Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2011-323
RESOLUTION NO. 2011-323
1
2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY
OF SAN BERNARDINO AWARDING A CONTRACT TO CALIFORNIA
3 PROFESSIONAL ENGINEERING, INC. FOR INSTALLATION OF A TRAFFIC
4 SIGNAL AT RlALTO AVENUE AND MERIDIAN AVENUE (TC04-035), PER PLANS
AND SPECIAL PROVISIONS NO. 12619.
5
6
7
8
9
10
11
12
13
14
BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE
CITY OF SAN BERNARDINO AS FOLLOWS:
SECTION 1. California Professional Engineering, Inc., 929 Otterbein Avenue, Unit
E, La Puente, California 91748, is the lowest responsible bidder for installation of a Traffic
Signal at Rialto Avenue and Meridian Avenue (TC04-035), per Plans and Special Provisions
No. 12619.
A contract is awarded accordingly to said bidder in a total amount of
$188,807.75, with a contingency amount of $28,300.00, but such contract shall be effective
only upon being fully executed by both parties. All other bids, therefore, are hereby rejected.
The City Manager is hereby authorized and directed to execute said contract on behalf of the
by reference as though fully set forth at length.
18
19
20
21
22
23
24
25
26
27
28
SECTION 2. That pursuant to this determination the Director of Finance or her
designee is hereby authorized to issue an annual purchase order to California Professional
Engineering, Inc., in the amount of$188,807.75 for FY 2011-12.
SECTION 3. This contract and any amendment or modification thereto shall not take
effect or become operative until fully signed and executed by the parties and no party shall be
obligated hereunder until the time of such full execution. No oral agreements, amendments,
modifications or waivers are intended or authorized and shall not be implied from any act or
course of conduct of any party.
2011-323
1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY
OF SAN BERNARDINO AWARDING A CONTRACT TO CALIFORNIA
2 PROFESSIONAL ENGINEERING, INC. FOR INSTALLATION OF A TRAFFIC
SIGNAL AT RIALTO AVENUE AND MERIDIAN AVENUE (TC04-035), PER PLANS
3 AND SPECIAL PROVISIONS NO. 12619.
4
5
6
7 III
8 III
9
10
11 III
12 III
13 III
14 III
15
16
17 III
18 III
19 III
20 III
21
22
23 I II
24 I I I
SECTION 4. The authorization to execute the agreement is rescinded if the parties to
the contract fail to execute it within sixty (60) days of passage of this resolution.
III
III
III
25 III
26 III
27
III
28
2011-322
1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY
2 OF SAN BERNARDINO AWARDING A CONTRACT TO CALIFORNIA
PROFESSIONAL ENGINEERING, INC. FOR INSTALLATION OF A TRAFFIC
3 SIGNAL AT RIAL TO AVENUE AND MERIDIAN AVENUE (TC04-035), PER PLANS
4 AND SPECIAL PROVISIONS NO. 12619.
I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor
5
6 and Common Council of the City of San Bernardino at a ioint regular
7
8
9
10
meeting
thereof, held on the 19th day of December
, 2011, by the following vote, to wit:
Council Members: AYES NAYS ABSTAIN ABSENT
MARQUEZ ----X-
JENKINS x
BRINKER x
SHORETT x
KELLEY x
x
JOHNSON
MCCAMMACK x
11
12
13
14
15
16
17
18
19
20
The foregoing resolution is hereby approved this
21
22
23
24
25
26
27
28
~M,J;j.~
Rachel G. Clark, CMc." ~ity Clerty
,. ,... "f 111 P4(,uv? ~
cl.o / day of December, 2011.
~
City of San Bernardino
Approved as to form:
JAMES F. PENMAN,
~~~~
XItrfiY
COUNCIL MEETING 12/19/11 O i FILE NO. 1.7653
ITEM 5D ACCT NO. 242-160-5504-7653-0025
RESOLUTION 2011-323
CITY OF SAN BERNARDINO
STATE OF CALIFORNIA
BID AND CONTRACT DOCUMENTS
PLANS AND SPECIAL PROVISIONS NO. 12619
FOR
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE
(TC 04-035 )
,rid
=\!o. 5423
Exp. =
4 s✓'
•
r a
DEPARTMENT OF PUBLIC WORKS
CITY OF SAN BERNARDINO
JULY 2011
BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M.
ON NOVEMBER 1 , 2011
ex#/s/r 044
DESCRIPTION OF THE COMPONENTS
OF THESE
PLANS AND SPECIAL PROVISIONS
The "Bid and Contract Documents" for this project consists of three (3) Parts as follows:
PART I — Administration
PART II — Special Provisions
The above two (2) parts are bound together in one (1) manual titled "Bid and Contract
Documents"
PART III — PLANS, One (1) separately bound set
DRAWING NO. 12619 - Sheets 1-4
TRAFFIC SIGNAL INSTALLATION
AT RIALTO AVENUE AND MERIDIAN AVENUE(TC 04-035)
CITY OF SAN BERNARDINO Contents for Bid and Contract Documents.doc
TABLE OF CONTENTS
PART I
ADMINISTRATION
NOTICE INVITING SEALED BIDS A-1
BID DOCUMENTS
BID FORM B-1
BID SCHEDULE B-2
BIDDER'S INFORMATION AND SIGNATURE
& BIDDER'S INITIALED ACKNOWLEDGEMENT OF ADDENDUMS C-1
SPECIAL NOTICE C-2
DESIGNATION OF SUBCONTRACTORS C-3
TRAFFIC SIGNAL VENDOR INFORMATION C-3A
WORKERS' COMPENSATION INSURANCE CERTIFICATION C-4
NON-COLLUSION AFFIDAVIT C-5
FORM OF BID BOND C-6
MBE/WBE INFORMATION - GOOD FAITH EFFORTS
REFERENCES
PART II
SPECIAL PROVISIONS
INSTRUCTIONS TO BIDDERS
SECTION 1 - SPECIFICATIONS AND PLANS SP-1
SECTION 2 - BID REQUIREMENTS AND CONDITIONS SP-5
SECTION 3 - AWARD AND EXECUTION OF CONTRACT SP-11
SECTION 4 - CONSTRUCTION SCHEDULE&COMMENCEMENT OF
WORK,TIME OF COMPLETION&LIQUIDATED DAMAGES SP-13
SECTION 5 - LEGAL REQUIREMENTS SP-15
SECTION 6 - GENERAL SP-22
SECTION 7 - UTILITIES SP-33
SECTION 8 - DESCRIPTION OF WORK SP-38
SECTION 9 - TRAFFIC CONTROL SP-41
SECTION 10 - MOBILIZATION SP-45
SECTION 11 - CLEARING&GRUBBING,UNCLASSIFIED EXCAVATION&
UNCLASSIFIED FILL SP-47
SECTION 12 THROUGH SECTION 13 BLANK SP-50
SECTION 14 - ASPHALT CONCRETE SP-51
SECTION 15 - BLANK SP-53
SECTION 16 - PORTLAND CEMENT CONCRETE SP-54
SECTION 17 THROUGH SECTION 19 BLANK SP-56
SECTION 20 - THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING
AND RAISED PAVEMENT MARKERS SP-57
SECTION 21 THROUGH SECTION 22 BLANK SP-59
SECTION 23 - ROADSIDE SIGNS AND POSTS SP-60
SECTION 24 - TRAFFIC SIGNALS SP-61
SECTION 24A- INDUCTIVE LOOP DETECTOR SP-86
SECTION 24C- PREEMPTION AND PRIORITY CONTROL SYSTEM
INFRARED ACTIVATED,DATA-ENCODED SP-90
SECTION 24D- SPREAD SPECTRUM INTERCONNECT SYSTEM SP-97
SECTION 25 THROUGH SECTION 37 BLANK SP-101
SECTION 38A - IRRIGATION SYSTEM(MODIFY EXISTING) SP-102
SECTION 39 THROUGH SECTION 49 BLANK SP-107
SECTION 50 - REMOVAL&RESTORATION OF EXISTING IMPROVEMENTS
EXCEPT STREET PAVEMENT SP-108
SECTION 51 THROUGH SECTION 54 BLANK SP-110
SECTION 55B - METAL HAND RAILING SP-111
APPENDIX
STATE OF CALIFORNIA, DEPARTMENT OF INDUSTRIAL RELATIONS
APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION
SOUTHERN CALIFORNIA EDISON COMPANY
NEW METER SERVICE CONSTRUCTION DRAWING
MANUFACTURER INFORMATION&INSTRUCTIONS
PUBLIC WORKS STANDARD DRAWINGS
CALIFORNIA DEPARTMENT OF TRANSPORTATION(CALTRANS) STANDARDS
CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD) STANDARDS
PROJECT LOCATION SURVEY DOCUMENTS
CONTRACT AGREEMENT
PART I
ADMINIST TION
Engineer's Estimate(Range Only): $175,000 to$200,000
NOTICE INVITING SEALED BIDS
CITY OF SAN BERNARDINO
Owner
NOTICE IS HEREBY GIVEN that the City of San Bernardino (CITY) will receive bids for:
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE
( TC 04-035 )
in accordance with Special Provision No. 12619 in file in the Office of the City Engineer, Third
Floor, San Bernardino City Hall.
Plans and Specifications may be obtained from the City Engineer's Office, Third floor, City Hall,
300 N. "D" Street, San Bernardino, CA 92418, upon a non-refundable payment of $15.00 for
each set if picked up in person. Upon request, the Plans and Special Provisions may be mailed
for an additional charge of$10.00 per set.
Electronic copy of the above documents are available upon request by contacting the City
Engineer's Office and by providing a firm name, physical address, contact person, phone number
and fax number for inclusion on the CITY'S List of Plan Holders. It shall be the responsibility of
those receiving electronic versions of the Plans and Special Provisions to provide the above listed
information and confirmation of receipt of any issued addendum to the City Engineer's Office a
minimum of one (1) business day prior to the scheduled day of the Bid Opening. Only those
listed on the CITY's "LIST OF PLAN HOLDERS" and providing confirmation of any issued
addendum shall be eligible to submit bids for this project.
Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San
Bernardino, California, with the bidder's name and address, the specification title and number
and "SEALED BID " clearly marked on the outside of the envelope
Said bids will be received up to the hour of 2:00 p.m., on, Tuesday, November 1, 2011, at
which time all of said bids will be publicly opened, and examined and declared in the City
Engineer's Conference Room, Third Floor, City Hall.
A-1
No bid will be received unless it is made on a bid form furnished by the CITY with the unit
prices written in words and also shown in figures for each item, and with the total of each item
and total of all items extended and inserted in the spaces provided.
The Contractor shall possess a Class "A" License or Appropriate Specialty License(s) at the
time the contract is awarded. The prime Contractor shall perform, with his own organization,
contract work amounting to at least 50 % of the contract price.
All bids shall be signed, sealed and accompanied by cash, cashier's check, certified check or bid
bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the
bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the
contract if awarded to him. In the event the bidder refuses to execute said contract, the use by the
public of the improvements will be delayed, and the public will suffer great damage. From the
nature of the case, it would be extremely difficult and impractical to fix said amount of damages.
Therefore, the CITY and the bidder agree that the above sum of ten percent shall be paid to the
CITY upon the condition above set forth as liquidated damages and not as forfeiture.
All bonds furnished pursuant to this notice must be underwritten by a surety company having a
rating in Best's most recent Insurance Guide of"A" or better. Bonds must be issued by a surety
who is listed in the latest version of U. S. Department of Treasury Circular 570 and is authorized
to issue bonds in the State of California. The Form of Bid Bond is contained in the Bid
Documents in Part I of the Special Provision. Notarization of the signatures of both the Principal
and the Surety and the Power of Attorney of the signing Surety shall accompany this form.
The Contractor may substitute securities for any monies withheld by the Agency to ensure
performance under the contract as provided for in Section 10263 and Section 22300 of the
California Public Contract Code.
A Non-mandatory Pre-Bid Meeting will be held on Tuesday , October 18, 2011, at 2:00
p.m., in the office of the City Engineer, Public Works Department, Third Floor, City Hall, 300
North "D" Street, San Bernardino, California. This meeting is to provide information, to answer
questions, to inform bidders of MBEs/WBEs subcontracting and material supply opportunities,
and to make the prime Contractor aware of the CITY's outreach program as it relates to minority
hiring and participation. Bidder's attendance at this meeting is recommended, but the prime may
certify that they are familiar with the program and attendance is not required. Attendance and/or
certification may be used as part of the good faith effort.
Certified minority (MBE/WBE) subcontractors and material suppliers for the San Bernardino
area located in Caltrans District 8 are listed on the California Unified Certification Program
(UCP) DBE Directory and can be obtained by accessing the directory on the California
Department of Transportation DBE website at http://www.dot.ca.gov/hq/bep/index.
A-2
Pursuant to law, the Mayor and the Common Council of the City of San Bernardino, by
Resolution No. 90-358 and any and all amendments thereto which are hereby referred to and
made a part thereof by references as fully as though set at length herein, have ascertained and
determined the general prevailing rate per diem wages, and of per diem wages for legal holidays
and overtime work for each craft or type work of workman needed in the execution of contracts
under jurisdiction of said Mayor and Common Council.
Said prevailing rates of wages shall conform to Section 1773 of the California Labor Code. The
general prevailing wage rates in the county in which the work is to be done have been determined
by the Director of the California Department of Industrial Relations. These wages are available
from the California Department of Industrial Relations' Internet web site at
http://www.dir.ca.gov/dirdatabases.html. General prevailing wage rates, in effect ten (10) days
prior to the actual Bid Opening, which have been predetermined and are on file with the
California Department of Industrial Relations are also referenced and made a part thereof.
It shall be mandatory upon the Contractor to whom the contract is awarded and upon any sub-
contractor under him to pay not less than specified rates to all laborers, workmen, and mechanics
employed by them in the execution of the contract, and to prevent discrimination in the
employment of persons because of race, creed, color, or national origin, as set forth in the
provisions of Resolution No. 7414 of the Mayor and Common Council of the City of San
Bernardino.
This project is subject to requirements for the employment of apprentices registered with the
California Department of Industrial Relations, Division of Apprenticeship Standards. Additional
information can be obtained at http://www.dir.ca.gov/DAS/PublicWorksForms.htm.
The City of San Bernardino reserves the right to waive any informalities or inconsequential
deviations from contract specifications, or to reject any and all bids.
No bidder may withdraw his bid within 60 calendar days from the date of the bid opening. The
CITY reserves the right to take all bids under advisement for a period of 90 calendar days.
A-3
Specific questions regarding this project should be submitted in writing to the City Engineer's
Office as follows:
City of San Bernardino
City Engineer's Office
Public Works Department
300 North"D" Street, Third Floor
San Bernardino, CA 92418-0001
SUBJECT: TRAFFIC SIGNAL INSTALLATION
AT RIALTO AVENUE AND MERIDIAN AVENUE
PLANS & SPECIAL PROVISIONS NO. 12619 (TC 04-035 )
Attention: Mirela Grigorescu
Tel: (909) 384-5202; Fax: (909) 384-5190
E-mail: grigorescu_mi@sbcity.org
Inquiries or questions based on alleged patent ambiguity of the Plans or the Special Provisions
must be communicated as a bidder inquiry prior to the bid opening. Any such inquiries or
questions, submitted after the bid opening, will not be treated as a bid protest.
Written responses will only be provided to written questions. No written response will be
provided to verbal questions.
CITY OF SAN BERNARDINO
,,.")
RACHEL G. CLARK
City Clerk °' ,
� t
J -- - • t
� �.`4._.. ff L ..
NOTICE TO ADVERTISE:
SPECIFICATION NO. 12619
SHALL APPEAR IN FIRST ISSUE NOT LATER THAN
DATE 10/04/11 & 10/10/11
(FIVE DAYS BETWEEN FIRST& SECOND PUBLICATION)
SIGNATURE DATE
A-4
BID DOCUMENTS
BID FORM
TO THE MAYOR AND COMMON COUNCIL OF
THE CITY OF SAN BERNARDINO
The undersigned declares that he has carefully examined the location of the proposed work, that
he has examined the Plan and read the accompanying instructions to bidders and hereby proposes
to furnish any and all required labor, materials, transportation and service for the
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE
(TC 04-035 )
in strict conformity with Plans and Special Provisions No. 12619 , of the Department of Public
Works for the City of San Bernardino and also in accordance with Standard Specifications for
Public Works Construction, latest edition in effect on the first day of the advertised "Notice
Inviting Sealed Bids". The undersigned proposes and agrees if this bid is accepted, that he will
contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto,
to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do
all the work and furnish all the materials specified in the contract, in the manner and time therein
prescribed, and that he will take in full payment therefor the following unit prices or lump sum
prices, to-wit:
B-1
BID SCHEDULE
PLAN NO. 12619
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE(TC 04-035)
ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL
NO. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES
1. 1 LS MOBILIZATION, at the Lump Sum price of
'°'t L„3.<fin((
Dollars
& Cents LS $ I C
2. 1 LS TRAFFIC CONTROL,at the Lump Sum price
of_One k11 `f-ig SAX: ViG iCfre(
b{ C.fixlqt Dollars
& Cents LS $ 6/s(j —
3. 1 LS CLEARING and GRUBBING,
UNCLASSIFIED EXCAVATION and
UNCLASSIFIED FILL, at the Lump Sum price
ofcL�Mer) 4 11 CASCt hC i f Ae_
„ , . . C c. I , SDollars
& 7 Cents LS. $ 7/ SL; .—
4. 60 LF ASPHALT CONCRETE DIKE, 8"H, per
CITY Std.Dwg.No. 103,at -I ;� (j._ 1.
Dollars ' �1
& .71�� Cents per LIN.FT. $ 3 3 /LF $ I j 9 v
5. 115 SF ASPHALT CONCRETE RAMP LANDING,
4"Thick, at curb return of Parkway,Over
Compacted Native Soil,at f�t 1a{K
Dollars O.`1S 5-& 65--r /� - , Cents per SQ.FT. $ /SF $ f'`. 2 U ,
6. 365 SF ASPHALT CONCRETE PAVEMENT, 8"
Thick, over Compacted Native Soil, at
O l/ctic
Dollars I3oa.° , ,
&_t\Aal.-hff Cents per SQ.FT. $ /SF $ 0!
7. 1 EA DETECTABLE WARNING SURFACE
(Panel)at Existing Curb Ram,,per ADA Standards
at C I • tans •t i
• rt b L f<.i(iS Dollars
& •y Cents per EACH $ /EA $
B-2
BID SCHEDULE
PLAN NO. 12619
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE (TC 04-035)
ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL
NO. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES
8. 2 EA PCC CURB RAMP, per SPPWC Std.Plan 111-4
Including Sidewalk By-pass and/or Retaining Curb,
Complete per ADA requirements,at-4,t)D
h cSv1 c i'c( -11.
4 / I I4 d o j t Gt -- Dollars 25 3C) —
& Cents per EACH $ /EA $ � (UL1
9. 1 LS TRAFFIC SIGNAL SYSTEM, Complete In
Place,per PLAN,at the Lump Sum price of
40 iae(1 14TF-f-
li,cAsTnol skx, ' • t Ddl . Q It Dollars
22�'l Cents LS. $ C-2! 6
10. 1 LS THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKING & RAISED
PAVEMENT MARKERS, at the Lump Sum
price of -fhisus iid e
kung --fh lot( sd-s-
& Cents LS. $ rj 3 7 ---
11. 2 EA ROADSIDE SIGN on Single Post, "SIGNAL
AHEAD" (W3-3), per CA MUTCD Figure 2C-4
at 7>''I t e �,11AY1 (;, ,tr 7 Ct 1"t ' � l -(,f
-f vP G�J)Ia1-c D�ollars
& 2.ei1'C, Cents per EACH $3 S I EA $ 7 0
12. 2 EA ROADSIDE SIGN on Existing Single Post,
"SIGNAL AHEAD"(W3-3), per CA MUTCD
Figure 2C-4(SALVAGE Existing W3-1 Sign)at
/ t n c hP( S ix-f ( — 1�2
Cf. U I(GUS Dollars
& / Cents per EACH $ �(C.)C/EA $ 33D
13. 1 EA ROADSIDE SIGN on Existing Single Post,
"NO OUTLET"(W14-2), per CA MUTCD Figur(
2C-3(SALVAGE Existing W53 Sign)at
G i;itar Dollars /
& 'UAL) Cents per EACH $ 1G, .�/EA $ /(2 'c
B-3
BID SCHEDULE
PLAN NO. 12619
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE (TC 04-035)
ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL
NO. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES
14. 4 EA REMOVE & SALVAGE Existing Signs and
Existing Single Post(SALVAGE to CITY Yard)
at �Z ii?�C."tYY�c( l't'�f1 d @'-
Dollars U
& D Cents per EACH $ I/0 /EA $
I5. 9 LF METAL HAND RAILING, per SPPWC STD.
PLAN 606-3,TYPE"B",at RAILING,
ti6tin l .r C ` —,
_
Olt UrS ollars
& 2-0/1.) _ Cents per LIN.FT. $3 S/LF $ .7l L
16. 1, LS MODIFY Existing Landscape Irrigation
System, at the Lump Sum price of
Dollars
& Z„.efyt7 Cents LS. $
17. 1 LS SURVEYING SERVICE, per SECTION 6-1.10
at the Lump Sum price of_41.A.)
Ll 6,4 So (tai)Dollars \
& 'U Cents LS. $ ADO
168,&07. 75— -let
TOTAL BID $
B-4
BID SCHEDULE
PLAN NO. 12619
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE (TC 04-035)
BID NOTES:
The unit price must be written in words and also shown in figures. All blank spaces appearing
above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shall govern over
extended amounts,and "WORDS"shall govern over"UNIT" figures.
Total bid price for the entire contract work shall include the cost of labor, materials, equipment
parts, implements, taxes and supplies necessary to complete the project, as based on the City
Engineer's estimate of quantities of work.
The total price must be extended for each item of work and the total of all items inserted in the
space provided. Bidders shall complete and submit entire BID DOCUMENTS section as their
bid to the CITY. Failure to do so will result in the bid being non-responsive.
Any situation not specifically provided for will be determined in the discretion of the City of San
Bernardino (CITY), and that discretion will be exercised in the manner deemed by the CITY to best
protect the public interest in the prompt and economical completion of the work. The decision of
the CITY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid,
shall be final.
BIDDER declares that this Bid is based upon careful examination of the work site, Bid and
Contract Documents.
B-5
BIDDER'S INFORMATION AND SIGNATURE:
It is the understanding of the undersigned that the work hereinabove described shall be commenced
within 10 working days from the date of the "Notice to Proceed", and shall be completed within 120 working
days from the date of said notice,as directed in SECTION 4 of these Special Provisions..
The undersigned further agrees that in case of default in executing the contract, or furnishing necessary
bonds,all within the specified time,the proceeds of the Bidder's Guaranty accompanying this bid shall be paid to
the City of San Bernardino as liquidated damages.
Licensed in accordance with an act providing for the registration of Contractor,
LICENSE EXPIRATION f.
NO.: 1606101 CLASSIFICATION: C--1t ! /k DATE: OS l01 1 i 3
California Professional Engineering, Inc.
FIRM NAME: 92-C\BUSINESS ADDRESS: 61-1-- 5e-1t N ie. uN1�E-
LA QU.ev , cR 00�t`i-i
BUSINESS PHONE:O -M—032, FAX:k2k [D-\32'Z CELL:
If an individual, so state. If a firm or co-partnership, give the names of all individuals, co-partners
composing the firm. If a corporation,give the names of the president,secretary,treasurer and manager thereof:
M orO-\ Is Bidder currently a certified DBE? Yes A No !7
Legal Status of Finn
NAME(S) ADDRESS(ES)
\fG\A V B\Xi-PrV1 W. 1ek cA2-61 (r1 ►h tlie. kil+*;
Sa-c' La Re*, C'[ nLt8
' a\ VkaAges)
SIGNATURE OF BIDDER: Dated: D '(- 31 ,20 1
BIDDER'S INITIALED ACKNOWLEDGEMENT OF ADDENDUMS: 1
ADDENDUM NO. 1 DATE:
ADDENDUM NO.2 DATE:
ADDENDUM NO.3 DATE:
ADDENDUM NO.4 DATE:
C-1
**** 1`**********T**************************************************
SPECIAL NOTICE
******************************************************************
The bidder's attention is directed to the section entitled, "Required Listing of Proposed
Subcontractors", in Section 2 of the special provisions regarding the requirement that proposed
subcontractors be listed in the bidder's Bid Documents. Instead of listing only subcontractors for
signal and lighting work as in the past, all subcontractors are now to be listed in the Designation
of Sub-Contractors for items of work or portions thereof to be subcontracted in excess of one-
half of one percent of the total bid or$10,000.00, whichever is greater.
In the case where a bidder claims an inadvertent clerical error in listing sub-contractors, a
notice of the claim must be submitted to the Office of the City Engineer in writing within 2
working days after the time of the bid opening and send copies of the notice to the subcontractors
involved.
The bidder shall provide the actual dollar "Sub-Contract Amount" as submitted by each
listed sub-contractor, keeping in mind that the prime contractor for this project is required to
provide or perform, with his own organization, contract work amounting to at least 50% of the
total contract bid price. Material required for any of the contract work of this project that is
purchased directly by the prime contractor is considered as included in the prime contractor's
50% requirement. If material purchased directly by the prime contractor is to be used by a listed
sub-contractor in performing contract work, the dollar amount of such purchased material should
not be included in the dollar amount listed for said sub-contractor.
C-2
California Professional Engineering, Inc.
BIDDER'S FIRM NAME
DESIGNATION OF SUB- CONTRACTORS
PLANS & SPECIAL PROVISIONS NO. 12619
In compliance with the provisions of Section 4100-4114 of the Public Contract Code of the State of California and any
amendments thereof, each bidder shall set forth the name and location of each subcontractor who will perform work or
labor or render service to the Contractor.
Name&Address Agency&No. of
Under Which MBE/WBE CERT. Sub-Contractor's Sub-Contract Work to Be
Licensed (If Applicable) Phone-No. Amount Performed:
1• V Slec;1rZAC GI0 )cf8- '�1SS o( nq ICCIK.LC�I
uptond , c,et
2. s S r;plOg qoq)G(4-4- apt n
$ �Zso
CI�C1 ,CTA- CpgCocj $ 2SG l
4.
5.
6.
$
IF ADDITIONAL SPACE IS REQUIRED,PLEASE DUPLICATE THIS SHEET
DO NOT WRITE ON THE BACK
C-3
A
04 g
q k2
,,„ . ... ,f , .
i ,_, 1 is.
CC gr4 gal � Igs
(§.. ;
rifl e4 A.
13 cg
, ›. X ,..;
0
�, c I,_b _,_ _, t :
..1 .... ..
I,.. ,
i II Ira -" v crl
e_. ,.., ,A a _
zJ � v c.- /
tlo z 8
.et c.,f, 81 5.-2 . L--- 6 Z En
Cs —CS
� � > � Ta cr,Pi1
4 ° - ` 0 W R es a L _
A
c .?
_Lq...)
W cc D Ti.,
m - ' Q°
A z
1
c y ,9, g
w 0 a-
a 1-...
f 3 iQ
v c"
❑ Z
2' 2_ c\1 `7
� '"� z � 1 as
Lz.i °
E �. i��--�� Q Q is
C ge. Z
I a `
t a ® w C,
a ! 1 $
:, _
C-3A
FORM OF BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,the undersigned,California Professional Engineering,Inc.
dba California Professional Electrical Engineering as Principal,and The Hanover Insurance Company
as Surety, are hereby and
firmly bound unto the City of San Bernardino , State of California, hereinafter referred to as"Obligee"in-the
penal sum of ten percent (10% ) of the total amount of the bid of the Principal submitted to the Obligee for the work
described below, for the payment of which sum we hereby jointly and severally bind ourselves, our heirs, executors,
administrators,successors and assigns.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:
WHEREAS, the Principal has submitted to Obligee,a certain Bid,attached hereto and hereby made a part hereof to enter
into a contract in writing,for the Traffic Signal Installation at Rialto Avenue and Meridian Avenue
(Copy here the exact title description of work, including location, as it appears on the Bid and Contract Documents)
for which bids are to be opened on November 1,2011
(Insert date of opening)
NOW, THEREFORE,
a. If said Bid shall be rejected,or in the alternate,
b. If said Bid shall be accepted and the Principal shall execute a contract
in the Form of contract attached hereto(properly completed in accordance with said Bid)
and shall furnish a bond for his faithful performance of said contract,
and shall in all other respects perform the agreement created by the acceptance of said Bid,
then this obligation shall be void; otherwise,the same shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within which the Obligee may accept such Bid;and said Surety does
hereby waive notice of any such extension.
Signed, this 28th day of October , 20 ii
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are
corporations have caused their corporate seals to be hereto affixed and these presents to igned by their proper officers,
the day and year first mentioned.
California Professional Engineering,Inc.db.
California Professional Electrical En:ineeri ,: (SEAL) The Hanover I,•suranc: Co •an (SEAL)
Principal Ar. rf
By: �L By:
• •ture
V v1\ ,v V\�Ri\ / ?ce Ck Jennifer C. 411xle ,Attorne -in-Fact
Printed Name and Title Prin Fame and Title
NOTE:Notarization of Principal and Surety signatures and Power of Attorney of the Surety shall accompany this form.
C-6
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On OC ' 31 120k1 before me, Olivia Chea, Notary Public
(Here insert name and title of the officer)
personally appeared Van Nguyen
who proved to me on the basis of satisfactory evidence to be the personfs)whose name et. - subscribed to
the within instrument and acknowledged to me that .-- -- executed the same in �' - --' authorized
capacity(ies and that by '1�'-- --• signature f s)on the instrument the person{s), or the entity upon behalf of
which the person()acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
• OUVIA CHEA
,,.► _- Corral.#1931793
N` .;.' NOTARY PUSUC-CALFORNIA
WITNESS my hand and official seal.
Mr Caw.E71►. Li.2015 t
Signature of Notary Public (Notary Seal)
• •
ADDITIONAL OPTIONAL INFORMATION
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be
�; � � properly completed and attached to that docwnent. The only exception is if a
document is to be recorded outside of California In such instances,any alternative
(Title or description of attached document) acknowledgment verbiage as may be printed on such a if
so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
(Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required.
'Z Document Date t �,
Number of Pages • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
must also be the same date the acknowledgment is completed.
(Additional information) • The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
❑ Individual(s) he/she/they,is/are)or circling the correct forms.Failure to correctly indicate this
information may lead to rejection of document recording.
D Corporate Officer • The notary seal impression must be clear and photographically reproducible.
President Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
❑ Partner(s) • Signature of the notary public must match the signature on file with the office of
the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
❑ Other Indicate title or type of attached document,number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
• Securely attach this document to the signed document
2008 Version CAPA v12.10.07 800-873-9865 www.NotaiyClasses.com
ACKNOWLEDGMENT
State of California
County of Orange )
On October 28,2011 before me, Christine T. Hoang,Notary Public
(insert name and title of the officer)
personally appeared Jennifer C. Gibonev
who proved to me on the basis of satisfactory evidence to be the person($)whose name(*) is/ssx
subscribed to the within instrument and acknowledged to me that he/its executed the same in
hisibedtir authorized capacity**, and that by his/tad:Mk signature(s)on the instrument the
person(15), or the entity upon behalf of which the person(s)acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
N .nLOFa ,d CHRISTINE T.HOANCr
WITNESS my hand and official seal. ; ; OMM. t��1^^827909 �a
cl? ORANGE COUNTY �
Comm.4Gres DEC n,2011
Signature (Seal)
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS:That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint
James W.Moilanen,Jennifer C.Giboney and/or Yung T.Mullick
of Mission Viejo,CA and each is a true and lawful Attorney(s)-in-fad to sign,execute,seal,acknowledge and deliver for,and on its behalf,
and as its ad and deed any place within the United States,or,if the following line be filled in,only within the area therein designated
any and all bonds,recognizances,undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows:
Any such obligations in the United States,not to exceed Ten Million and No/100($10,000,000)in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and
empowered to appoint Attorneys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and
all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the
seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed
and acknowledged by the regularly elected officers of the Company in their own proper persons."(Adopted October 7, 1981-The Hanover Insurance
Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice
President and an Assistant Vice President,this 14th day of April 2011.
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPAQ T
CI?1ZEN URANCE COMPANY OF AMERICA
SEAL
j kt.oaf tf
r Mary Jeanne . ice Pr t
Robert K.Drennan.Asstan ice President
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER )ss.
On this 14th day of April 2011, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance
Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and
officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance
Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and
their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations./{A
�'...
MINIM AIM NM= .?)(",.c {mot`. ...✓ .L . ,'
PIO
am" Notary Public
rrc..r.rrw.Irs
My commission expires on November 3,2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said
Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company,shall be binding on the Company to the
same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile."(Adopted
October 7, 1981 -The Hanover Insurance Company;Adopted April 14, 1982 Massachusetts Bay Insurance Company;Adopted September 7, 2001-
Citizens Insurance Company of America)
GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 28TH day of OCTOBER ,2011 -
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS SAY INSURANCE COMPANY
CI ,��SINS& ' CE CO„"ANY OF ERICA
Step,. -.&su sststi ice Pre t
PART II
SPECIAL PROVISIONS
SPECIAL PROVISIONS
INSTRUCTIONS TO BIDDERS
SECTION 1
1-1 SPECIFICATIONS AND PLANS
1-1.01 GENERAL -- The work embodied herein shall be done in accordance with
the Standard Specifications for the Public Works Construction, latest edition in effect on the first
day of the advertised "Notice Inviting Sealed Bids" for this project, and City of San Bernardino
Standard Drawings, insofar as the same apply and in accordance with the following Special
Provisions.
1-1.02 DEFINITIONS -- Whenever in the Standard Specifications the following
terms are used, they shall be understood to mean and refer to the following:
Agency - The City of San Bernardino.
Board - The Mayor and Common Council
for the City of San Bernardino.
City Engineer - The City Engineer for the City of San Bernardino.
Laboratory - The laboratory to be designated by
the City of San Bernardino to test materials
and work involved in the contract.
Office of the District - Whenever, in the Standard Specifications, reference is made to
the office of the District or the District's office, such
references shall be deemed made to the Office of the City
Engineer, Public Works Department, located on the 3rd floor of
City Hall for the City of San Bernardino, 300 N. "D" Street,
San Bernardino.
SP-1
The mailing address for the City of San Bernardino's Public
Works Department is:
City of San Bernardino
Public Works Department
300 North "D" Street, 3rd Floor
San Bernardino, CA 92418-0001
Resident Engineer - The Resident Engineer is the City of San Bernardino's
Engineer City Engineer, registered as a Civil Engineer in the State of
California, or the designated representative of the City of San
Bernardino's City Engineer, registered as a Civil Engineer in
the State of California.
Notice Advertising for Bids - Notice Inviting Sealed Bids.
Standard Specifications - Standard Specifications for Public Works Construction
"Green Book".
Other terms appearing in the Standard Specifications, and these Special Provisions, shall
have the intent and meaning specified in Section 1-2, "Definitions", in the Standard Specifications.
1-1.03 STANDARD SPECIFICATIONS - The Standard Specifications for the
Agency are contained in the most current edition of the STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION, "GREEN BOOK", as written and promulgated by the
Public Works Standards, Incorporated, a mutual benefit corporation comprised of five members
representing the American Public Works Association, and four members from the Associated
General Contractors of California, the Engineering Contractors Association, the Southern
California Contractors Association, and BNi Publications, Incorporated.
The Standard Specifications set forth above will control the general provisions for this
Contract except as amended by the Plans, Special Provisions, or other contract documents.
Only those Sections requiring amendment or elaboration or specifying options are called
out.
In case of conflict between the Standard Specifications and the Special Provisions, the
Special Provisions shall take precedence over and be used in lieu of such conflicting portions.
SP-2
References in the Special Provisions to "CALTRANS Standard Specifications" shall mean
the Standard Specifications (MAY, 2006) of the State of California, Department of Transportation.
References in the Special Provisions to Standard Plans shall mean the Standard Plans for
the City of San Bernardino or other governing agency as specified. Applicable Standard Plans for
this project are contained in the "Standard Drawings", section of these Special Provisions.
Where the Plans or Specifications describe portions of the work in general terms, but not in
complete detail, it is understood that the item is to be furnished and installed complete and in
place, that only the best general practice is to prevail and that only materials and workmanship of
the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor,
materials, tools, equipment, and incidentals and do all the work involved in executing the Contract.
