment. 4. Ground Tests a. Provide insulation resistance test for all new 120V through 208V wiring. In each conduit, insulation resistance shall be measured between each combination of two conductors including neutrals, metallic conduit or ground wire in case of non-metallic conduit. 1) Test shall be made before wiring connections to utilization equipment (lights, transformers, motors, etc.). 2) Testing shall be performed at either 500V D.C. for ten (10) seconds or at 1,OOOV D.C. for (1) second (3 seconds maximum). Test equipment shall be Associated Research, Biddle, Hitachi or Stichet. 3) Minimum acceptable insulation resistance is 10 meg-ohms. Measurements below this value are usually due to faulty or damaged insulation and must be replaced. For runs over 500 feet, consult with the Engineer for lower acceptable values or insulation resistance. b. Electrical ground test: The main electrical service ground bus shall be tested with grounding connections completed. 1) Testing shall be performed with either a three or four point: ground tester such as manufactured by Associated Research or Biddle 2) The total resistance measured between the main service ground bus and the earth shall not exceed 25 ohms under dry ground conditions. 9 c. Ground fault protection receptacle test: Each ground fault circuit protection receptacle shall be tested by the Contractor to insure proper operation, verify that the receptacles are installed in accordance with the manufacturer's instructions, including terminal connections secure. 1.18 FINAL OBSERVATION AND ACCEPTANCE After all requirements of Drawings and Specifications have been completed, representative of the Owner and Engineer will observe the Work. If requested by the Owner, the Contractor shall provide competent personnel to demonstrate the operation of any item or system involved. 1.19 GUARANTEE A. The Contractor shall furnish to the Owner a written warranty to guarantee all work under this contract to be free from defects of workmanship and materials for a period of one (1) year from date of acceptance of work and contract, and he shall guarantee to repair or otherwise make good at his own expense any defects developing within that period of time. Work shall be performed within 48 hours after receiving notice from the Owner. Notice may be by phone or letter. B. Warranty shall include all lighting ballasts and H.I.D./fluorescent lamps. C. Warranties for equipment furnished that have warranties greater than one year shall be extended to the Owner (in writing). 1.20 PROPOSED SUBSTITUTIONS AND APPROVED EQUALS: A. Equipment and wiring shown on Plans is for materials as specified. Should equipment of other manufacturers be approved and used, the Contractor shall make all changes in other equipment, conduit, wiring, or location of equipment, as approved by the Owner without charge to the Owner. B. All requests for substitutions shall be submitted in writing to Engineer ten (10) days prior to bid date. Engineer shall respond within two (2) working days as to acceptance. If accepted, floodlight and pole substitutions shall conform to Par. 1.10, B. It shall be the Contractor's responsibility to show that all products proposed for substitution are equal to the item specified, by submitting sufficient information to permit a comparative check, including three (3) copies of a complete materials list with brochures showing all substituted equipment. Materials list shall be indexed with job title. Material must be submitted with bid. Proposed substitutions submitted after bid will not be accepted. Submitting a catalog number and manufacturer's name and stating that the item will be furnished to meet specifications will not be acceptable. Changes in cost, schedule, performance and guarantee must be stated or noted as "no change". 10 C. The term "or approved equal" shall mean the product or this specified item used shall have equivalent or more performance, longevity, ease of maintenance and replacement based on the value of the item set forth in the specifications or plans, and then only after a submittal in writing, by the Contractor and written approval received. If, after installation substituted equipment is found not to be equal to material specified, it shall be replaced with approved material at no cost to the City. D. The Engineer reserves the right to charge the Contractor $200.00/hour (minimum of $400.00) for review of substitution. E. If requested by the Engineer provide a sample of any lighting fixture proposed as a substitution for a specified fixture. Sample fixture shall be delivered to the Engineer's office for review and shall be picked up within (10) working days after review comments have been received; any samples left over this time will be discarded by the Engineer. Decision of the Engineer regarding acceptability of any fixture is final. 1.21 PROTECTION OF EXISTING SITE IMPROVEMENTS Restore disturbed turf, landscaped areas, irrigation, concrete, AC paving, etc. Repair damaged park equipment and turf caused by Contractor to like-new condition including backfill and re-sodding of trench surface, backfill with screened topsoil (sandy loam amended with 20%fir shavings) screened @3/8- inch. Repairs to the irrigation system within 24 hours, and other existing underground utilities shall be made in accordance with the Standard Specifications for Public Works Construction, latest edition and included in contract. Materials shall be as designated by the Owner or Engineer. Notify the inspector immediately when any damage occurs. PART 11: GENERAL MATERIALS 2.01 FINISHES A. Metal Surfaces shall be cleaned by means of a process equivalent to "Parkerizing" and given a rust-inhibiting coat, such as zinc chromate, prior to application of finish paint. B. Surface-Mounted Equipment, such as panelboards, switch- boards, motor control centers, gutters, pull and junction boxes and cabinets for control, and signal systems, including telephone, and like items shall have a nameplate showing pertinent information. Nameplates shall be engraved, laminated bake-lite or aluminum, with white letters on black background. Attach with 6 x 32 self-tapping machine screws. Card holders, plastic tape or other means of attachment are not acceptable. Do not use abbreviations. C. Exterior surface mounted cabinets mounted to side of switchboard shall be painted same color as switchboard. 11 2.02 WIRE AND CABLE CONDUCTORS Wire and cable conductors shall be copper No. 12 AWG minimum unless specifically noted otherwise on Drawings. Type of wire shall be as follows: A. Type TH.W or T" (or dual rated THHND") 600 volt insulation may be used for all wiring and shall be used for all underground wiring (wet location). B. Type THHN, 600 Volt insulation shall be used for all branch circuit conductors installed in conduit above grade, outside of air conditioned spaces and other hot locations. (TH" not approved for underground). TH" shall also be used in light fixtures for feed- through wiring and in wire gutters. C. All conductors to be copper only. D. Cable Markers. 1. Lettering is to be black on a white background. 2. 3. Lettering is to be typed. Lettering shall be either: a white tape that is applied drectly to the cable and then covered with a clear heat-shrinkable material or typed directly on heat-shrinkable material, E. Conductors for General Wiring: Thermoplastic insulated rated for 600V manufactured in accordance with UL 83 and listed by an acceptable independent testing laboratory. 1. Provide 3/4 hard drawn copper conductors. Provide solid conductor for #12 AWG and smaller. Provide stranded conductors for #10 AWG and larger. F. Flexible Cords and Cables: Jacketed Type SO, suitable for use outdoors with thermoplastic insulated conductors rated for 600V and manufactured in accordance with UL62 and listed by and acceptable independent testing laboratory. G. Conductor Connectors for General Wiring: 1. Sizes No. 14 to No. 8: Splice with insulated spring wire connectors. a. Ideal No. 451,455, and 453. b. Minnesota Mining: Types Y, R, G and B. C. Buchanan No. B1, B2, and B4. 2. Sizes No. 6 or Larger, Copper: Splice and terminate with compression or pressure type connectors and terminal lugs. 12 t H. Provide connector sealing packs for splices that require complete protection from dampness and water where indicated. 1. Scotchlok No.'s 3576, 3577, and 3578, by 3M Company. I. Conductors for General Wiring: 1. Minimum 75 degree C temperature rated insulation on conductors, except where required due to high ambient temperature or otherwise indicated. 2. Conductors #4 and larger shall be THW, unless otherwise indicated. 3. Where installed in raceway exposed to direct sunlight outside buildings, provide minimum 90 degree C temperature rated insulation. 4. Minimum size conductors for power and lighting #12 AWG, except where noted. 5. Minimum size conductors for control circuits #14 AWG stranded with T"/" insulation. J. Use flexible cords and cables for connection of special equipment as indicated. Length not to exceed 72 inches. K. Ground Conductors: 1. Provide an insulated green ground conductor for all branch circuit wiring where indicated. 2. Bare copper conductor may be used. a. Install ground conductors in all non-metallic conduits as required by code. Install ground conductors in all motor branch circuits and all feeders. Where ground conductor size is not indicated, provide size as required for an equipment ground conductor by the National Electrical Code. b. Install ground conductors in all flexible metal conduits exceeding 72 inches in length unless conduit 'approved' for ground with UL label. L. Inspection 1. Check conduit system for damage and loose connections. Replace damaged sections. 2. Check for caps at conduit openings. conduit is free of dirt and moisture. Make sure that inside of 3. Pull mandrel, one size sma1ler”than the conduit, through entire length of all underground conduits prior to conductor installation. M. Installation 1. Conductors for General Wiring: a. Color code conductors insulation as follows: SYSTEM VOLTAGE CONDUCTOR 208Y/120 480Y277 Phase A Phase B Phase C Black Brown Red Orange Blue Yellow Different switch leg and traveler color-coding may be utilized, but coding shall be consistent and unique for the various voltage systems. Project Record Drawings shall be provided noting the color coclmg system utilized. b. For conductors #6 AWG or larger, permanent plastic colored tape may be used to mark conductor in lieu of coded insulation. Tape shall cover not less than 2 inches of conductor insulation within enclosure. - Provide color tape on each end and at all terminal points and splices on wire enclosed in conduit. - Provide color tape every 3 feet on wire enclosed in a listed wireway. c. When pulling conductors do not exceed manufacturer’s recommended values. d. Use polypropylene or nylon ropes for pulling conductors. 14 -A N. Insulate splices with plastic electrical tape: Scotch No. 33+, Tomic No. lT, or equal. 0. Terminate all control wires with terminal lugs on terminal boards not designed with pressure plates. If splices are needed, use same procedure, installing a terminal board in a junction box for protection. P. Vertical cable supports shall be O.Z. Gedney, type M or equal. Q. Identification 1. Feeders: Identify with the corresponding circuit designation at over-current device and load ends, at all splices and in pull boxes. 