06 Staff Report - Signal and Street Light MaintenanceDATE:
TO:
FROM:
SUBJECT:
MEETING DATE:9/19/05
ITEM NO.b
COUNCIL AGENDA REPORT
SEPTEMBER 9,2005
MAYORANDTOWNCOUNC~
DEBRA J.FIGONE,TOWN MANA~~t""..
SIGNAL AND STREET LIGHT MAINTENANCE
ADOPT RESOLUTION AUTHORIZING THE TOWN MANAGER TO
EXECUTE A CONTRACT AGREEMENT WITH REPUBLIC ELECTRIC TO
PROVIDE SIGNAL AND STREET LIGHT MAINTENANCE SERVICES IN
THE TOWN OF LOS GATOS
RECOMMENDATION:
Adopt resolution (Attachment 1)authorizing the Town Manager to execute a contract agreement
(Exhibit A)with Republic Electric to provide Signal and Street Light Maintenance services in the
Town of Los Gatos.
BACKGROUND:
The Town of Los Gatos has been using contractors to assist the Town in the Traffic Signal
Preventive Maintenance and Repair Program.These contractors are reviewed each year by the
appropriate Town department and staffto insure that we are satisfied with the services provided and
that Town residents receive quality service.
DISCUSSION:
The firm of Republic Electric was hired in August,2002 to perform Traffic Signal Preventive
Maintenance and Repair services.Their contract expired in June,2005.
Over the past few years,other companies have began providing traffic signal and street light
maintenance services to municipalities.
&(.iwvt~.
PREPARED BY:ORNE.CURTIS
.irector of Parks and Public Works
Reviewed by:MAssistant Town Manager ----atAttomey __.Clerk Administrator __
Finance ~CommunityDevelopment Revised:9/9/05 10:08 am
Reformatted:5/30/02 N:\B&E\COUNCIL REPORTS\republic.electric.signal.maint.agr.wpd
PAGE 2
MAYORANDTOWNCOUNC~
SUBJECT:SIGNAL AND STREET LIGHT MAINTENANCE
SEPTEMBER 9,2005
Staff,earlier this summer,prepared a request for proposal from 3 companies for providing the above
maintenance services for Los Gatos.Republic Electric,Calwest Lighting,and Team Econolite
submitted proposals to the Town.After detailed review of each proposal and interviews with the 3
companies,staff recommends selecting Republic Electric to provide Traffic Signal and Street Light
Maintenance services.Republic Electric was the most qualified company with the most resources and
the lowest maintenance cost to the Town.
The following is summary of Traffic signal and street light maintenance costs from the above
companies:
•
•
•
Republic Electric
Calwest Lighting
Team Econolite
$74,109
$122,122
$184,842
CONCLUSION:
Republic Electric has been working for the Town for the past 3 years and is very familiar with the
Town and its traffic signal related issues.It is recommended that the Council adopt the attached
Resolution authorizing the Town Manager to execute a Contract Agreement in the amount of$74,109
with Republic Electric for FY 2005-06.
ENVIRONMENTAL ASSESSMENT:
The project is Categorically Exempt pursuant to Sections 15301 (c),15303(e)and 15304(b)of the
State CEQA guidelines.
FISCAL IMPACT:
Sufficient funds are available for this agreement in the FY 2005/06 adopted budget -streets program.
Attachments:
1.Resolution approving contract agreement with Republic Electric
Exhibit A -Contract Agreement
Exhibit B -Cost Proposal for Annual Maintenance Cost and Unit Cost for Various Repair Items
Exhibit C -Detailed Specifications and Scope of Work .
RESOLUTION
RESOLUTION OF THE TOWN COUNCIL
OF THE TOWN OF LOS GATOS
APPROVING AN AGREEMENT WITH
REPUBLIC ELECTRIC
TO PERFORM SIGNAL AND STREET LIGHT MAINTENANCE
IN THE TOWN OF LOS GATOS
WHEREAS,it is necessary for the Council to secure a contractor to provide Signal and
Street Light Maintenance services in the Town of Los Gatos;and
WHEREAS,the Town Council has selected the firm ofRepublic Electric to provide contract
services in connection with Signal and Street Light Maintenance for one year;and
NOW,THEREFORE,IT IS RESOLVED that the Town Council of the Town of Los
Gatos hereby approves the attached Contract Agreement (Exhibit A)with the firm of Republic
Electric to provide services in connection with Signal and Street Light Maintenance;and
BE IT FURTHER RESOLVED that the Town Manager is hereby authorized and directed
to execute said Contract Agreement on behalf of the Council.
PASSED AND ADOPTED at a regular meeting ofthe Town Council of the Town of Los
Gatos held on the day of ,2005,by the following vote:
COUNCIL MEMBERS:
AYES:
NAYS:
ABSENT:
ABSTAIN:
SIGNED:
MAYOR OF THE TOWN OF LOS GATOS
LOS GATOS,CALIFORNIA
ATTEST:
CLERK ADMINISTRATOR OF THE TOWN OF LOS GATOS
LOS GATOS,CALIFORNIA
(-
i Attrtrhmpnt 1
TOWN OF LOS GATOS
Form of Contract Agreement
For
TRAFFIC SIGNAL AND STREET LIGHT PREVENTATIVE MAINTENANCE AND
REPAIR
PROGRAM 2005-06
This Agreement is made and entered into this _day of 2005 by and between the Town of
Los Gatos (hereinafter called Town)and Republic Electric (hereinafter called Republic).
Witnesseth, that the Town and Republic,for the considerations hereinafter named,agree as follows:
I -Scope of Work
Republic hereby agrees to furnish all of the materials and all of the eqUipment and labor necessary,
and to perform all ofthe work shown on the plans and described in the specifications for the project
entitled:Signal and Street Light Maintenance Services,200512006,all in accordance with the
requirements and provisions ofthe Contract Documents as defined in the Special Provisions (Exhibit
B)which are hereby made a part of this Agreement.
IT -Time of Completion
(a)The work to be performed under this Contract shall be commenced with five (5)calendar days
after the date of written notice by the Town to Republic to proceed.
(b)The work shall be completed between September 1,2005 and June 30,2006,and after the date
of such notice and with such extensions oftime as are provided for in the General Conditions.
(c)At the discretion of the Town,this contract can be renewed for up to three subsequent two year
terms at the same costs with Republic's consent.
ITI -Liquidated Damages
It is agreed that,ifthe work required by the contract is not finished or completed within the specified
time limits as set forth in the Special Provisions and the contract,damage will be sustained by the
Town,and that it is and will be impracticable and extremely difficult to ascertain and determine the
actual damage which the Town will sustain in the event of and by reason of such delay;and it is
therefore agreed that Republic will pay to the Town,$500 per hour,as specified in the special
provisions;and Republic agrees to pay said liquidated damages herein provided for,and further
agrees that the Town may deduct the amount thereof from any moneys due or that may become due
Republic under the contract.
IV -Insurance
Section 4.1 -Republic's Insurance
Republic shall maintain throughout the term ofthe agreement the following insurance coverage,and
upon request shall provide Republic certificates of policies evidencing the following coverage:
1.Workers'compensation coverage in accor~ance with the laws of the State of Service.
2.Commercial general liability insurance with the following minimum limits of liability:
•$1,000,000 Each occurrence
•$2,000,000 General aggregate
•$2,000,000 Products aggregate
•$1,000,000 Personal and advertising injury ./
I="vhihit A
3.Contractual liability insurance with minimum limits of $1,000,000.
4.Comprehensive automobile liability insurance with the minimum limits ofliability at $1,000,000
combined single limit.
All insurance policies shall be written by reputable companies,authorized to issue insurance in the
State where work is performed,and shall name Republic as an additional insured party by primary
insured endorsement to such policies.Each policy shall provide that it will not be canceled or
amended except after thirty (30)days advance written notice to Republic,mailed to the address
indicated in the Agreement.
v -Indemnification and Liability
Section 5.1 -Indemnification by Republic
Not withstanding the provisions ofSection 5.4 herein,Republic shall be liab Ie for any claim,lawsuit,
or damage to the property or facilities ofthe Town that results from an error or omission by Republic.