The Contractor shall meet or exceed the applicable Public Works Policies and Procedures unless
directed otherwise by these Special Provisions or as directed by the Engineer.
The plans and specifications of this project shall conform to the requirements of the City of
San Bernardino Municipal Code and Public Works Construction Policies, the latest editions of the
Standard Specifications for Public Works Construction (green book), the American Concrete
Institute (ACI), the current California Building Code, the current California Plumbing Code,
Caltrans Standard Specifications, and these Special Provisions.
Wherever reference it made to any of the standards mentioned above, the reference shall be
construed to mean the code, order or standard that is in effect on the first day of the advertised
"Notice Inviting Sealed Bids".
1-1.04 TAXES -- No mention shall be made in the proposal of Sales Tax, Use Tax,
or any tax, as all amounts bid will be deemed and held to include any such taxes, which may be
applicable.
1-1.05 INTERPRETATION OF PLANS AND DOCUMENTS -- If any person
contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning
of any part of the services to be performed, they may submit a written request for an interpretation
or correction thereof. The person submitting the request will be responsible for its prompt delivery
by 5:00 p.m. of the 5th working day prior to the day of the proposed bid opening.
Any interpretation or correction of the proposed documents shall be made only by
addendum duly issued and copy of such addendum will be faxed and mailed or delivered to each
person of record as receiving a set of such documents. The CITY will not be responsible for any
other form of explanation or interpretation of the proposed documents.
SP-3
1-1.06 ADDENDA OR BULLETINS -- All Bidders are advised as to the
possibility of issuance of addenda affecting the items, scope or quantity of the work required for
this project. Each Bidder shall be fully responsible for informing themselves as to whether or not
any such addenda have been issued. The effect of all addenda to the Contract Documents shall be
considered in the bid and said addenda shall be made a part of the Contract Documents and shall
be returned with them. Failure to cover in a bid any such addenda issued may render the bid
irregular and may result in its rejection by the CITY.
1-1.07 PLANS AND SPECIFICATIONS TO BE PROVIDED -- The CITY will
provide the Contractor with five (5) sets of Plans and Specifications at no cost after the Award of
Contract. The Contractor shall obtain all additional sets at its own cost.
SP-4
SECTION 2
2-1 BID REQUIREMENTS AND CONDITIONS
2-1.01 GENERAL -- Bids must submitted on the bid form contained herein. All
bids shall be signed, sealed and accompanied by cash, cashier's check or bid bond made payable to
the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or
bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In
the event the bidder, to whom the contact is awarded, refuses to execute said contract, and/or fails
to file the necessary bonds and insurance certificate within ten (10) working days following the
date of the CITY's Notice of Award letter, the Bidder shall be considered as not fully executing
the contract. By not executing the contract, the use by the public of the improvements will be
delayed and the public will suffer great damage. From the nature of the case, it would be
extremely difficult and impractical to fix the amount of said damage. Therefore, the CITY and the
bidder agree that the bid guarantee of 10% of the bid shall be paid to the CITY as liquidated
damages and not as forfeiture. Bid bonds shall be underwritten by a surety company having a
rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety
who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to
issue bonds in the State of California. The Form of Bid Bond is contained in the Bid Documents
in Part I of the Special Provisions. Notarization of the signatures of the Principal and the Surety
and the Power of Attorney of the signing Surety shall accompany this form. Any bid not
accompanied by such bid bond will be rejected as invalid.
2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES -- A policy for
establishing goals for participation of Minority and Women's Business Enterprises (MBE/WBE)
was adopted by Resolution No. 95-409 of the Mayor and Common Council of the City of San
Bernardino, on 11-20-95. This outreach program superseded Resolution No. 93-411 and the
Standard Operation Procedures dated January 1994.
Bidder's outreach efforts (good faith efforts) must reach out to MBEs, WBEs and all other
business enterprises. Prime bidders could reasonably be expected to produce a level of
participation by interested subcontractors of 5 % MBE and 0 % WBE on this project.
Bidders shall make every reasonable effort to solicit bids from MBE/WBEs.
A justification shall be provided to support the rejection of any bid from a minority or
women's business enterprise, certified by Caltrans.
SP-5
2-1.03 MINORITY, WOMEN AND OTHER BUSINESS ENTERPRISES AND
CITY PROCUREMENTS -- It is the policy of the City of San Bernardino to provide Minority
Business Enterprises (MBEs), Women Business Enterprises (WBEs) and all other enterprises an
equal opportunity to participate in the performance of all CITY contracts. Bidders shall assist the
CITY in implementing this policy by taking all reasonable steps to ensure that all available
business enterprises, including local MBEs and WBEs, have an equal opportunity to compete for
and participate in CITY contracts. Bidders' good faith efforts to reach-out to MBEs, WBEs and all
other business enterprises shall be determined by the following factors:
(1) The bidder attended pre-solicitation or pre-bid meetings, if any, scheduled by the
CITY to inform all bidders of the requirements for the project for which the
contract will be awarded. The CITY may waive this requirement if the bidder
certifies it is informed as to those project requirements.
(2) The bidder identified and selected specific items of the project for which the
contract will be awarded to be performed by sub-contractors to provide an
opportunity for participation by MBEs, WBEs and other business enterprises. The
bidder shall, when economically feasible, divide total contract requirements into
small portions or quantities to permit maximum participation of MBEs, WBEs and
other business enterprises.
(3) The bidder advertised for bids from interested business enterprises not less than ten
calendar days* prior to the submission of bids, in one or more daily or weekly
newspapers, trade association publications, minority or trade oriented publications,
trade journals, or other media specified by the CITY.
(4) The bidder provided written notice of its interest in bidding on the contract to those
business enterprises, including MBEs and WBEs, having an interest in participating
in such contracts. All notices of interest shall be provided not less than ten calendar
days* prior to the date the bids were required to be submitted. In all instances, the
bidder must document that invitations for sub-contracting bids were sent to
available MBEs, WBEs and other business enterprises for each item of work to be
performed.
Certified minority (MBE/WBE) subcontractors and material suppliers for the San
Bernardino area located in Caltrans District 8 are listed on the California Unified
Certification Program (CUCP) DBE Directory and can be obtained by accessing the
directory on the California Department of Transportation DBE website at
http://www.dot.ca.gov/hq/bep/find certift.ed.htm.
SP-6
(5) The bidder documented efforts to follow up initial solicitations of interest by
contracting the business enterprises to determine with certainty whether the
enterprises were interested in performing specific portions of the project.
(6) The bidder provided interested enterprises with information about the Plans,
Specifications and requirements for the selected sub-contracting work.
(7) The bidder requested assistance from organizations that provide assistance in the
recruitment and placement of MBEs, WBEs and other business enterprises not less
than fifteen days* prior to the submission of bids.
(8) The bidder negotiated in good faith with interested MBEs, WBEs and other
business enterprises and did not unjustifiably reject as unsatisfactory bids prepared
by any enterprises, as determined by the CITY. As documentation the bidder must
submit a list of all sub-bidders for each item of work solicited, including dollar
amounts of potential work for MBEs, WBEs and other business enterprises.
(9) The bidder documented efforts to advise and assist interested MBEs, WBEs and
other business enterprises in obtaining bonds, lines of credit, or insurance required
by the CITY or Contractor.
If the CITY has established expected levels of participation for MBE and WBE sub-
contractors, failure to meet those levels shall not be a basis for disqualification of the bidder. A
determination of the adequacy of a bidders' good faith effort must be based on due consideration of
the indicia of good faith as set forth above.
In the event that the CITY is considering awarding away from the lowest bidder or not
awarding a contract to a proposed bidder because the bidder is determined to be non-responsive for
failure to comply with the good faith indicia set forth above, the CITY shall, if requested, and prior
to the award of the contract, afford the bidder the opportunity to present evidence to the Mayor and
Common Council in a public hearing of the bidders' good faith efforts in making its outreach. In
no case should the CITY award away pursuant to this program if the bidder makes a good faith
effort but fails to meet the expected levels of participation.
For the purposes of this Policy, "minority" shall be synonymous with "minority person" as
defined in California Public Contract Code Section 2000(f). Nothing herein restricts the discretion
of the CITY to reject all bids in accord with Charter Sections 140 and 238 or Chapter 3.04 of the
San Bernardino Municipal Code.
The directions set forth herein shall take effect immediately, and all CITY Departments
shall modify their implementation programs to the extent such programs are inconsistent with this
policy.
SP-7
2-1.04 SUBMISSION OF MBE/WBE INFORMATION — GOOD FAITH
EFFORTS - The Contractor may submit the MBE/WBE INFORMATION — GOOD FAITH
EFFORTS document with the contract Bid Documents prior to the hour of the bid opening. If this
document is not submitted with the Bid Documents, it must be submitted to the Public Works
Department, upon request, by 4:30 p.m. on the fourth working day following the day of the bid
opening. *In the case short bid opening periods, proof of faxes requesting MBE, WBE
participation and faxed requests for assistance in recruitment of MBEs and WBEs shall suffice.
2-1.05 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS -- Each bid
shall have listed therein the name and address of each subcontractor to whom the bidder proposes
to subcontract portions of the work in the amount of 1/2 of one percent of his total bid or
$10,000.00, whichever is greater, in accordance with the Subletting and Subcontracting Fair
Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention
is invited to other provisions of said Act related to the imposition of penalties for a failure to
observe its provisions by using unauthorized subcontractors or by making unauthorized
substitutions.
A sheet for listing the subcontractors, as required herein, is included in the Bid Documents,
in Part I of these Special Provisions.
2-1.06 REQUIRED EXAMINATION OF ALL CONTRACT DOCUMENTS
A. Before submitting a Bid, each Bidder shall thoroughly examine and be
familiar with the Specifications, Plans, addenda, and all other Contract
Documents. The submission of a Bid shall constitute an acknowledgement
upon which the CITY may rely that the Bidder has thoroughly examined and
is familiar with all the Contract Documents.
B. The failure or neglect of a Bidder to receive or examine any of the Contract
Documents shall in no way relieve that Bidder from any obligation with
respect to its Bid or to the Contract. No claim for additional compensation
will be allowed which is based upon a lack of knowledge of the Contract
Documents.
C. The Bidder shall not be allowed any extra compensation by reason of any
matter or thing, concerning that which such Bidder might have fully
informed himself prior to the bidding.
D. No Bidder shall at any time after submission of a bid make any claim or
assertion that there was any misunderstanding or lack of information
regarding the nature or amount of work necessary for the satisfactory
completion of the job.
SP-8
2-1.07 REQUIRED INSPECTION OF THE SITE --
A. Bidders are required to inspect the site of the proposed work to satisfy
themselves by personal examination, or by such other means as they may
prefer, of the location of the proposed work, and of the actual conditions,
including subsurface of, and at, the site of the proposed work.
B. If, during the course of examination, a Bidder finds facts or conditions that
appear to be in conflict with the letter or spirit of the bidding documents,
the Bidder shall notify the Engineer immediately.
C. Submission of a Bid by the Bidder shall constitute conclusive evidence
that, if awarded the Contract, it has relied and is relying on its own
examination of the following:
1. The site of the proposed work.
2. Access to the site.
3. All other data and matter requisite to the fulfillment of the work.
4. The Bidder's own knowledge of existing facilities on and in the
vicinity of the site of the proposed work under the Contract.
5. The conditions to be encountered.
6. The character, quality, scope and complexity of the proposed work.
7. The quality and quantity of the materials to be furnished.
8. The requirements of the Specifications, Plans, any addenda, or any
other Contract Documents.
D. The information provided by the CITY is not intended to be a substitute
for, or a supplement to, the independent verification by the Bidder to the
extent such independent investigation of site conditions is deemed
necessary or desirable by the Bidder.
SP-9
2-1.08 DESIGN ENGINEER MAY NOT BID ON CONSTRUCTION CONTRACT
-- No engineering or architectural firm which has provided design services for a project shall be
eligible to bid on the contract to construct the project. The ineligible to bid include the prime
contractor for design, subcontractors of portions of the design, and affiliates of either. An affiliate
is a firm which is subject to the control of the same persons, through joint ownership or otherwise.
2-1.09 WITHDRAWAL OF BIDS -- A bid may be withdrawn by a written request
signed by the Bidder. Such requests must be delivered to the CITY's designated official prior to
the bid opening hour stipulated in the "Notice Inviting Sealed Bids" or an amended date and hour
stipulated in a signed addenda to the Special Provisions. The withdrawal of a bid will not
prejudice the right of the Bidder to submit a new bid, providing there is time to do so. Bids may
not be withdrawn after said bid opening hour without forfeiture of the bidder's bid guarantee.
2-1.10 IRREGULAR BIDS -- Unauthorized conditions, limitations, or provisions
attached to a bid will render it irregular and may cause its rejection. The completed bid forms
shall be without interlineations, alterations, or erasures. No oral, telegraphic, or telephonic bid,
modification, or withdrawal will be considered.
SP-10
SECTION 3
3-1 AWARD AND EXECUTION OF CONTRACT
3-1.01 GENERAL -- The award of the contract, if it be awarded, will be to the
lowest responsible bidder whose bid complies with all the requirements prescribed. The award of
the contract will be made by the Mayor and the Common Council at a Council meeting. The
bidder, to whom the contract is awarded, shall file with the Engineer all required bonds and
insurance policies, and execute the contract within 10 calendar days after receiving
notification of the award. Failure to file the stipulated documents and execute the contract within
the prescribed time shall constitute good and sufficient grounds for,rescission of the award and
payment of 10% of the bid to the CITY as liquidated damages.
3-1.02 AWARD OF CONTRACT -- Following a review of the bids, the CITY
shall determine whether to award the contract or to reject all bids. The award of contract, if made,
will be to the lowest responsible Bidder as determined solely by the CITY. Additionally, the
CITY reserves the right to reject any or all bids, to accept any bid or portion thereof, to waive any
irregularity and to take the bids under advisement for the period of time stated in the legal Notice
Inviting Sealed Bids as may be required to provide for the best interest of the CITY. The
Contractor's original signature on the Bid Form shall constitute a commitment on the part of the
Bidder to furnish the items as set forth in the Bid Form, the Special Provisions-Instructions to
Bidders, the Plans, the Standard Specifications, the Notice Inviting Sealed Bids and Addenda,
together with any attachments. The Bidder to whom the contract is awarded shall be notified upon
approval of the contract by the Mayor and Common Council. The Bid Form, the Special
Provisions-Instructions to Bidders, the Plans, the Standard Specifications, the Notice Inviting
Sealed Bids and Addenda, together with any attachments, shall be considered as part of the
contract between the CITY and the Contractor to whom the contract is awarded. In no event will
an award be made until all necessary investigations are made as to the responsibility and
qualifications of the Bidder to whom the award is contemplated.
3-1.03 CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall
be filed with the Engineer before the Notice to Proceed is executed by the CITY. In accordance
with Section 2-4, "CONTRACT BONDS", of the Standard Specifications, the contract bonds,
including Payment Bond (Material and Labor Bond) and Performance Bond shall be underwritten
by a surety company having a rating in Best's most recent Insurance Guide of "A" or better.
Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury
Circular 570 and is authorized to issue bonds in the State of California. The Contractor shall
provide to the CITY three (3) original "wet" copies of Payment and Performance Bonds equal to
100% of the award amount of the contract.
SP-11
3-1.04 DISQUALIFICATION OF BIDDERS -- In the event that any Bidder acting
as a prime contractor has an interest in more than one submitted bid, all such submitted bids will
be rejected and the Bidder will be disqualified. This restriction does not apply to subcontractors or
suppliers who may submit quotations to more than one Bidder and, while doing so, may also
submit a formal bid as a prime contractor.
No contract will be executed unless the Bidder is licensed in accordance with the provisions
of the State Business and Professions Code.
The Contractor shall fill out all documents contained in the Bid Document section, and
comply with all the requirements of the Bid Documents and specifications contained in the Special
Provisions.
Failure of the bidder to fulfill the requirements of the Special Provisions for submittals
required to be furnished after bid opening, including but not limited to BMP/SWPPP, traffic
control and detour plans or escrowed bid documents, where applicable, will delay the issue of the
Notice to Proceed, and such delay will subject the bidder to a negative determination of the
bidder's responsibility should the bidder choose to participate in future public works bid offerings.
SP-12
SECTION 4
4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
TIME OF COMPLETION AND LIQUIDATED DAMAGES
4-1.01 GENERAL -- Attention is directed to the provisions of Section 6-1,
"Construction Schedule and Commencement of Work", Section 6-7.1, "Time of Completion",
Section 6-8, "Completion, Acceptance and Warranty" and of Section 6-9, "Liquidated Damages"
of the Standard Specifications and these Special Provisions.
4-1.02 PRE-CONSTRUCTION MEETING -- The Pre-Construction Meeting shall
be within 10 working days of the notification of the award of the contract by the Mayor and
Common Council. The Contractor shall, at the time of the notification of award, inform the
Construction/Survey Manager of any special circumstances or conditions that might prohibit the
Contractor from attending a Pre-Construction Meeting during this period, or from commencing
work as scheduled.
4-1.03 NOTICE TO PROCEED -- The Notice to Proceed shall not be issued until
all required documents have been submitted and approved by the CITY. The Contractor shall
immediately notify and obtain the approval of the Construction/Survey Manager, prior to the Pre-
Construction Meeting, should special circumstances or conditions exist that might prohibit the
Contractor from providing all required documentation and commencing work as scheduled within
10 working days of the Pre-Construction meeting.
Required documentation shall include the Contractor's applicable NPDES plan (for
required submittal time refer to Section 6-1.03 of these Special Provisions), the proposed
Construction Schedule, Traffic Control Plan and Traffic Detour Plan (as required). The
Construction Schedule shall be supported by written statements from each supplier of materials or
equipment indicating that all orders have been placed and acknowledged and setting forth the dates
that each item will be delivered. The schedule shall be in the form of a tabulation, chart or graph.
4-1.04 WORKING DAYS -- The Contractor shall diligently prosecute the work to
completion before the expiration of
120 WORKING DAYS
from the date of the "NOTICE TO PROCEED".
SP-13
4-1.05 PERMITS AND LICENSES -- Prior to issuance of a "Notice to Proceed",
Contractor shall obtain a CITY Business Registration from the City Clerk's Office, San
Bernardino City Hall, 300 North "D" Street, 2"d Floor, San Bernardino, CA 92418.
4-1.06 LIQUIDATED DAMAGES -- The Contractor shall pay to the City of San
Bernardino the sum of $500.00 per day for each calendar day's delay in finishing the work in
excess of the number of working days prescribed above.
In case all the work called for is not completed in all parts and requirements within the time
specified, the CITY shall have the right to grant or deny an extension of time for completion, as
may seem best to serve the interest of the CITY. The Contractor will not be assessed with
liquidated damages during the delay in the completion of the work caused by acts of God or of the
Public Enemy, acts of the State, fire not due to acts of Contractors or Subcontractors, epidemics,
quarantine, restrictions, freight embargo, unusually severe weather, or delays of Subcontractors
due to such causes provided that the Contractor shall, within ten (10) days from the beginning of
such delay, notify the CITY, in writing, of the cause of the delay. The CITY will ascertain the
facts and the extent of the delay, and the findings thereon shall be final and conclusive.
4-1.07 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR
WORKING DAYS -- The Contractor shall submit periodic Progress Reports to the Engineer by
the tenth of each month. The report shall include an updated Construction Schedule. Any
deviations from the original schedule shall be explained. Progress payments will be withheld
pending receipt of any outstanding reports. Section 6-7.3, "Contract Time Accounting", of the
Standard Specifications is superseded by these Special Provisions. The Engineer or his/her
designee will make a daily determination of each working day to be charged against the contract
time. Per the Contractor's written request, the Engineer will provide working and non-working
days to the Contractor.
4-1.08 INSPECTION -- The Contractor is responsible to notify the Public Works
Department Inspection 48 hours prior to the start of any work. Any work performed without
inspection by the CITY is subject to rejection and removal of work performed and, at the
Contractor's expense, the work will have to be reconstructed. At the CITY's request, and the
Contractor's expense, any pipes less than 24" must be inspected by camera for joint grouting and
any other inspection.
For inspection after regular working hours, see Section 6-1.06 "HOLIDAYS, WORKING
DAYS AND HOURS", of these Special Provisions.
SP-14
SECTION 5
5-1 LEGAL REQUIREMENTS
5-1.01 INSURANCE REQUIREMENTS -- The Contractor shall procure and
maintain for the duration of the contract insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, his agents, representatives, employees or subcontractors.
The Contractor shall indemnify and save harmless the City of San Bernardino, the County
of San Bernardino, the State of California, and/or any incorporated city from all claims or suits for
damages arising from the prosecution of the contract work, as more fully described in Subsection
5-1.07, "Contractor's Liability", of these Special Provisions..
The Contractor agrees to protect, defend and indemnify the City of San Bernardino against
loss, damage or expense by reason of any suit claims, demands, judgments and causes of action
caused by the Contractor, its employees, agents or any subcontractor, or by any third party arising
out of or in consequence of the performance of all or any operations covered by the Certificate of
Insurance. The Contractor, at its option, may include such coverage under Public Liability
coverage.
5-1.02 LIABILITY INSURANCE -- The Contractor's attention is directed to
Section 7-3, "Liability Insurance", of the Standard Specifications, providing that the Contractor
shall furnish the CITY with a policy or certificate of liability insurance prior to execution of the
contract. All of the Insurance Policies shall name the City of San Bernardino as an additional
insured. The endorsement shall be provided by the broker or agent of the insurance company and
shall be notarized to that effect. ACCORD Forms are not acceptable, nor forms signed by the
broker, unless they have Power of Attorney to bind the insurance provider. (See attached sample
forms.)
Contractor shall maintain minimum limits of insurance no less than:
1. General Liability: $1,000,000.00 per occurrence and $2,000,000.00
aggregate for bodily injury, personal injury and
property damage. Commercial General Liability
Insurance or other form with a general aggregate
limit shall apply separately to this project/location;
SP-15
2. Products/Completed Operations: $1,000,000.00 per occurrence and
$2,000,000.00 aggregate;
3. Automobile Liability: $1,000,000.00 per accident for bodily injury
and property damage;
4. Employer's Liability: $1,000,000.00 per accident for bodily injury
or illness;
5. Course of Construction: Completed value of the project.
5-1.03 WORKERS' COMPENSATION INSURANCE -- The Contractor's attention
is directed to Section 7-4, "Workers' Compensation Insurance", of Standard Specifications,
providing that the Contractor shall file a signed Certificate of Workers' Compensation Insurance
before execution of the contract.
5-1.04 PAYMENT OF PREVAILING WAGE RATE -- The Contractor and all
subcontractors shall pay each craft or worker employed on this project not less than the prevailing
wage rates specified in Resolution No. 90-358 of the Mayor and Common Council of the City of
San Bernardino. The Engineer shall have the right to interview any craft or worker on the project
site in order to verify payment of prevailing wage rates in accordance with Resolution No. 90-358.
Prevailing wages, available from the California Department of Industrial Relations' Internet web
site at http://www.dir.ca.gov/dirdatabases.html, shall comply with current rates and all updates in
effect ten (10) days prior to the actual Bid Opening. Said prevailing rates of wages shall conform
to Section 1773 of the California Labor Code.
The Contractor shall comply with the provisions in Sections 10262 and 10262.5 of the
Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt
payment to subcontractors.
5-1.05 PAYROLL RECORDS -- The Contractor's attention is directed to the
following provisions of Labor Code Section 1776. The Contractor shall be responsible for the
compliance with these provisions by his subcontractors.
(a) The Contractor and all subcontractors shall keep an accurate payroll record,
showing the name address, social security number, work classification, straight
time, and overtime hours worked each day and week, and the actual per diem
wages paid to each journeyman, apprentice, worker, or other employee employed
by him or her in connection with public work.
SP-16
(b) The payroll records enumerated under subdivision (a) shall be certified and shall be
available for inspection at all reasonable hours at the principal office of the
Contractor on the following basis:
(1) A certified copy of an employee's payroll record shall be made available for
inspection or furnished to such employee or his or her authorized
representative on request.
(c) Each Contractor shall file a certified copy of the records enumerated in subdivision
(a) with the Engineer on a weekly basis. It will be the Contractor's responsibility to
submit the records enumerated in subdivision (a) for all his subcontractors, in
addition to his own employees. Failure to submit the records enumerated in
subdivision (a) on a timely basis shall constitute good and sufficient reason for
withholding the partial payments for work accomplished.
5-1.06 EMPLOYMENT OF APPRENTICES -- This project is subject to the State
of California Division of Apprenticeship Standards (DAS) requirements for the employment of
apprentices.
The Contractor's attention is directed to the provisions in the following section of the
California Labor Code concerning employment of apprentices on public works projects:
1773.3 An awarding agency whose public works contract falls within the jurisdiction
of Section 1777.5 shall, within five days of the award, send a copy of the award to the
Division of Apprenticeship Standards. When specifically requested by a local joint
apprenticeship committee, the division shall notify the local joint apprenticeship
committee regarding all such awards applicable to the joint apprenticeship committee
making the request.
Additional information regarding the Contractor's options for the employment of
apprentices registered with the California Department of Industrial Relations, DAS can be
obtained at http://www.dir.ca.gov/DAS/PublicWorksForms.htm.
5-1.07 CONTRACTOR'S LIABILITY -- The City of San Bernardino, the Mayor
and Common Council, the City Manager or the City Engineer shall not be answerable or
accountable in any manner for any loss or damage that may happen to the work or any part
thereof; or for any of the materials or other things used or employed in performing the work; or for
injury to any person or persons, either workers or the public; or for damage to any person or
persons, either workers or the public; or for damage to adjoining property from any cause which
might have been prevented by the Contractor, or his workers, or any one employed by him; against
all of which injuries or damages to persons and property the Contractor, having control over such
work, must properly guard.
SP-17
The Contractor shall not encroach on private property adjacent to this project in any phase
of the construction without first obtaining a signed Right Of Entry document from the property
owner and submitting this Right Of Entry to the Engineer for approval, prior to any entry or
encroachment onto private property.
The Contractor shall be responsible for any injury to any person or damage to property
resulting from any defects or obstruction occurring any time before project completion and final
acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor and
Common Council, the City Manager or the City Engineer from all suits or actions of every name
and description brought for, or on account of, any injuries or damages received or sustained by any
person or persons, by the Contractor, his servants or agents, in the construction of the work or in
consequence of any negligence in guarding the same, in improper materials used in its
construction, by or on account of any act or omission of the Contractor or his agents, and so much
of the money due the Contractor under and by virtue of the Contract as shall be considered
necessary by the CITY may be retained by the CITY until disposition has been made of such suits
or claims for damages aforesaid.
If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or
adequate at any time during the life of the Contract, the Engineer may order the Contractor to take
further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done
by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies
due, or becoming due, the Contractor. Failure of the Engineer to order such additional
precautions, however, shall not relieve the Contractor from his full responsibility for public safety.
5-1.08 DIFFERING SITE CONDITIONS -- During the progress of the work, if
subsurface or latent physical conditions are encountered at the site differing materially from those
indicated in the contract or if unknown physical conditions of an unusual nature, differing
materially from those ordinarily encountered and generally recognized as inherent in the work
provided for in the contract, are encountered at the site, the party discovering such conditions shall
promptly notify the other party in writing of the specific differing conditions before they are
disturbed and before the affected work is performed.
Upon written notification, the Engineer will investigate the conditions, and if the Engineer
determines that the conditions materially differ and cause an increase or decrease in the cost or
time required for the performance of any work under the contract, an adjustment, excluding loss of
anticipated profits, will be made and the contract modified in writing accordingly. The Engineer
will notify the Contractor of his determination whether or not an adjustment of the contract is
warranted.
SP-18
No conflict adjustment which results in a benefit to the Contractor will be allowed unless
the Contractor has provided the required written notice.
No contract adjustment will be allowed under the provisions specified in this section for
any effects caused on unchanged work.
Any contract adjustment warranted due to differing site conditions will be made in
accordance with the provisions in Section 3-4, "Changed Conditions", of the Standard
Specifications.
5-1.09 ATTORNEY'S FEES AND ARBITRATION -- The prevailing party in any
legal action to enforce or interpret any provisions of this Agreement will be entitled to recover
from the losing party all attorney fees, court costs and necessary disbursements in connection with
that action. The costs, salary and expenses of the City Attorney and members of his office, in
connection with that action, shall be considered as attorney's fees for the purposes of this
Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is
hereby specifically excluded from this Contract.
5-1.10 CITY BUSINESS REGISTRATION CERTIFICATE -- The Contractor
warrants it possesses, or shall obtain, and maintain during the term of this Agreement, a business
registration certificate pursuant to Title 5 of the City of San Bernardino Municipal Code, and any
and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are
legally required of contractor/consultant/vendor to practice its profession, skill or business.
Contractor shall obtain a City of San Bernardino Business Registration at his/her own expense.
SP-19
ACORD FORM INSURANCE SAMPLE:
ACCORD CERTIFICATE OF INSURANCE DATE(MM/YY/DD)
00/00/00
PRODUCER THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.
COMMERCIAL ASSOCIATES INS.,INC. THIS CERTIFICATE DOES NOT AMEND,EXTEND, OR ALTER
1 226 EAST LA PALMA AVENUE THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ANAHEIM, CA 92807 COMPANIES AFFORDING COVERAGE
(714)524-4949 FAX: (7145)524-4940 COMPANY
A CNA-TRANSCONTINENTAL
INSURED COMPANY
B CNA-VALLEY FORGE
COMPANY
YOUR COMPANY NAME C CHUBB GROUP-FEDERAL INSURANCE
AND ADDRESS COMPANY
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT.TERM.OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY IIAVE BEEN REDUCED BY PAID
CLAIMS.
CO TYPE OF INSURANCE POLICY POLICY EFFECTIVE POLICY EXPIR LIMITS
LTR NUMBER DATE(MM/YY/DD) DATE(MM/YYIDD)
GENERAL LIABILITY
EACH OCCURRENCE $1,000 000
X COMMERCIAL GEN LIABILITY FIRE DAMAGE(ANY ONE FIRE)
A $ 500,000 —
CLAIMS MADE OCCUR
MED EXP(ANY ONE PERSON) $ 5,000
X OWNER'S&CONTRACTOR'S PROF 102267576 02/01/98 02/01/99
PERSONAL.&ADV INJURY $1.000,000
GENERAL AGREGATE $2,000.000
PRODUCTS-COMP/OP AGG $2 000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000
X AUTO BODILY INJURY
(Per Person) $
B ALL OWNED AUTOS BODILY INJURY
(Per cident) _$
BAP 5197135 02/01/98 02/01/99
SCHEDULED AUTOS ERTY DAMAGE
ccident) $
HIRED AUTOS
NON-OWNED AUTOS
1
GARAGE LIABILITY
TO ONLY-EACH ACCIDENT
other than auto only
ANY AUTO EACH $
ACCIDENT
other than auto only
-- j AGGREGATE
WORKERS COMPENSATION AND I X WORKERS COMP
EMPLOYER'S LIABILITY STATUTORY LIMITS
C E .EACH ACCIDENT $1,000,000
t i 12/01/98 02/01/99
THE PROPRIRETOR/ INCL E .DISEASE--EA EMPLOYEE $1,000,000
PARTNERS/EXECUTIV
E OFFICERS ARE: EXCL E.L DISEASE-POLICY LIMIT $],000,000
E
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
JOB LOCATION: ALL CALIFORNIA OPERATIONS OF THE NAMED INSURED
RE: (INSERT PROJECT NAME)
BELOW NAMES AS ADDITIONAL INSURED WITH RESPECT TO GENERAL LIABILITY AS REQUIRED BY PROJECT CONTRACT
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.
THE CITY OF SAN BERNARDINO THE ISSUEING COMPANY WILL MAIL 30,DAYS WRITTEN NOTICE TO 711E CERTIFICATE HOLDER NAMES TO THE
DEPARTMENT OF PUBLIC WORKS LEFT
300 N. "D" STREET, 3RD FLOOR AUTHORIZED REPRESENTATIVE
SAN BERNARDINO,CA 92418-0001 JOHN E.SAITI'H (Signature)
ACCORD 25-S (1/95) CO ACCORD CORPORATION
SP-20
COMMERCIAL GENERAL LIABILITY
NAMED INSURED:
POLICY NUMBER:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED OWNERS, LESSEES
OR CONTRACTORS ( FORM B )
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART-OCCURRENCE
SCHEDULE
NAME OF PERSON OR ORGANIZATION:
CITY OF SAN BERNARDINO
DEPARTMENT OF PUBLIC WORKS
300 NORTH "D" STREET, 3RD FLOOR
SAN BERNARDINO, CA 92418-0001
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of"your work" for that insured by
or for you.
NOTE: MUST BE SIGNED BYA UTHORIZED REPRESENTATIVE FOR PROVIDER
SUPPLY POWER OF ATTORNEY GIVING AUTHORITY TO BIND
CG 20 10 11 85
Authorized Representative for
CNA Insurance Group
Golden Eagle Insurance Company
SP-21
SECTION 6
6-1 GENERAL
6-1.01 INCREASED OR DECREASED QUANTITIES -- If the total pay quantity
of any item of work subject to the provisions in Section 3-2.2, "Contract Unit Prices", of the
Standard Specifications varies by more than 25 percent, compensation payable to the Contractor
will be determined in accordance with said Section 3-2.2.1, "General", of the Standard
Specifications and these Special Provisions.
When the compensation payable for the number of units of an item of work performed in
excess of 125 percent of the Engineer's Estimate is less than $1,500 at the applicable contract unit
price, the Engineer reserves the right to make no adjustment in said price if he so elects, except
that an adjustment will be made if requested in writing by the Contractor. Such Contractor's
request shall be accompanied by adequate, detailed data to support costs of the item.
Should the total pay quantity of any item of work required under the contract be less than
75 percent of the Engineer's Estimate, therefor, the Engineer reserves the right to make no
adjustment in said price if he so elects, except that an adjustment will be made if requested in
writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed
data to support costs of the item.
The payment of the total pay quantity of such item of work will in no case exceed the
payment which would be made for the performance of 75 percent of the Engineer's Estimate of the
quantity at the original contract unit price.
6-1.02 SOUND CONTROL REQUIREMENTS -- Sound control shall comply with
Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions.
The noise level from the Contractor's operations between the hours of 9:00 p.m. and 6:00
a.m. shall not exceed 86 dbA at the distance of 50 feet. This requirement in no way relieves the
Contractor from responsibility for complying with local ordinances regulating noise levels
Said noise level requirements shall apply to all equipment on the job or related to the job,
including but not limited to trucks, transit mixers or transient equipment that may or may not be
owned by the Contractor. The use of loud sound signals shall be avoided in favor of light
warnings except those required by safety laws for the protection of personnel.
SP-22
6-1.03 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM
(NPDES) REQUIREMENTS -- The Contractor shall strictly adhere to Sections 7-8 and 7-10 of
the Standard Specifications for Public Works (Green Book) throughout the entire project. The
Contractor, without limitation, shall be responsible for providing and implementing Best
Management Practices to comply with National Pollution Discharge Elimination System (NPDES)
standards and practices. The Contractor shall be responsible, to the fullest extent possible, for
preventing any contaminants, including soil, from entering any drainage system. The Contractor
shall be responsible for having sufficient materials on hand and being prepared to provide erosion
and sediment controls capable of preventing erosion from being washed into the storm drain
system. The Contractor shall be responsible for maintaining equipment so that oil, grease,
gasoline, diesel fuel, et al., do not contaminate areas subject to run-off. The Contractor and its
Surety shall fully indemnify the CITY for any pollution damage and/or cleaning costs. All
construction on off-site or on-site improvements shall adhere to NPDES (National Pollution
Discharge Elimination System) Best Management Practices to prevent deleterious materials or
pollutants from entering the CITY or County storm drain systems.
The following are the areas to be addressed where applicable:
1. Handle, store and dispose of materials properly.
2. Avoiding excavation and grading activities during wet weather.
3. Construct diversion dikes and drainage swales around working sites.
4. Cover stockpiles and excavated soil with secured tarps or plastic sheeting.
5. Develop and implement erosion control plans.
6. Check and repair leaking equipment away from construction site.
7. Designate a location away from storm drains for refueling.
8. Cover and seal catch basins whenever working in their vicinity.
9. Use vacuum with all concrete sawing operations.
10. Never wash excess material from aggregate, concrete or equipment onto a street.
11. Catch drips from paver with drip pans or absorbent material.
12. Clean up all spills using dry methods.
13. Sweep all gutters at the end of each working day.
Gutters shall be kept clean after leaving construction site.