2. Branch Circuits: Identify with the corresponding circuit designation at the overcurrent device and at all splices and devices. 3. Control Wires: Identify with the indicated number andor letter designation at all terminal points and connections. 4. Conductors Terminated By Others: Indicate location of opposite end of conductor, Le., Pull Box-Room 101. 5. For identification of conductors use plastic coated self-stichng markers such as Thomas & Betts E-Z Code. 6. Circuit designation is contrued to mean panel designation and circuit number, i.e., LA-13. R. Splices, Joints and Taps. 1. For wire in sizes No. 8 AWG and smaller, use Ideal "Wire-Nuts" or 3M "Scotchlocks". 2. For Copper Wire in sizes No. 6 AWG and larger, use Bumdy split- bolt type connectors. 3. Make Splices, joints and taps, and connections to motors and re- lated equipment with approved solderless lugs sized for the wire or conductor size involved. S. Tagging of Conductors 1. Tag branch circuits in panelboards, in gutters, and in junction boxes where unused circuits terminate for purpose of identifying various circuits. 2. Tag feeders and mains in switchboards. 15 3. Tag with adhesive type of marker manufactured by Brady as distributed by Graybar Electric Co. T. Branch Circuit and Feeder Wiring for all systems shall be continuous from switch to terminal or farthest outlet. No joint shall be made except in pull junction or outlet boxes, or in panel or switchboard gutters. U. Installation. Thoroughly clean conduit and wire-ways and ensure all parts are perfectly dry before pulling wires. Do not install permanent wiring, without special permission from the Owner, until plastering is done and dirt removed. Wire shall be neatly arranged and laced together. 2.03 TIME SWITCHESA'HOTO CELL AND LIGHTING CONTROL(See Plans) 2.04 CONTACTORS AND RELAYS A. Electrically operated, magnetically held as required with coil contacts, no overload, 250 volt or 600 volts AC as required. Amperage and number of poles as indxated. Mount contactors on sound absorbing rubber mounts, Siemons, SQ-D or approved equal. B. Relays for control of individual night-lighting circuits as specified on plans. 2.05 F'USES A. Fuses shall be class "R" Type as indicated on Drawing, as manufactured by Bussman. No substitutions allowed. Furnish to the Owner two extra fuses of each size and type used in main switchboard in a metal hinges type box, size as required. All box mount in electrical room. All fuses shall be type required by plans (i.e., LPN-RK, KTN-RK, etc.). NOTE: Pull out "T" type fuses will be allowed where indicated on plans. 2.06 MAIN SERVICE AND DISTRIBUTION SWITCHBOARD A. Fully Rated System: 1. The entire main switchboard and electrical panel system shall be U.L. listed for fully rated system based on available A.I.C. fault current shown on Plans. The switchboard shall be braced for a minimum 65,000 A.I.C. 2. The short circuit current rating of each panel shall be equal to the lowest interrupting rating of any device installed but not more than the main rating at the system voltage. Additional or replacement devices shall be of same manufacturer, type designation and an equal or greater interrupting capacity. . 16 B. C. D. E. F. G. H. I. 3. Provide red engraved plate with white letters: "Switchboard is fully rated (type). Replacement devices shall be of same manufacturer, type designation and an equal or greater interrupting capacity." Copper bussing shall be 100ONSq. inch for 100% rating. Aluminum bussing shall be 750NSq. inch for 100% rating. Busbars: Rectangular cross-sections, full height (fully bussed for future add-ons) in each distribution section with horizontal cross busbars between sections. Fully insulated, UL rated tin plated aluminum, braced for 65,000 KASYM. If switchboard is located against a wall the top of the service/switchboard line-up shall be bolted to the wall with-in three feet of each end with 1/4" thick angle iron or PlOO uni-strut and fittings or with equal top support. If switchboard is free standing outdoor unit than bolt to concrete slab with 1/2" 0 Phillips red head wedge anchors 4" embedment. Cat. No. WS-1252 (4) bolts per unit (2 at each end). Contractor shall send switchboard shop drawing to Power Company Representative for approval by Power Company and confirmation that switch gear complies with Power Company regulations. All dimensions of switchgear are based on RSE-Sierra (714/529-347 1). Contractor is responsible for any substitution of equipment with greater dmensions than manufactured by RSE-Sierra and for allowed space and code clearances. Contactors and/or relays and or time clocks to mount in separate sections with hinged (lockable) doors. Time clocks andor any toggle or push button on-off devices to be mounted in separate barriered section with hinged lockable door and to have no live contacts or bussing exposed to operator. (Comply with Cal-Osha Title 8, Electrical Code 2320.1 and 23 20.2). Outdoor switchgear to have hinged pad lockable doors and padlock cover with door handle hardware at meter section capable of two padlocks. Provide single or three phases, 3 or 4 wire, switchboards, as shown on plans, containing circuit breakers and switches with ratings, components and arrangements as indicated on the single line drawings and herein specified. 17 J. Enclosure: Total enclosed sections bolted together to form a single floor standing section, NEMA Type 1 for indoor and NEMA 3R for outdoor general purpose with front access only. Sections 90" high and all of the same depth, width as required. Legal gauge sheet steel finished hammertone gray or manufacturer's standard gray baked enamel. K. Lugs: Shop drawings must indicate lug size based on the actual conductors to be provided. L. Main Circuit Protector: (As shown on plans - Circuit Breaker or Switch and Fuse): Molded case thermal magnetic circuit breaker pad lockable in the "off" position with minimum interrupting capacity of 42,000 symmetrical RMS amperes at voltage shown on plans. All multi pole units with common trip and single 'handle. Feeder rejection switch and fuses per single line diagram, provide one spare set of fuses of each size and type. Provide fuse holders in cabinet in electrical room or in switchboard; Label with nameplate "Spare Fuses." M. .Nameplates: Black-on-White engraved laminated plastic. Provide a main nameplate for each section with first line in 1/2" high letters stating (Example: "MAIN SWITCHBOARD") the second line in 1/4" high letters indicating the second line in 1/4" high letters indicating voltage, phases, amperes (of main busbars). and year. (Example: "480/277V, 3-phase, 4- wire-800A 2000".) Provide nameplate for each circuit protector. N. Installation: Use leveling screws to set the switchboard plumb and true, and with the bottom approximately 1" above finished floor slab. Completely fill space between the floor and the bottom of the switchboard with cement grout. 0. Provide switchgear and all components made by one of the following manufacturers: RSE, General Electric, Sylvania Square-D, or Siemens. P. Service entrance equipment shall include underground pull section combination service and distribution section, and shall conform to the requirements of the serving utility company. Q. All overcurrent protection devices (circuit breakers, switches) shall be U.L. listed for 75" C. terminations. All wire rating ampacities based on 75" C. (THHNlTHWN) copper. No aluminum wire allowed. 2.07 (NOT USED) 2.08 PANELBOARDS A. General Construction. Panels shall have hinged doors with pad lock hasps. Nema 3R construction for outdoor panels. 18 B. Panels shall contain thermal-magnetic trip (bolt-on type), QB circuit breakers rated for voltage as shown on drawings, 60 cycle, AC (10,000 A.I.C. rating for circuit breakers shall be per "fully rated" system and minimum 10,000A.I.C.) Ampere rating and number of poles are shown on panel schedules. C. Bus Size shall be as indicated. Where not shown, size the bus to equal ampacity of feeder switch or circuit breaker. In no case shall bus ampacity be less than 100 amperes. D. Finish. Where panels are mounted flush with wall, the trim and door shall be given a primer coat, to be finished painted by others. Where panels are surface mounted, all exposed surfaces shall be finished as specified previously. E. Nameplates. Panel nameplates shall be engraved and show panel name, voltage, phase and number of wire. Example: PANEL 120/208V 30,4W 2A F. Circuit Directory. Each circuit shall be identified by a card mounted on inside of panel door with following information neatly typed. All panel schedules to match exact field installation (as-built) conditions. Provide "correct" panel schedule inside panel with correct circuits, electrical loads and feeder size and wire type to panel. (Le.; No. 3/0 copper, TH"). G. Panel boards shall be same manufacture as switchboard (when new switchboard specified) including devices in panel board. H. All overcurrent protection devices (circuit breakers, switches) shall be U.L. listed for 75" C. terminations. All wire rating ampacities based on 75" C. (T"/T€€WN) copper. No aluminum wire allowed. 2.09 CONDUIT A. Rigid conduit shall be used when installed in concrete slabs, in concrete or masonry walls, exposed on exterior or exposed in interior wall below 4 feet above floor. B. Concrete Encasement. If concrete encasement of underground conduit is called for on plans, conduit shall be encased 3 inches on all sides with red mixed concrete envelope. Concrete mix shall be 5.5 sack, using pea gravel as aggregate. Use PVC SCH. 80 conduit only. C. (Not Used.) 19 D. EMT (Interior Use Only) E. F. G. H. I. J. K. L. M. N. 0. P. Flexible conduit: Use where indicated on drawings and in other locations due to structural condtions as permitted by code and with review of the Owner. Other locations permitted by N.E.C. and/or local Codes. Use of conduit and fittings not specified shall not be used without prior review of Engineer. Seal-tite flexible conduit shall be used for all final connections to motors and in wet, damp or outdoor areas where drawings indicate use of flexible conduit. Terminate conduit runs to rotating, adjustable, or moveable equipment with flexible connections. Install flexible isolating connections in conduit runs between building structure and air-conditioning equipment, transformers or other equipment transmitting vibration or noise. (Not Used) Do not use threadless conduit couplings for rigid conduit except for connections requiring union. Rigid conduit shall be terminated with metallic bushings. Terminate underground conduit stub-outs from building (or switchgear as indicated) into a 12” x 18” pullbox flush in grade. Conduit shall not be embedded in concrete slab less than 4 inches thick and conduit +1-1/4 inches and larger shall not be installed in slab. Install conduit embedded in concrete slabs not on grade between reinforcing bars and bottom of slab. For slabs on grade, install conduit below slab as specified. Non-metallic conduit (PVC SCH. 40) shall be installed underground and in duct banks. Bends and risers shall be PVC SCH. 80 with out of grade risers to be rigid steel conduit. Risers shall terminate at panels and pullboxes with double locknuts and insulated grounding bushing. Bare copper ground wire shall be installed in conduit runs between panels and pullboxes and connected to ground busing at each end. Ground wire shall be code sized or as indicated on drawings. Where installed below floor slabs or below grade, conduits shall be separated by a minimum of 3” between identical systems. ’ Non-metallic conduit in duct banks shall be installed as described in Concrete Encasement (if indicated on plan). 