Republic shall indemnify,defend and hold harmless the Town and its officers,directors,affiliates,
agents,and employees from and against all claims,actions,damages,losses,and expenses,including
reasonable attorneys'fees and disbursements,arising out of or resulting from a breach of this
Agreement or the performance of the services performed under this Agreement,provided that such
claim,actions,damage,loss or expense is caused in whole or in part by any act or omission of
Republic,or any subcontractor ofRepublic,or anyone directly or indirectly employed by any ofthem,
or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part
by a party indemnified hereunder.
.Section 5.2 -Third Party Claims
Promptly after the receipt by a party to this Agreement of notice of any claim,action,suit or
proceeding by any person who is not a party to this Agreement (collectively,an "Action")which is
subject to indemnification,such party (the "fudemnified Party")shall give reasonable written notice
to the party from whom indemnification is claimed (the "fudemnifying Party."The fudemnified
Party's failure to so notify the Indemnifying Party of any such matter shall not release the
fudemnifying Party,in whole or in part,from its obligation to indemnify under this Agreement,except
to the extent the Indemnified Party's failure to so notify actually prejudices the fudemnifying Party's
ability to defend against such action.The fudemrii;fied Party shall be entitled,at the sole expense and
liability of the fudemnifying Party,to exercise full control ofthe defense,compromise or settlement
of any such action unless the fudemnifying Party,within a reasonable time after the giving of such
notice by the fudemnified Party,shall:
1.Admit to the fudemnified Party,the fudemnifying Party's liability to the fudemnified Party for
such action under the terms of the Agreement.
2.Notify the fudemnified Party in writing of the Indemnifying Party's intention to assume the
defense,and;
3.Retain legal counsel reasonably satisfactory to the Indemnified Party to conduct the defense of
such action.
The indemnified Party and the Indemnifying Party shall cooperate with the party assuming the
defense,compromise or settlement of any such action in any manner that such party reasonably may
request.Ifthe Indemnifying Party so assumes the defense of any such action,the Indemnified Party
shall have the right to employ separate counsel and to participate in (but not control)the defense,
compromise,or settlement,but the fees and expenses of such counsel shall be the expense of the
Indemnified Party unless:
a.The Indemnifying Party has agreed to pay such fees and expenses.
b.Any relief other than the payment of money damages is sought against the Indemnified party or
c.The Indemnified Party shall have been advised by its counsel that there may be one or more legal
defenses available to it,which are different from or additional to those available to the
Indemnifying Party,and in any such case the fees and expenses of such separate counsel shall be
borne by the Indemnifying Party.
No Indemnified Party shall settle or compromise or consent to entry of any judgment with respect to
any such Action for which it is entitled to indemnification hereunder without the prior written consent
of the Indemnifying Party,unless the Indemnifying Party shall have failed,after reasonable notice~
to undertake control of such action in the manner provided above in this section.No Indemnifying
Party shall,without the written consent of the Indemnified Party,settle or compromise or consent to
entry of any judgment with respect to any action in which any relief other than the payment ofmoney
damages is sought against any Indemnified Party unless such settlement,compromise or consent
includes as an unconditional term thereof the giving by the claimant,petitioner or plaintiff,as
applicable,to such Indemnified Party of a release from all liability with respect to such action.
Section 5.3 -Liability for Damaged Facility
In the event of any damage to Town property,which in the opinion ofthe Town may be related to the
services performed hereunder,Town shall immediately (after making the site safe)but no later than
12 hours notify Republic to investigate such damage,and RepUblic shall submit a written
investigation report to Townwithin 10 business days.IfRepublic is notified of damage later than 12
hours,Republic will still investigate but will not be held liable to Town's property.Should the
investigation reveal that the damage resulted directly from an error or omission of Republic,or
because Republic failed to perform work within reasonable accuracy as defined herein,Republic shall
reimburse Town for repair and restoration costs of said facility not to exceed $1,000 per incident.
Republic shall not be responsible for down time/delays due to any facility damages.
VI -The Contract Sum
The Town will pay to Republic Electric for the performance of the Contract annual maintenance
costs of $74,109 per total number of traffic signals and street lights as shown on (Exhibit B).Any
work outside ofthe regular scheduled maintenance shall be paid based ofunit costs for various items
as shown on (Exhibit B).
VII -Payments
Republic shall bill the Town monthly for routine preventive maintenance,and as performed for all
other work.
VIII -Acceptance and Final Payment
(a)Upon receipt of written notice that the work is ready for fmal inspection and acceptance,the
.Engineer shall within 5 days make such inspection.
(b)Before final payment is due,Republic shall submit evidence satisfactory to the Engineer that all
payrolls,material bills,and other indebtedness connected with work have been paid,except that
in case of disputed indebtedness or liens Republic may submit,in lieu of evidence of payment,
a surety bond satisfactory to the Town guaranteeing payment of all such disputed amounts when
adjudicated in cases where such payment has not already been guaranteed by surety bond.
(c)The making and acceptance of the final payment shall constitute a waiver of all claims by the
Town,other than those arising from any of the following:(1)unsettled liens;(2)faulty work
appearing within 12 months after final payment;(3)requirements of the specifications;or
(4)manufacturers'guarantees.It shall also constitute a waiver of all claims by Republic,except
those previously made and still unsettled.
(d)If after the work has been substantially completed,full completion thereof is materially delayed
through no fault ofRepublic,and the Engineer so certifies,the Town shall upon certificate ofthe
Engineer,and without terminating the Contract,make payment ofthe balance due for that portion
of the work fully completed and accepted.
Such payment shall be made under the terms and conditions governing final payment,except that it
shall not constitute a waiver of claims.
IN WITNESS WHEREOF,Town and Republic have caused their authorized representatives to
execute this Agreement the day and year first written above,
TOWN OF LOS GATOS:
Debra j"Figone
Town Manager
RECOMMEND BY:
John E.Curtis
Director of Parks and Public Works
APPROVED AS TO FORM:
OrryP.Korb
Town Attorney
ATTEST:
Marlyn Rasmussen
Clerk Administrator
REPUBLIC:
(Signature)
(Print Name)
(Address,City,State,Zip)
(Contractor's License Number)
Republic
Electric
CA Lie.647154
September 9,2005
Kevin Rohani,Public Works Director
Town of Los Gatos
41 Miles Ave.
Los Gatos,CA 95031
RE:Streetlight and Traffic Signal Maintenance Contract
Dear Mr.Rohani:
As we have discussed,Republic Electric agrees to accept a contract in the amount of $74,109.00 for the
ongoing maintenance of 1,575 streetlights and 28 traffic signals.Per our proposal,Republic Electric is
committed to rapidly responding to any streetlight and traffic signal emergency outside of the scope of
the contract per the unit prices listed in our proposal.
We look forward to continuing to serve the City of Los Gatos in this capacity,and we intend to exceed
your expectations for customer service,quality of work and total value.
Very truly yours,
James A.Wagner,P.E.
VP Engineering
Exhibit B
(415)884-3000 Fax (415)884-4800 •371 Bel Marin Keys Blvd,#200.Novato,CA 94949-5699
PROPOSAL FORM
The undersigned proposer hereby offers to perform the required services for the following price(s)in strict compliance with
the specifications,terms and conditions set forth in this Request for Proposals.
A.Street Light Maintenance and Repair Flat Rates
1.Monthly Rates·$1.29 Per Street'Light
B.Traffic Signal Preventive Maintenance Flat Rates
1.Monthly Preventive Maintenance
2.Semi-annual Preventive Maintenance (including
monthly maintenance rate)
3.Annual Preventive Maintenance (including semi-
annual maintenance rate)'
$98.00
$198.00
$598.00
Per Intersection
Per intersection
Per Intersection
c.Labor Rates for Extra Work,As Required
Labor .costs must reflect prevailing wages.