14. Call 911 in case of a hazardous spill.
15. Keep a running log of all activities in connection with
the Storm Water Pollution Prevention Plan (SWPPP).
16. Name a person, on site, responsible for complying with SWPPP.
BEST MANAGEMENT PRACTICES ( BMPs ): Best Management Practices shall be
defined as any program, technology, process, site criteria, operating method, measure, or device
which controls, prevents, removes, or reduces pollution. The Contractor shall obtain and refer to
the California Storm Water Best Management Practice Handbooks, Volume 3 Construction BMP
Handbook and the County Regional Best Management Practices Handbook for Construction
Activities.
SP-23
•
The Contractor shall have a minimum of two (2) readily accessible copies of each
publication on the project work site at all times.
The Contractor shall implement the following BMPs in conjunction with the construction
operation and activities:
CONSTRUCTION PRACTICES
Water Conservation Practices
Dewatering
Paving Operations
Structure Construction and Painting
MATERIAL MANAGEMENT
Material Delivery and Storage
Material Use
Spill Prevention and Control
WASTE MANAGEMENT
Solid Waste Management
Hazardous Waste Management
Contaminated Soil Management
Concrete Waste Management
Sanitary/Septic Waste Management
VEHICLE AND EQUIPMENT MANAGEMENT
Vehicle and Equipment Cleaning
Vehicle and Equipment Fueling
Vehicle and Equipment Maintenance
VEGETATIVE STABILIZATION
Scheduling
Preservation of Existing Vegetation
Temporary Seeding and Planting
Mulching
PHYSICAL STABILIZATION
Geotextiles and Mats
Soil Stabilizer/Dust Control
Temporary Stream Crossing
Stabilized Construction Roadway
Stabilized Construction Entrance
SP-24
RUNOFF DIVERSION
Sodding, Grass Plugging, and Vegetative Buffer strips
Earth Dikes, Drainage Swales, and Lined Ditches
Top and Toe of Slope Diversion Ditches/Berms
Slope Drains and Subsurface Drains
VELOCITY REDUCTION
Flared Culvert End Sections
Outlet Protection/Velocity Dissipation Devices
Check Dams
Slope Roughening/Terracing/Rounding
SEDIMENT TRAPPING
Silt Fences
Straw Bale Barrier
Sand Bag Barrier
Brush or Rock Filter
Storm Drain Inlet Protection
Sediment Traps
Sediment Basin
Additional BMPs may be required as a result of a change in actual field conditions,
contractor activities, or construction operations. When more than one BMP is listed under each
specific BMP category, the Contractor shall select the appropriate and necessary number of BMPs
within each category in order to achieve the BMP objective.
BMPs for contractor activities shall be continuously implemented throughout the project.
Resources to implement BMPs for erosion control and sedimentation shall be readily available and
implemented throughout the construction phase and whenever the National Weather Service
predicts rain within 24 hours. BMPs for erosion control and sedimentation shall also be
implemented prior to the commencement of any contractor activity or construction operation that
may produce run-off, and whenever run-off from other sources may occur.
STORM WATER POLLUTION PREVENTION PLAN ( SWPPP ): A Storm Water
Pollution Prevention Plan (SWPPP) shall be defined as a report that includes site map(s),
identification of construction and contractor activities that could pollute storm water, and a
description of measures and practices to control the potential pollutants. The preparation and
implementation of the SWPPP is intended to ensure that the Contractor will make every
reasonable effort to prevent the pollution of water resources during the period of construction. All
projects, regardless of size, shall have a SWPPP developed prior to the performance of any soil
disturbing activities.
SP-25
Projects over one acre are placed under the regulations of the National Pollutant Discharge
Elimination System (NPDES) General Permit for Storm Water Discharge Associated with
Construction Activity. In the State of California, these regulations are adopted by the State Water
Resources Control Board and as such projects that fall into this category must submit a Notice of
New Construction (NONC) to the State Water Resources Control Board (SWRCB) to obtain a
waste discharge identification number (WDID). This information is available for review and
downloading on the State of California, Department of Transportation web site at
http://www.dot.ca.gov/hq/construc/stormwaterlmanuals.htm.
SWPPP's over one acre shall be prepared under the supervision of, and signed by, a Civil
Engineer registered by the State of California. All SWPPP's shall include and incorporate BMPs
that address contractor activities, erosion, and sedimentation control. The SWPPP shall also
include and incorporate appropriate BMPs for run-off generated by construction activities and
other non-storm water sources. During all periods of construction, excavated soils which are
stored on-site shall be completely covered with waterproof material and gravel bagged or bermed
in order that, in the event of a storm, no soil becomes mixed with or transported by storm water
run-off.
If, during construction operations, field conditions change in a manner which, in the
opinion of the Engineer, significantly deviates from how the SWPPP, as approved by the CITY,
addressed the current construction operation, the Engineer may direct the Contractor to revise the
current construction operation and/or the SWPPP. Such directions will be made in writing and
will specify the items of work for which the SWPPP is inadequate. No further work on these items
will be permitted until the Contractor revises the construction operations to the satisfaction of the
Engineer and/or until the Contractor submits a revised SWPPP and receives CITY approval.
The Engineer shall notify the Contractor of the acceptance or rejection of the revised
SWPPP within seven (7) working days from the date of submittal.
The BMP (Best Management Practices) and/or SWPPP (Storm Water Pollution
Prevention Plan) shall be submitted to the CITY for review and approval a minimum of ten
(10) working days prior to the commencement of construction operations in accordance with
this Section 6-1.03 of these Special Provisions.
The CITY, as Permittee, is subject to enforcement actions by the State Water Resources
Control Board, Environmental Protection Agency, and private citizens. The CITY may assess the
Contractor a penalty of$1,000 for each calendar day that the Contractor has not fully implemented
the BMP(s) or SWPPP specified for the Contract and/or is otherwise in noncompliance with these
provisions. In addition, the CITY will deduct, from the final payment due the Contractor, the total
amount of any fines levied on the CITY, plus legal and staff costs, as a result of the Contractor's
lack of compliance with these provisions and/or less than complete implementation of the
specified BMP(s) or SWPPP.
SP-26
THE CONTRACTOR SHALL COMPLY WITH THESE REQUIREMENTS AND CITY
ENGINEER'S DIRECTIONS DURING THE COURSE OF CONSTRUCTION. The Contractor
shall provide to the CITY, prior to beginning construction, the name and telephone number(s) of
the Contractor and/or the Contractor's NPDES representative, which can be reached and will
respond to calls 24 hours/day for emergencies during construction activity.
Full compensation for the implementation of BMPs, including the construction, removal,
and the furnishing of all necessary labor, equipment, and materials to comply fully with NPDES
requirements shall be considered as included in the other contract bid prices paid for the various
bid items of work, and no additional compensation shall be allowed therefor.
Full compensation for preparation of the SWPPP, revisions to the SWPPP, and all other
related costs, including the construction, removal, and the furnishing of all necessary labor,
equipment, and materials to comply fully with NPDES requirements shall be considered as
included in the other contract bid prices paid for the various bid items of work, and no additional
compensation shall be allowed therefor.
6-1.04 PERMITS AND LICENSE -- The Contractor shall pay for and obtain a City
Business Registration prior to the execution of the contract. Contractor shall obtain a City of San
Bernardino Business Registration at his/her own expense.
Prior to the commencement of work, the Contractor shall obtain a construction permit at no
cost from the City of San Bernardino, Public Works Department, located at San Bernardino City
Hall, 300 North "D" Street, 3`d Floor, San Bernardino, California. The permit shall be kept in a
readily available place on the job site at all times during construction. While no fee will be
charged for the permit, no permit will be issued unless the Contractor provides a code reference
number from USA.
The Contractor shall obtain all required permits from all other City of San Bernardino
Departments/divisions and/or agencies including, but not limited to the Community Development,
Building and Safety Division, the Public Works Department, Street Division, any involved water
agency, county flood control, railroad, Caltrans, Fish & Game, Corp. of Engineers, Regional
Water Quality Board, etc., at his/her own expense, unless otherwise stated in the Plans and
Specifications. These fees and permits shall include water and sewer hook-up, meter, inspection
and flagging fees.
SP-27
6-1.05 EXTRA WORK AND MARKUP -- Any extra work done shall conform to
the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the
restrictions of Section 20452 and 20455 of the Public Contract Code.
A. Work by Contractor The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor 20%
2) Material 15%
3) Equipment Rental 15%
4) Other items and Expenditures 15%
To the sum of the costs and markups provided for in this subsection,
compensation for bonding shall be at the rate specified by the bonding company.
B. Work by Subcontractor When all or any part of the extra work is performed
by a Subcontractor, the markup established above shall be applied to the
Subcontractor's actual cost of such work, also a markup of 10 percent on the first
$5,000.00 of the subcontracted portion of the extra work and a markup of 5
percent on work added in excess of$5,000.00 of the subcontracted portion of the
extra work may be added by the Contractor.
6-1.06 HOLIDAYS, WORKING DAYS AND HOURS -- The Contractor's
activities shall be confined to the hours between 7:00 a.m. and 4:30 p.m., Monday through
Thursday, excluding holidays, as defined in this section. Deviation from these hours will not be
permitted without the prior consent of the Engineer, except in emergencies involving immediate
hazard to persons or property. No traveled lane shall be closed during rush hour, (7:00 a.m. to
8:30 a.m. and 4:30 p.m. to 6:00 p.m., unless approved by the Engineer.
The Contractor will coordinate inspections with the Public Works Inspector 48 hours
prior to any work being done during evenings,Fridays or Saturdays.
The Contractor shall coordinate with the Engineer regarding working hours prior to start of
construction. Except for Fridays, in the event of either a requested or emergency deviation,
inspection service fees will be charged against the Contractor. The service fees will be calculated
at overtime rates, including benefits, overhead and travel time.
SP-28
Designated legal Holidays are: January 1St, the third Monday in January, the third Monday
in February, the last Monday in May, July 4th, the first Monday in September, November 11th,
Thanksgiving Day and the Friday following, December 25th and the working day preceding or
following (as directed by the Mayor and Common Council) and the last working day of the year.
When a designated legal holiday falls on a Sunday, the following Monday shall be a designated
legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be
designated a legal holiday.
6-1.07 PAYMENTS -- Attention is directed to Section 9-3, "Payment", and 9-3.2,
"Partial and Final Payment", of the Standard Specifications and these Special Provisions.
No partial payment will be made for any materials which are furnished, but not
incorporated in the work.
The Contractor shall submit "As Built" project drawings to the Engineer prior to the release
of final payment and/or bonds.
6-1.08 PROJECT APPEARANCE -- The contractor shall maintain a neat
appearance to the work including use of street sweeping and graffiti removal. The Contractor shall
inspect the project site each working day and be prepared to remove debris and graffiti from all
surfaces, including security fencing, on the day of occurrence.
In any area visible to the public, the following shall apply:
When practicable, broken concrete and debris developed during clearing and
grubbing shall be disposed of concurrently with its removal. If stockpiling is
necessary, the material shall be removed or disposed of weekly unless otherwise
specified.
The Contractor is encouraged to recycle all materials. The Contractor shall provide the
CITY all documents as to the weight of materials removed during excavations in accordance with
the requirements of AB939.
6-1.09 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL --
Unless otherwise specified, all excess excavation or removed material shall become the property
of the Contractor and shall be disposed of by him away from the site of the work.
SP-29
6-1.10 SURVEYING SERVICE -- The Contractor shall refer to the PROJECT
LOCATION SURVEY DOCUMENTS section in the APPENDIX of these Special Provisions for
California Land Surveyors Association (CLSA) and Consulting Engineers and Land Surveyors of
California (CELSOC) survey monument preservation guidelines.
The Contractor shall perform and be responsible for the accuracy of surveying adequate for
construction. A California registered Civil Engineer licensed to perform surveying or a California
registered Land Surveyor shall perform any surveying or staking, as directed by the Engineer, at
the expense of the Contractor. The Contractor shall preserve construction survey stakes and marks
for the duration of their usefulness. If any construction survey stakes are lost or disturbed and
need to be replaced, such replacement shall be by the Contractor at the expense of the Contractor.
In case of missing or incorrect ties, the Contractor's Surveyor shall restore ties as necessary at the
expense of the Contractor. The Contractor shall submit to the CITY a copy of all survey notes and
a Certificate Record of Survey.
All new and replaced survey ties shall be by transit method.
All existing monumentation shall be tied and recorded prior to construction. Corner
Records shall be filed, pre and post construction, in accordance with Section 8771 of the Business
and Professions Code (AB 1414). Final monumentation of alignments and new R/W lines shall be
performed in accordance with the State of California Surveys Manual (latest edition). Record of
Surveys or In-Lieu Maps, as applicable, shall be prepared and filed. One reproducible (mylar)
copy of all filed maps and one photocopy of all filed Corner Records or Records of Survey shall be
delivered to the CITY within 30 days of such filings.
Full compensation for preparation of the survey documents, revisions to the survey
documents, and all other related costs, including the construction, removal, and the furnishing of
all necessary labor, equipment, and materials to comply fully with these Special Provisions and the
CLSA shall be considered as included in the contract bid lump sum price, or if no specific bid
item, the contract bid prices paid for the various bid items of work, and no additional
compensation shall be allowed therefor.
6-1.11 CLAYTON ACT AND CARTWRIGHT ACT -- Section 4551 of the State
Government Code specifies that in executing a public works contract with the CITY to supply
goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the
CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec.
16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of
goods, services or materials pursuant to the contract or subcontract. This assignment shall become
effective when the CITY tenders final payment to the Contractor without further
acknowledgement by the parties.
SP-30
6-1.12 PROJECT ERRORS, OMISSIONS, INCONSISTENCIES, AND/OR
DISCREPANCIES -- In the event of errors, omissions, inconsistencies, and/or discrepancies
among two or more portions of the Contract Documents, the Engineer may direct the Contractor to
follow the most stringent requirements at no additional cost.
If errors, omission, inconsistencies, and/or discrepancies appear in the Contract Documents
or in the work done by others affecting this work, the Contractor shall immediately notify the
Engineer prior to proceeding with the work, and the Engineer shall issue appropriate instructions.
If the Contractor proceeds with the work so affected, without instructions from the
Engineer, the Contractor shall remove the incorrect work or make the necessary corrections
to comply with the Engineer's instructions at no cost to the City of San Bernardino.
In case of conflicts, errors, omissions, inconsistencies, and/or discrepancies on the plan
sheets, it is assumed that the bid included the cost for implementing and/or constructing the
discrepancy that would have the highest dollar value.
6-1.13 EMERGENCY INFORMATION -- The names, addresses and telephone
numbers of the Contractor and subcontractors, or their representatives, which can be reached and
will respond to calls 24 hours/day, shall be filed with the Office of the City Engineer prior to
beginning work.
6-1.14 MAINTENANCE OF EXISTING IMPROVEMENTS -- The Contractor
shall protect and maintain all existing improvements and facilities in place to remain from the first
day of work under this contract to acceptance. The Contractor is responsible for replacing any
damaged improvement or facility to original condition or better.
6-1.15 CONTRACTOR'S SAFETY RESPONSIBILITY -- The Contractor shall be
solely and completely responsible for conditions of the jobsite, including safety of all persons and
property during performance of the work. This requirement shall apply continuously and not be
limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor
(OSHA), the California Occupational Safety and Health Act, and all other applicable Federal,
State, County, and CITY laws, ordinances, regulations, codes, the requirements set forth below,
and any regulations that may be detailed in other parts of the Contract Documents. Where any of
these are in conflict, the more stringent requirement shall be followed.
SP-31
6-1.16 SAFETY SUPERVISOR AND MEETINGS --
A. The Contractor shall appoint an employee as safety supervisor who is qualified
and authorize to supervise and enforce compliance with the Safety Program.
The Contractor shall notify the Engineer in writing prior to the commencement
of work of the name of the person who will act as the Contractor's Safety
Supervisor.
B. The Contractor will, through and with his Safety Supervisor, ensure that all of its
employees, and its subcontractors of any tier, fully comply with the Project
Safety Policies. The Safety Supervisor shall be a full-time employee of the
Contractor whose responsibility shall be for supervising compliance with
applicable safety requirements on the work site and for developing and
implementing safety training classes for all job personnel.
C. The Contractor and its affected subcontractors shall attend safety coordination
meetings. The minutes of their meetings shall be submitted to the Engineer.
6-1-17 MEETINGS --
A. The Contractor shall attend weekly progress meetings at the project site.
B. In general, these meetings will be attended by the Contractor, the Engineer or his
designee, and any subcontractors, suppliers, distributors or other concerned
individuals with issues or items to discuss.
C. Meeting minutes will be taken by the Engineer or his/her designee. The meeting
minutes will be available to the Contractor at the following weekly meeting.
The Contractor shall be responsible to distribute the meeting minutes to all
parties performing work under his contract.
D. The Engineer shall have the authority to require that a mandatory meeting be
held at any time during normal work hours.
E. These meetings shall be attended by the Contractor, the Engineer or his/her
designee, and any subcontractors specified by the Engineer.
6-1.18 PAYMENT -- Full compensation for conforming to the requirements of
Section 6 shall be considered as included in the prices paid for the various contract bid items of
work involved, and no additional compensation will be allowed therefor.
SP-32
SECTION 7
7-1 UTILITIES
7-1.01 GENERAL -- The location of all utility substructures that may affect the
work shall comply with Section 5, "Utilities", of the Standard Specifications and these Special
Provisions. The Contractor shall notify the Engineer immediately of any conflict. The Contractor
shall match existing products. The Contractor is responsible for coordinating work with the utility
owners.
Certain companies, governmental agencies, or their contractors may be working within the
construction area. Certain utility facilities at various locations within the project limits may be
removed, relocated, abandoned, or installed by companies' or agencies' contractors. The
Contractor shall coordinate his work with utility owners and their contractors.
The Contractor shall exercise due caution to prevent any damage to/or movement of these
utility facilities. Listed below are the utilities that may be affected, with the designated contact
person. These names and phone numbers are listed for information purposes only. The Contractor
is responsible for verifying phone numbers and contact persons.
1. SOUTHERN CALIFORNIA EDISON COMPANY
287 Tennessee Street
Redlands, CA 92373
Phone: (909) 307-6788 Attn: Ben Murguia
2. SOUTHERN CALIFORNIA GAS COMPANY
1981 West Lugonia Avenue
Redlands, CA 92374-9796
Phone: (909) 335-7772 Attn: Devery Jennings
3. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT
Water Utility Engineering Section
300 North "D" Street, 5th Floor
San Bernardino, CA 92418
Phone: (909) 384-5092 Attn: Mike Nevarez
SP-33
4. VERIZON
1980 Orange Tree Lane, Suite 100
Redlands, CA 92374-2803
Phone: (909) 748-6655 Attn: Control Desk
5. TIME WARNER TELCOM OF CALIFORNIA (ADELPHIA;CO,VICAST)
1500 Auto Center Drive
Ontario, CA 91761-1561
Phone: (909) 795-3349 Attn: Stewart King
6. TIME WARNER TELCOM OF CALIFORNIA (ADELPHIA; TCI)
1500 Auto Center Drive
Ontario, CA 91761-1561
Phone: (909) 798-8588 Attn: Mark Davenhauer
7. TIME WARNER TELECOM OF CALIFORNIA
3281 Guasti Road, Suite #350
Ontario, CA 91761
Phone: (909) 456-3697 Attn: Richard Wilkerson Cell: (714) 801-6141
8. A.T. & T. - OSP Engineering
Cable Maintenance & Right of Way
2741 N. Main Street
Walnut, CA 94596-2714
Phone: (916) 799-4642 Attn: Rosemary Hamill, Cell Phone
A.T. & T. - Cable Hazards Center
Phone: (800) 252-1133
or
A.T. & T. - Plant Protection Services
Phone: (909) 381-7385 Attn: John Bradley
9. A.T. & T. (SBC-PACIFIC BELL TELEPHONE)
ATTN: Right-of-Way Liaison
1265 N. Van Buren Street, Room #180
Anaheim, CA 92807
Phone: (714) 666-5401 Attn: Susan Morgan
SP-34
10. SPRINT COMMUNICATIONS
Attn: Outside Plant Engineering
282 South Sycamore Street
Rialto, CA 92376
Phone: (909) 874-7450 Attn: Lynn Durrett
11. MCI — Western Region OSP
Outside Plant Construction
157 S. Lilac Street
Rialto, CA 92376
Phone: (909) 421-5309 Attn: Chuck Trimble
12. CHARTER COMMUNICATIONS
7337 Central Avenue
Riverside, CA 92504-1440
Phone: (951) 343-5139 Attn: Dean Vandever
13. EAST VALLEY WATER DISTRICT
3654 Highland Avenue, Suite #18
Highland, CA 92346-2607
Phone: (909) 888-8986 Attn: Justin Parker
14. SAN BERNARDINO COUNTY INFORMATION SERVICES
NETWORK SERVICES
Attn: Randy Miller, Division Chief
670 E. Gilbert Street
San Bernardino, CA 92415
Phone: (909) 388-5910 Attn: Michele Watson
15. OMNITRANS
1700 W. 5th Street
San Bernardino, CA 92411
Phone: (909) 379-7153 Attn: Allen Wild— Stops & Station Changes
SP-35
16. CITY OF SAN BERNARDINO
INFORMATION TECHNOLOGY
NETWORK GROUP
300 North "D" Street, 4th Floor
San Bernardino, CA 92418
Phone: (909) 384-5947 Attn: Larry Martin
17. CITY OF SAN BERNARDINO
PUBLIC WORKS DEPARTMENT
STREET DIVISION
234 S, Mt. View Avenue
San Bernardino, CA 92408
Phone: (909) 384-5143 Attn: John Van Havermaat
18. CITY OF SAN BERNARDINO
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNALS & STREET LIGHTING
234 S. Mt. View, #110
San Bernardino, CA
Phone: (909) 384-5129 Attn: Clemente Elizalde
7-1.02 CONTRACTOR'S RESPONSIBILITY -- The Contractor shall verify the
location of all underground utilities and services, including potholing, before proceeding with the
excavation work, requesting in advance the services of inspectors from the utility companies in
order to ascertain said locations. Damage to underground utilities resulting from neglect on the
part of the Contractor shall be corrected and paid for by the Contractor.
7-1.03 COOPERATION AND COLLATERAL WORK -- The Contractor shall
conform to the requirements of Section 7-7, "Cooperation and Collateral Work", of the Standard
Specifications.
7-1.04 UTILITIES NOTIFICATION -- The Contractor shall notify all owners of
public utilities seventy two (72) hours in advance of excavating around any of their facilities and
substructures and shall also provide the same notice to Underground Service Alert of Southern
California, telephone number 1/800/422-4133.
SP-36
7-1.05 UTILITIES INTERFERENCE -- Utilities which are found, by exploratory
location or by excavation, to interfere with the construction of this project will be relocated,
altered, or reconstructed, or the Engineer may order changes in location, line or grade of the
project structure, to be built in order to avoid said utility. The Contractor may coordinate the work
with the utility owners.
Abandoned utilities, which interfere with the construction of any portion of this project,
may be cut by the Contractor, the interfering portion of the utility removed and open ends of the
pipe sealed with a suitable plug or cap.
7-1.06 PAYMENT -- Full compensation for conforming to the requirements of this
Section, not otherwise provided for, shall be considered as included in the prices paid for the
various contract bid items of work involved and no additional compensation will be allowed
therefor.
SP-37
SECTION 8
8-1 DESCRIPTION OF WORK
8-1.01 DESCRIPTION -- The work to be done consists, in general, of clearing and
grubbing, grading, installing curb ramps including sidewalk by-pass and detectable warning
surface on existing curb ramp, constructing asphalt concrete dike and pedestrian landing at curb
return, asphalt concrete pavement infill around curb return, painting traffic striping and pavement
markings, installing related road signs, loop detectors, installing traffic signal standards, installing
conduit, pull boxes and conductors, constructing traffic signal standard foundations, installing
controller service equipment enclosure, spread spectrum traffic signal interconnect, emergency
vehicle preemption, and such other items or details, not mentioned above, that are required by the
Plans, Standard Specifications, or these Special Provisions shall be performed, placed, constructed
or installed.
The work to be done shall include furnishing all materials, equipment, tools, labor, taxes
and incidentals as required by the Contract Documents to construct the project.
Addenda issued during the time of bidding shall become a part of the documents furnished
to all bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of
the contract. Each Bid shall include specific acknowledgement in the space provided of receipt of
all Addenda issued during the bidding period. Failure to so acknowledge Addenda may result in
the Bid being rejected as not responsive.
8-1.02 ORDER OF WORK -- The first order of work shall be to place the order for
the traffic signal equipment. Within one (1) week of the NOTICE TO PROCEED, the
Contractor shall furnish the Engineer with a statement from the vendor that the order for
said equipment has been received and accepted by the vendor. All other works shall be
considered second order of work. As stated in Section 21-1.02, "4. Service", of these Special
Provisions, the Contractor shall also contact Southern California Edison regarding service by the
16th working day of this project. All other works shall be considered as second order of work.
8-1.03 WORK SITE MAINTENANCE -- The Contractor shall comply with the
provisions in Section 7-8, "Work Site Maintenance", of the Standard Specifications.
The Contractor shall water down the site during periods of high winds as directed by the
Engineer, including periods when the work is not actually in progress. Failure to respond to a
directive to water the site in a prompt manner will result in the CITY making other arrangements
to have this item of work done and the costs billed to the Contractor, or it shall be paid for by the
Contractor as a deduction from his contract.
SP-38
8-1.04 PROJECT LOCATIONS -- See separate bound Plans.
8-1.05 GEOTECHNICAL INVESTIGATION -- None.
8-1.06 APPROVED MATERIALS -- Whenever the expression "or approved
equal" is used, it shall be taken to mean the approval by the City Engineer of any substitution of
material or material specified herein. All substitution requests shall state the reason for the request
and the difference in price between the item specified and the requested substitution.
All substitution requests shall be submitted to the City Engineer in writing five (5) working
days prior to the bid opening. No requests for substitutions will be considered by telephone.
The Contractor shall submit to the Engineer for review and approval six (6) copies of all
shop drawings.
The Contractor shall make any corrections to shop drawings required by the Engineer.
8-1.07 CITY-FURNISHED MATERIALS -- CITY furnished material, when
applicable as specified in other sections of these Special Provisions, shall comply with the
following:
A. Materials, if furnished by the CITY, will be made available as specified
in these Specifications. The Contractor is responsible for loading,
unloading, hauling and handling, and placing CITY-furnished materials.
B. The Contractor shall inspect and assure itself of the amount and
soundness of such materials.
C. The Contractor will be held responsible for all materials furnished to it,
and shall pay all demurrage and storage charges. CITY-furnished
materials that are lost or damaged from any cause whatsoever shall be
replaced by the Contractor. The Contractor will be liable to the CITY for
the cost of replacing CITY-furnished material and such costs may be
deducted from any monies due or to become due the Contractor.
SP-39
8-1.08 PRE-BID INQUIRIES -- NO ORAL representations or interpretations will
be made to any Bidder as to the meaning of the Specifications, Plans, any addenda, or other
Contract Documents. Written requests for an interpretation, or to identify a potential omission,
discrepancy, or misunderstanding will be accepted if received by 5:00 p.m. of the 5th working day
prior to the day of the proposed bid opening.
If there are any questions regarding this project, please contact:
City Engineer's Office
San Bernardino City Hall
300 North"D" Street, 3rd Floor
San Bernardino, CA 92418
Re: PLANS & SPECIAL PROVISIONS NO. 12619
TRAFFIC SIGNAL INSTALLATION
AT RIALTO AVENUE AND MERIDIAN AVENUE
( TC 04-035 )
Attention: Mirela Grigorescu
Tel: (909) 384-5202; Fax: (909) 384-5190
E-mail: grigorescu_mi@sbcity.org
SP-40
SECTION 9
9-1 TRAFFIC CONTROL
9-1.01 GENERAL -- The Contractor shall comply with Section 7-10, "Public
Convenience and Safety", of the Standard Specifications for Public Works Construction, latest
edition, and these Special Provisions.
Warning signs, lights, cones, barricades and devices for use in performance of work upon
highways shall conform to the most recent "California Manual on Uniform Traffic Control
Devices".
The Contractor shall submit and obtain CITY approval for traffic control and traffic
detour plans prior to the commencement of operations on a street. Traffic control plans shall
be based on the most recent"California Manual on Uniform Traffic Control Devices".
All temporary traffic striping and maintenance shall be done by the Contractor, including
placement of temporary tape on all crosswalks. The Contractor shall restore all existing striping to
original configuration, and as directed by the Engineer.
All warning, regulatory and construction signs shall be fully reflectorized. The traffic
cones to be used shall be thirty-six inches (36") in height, rubber or plastic, and be reflectorized.
All work areas that remain after dusk shall be properly lighted to the satisfaction of the Engineer.
The Contractor shall take all necessary measures to maintain a normal flow of traffic to
prevent accidents and to protect the work throughout the construction stages until completion of
the work. The Contractor shall be responsible for implementing the approved traffic control plan
based on the most recent "California Manual on Uniform Traffic Control Devices".
The Contractor shall make the necessary arrangements to provide and maintain barriers,
cones, barricades, construction warnings, regulatory signs and any other safety control devices,
including flagmen. The Contractor shall take measures necessary to protect all other portions of
the work during construction and until completion, providing and maintaining all necessary
barriers, barricade lights and striping, including crosswalks.
In addition to the foregoing traffic control and safety measures, the Contractor shall
immediately implement any measures requested by the Engineer defined as necessary to ensure the
proper flow of traffic, the protection of the public and/or the safety of the workers.
SP-41
The Contractor shall maintain at all times the ability to respond to calls from the Engineer,
including during non-working hours to replace or provide additional traffic control or safety
devices as required.
All places of business and residences along the streets that are within the limits of any work
shall be notified by the Contractor in writing at least seven (7) days prior to commencement of
work. This notification shall explain the sequence of work and indicate any restrictions of parking
and access. Verbal notification shall be given to all places of business and residences at least 18
hours in advance of commencing work that will affect access to and from their properties.
The Contractor shall notify all local authorities of his intent to begin work, in writing, at
least seven (7) days before work is begun.
9-1.02 TURN RESTRICTIONS -- The Contractor shall post appropriate signs
restricting turns when directed to do so by the Engineer.
9-1.03 PARKING RESTRICTIONS -- Unless otherwise provided herein, the
Contractor may post temporary "NO PARKING" signs within the area of work as required to
facilitate construction operations, subject to approval of the Engineer.
Personal vehicles of the Contractor's employees shall not be parked on the traveled way at
any time.
The Contractor shall furnish, maintain, and install (seven days prior to the start of work) all
"TEMPORARY NO PARKING" signs with the duration of the no parking time written on them.
The Contractor will be responsible for posting, removing, and maintaining these signs as required
for this project.
The Contractor shall cooperate with local authorities relative to handling traffic through the
area and shall make his own arrangements relative to keeping the working area clear of parked
vehicles. The Contractor shall obtain prior approval from the Engineer for removal of vehicles.
9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum width of 10 feet.
A minimum shoulder width of 2 feet shall be provided adjacent to curbs, posts and other similar
obstructions, and 5 feet shall be provided adjacent to any excavation, unless otherwise authorized
by the Engineer.
SP-42
9-1.05 PUBLIC CONVENIENCE -- During the progress of work, adequate
provisions shall be made by the Contractor to accommodate the normal vehicular and pedestrian
traffic along streets, roads, and highways, immediately adjacent to or crossing the work, so as to
cause a minimum of inconvenience to the general public. Convenient access to abutting properties
shall be maintained and remain open, unless approved by the Engineer.
9-1.06 FLASHING ARROW SIGNS -- The Contractor shall furnish and maintain
flashing arrow signs (FAS) during lane closures or detours on streets. The Engineer shall
determine when FAS is required at any location.
9-1.07 LANE CLOSURE -- The Contractor shall not close more than one (1) lane
at a time. The Contractor shall submit traffic control plans and obtain written approval from the
Traffic Engineer prior to lane closure.
No traveled lane will be closed without authorized approval given by the Engineer. If any
traveled lane or road is allowed to be closed by the Engineer, the Contractor shall install signs to
notify the public of days and times that traveled lanes or roads will be closed seven (7) days in
advance of the lane or road closure.
If lane closures are approved by the Engineer, the full width of the traveled way shall be
open for use by public traffic from 4:00 p.m. to 8:30 a.m., all day for Saturdays, Sundays, and
designated legal holidays; after 3:00 p.m. on Fridays (unless otherwise approved by the Engineer)
and the day preceding designated legal holidays; and when construction operations are not actively
in progress on working days.
The Contractor shall furnish, install, and upon completion of the work, remove all signs and
warning devices required for directing, protecting, and detour of the public during construction.
Emergency vehicles shall be permitted access at all times to any street.
Unless otherwise authorized by the Engineer, pedestrian access shall be permitted to pass
through the work area, or an approved detour shall be provided. Safe and adequate pedestrian
access to all business establishments shall be continuous and unobstructed unless otherwise
approved by the Engineer.
SP-43
9-1.08 PAYMENT -- Full compensation for furnishing and installing signs, lights,
flares, barricades, traffic control plan and other traffic control devices, necessary to expedite
passage of public traffic through the work area, shall be considered as included in the lump sum
prices paid for "TRAFFIC CONTROL", and no additional compensation will be allowed
therefor.
The provisions in this Section may be modified or altered if, in the opinion of the Engineer,
public traffic will be better served and work expedited. Said modifications or alterations shall not
be adopted until approved in writing by the Engineer. Such approved modifications or alterations
shall be adopted immediately and shall be considered paid in full as a part of the lump sum
contract bid price for "TRAFFIC CONTROL", and no additional compensation will be allowed
therefor.
SP-44
SECTION 10
10-1 MOBILIZATION
10-1.01 GENERAL -- Mobilization shall comply with the requirements of Section
9-3.4, "Mobilization", of the Standard Specifications.
Mobilization may include, but not be limited to, the following principal items:
1. Submittal and modification, as required, of the Construction Schedule.
2. Providing a Project Office.
3. Review of the Site.
4. Obtaining all required Transportation Permits.
5. Submittal of all required insurance certificates and bonds as required by these
Specifications
6. Moving onto the site, including, but not limited to:
a. Equipment
b. Arranging for and erection of Contractor's work and storage areas.
7. Installing construction fencing and temporary construction power and wiring.
8. Providing a minimum of one restroom facility for each twenty-five (25) workers
occupying the site. Facilities may include existing functioning restrooms, or portable
chemical facilities, or any combination thereof, and shall count as one for each urinal
or one for each water closet(as required).
9. Installing all temporary utilities (as required).
10. Establishing required fire protection provisions.
11. Posting all OSHA required notices and establishment of safety programs.
12. Posting of all Department of Labor notices.
13. Having the Contractor's superintendent at the job site full-time and responding
24 hours per day.
14. Air and water quality protective measures, as necessary, and without limitation.
15. Potholing and other research and review as necessary to verify site conditions and
utility locations.
16. Demobilization of the Site.
17. Any other item as specified.
The cost of bonds, insurance, move in and move out costs, preparation and submission of
submittals, obtaining encroachment permits, and miscellaneous incidental costs, shall be included
in the Bid Item provided for mobilization and demobilization and incidental project costs as a
lump sum item, for which 75 percent (75%) will be eligible for inclusion in the first progress
payment, with the remaining 25 percent (25%) not eligible for inclusion until 100 percent (100%)
of the work has been completed and if progress of the work is satisfactory.
SP-45
No work shall be started without prior approval of the submittals. Failure to comply with
the preceding requirement will be sufficient ground for the Engineer to stop all work on the project
until the requirements are met.
10-1.02 PAYMENT — The contract bid lump sum price paid for
"MOBILIZATION" shall be deemed to include the cost of work in advance of construction
operation and not directly attributable to any specific bid item, and no additional compensation
will be allowed therefor.
SP-46
SECTION 11
11-1 CLEARING AND GRUBBING
UNCLASSIFIED EXCAVATION AND UNCLASSIFIED FILL
11-1.01 GENERAL -- Clearing and grubbing, unclassified excavation and unclassified fill
shall comply with Section 300-1, "Clearing and Grubbing", Section 300-2, "Unclassified
Excavation", and Section 300-4, "Unclassified Fill", of the Standard Specifications and these
Special Provisions.
Clearing and grubbing shall include, but not be limited to the following items as shown on
the Plans or as specified in the Special Provisions.
PART "A"
The following items shall be classified as clearing and grubbing:
1. Remove existing trees and shrubs as shown in the Plans, and as directed
by the Engineer.