20 Q. Provide secure mounting facilities for conduits. Wire or plumber's tape shall not be used for hanging suspended conduit. Conduits shall not be secured to suspended ceiling hanger wires or to suspended ceiling structure. R. Provide junction or pullboxes where required for pulling conductors due to excessive numbers of bends or lengths of conduit runs. S. Provide expansion couplings wherever conduits cross expansion or seismic joints or for continuous straight runs in excess of 100 feet except when embedded in concrete. Expansion fittings shall have bonding jumper or be of grounding type. T. Re-route conduit where necessary to clear structural and mechanical obstructions. U. Bury underground conduit except under buildings to depth of not less than 24 inches below finish grade. Bury runs smaller than 1-1/4 inches to minimum depth of 6 inches under floor slabs and provide 3 inch concrete encasement. For conduit 1-1/2 inch and larger, trench sufficiently under floor slabs to provide a minimum buried depth of 36 inches below finish grade. Minimum depths are to top of conduits. V. Install long radius bends in underground service conduits and in other long underground runs in excess of 100 feet. Do not flatten or kink bends. W. Conduits installed in concrete, wet locations, exposed to weather, or underground shall have threads filled with red lead and oil before screwing into couplings and threaded fittings. X. Run conduits in spaces above suspended ceilings parallel to walls and floors. Y. Where more than two conduits are installed in one common concrete envelope, separate conduits with conduit spacers. 2.10 BOXES A. Outlet Boxes: 1. Pressed Steel Boxes: Knockout type, hot-dipped or electroplate galvanized. 2. Cast Iron Boxes: Hot-dipped or electroplate galvanized with threaded hubs. 3. Cast Iron Conduit Bodies: Hot-dipped or electroplate galvanized with threaded hubs. 21 4. Cast copper free aluminum conduit bodies with threaded hubs. 5. Covers for Pressed Steel Boxes: Hot-lpped or electroplate galvanized. 6. Outlet boxes manufactured in accordance with UL 514. 7. Pre-Cast Concrete Pull Boxes: As manufactured by Brooks or Associated Concrete Products and shown on drawings. 8. High impact resistant PVC boxes: As manufactured by Carlon, Sedco, or R&G Sloan. B. Cabinets: Sheet metal, prime coat and final coat of manufacturer's standard enamel or lacquer finish. Manufactured in accordance with UL 50. 1. Control Cabinet: NEMA 1 enclosure, door with butt hinges and flush handle latches. a. Provide with removable steel back panel. 2. Terminal Cabinets: NEMA 1 enclosure, door with concealed hinges and spring catch type flush cylinder locks. Key locks alike, provide two keys with each lock, with lock number etched in key. 3. Provide engraved plastic nameplates with 1/4" minimum height letters indicating designation of control and terminal cabinets as shown on the drawings. C. Outlet Boxes: 1. Ceiling Outlet Boxes: Not less than 4" octagonal by 2" deep. 2. Cast iron or cast aluminum device boxes and conduit bodies with metal covers for exposed conduit installation. Provide gasket for covers in wet areas. 3. Intercom Microphone and TV Outlet Boxes: Not less than 4- 11/16" square x 2-1/8" deep. 4. Provide floor boxes with quantity of gangs as required for power, communication or control as indicated. Use boxes with barriers where required. Provide carpet flanges in carpeted areas. 22 D. Pull and Junction Boxes: 1. Use sheet boxes NEMA Type 1 for indoor and NEMA Type 3R for outdoor installation, except as follows. a. Use pre-cast concrete boxes for boxes flush in finish grade where requiring a nominal capacity greater than 144 cubic inches, where located in vehicular traffic areas, or where indicated. b. Use polyvinyl chloride (PVC) boxes flush in finish grade where the nominal internal volume is less than or equal to 144 cubic inches or where indicated. c. Use cast iron boxes for boxes flush in slab on grade. 2. Where exposed to weather, provide rain-tight hubs for conduits entering the boxes, top and sides only. 3. Pullboxes in Grade a. Quickset No. EQ-17 (or as indicated on plans) concrete type for all lighting circuits in landscape areas. Provide bolt-down concrete lid in landscape areas and steel traffic lids in driving areas and walkways. All lids shall be engraved "electrical." b. Set pullbox on compacted pea gravel base (minimum 12 inches of base material). c. All splices inside pullbox to be wrapped and have waterproof compound applied around splice (skotchguard). Conductors to be identified with circuit number. See Section 2.02, H. E. Installation 1. Provide covers suitable for the fixtures or devices used. 2. Make outlet box covers flush with finished surfaces. 3. Close unused open knockouts with knockout seals. 4. Provide pull boxes junction boxes in all branch circuit and feeder runs as indicated. Do not provide pull boxes unless they are indicated or required by the Electrical Code. 5. Do not locate boxes inpublic view unless specifically indicated. 23 6. Multiple gang boxes containing 277 volt switches shall have a barrier between each switch. 2.11 WIRING DEVICES A. Wall Switches 1. Quite toggle type 20A-120/277VY AC rated, with terminal screws to take up to #10 AWG conductors, color ivory except where noted otherwi se. B. Receptacles: 1. NEMA 5-20, 20A-l25V, straight blade ground type, color ivory except where noted otherwise. C. Exterior Plates: 1. Weatherproof, gasketed, die cast aluminum with self-closing, hinged cover. It shall be listed as weatherproof in the open position. Hubbell Cat. No. 5206WO or equal for duplex receptacles, Hubbell Cat. No. 7420 or equal for switches. NEMA 3R polycarbonate plates as manufactured by "Jaymac Corporation" for GFCI receptacles (see 3.04). D. Installation 1. Mount switches and receptacles in vertical position in building interiors, unless otherwise noted. 2. Mount receptacles with weatherproof plates in horizontal position. 3. Install receptacles mounted vertically so that the ground contact falls on the top position, and horizontally mounted receptacles with neutral pole in top position. PART I11 - LIGHTING FIXTURES/LAMPS/BALLASTS 3.01 GENERAL A. Provide light fixtures complete including lamps, ballasts, sockets, housings, ceiling trim rings for special ceilings, brackets, diffusersfienses and outlet boxes. 24 B. The catalog numbers included in the description of the various types of lighting fixtures shall be basically considered to establish the type or class of the fixture with a particular manufacturer only. The fixture length, number of lamps, component materials, accessories, mounting type and all other features required to fulfill the total description of the fixture based on all drawing and specification information shall be complied with regardless of whether or not the catalog number specifically includes these features. If any conflict exists between the catalog number and the description, the Contractor shall either resolve the conflict with the Owner prior to submittal of his bid or furnish the fixture to meet the intent as later interpreted by the Owner without change in contract price. C. Lighting fixtures shall be of types as indicated in fixture schedule on drawings. D. All fixtures of one type shall be of one manufacturer and of identical finish and appearance, unless indicated otherwise on drawings. 3.02 LAMPS: A. Submit certification letter from manufacturers of lamps and ballasts stating the specific lamp and ballast combination comply with manufacturer's approval for the combined use, shown on the drawings. Lamps manufactured 360 days prior to start of construction shall not be used. B. Submit manufacturer's certified lamp and ballast test report data showing compliance with contract document. C. Provide complete manufacturers catalog data information for each light fixture, ballast and lamp. D. Lamps shall be new, of wattage indicated and shall be as manufactured by General Electric, Westinghouse (W&K trademark), Phillips or S ylvania. Each fixture or lighting outlet shall be supplied with the proper lamp. E. High pressure sodium and metal halide lamps shall be clear unless noted otherwise on drawings. 3.03 BALLASTS A. Metal halide and high pressure sodium, fixtures equipped with constant wattage, H.P.F. ballasts. 25 2.04 TAMPER PROOF SCREWS Provide tamper proof screws on all exterior electrical junction box cover plates and light fixtures below 8 feet. Provide two sets of matching screwdnvers for each type screw. 3.05 LIGHT FIXTURES - GENERAL A. Lighting fixtures shall have all parts and fittings necessary to complete and properly install the fixture. All fixtures shall be equipped with lamps of size and type specified. B. Fixtures shall be wired from outlet boxes supplied with fixture to socket with #14 AWG Underwriters' Type BS1"AF'' or "CF" fixture wire. Electrical 16000. C. The fixture to bear Underwriter's label of approval for the wattage indicated. D. Light fixtures installed outdoors in damp or wet locations shall be U.L. labeled for said location. 3.06 BALLFIELD FLOOD LIGHTING (See Part V of this Specification.) 3.07 * LENS AND DIFFUSERS A. Lens and diffusers shall be completely cleaned of all dust, dirt and fingerprints after the installation of the light fixtures. PART IV: GENERAL INSTALLATION 4.01 DESCRIPTION Installation requirements specified herein are general in nature and are not necessarily complete. All installation requirements listed may not be used. 4.02 EXCAVATION AND BACKFILLING Excavation and backfilling required for electrical work shall be performed under this section, unless otherwise specified, and shall conform to requirements of applicable sections of these specifications and public authorities having jurisdiction. A. The contractor shall make all necessary excavations for footings and slabs and do any additional excavations necessary to provide ample room for installation of concrete forms where required. Sides of footings may be poured against undisturbed soil if Soils Engineer approves. Bottom of footing excavations shall be level, free from loose materials, and brought to the indicated or required grades in undisturbed earth. All excavations shall be kept free from standmg water. The Contractor shall do all pumping or drainage that may be necessary in carrying on the work. . 26 Should excavations for footings through error be excavated to a greater depth or size than indicated or required, such additional depth or size shall be filled with concrete as specified for footings at the Contractor's expense. B. Backfilling: 0 Select site material shall be used for backfill of trenches and shall be free from large stones and clods. Material shall be as approved by the Soils Engineer or owner. Backfill shall be deposited in layers of maximum six inch (6") thickness. 