Labor Category Straight Time 1.5x 2.0x
($'per hour)Overtime Overtime
($per hour)($per hour)
Traffic Signal Maintenance 94.00 133.00 172.00Electrician(Foreman)
Traffic Signal Maintenance 84.00 118.00 151.00Electrician
Laborer 54.00 80.00 80.00
D.Equipment Rates for Extra Work,as Required
Equipment Category $Per Hour $Per Job
Bucket Truck .25.00 100.00
Crane 55.00 200.00
Dump Truck 15.00 60.00
Compressor wI Tools 15.00 60.00
E.Miscellaneous Street Light Services,As Required
Include labor,equipment,and materials.
1.Convert Mercury Vapor Fixture to High Pressure Sodium Fixture
2.Annual Re-Lamping -Change out lamps and photocells
F.Miscellaneous Traffic Signal Services,As Required
Include labor,equipment,and materials.
KequesI TOr t"'roposals tfUO-I"
$275.00 Each Fixture
$38.00 Each Light
1.21 Day Controller Cabinet Burn-In Test and Certification Including
Controller and All Equipment (per Caltrans Specs.)$950.00 Each Cabinet
2.Installation of Inductive Loops:
a)6'x6'Type A,B,D,E,and Q
1)Quantity 1 to 3 $600.00 Each Loop
2)Quantity 4 to 8 $485.00 Each Loop
3)Quantity 9 or more $425.00 Each Loop
b)6'x15'Type C
1)Quantity 1 to 4 $900.00 Each Loop
2)Quantity 5 to 8 $875.00 Each Loop
3)Quantity 9 or more $850.00 Each Loop
c)6'x30'Type C
1)Quantity 1 to 4 $1 ,200.00 Each Loop
2)Quantity 5 to 8 $1 !100.00 Each Loop
3)Quantity 9 or more $1 ,050.00 Each Loop
d)2'x6'Type C Bicycle Loop -Quantity 1 to 4 $600.00 Each Loop
3.Installation of LED modules (Gelcore or approved equal):
a)For Non-PV Heads
1)Red $112.00 Each Module
2)Yellow $122.00 Each Module
3)Green $166.00 Each Module
b)For PV Head Retrofit
1)Red
2)Yellow
3)Green
4.Installation of Signal Heads (and all LED's Gelcore or approved equal):
a)Non-PV Heads
1)3-Section
2)4-Section
3)5-Section
b)PV Heads
1)3-Section
2)4-Section
3)5-Section
5.Installation of Pedestrian Signal LED's (Gelcore or approved equal):
a)Hand Symbol
b)Person Symbol
c)Pedestrian Combo
d)Countdown Pedestrian
Installation of Framework and Signal Heads (3-Section Non-PV):
6.Prices for other than 3-Section.Non PV heads will be adjusted by the
difference in head price above.
1)TV-1-T or SV-1-T
2)TV-2-T or SV-2-T
3)TV-3-T,or SV-3-T
4)SP-1-T
5)SP-2-T
Furnish and Install Poles/Posts:For poles and post with a new
7.foundation only.prices include conduit and wire connection up to five
(5)feet from foundation to nearest pull box.
1)1A or 1B pole
$115.00 Each Module
$115.00 Each Module
$198.00 Each Module
$610.00 Each Head
$925.00 Each Head
$1,195.00 Each Head
$2,430.00 Each Head
$3,220.00 Each Head
$3.760.00 Each Head
$180.00 Each Module
$180.00 Each Module
$180.00 Each Module
$325.00 Each Module
$890.00 Each
$1,650.00 Each
$2.275.00 Each
$625.00 Each
$1,150.00 Each
$680.00 Each
8.
9.
10.
2)1A or 1Bpole and foundation
3)1A or 1B pole and foundation in sidewalk (1 flag -4ft by4ft by4 in)
4)PPB Post and ADA PPB
5)PPB Post and ADA PPB and foundation
Installation of Audible Pedestrian Signal (non-button actuated timer
type)
Installation of Pedestrian Signal Heads (and LED hand/man,Gelcore or
approved equal)
Annual Re-Lamping Safety Lighting -Change out lamps and photocells
KequeS{TOr t"'roposals R'UO-I"
$1,450.00 Each
$2,250.00 Each
$490.00 Each
$875.00 Each
$475.00 Each
$450.00 Each Module
$38.00 Each Light
G.
1.
2.
3.
4.
5.
Additional Information
Company Name &pvhbc.W(!mG
Address from which service will be provided:~tf1J?)(J6 (JOe!
&mIJ/)!-:ZJIf·
7
Location of Shop and Storage Facility (must be within 30 miles from Town limits:
.l/£)t)()OJalJl.2d £dy Yd.illl-/mfl2tJa6 {!17NumberOfYearS~fuespecifiedservice /¥--&~4~
Business Organization (Check One):d-o Individual ProprietorshipoPartnership
~CorporationoOther --.:....---.:....-_
If incorporated,provide the following information:
Date of incorporation _---L.I_Cf....!-ret....!:._IL--__State of incorporation __~_/h._·"-_i_/.+.1i2--:::....:..irJ_n__I_~_
(J
Names and Titles of All Officers and Directors ~_
If an individual or partnership,provide the following information:
Formation date of Company _
Name and address of all partners,indicating whether they are general or limited partners:
6.List the names,titles,and qualifications of the key personnel who will perform work under this contract as well as
their roles in relation to this contract.Identify the primary signal technician to be designated for the Town.Include
their certifications,experience and training.
7.
8.
9.
a.
Indicate whether proposer has eyer failed to complete an contract awarded to it.If so,note when,where and
why.Attach additional sheets,if necessary.I1.Jj
Indicate whether proposer has been or is the sub'ct of a bankruptcy or insolvency proceeding or subject to
assignment for the benefit of creditors.Ill:'It .
List subcontractors,if any,who will perform w rk under this contract.Attach additional sheets,if necessary.
company '--_·.L1V:~f-'P--------------------
Location _
Describe work to be subcontracted _
b.Company _
Location _
Describe work to be subcontracted .,----_
c.Company _
10.
a.
~e4ue::;l lur ....rulJu~i::Il~1+UO-I.:>
Location _
Describe work to be subcontracted _
List three organizations for whom prffoser performed sim_i1~~ervices of a similar scop~in the last three years.
Organization uee RF?
Location ~------
.Contact Person ---''---Telephone Number _
Oescribe work performed by proposer _
Date work was performed _
b.Organi~ation _
Location -,-_
Contact Person ----'-Telephone Number --'-_
Describe work performed by proposer _
c.Organization ---,-_
Location ~----------
Contact Person Telephone Number _
Describe work performed by proposer _
ADDENDA
Proposer acknowledges receipt of the following Addenda:
Number
Number
Number
Date _
Date _
Date _
n.CLjUC;:)L lUI rIUtJU;:)ClI;:)tTUv-lv
SIGNATURE
A ...--A.LAJ,..y'VP ~~<A..g~4...:-----"'-----------=--=---~TWeO~itl~c===--=:..:.......;=+~-----
J'f\fv\e;~.\X)Af:J ~Sjl-~I B I O~
Name (printed or typed)H Oa(e
@rt~)8'24-..-~coo (4-f-~)8S4--~
Telephone Number Fax Number
Tax 10 Number Los Gatos Business License Number
EXHIBIT C
DETAILED SPECIFICATIONS
A.SERVICES
The Contractor shall provide ongoing and field maintenance and repair of street lighting and traffic
signal equipment by duly trained and qualified personnel.
The Contractor shall provide and maintain emergency service response of the Town's street lighting
and traffic signals on a 24-hour a day,7 days per week basis,including all holidays,utilizing trucks
equipped with radio dispatch and/or cellular communication capabilities,warning beacon/strobe
lights;traffic cones;construction warning signs;a hydraulic bucket capable of reaching a height of 40
feet from the roadway surface;proper lighting for illuminating the work area at night;necessary
computer laptop for programming,maintenance and testing of traffic signal controllers and various
equipment.All of the required equipment shall be properly maintained and functional 24 hours a day,
7 days a week,including holidays.
The Contractor ensure that any vehicle used within the boundaries of the Town of Los Gatos where
lane closures or work within the travel lanes is required shall be equipped with an arrow board,
warning beacons/strobe lights,the proper quantity and sized cones for a lane closure,and advance
warning signs.All of the Contractor's employees working within the boundaries of the Town shall be
equipped with a communications device capable of instant 2-way communications for extended
periods of time with the Contractor's shop or with Town staff.