?. Remove existing asphalt concrete pavement and asphalt concrete dike per
the Plans, including saw cutting, and as directed by the Engineer.
3. Remove existing concrete curb and gutter and sidewalk per the Plans,
including saw cutting, and as directed by the Engineer.
4. Remove and salvage existing sign, per the Plans and as directed by the
Engineer.
5. Remove all existing traffic stripes, crosswalks and pavement markings
as designated and directed by the Engineer.
NOTE: Where blast cleaning is used for the removal of painted traffic
stripes and pavement markings, or for removal of objectionable material
and such removal operation is being performed within 10 feet of a lane
occupied by public traffic, the residue, including dust , shall be removed
immediately after contract between the sand and the surface being
treated. Such removal shall be by a vacuum attachment operating
concurrently with the blast cleaning operation.
SP-47
PART "B"
The following item is classified as a separate bid item of work:
1: Remove and salvage existing signs and single posts, per the Plans and as
directed by the Engineer.
Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as
provided in Section 7-10, "Public Convenience And Safety", of the Standard Specifications.
The Contractor shall deliver salvaged material to the CITY YARD, at 234 South Mountain
View Avenue, San Bernardino, CA 92404. The Contractor shall contact the Engineer at(909) 384-
5166, 48 hours prior to hauling. The Contractor shall provide equipment, as required, to safely
load and unload the salvaged materials.
All removed concrete and other materials, not specifically requested to be salvaged, shall
become the property of the Contractor and shall be legally disposed of outside of the right-of-way
in accordance with Section 300-2.2, "Unsuitable Materials", and Section 300-2.6, "Surplus
Material", of the Standard Specifications.
Where unclassified fill and grading is necessary in preparation for laying concrete, it shall
be made with clean material which shall be solidly compacted to avoid future settlement.
The Contractor shall grade the roadway as required, provide all unclassified excavating and
unclassified fill necessary for curbs, gutters, cross gutter and apron, sidewalk, driveways, driveway
approaches, handicap ramps and street paving, as indicated on the Plans and described in these
Special Provisions. Excess and/or unsuitable materials shall be removed from the site by the
Contractor.
Outside the traveled way, in areas to receive concrete, soil shall be compacted to a relative
density of not less than 90%.
Backfill under the traveled way shall be compacted to a relative compaction of a minimum
of 90%. When asphalt pavement is to be placed directly on subgrade material, subgrade material
shall be compacted to a relative compaction of 95%.
SP-48
11-1.02 PAYMENT -- The contract bid lump sum price paid for "CLEARING AND
GRUBBING, UNCLASSIFIED EXCAVATION, AND UNCLASSIFIED FILL" shall be
considered as full compensation for doing all the work involved in clearing and grubbing,
miscellaneous unclassified excavation and unclassified fill, removing traffic striping and marking
and providing, relocating and removing temporary construction fencing, per the Plans, the
Standard Specifications and these Special Provisions, and as directed by the Engineer, and no
additional compensation will be allowed therefor.
The contract bid unit price paid per each for "REMOVE & SALVAGE Existing
Roadside Signs and Existing Single Post" shall be considered as full compensation for providing
all the material, tools and equipment, and for doing all the work involved in the removal of
existing roadside signs and single posts, including any unclassified excavation and unclassified fill
involved, complete in place, per the Plans, these Special Provisions and as directed by the
Engineer, and no additional compensation will be allowed therefor.
Cost of compaction testing ordered by the Engineer shall be paid for in the following
manner:
1. Tests which do not meet the required relative compaction shall be paid for by the
Contractor, as a deduction from his contract. The Contractor shall pay the price at
the same rate that the CITY is charged by the testing soils lab.
2. Tests which do meet the required relative compaction shall be paid for by the CITY.
SP-49
SECTION 12 THROUGH SECTION 13
BLANK
SP-50
SECTION 14
14-1 ASPHALT CONCRETE
14-1.01 GENERAL -- Asphalt concrete shall comply with the requirements of
Section 203-6, "Asphalt Concrete", and Section 302-5, "Asphalt Concrete Pavement", of the
Standard Specifications and these Special Provisions.
The Performance Grade of the asphalt concrete shall be PG 64-10. Where dense graded
asphalt is being constructed in two layers or more, the asphalt concrete pavement for the base
course shall be B-PG 64-10. Where dense graded asphalt is being constructed in a single layer or
for a finishing course or asphalt concrete overlay, the asphalt concrete pavement shall be C2-PG
64-10.
Before placing asphalt concrete pavement over native soil, the subgrade shall be prepared
in accordance with Sub-Section 301-1.2, "Preparation of Subgrade", of the Standard
Specifications. Subsoil over native under the traveled way shall be compacted to a relative
compaction of a minimum of 95%. A soil sterilant shall be applied as directed by the Engineer.
Soil sterilant shall be "Poly-Bor-Chlorate", or Borascu", with colored marker dye, manufactured
by Pacific Coast Borax Company or approved product of other manufacturer provided they are of
non-flammable type.
After all fine grading, checking, shaping and compacting of the subgrade has been
completed, all soil in the areas to receive bituminous concrete pavements shall be thoroughly
treated with soil sterilant and thoroughly sprinkled to distribute the chemical through the first two
or three inches of the subgrade.
Soil sterilant shall be applied in accordance with the manufacturer's recommendations.
The Contractor shall provide all necessary protection to prevent injury to animal or plant
life and property occasioned by the application of the soil sterilant. The Contractor will be held
responsible for all personal injury or property damage caused by the application of soil sterilant or
the storage of same.
A tack coat shall be applied, as directed by the Engineer.
14-1.02 CRACK SEALING -- BLANK
14-1.03 TACK COAT -- Tack coat shall be applied in compliance with Sub-Section
302-5.4, "Tack Coat", of the Standard Specifications, and as directed by the Engineer.
SP-51
14-L04 ADJUSTING MANHOLE FRAMES AND COVERS TO GRADE -- BLANK
14-1.05 ADJUSTING NON-CITY UTILITY NHOLES/VAULTS/VALVES --
BLANK
14-1.06 PAYMENT -- The contract bid unit price paid per square foot for
"ASPHALT CONCRETE" shall include full compensation for furnishing all labor, materials,
tools, equipment, and incidentals and for doing all the work involved in placing asphalt concrete
pavement in the roadway and asphalt concrete at the curb return ramp landing, including soil
compaction, application of soil sterilant and 2' feathering of pavement, per the Plans, the Standard
Specifications, these Special Provisions, and as directed by the Engineer, and no additional or
separate compensation will be allowed therefor.
The contract bid unit price paid per linear foot for "ASPHALT CONCRETE DIKE" shall
include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and
for doing all the work involved in the construction of 8" high asphalt concrete dike, per the Plans,
the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no
additional or separate compensation will be allowed therefor.
Cost of compaction testing ordered by the Engineer shall be paid for in the following
manner:
1. Tests which do not meet the required relative compaction shall be paid for by the
Contractor, as a deduction from his contract. The Contractor shall pay the price at
the same rate that the CITY is charged by the testing soils lab.
2. Tests which do meet the required relative compaction shall be paid for by the CITY.
SP-52
SECTION 15
BLANK
SP-53
SECTION 16
16-1 PORTLAND CEMENT CONCRETE
16-1.01 GENERAL -- Portland cement concrete construction shall comply with
Section 201-1, "Portland Cement Concrete", and Section 303-5, "Concrete Curb, Walks, Gutters,
Cross Gutters, Alley Intersections, Access Ramps and Driveways", of the Standard Specifications,
as shown on the Plans, Standard Drawings and these Special Provisions.
Portland cement concrete shall be Class 520-C-2500, with a maximum slump of four (4)
inches.
16-1.02 PCC CURB RAMP -- Portland cement concrete curb ramp, including
required retaining curb, shall be constructed in accordance with Standard Plans for Public Works
Construction (SPPWC) Standard Plan 111-4, as shown on the Plans, and as directed by the
Engineer.
16-1.03 PCC CURB SIDEWALK BY-PASS -- Portland cement concrete curb ramp
sidewalk by-pass shall be constructed in accordance with CITY Standard Plan 202 and Standard
Plans for Public Works Construction (SPPWC) Standard Plan 111-4, as shown on the Plans, and as
directed by the Engineer.
16-1.04 CURB RAMP DETECTABLE WARNING SURFACE -- Preparation of
existing concrete curb ramp and installation of yellow detectable warning panels on the ramp shall
be constructed in accordance with Standard Plans for Public Works Construction (SPPWC)
Standard Plan 111-4 and Masco CASTinTACT® Detectable Warning Standard, or approved
equal, per the Plans, and as directed by the Engineer.
The above-referenced Standard Plans for Public Works Construction (SPPWC) Standard
Plan and Masco CASTinTACT® Detectable Warning Standard are included in the APPENDIX
and made a part of these Special Provisions. All work shall conform to the above standards to the
extent feasible; however, emphasis shall be given to matching dimensions of adjoining
improvements, subject to concurrence of the Engineer.
It is the Contractor's responsibility for the ramp-type selection with concurrence from the
Engineer, at every access ramp location, before proceeding to remove existing improvements. No
removals shall be done until it has been determined by the Contractor that an access ramp can be
installed that will meet all ADA requirements.
SP-54
The Contractor shall be responsible for modifying traffic signal and highway lighting conduit and
conductors when adjusting pull boxes in ramp areas. The Contractor shall be responsible for
replacement of any pull boxes and/or pull box covers damaged prior to and/or during construction.
The Contractor shall protect all existing structures and facilities which are adjacent to the
limits of the work to be done under this contract, in accordance with Section 7-9, "Protection and
Restoration of Existing Improvements", of the Standard Specifications and these Special
Provisions.
16-1.05 BONDING -- Joints between new and existing concrete shall be given
surface preparation as follows:
1. Joints made with the mass of existing concrete by cutting, chipping, or grinding
shall be cleaned free of all loose deleterious material by thorough brooming and
compressed air jetting.
2. Original surfaces or existing concrete shall be cleaned free of bitumens, grease,
paint, and other deleterious materials and clean aggregate of at least 3/8-inch
size shall be exposed by rock hammer abrasive blast cleaning or machine
scarifying.
16-1.06 PAYMENT -- The contract bid unit price paid per each for "PCC CURB
RAMP" shall include full compensation for furnishing all materials, tools, equipment and
incidentals, and for doing all the work involved in constructing Portland cement concrete curb
ramp, including sidewalk by-pass and/or retaining curb, complete in place, per the Plans, the
Standard Specifications, these Special Provisions, and as directed by the Engineer, and no
additional compensation will be allowed therefor.
The contract bid unit price paid per each for "DETECTABLE WARNING SURFACE"
shall include full compensation for furnishing all materials, tools, equipment and incidentals, and
for doing all the work involved in preparing new and existing curb ramp for the detectable warning
surface panels and installing the detectable warning surface panels on the curb ramp, complete in
place, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the
Engineer, and no additional compensation will be allowed therefor.
There will be "No Payment" of any kind for access ramps that do not meet the ADA
Standards and the APWA Standard Drawing No. 111-4.
SP-55
SECTION 17 THROUGH SECTION 19
BLANK
SP-56
SECTION 20
20-1 THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING
AND RAISED PAVEMENT MARKERS
20-1.01 GENERAL - The application of traffic striping, pavement markings and
raised pavement markers shall conform to the requirements of Section 210-1.6, "Paint for Traffic
Striping, Pavement Marking, and Curb Marking", Section 214, "Pavement Markers", Section 310-
5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" and Section 312,
"Pavement Marker Placement and Removal" of the Standard Specifications and these Special
Provisions.
Paint for traffic striping and pavement markings shall conform to the requirements of
Section 210-1.6.2, "Thermoplastic Paint, State Specifications", of the Standard Specifications.
The paint shall contain pre-mixed glass beads with additional glass beads to be mechanically
applied when the paint is applied, in accordance with Section 210-1.6.5, "Reflective Material", of
the Standard Specifications. Pavement markings and traffic stripes are to conform to pavement
delineation plates.
Thermoplastic material for traffic stripes shall be applied at a minimum thickness of 0.080-
inch.
Thermoplastic traffic stripes and pavement markings shall be placed a minimum of 6
working days after paving is completed.
Raised pavement markers (RPMs), if required, shall be Stimsonite-Low Profile No. 953A
(yellow) and No. 953B (clear white) or approved equal.
The CALTRANS Standard Plans details referenced on the Plans and in the BID
DOCUMENTS, and the related figures from the California Manual on Uniform Traffic Control
Devices ( CA MUTCD ) are included in the APPENDIX and made a part of these Special
Provisions. All work shall conform to the above standards to the extent feasible; however,
emphasis shall be given to matching dimensions of adjoining improvements, subject to
concurrence of the Engineer.
SP-57
20-1.02 PAYMENT - The contract bid lump sum price paid for
"THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING & RAISED
PAVEMENT MARKERS" shall include full compensation for furnishing all equipment and
materials, and for doing all work involved in the application of thermoplastic pavement traffic
striping and pavement marking, and the installation of raised pavement markers (RPM), per the
Plans, the CALTRANS Standard Plans and the California Manual on Uniform Traffic Control
Devices (CA MUTCD) Figures, the Standard Specifications, these Special Provisions and as
directed by the Engineer, and no additional compensation will be allowed therefor.
SP-58
SECTION 21 THROUGH SECTION 22
BLANK
SP-59
SECTION 23
23-1 ROADSIDE SIGNS AND POSTS
23-1.01 GENERAL -- Installation of roadside signs and posts, installed at the locations
shown on the Plans or where directed by the Engineer, shall conform to the Standard
Specifications, the California Manual on Uniform Traffic Control Devices (MUTCD), and these
Special Provisions.
Roadside signs on single post, or existing posts, shall be installed in accordance with the
CITY's Standard Drawing No. 504, and as directed by the Engineer.
"SIGNAL AHEAD" (W3-3)
"NO OUTLET" (W14-2)
The CALTRANS Standard Plans details referenced on the Plans and in the BID
DOCUMENTS, and the related figures from the California Manual on Uniform Traffic Control
Devices (CA MUTCD) are included in the APPENDIX and made a part of these Special
Provisions. All work shall conform to the above standards to the extent feasible; however,
emphasis shall be given to matching dimensions of adjoining improvements, subject to
concurrence of the Engineer.
The Contractor shall obtain approval from the Engineer regarding type of material and
required installation prior to placement of any sign posts.
New installation shall not impede into required ADA access distance around obstacles. A
minimum clearance of 48" shall be maintained.
23-1.02 PAYMENT - The contract unit bid price paid per each for "ROADSIDE SIGN
on Single Post" and "ROADSIDE SIGN on Existing Single Post" shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all the
work involved in installing roadside signs on new single posts, and on existing single posts,
including salvage if required, all complete in place, per the Plans, as specified in the Standard
Specifications, the California MUTCD and these Special Provisions, and as directed by the
Engineer, and no additional compensation will be allowed therefor.
The removal and salvage of existing signs and existing single posts, per the Plans, is also
included as defined in SECTION 11, "CLEARING AND GRUBBING, UNCLASSIFIED
EXCAVATION AND UNCLASSIFIED FILL". The Contractor shall refer to SECTION 11 of
these Special Provisions for instruction regarding the salvage of material.
SP-60
SECTION 24
24-1 TRAFFIC SIGNALS
24-1.01 TRAFFIC SIGNALS -- Traffic signals and highway lighting shall conform
to the provisions in Section 86, "SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS", of the
Specifications entitled, "State of California, Department of Transportation (Caltrans), Standard
Specifications", dated MAY, 2006, and the Caltrans Standard Plans, dated MAY, 2006, the
Standard Specifications (Green Book), latest edition, and these Special Provisions.
Traffic signal work is to be performed at the following location:
RIALTO AVENUE
AND
MERIDIAN AVENUE
24-1.02 EQUIPMENT LIST AND DRAWINGS -- The Contractor shall provide one
(1) copy of the Traffic Signal Plan for each controller cabinet. Record Drawings shall be
evaluated by the CITY's Representative before copies of the Traffic Signal Plans are prepared.
The size of the plan shall be 1.2" smaller than controller door, on all sides. The plan shall be a
reduced copy of the Traffic Signal Plan of record for the project. In the event the data is not
legible when the Plan is reduced, data numbers and symbols shall be enlarged. The Plan shall be a
black line print. When completed and approved, the Plan shall be hermetically sealed between two
pieces of plastic, each a minimum of 20 mils thick. The Plan shall be mounted using Velcro tape
so that, when the cabinet door is fully open, the drawing is oriented with the intersection.
The Contractor shall furnish a maintenance manual for all controller units, auxiliary
equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance
manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the
Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to,
the following items:
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) Trouble shooting procedure (diagnostic routine)
(f) Block circuit diagram
SP-61
(g) Geographical layout of components
(h) Schematic diagram
(i) List of replaceable component parts with stock numbers
24-1.03 FOUNDATIONS -- Foundations shall conform to the provisions in Section
86-2.03, "FOUNDATIONS", of the Caltrans Standard Specifications, and these Special
Provisions.
Portland Cement Concrete shall conform to Section 90-10, "MINOR CONCRETE" of the
Caltrans Standard Specifications, and shall contain not less than 470 pounds of cement per cubic
yard, except concrete for reinforced pile foundations shall contain not less than 590 pounds of
cement per cubic yard.
24-1.04 STANDARDS, STEEL PEDESTALS AND POSTS -- Standards, steel
pedestals, and posts shall conform to the provisions in Section 86-2.04, "STANDARDS, STEEL
PEDESTALS AND POSTS", of the Caltrans Standard Specifications, and these Special
Provisions.
Where the Plans refer to the side tenon detail at the end of the signal mast arm, the
applicable tip tenon may be substituted.
24-1.05 CONDUIT -- Conduit shall conform to the provisions in Section 86-2.05,
"CONDUIT", of the Caltrans Standard Specifications and these Special Provisions.
All conduit on this project shall be rigid metal type.
Conduit from pedestal to point of electrical service shall be 3" conduit with pull rope per
current Southern California Edison Company electrical service standards.
Insulated bonding bushings will be required on metal conduit.
After conductors have been installed, the ends of conduits terminating in pull boxes and
controller cabinets shall be sealed with an approved type of sealing compound.
Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable drill
bits for size hole required.
When a standard coupling cannot be used for coupling metal type conduit, a UL listed
threaded union coupling, as specified in the third paragraph in Section 86-2.05C, "Installation", of
the Caltrans Standard Specifications, or a concrete-tight split coupling or concrete-tight set screw
coupling shall be used.
SP-62
24-1.06 PULL BOXES -- Pull boxes shall be #5 (except as shown on the Plans) and
installed flush with top of curb or concrete sidewalk.
Plastic pull boxes will not be allowed.
Mark all covers "CITY OF SAN BERNARDINO" and"TRAFFIC".
Pull Boxes shall be secured with a locking pull box insert, as manufactured by McCain
Incorporated, (760) 727-8100, or approved equal. The manufacturer's product description is
included in the APPENDIX of these Special Provisions.
24-1.07 CONDUCTORS AND WIRING -- Conductors and wiring shall conform to
the provisions in Section 86-2.08, "CONDUCTORS", and Section 86-2.09, "WIRING" of the
Caltrans Standard Specifications and these Special Provisions.
Nylon jacketed conductors shall not be used.
Splices shall be insulated by "Method B" as provided on Caltrans Standard Plans ES-13A.
24-1.08 SOLID-STATE TRAFFIC ACTUATED CONTROLLER -- Solid-state
traffic actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions
in Section 86-3, "CONTROLLER ASSEMBLIES", of the Caltrans Standard Specifications and
these Special Provisions.
Solid-state traffic actuated controller shall be furnished and installed at the following
intersection:
RIALTO AVENUE
AND
MERIDIAN AVENUE
The Type 170E Controller Assembly consisting of a Model 170E controller unit with BI-
Trans 200SA program module, completely wired Model 332 controller cabinet, Model 22C or 22D
inductive loop detector sensor units, Model 242 isolators, Model 210 conflict monitor, Model 200
switch packs, Model 204 flasher units, and such other equipment required to provide for a
complete control system shall be furnished and installed.
SP-63
The Contractor shall construct the controller cabinet foundation (including furnishing and
installing anchor bolts), shall install the controller cabinet on said foundation, and shall make all
field wiring connections to the terminal blocks in the controller cabinet.
In addition to the provisions in Section 86-3.03, "MODEL 170 AND 2070 CONTROLLER
ASSEMBLIES", of the Caltrans Standard Specifications, the complete control system, including
the Model 332 cabinet, shall conform to State of California, Business and Transportation Agency,
Department of Transportation, "Traffic Signal Control Equipment Modifications", latest edition,
and subsequent addendums.
The above-referenced document is available from the State of California, Bids and
Documents Section in Sacramento, for a fee.
Each controller shall have a local controller package consisting of 1 Model 400 Modem, 1
Model 412 AZ with extended memory 2-64K SRAM chips (Dallas DS-1225) and 1-27256 blank
program EPROM chip and C-2 Connector.
A full complement of EPROM chips shall be furnished for each controller program
module.
Two (2) complete manuals and four (4) complete cabinet wiring diagrams shall be supplied
in accordance with the above-referenced Standard Specifications, latest edition.
The convenience receptacle shall have ground-fault circuit interruption as defined by the
Code. Circuit interruption shall occur on less than 4 milliamperes of ground-fault current.
The Contractor shall arrange to have a signal technician qualified to work on the controller
and employed by the controller manufacturer, or his representative, present at the time the
equipment is turned on.
New service pedestal with dual service meters for traffic signal system and highway street
lighting shall be installed per the Plans and in accordance with CITY Standard Drawing SL-2 and
Southern California Edison requirements. Copies of the CITY Standard Drawing and the
Southern California Edison Construction Drawing are provided in the APPENDIX of these
Special Provisions.
The Contractor shall arrange with the service utility to complete service connection. Such
request shall be submitted not less than 45 days before service connections are required.
All fees charged by the Southern California Edison Company will be paid by the CITY.
SP-64
24-1.09 TRAFFIC UNINTERRUPTED POWER SUPPLY ( UPS )
OVERVIEW
The traffic UPS is a turnkey, true on-line, power conditioner and uninterruptible power or
battery backup system ( UPS-BBS ) designed for transportation and traffic applications. The
traffic UPS-BBS shall be capable of operating, up to its rated power level, in extreme environments
with existing equipment on the street today, including any and all signal heads (i.e., Incandescent,
LED, Neon, etc.).
Where shown on plans, the Traffic UPS-BBS shall be mounted on the back side of the
controller cabinet, per the manufacturer's instructions. The UPS-BBS shall be Model 22 BBS
from Tesco Controls, Incorporated, 3409 52nd Avenue, Sacramento, CA 95823, telephone 800-
948-3726, or in all reference within, approved equal. Refer to the Tesco System Specifications
in the APPENDIX of these Special Provisions.
The UPS-BBS cabinets shall conform to the provisions in Section 86-3.04A, "Cabinet
Construction", of the Caltrans Standard Specifications and these Special Provisions.
The UPS-BBS shall be furnished and installed in conformance with the following
specifications:
1.0 Operation
A. The traffic UPS-BBS shall be capable of producing -
simultaneously - fully regenerated, conditioned and true sine
wave, standby and continuous AC outputs.
B. Suggested operating mode for respective outputs during power
failure: Continuous output provided for signal controllers and
modems: Standby output provided for signals in flash mode
operation (optional delay timer available for short-term battery run
under full cycling operation).
C. Up to the maximum rating, the Traffic UPS shall be capable of
running any combination of signal heads, whether Incandescent,
LED or Neon, by any manufacturer, regardless of power factor,
without overdriving the poorer power factor LED heads which
may cause early degradation, low luminosity or early signal
failure.
SP-65
24-1.09 Continued:
D. Upon loss of utility power the Traffic UPS-BBS shall insert
battery power into the system via a supplied Power Interface
Module (PIM). In case of UPS-BBS failure and/or battery
depletion, the PIM will ensure that the UPS-BBS will drop out
and, upon return of utility power, the traffic control system will
default to normal operating mode.
E. The Power Interface Module shall enable removal and
replacement of the Traffic UPS-BBS without shutting down the
traffic control system (i.e. "hot swap" capability). Connectors
shall be equipped with a "safety interlock" feature.
F. For 170E, 2070L or "California" style cabinets, upon loss of
power the Traffic UPS-BBS shall actuate the existing Flash
Transfer Relays (RTFs) and Mercury Contactor (MC) to force the
traffic control system into Flash Mode operation.
G. Existing Flasher Modules and Flash Transfer Relays shall be
utilized.
H. To facilitate emergency crews and police activities, the Traffic
UPS-BBS shall be compatible with police panel functions (i.e.
"Signals Off' switch must kill power to the field wiring even
when on UPS-BBSBattery power).
I. The Traffic UPS-BBS shall not duplicate or take over flash
operation or flash transfer relay functions.
J. The Traffic UPS-BBS shall be capable of providing continuous,
fully conditioned, regulated, sinusoidal (AC) power to selected
devices such as signal controllers, modems, communications hubs,
NTCIP adapters and video equipment.
SP-66
24-1.09 Continued:
2.0 Description
The Traffic UPS-BBS shall consist of three major components, the
Electronics Module, the Power Interface Module, and the Battery System.
2.01 The Electronics Module shall consist of the following:
A. True sine wave, high frequency inverter utilizing IGBT
technology;
B. 3-stage, temperature compensated, battery charger;
C. For connection from the Electronics Module to the Power
Interface Module and Battery System, dedicated harnesses
shall be provided with quick-release, keyed, circular
connectors and braided nylon sleeving over all conductors;
D. Local and remote control of UPS-BBS functions;
E. Local and remote communications capabilities;
F. Be capable of accepting and NTCIP ready adapter or a Spread
Spectrum Radio modem;
G. Separate Power Interface Module (PIM) for inserting power
safely and reliable.
2.1 Mounting/Configuration
2.1.1 Mounting method shall be shelf-mount.
2.1.2 170 Style: mounting method shall be 19" rack-mount.
Shelf angles or rails, typically supplied by others, are
available as optional accessories.
SP-67
24-1.09 Continued:
2.2 Battery System
2.2.1 The battery shall be comprised of extreme temperature,
deep cycle, AGM/VRLA (Absorbed Glass Mat/Valve
Regulated Lead Acid) batteries that have been field proven
and tested by the U. S. military.
2.2.2 The battery system shall consist of one or more strings
(typically 4 or 6 batteries per string) of extreme
temperature, deep cycle, AGM/VRLA (Absorbed Glass
Mat/Valve Regulated Lead Acid)batteries.
2.2.3 Batteries shall be certified to operate at extreme
temperatures from -37°C to+74°C.
2.2.4 The batteries shall be provided with appropriate
interconnect wiring and a corrosion-resistant mounting
trays and/or brackets appropriate for the cabinet into which
they will be installed.
2.2.5 The interconnect cable shall be protected with abrasion-
resistant nylon sheathing.
2.2.6 The interconnect cable shall connect to the base module
via a quick-release circular connector.
2.2.7 For purposes of safety and proper operation, the circular
battery connector shall have interlocking pins to prevent
turn-on if batteries are not connected, and to shut off the
UPS-BBS should the batteries be disconnected.
2.2.8 Battery construction shall include heavy-duty, inter-cell
connections for low-impedance between cells, and heavy-
duty plates to withstand shock and vibration.
2.2.9 The top cover shall use tongue and groove construction
and shall be epoxied to the battery case for maximum
strength and durability.
2.2.10 An optional lifting handle shall be available on most
battery models.
SP-68
24-1.09 Continued:
3.0 Electrical Specifications
3.1 Input Specification:
Nominal Input Voltage 120 VAC, Single Phase
Input Voltage Range 85 VAC to 140 VAC
Input Frequency 50 or 60 Hz (+/- 5%)
Input Configuration 3 Wire (Hot,Neutral & Ground)
Input Current (Max. draw) 7.2 amps, Power-Factor Corrected
Input Protection Input Fuse (12 amps)
3.2 Output Specification
Nominal Output Voltage 120 VAC, Single Phase
Power Rating 1 k VA (1000VA/700W)
Output Voltage Regulation +/- 2% for 100% step load change
and from High battery
to Low battery condition
Output Frequency 50 to 60 Hz (+/- 5%)
Output Configuration Keyed, circular connectors
and duplex receptacle
Output Wave Form True Sinewave
Overload capability 100% for 10 minutes
200% for 1/2 second
Fault Clearing Current limit and
automatic shutdown
Short circuit protection Current limit and
automatic shutdown
Efficiency 85% at full load
Load Power Factor .7 lagging through unity
to .7 leading
SP-69
24-1.09 Continued:
4.0 Physical Specifications, UPS-BBS Electronics Module
4.1 Dimensions:
Rack-mount: (See Tesco System Specifications in APPENDIX)
Shelf-mount: (See Tesco System Specifications in APPENDIX)
Wall-mount/Unistrut Rail mount: (See Tesco System Specifications
in APPENDIX)
Separate Power-Interface Module: (See Tesco System Specifications
in APPENDIX)
4.2 Weight: UPS-BBS:
(See Tesco System Specifications in APPENDIX)
5.0 Environmental Specifications
5.1 The UPS-BBS shall meet or exceed NEMA temperature standards
from -37°C to +74°C.
5.2 The UPS-BBS shall be certified and field proven to meet or
exceed NEMA temperature standards. A certificate of
compliance shall be made available upon request.
6.0 Battery Specifications
6.1 The battery system shall be certified and field proven to meet or
exceed NEMA temperature standards from -37°C to +74°C.
6.2 Ampere-Hour ratings: (See Tesco System Specifications in
APPENDIX)
6.3 Hydrogen gas emissions: must meet Mil-Spec#MIL-B-8565J
6.4 Dimensions: (See Tesco System Specifications in APPENDIX)
6.5 Weights: (See Tesco System Specifications in APPENDIX)
SP-70
24-1.09 Continued:
7.0 Communications, Controls & Diagnostics
7.1 Alarm Function Monitoring: The traffic UPS-BBS shall come
standard with a DB-9F connector with open collectors (40V @ 20
mA) indicating:
7.1.1 Loss of Utility Power,
7.1.2 Inverter Failure, and
7.1.3 Low Battery.
7.2 An RS232 Interface shall be provided via a DB-9F connector
allowing full, interactive, remote computer monitoring and
control of the UPS-BBS functions.
7.3 Front Panel controls: Power ON, Cold (DC) Start, Alarm Silence,
Battery Test, Bypass Breaker, and DC/Battery Breaker.
8.0 Reliability
8.1 Calculated MTBF is 100,000 hours based on component ratings.
8.2 When Bypass and Power Interface Module are included, system
MTBF increases to 150,000.
9.0 Battery Mounting
9.1 Battery Tray mounted on standard RETMA rails: (See Tesco
System Specifications in APPENDIX)
9.2 Swing-out Battery Box: (See Tesco System Specifications in
APPENDIX)
SP-71
24-1.09 Continued:
9.3 Adjustable Delay-timer to provide up to 10 hours of full cycling
while on battery before switching to flash mode (only available
where 100% low-power/LED signals and pedestrian heads are
used). Batteries must be sized properly to fully utilize this feature.
9.4 Service pedestal-mounting option.
9.5 One-shot ground pulse to trigger External Start upon return of AC
power.
9.6 Dial-out modem for wireless or land line communication.
9.7 Enhanced battery charger provides accelerated charging capacity
(Contact factory for details and proper application).
10.0 Serviceability & Maintainability
10.1 MTTR (Mean-Time-To Replace or Repair)
10.1.1 Electronics: 15 minutes or less
10.1.2 Battery System: 15 minute or less
11.0 Warranty
The Manufacturer shall provide a two (2) year factory-replacement parts
warranty on the entire Traffic UPS-BBS. Batteries shall be warranted for full
replacement for two (2)-years.
The warranty shall be included in the total contract bid lump sum price
for the installation of the traffic signal system, per the Plans, these Special
Provisions and as directed by the Engineer, and no additional compensation will
be allowed therefor.
SP-72
24-1.10 FUNCTIONAL TESTING Functional testing shall conform to the
provisions in Section 86-2.1.4C, "Functional Testing", of the CALTRANS Standard Specifications,
and these Special Provisions.
The complete control system including the cabinet shall be delivered to the City of San
Bernardino Signal Maintenance Yard, 234 South Mountain View Avenue, San Bernardino, CA
92408, for operational testing and adjustment. The exact location of delivery shall be designed by
the City Engineer.
Prior to testing, the materials delivered must display or provide the following information:
(a) Project Identification
(b) Job Location
(c) Contractor's Name, Address and Telephone Number
(d) Manufacturer's Name, Address and Telephone Number
(e) Controller Program Identification
(f) All auxiliary equipment shall be provided prior to testing
(sensors, isolators, conflict monitors, etc.)
The Contractor shall notify the Engineer a minimum of 48 hours prior to delivery of
equipment to be tested.
When notified by the CITY, the Contractor shall pick up the complete control system
within 48 hours and haul same to the office of the work at his own expense.
The Contractor shall allow a minimum of 10 working days for operational testing and
adjustment, with the added provisions that if the equipment should fail, an additional 10-day
period shall be allowed for retesting.
All testing and transportation and/or shipping costs for the complete control system shall be
borne by the Contractor.
Costs for controller testing shall be paid for in the following manner:
1. Controller systems which do not pass testing shall be paid for by
the Contractor as a deduction from his contract.
2. Controller systems which pass testing will be paid for by the CITY.
SP-73
24-1.10 Continued:
Controller systems which fail the testing shall be picked up by the Contractor for repairs
and then redelivered to the testing lab for retesting.
A functional test shall be made in which it is demonstrated that each and every part of the
system functions as specified. This shall include camera vehicle counting, counting equipment,
interconnect wireless and hardwire.
24-1.10(a) TRAFFIC SIGNAL TURN-ON -- Traffic signal turn-on shall conform to
the provisions in Section 86-1.07, "Scheduling of Work", of the CALTRANS Standard
Specifications, and these Special Provisions.
The traffic signal turn-on schedule shall be approved in writing by the City Engineer a
minimum of four (4) working days prior to turn-on. All traffic signal equipment shall be provided
and in place including, but not limited to, signal cabinet equipment, traffic signal equipment,
signal interconnect, phone drops, modems, counting equipment, striping and signing.
The Engineer, as well as representatives of the Public Works Department, Street
Maintenance Section and Traffic Signal Section, shall be present at the traffic signal turn-on.
24-1.11 TRAFFIC DETECTION -- Traffic detection shall be by inductive loop
detector and shall conform to the provisions in Section 24A, "INDUCTIVE LOOP
DETECTOR" of these Special Provisions.
24-1.12 VEHICLE SIGNAL FACES -- Vehicle signal faces shall conform to the
provisions in Section 86-4, "TRAFFIC SIGNAL FACES AND FITTINGS" of the CALTRANS
Standard Specifications and these Special Provisions.
Mast arm and arrow signal heads shall have 12" glass lenses. Pole mounted signal heads
shall have 12" glass lenses.
All lamps for traffic signal units shall be LED and furnished by the Contractor. All LED
lamps must be hardwired ( Type 1).
Signal section housing shall be metal type and backplates shall be metal louvered type.
SP-74
24-1.13 LIGHT EMITTING DIODE (LED) SIGNAL MODULES -- LED signal
modules shall conform to Section 209-5.511, "Circular Light Emitting Diode (LED) Signal
Modules" of Standard Specifications (Green Book) and these Special Provisions.
Each module shall consist of an assembly that utilizes LEDs as the light source in lieu of an
incandescent lamp for use in traffic signal sections.
The modules shall be rated for a minimum useful life of 48 months. All modules shall meet
all parameters of this specification during this period.
LED modules will have EPA Energy Star compliance ratings.
When a current of 20 mA AC *or less) is applied to the unit, the voltage reading across the
two leads shall be 15 VAC or less.
The modules and associated on-board circuitry must meet Class A emission limits referred
in Federal Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations
concerning the emission of electronic noise.
The assembly and manufacturing process for the LED signal assembly shall be designed to
assure all internal components are adequately supported to withstand mechanical shock and
vibration from high winds and other sources.
Material used for the lens and signal module construction shall conform to ASTM
specifications for the materials.
24-1.13(a) PHOTOMETRIC REQUIREMENTS --
The minimum initial luminous intensity values for the modules shall be as stated in Table 2-
1 and Table 2-3 at 25°C.
The modules shall meet or exceed the illumination values as shown in Table 2-2 and Table
2-4, throughout the useful life based on normal use in a traffic signal operation over the operating
temperature range.