0 Layers of backfill shall be moistened with water, the amount to be rigidly controlled to insure optimum moisture conditions for the type of fill material used. Excess water causing saturated earth beneath footings, walks, and curbs will no be permitted. Backfill shall be compacted by suitable means to a minimum of ninety percent (90%). 0 All trenches shall be backfilled in accordance with this section and may be tested at the discretion of the Owner. C. Placement of Aggregate Base: (If indicated on Plans) All subgrade work shall be completed, inspected, and approved prior to placements of aggregate base material. Aggregate base material shall be placed to the thickness matching existing and compacted to required density. Compaction tests shall be as required and approved by the Soils Engineer prior to placement of A.C. paving. D. Dust and Noise Abatement: During the entire period of construction, site areas shall be kept sprinkled as necessary to reduce dust in the air and annoyance to surrounding properties. Adhere to the requirements of the Local Ordinances for dust and noise control. 4.03 HANGERS AND SUPPORTS Provide inserts, hangers and supports required for supporting switches, conduits, junction and pull boxes, fixtures and similar materials and equipment 27 4.04 4.05 ' 4.06 4.07 4.08 LIGHTING FIXTURES (See Part I11 and Part V) PULL WIRES Provide a 1/8" size polypropylene pull wire in all empty conduits, including those for signal and telephone systems. Identify conduits at exposed ends with tags. Tags shall identify location of other end of conduit. JOINTS AND CONNECTIONS Cut conduit squarely and ream ends to remove burrs. Close open ends of conduit, unless in a closed box or cabinet, with approved conduit caps or closures as soon as installed and keep closed until ready to pull in conductors. TERMINATION OF CONDUITS Terminate conduits of 1-1/4" size and larger with insulated bushings, with grounding lugs where required, O.Z. Type BLG, or equal. RUNNING OF EXPOSED CONDUIT Run exposed conduit parallel or perpendicular to builQng structure. Bends for conduits used for telephone systems shall be long radius. PART V: BALLFIELD LIGHTING 5.01 LIGHTING PERFORMANCE The manufacturer shall supply lighting equipment and computer generated point by point analysis to meet the following: 1. Performance Criteria a. All computer generated point by point light scans shall be base on a maximum of 155,000 lumens per lamp. b. The specified light levels shall be derived by applying Light Loss Factors to the Initial and Maintained lighting designs in the following manner (Per IESNA Lighting Handbook Reference and Application, Ninth Edition, page 9-17). c. Light levels are to be based on footcandles as calculated from the photometric report of the luminaire (per the lamp manufacturer's 100 hour lamp lumens) x Ballast Factor x Voltage Factor x Ambient Temperature Factor x Lamp Tilt Factor. The average Initial Light Levels shall meet or exceed the following: 28 Area of Lighting Infield 62.50 footcandles I Baseball Field #1 I I I Outfield 3 7.50 footcandles Baseball Field #2 Baseball Field #3 d. Target (or Maintained) Light Levels are based on Initial Light Levels multiplied by the Recoverable Light Loss Factor of (0.80). The average Target Light Levels shall meet or exceed the following: 62.50 footcan’dles 37.50 footcandles 62.50 footcandles 37.50 footcandles Area of Lighting Infield 50 footcandles I Baseball Field #1 Outfield 30 footcandles ~ Baseball Field #2 Baseball Field #3 e. The manufacturer guarantees field light intensity levels and uniformity ratios at initial start-up or within the first fifteen (15) hours of operation. Light level readings shall be completed as detailed in the point by point analysis specification. 50 footcandles 30 footcandles 50 footcandles 30 footcandles 2. Performance Criteria - Light Uniformity Area of Lighting Baseball Field #1 a. Maximum to Minimum Uniformity Ratio - The uniformities of the playing field shall be measured by comparing the maximum reading to the minimum reading. This ratio shall not exceed the following: Infield Outfield 2.0: 1 2.5: 1 Baseball Field #2 Baseball Field #3 2.0: 1 2.5: 1 - 2.0: 1 2.5: 1 b. Uniformity gradient (UG) - The ratio of greater footcandles to lesser footcandle levels between any two adjacent points in the defined grid, shall not exceed the following: 29 Area of Lighting Baseball Field #1 Infield Outfield 1.483 1.515 3. Energy Usage Baseball Field #2 Baseball Field #3 a. Kilowatt consumption - The kilowatt consumption based on the required number of fixtures to meet the specified light levels shall not exceed the following specified kilowatts per hour: 1.586 1.664 1.555 1.578 Area of Lighting All Fields Combined b. Penalty for kilowatt consumption exceeding the maximum allowable to achieve the light performance shall be as follows: KW Consumption 105.60 20 years (life cycle) x 2 x $.lo per lulowatt hour x number of kw exceeding specification x hours of use per year = penalty for non-compliance. 4. Glare/Spill Light 30 a. To ensure proper aiming angles for reduced glare and to provide better playability, the pole mounting heights from the playing field surface shall not be less than 60 feet. From Property Line Maximum Footcandles b. Photometric reports must be provided to demonstrate the capability of achieving the specified photometric performance. Photometric reports must contain candela tabulations for each reflector type utilized. Each report must have the minimum quantity of test points as defined by the IESNA publication LM-35-89 or the most recent edition. Only reports from an independent testing laboratory with a minimum of five years of experience or an NVLAP accredited laboratory will be accepted. Horizontal Footcandles Footcandles with meter aimed toward brightest light bank 7.93 12.28 c. Maximum Spill Light Values - Light levels shall not exceed the designated maximum footcandles or average footcandles shown below. These levels shall be shown as initial footcandles and shall be measured from the property line in any direction. ~ Average Footcandles 2.52 4.13 d. Arc Tube Brightness (Luminance) - No portion of the arc tube shall be visible at any horizontal angle greater than 35 degrees, measured from the geometric center of the lamp’s arc tube, as viewed from any vertical angle above photometric center. No portion of the arc tube shall be visible at any vertical angle greater than 12 degrees, measured from the geometric center of the lamp’s arc tube, as viewed from any horizontal angle. e. Upper Beam Definition - No one fixture shall exceed the candlepower or the specified degrees above the center of the beam in the vertical plane as specified in the following table. A candlepower value of 12,000 is the amount of luminous intensity that often begins to cause discomfort and interfere with vision and closely approximates the intensity of low beam headlights. The referenced candlepower should not consider the fixture’s tilt factor. 31 Beam Vertical Candlepower NEMA Classification 2 12,000 3 12,000 4 12.000 Degrees Above the Center of the Beam in the Vertical Plane 18 degrees 19 degrees 19 degrees 5 6 Y 12,000 25 degrees 12,000 27 degrees Beam Vertical NEMA Classification 2 5.02 POINT BY POINT ANALYSIS Minimum Candlepower to be Achieved 993 .OOO Degrees Below the Center of the Beam in the Vertical Plane - 1 .O demees 1. Computer Models - Test Stations 3 4 520,000 -1.5 degrees 3 1 1 .OOO -2.5 demees 5 6 32 153,000 -4.0 degrees 130.000 -5.0 demees Area of Lighting Baseball #1 Infield Baseball #1 Outfield Baseball #2 Infield # of Points Size of Area to be Grid Spacing 25 80' x 80' 20' x 20' 58 Entire Outfield Area 20' x 20' 25 80' x 80' 20' x 20' Covered Baseball #2 Outfield Baseball #3 Infield Baseball #3 Outfield ~ 58 Entire Outfield Area 20' x 20' 25 so x 80' 20' x 20' 58 Entire Outfield Area 20' x 20' Submitted computer models shall depict the Measurements of light shall be demonstrated on a computer generated model which consists of a grid of a specified number of points covering a stated area on an equally spaced grid. See the below chart for the exact specifications of points, areas, and gnd spacing for each field. a. Bidder shall submit two (2) different models, one depicting initial design and the second depicting light levels with described maintenance factor applied. 2. Submitted spilVglare computer models shall depict the field test stations as being on the property line, and the test stations shall be shown every 30’ along the line. Bidder shall submit two (2) different models, as described below: a. Horizontal footcandles - models shall represent readings taken with the meter positioned horizontal 36 inches above grade. b. Maximum footcandles - models shall represent readings taken with the test cell positioned 36 inches above grade and aimed at the brightest light source. 5.03 INSPECTION AND VERIFICATION 1. Test and Measurement Procedures a. The lighting manufacturer guarantees the specified illumination levels and uniformity ratios at initial start-up or within the first fifteen (15) hours of operation. The measured illumination levels must be equal to or greater than the specified average initial illumination levels. Corrective action should be taken to bring the installation into conformance with these expectations. b. Testing of the facility shall be done based on the test stations as described in section B. 1. c. All testing will be done with entire facility illuminated. d. Horizontal footcandle readings shall be measured with the test cell positioned horizontal 36 inches above grade. e. Maximum footcandles shall be measured with the test cell positioned 36 inches above grade and aimed at the brightest light source from the tested field. 33 f. In the event that the specified spill light readmgs as defined in Section B.l are exceeded in the field, ambient light readings shall be taken and subtracted from the respective light readings. The ambient readings must be taken at the same location and orientation as the previously recorded readings. The manufacturer will be required to grid the complete field(s) based on the computer models submitted requirements and take readings at each gnd point. The manufacturers will be required .to utilize two (2) separate Goosen Panalux meters or approved equals with proof of calibration certificates within the past six (6) months. The average of the two meter readings will be recorded as the light intensity of each grid point. g. h. For final approval of the project the manufacturer shall provide a final report from the test results that shall provide the following items: (1) Identification of number and location of the test stations, that shall agree in number and location with description provided in B. 1. (2) Actual horizontal footcandle readings taken at each test station. (3) Actual maximum footcandle readings taken at each spill/glare test station. (4) Number of hours of operation and number of system starts. 5.04 LIGHT-STRUCTURE SYSTEM General Description - The Light-Structure System as manufactured by Musco Sports Lighting, Model #LS-TLC-1500 shall consist of the listed equipment features below. 1. Pre-stressed centrifugal spun concrete base 2. Hot-dip galvanized steel shafts. 