The Contractor shall have available,and readily accessible in functioning order,all required tools,
equipment,apparatus,facilities,and materials need to perform all work necessary to maintain and
repair the street lights and traffic signals listed in Attachment A and B in compliance with current
Caltrans and Town standards and specifications.
During emergency conditions,the Contractor shall assure full cooperation with the Town of Los
Gatos.
The Contractor shall provide traffic control,lane closures,sidewalk closure and/or detour that conform
to Town requirements and MUTCD Supplement.
Street Lighting
Maintain all street lights owned by the Town in an operable and safe condition.The PG&E owned
street lights (typically mounted on wood utility poles),overhead feeder wires,and underground feeds
on the PG&E side of junction box are not part of the contract.
Perform a quarterly night check for major streets and record outages and malfunctions including
street lights,safety lighting and illuminated signs.These streets are Los Gatos Boulevard,Main
Street,Winchester Boulevard,Santa Cruz Avenue,Blossom Hill Road,Lark Avenue,Los Gatos
Saratoga Road,Los Gatos Almaden Road,Pollard Road,and Knowles Drive.
The Contractor is required to provide a 24-hour phone service for taking calls for reported inoperable
lights.All calls shall be logged by Contractor.All reported inoperable lights shall be serviced and
repaired within five (5)working days or less.The five working days shall be measured beginning the
first full day following receipt of the outage report.When the inoperable lights are reported for
pedestrian crosswalks,it shall be repaired before dark of the next day.When performing street
lighting service,Contractor shall complete the Town's street light service form and report findings to
Town staff.A copy of the street light service form is attached in Attachment D.All calls and services
shall be entered into computer.
The Contractor is required to have on staff and available to perform Services under this contract,
designated for the Town of Los Gatos,a Street Lighting Technician with a minimum of five years'of
experience in street lighting repairs.The Street Lighting Technician shall have experience with the
Exhibit C
operation,maintenance,and repair of street lights.The Street Lighting Technician shall also have
knowledge and experience of operation,maintenance,and repair of electrical service.
A complete inventory of street lights (based on PG&E database)is available at Parks and Public
Works Department.A summary table for the number and type of lights is included as Attachment A.
Town standard street light poles are Octaflute.Other street light standards that may be found in Town
are Type 15,Teardrop,and Steinberg,Teardrop and Steinberg are standard decorative street lights
for the downtown.It will be the Contractor's responsibility to verify to the extent necessary the
accuracy of the inventory.
Town will provide a copy of street light map to the Contractor for use.It will be the Contractor's
responsibility to verify the accuracy of the map.Contractor shall verify and mark street light pole and
electric service locations on the street light map during maintenance/repair service and provide a
copy to Town for updating the map.Contractor shall tag all light poles,if pole ID tags are missing or
not apparently visible,in accordance with Town and PG&E requirements.
Traffic Signal
Provide ongoing and routine preventive maintenance and repair of traffic signal equipment,
associated lighting,and other pertinent apparatus by duly trained and qualified personnel.A list of
Town traffic signals is shown in Attachment B.
The Contractor is required to have on staff and available to perform Services under this contract,
designated for the Town of Los Gatos,a Traffic Signal Technician with a minimum of five years'of
experience in traffic signal repairs.The Traffic Signal Technician shall have experience with the
operation and maintenance of Econolite,Traconex,and various NEMA controllers currently in use by
the Town of Los Gatos.The Traffic Signal Technician shall also have knowledge and experience of
the operation and maintenance of inductive traffic loops,video detection systems,emergency vehicle
preemption devices,twisted pair interconnect,and fiber optic cables.The Traffic Signal Technician
shall keep up to date on the operation and maintenance of all state-of-the-art traffic signal control
device and related equipment to ensure that the Town's needs will also be supported in the future.
The Traffic Signal Technician shall also be familiar with and adhere to national and State standards
for programming traffic signal controllers.
The Contractor shall furnish temporary replacement traffic signal controllers,preemption units,traffic
signal communications and monitoring equipment,detector amplifiers,conflict monitors,video
detection systems,and uninterruptable power supplies for traffic signals and various other standard
traffic signal equipment.Contractor furnished temporary spares shall be identical to the component
being replaced in manufacture,make and model.The Contractor shall deviate from this requirement
only upon written advance approval from the Town.The Contractor shall provide the temporary
equipment at no additional charge to the Town whenever the original units are removed for repair or
servicing.
The Contractor shall change the timing of traffic signals only upon the direction or advance written
approval of the Town.
B.TRAFFIC SIGNAL PREVENTIVE MAINTENANCE
The Contractor shall perform routine preventive maintenance service to eliminate or reduce any
incidence of malfunctions and complaints,and to maximize the useful life of the Town's traffic signal
equipment.
The Contractor shall provide monthly,semi-annual and annual preventive maintenance for the
signalized intersections listed in Attachment B.The Contractor shall complete Preventive
Maintenance Checklists (Attachment E,F,G)for each maintenance inspection and shall indicate the
work performed or required for each item.The Contractor shall maintain one copy of the completed
form for each intersection and for each inspection in the controller cabinet and in the Contractor's
business office throughout the term of this contract.
The monthly maintenance service shall be performed within the same week of every month.Between
any two monthly maintenance services shall not be closer than three weeks.The Contractor shall
notify Town staff the scheduled date for preventive maintenance service at least one week prior to
performing the service.
The semi-annual maintenance shall be performed in August and February and the annual
maintenance shall be performed in February,or at the months as agreed upon at the beginning of
contract.
The Contractor shall maintain three copies of the full field test results of the traffic signal conflict
monitor.One copy shall be left in the traffic signal controller cabinet,one copy shall be maintained at
the Contractor's business office,and one copy shall be sent to the Town with the completed Annual
Preventive Maintenance Checklist.
It is understood and agreed that failure on the part of the Contractor to perform monthly,semi-annual
and annual preventive maintenance as required by this contract will cause the Town to suffer an
unascertainable amount of damage.Therefore,the Contractor agrees to pay to the Town,not as a
penalty but as liquidated damages,the amount of $500 per calendar day that the intersection is
overdue for monthly,semi-annual,or annual preventative maintenance.The total amount of
liquidated damages will be totaled and deducted from the monthly invoice payment.
C.TRAFFIC SIGNAL EQUIPMENT
The Contractor shall repair,replace or otherwise render in good working order any and all defective
parts of all traffic signal control equipment.Whenever the Contractor replaces any defective parts on
either a temporary and/or permanent basis,the Contractor shall identify the parts being replaced by
manufacturer's make,model,and serial number,and the locations of installation.Further,the
Contractor shall only use new parts for permanent replacement.Exceptions to this requirement shall
only occur on an individual basis upon advance written approval from the Town.
No permanent changes of traffic signal control devices shall be done without prior written approval
from the Town.Whenever any traffic signal equipment is removed/replaced/modified,the Contractor
shall notify the Town by telephone within two hours of the change,followed by written notification to
the Town within one week.Furthermore, any changes shall also be indicated on the maintenance or
repair log within the traffic signal controller cabinet.The Contractor agrees to notify the Town in
advance of any planned or scheduled traffic signal turn-offs/turn-ons necessitated by the Contractor's
operations.The Contractor shall make turn-offs/turn-ons of traffic signals only upon prior written
approval by the Town.
All traffic signal control equipment shall be maintained in accordance with the manufacturer's
recommendations.When the traffic signal equipment becomes obsolete or deteriorated to the point
of being beyond reasonable or cost effective repair,the Contractor shall report such conditions to the
Town and provide satisfactory evidence that replacements are necessary.The Contractor shall
prepare estimates showing the cost breakdown of materials and labor for replacement of such traffic
signal equipment and submit this information to the Town.
When Incandescent signal lamps are burned out,they shall be replaced with LED modules unless
otherwise approved by Town staff.Signal LED modules shall be replaced when the light output and
degradation fails specifications or when more than five percent of LED's are not working properly,
such as burned or flickering.