SP-75
24-1.13 Continued:
Table 2-1 Minimum Initial Intensities for Circular Indications ( in cd)
8" 12"
Angle(v,h) Red Yellow Green Red Yellow Green
2 5 +/-2.5 157 _ 314 314 399 798 798
2.5,+/-7.5 114 228 228 _ 295 _ 589 589
_2.5,+/- 12.5 67 _ 133 _ 133 166 _ 333 333
2.5,+/- 17.5 _ 29 57 57 90 181 181
_7 5 +/-2.5 119 238 238 _ 266 532 532
7.5,+/-7.5 _ 105 _ 209 _ 209 238 475 475
7.5,+/- 12.5 76 152 _ 152 171 _ 342 342
7.5,+/- 17.5 _ 48 95 95 105 209 209
7.5,+/-22.5 21 43 _ 43 45 90 _ 90
_7.5,+/-27.5 12 24 24 19 38 38
12.5,+/-2.5 43 86 86 59 119 _ 119
12.5,+/-7.5 _ 38 76 _ 76 57 114 114
12.5,+/- 12.5 33 67 67 52 105 105
_12.5,+/-17.5 24 48 �_ 48 40 81 81
_12.5,+/-22.5 14 29 29 _ 26 52 52
12.5,+/-27.5 10 19 19 19 _ 38 38
17.5,+/-2.5 _ 19 38 _ 38 _ 26 52 _ 52
17.5,+/-7.5 _ 17 _ 33 _ 33 26 52 52
17.5,+/- 12.5 12 24 24 26 52 52
17.5,+/- 17.5 - 10 19 19 26 52 52
17.5,+/-22.5 _ 7 _ 14 _ 14 _ 24 48 48
17.5,+/-27.5 5 10 10 19 38 38
Table 2-2 Maintained Minimum Intensities for Circular Indications ( in cd )
8" 12"
Angle(v,h) Red Yellow Green Red Yellow Green
2.5,+/-2.5 133 267 267 339 679 679
2 5 +/-7.5 97 194 194 _ 251 501 501
2.5,+/- 12.5 57 113 113 _ 141 283 _ 283
2.5,+/- 17.5 25 48 48 77 154 154
7.5,+/-2.5 _ 101 202 202 226 _ 452 452
7.5,+/-7.5 89 _ 178 178 202 404 404
7.5,+/- 12.5 65 _ 129 _ 129 145 291 291
7.5,+/- 17.5 _ 41 81 _ 81 89 178 178
7.5,+1-22.5 _ 18 _ 37 37 38 _ 77 _ 77
_7.5,+/-27.5 _ 10 20 20 16 _ 32 32
12.5,+/-2.5 37 _ 73 _ 73 _ 50 101 101
12.5,+/-7.5 32 _ 65 _ 65 48 97 97
12.5,+/- 12.5 _ 28 57 57 44 89 89
12.5,+/- 17.5 20 41 41 34 69 _ 69
12.5,+/-22.5 _ 12 25 - 25 22 44 44
12.5,+/-27.5 9 16 16 16 32 32
17.5,+/-2.5 16 _ 32 _ 32 22 _ 44 _ 44
17.5,+/-7.5 14 28 28 22 44 44
17.5,+/- 12.5 _ 10 _ 20 20 22 _ 44 44
17.5,+/- 17.5 _ 9 _ 16 _ 16 22 44 44
17.5,+/-22.5 _ 6 12 12 20 41 _ 41
17.5,+1-27.5 4 9 9 16 32 32
SP-76
24-1.13 Continued:
Table 2-3 Minimal Initial Intensities for Arrow Indications (in cd/m2 )
Red Yellow Green
Arrow Indication 5,500 11,000 11,000
Table 2-4 Minimum Maintained Intensities for Arrow Indications ( in cd/m2 )
Red Yellow Green
Arrow Indication 5,500 11,000 11,000
The measured chromaticity coordinates of the modules shall conform to the chromaticity
requirements of Table 2-5, throughout the useful life over the operating temperature range.
Table 2-5 Chromaticity Standards ( CIE Chart )
Red Y: Not greater than 0.308, or less than 0.998 - x
Yellow Y: Not less than 0.411, nor less than 0.995 —x, nor less than 0.452
Green Y: Not less than 0.506 - .519x, nor less than 0.150 + 1.068x
nor more than 0.730 - x
24-1.13(b) MODULE IDENTIFICATION -- Each module shall have the
manufacturer's name, trademark, model number, serial number, date of manufacture (month-year),
and lot number as iden6tification permanently marked on the back of the module.
The following operating characteristics shall be permanently marked on the back of the
module:
Rated voltage and rated power in Watts and Volt -Ampere
If a specific mounting orientation is required, each module shall have prominent and
permanent marking(s) for correct indexing and orientation within a signal housing. The markings
shall consist of an up arrow, or the word "UP" or "TOP".
SP-77
24-1.13 Continued:
24-1.13(c) TRAFFIC SIGNAL MODULE - LED traffic signal modules shall be
designed as retrofit replacements for existing optical units of signal indications and shall not
require special tools for installation.
The following specification requirements apply to the Type 1 (hard wired) module only.
All general specifications apply unless specifically superceded in this section.
FACE Size:
12" circular(Red, Yellow, Green)
12" arrow (Red, Yellow, Green)
The maximum weight of a Type 1 module shall be 1.8 kg (4 lbs.).
Two secured, color coded, 600 V, 20 AWG minimum, jacketed wires, conforming to
the National Electric Code, rated for service at +105°C, are to be provided for electrical
connection for each Type 1 LED signal module. Conductors for Type 1 modules shall
be 1-m in length, with quick disconnect terminals attached and shall conform to Section
86-4.01 C, "Electrical Components", of the Standard Specifications.
If specified in the purchased order, the module will be equipped with an adapter that
will screw into the medium base, lamp socket. The adapter shall be able to accept the
quick disconnect terminals at the end of the conductors for the module. The electrical
contacts of the adapter shall be made of brass.
The LED signal module lens shall be UV stabilized and shall be capable of
withstanding ultraviolet (direct sunlight) exposure for a minimum period of 60 months
without exhibiting evidence of deterioration.
If a polymeric lens is used, a surface coating or chemical surface treatment shall be used
to provide front surface abrasion resistance.
24-1.13(d) LIGHT EMITTING DIODE (LED) 12" ARROW -- LED arrow signal
modules shall conform to Section 209-5.511.6, "Arrow LED Signal Modules" of Standard
Specifications (Green Book) and these Special Provisions.
SP-78
24-1.13 Continued:
24-1.13(e) QUALITY ASSURANCE - The modules shall be manufactured in
accordance with a manufacturer quality assurance (QA) program. The QA program shall include
two types of quality assurance: (1) design quality assurance and (2) production quality assurance.
The production quality assurance shall include statistically controlled routine tests to ensure
minimum performance levels of the modules built to meet this specification, and a documented
process of how problems are to be resolved.
QA process and test results documentation shall be kept on file for a minimum period of
seven years.
LED signal module designs not satisfying design qualification testing and the production
quality assurance testing performance requirements described below shall not be labeled,
advertised, or sold as conforming to this specification.
Design qualification testing shall be performed by the manufacturer or an independent
testing lab hired by the manufacturer on new LED module designs, and when a major design
change has been implemented on an existing design.
A major design change is defined as a design change (electrical or physical) which changes
any of the performance characteristics of the module, results in a different circuit configuration for
the power supply or changes the layout of the individual LEDs in the module.
A quality of two units for each design shall be submitted for design qualification testing.
Test units shall be submitted to the CITY after the manufacturer's testing is complete.
Manufacturer's testing data shall be submitted with test units for the CITY's verification of
design qualification testing data.
The sample modules shall be energized for a minimum of 24 hours, at 100 percent on-time
duty cycle, at a temperature of+74°C (+165°F) before performing any design qualification testing.
Any failure of the module, which renders the unit non-compliant with the specification after
burn-in shall be cause for rejection.
For design qualification testing, all specifications will be measured including, but not
limited to:
Rated initial luminous intensity and chromaticity (color) shall be measured over the
operating temperature range.
SP-79
All specified electrical parameters shall be measured and used for quality comparison of
production quality assurance on production modules. (rated power, etc.)
Modules shall be tested for comparability with the controller unit, conflict monitor, and
load switch. Each signal module shall be connected to the output of a standard load switch
connected to an AC voltage supply between the values of 95 and 135 VAC with the input to the
load switch in the "off' position. The AC voltage developed across each LED signal module so
connected shall not exceed 10 Vrms as the input AC voltage is varied from 95 Vrms to 135 Vrms.
Mechanical vibration testing shall be as per MIL-STD-883, Test Method 2007, using 3
four-minute cycles along each x, y, and z axis, at a force of 2.5 Gs, with a frequency sweep from 2
HZ to 120 HZ. The loosening of the lens, of any internal components, or other physical damage
shall be cause for rejection.
Temperature cycling shall be performed as per MIL-STD-883, Test Method 1010. The
temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be
performed with a 30-minute transfer time between temperature extremes and a 30-minute dwell
time at each temperature. Module(s) being tested shall be energized and functioning throughout
the duration of the test. Failure of a module to function properly or any evidence of cracking of
the module lens or housing after temperature cycling shall be cause for rejection.
Moisture resistance testing shall be performed on all modules mounted in a standard type
"A" pedestrian housing per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of
internal moisture after testing shall be cause for rejection.
24-1.13(f) PRODUCTION QUALITY CONTROL TESTING -- Production quality
control testing shall comply with Section 209-5.5.11.7, "Testing Requirements" of the Standard
Specifications (Green Book) and these Special Provisions.
Production quality assurance tests shall be performed on each new module prior to
shipment. Failure to meet requirements of any of these tests shall be cause for rejection. Test
results shall be retained by the manufacturer for seven years.
Burn-in period shall consist of each signal module being energized at rated voltage for a 30-
minute stabilization period before the measurement is made. Each module shall be tested for rated
initial intensity after burn-in.
A single point measurement, with a correlation to the intensity requirements of Table 2-1
for circular modules, may be used. Each module not meeting minimum luminous intensity
requirements per Table 2-1 or Table 2-3 shall be cause for rejection.
The ambient temperature for this measurement shall be +25°C (+77°F).
SP-80
24-1.13 Continued:
Each module shall be tested for required power factor after burn-in.
Each module shall be measured for current flow in amperes after burn-in. The measured
current values shall be compared against rated values resulting from design qualification
measurements under "Design Qualification Testing". The current flow shall not exceed the rated
value.
Each module shall be visually inspected for any exterior physical damage or assembly
anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches
(abrasions), cracks, chips, discoloration, or other defects. Any such defect shall be cause for
rejection.
The CITY may perform random sample testing on all shipments. Random sample testing
should be completed within 30 days after delivery to the specified location on the purchase order.
Arrow modules shall be tested as per California Test 3001 and as described herein.
All optical testing shall be performed with the module mounted in a standard traffic signal
section or in a standard Type "A" Pedestrian Housing, but without a visor or hood attached to the
section or housing.
The number of units tested (sample size) shall be determined by the quantity of each model
in the shipment. The sample size shall conform to ANSI/ASQC Z1.4. The Caltrans METS shall
determine the sampling parameters to be used for the random sample testing.
All parameters of the specification may be tested on the shipment sample.
24-1.13(g) WARRANTY -- In addition to meeting the performance requirements for
the minimum period of 60 months, the manufacturer shall provide a written warranty against
defects in materials and workmanship for the modules for a period of 60 months after acceptance
of the modules. Replacement modules shall be provided promptly after receipt of modules that
have failed at no cost to the CITY. All warranty documentation shall be given to the CITY prior
to random sample testing.
SP-81
24-1.14 PEDESTRIAN SIGNALS -- Pedestrian signals shall comply with Section
209-5.6, "Pedestrian Signal Sections" of the Standard. Specifications (Green Book) and these
Special Provisions.
Pedestrian signals shall be Type "A".
If shown on Plan as applicable, the audible pedestrian signal shall supplement the visible
"WALK" symbol indicated and shall be mounted within the housing of the pedestrian signal on
the walk symbol side. Output (electric current) shall be generated from the field conductors to the
associated pedestrian signal head.
Audio output shall be adjustable. Additional audio output shall be adjustable from
adjustable low to an adjustable high, and shall be responsive to external ambient noise.
Directional audio outputs for right-of way designations shall be presented by 2 distinct bird
chirping sounds. The Northerly and Southerly phase(s) shall utilize a "CUCKOO" sound. The
Easterly and Westerly phase(s) shall utilize the "PEEP-PEEP" sound.
Operation parameters shall be:
115V AC +/- 25%, 60Hz, 3 watts
120 C temperature range
90/db watts at 1 meter(max) output
24-1.15 LIGHT EMITTING DIODE PEDESTRIAN SIGNAL FACE "UPRAISED
HAND" MODULE -- The pedestrian signal face "Upraised Hand" shall be installed in each Type
"A" pedestrian signal. The light emitting diode (LED) module for the pedestrian signal shall
conform to Section 209-5.6.6, "LED Pedestrian Signal Section "UPRAISED HAND" Module", of
the Standard Specifications (Green Book) and these Special Provisions.
24-1.16 PEDESTRIAN PUSH BUTTON -- Pedestrian push button housings shall
be the metal type.
Pedestrian push buttons shall be Type "B".
SP-82
24-1.17 ADA PEDESTRIAN PUSH BUTTON -- The push button unit shall be
Synchronex Part No. 1 ASY2021-40, ADA-2.
The housing for the push button shall be either machined aluminum, or die-cast aluminum.
All housing shall be coated with powered paint, matching colors of Federal Standard No. 595b,
and shall be shock and rain proof. The housing shall be "Bull Nosed" in shape to reduce
vandalism.
The pedestrian push button switch shall be a precision type, single pole, single throw,
expandable to three poles, single throw operation, having pressure type terminals, rated at 120vac,
and capable of 1X106 operations. The switches shall be UL listed, CSA certified, and meet the
requirements of NEMA ICS-1, ICS-2. The switch shall have the following characteristics:
A. The switching unit shall have a stainless steel, aluminum, or structural plastic
operator and shall be mounted within the housing with a stainless steel, non-
corrosive, temper-proof, fastening device. It shall be of such a size to permit
recessed mounting in most existing standard type pedestrian push buttons
without any modifications to either unit.
B. The actuator shall be conical in shape with the cone extending 7/16" to Y2" above
bezel of the switch housing, and 2" in diameter.
C. The switch shall have an operating force of 9 to 13 ounces and a minimum
release force of 4 ounces. Pretravel shall be 1/64 inch maximum. Overtravel
shall be 7/32 inch minimum. Differential travel shall be .0004 to .002 inch.
24-1.18 LUMINAIRES -- Luminaires shall conform to the provisions in Section 86-
6.01, "High-Intensity Discharge — Luminaires", of the Standard Specifications and these Special
Provisions.
All luminaire to be mounted on horizontal mast arms, when tested in accordance with
California Test 611, shall be capable of withstanding cyclic loading in:
(1) a vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak
sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a
minimum of 2 million cycles without failure of any luminaire parts.
(2) a horizontal plane perpendicular to the direction of the mast arm at a minimum
peak acceleration level of 1.5 g's peak-to-peak sinusoidal loading (same as 0.75-
g peak) with the internal ballast installed, for a minimum of 2 million cycles
without failure of any luminaire parts.
SP-83
24-1.19 MAST ARM-MOUNTED REFLECTORIZED STREET NAME SIGN --
Mast arm-mounted reflectorized street name signs shall be Type SG.
Sign panel surfaces, including lettering and borders, shall be 3M Brand Visual Impact
performance (VIP 3990) reflective sheeting or approved alternate. Reflective sheeting shall be
applied in such a manner as to maintain light transmission levels specified in the Caltrans
Specifications.
Sign legends shall be white on green as shown on the Plan. Minimum copy size for the
legends shall be 8" U.C. and 6" series D. Minimum sign panel width shall conform to the
Standards established by Caltrans.
"Periods" shall not be used on abbreviations. Full-size layouts for each legend shall be
submitted to the Engineer for approval prior to fabrication.
Sign panels shall be .063 gauge 5052H38 aluminum with chromate conversion coating as
per Caltrans Specifications. Sign frames shall be constructed of 6061 T6 aluminum channel:
1-1/4" X 1-'/4" X 1/8"
The frame shall be welded on all four corners. Sign faces shall be aluminum rivets. A face
will appear on both sides of frame.
The Contractor shall provide and install all the necessary hardware and mounting brackets
to install the mast arm-mounted reflectorized street name signs.
The Contractor shall provide Safeway Sign bracket EZ-L telescoping mast arm sign bracket
with swing assembly, or approved equal, by the City Traffic Engineer.
All modifications to standard equipment must be documented.
The Contractor is responsible for generating the desired documentation in the event that it
is not available from the manufacturer.
, high molecular weight polyethylene with a minimum of 0.060-inch (1.52 mm) jacket thickness,
which shall be resistant to sunlight and chemicals, shall withstand temperatures of-20°C. and shall
conform to the requirements of Specification PE-22 latest edition. The nominal outside diameter
of the cable shall be approximately 0.52-inch (13.1 mm). Interconnect cable shall not be spliced.
SP-84
24-1.20 TRAFFIC SIGNAL INTERCONNECT SYSTEM -- The interconnection of
the traffic signal system shall be by spread spectrum radio interconnect system and shall conform
to the provisions in Section 24D, "SPREAD SPECTRUM INTERCONNECT SYSTEM" of
these Special Provisions.
24-1.21 EMERGENCY VEHICLE PREEMPTION -- Emergency vehicle
preemption and priority system shall be installed at this traffic intersection and shall conform to the
provisions in Section 24C, "PREEMPTION AND PRIORITY CONTROL, INFRARED
DATA-ENCODED" of these Special Provisions.
24-1.22 PAYMENT -- The contract bid lump sum price paid for "TRAFFIC
SIGNAL SYSTEM" shall be considered as full compensation for furnishing all materials, tools
and equipment and for executing all the work involved in the installation of the traffic signal and
street lighting system, including traffic signal inductive loop detection, interconnect and
emergency vehicle preemption priority systems, complete in place, per the Plans, the Caltrans and
Greenbook Standard Specifications, these Special Provisions and as directed by the Engineer, and
no additional compensation will be allowed therefor.
SP-85
SECTION 24A
24A-1 INDUCTIVE LOOP DETECTOR
24A-1.01 GENERAL - Inductive loop detectors shall conform to the provisions in
Section 209, "Street Lighting and Traffic Signal Systems" and Section 209-5.8, "Detectors" of the
Standard Specifications (latest edition), the Caltrans Standard Specifications and Standard Plans
(latest edition), and these Special Provisions.
The traffic signal work includes installation of new inductive loop detectors and detector
lead-in-cables as shown on the Plan and/or as directed by the Engineer, and shall conform to
Section 209-5.8.2, "Inductive Loop Detectors" of the Standard Specifications, and these Special
Provisions.
24A-1.02 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEM
- Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and
3:00 p.m.
The Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and
pedestrian traffic through the intersection during traffic signal system shutdowns. All signal faces
shall be covered when the system is shutdown overnight. Temporary "STOP AHEAD" and
"STOP" signs shall be either covered or removed when the system is turned on.
"STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform
to the provisions in Section 12-3.06, "Construction Area Signs", of the Standard Specifications.
Minimum size of"STOP" signs shall be 36 inches.
One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of
traffic. For two lane approaches, two "STOP" signs shall be placed. Location of signs shall be as
directed by the Engineer.
Full compensation for furnishing, installing, maintaining and removing temporary "STOP
AHEAD" and "STOP" signs and for covering signs and signal faces not in use shall be considered
as included in the contract lump sum price paid for the signal items involved, and no additional
compensation will be allowed therefor.
SP-86
24A-1.03 PULL BOXES - Pull boxes shall be #3-1/2 (except as shown on the Plans)
and installed flush with top of curb or concrete sidewalk.
Plastic pull boxes will not be allowed.
Mark all covers "CITY OF SAN BERNARDINO" and"TRAFFIC".
Pull Boxes shall be secured with a locking pull box cover, as manufactured by Lighting
Security Products, (866) 922-5661, or approved equal. The manufacturer's recommended
installation instructions are included in the APPENDIX of these Special Provisions.
24A-1.04 CONDUCTORS - Conductors and wiring shall conform to the provisions in
Section 209-5.8.2.3, "Conductors", and these Special Provisions.
Loop wire shall be Type 2.
Loop detector lead-in shall be Type C.
Nylon jacketed conductors shall not be used.
Splices shall be insulated by Method`B" as provided on Caltrans Standard Plans ES-13A.
24A-1.05 INDUCTIVE LOOP DETECTOR - Inductive loop detectors shall conform
to the provisions in Section 209-5.8.2, "Inductive Loop Detectors" of the Standard Specifications,
and these Special Provisions.
The Contractor shall install a 6 foot diameter circular loop, Type E, at the locations as
shown on the Plans and as directed by the Engineer. The sides of the slot shall be vertical and the
minimum radius of the slot entering and leaving the circular part of the loop shall be 1-5/8 inch.
Slot width shall be a maximum of 5/8 inch. Loop wire for circular loops shall be Type 2. Slots
of circular loops shall be filled with elastomeric sealant or hot-melt rubberized asphalt sealant.
24A-1.06 SEALANT - Elastomeric sealant or hot-melt rubberized asphalt sealant
shall conform to the provisions in Section 209-5.8.2.4, "Sealants" of the Standard Specifications,
and these Special Provisions.
Residue resulting from slot cutting operations shall not be permitted to flow across
shoulders or lanes occupied by public traffic and shall be removed from the pavement surface.
SP-87
Slots shall be filled with elastomeric sealant or asphaltic emulsion sealant.
Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows:
After conductors are installed in the slots cut in the pavement, paint binder shall
be applied to all surfaces of slots in accordance with the provisions in Section 302-5.4,
"Tack Coat", of the Standard Specifications, and as directed by the Engineer.
Temperature of sealant material during installation shall be above 70°F. Sealant
placed in the slots shall be compacted by use of an 8-inch diameter by 1/8-inch thick
steel hand roller or other tool approved by the Engineer. Compacted conductor
coverage shall be one inch. Excess sealant remaining after rolling shall not be reused.
On completion of rolling, traffic will be permitted to travel over the sealant.
24A-1.07 TESTING - The Contractor shall test inductive detector loops in accordance
with Section 86-2.14B, "Field Testing", of the Caltrans Standard Specifications, and as directed by
the Engineer.
An operating test consisting of five (5) days of trouble-free operation shall be satisfactorily
completed prior to acceptance by the Engineer.
Functional testing shall conform to the provisions in Section 86-2.14C, "Functional
Testing", of the Caltrans Standard Specifications and these Special Provisions.
The Contractor shall test the detectors with a motor-drive cycle, as defined in the California
Vehicle Code, that is licensed for street use by the Department of Motor Vehicles, of the State of
California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine
displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles
designed to activate the detector will not be permitted. The Contractor shall provide an operator
who shall drive the motor-driven cycle through the response or detection area of the detector at not
less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication
in response to this test.
24A-1.08 REMOVING ELECTRICAL EQUIPMENT - Removal of any existing
electrical equipment shall conform to the provisions in Section 86-7.01, "Removing Electrical
Equipment", of the Caltrans Standard Specifications and these Special Provisions. Any existing
electrical equipment removed shall not be reused, especially conductors, detectors and fuse boxes,
and they shall become the property of the Contractor.
SP-88
24A-1.09 PAYMENT - Full compensation for the installation of traffic inductive loop
detector, including furnishing all materials, tools and equipment and for doing all the work
involved in the installation of the inductive loop detector system, including all the appurtenant
facilities, saw cutting, splicing, testing, complete in place, per the Plans, per the Standard
Specifications (Green Book), the Caltrans Standard Specifications and Plans, these Special
Provisions and as directed by the Engineer, shall be considered as included in the contract bid
lump sum price paid for "TRAFFIC SIGNAL SYSTEM", and no additional compensation shall
be allowed therefor.
SP-89
SECTION 24C
24C-1 TRAFFIC CONTROL PREEMPTION AND PRIORITY CONTROL SYSTEM
INFRARED ACTIVATED, DATA-ENCODED
24C-1.01 GENERAL -- The priority control system for authorized emergency and
transit vehicles shall employ data-encoded infrared communication to identify the presence of
designated priority or probe vehicles. All equipment supplied as part of this system intended for
use in the controller cabinet shall meet the electrical and environmental specifications spelled out
in the NEMA Standards Publications TS2 where applicable
A record of system users by vehicle classification and identification number shall be
created. In priority vehicle mode, the data-encoded communication shall request the traffic signal
controller to advance to and/or hold a desired traffic signal display selected from phases normally
available. In probe vehicle mode, no traffic signal priority will be requested, only a record of the
probe vehicle's presence will be generated.
A single given traffic intersection within a complete priority control system shall consist of
a matched system of data-encoded emitters, infrared detectors, detector cable, phase selectors,
system software and applicable system accessories from a single manufacturer.
The system shall be the Opticom Multmode EVP system (MMPS) manufactured by Global
Traffic Technologies (GTT), or pre-approved and compatible equal. The manufacturer's
specifications are provided in the APPENDIX of these Special Provisions.
The system emitters shall be capable of generating a user programmable infrared, data-
encoded signal as well as the standard base frequency for emergency and transit bands. The data-
encoded signal shall be detected and recognized by the infrared detectors at or near the intersection
over a line-of-sight path of up to 2,500 feet (762 m) under clear atmospheric conditions. The
phase selector shall process the electrical signal from the detector to ensure that the
communication is:
1. a valid base frequency, and/or
2. is correctly data-encoded, and
3. is within user-settable range
If these conditions are met, the phase selector shall generate a priority control request to the
traffic controller for the appropriate intersection approach to request a "green light" for the
approaching priority vehicles, or record the presence of approaching probe vehicles by
classification and identification number.
SP-90
The system shall not require action from the vehicle operator other than to activate (turn
on) the infrared emitter. The system shall operate on a first-come, first-served basis. High priority
requests will override low priority requests. The system shall interface with the 170 and 2070
traffic signal controller equipment and their associated cabinet systems, and shall not compromise
normal operation or existing safety provisions.
24C-1.02 SYSTEM COMPONENTS -- The priority control, data-encoded, infrared
communications system shall be comprised of five (5) basic matched components: data-encoded
emitter, infrared detector, detector cable, phase selector and system software. In addition, a card
rack and electromechanical interface card shall be available if required. To ensure system
integrity, operation and compatibility, all components shall be from the same manufacturer. The
system shall offer compatibility with most signal controllers, e.g., electromechanical, National
Electrical Manufacturers Association (NEMA), 170 or 2070. The system shall be capable of
interface with most globally available controllers using the RS232 interface or with the card rack,
using designated external inputs. Interfacing to an electromechanical controller may require the
use of an interface card.
A. DATA-ENCODED EMITTER—The data-encoded emitter shall trigger the system.
It shall send the encoded infrared signal to the detector. It shall be located on the
priority or probe vehicle.
B. REMOTE CODING UNIT — The remote coding unit shall remotely program the
data-encoded LED infrared emitter without the use of a computer. The remote
coding unit shall not be available for use with the OEM version of the data-encoded
LED emitter.
C. INFRARED DETECTOR — The detector shall change the infrared signal to an
electrical signal. It shall be located at or near the intersection. It shall send the
electrical signal, via the detector cable, to the phase selector.
D. DETECTOR CABLE — The detector cable shall carry the electrical signal from the
infrared detector to the phase selector.
E. PHASE SELECTOR — The phase selector shall accommodate data-encoded
communications and shall validate, identify, classify and record the signal from the
infrared detector. It shall be located within the controller cabinet at the intersection.
It shall request the controller to provide priority to the requesting vehicle and/or
record the presence of a probe vehicle.
SP-91
F. SYSTEM INTERFACE SOFTWARE—The system software shall provide windows
and menus for setting vehicle ID subgroups and codes, range settings, intersection
and channel names, timing parameters, desired green signal indications during
priority control operation and for viewing and downloading logged information. It
shall be a WindowsTM compliant program.
G. SYSTEM CENTRAL MANAGEMENT SOFTWARE — This database software
shall support remote system configuration and gathering and reporting of
operational information. This software shall be capable of running on a
WindowsTM 2003 server or WindowsTM XP or WindowsTM 2007 operating system.
H. CARD RACK — The card rack shall provide simplified installation of a phase
selector into controller cabinets that do not already have a suitable card rack.
24C-1.03 SYSTEM COMPONENT SPECIFICATIONS --
A. DATA-ENCODED INFRARED EMITTER and PROGRAMMING SOFTWARE
1. The data-encoded emitter shall generate the infrared signal which serves as the
trigger to the rest of the priority control system. The infrared signal generated
by the data-encoded emitter shall be a series of infrared pulses from an array of
infrared LEDs with an integral power supply. The flash signal shall consist of a
fixed frequency base signal and a coded overlay signal that can be used to
transmit information.
2. The data-encoded LED emitter shall be powered by the DC voltage supplied
from the battery of the vehicle. The emitter power supply shall operate from 10
to 32 volts DC. The unit shall be equipped with a weatherproof in-line fuse
holder and a weatherproof quick-disconnect plug.
3. The unit, including all electronics, shall be miniaturized to a size no greater than
5.9 inches (15 cm) wide by 3.8 inches (9.7 cm) high by 3.5 inches (8.9 cm)
deep to accommodate standalone and internal lightbar installation.
a. Alternately, for a data-encoded LED based emitter intended for Lightbar
Original Equipment Manufacturers (OEMs), the unit, including all
electronics, shall be miniaturized to a size no greater than 5.7 inches (14.5
cm) wide by 1.2 inches (3 cm) high by 1.6 inches (4 cm) deep to
accommodate internal lightbar installation.
SP-92
4. The data-encoded emitter shall be supplied complete with a 25 foot (7.5 m)
installation cable.
a. The installation cable for the LED OEM version shall be provided by the
OEM.
5. The flash sequence generated by the data-encoded emitter shall carry three (3)
types of information:
a. The first function shall be to transmit the industry standard carrier frequency
for High priority Emergency band signals (14.035 +/- 0.03 Hz) or Low
priority Transit band signals (9.639 +/- 0.003 Hz), or approximately 12 Hz
for Probe frequency.
b. The second function shall be to transmit a vehicle identification signal,
added to the carrier frequency either by modulating the carrier frequency or
by interleaving extra pulses between the standard carrier frequency pulses.
c. The third function shall be to effect range adjustment of the system using
either coded or non-coded optical emitters positioned at the desired
distance, while the optical signal processor/phase selector range adjustment
features are activated in the traffic cabinet. The range of each system
intersection approach shall be adjustable between 200 feet (90m) and 2500
feet (762m) for both high and low priority signals.
24C-1.04 OPTICAL DETECTOR -- The optical detector shall be manufactured from
black glass-filled, UV stabilized polycarbonate suitable for all weather use. The detector shall be
designed and sealed to prevent the entrance of rain, sleet and snow.
The optical detector shall sense and transform optical energy from optical emitters into
electrical signals to be decoded by the optical signal processor/phase selector and shall sense
optical emitter signals over an adjustable range of up to 2500 feet (762m) in optimum atmospheric
conditions. It shall transmit electrical signals to the optical signal processor/phase selector via up
to 1000 feet of optical detector cable. It shall have an internal terminal strip with wiring label for
convenient positive connection to the detector cable.
The optical detector shall have as a minimum a conical eight (8) degree or greater field of
view centered about the view port normal axis. Should wider viewing fields be necessary, the
vendor shall supply the equipment/hardware to achieve the detection area that is needed for the
specific application.
SP-93
24C-1.05 OPTICAL DETECTOR CABLE -- The optical detector shall be either
three (3) or four(4) conductor shielded control cable, with foil shield overall and ground wire. It
shall the requirements of IPCEA-S-61-402/NEMA WC5, Section 7.4, 600-Volt Control Cable,
rated for 75 degrees Celsius, Type B, and the following:
CONDUCTORS
Wire Quantity 3 4
Wire Gauge AWG#20 (7 x 28) stranding AWG #20 (7 x 28)
stranding
Conductor Material Individually tinned copper Individually tinned
strands copper strands
PVC, 80C, 600V, 25-mil PVC, 80C, 600V, 25-
Insulation minimum average thickness mil minimum
average thickness
Wire Color 1 Blue, 1 Orange, and 1 Blue, Orange,
Yellow Yellow, and Other
Shield shall be aluminized polyester film or approved equal, applied with a nominal 20%
overlap to provide 100% shield coverage Drain Wire shall be AWG#20 (7 x 28) stranding gauge.
Material shall be individually tinned copper strands, non-insulated and in contact with the shield
conductive surface. Drain and conductor DC resistance shall not exceed 11.0 ohms per thousand
feet. Capacitance from 1 conductor to the other 2 conductors and shield shall not exceed 48 pf/ft
at 1000 Hz. Jacket shall have a minimum average wall thickness of.045", temperature rating of
80C, voltage Rating- 600V. Material shall be PVC, Black with a nominal O.D. over jacket - .35"
maximum.
The optical detector cable shall be of durable construction to allow the following types of
installation: Direct burial; Conduit and mast arm pull; or Exposed overhead, as with span wire.
24C-1.06 OPTICAL SIGNAL PROCESSOR/PHASE SELECTOR -- The optical
signal processor/phase selector shall be installed in the traffic controller cabinet to decode the
electrical signals from optical detectors. The optical signal processor/phase selector shall interface
directly with 170 and 2070 series controllers with compatible software, and NEMA TS-1 and TS-2
with suitable system interface equipment and software and associated cabinet systems.
SP-94
24C-1.07 ENVIRONMENTAL -- All equipment supplied as part of the optical
preemption traffic control system intended for use in the controller cabinet shall meet the electrical
and environmental specifications spelled out in the NEMA Standards Publications TS2-1992 Part
2 where applicable.
24C-1.08 QUALIFICATIONS -- The manufacturer or their qualified agents shall
supply a list of at least three preemption system users having experience with the various types of
preemption system components available from the manufacturer for a minimum of three years.
The manufacturer shall be able to demonstrate the ability to provide on going technical and
product warranty support.
A tour of the manufacturer's production facilities shall be made available for a maximum of
two inspectors from the CITY upon request.
The manufacturer shall have an independent quality control department that has complete
authority to monitor product integrity and is answerable only to a senior officer of the
manufacturing organization.
24C-1.09 RESPONSIBILITIES -- The manufacturer or the manufacturer's
representative shall provide responsive service before, during and after the installation of the
priority control system. The manufacturer or the manufacturer's representatives shall provide
training to the system installer and maintenance department of the CITY. Training shall consist of
proper installation and operating procedures for the system hardware and software.
The manufacturer or the manufacturer's representative shall, at the request of the CITY,
assist with field surveys of the traffic system intersections to insure that all traffic control system
equipment shall interface with the manufacturer's preemption system components. The necessary
number of preemption channels and the appropriate location of the optical detectors, for optimum
system operation shall be determined at this inspection.
The manufacturer or the manufacturer's representative shall assist the installer or the
CITY's Traffic Operations to insure that all traffic controllers are properly programmed for
preemption system interface. Preemption system maintenance and operational manuals shall be
provided to the purchasing agency and system installer.
The manufacturer or the manufacturer's representative shall provide an Emergency Vehicle
Driver Training Course to all qualified personnel who will use the preemption system, at the
request of the CITY. At least one copy of the materials used for the driver training course shall be
provided to the CITY for future review.
SP-95
The manufacturer shall warrant, provided the preemption system components have been
properly installed, operated, and maintained, that matched system components that fail due to
material flaws or workmanship shall be replaced or repaired under manufacturers published
warranty provisions. The protection period against system component failure shall have a total
duration of not less than 10 full years (1 year for emitter lamps) according to provisions set forth in
the manufacturers published warranty.
The manufacturer shall provide, upon request, a certificate of product liability insurance for
$5,000,000.
The manufacturer of the preemption system shall certify on request from the CITY that all
the component products in their system are designed, manufactured, and tested as a system of
matched components and shall meet or exceed the requirements of the specification.
24C-1.10 PAYMENT - Full compensation for the installation of emergency vehicle
preemption and priority system, including furnishing all materials, tools and equipment and for
doing all the work involved in the installation of the preemption and priority, infrared activated,
data-encoded system, including all the appurtenant facilities and testing, complete in place, per the
Plans, per the Standard Specifications (Green Book), the Caltrans Standard Specifications and
Plans, these Special Provisions and as directed by the Engineer, shall be considered as included in
the contract bid lump sum price paid for "TRAFFIC SIGNAL SYSTEM", and no additional
compensation shall be allowed therefor.