3. Hot-dip galvanized steel crossarms. 4. Fixture consisting of lamp, lamp socket, reflector, lens, lamp cone, reinforcing retaining ring. 5. UL listed fusing for the lamp circuits. 6. Enclosure to consist of: NEMA 3R enclosure with ballasts and capacitors. 34 . 7. Circuit disconnect utilized as a local electrical disconnecting device. 8. All wiring from the load side of the disconnect to the lamp socket 9. Plug-in or landing lug connection devices for all electrical circuits on the pole. 10. Aiming method for alignment of the luminaires. 1 1. Method for re-alignment of the luminaire after movement for relamping. 5.05 LUMINAIRE STRUCTURE 1. Factory Construction - The lamp and reflector mounting device shall be factory assembled to the crossarms and the crossarms shall be attached to a section of the pole by the manufacturer. 2. Single Photometric Unit - Each reflector shall be attached to the crossarm in such a way that its aiming position has been determined relative to all other fixtures on the pole so that in the factory all luminaires on the assembly are oriented to form a single photometric unit. 3. Lamps - Lamps shall be 1500 watt metal halide and shall meet ANSI designation M48PC-1500 and be Philips MH1500MZ or an approved equal. 4. Reflector and Lamp Supports - The reflector shall be fastened to the lamp cone with a reinforcing retaining ring containing an acrylic compressed fiber ring which centers and stabilizes the lamp in the reflector and provides heat shield to protect the lamp socket from heat. 5. Lens - A removable lens of impact and thermal resistant glass with silicone gasket shall be centered in a stainless steel lens rim and attached to the reflector with a hinged cable or chain. 6. Aiming - The manufacturer shall provide a memory positioning device for each luminaire on the assembly. The device shall provide for automatic repositioning of the aiming after relamping. 7. Field Alignment- Luminaire assembly shall be provided from the factory to the job site as a unit which may be universally oriented in a manner that the entire luminaire assembly can be field aimed as a single unit. 35 8. Materials and Coatings - All steel components shall be hot dip galvanized to the most current ASTM A-123 standards. High purity reflector grade aluminum shall be alzak finished. All .other aluminum components shall be polyurethane powder coat painted or anodized to MIL-A-8625E and coated with a clear thermoset polymer. All non-current carrying fasteners, hinges, and latches shall be stainless steel and shall be coated with thermoset epoxy type organic coatings such as Empigard to prevent galvanic interaction. 9. Crossarm Welding - Crossarms for the luminaire assembly shall be welded to the pole section before galvanizing by American Welding Society certified welders. Any addtional fasteners used for the attachment of accessories to the crossarm shall be stainless steel and coated with Empigard or equivalent. All weld joints utilized will be pre-qualified per the American Welding Society or qualified by an AWS certified inspector or testing firm. 10. Structural Strength - To assure continued alignment of the critical aiming of the luminaires and to avoid wind damage to the crossarms or its components, the crossarm, reflector, and its attachment to the pole shall be designed to withstand winds of 125 mph with a 1.3 gust factor. Luminaires shall be attached to the crossarm by a minimum of two bolts. To assure longterm durability the bolts shall be stainless steel. To avoid corrosive reaction to adjacent material the stainless material shall be Empigard coated. Also to protect against potential corrosive conditions there shall be no penetrations of the top or sides of the crossarms. 5.06 WIRE HARNESS 1. Strain Relief - The wiring harness shall be supported at the top of the pole by a stainless steel wire mesh grip matched to the size of the harness. There shall be not more than 13 conductors supported by a single wire mesh grip. If harness is longer than 65’ an interim wire mesh grip support shall be located approximately half way down the pole. 2. Strain Relief Slippage - There shall be protection around the conductors, in addition to the insulation to protect from damage from the wire mesh grip and also to avoid slippage of the grip on the wire harness. The wire mesh grip shall also be clamped to the harness with a cable tie at the bottom of the grip to avoid loosening. Pole Attachment - The wire mesh grip shall be mechanically attached to the pole to an enclosed mounting loop so that it cannot accidentally be removed in any direction. 3. 36 4. Spiral Winding - The harness being supported by the wire mesh grip shall consist of multiple 14 gauge THHN conductors and shall be continuously spiral wound and bound with mylar wrap to prevent slippage of individual conductors within the wiring harness. Additionally, a cable tie shall be tightly wrapped around the harness at not more than 10’ increments. 5. Abrasion Protection Sleeving - The wire harness shall be completely encased in flexible abrasion resistant sleeving to alleviate wear on the insulation of the conductors caused by abrading the interior of the pole. The wire harness sleeving shall begin no more than 32 inches from the top of the wire harness and end no more than 5 inches from the bottom of the wire harness. If additional wire mesh grips are provided, the sleeving shall begin no more than 4 inches above and below the grip. 6. Labeling - All wiring harness conductors shall be color-coded and clearly labeled. 7. Plug Ins - Each end of the wire harness shall be terminated into a plug-in with conductors sequenced consistent with the pattern of the wiring schematic provided by the manufacturer. 5.07 ELECTRICAL COMPONENT ENCLOSURE (ECE) 1. NEMA 3R - The ECE shall be a NEMA 3R rated gasketed enclosure to house the ballasts, capacitors, fuses, circuit disconnect, and distribution lugs. 2. Material - ECE shall be constructed out of .080” thick 5052-H32 aluminum for high corrosion resistance and thermal conduction. Optional: Steel materials galvanized prior to fabrication will not be accepted. 3. Coating - ECE shall be coated with 1.5-2.5 mils of high thermally radiant polyester powder coat paint. Paint shall pass the following performance tests: Method DescriDtion Value ASTM D2794 Dir./Rev. Impact 120 in.-lbs./l20in.- lbs. ASTM D522 Flexibility, Mandrel 118” Dia. (no fracture) ASTM D3363 Pencil Hardness 3H ASTM D3359 Cross Hatch AdhesionSB (no loss) ASTM B117 S a1 t Spray 1,000 Hrs. 4. Two Compartments - The ECE shall be divided into two compartments. The upper compartment shall house the ballasts, capacitors, and fuses. The lower compartment shall provide for the circuit disconnect, distribution lugs, and connection of all circuits coming into and out of the ECE. 37 5. Stainless Steel - All latches, hinges, and non-current carrying fasteners, either outside or inside the enclosure, shall be stainless steel of at least an 18-8 standard. All stainless steel shall be passivated and plated with .0002” thick cadmium to prevent galvanic interaction and to maintain electrical contact for grounding purposes. 6. Hinged Door Access - The access door to the ECE shall be attached by a full-length stainless steel or powder coated aluminum hinge and shall be secured when closed by lockable stainless steel latches. 7. Pole Attachment - The ECE shall attach to the pole by means of a device which is sufficient to align the ECE and support its weight. There shall be a sealed joint with a non-threaded connection to provide wiring access from the pole to the ECE for both the primary and secondary circuits. The connection shall be gasketed for water-tight protection. All wire passages shall be protected to prevent wire abrasion or damage. 8. Capacitors - In the ECE, capacitor cases shall be made from aluminum. The capacitor case shall not make direct contact with surface of the ECE, but shall be mounted on an aluminum channel. The capacitor case shall be grounded to the ECE. Capacitors shall be rated in unison with the ballast to operate the lamps at the specified wattage. 9. Disconnecting Device - There shall be provided within the ECE a UL listed circuit disconnect utilized as a local electrical disconnecting device such that electrical power to all equipment on the pole served by the feeder circuit shall be disengaged by the operation of one switch. The breaker shall be located in a compartment separated from any capacitors or ballasts. 10. Lugs - The breaker shall provide landing lugs for the conductors which provide power to the pole. 11. Distribution Terminal Blocks - There shall be provided by the manufacturer a set of distribution terminal blocks which shall be factory wired from the breaker to the blocks. These blocks shall provide for termination of all ballast connection wiring. 12. Fusing - There shall be provided an individual fuse in a supported fuse block for each ballast conductor, except neutral conductors which shall not be fused or switched. 13. Plug-In - All lamp supply circuits in the ECE shall be color-coded and labeled and shall terminate into a UL recognized plug-in device located in the lower compartment of the ECE in a manner suitable for plug-in to the wiring harness. 38 14. 15. 16. 17. 18. 19. Wire Harness Connection - The wiring harness circuits from the lamps shall be attached to the ECE circuits by UL recognized plug-in connectors. Grounding - There shall be provided in the ECE located in the lower compartment of the enclosure three (3) feet of #6 wire rigidly fastened to the enclosure for attachment to the pole ground lug. Ballast Type - There shall be an individual ballast for each luminaire. The ballast shall be a lead peak auto-regulating ballast and be available for use with any standard supply voltage. The ballast shall be located remote from the luminaire crossarm and shall be placed approximately ten (10) feet above ground level. Ballast box must be a NEMA 3R enclosure and must be manufactured by the Iuminaire assembly manufacturer and all mounting hardware shall be included with the ballast box assembly. The remote ballast system described above shall be located on the same pole as the luminaire assembly in the NEMA 3R enclosure with the capacitors. The assembly design shall be adaptable to various standard manufactured ballast and must retain UL listing. Drawings Attached - The manufacturer shall provide an electrical schematic of the ECE circuits, which schematic shall be of a durable material and affixed to the inside of the ECE door for use by maintenance personnel. Location - The ECE shall be attached to the pole with the lower end approximately 10’ above grade at the pole foundation. UL Listing - The ECE shall be listed b.y UL both for use with 90 degrees C rated supply conductors and as suitable for use in wet locations. 5.08 POLE STRUCTURE 1. Structural Design The stress analysis and safety factor of the poles shall conforrn to 2001 California Building Code. 2. Wind Loading The wind load on the pole shaft and all attachments shall be determined based on CBC 2001, 70 mph basic wind speed with 50 year mean recurrence, exposure category C. 3. Pole Material The pole shaft shall be constructed of low carbon, tapered tubular steel conforming to ASTM A595 Grade A or ASTM A572 Grade 65. A non- tapered section of pole conforming to ASTM A5 13 may be used at the top of the pole for attachment of the luminaire crossarms. 