D.NEW INSTALLATIONS OR DELETIONS
The Contractor shall maintain any new street lighting and traffic signal equipment,which are installed
for the Town throughout the term of the contract.These devices will be deemed to be added to the
contract when the Town notifies the Contractor of the installation thereof.These added equipment or
devices,regardless of the complexity of the technology shall be maintained in the same manner and
for the same flat rate as those devices already covered by the contract.
Should responsibility for the maintenance of any current or future street light or traffic signal device
cease to be the Town's,the Town will notify the Contractor in writing of the last date to perform
maintenance.The flat rate maintenance for any such affected device shall be prorated on the basis
of the number of days that device was maintained by the Contractor.
E.WARRANTY
Contractor shall manage all street lighting and traffic signal related materials and devices under
warranty.During the manufacturer's warranty period,the Contractor shall be responsible for making
contact with the equipment manufacturer regarding any service determined to be under warranty.The
Contractor shall replace the warranted materials (or replace with temporary equipment pending
replacement material from manufacturer)without any charges to Town.
A minimum of twelve-(12)month warranty shall apply to all work and materials installed by
Contractor.During the Contractor's warranty period,the Contractor shall be responsible for
repairing and/or replacing the equipment without any charges to Town.
The warranties shall not apply to damage caused by negligence by others,acts of God,or use of
equipment in a manner not originally intended.
F.CONTRACTOR SHOP
The Contractor shall have adequate shop and storage facilities.This facility shall house the
necessary staff,traffic signal poles,signals,traffic signal controllers,traffic signal communications
devices,LEOs,controller cabinets,service cabinets,wiring,pullboxes,pullbox lids,and other
necessary materials and vehicular equipment to perform all maintenance required and to perform
temporary and permanent repair of accident damage to traffic signal equipment/devices.This facility
shall also be equipped to perform twenty-one day bench test of traffic signal controller cabinets in
accordance to Caltrans and Town specifications.
The Contractor shall maintain a single local telephone number during the entire term of the contract
where he/she or a designated representative can be reached 24 hours a day,365 days a year.
The Contractor shall also maintain and provide direct phone numbers,cellular phone numbers,fax
numbers,and email addresses of various pertinent staff/employees with which the Town can maintain
regular and direct contact with regarding billing,estimating,service calls,status reports,scheduling,
testing of equipment,and various other issues.
G.EMERGENCY SERVICE
When notified of any traffic signal device malfunction,failure,loss of indication,accident damage,
construction damage,or any emergency traffic signal service call,the Contractor shall respond and
be at the location within one hours following notification from the Town.
In the event of a knockdown,the Contractor shall provide temporary emergency replacement of a
type acceptable to the Town until permanent repairs can be accomplished.The Contractor shall
install a temporary device appropriate for the situation and consult with the Town to identify a
permanent replacement.Required replacement of equipment will require prior written approval from
the Town before such replacements are commenced in conjunction with an emergency call.
At any time the Contractor is notified of an emergency situation by the Town,CHP,County Sheriff or
other duly recognized authority,the Contractor shall immediately notify the designated contact staff at
the Parks and Public Works Department the emergency call.
Upon completion of the response to the emergency call,the Contractor shall notify the appropriate
Town by telephone and/or email the status of the emergency work.In addition,the Contractor shall
notify the Town in writing within one week of the completion of the repair work.
It is understood and agreed that failure on the part of the Contractor to respond within one hours to
any emergency service call as provided will cause the Town to suffer an unascertainable amount of
damage.Therefore,the Contractor agrees to pay to the Town,not as a penalty but as liquidated
damages,the amount of $500 per hour.The time for such liquidated damages shall commence from
the first hour after the required response time for emergency service calls indicated in the previous
sections.The total amount of liquidated damages will be totaled and deducted from the monthly
invoice payment.
The Contractor shall enter any emergency service calls onto the log at the intersection controller
cabinet along with the minimum required information as stated in the previous sections.Failure to do
so will be construed to be a failure to respond to the emergency service calls.
H.EXTRA WORK
The Contractor shall install,modify,repair and/or upgrade street lighting,traffic signals and all
associated hardware or traffic safety devices as requested by the Town.All such work,if not covered
in the flat rates,shall be considered extra work and shall be performed to the satisfaction of the Town.
Please refer to the relevant maintenance checklists and the "Compensation"Section for details.
No additional or extra work shall be commenced or undertaken by the Contractor unless authorized in
advance in writing by the Town.Said written authorization is a condition precedent to the
Contractor's entitlement to reimbursement or remuneration for such services.This work shall be
performed within a specified time limit established by the Town and for a mutually agreed upon price.
The Town shall retain discretionary right to perform any extra work through the use of Town forces,
by negotiated agreement,or to advertise such work by others.
I.RECORDS
The Contractor shall submit to the Town,at the same time as the submission of monthly invoices,a
computerized report covering all Contractor's activities within the Town during the previous month.
This monthly activity report shall be provided in both electronic and hardcopy formats and shall be
generated from a database.Formatting shall be agreed by the Town.The monthly activity report shall
include at a minimum:
a;Time any service calls were received by the Contractor,time at which the service call was
dispatched to the technician,the arrival time of the technician at the requested location,the
departure time,and the results of diagnosis.
b.A complete record of any and all work performed on the street lighting and traffic signal
equipment during the period covered by the monthly activity report,including the make,
model,and serial number of any replacement or newly installed equipment at each
intersection.The report shall also detail the make,model and serial number of any
equipment replaced.
c.The date and time that any preventive maintenance work was performed and any findings.
d.Any and all pending repair work needed at each intersection along with Repair Order number.
The Contractor shall be required to maintain a copy of the monthly activity report (either electronic or
hardcopy),preventive maintenance checklists,conflict monitor test results,and any service records
for a period of not less than five years.
Street Lighting
A copy of the completed street light service forms and an electronic copy of the reports (format to be
agreed by Town)shall be submitted to Town staff weekly.A copy of the street light map (marked with
field notes of pole and service locations)shall be submitted to Town staff monthly.
Traffic Signal
The Contractor shall maintain a log at each signalized intersection included under this contract.The
log shall detail each inspection,repair,and/or emergency/service call.The Contractor shall complete
at a minimum on this log,the date,arrival time,departure time,type of inspection/service,any
findings or repairs,the Contractor's employee name and/or ID,the employee's job title,and in the
event of signal outage/flash,display message on conflict monitor,controller,loadswitch position,etc.
The Contractor shall maintain and provide all required preventive maintenance checklists.The
Contractor shall provide copies of the maintenance checklists monthly to the Town along with the
Contractor's invoices.The Contractor shall enter the traffic signal inventory forms (performed as part
of annual preventive maintenance)in computer and submit a hardcopy and an electronic copy (format
to be agreed by Town staff)along with the annual maintenance invoice.
J.MEETINGS
The Contractor and any of its staff shall be available to meet,when deemed necessary,with Town
staff on a monthly basis or at a mutually agreed upon time and place to review maintenance activities,
operational and timing activities,pending work,estimates,work quality,and any items related to
Contractor's work under this contract.
K.FAILURE TO PERFORM
Should the Contractor fail to properly execute the work in a timely or correct matter as provided under
the terms of this contract,the Town,after providing the Contractor with three business days'notice,
may perform or hire another Contractor to perform such work and deduct the cost plus 25%thereof
from any payment due to the Contractor.
L.COMPENSATION
1.STREET LIGHTING SERVICE
The Contractor shall be compensated for service required under this contract at a flat rate per
street light.Included in the flat rate is compensation for all related labor,equipment,and materials
for all related street lighting components including,and may not be limited to,fixtures,lamps,
photo cells,starters,ballasts,transformers,fuses,sockets,terminal blocks,wiring,breakers,pole
hand hole covers,pole tags,and pull box lids.Also included in the flat rate is compensation for
the 24-hour phone service,quarterly night check,logging of calls,reporting of service,and any
other related service activities as specified in the Contract.
Not included in the flat rate compensation are poles,arms,pull boxes,service cabinets,and
conduits.Also not included is repair/replacement to street lighting when such equipment has
been damaged by vehicular collisions,acts of God,or malicious damage.