SP-96
SECTION 24D
24D-1 SPREAD SPECTRUM INTERCONNECT SYSTEM
24D-1.01 GENERAL - Traffic Signal Spread spectrum interconnect system shall
conform to the provisions in Section 209, "Street Lighting and Traffic Signal Materials" and
Section 307, "Street Lighting and Traffic Signal Systems" of the Standard Specifications (latest
edition), the Caltrans Standard Specifications and Standard Plans (latest edition), and these Special
Provisions.
24D-1.02 TRAFFIC SIGNAL INTERCONNECT SYSTEM -- The interconnection of
the traffic signal system shall be by spread spectrum radio interconnect system and shall consist of
antennas, cables, interface units, modems, radios and all other appurtenances to provide a fully
functional communication system to operate with Model 170E or 170 masters and local Model
170E or 170 controller units.
24D-1.03 INSTALLATION -- The Contractor shall install master and slave radios in
the controller cabinet at the locations shown on the Plans. The antenna for the radios shall be
installed by the Contractor on a signal pole as shown on the Plans and as determined in
cooperation with the Engineer and the manufacturer. All cabling and connections from the radios
to the antennas shall be installed by the Contractor in coordination with the Engineer.
24D-1.04 RADIO -- Spread Spectrum Radio shall be P-Com Corporation Airlink
Model 19MP-E or approved equals. Each radio shall meet FCC Part 15.247 requirements for
unlicensed use and shall operate with a communication protocol that is fully compatible with the
traffic signal controller system's equipment communications protocol. The radio shall be able to
operate as either a master or as a slave, and the use direct sequence to spread the radio frequency
(RF) carrier. The radio shall be encased in a hardened unit and meet the National Electrical
Manufacturer's Association (NEMA) TS-1 environmental standards for traffic signal equipment.
SP-97
Other features to be provided are as follows:
FCC Part 15 Certified Post June 23, 1004 compliant
Modulation Type Spread Spectrum
Spreading Type Direct Sequence
Range 5 Miles minimum
Frequency Range 902-928 Mhz
Channels (non-overlapping) 16
Channel Selection User programmable by dip switch
Data Rate 1.2 kbps to 19.2 kbps
Mode Point to point, point to multipoint
Output Power 1 milliwatt to 800 mw, user
selectable
Data Interface RS-232 _
Slaves Unlimited
Power Requirements 120 VAC, 80 Hz
The radio supplier or its authorized representative shall verify by written certification that
said radios are fully compatible with said traffic controller equipment; certification shall be prior
to installation. All radios supplied shall be of the same type (manufacturer model, series, etc.). A
shelf shall be provided for each cabinet for the radio. One extra radio will also be provided.
24D-1.05 COAXIAL CABLE -- Coaxial cable shall be installed from each antenna to
the controller cabinet. At least 10' of coax shall be left in the cabinet. For routing of said coaxial
cable, refer to Exhibits for conduit information. NOTE: The Exhibits are not to scale; it will be
the Contractor's responsibility to determine length of coaxial cable required.
The coaxial cable shall be Times Microwage System LMR 400 or approved equal. The
coaxial cable shall be designed for underground installation and shall meet or exceed the following
specifications:
Impedance 50 Ohms _
Attenuation 3.9 db/100 ft @ 900 Mhz
Core Insulation Foam polyethylene core
Outer Diameter 405" outer diameter
Shield 100% shield coverage > 90dB
RF shielding
Outer Jacket Black Polyethylene, UV
protected
Minimum Bend Radius 1.0"
SP-98
24D-1.06 ANTENNA -- The antenna shall be a directional Yagi antenna compatible
with the Spread Spectrum Radio System (900 Mhz). The antenna shall have 50 OHM impedance,
an N type female antenna post and shall have a gain of 15 dBI.
24D-1.07 ANTENNA MOUNT -- Directional antennas shall be installed on the
existing traffic signal pole mast-arms and/or pole shafts as selected by the Engineer. The antenna
mount shall be band-strapped to the mast-arm or pole shaft.
24D-1.08 CONNECTORS -- The connectors shall be Amphenol 82-202-1006. Male
type "N" or approved equal.
24D-1.09 LIGHTNING PROTECTOR -- The lightning protector shall be a
Polyphaser IS-50NX-C2 or approved equal. A lightning protector shall be provided for each
radio. It shall be mounted in the traffic control cabinet.
24D-1.10 MODEM -- An external type 202 modem shall be installed at the master
radio location. This modem shall meet all NEMA TS-1 environmental standards.
24D-1.11 CABLES -- Cables shall be provided for the following:
Master Radio:DB25 to DB9; C2 to 4 wire; 4' drop coax.
Slave Radio: DB25 to C2; 4' drop coax.
ALL CABLES SHALL BE WIRED FOR PROPER OPERATION WITH SPECIFIED
EQUIPMENT.
24D-1.12 SPREAD SPECTRUM TESTING -- To assure path feasibility and
spectrum availability for proper operation of the Spread Spectrum Radio System Interconnect, the
following tests shall be performed:
a. A spectrum analysis to determine spectrum usage and availability within the 902-
928 Mhz frequency range shall be conducted by the radio supplier or an
authorized representative in the presence of the Engineer or his representative.
From the results of this analysis and after conferring with said representative, the
Engineer will determine the appropriate frequency to be used. This analysis shall
be performed prior to antenna and radio installation.
SP-99
b. To determine the quality of data transferred over the RF link, a BERT reading
shall be taken and logged for each maser to slave link. This BERT shall follow
the industry standard test pattern for BERT measurement. The documentation
shall include initial BERT readings, error readings and return BERT readings.
Each shall be logged by listing the ending points of the link along with BERT
reading.
c. Each link shall have an R.S.S. reading logged for proper determination of path
integrity. This reading shall b in D.C. volts and shall reference an average Bit
error Rate. The R.S.S. shall be monitored for at least 10 minutes.
24D-1.13 MAINTENANCE AND SERVICE MANUAL -- This manual shall be
assembled in volumes of 3D-ring binders of 3" maximum thickness and shall be indexed item by
item. Several items may be covered in a single binder. The manual shall document in detail the
maintenance and service aspects of the equipment on an item by item basis with clearly detailed
illustrations including schematic diagrams. The manual shall contain comprehensive lists of parts
and costs, with illustrations if necessary, as well as a troubleshooting guide to enable CITY
technicians, or others to carry out maintenance operations down to the module level. The
Contractor shall furnish one manual.
24D-1.14 INSTALLATION AND OPERATION MANUAL -- This manual shall be
assembled in volumes of 3D-ring binders of 3" maximum thickness and shall be indexed item by
item. Several items may be covered in a single binder. The manual shall document in detail the
installation and operation of the equipment on an item by item basis with clearly detailed
illustrations. The Contractor shall furnish one manual.
All modifications to standard equipment must be documented.
The Contractor is responsible for generating the desired documentation in the event that it
is not available from the manufacturer.
24D-1.15 PAYMENT - Full compensation for furnishing all the materials, tools and
equipment and for doing all the work involved in the installation of the spread spectrum
interconnect system, including all the appurtenant facilities and system testing, complete in place,
per the Plans, the Standard Specifications (Green Book), the Caltrans Standard Specifications and
Plans, these Special Provisions and as directed by the Engineer, shall be considered as included in
the contract bid lump sum price paid for "TRAFFIC SIGNAL SYSTEM", and no additional
compensation shall be allowed therefor.
SP-100
SECTION 25 THROUGH SECTION 37
BLANK
SP-101
SECTION 38A
38A-1 IRRIGATION SYSTEM
(MODIFY EXISTING )
38A-1.01 GENERAL -- Landscape irrigation shall comply with the Standard
Specifications, Section 212-2, "Irrigation System Materials", Section 308-5, "Irrigation System
Installation", Section 308-7, "Guarantee" and these Special Provisions, as shown on the Plans and
as directed by the Engineer.
The work includes, but is not necessarily limited to, the relocation of existing irrigation
system, including any incidental work not shown or specified, including all incidental work not
shown or specified which can reasonably be inferred as part of the work and necessary to provide a
complete and functional system.
The Contractor shall coordinate irrigation sprinkler work with all underground utilities and
other trades responsible for their installation. The Contractor shall use extreme care in excavating
and working near existing utilities. Contractor is responsible for damages to utilities which are
caused by his operation or neglect. The Contractor shall notify the Engineer in writing describing
all unacceptable conditions and will not proceed with work until unacceptable site conditions are
corrected or existing utilities are located.
The Contractor shall furnish all necessary labor, materials and equipment required to
complete the work of installing a fully functioning landscape irrigation system in accordance with
the Plans, these Special Provisions and as directed by the Engineer.
The Contractor shall use adequate numbers of skilled workmen who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the specified
requirements and the methods needed for proper performance of the work of this section.
The Contractor shall provide whatever temporary system is necessary to provide adequate
watering of existing landscape area during the time of relocation of existing irrigation system.
Additional water shall be performed in the event of unusually hot/dry conditions or during a
prolonged high temperature period during the summer months, as directed by the Engineer.
SP-102
38A-1.02 IRRIGATION SYSTEM MATERIALS -- All materials and components
used shall be new and without flaws or defects and of quality and performance as specified. Prior
to installation of any irrigation work, the Contractor shall submit a list of all materials and
components the Contractor proposes to use for approval by the Engineer.
The Contractor shall relocate, repair, replace, clean, adjust, straighten, raise and lower the
sprinkler and irrigation system components, including the existing irrigation control valves, as
directed by the Engineer.
The Contractor shall, at no cost to the CITY, repair or replace any damaged sprinkler and
/or irrigation system component damaged due to the Contractor's own negligence.
Any replacement must conform the type and kind of the existing system. Any deviation
must be approved in writing by the Engineer.
38A-1.03 TRENCHING — The Contractor shall dig trenches and support pipe
continuously on bottom of ditch. Lay pipe to an even grade. The Contractor shall plan trenching
excavation and shall follow layout indicated on plan and as noted. Where lines occur under paved
areas, consider dimension to be below the subgrade. Piping shown in paved areas shall be installed
in sleeves.
The Contractor shall provide not less than 6 inches clearance between sprinkler lines, and
lines of other trades, and shall not install parallel lines directly over any other line.
Minimum width of any trench shall be four inches, or 1.5 times the diameter of pipe,
whichever is greater. If rock is encountered, excavate four inches deeper and backfill to pipe grade
with well-graded sand. Keep trenches even and free of obstructions and debris that may damage
pipe. The Contractor shall not mix sub-soil with top-soil.
All pressure supply lines and control wires shall have a minimum cover of 24".
All other non-pressure lines shall have a minimum cover of 18"
Under vehicle bearing paving, all lateral piping and pressure lines shall have a minimum
cover of 30" from top of pavement.
SP-103
38A-1.04 BACKFILLING -- Initial backfill (first 6") on all lines shall be of a fine
granular material, with no foreign matter larger than 3/8" in size.
Backfill material shall be tamped in four-inch layers, under the pipe uniformly on both
sides for the full length of the pipe. Materials shall be sufficiently damp to permit thorough
compaction under and on each side of the pipe, to provide support free of voids.
Backfill for trenching shall be compacted to dry density equal to the adjacent undisturbed
soil, and shall conform to the adjacent grades without dips, sunken areas, humps, or other
irregularities.
In proper types of soil, the Engineer may authorize the use of flooding in lieu of tamping.
Under no circumstances shall truck wheels be used for compacting soil.
38A-1.05 FLUSHING - Pressure and non-pressure lines shall be thoroughly flushed
after all irrigation pipe lines and risers are in place and connected and prior to installation of
equipment and heads. The Contractor shall not proceed with the installation until lines have been
flushed to the satisfaction of the Engineer.
38A-1.06 PRESSURE TESTING - All hydrostatic tests shall be made only in the
presence of the Engineer, or other duly authorized representative of the CITY. No pipe shall be
backfilled until it has been inspected, and approved in writing.
Pressure supply lines shall be tested under a hydrostatic pressure of 150 pounds per square
inch for a period of two hours. Non-pressure lines to be tested under hydrostatic pressure of 100
pounds per square inch for one hour. The Contractor shall furnish necessary force pump and all
other test equipment.
If leaks develop, repair and repeat pressure test until system is water tight.
38A-1.07 ADJUSTING OF SYSTEM — The system shall be adjusted to minimize
pressure loss. All back drainage of heads shall be stopped with "Valcon ADV" check valves, or
approved equal, in riser. Heads shall be flushed and adjusted to prevent over spray onto adjacent
paving and/or structures as much as possible.
Adjusting shall include valves and alignment and coverage of sprinkler or emitter heads.
The Contractor shall make final adjustments to the system including addition of sprinkler heads or
emitters and emitter housings as necessary to provide for irrigation of all plant material as shown
on the Plans. These changes or adjustments shall be made without additional cost to the CITY.
SP-104
38A-1.08 COVERAGE TEST -- When the sprinkler system is complete,the Contractor
shall perform a coverage test in the presence of the Engineer to determine if the water is complete
and adequate. The Contractor shall furnish all materials and all work required to correct any
inadequacies of coverage due to deviations from Plans, or where the system has been willfully
installed as indicated on the Plans when it is obviously inadequate, without bringing this to the
attention of the Engineer.
38A-1.09 FINAL INSPECTION -- A final inspection of the work shall be made by the
Engineer in the presence of the Contractor, at the time when all the work is completed. A
notification of work completion and request for a final inspection shall be made by the Contractor,
in writing, four (4) working days in advance of such inspection.
38A-1.10 COMPLETION CLEANING -- Upon completion of the work, the Contractor
shall make the ground surface level, remove excess materials, rubbish, debris, etc., and remove
construction and installation equipment from the premises.
38A-1.11 GUARANTEE - All work shall be guaranteed against all defects in
workmanship, materials, and equipment for one (1) year from date of final inspection and
acceptance. Any and all damage, resulting from the faulty materials or workmanship, shall be
repaired by the Contractor to the satisfaction of the Engineer, at no expense to the CITY. All
problems related to these defects and called to the attention of the Contractor by the CITY during
this period, shall be corrected by Contractor within 15 days of notification.
The CITY shall have the right to make emergency repairs without relieving the Contractor
c
of his guarantee obligation. This guarantee also covers sinking of trenching below adjacent grade,
and breaking or settlement of paving and other structures and planting due to sinking of trenching.
38A-1.12 PAYMENT -- The contract bid lump sum price paid for "MODIFY
Existing Landscape Irrigation System" shall include full compensation for providing all the
material, tools and equipment and for doing all the work involved in modifying the existing
landscape irrigation system affected by the work of this project, complete in place, per the Plans,
these Special Provisions and as directed by the Engineer, and no additional compensation will be
allowed therefor.
SP-105
GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM
We hereby guarantee that the modified sprinkler irrigation system we have furnished and
installed is free from defects in materials and workmanship. The work has been completed in
accordance with the drawings and specifications (ordinary wear and tear and unusual abuse or
neglect excepted). We agree to repair or replace any defects in material or workmanship which
may develop during the period of one (1) year from date of final acceptance. We also agree to
repair or replace any damage resulting from the repairing or replacing of such defects at no
additional cost to the CITY. We shall make such repairs or replacements within fifteen (15) days
after receipt of written notice. In the event of our failure to make such repairs or replacements
within the specified time, we authorize the CITY to proceed to have such repairs or replacements
made at our expense, and we will pay the costs and charges therefore upon demand.
PROJECT:
LOCATION:
SIGNED:
CONTRACTOR FIRM NAME:
ADDRESS:
TELEPHONE NO.:
DATE OF ACCEPTANCE:
SP-106
SECTION 39 THROUGH SECTION 49
BLANK
SP-107
SECTION 50
50-1 REMOVAL AND RESTORATION OF EXISTING
IMPROVEMENTS EXCEPT STREET PAVEMENT
50-1.01 GENERAL - The Contractor shall comply with Section 7-9, "Protection and
Restoration of Existing Improvements", of the Standard Specifications, latest edition, and these
Special Provisions.
All existing improvements (except utilities and street pavements) including, but not limited
to curbs, gutters, cross gutters, spandrels, driveways and sidewalks, walls, fences, sprinkler
systems, lawns, shrubs, trees, and traffic signs, traffic striping and traffic detector loops which are
damaged or removed during the course of construction of the project shall be restored or replaced
to a condition equal to or better than, in all respects, the existing improvements removed or
damaged, unless otherwise specified or noted on the drawings.
The removal and restoration of existing improvements shall be in accordance with the
applicable provision of these Special Provisions, the Standard Specifications, Standard Drawing
and the following requirements:
1. In the event a portion of curb, gutter or monolithic curb and gutter is damaged by
the Contractor's operations, a minimum of 10 feet of curb, gutter or curb and gutter
shall be removed and replaced regardless of how short a length is damaged. The
Contractor shall begin said 10-foot section, if possible, at an existing joint or
scoring line. If said 10-foot section ends within 3 feet of an existing joint or
scoring line, then the removal shall extend to said joint or scoring line.
2. If concrete cross gutter is damaged by the Contractor's operations, the cross gutter
shall be removed in its entirety and replaced.
3. Concrete sidewalk shall be removed in its entirety between scoring lines or
between scoring line and joint. Prior to removal, scoring lines shall be saw-cut.
4. If a concrete driveway is damaged and is a single monolithic structure, it shall be
removed in its entirety and replaced.
5. If a concrete driveway is damaged and is monolithic with the sidewalk, it shall be
set off from the sidewalk by a saw cut along the edge of the sidewalk. The
driveway shall then be removed in its entirety and replaced.
SP-108
6. If the roadside signs are damaged during the construction, they shall be restored or
replaced to a condition equal or better than the existing per the prior approval of the
City's Traffic Section. New installation shall not impede into required ADA
access distance around obstacles. A minimum clearance of 48" shall be
maintained.
7. If existing fence is in conflict with the new construction, fence shall be relocated by
the Contractor.
Unless otherwise specified, all excess excavation or removed material shall become the
property of the Contractor and shall be disposed of by him away from the site of work.
50-1.02 PAYMENT - Full compensation for conforming to the requirements of this
section, not otherwise provided for, shall be considered as included in the prices paid for the
various contract bid items of work involved, and no additional compensation will be allowed
therefor.
SP-109
SECTION 51 THROUGH SECTION 54
BLANK
SP-110
SECTION 55B
55B-1 METAL HAND RAILING
55B-1.01 GENERAL -- Metal hand railing shall comply with the requirements of
Section 206-5, "Metal Railings", Section 210-3, "Galvanizing" and Section 304-2, "Metal
Railings" of the Standard Specifications, as shown on the Plans, the Standard Drawings and these
Special Provisions.
Hand railing shall be constructed in accordance with Standard Plans For Public Works
Construction (SPPWC) Standard Plan 606-3, Type `B", as shown on the Plans and as directed by
the Engineer.
The Standard Plan referenced above is included in the APPENDIX and made a part of these
Special Provisions. All work shall conform to the standards to the extent feasible; however,
emphasis shall be given to matching dimensions of adjoining improvements, subject to
concurrence of the Engineer.
Application of coating materials shall comply with the Steel Structures Painting Manual
(SSPC), Volume 2. Repair of damaged zinc coatings shall comply with the requirements of
Section 210-3.5, "Repair of Damaged Zinc Coating", of the Standard Specifications.
55B-1.02 PAYMENT -- The contract bid unit price paid per linear foot for "METAL
HAND RAILING, Type "B" shall include full compensation for furnishing all materials, tools,
equipment and incidentals, and for doing all the work involved in constructing metal hand railing
at concrete curb ramp (ADA access compliant), complete in place, per the Plans, the Standard
Specifications, these Special Provisions, and as directed by the Engineer, and no additional
compensation will be allowed therefor.
SP-111
-- --'---------^
°
APPENDIX
STATE OF CALIFORNIA
DEPARTMENT OF INDUSTRIAL RELATIONS
APPRENTICESHIP PROGRAM
FOR PUBLIC WORKS CONSTRUCTION
EXCERPTS FROM THE CALIFORNIA LABOR CODE RELATING TO
APPRENTICES ON PUBLIC WORKS
Chapter 1 of Division 2
APPRENTICES ON PUBLIC WORKS
1773.3. An awarding agency whose public works contract falls within the jurisdiction of Section 1777.5 shall, within
five days of the award, send a copy of the award to the Division of Apprenticeship Standards. When specifically
requested by a local joint apprenticeship committee, the division shall notify the local joint apprenticeship committee
regarding all such awards applicable to the joint apprenticeship committee making the request. Within five days of a
finding of any discrepancy regarding the ratio of apprentices to journeymen, pursuant to the certificated fixed number
of apprentices to journeymen,the awarding agency shall notify the Division of Apprenticeship Standards.
1776. (a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social
security number, work classification, straight time and overtime hours worked each day and week, and the actual per
diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection
with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under
penalty of perjury, stating both of the following: (1)The information contained in the payroll record is true and correct.
(2)The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his
or her employees on the public works project.
(b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for
inspection at all reasonable hours at the principal office of the contractor on the following basis: (1)A certified copy of
an employee's payroll record shall be made available for inspection or furnished to the employee or his or her
authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be
made available for inspection or furnished upon request to a representative of the body awarding the contract, the
Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of
Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available
upon request by the public for inspection or for copies thereof. However,a request by the public shall be made through
either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party
shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and
the entity through which the request was made. The public shall not be given access to the records at the principal
office of the contractor.
(c)The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or
shall contain the same information as the forms provided by the division.
(d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with
the entity that requested the records within 10 days after receipt of a written request.
(e) Any copy of records made available for inspection as copies and furnished upon request to the public or
any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement shall be marked or obliterated to prevent disclosure of an individual's name,address, and social security
number. The name and address of the contractor awarded the contract or the subcontractor performing the contract
shall not be marked or obliterated.Any copy of records made available for inspection by,or furnished to,a joint labor-
management committee established pursuant to the federal Labor Management Cooperation Act of 1978(Section 175a
of Title 29 of the United States Code) shall be marked or obliterated only to prevent disclosure of an individual's name
and social security number. A joint labor management committee may maintain an action in a court of competent
jurisdiction against an employer who fails to comply with Section 1774. The court may award restitution to an
employee for unpaid wages and may award the joint labor management committee reasonable attorney's fee and costs
incurred in maintaining the action. An action under this subdivision may not be based on the employer's
misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits any other
available remedies for a violation of this chapter.
(I)The contractor shall inform the body awarding the contract of the location of the records enumerated under
subdivision (a), including the street address, city and county, and shall,within five working days,provide a notice of a
change of location and address.
(g) The contractor or subcontractor shall have 10 days in which to comply subsequent to receipt of a written
notice requesting the records enumerated in subdivision (a). In the event that the contractor or subcontractor fails to
comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the
contract is made or awarded, forfeit twenty-five dollars($25) for each calendar day,or portion thereof, for each worker,
until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of
Labor Standards Enforcement, these penalties shall be withheld from progress payments then due.A contractor is not
subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this
section.
(h) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section.
(i) The director shall adopt rules consistent with the California Public
Records Act, (Chapter 3.5 (commencing with Section 6250), Division 7,Title 1, Government Code) and the Information
Practices Act of 1977, (Title 1.8(commencing with Section 1798),Part 4,Division 3,Civil Code) governing the release of
these records, including the establishment of reasonable fees to be charged for reproducing copies of records required
by this section.
(j)This section shall remain in effect only until January 1,2003,and as of that date is repealed,unless a later
enacted statute,that is enacted before January 1,2003,deletes or extends that date.
1776. (a) Each contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social
security number, work classification, and straight time and overtime hours worked each day and week, and the actual
per diem wages paid to each journeyman, apprentice,worker,or other employee employed by him or her in connection
with the public work.
(b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for
inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of
an employee's payroll record shall be made available for inspection or furnished to the employee or his or her
authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be
made available for inspection or furnished upon request to a representative of the body awarding the contract, the
Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of
Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available
upon request by the public for inspection or for copies thereof. However,a request by the public shall be made through
either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party
shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and
the entity through which the request was made. The public shall not be given access to the records at the principal
office of the contractor.
(c)The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or
shall contain the same information as the forms provided by the division.
(d) Each contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that
requested the records within 10 days after receipt of a written request.
(e) Any copy of records made available for inspection as copies and furnished upon request to the public or
any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement shall be marked or obliterated to prevent disclosure of an individual's name, address, and social security
number.The name and address of the contractor awarded the contract or performing the contract shall not be marked
or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor-management
committee established pursuant to the federal Labor Management Cooperation Act of 1978(Section 175a of Title 29 of
the United States Code) shall be marked or obliterated only to prevent disclosure of an individual's social security
number.
(I)The contractor shall inform the body awarding the contract of the location of the records enumerated under
subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a
change of location and address.
(g)The contractor shall have 10 days in which to comply subsequent to receipt of written notice specifying in
what respects the contractor must comply with this section. In the event that the contractor fails to comply within the
10-day period,he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or
awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict
compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor
Standards Enforcement,these penalties shall be withheld from progress payments then due.
(h) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section.These stipulations shall fix the responsibility for compliance with this section on the prime contractor.
(i) The director shall adopt rules consistent with the California Public
Records Act, (Chapter 3.5 (commencing with Section 6250), Division 7,Title 1, Government Code) and the Information
Practices Act of 1977, (Title 1.8(commencing with Section 1798),Part 4,Division 3, Civil Code)governing the release of
these records, including the establishment of reasonable fees to be charged for reproducing copies of records required
by this section.
(j)This section shall become operative January 1,2003.
1777.5. (a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works.
(b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for
apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft or trade to
which he or she is registered.
(c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that
have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to written apprentice
agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible to be employed at the
apprentice wage rate on public works. The employment and training of each apprentice shall be in accordance with
either (1) the apprenticeship standards and apprentice agreements under which he or she is training or (2) the rules
and regulations of the California Apprenticeship Council.
(d) When the contractor to whom the contract is awarded by the state or any political subdivision, in
performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the contractor
shall employ apprentices in at least the ratio set forth in this section and may apply to any apprenticeship program in
2
the craft or trade that can provide apprentices to the site of the public work for a certificate approving the contractor
under the apprenticeship standards for the employment and training of apprentices in the area or industry affected.
However, the decision of the apprenticeship program to approve or deny a certificate shall be subject to review by the
Administrator of Apprenticeship. The apprenticeship program or programs, upon approving the contractor, shall
arrange for the dispatch of apprentices to the contractor. A contractor covered by an apprenticeship program's
standards shall not be required to submit any additional application in order to include additional public works
contracts under that program. "Apprenticeable craft or trade," as used in this section, means a craft or trade
determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the California
Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor who
performs any public works not excluded by subdivision(o).
(e) Prior to commencing work on a contract for public works, every contractor shall submit contract award
information to an applicable apprenticeship program that can supply apprentices to the site of the public work. The
information submitted shall include an estimate of journeyman hours to be performed under the contract, the number
of apprentices proposed to be employed, and the approximate dates the apprentices would be employed.A copy of this
information shall also be submitted to the awarding body if requested by the awarding body. Within 60 days after
concluding work on the contract, each contractor and subcontractor shall submit to the awarding body, if requested,
and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the
contract. The information under this subdivision shall be public. The apprenticeship programs shall retain this
information for 12 months.
(f) The apprenticeship program that can supply apprentices to the area of the site of the public work shall
ensure equal employment and affirmative action in apprenticeship for women and minorities.
(g) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the
public work may be no higher than the ratio stipulated in the apprenticeship standards under which the
apprenticeship program operates where the contractor agrees to be bound by those standards,but,except as otherwise
provided in this section, in no case shall the ratio be less than one hour of apprentice work for every five hours of
journeyman work.
(h)This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when any
journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during the day by
journeymen so employed.Any work performed by a journeyman in excess of eight hours per day or 40 hours per week
shall not be used to calculate the ratio. The contractor shall employ apprentices for the number of hours computed as
above before the end of the contract or, in the case of a subcontractor, before the end of the subcontract. However, the
contractor shall endeavor, to the greatest extent possible, to employ apprentices during the same time period that the
journeymen in the same craft or trade are employed at the jobsite.Where an hourly apprenticeship ratio is not feasible
for a particular craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an
apprenticeship program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft
or trade classification.
(i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's
standards upon the issuance of the approval certificate, or that has been previously approved for an apprenticeship
program in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen
stipulated in the applicable apprenticeship standards, but in no event less than the 1-to-5 ratio required by
subdivision(g).
(j) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in
the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five
hours of labor performed by journeymen, the Chief of the Division of Apprenticeship Standards may grant a certificate
exempting the contractor from the 1-to-5 hourly ratio,as set forth in this section for that craft or trade.
(k) An apprenticeship program has the discretion to grant to a participating contractor or contractor
association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting the
contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions is met: (1)
Unemployment for the previous three-month period in the area exceeds an average of 15 percent. (2) The number of
apprentices in training in the area exceeds a ratio of 1 to 5. (3)There is a showing that the apprenticeable craft or trade
is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide
basis or on a local basis. (4) Assignment of an apprentice to any work performed under a public works contract would
create a condition that would jeopardize his or her life or the life,safety,or property of fellow employees or the public at
large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a
journeyman.
(1)When an exemption is granted pursuant to subdivision(k)to an organization that represents contractors in
a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors will not be required to
submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the
local apprenticeship standards.
(m) (1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract,
employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California
Apprenticeship Council the same amount that the director determines is the prevailing amount of apprenticeship
training contributions in the area of the public works site. A contractor may take as a credit for payments to the
council any amounts paid by the contractor to an approved apprenticeship program that can supply apprentices to the
site of the public works project. The contractor may add the amount of the contributions in computing his or her bid
for the contract.
3
(2) At the conclusion of each fiscal year, the California Apprenticeship Council shall distribute training
contributions received by the council under this subdivision, less the expenses of the Division of Apprenticeship
Standards for administering this subdivision, by making grants to approved apprenticeship programs for the purpose
of training apprentices. The funds shall be distributed as follows: (A) If there is an approved multiemployer
apprenticeship program serving the same craft or trade and geographic area for which the training contributions were
made to the council, a grant to that program shall be made. (B) If there are two or more approved multiemployer
apprenticeship programs serving the same craft or trade and geographic area for which the training contributions were
made to the council, the grant shall be divided among those programs based on the number of apprentices registered
in each program. (C)All training contributions not distributed under subparagraphs(A) and(B) shall be used to defray
the future expenses of administering this subdivision. (3) All training contributions received pursuant to this
subdivision shall be deposited in the Apprenticeship Training Contribution Fund, which fund is hereby created in the
State Treasury. Notwithstanding Section 13340 of the Government Code, all money in the Apprenticeship Training
Contribution Fund is hereby continuously appropriated for the purpose of carrying out this subdivision and to pay the
expenses of the division in administering this subdivision.
(n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations
with the prime contractor.
(o)This section does not apply to contracts of general contractors or to contracts of specialty contractors not
bidding for work through a general or prime contractor when the contracts of general contractors or those specialty
contractors involve less than thirty thousand dollars($30,000).
(p)All decisions of an apprenticeship program under this section are subject to Section 3081.
1777.6. It shall be unlawful for an employer or a labor union to refuse to accept otherwise qualified employees as
registered apprentices on any public works, on the ground of the race, religious creed, color, national origin, ancestry,
sex,or age,except as provided in Section 3077,of such employee.
1777.7. (a) (1) A contractor or subcontractor that is determined by the Chief of the Division of Apprenticeship
Standards to have knowingly violated Section 1777.5 shall forfeit as a civil penalty an amount not exceeding one
hundred dollars($100) for each full calendar day of noncompliance.The amount of this penalty may be reduced by the
Chief if the amount of the penalty would be disproportionate to the severity of the violation. A contractor or
subcontractor that knowingly commits a second or subsequent violation of Section 1777.5 within a three-year period,
where the noncompliance results in apprenticeship training not being provided as required by this chapter, shall forfeit
as a civil penalty the sum of not more than three hundred dollars ($300) for each full calendar day of noncompliance.
Notwithstanding Section 1727,upon receipt of a determination that a civil penalty has been imposed by the Chief, the
awarding body shall withhold the amount of the civil penalty from contract progress payments then due or to become
due. (2) In lieu of the penalty provided for in this subdivision, the Chief may, for a first-time violation and with the
concurrence of an apprenticeship program described in subdivision (d), order the contractor or subcontractor to
provide apprentice employment equivalent to the work hours that would have been provided for apprentices during the
period of noncompliance.
(b) In the event a contractor or subcontractor is determined by the Chief to have knowingly committed a
serious violation of any provision of Section 1777.5, the Chief may also deny to the contractor or subcontractor,and to
its responsible officers, the right to bid on or be awarded or perform work as a subcontractor on any public works
contract for a period of up to one year for the first violation and for a period of up to three years for a second or
subsequent violation. Each period of debarment shall run from the date the determination of noncompliance by the
Chief becomes a final order of the Administrator of Apprenticeship.
(c) (1)An affected contractor, subcontractor, or responsible officer may obtain a review of the determination of
the Chief imposing the debarment or civil penalty by transmitting a written request to the office of the Administrator
within 30 days after service of the determination of debarment or civil penalty.A copy of this report shall also be served
on the Chief. If the Administrator does not receive a timely request for review of the determination of debarment or civil
penalty made by the Chief,the order shall become the final order of the Administrator. (2)Within 20 days of the timely
receipt of a request for review, the Chief shall provide the contractor, subcontractor, or responsible officer the
opportunity to review any evidence the Chief may offer at the hearing. The Chief shall also promptly disclose any
nonprivileged documents obtained after the 20-day time limit at a time set forth for exchange of evidence by the
Administrator. (3)Within 90 days of the timely receipt of a request for review,a hearing shall be commenced before the
Administrator or an impartial hearing officer designated the Administrator
dn i istra oof tdepossessing the qualifications The affof an
administrative law judge pursuant to subdivision (b) of Section
contractor, subcontractor,or responsible officer shall have the burden of providing evidence of compliance with Section
1777.5. (4)Within 45 days of the conclusion of the hearing, the Administrator shall issue a written decision affirming,
modifying, or dismissing the determination of debarment or civil penalty.The decision shall contain a statement of the
factual and legal basis for the decision and an order.This decision shall be served on all parties and the awarding body
pursuant to Section 1013 of the Code of Civil Procedure by first-class mail at the last known address of the party that
the party has filed with the Administrator. Within 15 days of issuance of the decision, the Administrator may
reconsider or modify the decision to correct an error, except that a clerical error may be corrected at any time. (5) An
affected contractor, subcontractor, or responsible officer who has timely requested review and obtained a decision
under paragraph (4) may obtain review of the decision of the Administrator by filing a petition for a writ of mandate to
the appropriate superior court pursuant to Section 1094.5 of the Code of Civil Procedure within 45 days after service of
the final decision. If no timely petition for a writ of mandate is filed, the decision shall become the final order of the
4
Administrator. The decision of the Administrator shall be affirmed unless the petitioner shows that the Administrator
abused his or her discretion. If the petitioner claims that the findings are not supported by the evidence, abuse of
discretion is established if the court determines that the findings are not supported by substantial evidence in light of
the entire record. (6)The Chief may certify a copy of the final order of the Administrator and file it with the clerk of the
superior court in any county in which the affected contractor or subcontractor has property or has or had a place of
business.The clerk, immediately upon the filing, shall enter judgment for the state against the person assessed in the
amount shown on the certified order. A judgment entered pursuant to this section shall bear the same rate of interest
and shall have the same effect as other judgments and be given the same preference allowed by the law on other
judgments rendered for claims for taxes.The clerk shall not charge for the service performed by him or her pursuant to
this section.An awarding body that has withheld funds in response to a determination by the Chief imposing a penalty
under this section shall, upon receipt of a certified copy of a final order of the Administrator, promptly transmit the
withheld funds,up to the amount of the certified order,to the Administrator.
(d) If a subcontractor is found to have violated Section 1777.5, the prime contractor of the project is not liable
for any penalties under subdivision (a), unless the prime contractor had knowledge of the subcontractor's failure to
comply with the provisions of Section 1777.5 or unless the prime contractor fails to comply with any of the following
requirements: (1) The contract executed between the contractor and the subcontractor or the performance of work on
the public works project shall include a copy of the provisions of Sections 1771, 1775, 1776, 1777.5, 1813, and 1815.
(2)The contractor shall continually monitor a subcontractor's use of apprentices required to be employed on the public
works project pursuant to subdivision (d) of Section 1777.5, including, but not limited to, periodic review of the
certified payroll of the subcontractor. (3) Upon becoming aware of a failure of the subcontractor to employ the required
number of apprentices, the contractor shall take corrective action, including, but not limited to, retaining funds due
the subcontractor for work performed on the public works project until the failure is corrected. (4) Prior to making the
final payment to the subcontractor for work performed on the public works project, the contractor shall obtain a
declaration signed under penalty of perjury from the subcontractor that the subcontractor has employed the required
number of apprentices on the public works project.