39 4. Direct Buried Steel To alleviate concerns of corrosion at or near grade level, and to eliminate the need for corrosion inspection and maintenance, direct buried steel poles will not be accepted. Al, A2-A3, A4 B1. B2-B3. B4 To eliminate the risk of fixture misalignment or electrical system damage due to pole twisting and warping, wood poles will not be accepted. - 60’ 70’ 5. Pole Shaft Connections All connections of pole shafts shall be telescopic with a minimum overlap of 1.5 times the inner diameter of the upper shaft at the exposed end. 6. Corrosion Protection - The pole shaft and luminaire crossanns shall be hot dip galvanized after fabrication to conform with ASTM A123. To ensure a high quality galvanized coating with good adherence, all steel components used for the pole shaft, luminaire crossarm, and other attachments must be of a steel content that conforms with ASTM A385. All exposed steel components of the pole shall be at least 18” above final grade to avoid exposure of the steel to moisture and oxygen laden air present both above and below the surface. There shall be a pole cap to cover the top of the pole and covers for all access openings in the pole wall so that rain will not enter the pole. All fasteners and attaching hardware shall either be stainless steel or be hot dip galvanized to conform with ASTM A153. 7. Height- Each pole shall provide the following mounting height above final grade at the location of the pole: Pole Designation MountinP: Heipht 40 5.09 FOUNDATION 1. 2. 3. 4. 5. 6. Foundation Design The foundation design shall conform to 2001 CBC. Precast Concrete Base The pole shall be supplied with a centrifugally cast, pre-stressed concrete base constructed of 9,500 psi concrete capable of carrying the structural loads from the steel pole shaft. The upper end of the base shall be tapered to allow a telescopic connection to the steel pole shaft. Exposed ends of prestressing steel shall be epoxy coated for corrosion protection. Backfill Backfill used for the foundation must be concrete. Due to the risk of shifting, and due to the risk of improper placement and compaction, gravel or crushed rock bacHill will not be accepted. Concrete Curing Any concrete which contains reinforcing steel shall be allowed to cure for a minimum of 28 days prior to erection of the pole onto the foundation. Foundation Drawings Project specific foundation drawings stamped by a registered. engineer in the State of California must be provided with the bid. The foundation drawings must list the moment, shear (horizontal) force, and axial (vertical) force at ground level for each pole. Soil Conditions The design criteria for these specifications are based on soil design parameters as outlined in the geotechnical report. If a geotechnical report is not provided by the owner, the foundation shall be based on soils that meet or exceed those of a Class 5 material as defined by 2001 CBC, Table 18-I-A. It shall be the contractors responsibility to notify the owner if soil conditions exist other than those on which the foundation design is based. The owner shall then be responsible and absorb the additional costs associated with: a. Providing engineered foundation embedment design by a registered engineer in the State of California for soils other than specified soil conditions. b. Additional materials required to achieve alternate foundation. 41 The design criteria for these specifications are based on readily excavated soil types. It shall be the contractors responsibility to notify the owner of soil conditions that cannot be readily excavated. The owner shall then be responsible and absorb the additional costs associated with excavation and removal of materials other than normal soils, such as rock, caliche, etc. Lightning Protection a. All structures shall be equipped with lightning protection meeting standards established by NFPA 780 (National Fire Protection Association). b. There shall be provided at each structure at least one copper-clad steel ground rod of not less than 5/8" in diameter and not less than 10' in length. An 8' ground rod would be permissible provided it extends vertically into the earth at least 10'. c. The ground rod(s) shall be connected to the structure by a copper main down conductor. This conductor shall be not less than a #2 conductor if the structure is 75' or less above grade. If the structure is greater than 75' above grade the conductor shall be not less than a #2/0 conductor. d. For steel poles, the main down conductor shall extend from the base of the steel pole to the ground rod(s) and shall be bonded to the steel pole and the equipment ground. All metal components on the pole shall be bonded to the pole. e. All main down conductors and all bonding conductors shall maintain a horizontal or downward coursing path, free from "U" or "V" (down and back up) pockets. Such pockets, often formed by metal components mounted below the pole top bond location, shall be provided with a down conductor from the base of the component to ground or to an adjacent main down conductor. f. No bend of any conductor shall form an included angle of less than 90 degrees nor shall it have a radius bend of less than 8". 5.10 SAFETY SPECIAL CONDITIONS 1. Listing - There shall be provided a UL listing for all electrical components from its connection to the feeder conductors, to its completion at the lamp socket including all connections. This listing shall be based upon UL testing and evaluation of the compatibility of the enclosures and the components for use in combination in this application in addition to the individual components being UL listed or recognized. 42 Bidder shall supply, in advance of bid, a page summarizing the Underwriters Laboratory listing numbers covering the entire luminaire assembly and pole lighting structure being bid for the owner's review and reten ti on. 2. Codes - Sports Lighting Structure shall meet National Electrical code. 3. Warranty: 7 Year Warranty a. Manufacturer shall warrant in writing the entire structure (excluding fuses and lamps) to be free from defects in materials and workmanship for a period of seven years starting from the date of delivery. b. Manufacturer agrees in writing to provide labor and materials for a period of two years to replace defective parts or repair defects in workmanship, or, at its election, to pay reasonable costs of labor for such repairs. For the remainder of the warranty period, replacement materials will be provided at no charge. c. Lamps shall be warranted by the manufacturer in writing not to fail for two years from the date of delivery. Lamps which fail during the first year of the warranty period will be replaced and installed at no cost to the owner. Lamps which fail during the second 12 months will be replaced by the manufacturer but installation will be the owner's responsibility. d. Manufacturer warrants in writing accurate alignment of the luminaires on the luminaire assembly for a period of seven years starting from the date of delivery. e. The contractor shall furnish to the owner of the facility 5% extra lamps or a minimum of 3 lamps and 5 extra fuses for future use. f. At the completion of the project and in the presence of the Contractor, Project Engineer, Owner's Representative, and Manufacturer's Representative, actual light performance meter reading shall be taken and verified. g. If, in the opinion of the Owner or his appointed Representative, the actual minimum performance levels including footcandles, uniformity ratios, and maximum kilowatt consumptions are not in conformance with the requirements of the performance specifications and submitted information, the Manufacturer shall be liable to any or all of the following: 43 h. The Manufacturer shall at his expense provide and install any necessary additional fixtures to meet the minimum lighting standards. The Manufacturer shall also either replace the existing poles to meet the new wind load (EPA) requirements or verify by certification by a licensed structural engineer that the existing poles will withstand the additional wind load. 1. The Manufacturer shall minimize the Owner's additional long term fixture maintenance and energy consumption costs created by the additional fixtures by reimbursing the Owner the amount of $1,000.00 (one thousand dollars) for each additional fixture required. j- The Manufacturer shall remove the entire unacceptable lighting system and install a new lighting system to meet the specifications. 5.1 1 INSTALLATION 1. Weight and Size - To permit ease of handling of material at the job site and to avoid damage to the existing facility, no single component of the pole shall be in excess of 3,780 Ib., nor be greater than 41' in length. 2. Backfill - The pole base shall be installed in an excavation as prescribed by the UBC standards for foundation design. Concrete backfill is required. 3. Assembly - The pole base shall be separate from the pole such that the base may be installed, properly plumbed, and enlarged as to the bearing surface by concrete backfill allowing for inspection prior to the attachment of the steel pole. 4. Electrical Wiring - The pole and the luminaires shall be designed such that all wiring remains underground before entering the base of the pole and that no wiring shall be exposed to sun or weather as it transitions through the pole and to the ballast and on to each lamp. There shall be provided a non-threaded hot-dip galvanized steel or concrete enclosed raceway for transition of the pole feeder conductors from the trench to the ECE. 5. Field Connections - All field electrical connections on the pole shall be achieved by UL listed plug-in or lug method of attachment from the load side of the disconnect to the lamp socket. The feeder and grounding conductors from the service entrance to the pole shall be connected at the pole by landing lugs. 44 6. Ease of Maintenance - To minimize crane expense, when service is necessary, by placement of ballast, fuses, capacitors, along with disconnect, near ground level (IESNA RP-6-01, page 20). Wiring harness shall be designed with abrasion protection sleeving, proper suspension support, etc. 5.12 PATENT RIGHTS AND INFRINGEMENT There are various established performance criteria throughout this request for products and services. There may exist patent coverage for some means and methods of achieving those performance criteria. Bidders are responsible for ascertaining that means and methods of the products and services which they are providing are not being provided in violation of any such patent rights. Bidders responsibilities are as follows: 1. To hold harmless, the owner, as to any violation to include dollar amounts that could be owing as a result of damages for infringement includmg potential treble damages as provided for under U.S. Patent Law. 2. Any and all costs that the owner would incur in replacing materials and services which are determined to infringe patent rights. 