2.PREVENTIVE TRAFFIC SIGNAL MAINTENANCE
The Contractor shall be compensated for services required under this contract at a flat rate per
intersection.
Included in the flat rate shall be compensation for the preventive maintenance including labor,
equipment,and materials,as identified in the maintenance checklists.In addition,the following
items shall be the Contractor's responsibility to repair,install and/or replace without additional
charges to Town whether they are maintained,repaired,or replaced at call-outs or emergency
call-outs,or at the time of maintenance routine:detector amplifiers;audible pedestrian signal
indicators;push button assembly;signal lamps and LED modules (including also replacement of
bad non-LED lamps with LED modules)for all vehicle and pedestrian signal indication.
Also Included in the flat rate compensation is compensation for the logging of calls,reporting of
service,temporary equipment,and any other related services as specified in the Contract.
Not included in the flat rate compensation are repair/replacement to traffic signal equipment when
such equipment has been damaged by vehicular collisions,acts of God,or malicious damage.
3.EXTRA WORK
Town may solicit competitive bids for extra work from the Contractor and alternative vendors or
contractors.
Town shall compensate the Contractor for extra work and repairs in accordance with agreed upon
labor rates,material markups,equipment rates,and miscellaneous costs.
Extra work refers to the replacement,repair,upgrade or installation of any street lighting and
traffic signal components that are not included in the compensation of the flat rates.The
Contractor shall obtain Town approval prior to scheduling any work to be performed under this
provision.The Contractor shall provide documentation to support invoiced charges,including but
not limited to time cards and material invoices,upon request by the Town.
4.RATE INCREASE
Rates may be reviewed annually by the successful proposer and the Town;and rate increases
may be requested in writing with detailed justification.Nevertheless,the maximum increase in
labor and/or equipment costs in any calendar year shall be five percent (5%)or the most recent
preceding increase in the Consumer Price Index (CPI)for the West Coast published by the
United States Department of Labor,Bureau of Labor Statistics,whichever is less.
5.PAYMENT AND INVOICES
Payments will be made within thirty days following receipt of an accurate invoice and
documentation of work performed.Invoices shall be submitted no later than 60 days after the
completion of work and not more frequently than once per month.
Town Street Light Summary
W~lM'i&.tli&.:fitij§!WH*W0k iiii*WM:lU1MB!mWW1illawmi~~,~%;m:~t:wmiit'i~
Circuit Lamp Size Count
HPS70W 1
MV250W 1
Circuit Mult 120v Lamp Size Count
HPS lOOW 104
HPS 150W 21
HPS250W 2
HPS70W 683
MV 175W 19
MV250W 13
MV400W 3
Circuit Mult240v Lamp Size Count
HPS 100W 114
HPS 150W 19
HPS 200W 15
HPS250W 3
HPS70W 488
MV 175W 50
MV250W 21
MV400W 17
Circuit Series other Lamp Size Count
MV 175W 1
Total Number Street Lights 1575
Friday,September 09,2005 Page 1 of1
Town Traffic Signal List
ID Intersection
Los Gatos BI.&Los Gatos-Saratoga Rd.
2 Los Gatos BI.&Kennedy-Caldwell
3 Los Gatos BI.&Nino
4 Los Gatos BI.,Roberts Rd.&Shannon Rd.
5 Los Gatos BI.&Blossom Hill Rd.
6 Los Gatos BI.,Los Gatos-Almaden Rd.&Chirco Dr.
7 Los Gatos BI.&Los Gatos Village Sq.
8 Los Gatos BI.&Garden -Gateway
9 Los Gatos BI.&Lark Ave.
10 Blossom Hill Rd.&Cherry Blossom Ln.
11 Blossom Hill Rd.&Camellia Terrace
12 Blossom Hill Rd.&Roberts Rd.(East)
13 Blossom Hill Rd.&University Ave.
14 Blossom Hill Rd.&Union Ave.
15 N.Santa CruzIWinchester &Blossom Hill/Mariposa
16 N.Santa Cruz Ave.&Andrews St.
17 W.Main St.&Santa Cruz Ave.
18 W.Main St.&University Ave.
19 Lark Ave.&Oka Rd.
20 Los Gatos-Saratoga Rd.&Alberto Way
21 Winchester BI.&Lark Ave.
22 Winchester BI.&Knowles Dr.
23 Winchester BI.&Wimbledon Dr.
24 Los Gatos-Almaden Rd.&National Ave.
25 Knowles Dr.&Dardanelli Ln.
26 Knowles Dr.&Capri Ave.
27 Blossom Hill Rd.&Roberts Rd.(West)
28 Winchester BI &Daves
End Time:
Call 10:
Pole 10:
Date:
A.VERIFY STREET LIGHT
Verify Pole 10:
Verify Pole Address:
Verify Pole Location:
STREET LIGHT SERVICE FORM
Caller Complaints:
------------------------
Pole Address:
Location Description:
-------------------.,.------
Start Time:
(Install an 10 tag if it's missing.)
D
Comments:
B.PROBLEM AND REPAIR
Problem Description:
D
Work Description:
D
Found Service?Yes or No
If service location is found,please mark on map and describe the location here:
Comments:
o
TECHNICIAN NAME:----------
SIGNATURE:
TECHNICIAN TITLE:--1
(USE ADDITIONAL PAPERS AS NECESSARY FOR RECORDING PROBLEMS)
Intersection:
MONTHLY PREVENTIVE MAINTENANCE CHECKLIST
Number:
Date:Start Time:End Time:
A.CONTROLLER &SERVICE CABINETS
Cabinets -Clean inside/outside cabinets.Spray insecticide as needed.Remove graffiti,posters and flyers off
cabinets.Trim vegetation off cabinets (one foot clearance).
Comments:
B.CONTROLLER &OTHER EQUIPMENT
Any visible damages -Visually inspect any damages to any equipment inside cabinet.
Any equipment damaged?
Timing -Verify controller clock,main street on recall.Observe signal cycles properly.
Any problems?
Comments:
I C.WALK INTERSECTION
I C.1.SIGNAL HEADS
Lens condition -Visually check for damage and indication.
Visors &Back Plates -Verify visors and back plates in place and good condition.Adjust/replace as needed.
o
o
Comments:
C.2.PEDESTRIAN SIGNALS
Pedestrian Signal Heads -Check condition of heads,LED's,and operation.Adjust/re-aim as needed.
Audible Pedestrian Signal (if applicable)-Verify the operation of audible pedestrian signal indication.
Comments:
C.3.MISCELLANEOUS
Traffic Signal Poles -Visually check all poles,mast arms,anchor bolts &nuts for rust,damage and tightness.0
Comments:
TECHNICIAN NAME:-----------
SIGNATURE:-----------
TECHNICIAN TITLE:-11
(USE ADDITIONAL PAPERS AS NECESSARY FOR RECORDING PROBLEMS)
Intersection:
SEMI-ANNUAL PREVENTIVE MAINTENANCE CHECKLIST
(TASKS TO BE PERFORMED IN ADDITION TO MONTHLY PERVENTIVE MAINTENANCE)
Number:
Date:Start Time:End Time:
A.CONTROLLER &SERVICE CABINETS
Cabinet field wires -Verify cabinet field wires are neatly organized and properly marked.Re-mark as needed.
Cabinet Seal -Re-seal between cabinet and its concrete foundation as needed.Must be watertight.
Remarks:
B.CONTROLLER &OTHER EQUIPMENT
Entrance Voltage Level -Check and record voltage level at cabinet entrance.D
What's the measured voltage?
UPS System (if applicable)-Open UPS cabinet door.Complete UPS check list.Turn off power to controller cabinet
and test UPS for 5 minutes.
Describe the UPS condition:D
Turn the power back on.D
Remarks:
ALK INTERSECTION
Signal Heads -Repaint signal head housing,visors,and backplates as needed.