(e)Any funds withheld by the awarding body pursuant to this section shall be deposited in the General Fund
if the awarding body is a state entity, or in the equivalent fund of an awarding body if the awarding body is an entity
other than the state.
(f)The Chief shall consider, in setting the amount of a monetary penalty,in determining whether a violation is
serious, and in determining whether and for how long a party should be debarred for violating this section, all of the
following circumstances: (1) Whether the violation was intentional. (2) Whether the party has committed other
violations of Section 1777.5. (3) Whether, upon notice of the violation, the party took steps to voluntarily remedy the
violation. (4) Whether, and to what extent, the violation resulted in lost training opportunities for apprentices. (5)
Whether, and to what extent, the violation otherwise harmed apprentices or apprenticeship programs. If a party seeks
review of a decision by the Chief to impose a monetary penalty or period of debarment, the Administrator shall decide
de novo the appropriate penalty,by considering the same factors set forth above.
(g) The interpretation of Section 1777.5 and this section shall be in accordance with the regulations of the
California Apprenticeship Council. The Administrator may adopt regulations to establish guidelines for the imposition
of monetary penalties and periods of debarment and may designate precedential decisions under Section 11425.60 of
the Government Code.
NOTE: THE ABOVE CALIFORNIA LABOR CODE SECTIONS ARE AVAILABLE
FROM THE INTERNET (a,www.dir.ca.govl.
DAS 10 (Rev. 04-02)
5
�
Division of Apprenticeship�n6Stsodmrda - Pub�onvudsodonmo� Px=e } of 2
information - `
d- - - bU� w����� �r��������
In general, public works refers to construction projects thmtanapejforinvholeorinpartoutofpub\ofunde, or|f
private funds are used, more thnnS0 percent of the square footage ie leased 0oapuoxcenzny. Because"`this,there
are laws regarding many aspects of the construction projects to protect the public's interest.
One of the legal requirements for working on a public works project is the employment of apprentices. The Division of
Apprenticeship Standards provides assistance to contractors in employing apprentices on public works sites.
7-• I��1����
Ch Regulations S thee
Icid o-el-3r 7/1/20N
f:vmOccion Requeatfo/
[AS 2 D0G CU2
f *~
ne p
Are you interested in bidding on a public works project and not sure where to start when it comes to complying with the
_Ay/en '
�
this database can give you the information
1. }f you are looking to check the
2 y»u »eed.|oohing�u�ndapprendceab|euna�nendtheuontactinformedion for those
«yo«aro this database sorts by county and craft and giveoyouoontactinformaiion
public
|i you are mm
ongto find out"
this database can provide you information. aonoted \nthogenana| prev�i\inQwaQe
4. |y you are looking for the add\Uo» | andRemeanuh
apprenticeship schedules, published Uy the uwmmStatistics
nc"�muu' .
1. Public Works Contract Award Information-DAS Form 1
2 R�ue��r0sp�h �anApp�nU�-�GFo� 142 - ����2 (�v7/11) �(pdf��� 52kb)
� tion���o|ifurniaAppnenUoeumpuouno�'�/^�, rm//' � format,3. -� CAC form 2 �Y11)
4. Dina��no$ocomplete under Labor Code
5. |f you are on awarding body, this io the form you need: Tg���1���tm nert fr..
� section 1777.5-DAS Form 13-(Rev 5/O1) (.pdf format, 1Gkb)
DIR Public Works Tool Kit
Excerpts DAG1O(Rev 4/02) (.pdf format
55kb)
7/27/2011
Page[}ivi/�ouofAnnrco�cep6ip - Pobl�vv0Tkeo�oznzelu`o - -�
Division of Labor Standards Enforcement Public Works Manual
Laws and RqgulatiOflS
The Division of Labobrcerrant enforces labor law related to the payment of prevailing wage and
working conditions
The Division of Labor and h conducts�U
projects.
Files in Adobe Acrobat PDF format are viewed with AbobaAcnub otReader If you do not already ha
ve Ad
oba
Acrobat installed on your computer, you should download the free Acrobat Reader from Adobe's web site at
ymww adobe uon . dmwn|oadinatr«ctio»manam»oi|ao/eonthaAdobevmbaihe 'nnayouhaxedmwn\ondedtheAc
Acrobat
ct
Reader you can view PDF documents in your web browser if it supports plug-ins or, if it does not support plug-ins, you
can save the file(s)to your h rd drive and view them by opening _
July 2011
Conditions
Copyright 02O11 State cxoo/nom`u
htm 7/27/7011
SOUTHERN CALIFORNIA
EDISON COMPANY
NEW METER SERVICE
CONSTRUCTION DRAWING
_____—•.
,------------'----------- — .
.,-..--
.,, c ,-; ,.- 1 2' g; . ; :•,-- '
.e.,.gi ..
,-;..;,:-...-•Ff). < c•,... 1 c2,I C I ,-,
"T.-, '151'7;'fl- D= 6 1 •,,,,,•r ' ,-.
,..„, .-----, u.,r0.1-..,. 1_1; cI. I z .-4• ,
. 11 1.--- •••••••' Z''V.". 7 05) 1 t ti, ;o IE 2_.. I :----.
.o....., '_. c;\j
;.< .,:i-- '1=
i i '41 C\2
1 — 1 -,z-c c-- .. I-----E--,z....: ,is-r„,„
z z -,
IX D C LI-
,..-•CL'Z.,, t1...) I I 1 p- I 2 0% 2
■ . .c,'1,...., ,.:,.' ---co ,''''e'‘, 1
.-±2 H- il- i',-8, le --7`\
.12;
.I.:, n.
i .6
iii t-t-t I'';'"11'.---15- r5•';';', . .c.,`t-1 11
il < x..:...,, L,.. .04
1 1 ii -'4 E—; 2.' f._ 0,- ....4 c.,z..- —
<K, .
- t
: r-40, .E.:, ' &cl;,,'S' c-•! i; i-
r 11 ,z, .---, I r•-irc
I
i'
i .,,.._ 14 '4 18,'''0• ' --H---------1-7
--....
i ........ co, al El •E7E.$,--,.. ! I mt*--,
Is, I 21 c;'-',5■. _e t ,--1.x.
t•--. <
i 7-1-• ,l't' I 1 I'''- C-. 1
1 t'S' , • (.01 .-04......„. I--- t i c... -d
--
F'
._! ,I,I EN c- t ',--•I,C.
. -><tt%'- •••,--'''''''' < org :''''—:,'M' ' 7 :7=1.Ei
-,
,
, •
. -
i5 c. ,■ -,..,
. — -E.E" , '=------
,
- ,
ui
1 ,
c 6 a
Z •-,:....-. , —7--•—I 5-,..::',.- =' t ,2_
—
---
.,...., ,-;.-.•9.:, ......21 lei',---,--- ,c! ;-.,;.-.
,
,.....
;
•1 N; ; , .>
-- c
N f:' . 1:P- -%•" c'
—. .a...
,1
' ..-<,'" • --. 0
-0I cr,1 I-,-- •
1 1 LI cz'
, ' ' 1._-.,,:-'r-.:,.-- , 1-..-.'4.-. ; S.-.: • '`- .
,. `4,• 1 cr';',-,.;,,- .!.. ...,,, .5
i . r•- I
,
L.- I
•
4 •
z
—
, , <z_?-.•_ i,
,
I ;, ,
1 \
-•'" ,A.,, ,; o c->co-
I; —
'
AT07, — z
,s a<•C•z'LT:< '
111-Zif
. ., — ... . ,
— —
. --r--- III -_-_-:: •:-.
1 gzir
1 i
\--,,,,.
i! ,.„4,:;:9');"- a) r) L.0„1•2:_- _-0 t
...:•,' c... --n-z ,
/
. / . _____ I) 1..:- t• 1-.1,i"-T.'iI.,r1< -
1
5_ t• -u),--1...4 J.. I
I 1 4
! •,..- 4r0 0=U.1 ,--- -
,
h
•=;) ,4 o- ,-.<' 4.-I-
I
1' '
,
1' I
I
i 1 I 1
1: 1i I II
1 I l I
i 1
1
I
, I
I
1 Fei
,
--y,-_-2:.,..0 4ER F'•
1 i
■
MANUFACTURER INFORMATION
& INSTRUCTIONS
MASCO CASTinTACT® DETECTABLE WARNING '� ___
2 EACH 2' x 2' PANELS
,<.101\
`D SL -FLARE SLOPES 10%MAXIMUM
s
Zz, - ? a' ��a)
�� ��• 1:1 TAPER-NORMAL
, >,-00- '- ---- --- ---__
----- -----
EXPANSION(E.J.)OR `,�p*\
CONTROL JOINTS(C.J.) \ \ /
/ SEE NOTES \
/.<
®\' SIDEWALK WIDENING(WHEN REQUIRED)
..:::::::h:.:";.::::.::>.::".::::..:::::"
`� 1220mm(48")PERPENDICULAR RAMPS
1
/ 4
(FOR NARROW SIDEWALKS)
LANDING(a
THE SELECTION AND USE OF THIS DRAWING
2%SLOPE I 1220mm(48")MINIMUM WHILE DESIGNATED IN ACCORDANCE WITH
---- GENERALLY ACCEPTABLE ENGINEERING
PRINCIPLES AND PRACTICES,IS THE SOLE
RESPONSIBILITY OF THE USER AND SHOULD
NOT BE USED WITHOUT CONSULTING A■� REGISTERED PROFESSIONAL ENGINEER.
GENERAL NOTES
1. SIDEWALK RAMP DETAILS ARE BASED ON UNITED STATES ACCESS BOARD STANDARDS.
2. PLACE TRUNCATED DOME DETECTABLE WARNING PANELS AT THE BASE OF CURB RAMP. INSTALL ACROSS FULL WIDTH OF
RAMP A MINIMUM 610mm(241 IN DEPTH AND SET BACK 200mm(8')FROM GRADE BREAK.
3. SIDEWALK CURB RAMP SLOPES SHOWN ARE RELATIVE TO THE TRUE LEVEL HORIZON(ZERO BUBBLE).
4. SIDE FLARES THAT ARE NOT PART OF THE PATH OF TRAVEL MAY BE ANY SLOPE.
5. FOR THE PURPOSES OF THIS DRAWING,A CURB RAMP IS CONSIDERED*PERPENDICULAR"IF THE ANGLE BETWEEN THE
LONGITUDINAL AXIS OF THE RAMP AND A TANGENT TO THE CURB AT THE RAMP CENTER IS 75 DEGREES OR GREATER.
6. CONCRETE ARE
AND UIREDATALL SIDEWALK
WHERE RAMP SLOPE BREAKS TOEXPANSION JOINTS ARE RECOMMENDED BETWEEN EXISTING
7. SIDEWALK FLARE IS NOT NECESSARY WHERE THE RAMP IS PROTECTED FROM PEDESRIAN CROSS TRAVEL.
8. THICKEN CONCRETE UNDER DETECTABLE WARNING PANEL.
9. IN EXTREME CLIMATES LEAVE 3/16"GAP BETWEEN SQUARE CUT PANEL JOINTS AND SEAL WITH COMPATIBLE
ELASTOMERIC SEALANT.
10. ONLY USE DETAILS ALLOWED BY JURISDICTION. MASCO
E.J.=EXPANSION JOINT For more information Please visit
C.J.=CONTROL JOINT MASONS SUPPLY REVISED
CAS11nTACT.com 2110
Vanda' Resistant
Pull Box Insert
Overview
McCain's Vandal Resistant Pull Box Insert is a simple and effective means to reduce and discourage copper theft,providing
safety and security to pull boxes of all types and sizes. Copper theft is a rising problem across the country,increasing 500%
since 2001. This is not only costly to taxpayers and timely to repair,it can also create dangerous conditions and pose a serious
threat to the national infrastructure,according to a recent analysis by the B. The unauthorized removal of existing copper
can cause serious issues,including but not limited to loss of traffic signals,street lighting,and communications resulting in
accidents,traffic delays,and injuries. Protect your valuable assets and infrastructure with McCain's Vandal Resistant Pull Box
Insert.
Benefits Product Description
• Standard and custom sizes available The McCain Vandal Resistant Pull Box Insert provides security
and safety against unauthorized persons attempting to enter
• Manufactured from hot dipped galvanized steel to pull boxes. It is designed to quickly retrofit existing or new pull
prevent rusting box installations in a matter of minutes without tools.
• Easily retrofits existing pull boxes The insert is manufactured from hot galvanized steel to
prevent rusting and used in combination with an off-the-shelf
• Proven and tested third generation design
padlock furnished by the user. To resist it from being easily cut
• Grounding kit and removed with bolt cutters,the lid partially covers the lock.
McCain's Vandal Resistant Pull Box Insert fits most standard
pull boxes and specifications for traffic signals,street lighting,
electrical and communication applications. Custom sizes are
also available.
Vandal Resistant Pull Box Insert Standard Features
• Lid forms integral cover over lock shackle
• Lock housing welded to bottom of lid
• Mounting brackets,with tapped grounding holes(2)
• Tabs on mounting brackets slip under pull box walls
• Grounding kit includes bolts and washers to fasten ground wire to
brackets(2 ea.)
General Specifications
Dimensions: Varies according to style and size of pull box
Thickness: Lid and Lock Box:3/16"
Mounting Brackets and Lock Hasp:1/4"
Material: Steel
Finishes: Hot dipped,galvanized
Shipping Weight: 28"L x 15"W.39 lbs
(typical examples) 21"L x 11"W:25 lbs
Options
• Custom sizes
4(ftfft • Custom mounting
, .
11 '
To learn more about
McCain's Integrated traffic
Solutions,please contact
info @mccain inc.com or
call(760)727-8100
2365 OAK RIDGE WAY VISTA,CALIFORNIA 92081 USA WWW MCCAIN INC.CO
September 11, 2003 TESCO TRAFFIC 22 BBS 1400XL-6
Traffic Signal Uninterrupted Power Supply Project:
Traffic Signal Battery Backup System Specifications:
ENCLOSURE SPECIFICATIONS:
Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be TIG
welded construction with welding materials specifically designed for the material to be welded.
Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush
fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a
full-length piano hinge, pad-lockable draw latch (center area on door-latch side). There shall be no
exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet
dimensions 46" H x 20" W x 10.25" D. Weight 250 lbs with batteries. BBS shall be mounted in an
interior tilt out housing with 800 lb rated stops. Battery connectors shall be Anderson Connectors with
silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and
be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back.
Enclosure will include one transfer bypass switch for BBS bypass. All switches must be panel
mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all
controls and major components. A plastic covered wiring diagram will be attached to the inside of the
front door. All components shall be factory wired and conform to required NEMA, NEC, and UL
standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel
rated.
BBS PANEL MINIMUM FEATURES:
• System shall provide 700 watts of full control run time for two (2) hours. In addition the system
shall provide six(6) to eight (8)hours of flash.
• BBS bypass and BBS isolation switch.
• Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation fuses for
each battery pre-wired with phenolic nameplates.
• All nameplates shall be screwed on phenolic engraved type.
• All wire terminating lugs shall be full wrap around type.
• All batteries shall be captive spaced from external captive sides in earthquake proof buckets.
• Cabinet ventilation shall be by (qty. 2) 4" x 1/4" louvers top and bottom with encapsulated bug
screens, cleanable filters and a 100cfm fan to completely exchange air 25 time minimum per
minute.
• All DC terminals and connections shall incorporate safety covers such that the safety covers are
in place for every normal maintenance mode.
• Event Counters & Total Run Time Counter.
Page 1 of 4
BBS UNIT MINIMUM SPECIFICATIONS:
BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous capacity.
BBS must provide for utility service isolation when in operation. The minimum rating for wattage
output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for
Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less,
with battery condition indicator, with automatic test provisions, and with hot-swappable batteries (all
batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity
within 6 hours. BBS will provide on-line operation for a minimum input of 92 to 145 VAC, provide
full load output of 120VAC - 10% / +4% at 60 Hz +/- 0.05% over a temperature range of -37° C
(optional adder) to+74° C and be a UL Approved Design.
For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with
maintenance manuals and schematic diagrams.
BBS UNIT MINIMUM FEATURES:
• 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring
termination to/from the inverter are unacceptable).
• Surge energy withstand 480 Joules, 6.5kA
• Common mode clamping 0 ns< 5ns typical UL 1449
• Conditioned power—Computer quality
• Transient lighting protection— 160 Joules
• Transfer to battery time—2 ms
• Retransfer to utility—2 ms
• Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused
(deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease
of maintenance. Series wiring is unacceptable.
• Fan cooling shall be fused for locked rotor current.
• Cooling air shall be ducted to cool the front and back of each battery with air space on all four
sides and top of battery.
• BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme
temperatures.
• Includes USB & RS232, DB9 Computer Interface Ports.
• Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable).
BBS COMMUNICATIONS MODULE:
All inverter connections shall be made without the use of tools. This includes: A/C-Input, A/C-Output,
Normally-Open, and Normally-Closed programmable contacts.
Smart Slot Relay I/O Module;
Input#1 Turn the BBS on.
Input#2 Turn the BBS off.
Input#3 Start the BBS self-test.
Input#4 Shut down the BBS (when on battery).
Output#1 The BBS is on-battery(during a power failure, self-test or run time calibration).
Output#2 BBS has a low battery—Programmable.
Output#3 The protected load is not receiving power from the BBS.
Output#4 Replace the BBS batteries.
Output#5 The BBS is overloaded.
Output#6 Any BBS fault or self-test failure.
Page 2 of 4
BATTERIES:
Batteries shall be maintenance-free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead
Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre-wired
and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated
Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for
personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of
over 26 lbs are not acceptable.
ENCLOSURE TEMPERATURE COMPENSATION:
Operating temperature shall be a minimum -37° C to +74° C.
POWER SYSTEM ANALYZER AND CONFLICT RESOLUTION MODULE:
The 1400XL incorporates an integrated Power System Analyzer and Conflict Resolution Module. The
Analyzer will evaluate and make limited adjustments to the incoming utility power and will
automatically transfer load to the battery back-up power if utility power is lost. When utility power
becomes available, the BBS will analyze the power to verify stability and return to normal operation.
The system provides automatic BBS failure detection and automatically isolates the failed BBS and
locks the unit on to utility power. Once the failure has been corrected, the system will return to the
normal operation.
TRIPLE BYPASS SYSTEM FOR OFFLINE BBS:
1. SPACT—Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module.
2. PCM—Power Conflict Monitor
3. The PCM is a totally redundant failsafe system. The PCM monitors load bus power available
continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and
guarantee that commercial power will be locked on.
4. Watchdog Timer—Redundant 5 ms delay and hard transfer to utility power.
5. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer
time shall be 2ms.
6. Onboard Smart I/O module will execute lockout of battery back up system upon Smart
detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for
backup.
7. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours.
SMART BATTERY CHARGER:
Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be
ambient enclosure compensated to less than 120°. The battery charger shall utilize Smart Cell
Technology to extend battery life.
Page 3 of 4
INTELLIGENT BATTERY MANAGEMENT:
Cell Guard means longer battery life — Improved reliability results from a precision battery charging
system, and automatic true-load battery tests. Redundant overcharge protection contributes to longer
battery life. Smart Boost and Smart Trim regulate under and over voltages without switching to battery.
Battery Replacement Warning prevents downtime — 1400XL-BBS automatically performs a self-test
every two weeks. This ensures that you will be alerted to degrading batteries before they wear out.
Through software, or the push of a button, self-tests may be performed at anytime. Faster Recharge
Time — 1400XL-BBS battery charging systems are microprocessor controlled to precisely charge
batteries in less time than legacy BBS systems. This makes the system available more quickly for
subsequent power disturbance.
HOT-SWAPPABLE BATTERY REPLACEMENT:
The 60 second, user friendly, hot-swappable battery replacement system— Saves the time and expense
of returning the BBS to the factory for battery service, and allows safe and easy replacement of
batteries while your system is up and running. Replacement battery packs ship in a reusable box for
conve
WARRANTY:
Manufacturers shall provide a two (2) year factory-replacement parts warranty on the BBS. Batteries
shall be warranted for full replacement for two (2) years. The warranty shall be included in the total
bid price of the BBS.
ADDITIONAL DESIGN OPTIONS TO BE INCLUDED:
• Automatice Transfer Switch (ATS) with BBS bypass and 30-amp external reverse service plug.
• Web SNMP card with Ethernet
Phone Tesco Controls,Inc.
Pedestal Sales Department
for digital copy of this specification.
916-395-8800
Pedestals(&,tescocontrols.com
Page 4 of 4
OPTICOM`M PRIORITY CONTROL SYSTEM
OPTICOMTM MODEL 764 MULTIMODE PHASE SELECTOR
Des ri i t
�• _ _,3 The Opticom–Model 764 Multimode Phase Selector is a plug-in,four-channel,dual-priority,multimode
- encoded signal device designed for use with both Opticom"infrared system emitters and detectors and
" Opticom–GPS radio/GPS intersection units and vehicle equipment.It can be installed directly into the input files
ti 7 -:'" of Type 170 traffic controllers equipped with priority phase selection software and in virtually any other traffic
' controller equipped with priority phase selection inputs and related software.Phase selectors are powered from
f f-0 AC mains or 24 VDC and contain their own internal power supply to support Opticom-infrared system detectors
I
s
Ill
H lit r
and 0pticom-GPS radio/GPS units.
The Opticom'"Model 764 may be used in IR only applications,GPS only applications,or IR and GPS
applications simultaneously.
w The Opticom-Model 760 Card Rack is required when input file space is not available.When used in GPS only
mode,the Model 1040 card rack may also be used.
Opticom–Model 764 recognizes and discriminates among three distinct Opticom'"IR emitter frequency rates
via 0pticom-detectors:high priority,low priority and probe priority.Within each of these three frequency rates,
the phase selectors further discriminate among 10 classes of vehicle identification codes,with 1,000 individual
vehicle codes per class—10,000 total per frequency rate.The 0pticom`""Model 764 also recognizes three
different priority levels transmitted by 0pticom""GPS vehicle equipment:high priority,low priority and probe
priority.Within each of these three priority levels,the phase selectors further discriminate among 254 agency
IDs,15 classes of vehicle identification codes,with 10,000 individual vehicle codes per class—for more than
38 million total per priority level.
Opticom–Model 764 Phase Selector internally records each system activation.Each entry contains:
•Intersection name •Time spent in the final greens
•Date and time of the activity •Duration of the activation
•Vehicle class code of the activating vehicle •If preempt has been requested and reason if not
•Activating vehicle's ID number •Turn signal status at the end of the call(GPS only)
•Agency ID(GPS only) •Entry,exit and average speed(GPS only)
•Channel called • Relative priority level
Global Traffic Technologies,LLC
•Priority of the activity •Capability to playback up to the last 250 seconds of
(GTI),formed in 2007 from the 100 most recent calls
•Final green signal indications displayed at the end
3M's pioneering Intelligent of the call
Transportation Systems business,
is the manufacturer of Opticom-
priority control systems and
Canoga-traffic sensing systems.
OPTICOMTM MODEL 764 MULTIMODE PHASE SELECTOR
•IR only operation,GPS only operation,or simultaneous •On-site Interface software package
IR and GPS operation •Model 768 Auxiliary Interface Panel
•Four channels of detection •Opticom°Model 755 Four-Channel Adapter Card(optional)
•Two auxiliary detectors per channel(IR) •760 Card Rack
•Records green signal displayed at end of preemption
•Compatible with encoded signal and non-encoded signal Opticom" C tit a;m
IR Emitters •Four dual-priority and probe frequency channels
•High and low priority as well as probe frequency discrimination •"First-come,first-served"for vehicles with the same priority level
•"First-come,first-served"priority within each priority level (high or low)
•Priority-by-class setting via the interface software •Priority override:always higher over lower
•Priority-by-direction setting via the interface software •Opticom'"GPS Radio/GPS Unit input
•Direct installation into CANNY Type 170 input files •Opticom'"Infrared System Detector input(s):one per channel on
•Automatic range setting using an encoded emitter(IR) the card edge connector and two auxiliary per channel through the
•Call bridging for both IR and GPS calls including mixed mode Model 768 auxiliary interface panel
•Low-priority output may be configured for first-come,first-served •Optional interface software for flexible programming options and
or all-channel active call history
•User-adjustable range setting up to 2,500 feet of operation •LED indicators
•Compatible with most traffic controllers Status
•10/100Mb Ethernet communication on the front panel -Radio(GPS mode)
•USB 2,0 communication on the front panel -Link(GPS mode)
•RS232 communications front port,and rear backplane and -High signal/call per channel
Auxiliary Interface Panel -Low signal/call per channel
•User-selected communications baud rate of 1,200 to 230,400 bits -Two-digit status display
per second •Two character display and keypad to enable diagnostics and test
•Customizable ID code validation calls to each channel
•Flexible programming options for priority control parameters •Voltage:89 to 135 VAC,60 Hz at up to 500mA or 24 VDC at up to
•Detailed current Opticom`"System parameter information 1 Amp
•Flistory log of most recent Opticom' infrared and GPS system •Temperature:-37°C to+74°C(-34,6°F to+165.2°F)
activities(10,000 entries) •Humidity:5%to 95%relative
•Call playback-logs 100 of the most recent calls-250 seconds long •CE certified
•30,000 frequency/class/vehicle code ID combinations(IR) •NEMA TS-2 compliance
•More than 38 million agency/class/vehicle code combinations •FCC compliance
(GPS)
•Front panel switches and diagnostic indicators for testing fvv Oir €; 1, s
•Accurate infrared signal recognition circuitry Length:7.0 in.(17.8 cm)x 8.2 in.(20.8 cm)including handle
•Precise output pulse Width:2.3 in.(5.8 cm)
•Definitive call verification Height:4.5 in.(11.4 cm)
•Regulated detector power supply(IR) Weight:0.60 lbs.(272 g)
•Optically isolated outputs
•Two character display and keypad to enable diagnostics and test
calls to each channel For complete warranty information visit www.gtt.com.
Global Traffic Technologies,LLC •Display LED Indicators
7800 Third Street North -High-and low-priority test calls
St.Paul,Minnesota 55128-5441 -Reset to default parameters
1-800-258-4610 -Range setting
651-789-7333 •User-settable range setting by ETA and/or distance(GPS only)
www.gtt.com •Varied outputs depending on turn signal status of requesting
vehicle(GPS only)
Global Traffic Technologies Canada,Inc. •Diagnostic test
157 Adelaide Street West •Advanced built-in diagnostics and testing
Suite 448 •Tested to NEMA and Caltrans environmental and electrical test
Toronto,ON M5H 4E7 specifications
Canada
1-800-258-4610
Opticom and the GTT logo mark are trademarks of Global Traffic Technologies,LLC.Used under license in Canada.Please recycle.Printed in U.S.A.
©Global Traffic Technologies,LLC 2011 All rights reserved.
79-1000-0524-0(A)
GLOBAL TRAFFIC TECHNOLOGIES
(CURRENT JUNE, 2011)
Multimode Priority Control System Description
A multimode priority control system shall operate in a manner that allows Infrared, and GPS/Radio
priority control technologies to interoperate and activate one another in a consistent manner.The priority
control system shall consist of a matched system of vehicle equipment and intersection equipment capable
of employing both data-encoded radio communications to identify the presence of designated priority
vehicles,as well as data-encoded infrared signaling communications. In priority vehicle mode,the data-
encoded communication shall request the traffic signal controller to advance to and/or hold a desired
traffic signal display selected from phases normally available.A record of system usage by agency
identification number,vehicle classification and vehicle identification number shall be created. The
system software shall support call history analysis and reporting across any subset of intersections and/or
vehicles independent of activation method. System software shall also support both onsite and remote
programming and monitoring of the priority control system.
The vehicle equipment may include a GPS radio unit and vehicle control unit or a data encoded infrared
emitter employing either a strobe or LED based light source. The GPS receiver on the vehicle shall obtain
vehicle location, heading and speed from the U.S. Department of Defense(DoD)operated satellites. The
vehicle equipment shall also monitor the vehicle's turn signal status. A 2.4 GHz spread
spectrum/frequency hopping radio in the vehicle equipment shall transmit this data to nearby
intersections, only when it is within radio communication range of an intersection,which is received by a
similar radio located at the intersection. The vehicle radio shall communicate to intersection radios at
distances up to at least 2,500 feet(762 m)with no obstructions. If an infrared data-encoded emitter is
employed on the vehicle, it shall send an encoded infrared signal to the detector,with a range capability
of 2,000 feet minimum.
Intersection detection equipment will consist of either a GPS receiver and radio transceiver or an infrared
detector or both connected to a multimode phase selector located in the intersection controller cabinet.
The GPS radio unit receives the data-encoded radio signal from the GPS radio equipped vehicle and
transfers the decoded information through detector cable to the multimode phase selector for processing.
The intersection radios also communicates to vehicles and other intersection radios at distances of up to at
least 2,500 feet(762m)with no obstructions. The infrared detector receives the data-encoded infrared
signal from the infrared equipped vehicle and transfers information through detector cable designed to
convert Infrared light energy at the proper wavelength into analog voltage signals that can be evaluated
and decoded by the multimode phase selector.
The multimode phase selector shall be capable of receiving data encoded signals from either or both
infrared and GPS radio detection equipment and combine the detection signals into a single set of tracked
vehicles requesting priority activation. The multimode phase selector will process the vehicle information
to ensure that the vehicle is(I)in a predefined approach corridor, (2)heading toward the intersection, (3)
requesting priority, and(4)within user-settable range. The multimode phase selector shall treat the
combined, single set of tracked calls with first come first served priority methodology within a given
priority level. Arbitration between infrared signal intensity and GPS radio distance/ETA shall be first
come first served methodology based on time of detection as each equipped vehicle reaches its
programmed threshold.
When these conditions are met,the phase selector shall generate a priority control request to the traffic
controller for the approaching priority vehicle. If the approaching vehicle has an active turn signal,the
approach intersection shall relay the priority request to the next nearest in-range intersection in the
direction of the approaching vehicle's turn signal. The output of the phase selector may also be varied
depending on the state of the approaching vehicle's turn signal.
Page I 1 79-1000-0518-OA
To ensure priority control system integrity,operation and compatibility,all components shall be from the
same manufacturer. The system shall offer compatibility with most signal controllers,e.g.NEMA
(National Electrical Manufacturers Association), 170. The system can be interfaced with most globally
available controllers using the controller's preemption inputs. RS-232, USB and Ethernet interfaces shall
be provided to allow management by on-site interface software and central software.
The central software shall manage the region's priority control system as a single, integrated system,
independent of the particular activation method or methods(infrared or GPS/radio)used within the
region. The central software shall allow each intersection within the region to be configured with one or
more phase selectors with varying methods of activation; e.g., one infrared phase selector and one
GPS/radio phase selector or a multimode phase selector. The central software shall allow each vehicle
within the region to be configured with priority control equipment with varying methods of activation;
. e.g.,an infrared emitter and a GPS/radio vehicle control unit.
The central software shall support analysis of priority control activity at an intersection and/or for a
vehicle as it is migrated between activation methods(e.g., migrated from infrared to GPS/radio). This
analysis shall allow the user to readily determine whether the priority control system has retained its
effectiveness across the migration. When a phase selector is removed or replaced at an intersection(e.g.,
replacing an infrared phase selector with a GPS/radio phase selector or multimode phase selector), call
history and configuration history from that phase selector shall still be available for use in analysis and
reporting in the central software.
The central software shall provide a means to filter the display such that only the information relevant to
the activation method in use is shown to the user.
Matched System Components
As stated above,the Opticom system is comprised of matched system components.These components are
further described as follows:
1. Opticom GPS Components
a. Vehicle/Intersection radio/GPS module, Radio/GPS Antenna with factory terminated SMA
connectors, and vehicle control unit. The radio/GPS module shall obtain the vehicle position,
speed and heading information and transmit this information only when within range of a
GPS intersection. The vehicle control unit shall communicate with the radio/GPS module
and provide the interface to the vehicle in order to monitor the vehicle's turn signal status,
provide activation and disable inputs as well as regulate the vehicle power provided to the
radio/GPS module.
b. Intersection Radio/GPS Module. The intersection radio/GPS module shall transmit a beacon
every second and receive the data transmitted by the vehicle equipment and relay this
information to the phase selector as well as other system-equipped intersections. It shall also
obtain position information from the GPS satellites.
c. Radio/GPS Cable. The radio/GPS cable shall carry the data received from the intersection
radio/GPS unit to the phase selector. It shall also carry the power for the radio and GPS
components provided by the phase selector. The same cable shall be used to carry the data
between the vehicle radio/GPS unit and the vehicle control unit.The cable used to connect
the radio/GPS unit to the phase selector shall be a shielded 10 conductor data cable; the use of
coax cable is not permitted.
2. Opticom Infrared Components
a. Data-Encoded LED Infrared Emitter. The data-encoded emitter shall trigger the system. It
shall send the encoded infrared signal to the detector. It shall be located on the priority or
probe vehicle.
Page 12 79-1000-0518-OA
b. Remote Coding Unit. The remote coding unit shall be capable of remotely program the data-
encoded LED infrared emitter without the use of a computer. The remote coding unit will not
be available for use with the OEM version of the data-encoded LED emitter.
c. Infrared Detector. The detector shall change the infrared signal to an electrical signal. It shall
be located at or near the intersection. It shall send the electrical signal via the detector cable
to the phase selector.
d. Detector Cable. The detector cable shall carry the electrical signal from the detector to the
phase selector.
3. Opticom System Multimode Components
a. Multimode Phase Selector. The multimode phase selector shall recognize inputs from both
infrared and GPS/radio activation methods at the intersection and supplies coordinated inputs
to the controller. The multimode phase selector shall process the data in order to validate that
all parameters required for granting a priority request are met. It shall be located within the
controller cabinet at the intersection. It shall request the controller to provide priority to a
valid priority vehicle by connecting its outputs to the traffic controller's preemption inputs.
b. Card Rack. The card rack shall provide simplified installation of a phase selector into
controller cabinets that do not already have a suitable card rack.
c. Auxiliary Interface Panel. The auxiliary panel shall provide additional preemption outputs if
needed. It shall also provide a connection point for the phase selector to monitor the status of
the intersection's green lights(green sense). Additional RS-232 communication ports may
also be accessed via this panel. If additional outputs are not required, an auxiliary harness
shall be used to monitor the status of the intersection's green lights.
d. Base Station. The Base station module is used at fire stations that are located very close to
intersections. When the base station is activated,all nearby equipped intersection/s or only
those intersections in the planned direction of travel shall immediately begin requesting
preemption from the traffic controller. The base station shall wirelessly communicate to
intersections near the station that can be activated from the base station controller and/or
passing vehicles that are equipped with GPS radio vehicle equipment.
Multimode Phase Selector
1. The multimode phase selector recognizes inputs from both infrared and GPS/radio activation methods
at the intersection and supplies coordinated inputs to the controller.
2. The multimode phase selector is designed to be installed in the traffic controller cabinet and is
intended for use directly with numerous controllers. These include CaliforniafNew York Type 170
controllers with compatible software,NEMA controllers, or other controllers along with the system
card rack and suitable interface equipment and controller software.
3. The multimode phase selector will be a plug-in,four channel,multiple-priority, multi-modal device
intended to be installed directly into a card rack located within the controller cabinet. The multi-mode
phase selector shall be capable of using existing Opticom IR or Opticom GPS card racks,
4. The multimode phase selector may be powered from either+24 VDC or 120VAC.
5. The multimode phase selector shall support front-panel RS-232, USB and Ethernet interfaces to
allow management by on-site interface software and central software. An RS-232 port shall be
provided on the rear card edge of the unit. Additional RS-232 communication ports shall be available
using the Auxiliary Interface Panel.
6. The multimode phase selector shall include the ability to directly sense the green traffic controller
signal indications through the use of dedicated sensing circuits and wires connected directly to field
wire termination points in the traffic controller cabinet. This connection shall be made using the
auxiliary interface panel.