3. All administrative, legal and other costs that would be incurred as a result of an infringement. If any product or services proposed to be provided by the bidder are known by the bidder to be subject to any existing claims of infringement, bidder shall notify owner of such claim and provide evidence of financial ability to perform on the above hold harmless requirements. MANUFACTURER’S REPRESENTATIVE ON SITE VISIT Manufacturer shall provide a qualified, factory trained, representative on-site after the completion of the project installation. The manufacturer shall make any necessary adjustments to the aiming in order to ensure that the specified lighting performance is met. This service is to be provided free of charge provided the lighting equipment was installed in accordance with the manufacturer’s design and specifications. 5.13 5.14 DELIVERY REQUIREMENT The equipment must be on-site 6 weeks from the receipt of signed purchase order, acceptance of order and receipt of complete order information. A penalty of $500 per day will be charged if the delivery is not completed within the specified period. 5.15 ALTERNATE SUBMITTAL DATA TO BE PROVIDED Failure to provide any of the following information with the alternate submittal will be grounds for rejection of the alternate. Each item listed below shall be provided in the form of clear and concise statements and/or plans and drawings which can be easily read and clearly interpreted. Each item shall also be clearly lettered to correspond with the following list. All items shall be assembled in the order indicated and secured or bound in a neat and orderly fashion for easy use and reference. Faxed bids will not be accepted. Owner must notify all bidders of any approved alternate by addendum only. Bidders requesting to use equipment other than that specified shall submit 10 days prior to bid opening the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. Lighting layout design showing luminaire mounting heights, aiming focus points, reflector types, number of luminaires per pole and kilowatt consumption. A drawing of the Sports Lighting Structure meeting or exceedmg specified criteria. Computer generated point-by-point analysis of field light values as set forth in accordance with lighting performance specifications. Complete photometric reports produced by an independent testing laboratory for each type of reflector to be utilized to achieve performance criteria. Computer generated spill/glare analysis in accordance with lighting perforniance specifications. Written statements of model number and manufacturer for all equipment bid. Written warranty from the manufacturer covering entire structure as outlined in specifications. Certified engineer, independent of manufacturer, shall verify and stamp wind load test of luminaire assembly to meet or exceed structural strength as described in specifications. Please note, EPA test does not constitute misalignment verification. UL Listing - Bidder shall supply, in advance of bid, a page summarizing the Underwriters Laboratory listing numbers covering the entire luminaire assembly 'and pole lighting structure being bid for the owner's review and reten tion. 46 - --. 10. 11. 12. 13. Manufacturer shall submit in writing a minimum of five similar lighting projects in the state of California where the specifications outlined have been met. Include the project name, contact person and telephone numbers. Manufacturer shall submit a letter guaranteeing that footcandle levels and uniformities as specified will be met. In addition, manufacturer's remedy to deficiencies will be noted. NOTE: Penalty clause for the non- conformance under energy usage of the specifications. There shall be provided by the pole supplier sufficient data and calculations to show that the specified criteria will be met, including a foundation design certified by an engineer in the state of California. ITL reports must be submitted with bid. Failure to do so will be cause for immediate rejection of bid. Failure to provide any of the above described documentation will be grounds for immediate rejection. 47 APPENDIX B SDG&E Construction Order 2791 980 Project No. 33539-020 mi rll NI rlI I1 I1 It I1 I I I I IJ I1 I1 I1 I1 II I1 I1 0 0 0 0 rl * W rl * W rl 0 0 0 0 r( m m W rl m m W rl rl * rl W In N N 0 0 m P u) x n 4 0 0 I I.) I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I p2 OIN rl I I I I I t I I I I 1 I I I I I i$ ;g :!j I IW IW IE :1 I\ I la I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I, I Icn Irn - W b d I I z 0 0 a10 I I I 1 I I I I I I 1 I I. I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I ;g I& j2 9 ig , , I I I , I I , , I -1 (DI rll I I I I I I I I PI PI dl I I mi I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I WI rll ml I I I I I I I mi I I 0 0 0 0 rl r m rl rl r m d. d m m W m rl N m 0 0 m rl X P u, 4 w I m 0 0 Ill 00 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 0 iiii 00 EE I I I I I I I I I I I 01 01 01 I 01 01 01 01 NI c4 0 E H 0 I 01 01 01 01 rll .I PI w1 (?I Cnl I im Irn I I I I I I I I I I I I I I I I I I I I I I .. I E; B: 01 VI 01 NI 41 01 0 10 .. I It I1 I .. I H CJ I- I- I.] \ . .-. i i I .- I. I. . .^ .- ;z I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 I1 I1 I1 It I1 I1 11 11 ,+-+ If 11 I1 11 .+-+ I1 I1 I1 I1 I Id I I. I Id I IN I Id4 I Irn +-+- It I1 I1 11 +-+- I I I I I + I iu u u I -+- I JCL I I bv1 I I%%" I -+- I 1 iu v u uiu v v u u + I I I .. 11 I1 11 I1 I1 I1 .. I1 I1 I1 I1 I1 I1 I1 i I IW H E % m I lbj w u1 m n m n 0 m w * d I B * d I I1 I1 I -+ 8: v11 E41 &I -+ I I I I t5 I-+-+ + + +-+- HI 11 SI 9: I I1 I1 11 I 8 w m m In m m E E 0 a PI 0 Q rl m m I- : C$ I UH Am - I I I I .. I ZI ddNm (vrl 0 rl 00000 0 00000 0 00000 0 00000 HH 0 cnmcnmm m wwwwu) W mmmmm WW m www W wo 22aEs WW x I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I :g IH I$ I!! /E! IE cv I I 1 I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I E 'rn - 4 0 0 i-: B 0 I3 NVI e I I I I I I I I I I I I I I I m * u) P I 0 e m B 0 X -A- I I I I I I I I I I I I I I I I I I I I I I 1-+-1 I #I 01 I MI a01 I VI *I I (VI NI I I I I fi; : i Ei I I I I- +--I IgvIz I IWII I 1 I8EIH I I I VW U E8 q 8 I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ci3 E E l- 4 0 .- / m 8 B 4 a 0 0 01 0 0 01 0 0 01 0 0 01 N N NI -1 a m QII w w w1 m m m1 I la, 00 00 01 :E% dA “: aa ; I 111 111 I IUI ~mizi I 1- I rl.. I 101- OF I -. IO I OOllxl I cl I 101 **I H I uu: NO I 1-1 I I In i I 00 0 00 0 0 0 0. 0 OH 0 u) I I I I I I I I I I I I-+ hl3 &:z I UI I - I I I- + I I Ill Ill I IUI imizi imi I Irnl ..I I%EI : ..:E: I~IHI N 001 a 011 o mi N m1 I I ..I rnOd N rll IO I w I-+ I I IEl 5;: cvwa m ml : 28 : "8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 4 I I I I 1 I I I I I 1 I I I I I I 47 I 70 I rlm I cul I 40 I wm I nm I I I I I I I I I I I I I I I I I I I I 0 P I 2 I I I I I I I 1 2" am I I I I I I I I I I 1 I HH I I I E )r m 1- I5 I- Ill .. I 121 I I 00000 I 00000 I 00000 I 00000 I FlNNNCS I ..... rnrnrncnrn I wwwww I mmmmm I I I 53533; IIIlli N rl rl N dwrlNdmI Pa N I I I I I I I I I B B i2 sr Q H m !2 0 U > VI 8 w 7 (v I I I I I =iti I MI I UI I 01 I-+ I $: i Bi I I I I I I I I I I I I I I I : 23 I"8 :" ; I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I $I m $( m 10 k VI .- r- I- I, I -1 0 I 3 I 0 I 0 l I co I 0 I d I I U I -1 I I I I I .___ I I I .- I uw I !2g IU I I I I I I I I I I I I I I I I I 1 I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I r- 0 z 4 Y a I 17 I Iu, I IF I1 1 I .. I 1 I I I 1 I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I 0 m W u) I I I I I dW WO 010 IN mw I Om I mn I I I I I 1 I I I I I I 8 rla "2 I on I €+a I I n ri SCOPE: THIS STANDARD SHOWS NEW CONSTRUCTION FOR SINGLE AND MULTIPLE CONDUIT RISERS. - SERVICE GUIDE Indicates Lotest Revision Completely Revised New Poqc @9 1/2' t 1 5@ Information Removed 0 NOTES: SDGBcE ELECTRIC STANDARDS SLOPE SLURRY ENCASEMENT 1/4' ABM GRADE OF PAVED AREA TO DRAIN WATER AWAY FROM CONDUIT RISER REVISION PREFERRED CONSTRUCTION FOR NEW SINGLE RISER WITH AND WITHOUT EXISTING RISER(S) ON POLE (SEE NOTE@) II 4 II I UG 4204.1 COMMUNICATION IOh DATE 1-1-96 APPD p& /q CABLE POLE RISER INSTALLATION NEW MULTIPLE RISER CONSTRUCTION (SEE NOTE 0 ) % EXISTING RISER(S) TlONS 1/11 - , 1. NEW MULTIPLE RISER CONSTRUCTION WITH RISER(S) ON POLE (SEE NOTE@) , SERVlCE CUlM PC. 310.1 REVISION )ATE 1-1-96 PPD p& /q - 3'-0" r li Indicates Latest Revision Completely Revised New Page Information Removed SDG&E ELECTRIC STANDARDS UG 4204.2 CABLE POLE RISER INSTALLATION NOTES - ALTERNATE NEW CONSTRUCTION FOR ONE RISER (SEE NOTE@) SEE STANDARD 3370 FOR DEPTH REQUIREMENTS UP TO 3 INCH CABLE POLE RISER DETAIL - WHENEVER POSSIBLE, RISER SHOULD BE INSTALLED ON THE SIDE OF THE POLE OPPOSITE TRAFFIC FLOW. - SPARE CONDUITS SHALL BE CAPPED JUST ABOVE GROUND tEvn TO PREVENT MOISTURE OR WIRE ENTRY AND KEEP DEBRIS OUT, SPARES ARE NOT TO BE CONSIDERED AS A RISER. 1. - V STALLATION: SERVICE PG. 310.3 GUIOE Indicates Latest Revision Completely Revised New Page - @ MOU@FtR~ BRACKET ~Ol@ ARM NO LOWER, THAN 9 l/b FEU- IF THE FIRST BRACKET EXTEI'&S TOWARD A STREET OR DRIVEWAY, OFFSET THE UNlSfRUT CHANNEL TO CLEAR LARGE VMICLES. Information Removed @ INSTALL AT LEAST ONE LADDER ARM BF?ACKU FUR DCH CQUPLING JOINT QF CONDUIT - 10' MAX. DISTANCE BETWEEN BRACKETS. AtL UDDER ARM BRACKETS ARE TO BE AnACHEO TO THE POL€ WITH SDG&E ELECTRIC STANDARDS REVIStON CABLE POLE RISER INSTALLATION DATE 4-24-01 APPD p& / /i BOLTS, NOT LAG SCREWS. nil I AM UG 4204.4 I @ 'CENTER CONDUIT .'POSITION : SHALL. BE USED FOR MULTIPLE SDG&E SECONDARY RUNS OR SDGM ... TELECOMMUNICATION. CONDUIT. OTHER CONDUR POSITIONS ON THE FRONT OF THE BRACKET SHALL . BE USED: PUB A .StNGLE OR. DOUBLE CONbUlT. :: THE 8. INCH" UNIST&iT CHANNEL (ITEM 19) MAY .. BE 0. RI$ERS' .OF PlA.$i-hC . cQNDUlT ',SHALL BE Ep&-.8d' P\ic ,SCHEbULi. 80; ."FROh, THE' GRO,UND-'(lfjE TO A .INSTALLED. FOR. A. :SINGLE. J?IS.CR ._ I WHERE ,kO COMMUN, Oh5 .. I$ ANTtCIPATED.: ' :: ' . . 'e -. . .. ...~.*... . . . .. ,. LEVEL. NOT.-LESS' TMAN"8 FEn .ABOVE THE. GROUND 'LINE PER G.O. 95 RULE 54,6,-E .AND. SD&E . CONDUtT .. SlilNG .RiXJUIREMENTS.' .. ' .. @ FOR. SlNGiE RISER CONSTRUCTION, SEPAkTlON' OF PIPE STRAPS (ITEM 8) 'SJ-lkL 'BE 3 FEEf.'-MAXiMUM. . ,. -. .. . .. .. .. 0 LSE &AIL ' "A" ON 'PAGE 1 404.1 /4204.i : (P~RED-, .. c~'~oN. FOR A"Sikcx RIsERj . 1..- WHEN INSTALLING A SINGLE RISER. . .. : 2. . WH.EN ADDING A SINGLF- RISER To. AN, .EXIS~~NG RI,SER .POLE:.- AN% E;j;iqiNG. ~ING,LE. SDG&,E .,RISER WQULD dEtdAIN:. ON THE POLE: UNLESS IT' IS ' mEAT1NG A 'G.'O. .95- INFRACTI.ON, ': IF. .AN. INFRACTfON I USE -DETAIL "8". ON PAGE '1,404.1/42U4.1:: ' ' .. .. ,, ' . EXISTS; MdVE THI? EXtSTIfiG RISER :TO THE' LADDER ARM BRACK€T-AL@dG '.WITH .ME'-NEW: RISER .s .. ' SHOWN IN .DETAIL "8". - WHEN INSTALLING MORE THAN. ONE :RISERi .' '.. ' . .: ' ' .' ' @ USE DETAIL "c" ON PAGES T~~+.I/~zo~.I: - WHEN ADDING A RISER(S) TO AN-EXISTING SQGdcE RISER PbLE. AN EXISTtNG SINGLE SDG&E RtSER WOULD REMAIN ON THE POLE UNLESS IT is CREATIMG A G.O. INFRACTION. INPWCTDN EXISTS, MOVE THE EXJS'FING, RiSR TO THE LADDER ARM BRACKff.. IF AN' .. I. . . I. .. . .. @ USE DETAIL I'd*' ON. 'PAGE 1404:2/4264..2: (ALe,RNA'F'E 'CO~i5-fRUmIQN. F0R.i.A. SINFCt. RISER) ' ' ' . . ' EXTEND INTO THE STREET, SIDEWALK; DRNWAY, mC:). THIS. INSTALLATION b'oULD E,E .LIMIT€D. TO I. FIELD CONotTrONs DO' NbT ALLOW R,OOM FOR LADDER ARM BRACKETS, (I.E. .CONOUlT.WOULD ON€ SDG.