Video Detection Camera (if applicable)-Wipe clean lenses with damped soft cloth (clean water only)
Remarks:
D
D
TECHNICIAN NAME:----------
SIGNATURE:
TECHNICIAN TITLE:--------------11
(USE ADDITIONAL PAPERS AS NECESSARY FOR RECORDING PROBLEMS)
Intersection:
ANNUAL PREVENTIVE MAINTENANCE CHECKLIST
(TASKS IN ADDITION TO MONTHLY AND SEMI-ANNUAL PERVENTIVE MAINTENANCE)
Number:
Date:Start Time:End Time:
A.CONTROLLER CABINET &SERVICE ENCLOSURE
Cabinets -Vacuum inside controller and service cabinets.
Cabinet Documentation -Check if wiring schematics,prints and records are in cabinet and in good condition.
What's missing and/or need to be replaced?D
Remarks:
B.CONTROLLER &OTHER EQUIPMENT
Timing -Replace timing sheets in cabinet with current.Keep and store old timing sheets.
Remarks:
C.WALK INTERSECTION
Signal Lens -Wipe clean all lenses and check condition of all at vehicle and pedestrian signal heads.
Remarks:
D.TRAFFIC SIGNAL INVENTORY
Traffic Signal Inventory -Perform/update signal inventory.
Remarks:
TECHNICIAN NAME:----------
SIGNATURE:----------
D
TECHNICIAN TITLE:-------------11
(USE ADDITIONAL PAPERS AS NECESSARY FOR RECORDING PROBLEMS)
Intersection:
Date:
I UPS Model:
UPS CHECK LIST
Start Time:
Signal Amps:
End Time:
Running Hours Battery Voltage (Disconnected)
Begin End Battery Battery Battery Battery
Tech Name Date Count Hours Count Hours A B C D Comments
..-._--...
Intersection:
TRAFFIC SIGNAL INVENTORY FORM
(PERFORMED AS PART OF ANNUAL PERVENTIVE MAINTENANCE)
Number:
Date:Start Time:End Time:
Show Phase Numbers
--L[J~~~
e::D ¢==J
c=>~
is]UI
I A.CONTROLLER CABINET
Number (and phase numbers)of Load Switches:
Remarks:
B.SERVICE CABINET
Show Phase Sequence
Number and Size of Batteries in UPS:
Remarks:
Pole 1 Pole Location:Pole Type:
Pole Mount Heads
Facing 0 8"or 3-4-or Is Lamp Louver Back-Visor Notes12"5-Section PV?Type plate
Pole
Mount
Ped Heads PPB Auxiliary Equipment (Camera,
Antenna,Illuminated sign,etc.)
Facing 0 Type Lamp Audi Facing (2)Is Plate Plate Description Facing (2)Type ble?ADA Type Arrow
Pole
Mount
Mast Mount Heads (List them in the order FROM LEFT TO RIGHT)
Facing 0 8"or 3-4-or Is Lamp Louver Back-Visor Notes
Mast 12"5-Section PV?Type plate
Arm
Mount
Auxiliary Equipment (Camera,Safety LightingAntenna,Illuminated sign,etc.)
Description Facing (2)Wattage Has
Mast PEU?
Arm
Mount
Pole 2 Pole Location:Pole Type:
Pole Mount Heads Ped Heads Audible Ped PPB Rat NOTE IF ANYBoxPV's OR
Phase #Heads 8"or 12"3-4-or Phase Phase Phase Phase
NON LED's5-Section
Pole
Mount
Mast Mast Arm Mount Heads IISNS Camera Safety Safety NOTE IFANY
Arm Lighting Lighting PV's OR
Mount 3-4-or St NamePhase#Heads 8"or 12"5-Section on IISNS Direction (Yes or No)Wattage NON LED's
Pole 3 Pole Location:Pole Type:
Pole Mount Heads Ped Heads Audible Ped PPB Rat NOTE IF ANYBoxPV's OR
Phase #Heads 8"or 12"3-4-or Phase Phase Phase Phase NON LED's5-Section
Pole
Mount
Mast Arm Mount Heads IISNS Camera Safety Safety NOTE IF ANY
3-4-or St Name Lighting Lighting PV's OR
Phase #Heads 8"or 12"Direction (Yes or No)Wattage NON LED's
Mast 5-Section on IISNS
Arm
Mount
Pole 4 Pole Location:Pole Type:
Pole Mount Heads Ped Heads Audible Ped PPB Rat NOTE IF ANYBoxPV's OR
Phase #Heads 8"or12"3-4-or Phase Phase Phase Phase NON LED's5-Section
Pole
Mount
Mast Arm Mount Heads IISNS Camera Safety Safety NOTE IF ANY
3-4-or St Name Lighting Lighting PV's OR
Phase #Heads 8"or12"5-Section on IISNS Direction (Yes or No)Wattage NON LED's
Mast
Arm
Mount
'")'
5 Pole Location:Pole Type:
Pole Pole Mount Heads Ped Heads Audible Ped PPB Rat BoxMount NOTE IF ANY
Phase #Heads 8"or12"3-4-or Phase Phase Phase Phase NON LED's
5-Section
Pole 6 Pole Location:Pole Type:
Phase
Pole Mount Heads
#Heads 8"or 12"3-4-or
5-Section
Ped Heads
Phase
Audible Ped
Phase
PPB
Phase
Rat Box
Phase
NOTE IF ANY
NON LED's
Pole
Mount
I----+----+----+__----+--~---+-------+---+-----+---------II
Pole 7 Pole Location:Pole Type:
Pole
Mount
Phase
Pole Mount Heads
#Heads 8"or 12"3-4-or
5-Section
Ped Heads
Phase
Audible Ped
Phase
PPB
Phase
Rat Box
Phase
NOTE IF ANY
NON LED's
Pole 8 Pole Location:Pole Type:
Phase
Pole Mount Heads
#Heads 8"or 12"3-4-or
5-Section
Ped Heads
Phase
Audible Ped
Phase
PPB
Phase
Rat Box
Phase
NOTE IF ANY
NON LED's
Pole
Mount f----+----+----+------+------j------+---+-----+-----------11
Pole 9 Pole Location:Pole Type:
Phase
Pole Mount Heads
#Heads 8"or 12"3-4-or
5-Section
Ped Heads
Phase
Audible Ped
Phase
PPB
Phase
Rat Box
Phase
NOTE IF ANY
NON LED's
Pole
Mount 1-----1----+----+-----+------+------1---+----+----------11
Remarks:
I D.OTHERS
Remarks:
TECHNICIAN NAME:TECHNICIAN TITLE:
SIGNATURE:
(USE ADDITIONAL PAPERS AS NECESSARY)
TOWN STANDARD SPECIFICATIONS
2.37 Signals,Lighting,Electrical System
General
Signals,lighting and electrical work shall conform to the provisions of Section 86,
"Signals,Lighting and Electrical Systems,"of the State of California Department of
Transportation SSS (henceforth referred to as "SSS"),the State of California
Department of Transportation SSP (henceforth referred to "SSP"and these Town
Specifications.
Town Standard Equipment
Unless specified otherwise,the following standard equipment shall be used for the
Town:
1.NEMA TS-2,Type 1,"P"controller cabinet.
2.ECONOLITE ASC2/2S and ASC/2M signal controllers.
3.ITERIS Video Detection system.
4.EMTRAC emergency vehicle preemption system.
Conduit
Conduits shall be installed using directional boring or open trench as determined by
Contractor and approved by Engineer.
All conduits shall be Schedule 40 polyvinyl chloride conduit unless otherwise specified.
End bells shall be installed on all PVC conduits ends.
Contractor shall not use gO-degree elbows only large radius 45-degree elbows shall be
allowed.
All conduits shall have a pull rope and a bare #8 AWG (minimum)copper wire for
grounding and tracing of conduits.
All open trenches shall be backfilled with CLSM with a red dye admixture.Contractor
shall place a warning tape above traffic signal conduits prior to backfilling the trench.
All conduits placed in utility joint trenches shall be inspected and approved by the
respective utility (PG&E,SBC,Verizon,Comcast)prior to backfill.The Contractor shall
coordinate all such inspections with each Utility Company.
All conduits shall be sealed with Duct-Seal after wires are installed to prevent moisture
and rodents from entering the conduits.
Conduits shall be installed either parallel to or perpendicular to the curb,unless
otherwise approved by the Engineer prior to placement.Conduit at an oblique angle to
the curb will not be permitted.
