Loading...
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