&E RISER, UP .TO 3" (NO OTHER RISERFS), LARGER ThAN 3 INCH WOULD. .BE ON'.THE .. REQUIREMENTS .MUST BE' FOLLOWED. ,. . , . . . STREET' LIGHT FUSE BOX FROM A .POLE AND NEW- CONDUIT. WILL CONNEGt .TO ' THE EXISTING .CONDUIT . POLE).. ., ONE'.HALF OF. THE POLE MUST REMAIN .CLEAR. FOR .CL{MBING SPACE AND. G-0. ... . . . .. .. .. .. . *. .. .. . .... .. 2. . 'WHEN AN EXISTING- RISER .IS ALREADY 'ON, ME. P'OLE' AV.D IT MAY BE Rk-US&. . (1.E: ,RkMOVhG .A WHERE THE. FUSE BOX WAS LOCATED, U.JSTOMER'. R€-WIRE. JOB, ETC.). .. 0 ONE RISER ON: THE POLE. 3 INCH MAX. AND. ONE.- RrstR. ON..THE BACK SIDE OF .THE ,LADOE@ ARM : BRACKET 3 :INCH MAX. ARE PERMITTED. BACK-TO-BACK. A MAXIMUM OF TWO. 4 INCH 'COMMUNICATIONS RISERS ARE .PERMITTED ON THE BACK SIDE Of A LADDER ARM ASSEMBLY. THE ADJACENT POLE QUAORANT MUST BE VACANT TO INSTA4L ANY 4 .INCH, RISER ON THE BACK OF THE LADDER ARM BRACKET, AND, MUST REMAIN VACANT AFTER INSTALLATION. . ENCASEMENT. IS REQUIRED AROUND THE E~BOW(S> FOR 5 INCH PRIMARY CONDUIT(S). 0 EACH CONDUIT RUN BETWEEN SUBSTRUCTURES. PADS, CUSTOMER SERVICE RISERS, nc.. SHALL 'BE ONE SIZE CONDUIT CONTINUOUSLY, I.E. NO REDUCERS ARE ALLOWED WITHIN A CONDUIT RUN EXCEPT 3 INCH RISER IS ALREADY INSTALLED AND THE GRIP SIZE REQUIRES A 2 .INCH RISER, A 2" TO 3" REDUCER MAY BE USED TO ACCOMMODATE THE GRIP. THE SAME WOULD APPLY TO OTHER SIZE WHERE THE CONDUIT'ENTERS A SUBSTRUCTURE OR ABOVE GROUND LEVEL ON A- RISER POLE. IF A CONDUITS AS HAS BEEN. DESCRIBED. GRIPS ARE- NOT REQUIRED ON SECONDARY RISERS. SCOPE: THIS STANDARD SHOWS THE CONDUIT AND FlUlNGS USED TO CONSTRUCT UNDERGROUND CONDUIT SYSTEMS. NOTES: (PVC) POLWINYLCHLORIDE CONDUIT CONDUIT AND FITTINGS IN THIS STANDARD SHALL BE USED IN BELOW-GROUND OR BRIDGE CELL APPLICATIONS, c__ - - PVC CONDUIT SHALL BE GRAY OR BUCK IN COLOR. NO OTHER COLOR IS ACCEPTABLE ON THE COMPANY SERVICE GUIDE CONDUIT SYSTEM. UNDERGROUND STANDARD 4204. - FOR SCHEDULE 40 AND SCHEDULE 80 ABOVE-GROUND COMPONENTS TO CONSTRUCT CABLE POLE RISERS, SEE - ALL 5" CONDUIT MUST BE ENCASED WITH CONCRETE SLURRY. (1-SACK MIX). - DE CONDUIT IS REQUIRED FOR INSTAUATIONS REQUIRING DIRECT BURIED MATEWAL, i.e. SAND, DECOMPOSED SDG&E ELECTRIC STANDARDS R EVl SI ON GRANITE (DG), NATIVE, ETC. - FOR DIRECT BURIED INSTALLATIONS, DB 60 IS REQUIRED FOR 2". 3" & 5" CONDUIT. DB 100 IS REQUIRED FOR 4" CONDUIT. - ALL COUPLINGS, BENDS AND SWEEPS CLASSIFIED AS DB ARE TO BE USED WITH DE AND EB CONDUIT. - OB = DIRECT BURIED CONDUIT. - EB ENCASED BURIED CONDUIT. BEUED COUPLING END OR SPIGOT CONDUIT STRAIGHT SECTIONS END - THE SHELF LIFE FOR OB CONDUIT, BENDS, AND FllTlNGS EXPOSED TO SUNLIGHT IS 6 MONTHS FIRST LOCATION SHAU BE INSTALLED IN 2" CONDUIT. MAXIMUM. 2-#8 FROM A RISER BOLE TO THE ** - SCHEDULE 40 CONDUIT IS REQUIRED IN BRIDGE CELLS. I *LO (PE) POLYETHYLENE CONDUIT CONDUIT SIZE I WE I COIL LENGTH I STOCK NUMBER I ASSEMBLY UNIT 1" I SDR 9 1 2000' 249630 1" PE I I 4" I SDR 15.5 1 500' I 252006 I - - 5" I SCH 80 I 20' CEf4GTHS I 252008 NOTES: POLYEIHYLENE CONDUIT SHALL BE BLACK OR BLACK WITH THREE EQUALLY SPACED RED STRIPS. NO OTHER COLOR IS ACCEPTABLE ON THE COMPANY CONDUIT SYSTEM. CORRUGATED POLYETHYLENE CONDUIT IS NOT ACCEPTABLE ON THE COMPANY CONDUIT SYSTEM. REFERENCE: SEE STANDARD 3383 FOR SPLICING OR REPAIRING 1 POLYETHYLENE CONDUIT. NOTES: *** S/N 280384 SCH 40 PVC MAY BE USED AS A REPLACEMENT ON A TEMPORARY BASIS. (DEPENDS ON SUPPLIER OF COUPLING). CONDUIT COUPLINGS OB SWEDGE COUPLING flGURES A & B NUMBER OB MOLDING COUPLING FIGLIRE A FIGURE B 2"*** 279872 279904 279936 280032 FIGURE C 08 STFWGHT COUPLING (WITHOUT CENTER STOPS. TO BE USED ONLY WHEN REPAIRING EXISTING CONDUlT SYSTEMS) FIGURE C COUPLING I OB OR EB NUMBER 279920 279952 280064 3373.1 CONDUIT AND CONDUIT FllllNGS DATE 8-7-02 APPO @/&& %OPE: THIS STANDARD SHOWS REQUJREMENTS FOR INSTALLING A 3425 THREE-PHASE PAD FOR DEAD FRONT 1 -- TRANSFORMER APPLICATION THROUGH 300 KVA ALSO FOR 3750 KVA HHR DEAD FRONT BOOSTER SERVICE GUIDE REVISION TRANSFORMER. :. , Indicates Lotest Revision Completely Revised SDGhE ELECTRIC STANDARDS STOCK NUMBER PAD 51 3998 ASSEMBLY UNIT 3425-3 MAXIMUM PRIMARY CONDUITS ALLOWED 2 RUNS OF 4' (EB OR DE) PRIMARY CONDUIT 1' r I 213 546 9" 9' 9' 9' - 48' 40' \ B O 6-3" SECONOARY 88 c F CONDUITS 5-5" SECONDARYJ 3425.1 THREE-PHASE TRANSFORMER PAD INSTALLATION 3425 DATE 1-1-98 APPD g#-/ cA6(y- @ WHEN NUMBER OF REOUIRED CONDUITS IS LESS THAN THE TOTAL ALLOWABLE SHOWN ON PAGE 3425.1, INSTALL IN N MBERED SEQUENCE AS SHOWN. tNSTALIATl0N Cot&: G. IN SOFT SOILS A CONCRETE BACKFILL (1-SACK MIX.) IS REQUIRED UNDER THE PAD, 12 INCHES BEYOND THE SIDE EDGES OF PAD AND 12 INCHES DEEP. SERVICE GUIDE . Indicates Latest Revision I I Completely Revised REFERENCE K. SEE STANDARD 321 1 FOR PAD IDENTIFICATION. L. SEE STANDARD 3370 OR 3371 FOR TRENCH, UTILITY POSITIONING. SHADING AND BACKFILL M. SEE STANDARD 3376 FOR CONCRETE SLURRY. N. SEE STANDARD 3481 FOR TRANSFORMER BARRIER PROTECTION. REQUIREMENTS. 0. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS (PAD PIACEMENT). P. SEE STANDARD 3484 FOR PAD INSTALLATION OF PAD-MOUNTED EOUIPMENT. O.SEE STANDARD 3486 FOR RETAINING WALL REOUIREMENTS AND CLEARANCES FROM REVERSE SUBGRADE RETAINING WALLS. R. SEE STANDARD 3487 FOR RETAINING WALLS. S. SEE STANDARD 3751 FOR TRANSFORMER INSTALLATION. T. SEE STANDARD 4512 FOR EOUIPMENT GROUNDING. U. SEE STANDARD 4514 FOR GROUNOING TELCO CONDUCTOR IN PAD-MOUNTED EQUIPMENT. New Page Information Removed 3425.3 THREE-PHASE TRANSFORMER PAD INSTALLATION 3425 lATE 1-1-98 ,PPD ~/W ~~ SCopE: MIS STANDARD SHOWS THE EOUIPMENT GROUNDING INSTALLATION USED TO PROVIDE EQUIPMENT CROUNMNG. WIS METHOD SHALL BE USED WHEN DIFFERENT PARTIES ARE RESPONSIBLE FOR THE CONDUIT AND PA0 INSTAUATION. USE PREFERRED OR ALTERNATE TRENCH GROUND WIRE IN STANDARD 4510 WHEN THE SAME PARlY IS RESPONSIBE FOR CONDUIT AND PAD INSTALLATION. - TOP MEW 6' MIN. -1 I STOCK NUMBER ITEM DESCRIPTION OUANTIW 1 PAD (TYPICAL) 1 REFER TO WORK ORDER 2 WIRE. BARE COPPER, #2. 7 STR. SOFT DRAWN AS REQ'D. 81281 6 @) 3 GROUND ROD, 5/8" X 8'-0". COPPERWELD 2 603072 4 GROUND ROD, CLAMP 2 2300 1 6 5 COMPRESSION CONNECTOR 1 257760 (E) I . ASSEMBLY UNITS - GD-T/R P------ SERVCE CUIOE ' lodicotes Latest Revision I Completely Revised New Page I GROUNO ROD CUMP Information Removed GROUND CIAMP R NI SI0 N ATE 1-1-98 I RUN WIRE 6 INCHES BELOW FINAL GRME 24" EXPOSED -------- - - i SOGdcE ELECTRIC STANDARDS EQUIPMENT GROUNDING INSTALLATION 45 12.1 I' h - COMPRESSION / CONNECTOR SECTION VIEW (PAD WITH 3312 HANDHOLE(S) / SERVlCE GUIDE REVISION SECTION VIEW (341 6 PAD WITH 331 1 HANDHOLE) '..'.. .. Indicates Lotest Revision Completely Revised New Page Information Removed SDG&E ELECTRIC STANDARDS 451 2.3 EQUIPMENT GROUNDING INSTALLATION DATE 1-1-96 APPD i a SCOPE: THIS STANDARC SHOWS EQUIPMENT GROUNDING INSTALLATION USED WHEN (PREFERRED I ) AND (ALTERNATE TRENCH GROUND WlRE IS INSTALLED, STANDARD 4510. PAGE 4512.1 FOR TRENCH GROUND WIRE IF (PREFERRED I ) OR (ALTERNATE) INSTALLAnONS DO NOT NPL? TO PROVIDE EQUIPMENT GROUNDING FOR TRANSFORMERS INSTALLED ON 3426 & 3427 PADS INSTALLED OVER 3314 HANDHMES. SUBSTITUTE GROUND RODS SHOWN ON STANDARD - TOP VIEW *b ITEM DESCRIPTION QUANTITY STOCK NUMBER 2 WIRE. BARE COPPER, 62. 7 STR. SOFT DRAWN AS REQ'D. 812816 @ 3 CONNECTOR, COMPRESSION AS REQ'D. 257760 @ 1 PAD 1 REFER TO WORK ORDER 24" EXPOSED ASSEMBLY UNITS - GDWlRE - AREA SERVlCE GUIDE Indicates Latest Revision Completely Revised I New Page Information Removed SDGhE ELECTRIC STANDARDS m: A BUTT TRENCH GROUNO WIRE AGAINST 3314 HANDHOLE. B IN CASES WHERE THERE ARE TWO GROUND WIRES, SQUEEZE THE GROUND WIRES TOGETHER WITH A COMPRESSION CONNECTOR. SHALL FURNISH AND INSTALL THE COMPRESSION CONNECTOR AND THE SECOND 24" TAILOUT WIRE. WHERE THERE IS ONLY ONE TRENCH GROUND WIRE. ADD THE SECOND 24" TAILOUT WIRE. SDGhE 8 451 2.5 EQU I PM EN T GROUNDING IN STALL AT1 ON lATE 1-1-96 PPD m/q SCOPE: THIS STANDARD SHOWS THE PAD AND INSTALLATION REQUIREMENTS FOR THE ALLOWABLE CONDUIT COMBINATIONS AND CONFIGURATIONS FOR A SINGLE-PHASE TRANSFORMER, THREE-PHASE FUSE CABINET, SINGLE-PHASE FUSE CABINET AND SINGLE-PHASE CABLE TERMINATOR. - Informotion Removed PAD WEIGHT: 6191 MAX. 9 - 3/4" 10" 3312 HANDHOLE WEIGHT: 185" MAX. MIN. MAX. KNOCKOUT-1 EA. END (OPTIONAL) KNOCKOUT-1 EA. END (OPTIONAL) ~ ~~~ I SDG%E ELECTRIC STANDARDS REVISION I 3421.1 SINGLE-PHASE TRANSFORMER/UTILITY EQUIPMENT PAD DATE 1 - 1-2000 APPD $&//d NOTES - TRANSFORMER COOLING FINS MAY OVERHANG REAR OF PAD BY 6 INCHES. - FIVE INCH CONDUIT NOT ALLOWED IN THESE INSTALLATIONS. - PAD MAY NOT BE POURED-IN-PLACE. - 1 2 BILL OF MATERIAL: PAD, SINGLE-PHASE TRANSFORMER/UTILIm 1 342 1 514240 3421-1 PAD WIT) EQUIPMENT PAD 331 2 HANDHO LI BODY. HANDHOLE 1 331 2 162426 3312-1 FC3PAD ITEM 'I SEWICE GUIDE Indicates Latest Revision I I Completely Revised New Page DESCRIPTION Information Removed I CONST STD. I STOCK I IOR PAGE NO. NUMBER UNIT REVISION ATE 1-1-96 SDG&E ELECTRIC STANDARDS SINGLE-PHASE TRANSFORMER/ 3421.3 INSTAUATION (FOR SINGLE-PHASE TRANSFORMER): A. SE'f PAD LEVEL TO FINAL GRADE AND INSTALL EQUIPMENT GROUND. B PLACE ALL PRIMARY AND SECONDARY CONDUITS WITHIN WE PAD OPENING AS SHOWN ABOVE. DO NOT * CUT INTO THE CURVED PORTION ON THE ELBOWS. RADIUS OF CURVATURE IS 36' MINIMUM FOR 3 INCH AND 4 INCH CONDUITS. PLACE ALL CONDUIT WITH 3/0 OR LARGER CABLE TOWARDS THE REAR OF THE 12 INCH SECONDARY AREA C THE CONDUIT CONFIGURATION REQUIREMENT BETWEEN TERMINATING POINTS LlMiTS THE SECONDARY CONDUIT SURROUNDED ON ALL FOUR SIDES BY OTHER CONDUITS), USING SPACERS AND 1 SACK CONCRETE SLURRY BACKFILL. CONDUITS MAY ALSO BE INSTALLED SIDE BY SIDE ON THE BOTTOM OF THE TRENCH WITHOUT SPACERS OR CONCRETE SLURRY (4 CONDUITS MAX.). IN THE TRANSITION WEA WHERE THE CONDUITS FROM THE BOTTOM OF THE TRENCH START TOWARD THE SURFACE (THE STRAIGHT PORTION BY THE 9(r AT THE SURFACE POINT, THE CONDUITS MAY BE BUNDLED TOGETHER. USE SDOkE APPROVED BASE, SHADING AND BACKFILL. * CONFIGURATION TO 2 WIDE X 4 DEEP OR 4 WIDE X 2 DEEP (NO ONE CONDUIT IS TO BE COMPLETELY BEND). SPACERS MAY BE REQUIRED TO ALLOW THE 90' BENDS TO ENTER STRAIGHT INTO THE PAD OPENING. PPD m/qy I UTlLlN EQUIPMENT PAD REFERENCE: M. SEE STANDARD 3211 FOR PAD IDENTIFICATION. N. SEE STANDARD 3370 OR 3371 FOR TRENCH, UTILITY POSITIONING, SHADING AND BACKFILL REQUIREMENTS. 0. SEE STANDARD 3376 FOR CONCRETE SLURRY, SHADING AND TYPE OF CONDUIT. P. SEE STANDARD 3481 FOR BARRIER PROTECTION AND CLEARANCE. 0. SEE STANDARD 3486 FOR SINGLE-PHASE TRANSFORMER LOCATIONS NEXT TO CATV AND/OR TELCO. R. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS (PAD PLACEMENT). S. SEE STANDARD 3484 FOR PAD INSTALLATION OF PAD-MOUNTED EOUIPMENT. SEFMCE GUIDE REVISION T. SEE STANDARD 3486 FOR RETAINING WALL REQUIREMENTS AND CLEARANCES FROM REVERSE SUBGRADE RETAl Nl NG WALLS. ' lndicoles Lotest Revision Completely Revised I I New Page I)( I Informotion Removed SDG&E ELECTRIC STANDARDS U. SEE STANDARD 3485 AND 3487 FOR RETAINING WALLS. V. SEE STANDARD 3512 FOR SINGLE-PHASE FUSED SWITCHING CABINET. W. SEE STANDARD 3522 FOR SINGLE-PHASE TERMINATOR INSTALLATION. X. SEE STANDARDS 371 1, 3712 AND 3713 FOR TRANSFORMER INSTALLATIONS. Y. SEE STANDARD 4512 FOR EQUIPMENT GROUNDING. 2. SEE STANDARD 45 1 4 FOR GROUNDING TELCO CONDUCTOR IN PAD-MOUNTED EQUIPMENT. 3421.5 SINGLE - PHASE TRAN SFORMER/UTI LllY EQUIPMENT PAD )ATE 1-1-96 PpD @-Jqy