2-1
Pull Boxes
The identification "LOS GATOS"shall be engraved,welded or cast on the top face of all
covers and followed by one of the following applicable markings:
1."STREET LIGHTING"(for pullboxes containing lighting).
2."TRAFFIC SIGNAL"(for pullboxes containing traffic signal circuits with or without
street lighting circuits).
3."COMMUNICATION"(for pullboxes in telephone service runs and where utilities
company conduits terminate).
4."SERVICE"(for pullboxes in service runs and where utilities company conduits
terminate).
5."TRAFFIC COMMUNICATION"(for pullboxes containing fiber-optic cabling
system).
Pullboxes shall be NO.5 or larger unless otherwise indicated on the plans.Pullbox for
fiber-optic cabling system shall have the following minimum inside dimensions,unless
specified otherwise in the contract documents:48-inch long by 30-inch wide by 14-inch
high.It shall be provided with a locking lid.Pullbox extension shall be in 14-inch high
increment.
Conductors
Identification stripe color shall be permanently impregnated the conductor insulating
jacket.
No.10 or smaller traffic signal conductors shall be solid copper with either:
•Type USE insulation with a minimum thickness of 1 mm (40 mils),or
•Type THW insulation with a minimum thickness of 1 mm (40 mils).
Bonding and Grounding
Bonding and grounding shall conform to the provisions of Section 86-2.10,"Bonding
and Grounding,"of the SSS and the following.
All metallic electrical equipment including,but not limited to,poles,metal conduit,
service pedestals,controller cabinets,anchor bolts,foundation reinforcement,and
metallic cable sheaths shall be tied to ground electrical potential and shall be
interconnected by means of copper conductors and clamps to form a single,grounded
and electrically bonded system.Grounding of the electrical system shall be
accomplished by means of approved 5/8-inch x 10-foot copper-clad steel or SA-inch x
10-foot galvanized steel ground rods installed in all cabinet foundations and in all pull
boxes that contain conduits with equipment ground conductors as shown on the project
plans.Ground rods shall extend above the finished cabinet foundation or grouted pull
2-2
box bottom sufficiently to attach a ground clamp and #8 AWG bare copper equipment
ground conductor.
Galvanizing
New traffic signal and street light poles shall have a galvanized finish in conformance to
the provisions of Section 86-2.15,"Galvanizing,"of the SSS.
Controller Assembly
The controller assembly shall conform to the provisions of Section 86-3.02,"Type 90
Controller Assemblies,"of the SSS and the following.
The controller assembly shall be NEMA TS-2 Type "P"traffic signal controller cabinet
unless otherwise indicated on plans.
Traffic Signal Faces and Fittings
Traffic signal faces and fittings shall conform to the provisions of Section 86-4,"Traffic
Signal Faces and Fittings,"of the SSS,the SSP and the following.
Traffic signal faces shall have metal signal sections and visors conforming to Section
86-4.01 "Vehicle Signal Faces",of the SSS.Plastic signal faces and visors shall not be
allowed.
Vehicle signal face reflectors shall be made of specular aluminum conforming to Section
86-4.01A "Optical Units"of the SSS.
Backplates shall be furnished and installed on all signal faces.Backplates shall be
made of aluminum and installable from the front of the signal head and conform to
Section 86-4.03 "Backplates"of the SSS and the SSP ES-4C.Louvers shall not be used
unless otherwise specified.Plastic backplates shall not be allowed.
Signal mounting assemblies shall conform to Section 86-4.06 "Signal Mounting
Assemblies"except that terminal compartments,post top adapters,and plain side pole
mounts shall be cast bronze."Clam Shell"mounts shall not be used.
Color of the traffic signal housing doors,visors,and backplates shall be black.Color of
signal housing shall be olive green.
All new vehicle signal heads shall have 12"red,amber and green (circular and arrow)
light emitting diode (LED)modules.The LED modules shall be Gelcore brand or
approved equal.
Pedestrian Signals
2-3
Pedestrian signal faces shall be Type A with 3/16 inch tempered glass message plate
and z-crate type screen conforming to Section 86-4.05 "Pedestrian Signal Faces"of the
SSS and the SSP ES-4B.
Pedestrian signal heads shall have a combination Portland orange "upraised
hand"/Iunar white "walking person"LED module.The LED modules shall be Gelcore
brand or approved equal.
The Countdown Pedestrian Signal shall be user configurable through dipswitches
allowing the user to deactivate the countdown operation or activate countdown of
Walk+Don't Walk time,countdown of Walk time and then Don't Walk time and
countdown of Don't Walk time only.
Pedestrian Push Buttons
Pedestrian push button assemblies shall conform to the provisions of Section 86-5.02,
"Pedestrian Push Button Assemblies",of the SSS,the SSP ES-5C and the following.
All pedestrian push button assemblies shall be Type B (5"x 7.5")per State Standard
Plan ES-5C.Pedestrian push buttons shall be 2"push buttons and ADA compliant.
Pedestrian push buttons shall be mounted on their respective poles and post such that
the actuator button is positioned thirty-six (36)inches above the surface upon which a
pedestrian using the button would stand.
Multiple push buttons on the same standard shall be mounted at the same height with a
maximum vertical offset of plus or minus 2 inches between push buttons.
Pedestrian push buttons should be parallel to the crosswalk,within 5 feet of the
crosswalk extended,and within 10 feet of the edge of curb,shoulder,or pavement.
When wheelchair ramps are present,pedestrian push buttons should be within 5 feet of
the edge of ramps.
Detector Loops
Vehicle detectors shall conform to the provisions of Section 86-5,"Detectors",of the
SSS,the SSP and the following.
1.Detector loops shall have square or circular configuration.
2.Loop conductor shall be Type 2 loop wires.
3.Detector lead-in cable shall be Type B.
4.Detector lead-in cables between pull boxes (immediately adjacent to the detector
handhole)and controller cabinet shall run continuously and shall be unspliced
throughout the length of the conductors.
5.The sealant for filling slots shall be asphaltic emulsion sealant for ashpaltic
concrete pavement application and hot-melt rubberized asphalt sealant for
Portland cement concrete pavement,both as specified in the State SSS.
2-4
Luminaires
Luminaires shall conform to the provisions of Section 86-6,"Lighting"of the SSS and
the SSP.
Unless otherwise specified,luminaires shall be high pressure sodium (HPS),Type III
cutoff lamp,70 watt HPS on local and collector streets,100 watt on arterial streets,150
watt HPS at intersections,and 250 watt HPS for traffic signal safety lighting.
Ballasts for luminaries shall be of regulated multitap (120/208/240/277 volt)integral
ballasts and held securely in place with devices that allow easy and safe removal and
replacement in the field without the necessity of removing the luminaire from the bracket
arm.
Luminaire circuit splicing shall conform to Section 86-2.095 "Fused Splice Connectors"
orthe SSS.
Photoelectric Controls
Photoelectric controls for luminaires shall conform to the provisions of Section 86-6.07,
"Photoelectric Controls,"of the SSS and the following.
Photoelectric controls shall be as follows:
Type II photoelectric control shall consist of a remote photoelectric unit in a
weatherproof housing,a separate contactor and a test switch located in the service
enclosure unless shown otherwise.The photoelectric control unit shall be pole-top
mounted unless otherwise specified.
Type IV photoelectric control shall consist of a photoelectric unit in a weatherproof
housing which plugs into an EEI-NEMA twist lock receptacle integral with the luminaire.
A switch to permit manual operations of the lighting circuit shall be provided for each
Type II photoelectric control.The "auto-test"switch shall not have an "off"position.
Removing,Reinstalling or Salvaging Electrical Equipment
Removing and/or salvaging of equipment shall conform to the provisions of Section 86-
7.01,"Removing Electrical Equipment,"of the SSS and the following.
All salvaged equipment shall be delivered to the Town of Los Gatos Service Center at
41 Miles Avenue.The Contractor shall contact the Town of Los Gatos Department of
Parks and Public Works at (408)395-2859,forty-eight (48)hours in advance to arrange
for acceptance of salvaged equipment.
2-5