7. The multimode phase selector shall have the capability of storing a minimum of 10,000 priority
control calls. When the log is full,the phase selector shall drop the oldest entry to accommodate the
new entry. The phase selector shall store each call record in non-volatile memory and shall retain the
Page 13. 79-1000-0518-0A
record if power terminates. Each preemption record entry shall include the following points of
information about the priority call:
a. Agency: Indicates the operating agency of the vehicle.
b. Classification: Indicates the class type of vehicle.
c. Identification number: Indicates the unique ID number of the vehicle.
d. Priority level: Indicates the vehicle's priority level(High or Low priority).
e. Direction: Channel A, B,C,or D; indicates the vehicle's direction of travel.
f. Call duration: Indicates the total time in seconds the priority status is active.
g. Final greens at end of call: Indicates which phases are green at the end of the call.
h. Duration of the final greens: Indicates the total time final greens were active at the end of
call.
i. Time and date call started and ended: Indicates the time a priority call started and ended,
provided in seconds,minutes,hours, day, month, and year.
j. Turn signal status: hndicates the status of the turn signal during the call.
k. Priority output active: Indicates if the phase selector requested priority from the controller
for the call.
I. Historical no preempt cause: Indicates a history of conditions,which may have prevented a
call or caused a call to terminate.
m. Speed of vehicle: entry speed, exit speed, average speed through call,
n. Relative priority: relative priority of vehicle class logged at time of call,
o. Directional priority: directional priority logged at time of call,
p. Preempt output used
q. Signal intensity: maximum and minimum infrared signal intensity during call.
8. The multimode phase selector shall support a minimum of 5000 code pairs(agency ID, vehicle ID)
for unique vehicle identification.
9. The multimode phase selector shall include several programmable control timers that will limit or
modify the duration of a priority control condition,by channel. The control timers will be as follows:
a. MAX CALL TIME: Sets the maximum time that a channel is allowed to be held active by a
specific vehicle. It shall be settable from 60 to 65,535 seconds in one-second increments.
The factory default shall be 360 seconds.
b. OFF APPROACH CALL HOLD TIME: Sets the amount of time a call is held on a channel
after the vehicle has left the approach. It shall be settable from four to 255 seconds in one-
second increments. The factory default shall be six seconds.
c. LOST SIGNAL CALL HOLD TIME: Sets the amount of time that a call is held on a channel
after the intersection has lost contact with the vehicle. It shall be settable from one to 255
seconds in one-second increments. The factory default shall be six seconds.
10. The multimode phase selector shall have the ability to enable or disable all calls of both priority
levels. This shall be independently settable by channel.
11. A unique intersection name,which shall be broadcasted, shall be settable for each multimode phase
selector.
12. Up to 25 different radio channels shall be available to be assigned to the multimode phase selector.
13. The multimode phase selector shall operate in a mode that shall vary the output based on the status
of the approaching vehicles turn signal. Additional outputs available on an Auxiliary hiterface Panel
may be needed. Settings shall be available for this mode as follows:
a. Output mappings for each channel.
h. Separate setting for each of the four channels.
c. Separate settings for each left turn, right turn or straight signal status for each of the above
four channels.
14. The multimode phase selector's default values shall be programmable by the operator on-site or at a
remote location.
15. The multimode phase selector shall be capable of three levels of signal discrimination, as follows:
a. Verification of the presence of the signal of either High priority or Low priority.
Page 14 79-1000-0518-OA
b. Verification that the vehicle is approaching the intersection within a prescribed Estimate
Time of Arrival(ETA).
c. Determination of when the vehicle is within the prescribed range,either by intensity level or
distance from the intersection.
16. The multimode phase selector shall include one opto-isolated NPN output per channel that provides
the following electrical signal to the appropriate pin on the card edge connector:
a. 6.25Hz f 0.1Hz 50%on/duty square wave in response to a Low priority call.
b. A steady ON in response to a High priority call.
c. The phase selector will also have the option of providing separate outputs for High and Low
priority calls for controllers that do not recognize a 6.25 Hz pulsed Low priority request.
d. Additional outputs or output modes shall also be available on the auxiliary interface panel.
17. The multimode phase selector shall accommodate three methods for setting range thresholds for
High and Low priority signals:
a. Based on the approaching vehicle's Estimated Time of Arrival (ETA). This shall be settable
between 0 and 255 seconds in one second increments. The factory default shall be 30
seconds. The ETA threshold shall be independently settable by each of the following
parameters: vehicle class, approach channel and priority level.
b. Based on the approaching vehicle's distance from the intersection. This shall be settable
between 0 and 5000 feet in one foot increments. The factory default shall be 1000 feet. The
Distance threshold shall be independently settable by each of the following parameters:
vehicle class,channel and priority level.
c. Based on infrared emitter intensity the system shall accommodate setting a separate range
from 200 feet(61m)to 2,500 feet(762m)with 1200 range set points for both High and Low
priority signals.
18. The multimode phase selector shall support three types of green sense logging.
a. Preemption impact logging which measures and records the impact of an individual signal
preemption upon a measured green cycle time.
b. TSP impact logging which measures and records whether a TSP advantage was gained during
a request and the amount of early or extended green applied.
c. Green cycle logging records changes in the average green cycle time. When the average time
is measured to have changed, a new log entry is made.
19. The multimode phase selector will have the following indicators:
a. A STATUS indicator that illuminates steadily to indicate proper operation.
b. A link indicator on the multimode phase selector illuminates green if other radios are within
range.
c. A radio indicator that indicates the status of the communication between the vehicle control
unit and the radio/GPS unit. The indicator illuminates amber to indicate that there is
communication between the vehicle control unit and the radio/GPS unit.The indicator
illuminates green to indicate that a GPS signal has been acquired and the 2.4 GHz radio is on
the air.
d. LED indicators(one for High priority, one for Low priority) for each channel display active
calls as steady ON and pulse to indicate pending preemption requests.
20. The phase selector shall have a test switch for each channel to test proper operation of High Or Low
priority.
21. The multimode phase selector shall utilize the time obtained from the GPS satellites to time stamp the
activity logs. The user will set the local time zone (offset from GPS time)via the interface software.
22. The interface software shall have the capability to set the multimode phase selector to automatically
adjust the GPS time offset for changes in daylight savings time.
23. An auxiliary interface panel shall be available to facilitate interconnections between the multimode
phase selector and traffic cabinet wiring as well as provide additional outputs.
Page I 5 79-1000-0518-OA
24. A multimode phase selector port may be configured to output GPS data at a user selectable baud rate
in the NMEA 0183format. It will output the following messages(depending on the baud rate):
a. GGA-Global Positioning System Fix Data(2400 baud and higher)
b. GSA-GPS DOP and active satellites(2400 baud and higher)
c. GSV- Satellites in view(4800 baud and higher)
d. RMC -Recommended Minimum Navigation Information(1200 baud and higher)
For traffic controllers that are capable of interpreting GPS data in the NMEA 0183 serial format, this
GPS data may be used to synchronize the controller's clock using the GPS date and time.
Additionally, a discrete output from the phase selector may be used to reset the traffic controller using
the clock reset function/input of the controller. This output shall be available on the Auxilliary
Interface Panel. This output shall be referenced to the GPS date and time.
This output may be configured as follows:
a. Enabled or Disabled
b. Time of day reset is activated (12:00 A.M.to 6:00 A.M. in 30 minute increments)
c. Duration of reset pulse(100-2000 milliseconds)
d. Repeat every 1 to 30 days
25. The multimode phase selector shall provide the user with call play-back logs for the last 100
priority activation requests. Each log shall contain up to the last 250 seconds of a call. The
call play-back logs shall include:
a. GPS/radio based calls shall record vehicle speed,heading, signal quality, GPS location,
coded ID, green sense state,call status(active,pending, disabled), approach channel and turn
signal status and priority information.
b. Infrared based calls shall record intensity,coded ID, green sense state, call status(active,
pending, disabled), approach channel and priority information.
c. Data shall be recorded once per second. Recording terminates at call end.
26. The following diagnostic tests are incorporated in the multimode phase selector
a. Power up built in test
b. Communications port tests
c. Preemption output test call
d. Detector response test
27. The multimode phase selector shall be capable of call bridging. Call bridging enables the treatment
of two vehicles requesting priority activation to have their calls linked together to hold a call to the
controller so that they may traverse the approach together.
28. The multimode phase selector shall be capable of directional priority. Priority for calls may be
assigned to individual approach channels such that calls in a particular direction will be given priority
over calls in competing directions within the same priority level.
29. When used with a GPS Radio Unit, the multimode phase selector shall relay a priority request to the
next adjacent intersection based on the direction indicated by the vehicle's turn signals.
30. The multimode phase selector shall be capable of utilizing time plans to allow users to vary priority
activation by time of day, or for a specific time period such as special events. Time plans
shall be configured via system software.
31. The multimode phase selector shall support evacuation mode for low priority calls. Upon activation
of this mode from the central management software, low priority vehicle calls shall be recognized by
the multimode phase selector as if they were high priority vehicle calls for a temporary period of time
as defined by the user. This mode shall be supported for both infrared and GPS radio emitters.
Vehicles transmitting high priority signals shall continue to maintain priority over the evacuation
mode priority vehicles.
Page 16 79-1000-0518-OA
32. The multimode phase selector shall allow relative priority. Relative priority allows emitter classes to
be used as an additional level of prioritization within priority levels(i.e. high and low priority levels
have different sets of relative priorities).Relative priority shall support 15 unique classes in each
priority level(High and Low). Relative priority class level 15 will have the highest weight and 1 the
lowest weight in each. If relative priority is enabled, a priority call will be granted to the caller with
the higher class level within high and low priority levels. A vehicle with a call granted, shall be able
to have its call taken away by a higher level class vehicle. The system shall provide a lockout
threshold that once met, shall disallow higher relative priority calls from taking away a call. Separate
thresholds for infrared and GPS/radio calls shall be provided. Infrared call thresholds shall be
specified as an intensity with a default value of 1000.GPS/radio call thresholds shall be specified as
an ETA in seconds. The default is ETA shall be 12 seconds. Threshold values for both types of calls
shall be settable via system software. High priority calls will always be served over low priority calls
regardless of either's relative class. Preemption for vehicles with the same base priority(high, low)
and the same relative priority is done using the default first come, first served mechanism. Relative
priority is capable of being enabled or disabled using system software. Relative priority for high and
low can be separately enabled or disabled using system software. The default settings for all relative
priority(high and low)values will be 15. Relative priority shall be disabled by default for both high
and low priority.
On-site Interface Software
1. Interface software shall be provided to manage the multimode phase selector while on-site at the
intersection.
2. The on-site software shall be provided on CD-ROM or via download from the vendor's website.
3. The on-site software shall be supported on WindowsTM XP and WindowsTM 7 operating systems.
4. The vendor shall provide minimum hardware configuration information for computer(s)running the
on-site software.
5. The on-site software shall provide context-sensitive online help.
6. The on-site software shall allow the user to view and update all programmable configuration
parameters of the multimode phase selector.
7. The on-site software shall allow the user to provide intersection name and approach names for each of
the four channels and store these as part of the multimode phase selector configuration.
8. The on-site software shall allow the user to view and update valid and blocked vehicle codes for the
multimode phase selector.
9. The on-site software shall allow the user to create preemption zones directly on a GIS map. Provided
the map data is complete, it shall not be necessary to drive a vehicle to create the preemption zones.
In areas where map data is incomplete or incorrect, it shall be possible to record points to be used as a
reference to create the preemption zones.
10. The on-site software shall allow the user to save the configuration from the multimode phase selector
to a file.
11. The on-site software shall allow the user to restore the configuration for a multimode phase selector
from a saved configuration file.
12. The on-site software shall allow the user to print the multimode phase selector configuration.
13. The on-site software shall allow the user to view the activity log from the multimode phase selector.
14. The on-site software shall allow the user to save the activity log to a file.
15. The on-site software shall allow the user to print the activity log.
16. The on-site software shall allow the user to update firmware for all upgradable modules of the
multimode phase selector.
17. The on-site software shall display current status of all vehicles within radio range of the multimode
phase selector,both in table format and displayed on a GIS map. The following details shall be
tracked:
a. The approach channel
Page 17 79-1000-0518-0A
b. Agency ID,vehicle class,and vehicle ID
c. Priority level
d. Preempt/priority status
e. No preempt cause
f. Turn signal status
g. Signal strength serial number
h. Radio channel
i. ETA,distance, heading and velocity of vehicles in approach corridor
j. Source of the call: vehicle or intersection
k. Green phase monitoring with information on the current greens
1. Active preemption/priority output
18. The on-site software shall display current status of all other intersections within radio range of the
multimode phase selector. The following details shall be tracked:
a. Name
b. Radio channel
c. Signal strength
d. Number of vehicle tracked
e. Number of satellites heard
f. Fix type
g. Horizontal and position dilution
h. Serial number
19. The on-site software shall display current status of visible GPS satellites. The following details shall
be tracked:
a. Intersection latitude and longitude
b. Fix type
c. Horizontal and position dilution
d. Satellite number, elevation,and azimuth
Central Management Software
1. The central management software shall be provided with installation support services to interface
with phase selectors via customer communication architecture.
2. The central management software shall be provided on CD-ROM.
3. The central management software shall be supported on WindowsTM 2003 Server, WindowsTM XP,
and WindowsTM 7 operating systems.
4. The vendor shall provide minimum hardware configuration information for computer(s)running the
central management software.
5. The central management software shall provide context-sensitive online help.
6. The central management software shall provide the functionality detailed for the on-site software
above, allowing the user to configure and monitor individual multimode phase selectors remotely,
except that configuration settings directly related to intersection wiring shall only be modifiable via
the on-site software.
7. The central management software shall track all configuration changes made through the central
system, including the user who made the change,the date and time of the change, and the specific
configuration information changed.
8. The central management software shall provide for management of the priority system by
jurisdiction, intersection,agency and vehicle.
9. The central management software shall provide asset inventory information of all configured phase
selectors, including component serial numbers and firmware versions.
10. The central management software shall provide asset inventory information of all configured
vehicles, including component serial numbers.
Page I 8 79-1000-0518-0A
11. The central management software shall allow the user to directly manage the security of the priority
control system. Supported security levels include 1)all vehicles allowed,2)all vehicles allowed
except uncoded vehicles, 3)all vehicles allowed except uncoded and default-coded vehicles, and 4)
only those vehicles allowed where mutual aid agreements exist.
12. The central management software shall allow the user to block access to the priority control system
by specific vehicle, vehicle code,or agency.
13. The central management software shall allow the user to schedule a job to update security settings in
each phase selector,or within a selected jurisdiction or intersection set.
14. The central management software shall allow the user to schedule a job that updates firmware in
each phase selector, or within a selected jurisdiction or intersection set.
15. The central management software shall allow the user to schedule a job to periodically collect log
information and current configuration from each phase selector,or within a selected jurisdiction or
intersection set.
16. The central management software shall store all collected log and configuration in the central
database, and augment all log data to include agency,vehicle,and intersection information as
configured by the user.
17. The central management software shall provide ad-hoc and scheduled reports for system usage,
usage by vehicle and intersection, unauthorized vehicles, unregistered vehicles, and excessive green
time.
18. The central management software shall support analysis of all system log data through sorting,
filtering, and pivot table analysis of all log fields.
19. The central management software shall allow the user to configure multiple evacuation plans,
including set of intersections to be placed into evacuation mode and the time and duration of the
evacuation plan.
20. The central management software shall display the current(when last polled)operational status of
each multimode phase,as well as recent calls and system events.
21. The central management software shall manage the replacement of phase selectors from central by
provisioning the specific configuration for the intersection from the central management software
database.
22. The central management software shall support user roles such that each user is allowed to perform
only those operations essential to their position
Page 19 79-1000-0518-OA
PUBLIC WORKS
STANDARD DRAWINGS
ciTY op SAW BEIZIJAtZLDiNC> cT,d1..1DACZD
EN1Sa WO aro Rao WAf 4Y syMSoL,s
f . cffNinice LINE ® SEWER MANHOLE
-E.L.• -- CITY LIMITS oc-0' SEWER CLEANOUT
RfW TIGHT OF way LINE ® STo .M PAIN MANHOLE
5 5 ExIsTINCa Q,ewea. ONO J TELEP14ONE MANHOLE b¢ VAULT
4-`CT W EXISTING WATER LINE ® LGZ 445 MANWOLE OR VAULT
t5"CONE;—0 EXISTING 5TOI.M DizaN 0 5 ] WATEE MAWMOLE OZ YAULT
Z"M C, EXISTING GAS LINE ® EC, ELECTRIC MANHOLE OZ, VAULT
-r — 014 'GD• TEL.Cc:4 DU1T ] PP* ELECTRIC 01 TELEPHONE Pouf.
12"I.D.COI+G--IR27 E (IST siZEIGA'r.ou LINE. ':o ELECTWG TOWEfZ
4 V E VNP.OV. ELEcTRtC COND. E---- DOWN GUY
S.L.. STtzEET LIGHTING? FIRE. HYI3ILANT
514. -- M TtzAFFtc SIGNAL. 1=1 "I" WATE¢. METER,
F. 1. FUZE ALAtZM tx1 WATE¢. VALVE.
tg"LD PCC=_ CULVEIET A C3,1165 VALVE
-u-- --II- -II- -v- -o- I3OAiZ6 FENCE. ELECTt .OLIER (UPRIGHT)
x x x —x- sazosD WI= PENCE LLiiCTtLOLItti.R (oN MMT AZM)
0 0 0 0 CI AtIV LINK FENCE ♦l TIZAPPIO SIGPJAL
--0----0 O O WOV EII WI IzE FENCE.
o Tt;APPFIC s1GM/s►t. (ON I`'IAIT 1LR'M)
P.CC 5LOCIS WALL.
GPI PULL 6O7t
OZ it 0 ZAILIZOAt Tt'2ACI4S ® TRAFFIC 111•13WA►L CONTtZOLL1rt;
. szinat TRAFFIC SIGNAL DOTt;c1OQ
i■r. a. HEDGE a3-4 wAL1.5 - WAIT SIGNAL. tw_.,.
��...r-pt. —.••-•.. pttZECT;ON FLOW DILZT , PAI:159. ' M1iTeEt. sii
d TILAFFfG SIaN ill
DIgtsCTIoN FLOW rev. + STREET t it. 31410 NU
l- —„nr" — ,m-—v' i TOP OF SLOPE 4 STOP 4i0,14
— &-- iL TOE OF SLOPE 7JC ¢¢. C�OtNC SIGN 11112t-,1
_ _ _ GUACZO RAILING ex,. CEa4SING, SIGNaL S'
PC.C. 51DEWA1.45 (DASHED) * St'alwKLER HEAD
_In e
` - /n 1 P.C.C. TJIZIVEWAY DELTA , ANGLE PPOtNT c Z'
P.C.0 .CUR$ 4. GyrretL 0 POT OM T/ •wGENT 4.1
SNRUS CO - TREE (DECIDUOUS) 4 d U.S.MAIL, Sox j;
u•
24 SECTION t'AQNE¢. : �I
Pii►LM ��igr Eve¢C,ZEEN(PINE,t:Tc) 6
i
'1 8 9 Ida co lzl'.I EE. z`
?cc 4t-n4
BuILDllsca I APP¢aveD STANDaftD
Ui4 COVE ZED ,va,e. .2- ,19 L.c. PLAN
CITY OF 5AN 5EIZNARDIIJO -PUBLIC WO> -I'S DEPT. CITY ENC11,4EEZ.. 50 t
-
• •
GENERAL NOTES
L ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC
WORKS CONSTRUCTION , 1982 EDITION AND STANDARD DRAWINGS ON FILE IN THE OFFICE
OF THE DIRECTOR OF PUBLIC WORKS/CITY ENGINEER.
2. PORTLAND CEMENT CONCRETE SHALL BE CLASS 520-C-2500 WITH A MAXIMUM SLUMP OF 4",
3. ASPHALT CONCRETE PAVEMENT SHALL BE CLASS B-AR-4000,
4. AGGREGATE BASE SHALL BE CLASS
VAR.
EXIST A.C.
PAVEMENT A.C.PAVEMEpIT SEE TABLE v • . 4 2
.
N W ALK
—
, " PER CITY STD. 202
4
EXIST.AGG. BASE it/
\‘.
AGGREGATE BASE \TYPE "S P.C.C. CURB 8 GUTTER
SEE TABLE PER CITY STD. 200
VAR. - VAR.
- I
s/
PCX. SIDEWALK
EXIST. A.C.
PAVEMENT' " FAV. SEE TABLE ' ; PER CITY STD.2C2
- •- ;
;7;=
EXIST.AGG. BASE
AGGREGATE BASE 3-1"
SEE TABLE t. (TYPE "A"CURB
PER CITY STD. 200
-- -
'•-;--;-;;;;*
PAVEMENT AGGREGATE BASE
STREET NAME T- 1- THICKNESS THICKNESS
. .
"I" STREET 7.5 2 1/2"
. .
MILL STREET 90 3 1/2" 4" ctm TYPICAL SECTIC*4
NINTH STREET 7.5 3H 4" A.C. DIKE
HIGHLAND AVE. 9.0 4" 6"
FORTIETH ST. 7.5 2 1/2" 4"
9 "E" STREET 9.0 3 1/2" 4"
.1 ,01UP 5.aar 1" AY!
II
ARROM-IEAD NE. 9.0 '3 I/2" JrDsPartito
A" ovp se.E Sr-ri Pe?.rrAriet"it:
•
e SO "E" ST. 8.5 3" 414 ,,,,Apimrot.‘",Dace PRI:44
4 Top T
STODDARD AVE. 4.5 2. 1/2" 4" trA eZjit"
CITY OF SAN BERNARD PtiaLIC WORKS DEPARTMENT APPROVED BY: STANDARD DRAWING
STANDARDS FOR NUMBER
CHAPTER 27 DIRECT;" MAX WORKS/WI" ENG% 103
IMPROVEMENTS ON CertaeS" 4 jg82 WET / OF
pAVEME AGG`E6ATE BASE
STREET NAME TRAFFIC INDEX . 16 14
CALIFORNIA STREET
F1FTYEIt HTH STREET 4.5 2 Ill" 11.1111111 "M11111111.1
HARRIS STREET 4.5 2 V2'9
�mz 4" _._
it . TO AVENUE 6.0 . V2" 4"
DE DRIVE
I EllWal4DA AVENUE
4.5 2 1/2" 4"
GILBERT STREET 5.5 2 V2"
LAWRENCE /VENUE
RANCHO AVENUE 7.5 AV STREET 4.5 211 '
4'
5.5
'VENUE 4.5 ,.... 2
I SIERRA WAY 6.5 3"
65 3"
6` STREET . " B6
BRYANT 'STREET ` . 2 via
THIRD STREET 6-5 21/2 $
FOURTH STREET 6.5 3." 4
!ID" STREET 6.5 -3' 6"
WAT ERMAN ANENU E 9,0 41
CLUSTER STREET
VALLEY STREET
NOTE :
I. ALTERNATE PAVEMENT STRUCTURAL SECTION 2. ALTERNATE PAVEMENT STRUCTURAL SECTION
OF 3 I/2" ASPHALT CONCRETE PAVEMENT OVER OF 4 I/2"ASPHALT CONCRETE PAVEMENT OVER
NATIVE MATERIAL MAY BE USED IN LIEU OF 21/2" NATIVE MATERIAL MAY BE USED IN LIEU OF 3"
ASPHALT CONCRETE PAVEMENT OVER 4" AGGREGATE ASPHALT CONCRETE PAVEMENT OVER 6"AGGREGATE
BASE.
CITY OF SAN BERNARDINO-PUBLIC WORKS DEPARTMENT AP VED BY STANDARD DRAWING
STANDARDS FOR NUMBER
CHAPTER DIRECTOR OF PUBLIC: WORKS TY!E t 103
IMPROVEMENTS c N f 2 a ie steer 2 OF 2
GENERAL NOTES: 20 " ,.. NOTE
*II CONCRETE MUST BE AT LEAST
/$� Za .� 5.5 SACK MIX (520-C-2500)
CURING COMPOUND SHALL RE ...0.--. 11. AND HOLD 2500 P.S.I. IN
SPRAYED UNIFORMLY ON ALL EXPOSED 28 DAYS.
SURFACES PRIOR TO EVAPORATION R „
Of SURFACE WATER. FL4T2 f 4
EXPANSION JOINTS AT END OF
RETURNS A STRUCTURES WEAKEN() 04,4 p
0
PLANE JOINTS EVERY 10 FT. 3• SLOPE p8
Al r OR AS INSTRUCTED. "�'4 R: - • e
PER 4/A/. P
• a ,— a Q .W
6 • b o
G
J b Is _0
e ,
. '_
TYPE II B" P.C.C. CURB & GUTTER
/8- 6, " ...
3 "
FLAT'?
ipkr. " SLO PE I'8 ,4 • b R
siki
4 N 0.0-5/ ca YD.
RE.P L/.V Fr
V -
, • d a
JS.
TYPE "C" P.C.C. CURB a GUTTER � „
(LOCAL STREETS WHEN APPROVED BY THE ENGINEER)
" - FLA.T
v
_ 0.03 cu. ro.
1'x`1 • -E'er 4 • - ' . a a • '- ° PEW,L/A/. FT
•.. d . 0.0407 CU. VD- • -
o
'E ' L/N- FT.
TYPICAL SECTION
ROLLED CURB TYPE "A"
IONLY FOR SPECIAL APPLICATIONS AS
APPROVED BY THE CITY ENGINEER) P.C.C• CURB
CITY OF SAN BERARDINO-PUBLIC WORKS DEPT. APPROVED: STANDARD
Misty 2 7 I9 PLAN
TYPICAL SECTION
P. C.C. C URB 8 GUTTER zoo
CIT ENGI EER
APtV. or ..erviillav Ea APE O i�A .. cor .S-44,1
t ^ VAMP/ES -
•
l° , OPF 'fr
, iiiiimoomismissommman 1 .....-f---
tj Trivia AO 4rya/
5 iNA/ C/T/L/TY retivCH
W ArfrENED 6x44/6 J)44IT
CASE "o4"
fie teeFD Ael eil 4ht' 1W47/0A/
t/A,e/ES
4`UNOg5Tkt/CTED l
MOM
IDO E SOW& i A.t 3,S/OE/iC/AI,L`
/JD%'4 7W/V TXiS A.PE
SASE ~B*
NAY SE L/3EQ= !-)SE CW CW ACT .9/47E5 ® LOT.
SAME
2.)POD' itie-A,v04€A446. .S/PE'h/ALXJ.
e 6ENteAL NOTES:
1)CONCRETE CLASS raw-C 5 O
1 t.)WEAKENED PXANE J TD/7�1TCfl
°""-— I Cum.i. VNTAS D/,PECTEDEY
f --------- ;\)1 (,„.„0$01/1
j I 771A ENB/NEE.P.
1 0)6'1/MG CO/7,R?UND shma.BE
`II o y P•POPO.iar' Sire4rEO t1NSF0.!'MbY ON ALL
I .0/.00AtAirx, EXPOSED BUXF.4CE9 "'APR TO T//E
Eygr st! OF JUR gileE/.A47-50'.
_ . . 'B F,lICE
TYPICAL .5®DEA/A
MANS//T/0N
CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. D ,1983 STA NtZ®
SIDEWALK LOCATION 410Mik-Itii.,_.-- ----
CITY
ARTERIAL / ARTERIAL OR ARTERIAL / LOCAL
k- MOUNTED TO SIGNAL POST elI
•
t M
are " 'ii i 1-4."-.
•°Ave ,��JL ;= �,� �� `� tam
Avenue =Alley Alley =Blvd
Circle levard =Ctr )4" BORDER, h" FR
Center Ct
Come =Ct CITY LOG© ALL EDGES
Cain •
High =H °' �,
Highway =HwY
Lane . ! u
Place ...pi &ADE Parkway =Rd (SIGNALIZED) r 1
Rood =Rd INTERSECTION
State Route =Rte —�—Street =St Z
Tray =Tr CITY LOGO
Way =Way
ARTERIAL / ARTERIAL. OR ARTERIAL / LOCAL
.
9: .t
y
(UNSLGNALIZED) c,
INTERSECTION FROM TOP c
"!� CITY LOGO h' BORDER, ,XI' FROM
Imo.- "?
BOTTOM
__._ r
t
an F ATTED ® 67'61 4; �
. ;toy
.!_
CITY LOGO
2 I I 2'
4
24" MIN
�E 36 MAX OR AS
STRCET NAME & NUMBER SHALL APPROVED 24 MN
BE CENTERED BOTH VERT & HOR!Z
(WITH 2Xi" CLEAR ON ENDS) ON
SIGN BLADE. 6"
MIN LETTER SPACING = 75%
(F.H.W.A STANDARD)
(9") SIGN BLADE SHALL BE 8 GAUGE (.128) FLAT ALUMINUM ALLOY WITH ' , 411
AN
DOUBLE FACE FINISH WHITE LETTERS & BORDER ON GREEN BACKGROUND. �
SIGN BLADE SHALL BE FABRICATED USING HIGH INTENSITY REFLECTIVE ....41 W
SHEETING AND PERIMAN OVERLAY. (SEE SHT 2 FOR INSTALLATION).
SINGLE FACED SIGN WITH SHALL 'ON GREEN BACKGROUND. Y
SINGLE FACED WITH WH I T l' ( f
SIGN BLADE SHALL BE FABRICATED USING HIGH INTENSITY R mo
SHEETING AND PERIMAN OVERLAY. (SEE SHT 4 FOR INSTALLATION). t
San Berfiar
,,,..rfita..
7 UPDATED. DOWD le MOWN STD API ttnrMP ...... ..,.
• . r •c 115++ STANDARD
CITY OF SAN BERNARDINO Al
APPRO , D N'® +�i •,.
DEVELOPMENT SERFICES--PUBLIC WORKS'ENGI;NEERI,tifj O
— .
ST E�`
_ _ 50
NAME SIGN , °F '
ARTERIAL / ARTERIAL OR ARTERIAL / LOCAL
9
allaEs(UNSIGNAUZED)
LI - e I<u1 ed A
INTERSECTION
0 il ...........—•••••—•-------"'
I
40
O LI
0 ,,,,.
•.
0 ATTACH SIGN BLADES TO SIGN"POOL LAT 96 IN F LOM SIDEWALK USING
BRACES WHEN SIGN BLADE
7-11111--\\II 0 S,IGr—TO—SIG.4 BRACKET TELESPAR 514TCF200 (FOR SIGNS UP TO 18" LG).
I TELESPAR 12OTCX200 (FOR SIGNS OVER 18" LG).
IL-
at .280" WIDE SLOT, VANDAL—PROF BOLTS 2NWA12.
L--
II 0 POST—TO—SIGN BRACKET; SUPR—LOK 2N97 SQX2.
I I .280" WIDE SLOT, VANDAL PRUF BOLTS 2NVPA12.
i t " SQ x 30" 30 GA. H.D.
____�. SIGNPOST; TELESPAR 2' SQ 1 Z GA. HELD TO A 2Yt 0
• ANCHOR.
•
• X $.4 0 FOUNDATION; PORTLAND CONCRETE CLASS 500—C-2500 MAX SLUMP• 5".
•
ta •
S vt
• "3•
co g
3
•• 2 NC7TE:
•
•
24" • ° $ USE ZUMAR INDUSTRIES
•• (OR APPROVED EQUAL).
;A g t ice=
.. ..
.. . g
DRIVE RIVET • ,� �'
ANCHOR: :
TELESPAR �,��+��
2Y4" SQ x 30" '+:l
H.D.
albs 11M1/
I ure316. Evntsr a pure sto e , M , . . .• fA,
CITY OF SAN BERNARDINO APPROVED ✓ s. L7- STANDARD
.. N STAND D
DEVELOPMENT SERVICES--PUBLIC WORKS,ENGINEERING s-• 504
STREET NAME SIGN a 2 OF 5
6e MIN
1".k RADIUS ITY LOGO
(SEE DETAIL) ..aer WHITE GREEN
v■ s 110.,...............""MIIIIIII■11......"...........I4ir ■IMMINI g
112
D ? " li
,.. __.... r,„,,,,
se I I
4'"- 32 ri e ffiTE-1
4. . a. le WIDE WHITE '
E 6
a
1* BORDER-.1 MIN BORDER UNE MIN
1:1\1__CE D
_T R E E_I -1 -- N-A-ME---5LG±L—L-----)ETA I L.
FOR MAST ARM INSTALLATION
NTS
111140 11 AI
-411
'"efgr
_.....ii I)
lc
4, I 1 't t ) 1 ...
San Bengal liuo .
DETAIL
CITY LOGO
------•-
NTS
NOTE:
1 . SEE SPECIFIC ENGINEERING PLAN FOR PROPER SIGN NOMENCLATURE.
2. FULL-SIZE LAYOUTS OF EACH SIGN LEGEND SHALL BE SUBMITTED TO
THE ENGINEER FOR APPROVAL PRIOR TO FABRICATION.
3. SEE SHT 1 OF 5 FOR MATERIAL REQUIREMENTS.
4. SEE SHT 4 OF 5 FOR APPROPRIATE INSTALLATION.
LAMMED, MIMEO is REDRAWN WM atike 11/0/21Xri
• ; ati *).% •1 •
CITY OF SAN BERiVARDINO APPROVED /4e,.._. aia. STANDARD
DEVELOPMENT SERVICES-PUBLIC WORKS,ENGINEERING NO.
STREET NAME SIGN --A----A-----
arr EN 504
3 OF 5
O CITY STREET SIGN
1.'1 SIGNFIX MEDIUM EXTRUSION (SXOO73)
e
©3 3M DOUBLE BACK TAPE r-------„,
(SX 0222)
O � X MODIFIED CHANNEL ( ;
.
• STEEL BANDING '�
I
08 MAST ARM BRACKET (SA —1000) (SA — 1000 EXTENSIONS)
ZAP MANUFACTURING, INC.
0
�,•
oo VIEW B
NTS
Mill ii*N. IN
0
it
a I B B
��
O A
44 a _j-- --
—
z -
o I a -
I SIGNAL POST
MAST ARM
- INSTALLATION
NTS PRFEERREQ
l <
a
•
NOEL, tn
X
USE ZAP MANUFACTURING. INC.
(OR APPROVED EQUAL) FOR
MAST ARM PREFERRED
INSTALLATION.
USE ZUMAR PRODUCTS
(OR APPROVED EQUAL) FOR
ALTERNATE INSTALLATION.
1 UIpAfl. MOB!3EDRAAN 310 aN II /2O T '
, ' Z.1Ai , a ' 'i • J 41 APPROVED 1� Y. 2 STANDARD
CITY OF SAN BERNARDINO
DEVELOPMENT SERVICES—PUBLIC WORKS!ENGINEERING Na.
et""'1, ® 504
�"'q NAME ClYMOWER 49F3
T l/"91 �.J
1p
8CR
$ LL
2.
— d —_`
i
BCR OCR
0
• 'J
i
i i
§ z E
______________ „eR_________i_ _______sTrREE_T__ ___ i
-n . 1
CC OCR ' n-11
T"
" INTERSECTION
"+" INTERSECTION "L" INTERSECTION
DOUBLE SIGNS WITH OR WITHOUT R-1
f SIGNLE SIGN WITH OR WITHOUT R-1
ID-- EL LOCATION OF STREET NAME SIGNS ARE SHOWN APPROXIMATE.
ALTERNATE LOCATIONS TO BE APPROVED BY THE ENGINEER.
FOR UNNAMED AOED�'V PRIVATE STREETS, THE WORDS VA11EE STREEEET•cTiONS.
FOR LRi E 4 I' 4 AND WITHIN THE SIGN.
SMALL BE #" 14GI'I AND CEN'TERE©
MAJOR STREET or ARTERIALS
MINOR STREET s COLLECTORS a LOCALS
F
t wawa.IEVU®#IMAM!t0 are rs/6/2001
.! , M. 44; *WV* �� STANDARD
CIT'�'t�F SAN BERNAR��NQ�NC
DEVELOPMENT SERVICES PUB J 504
�M i SIGN WY A3 6 OF a
S T N
, Q 1/4„ m Is" BROOKS NO.3 1/2 PULLBOX'OR APPROVED
IT
I �"= EQUAL. COVER TO BE INSCRIBED
• WITH 'STREET LIGHTING"
rte"' /�`\ 6„ 6"
I ,
_ - _..
w
a
Qm ®oap d+C000
0.
a lJ
o w III CRUSHED ROCK
°o CONDUIT
H
48° 1 G
DO NOT PLACE IN DRIVEWAY OR ROAD-
...1 J w WAY, 3' MIN. FROM FIRE HYDRANT.
m SPACE EQUALLY ON RUNS NOT TO
O. - EXCEED 200'.
LOAD 4
SIDE > w
z PULL i PULLBOX DETAIL
SECTION '-
co — c= -7 G7
0 —— �— _�
2%
0
•...... sem.: • •. . . 7 77. . . • . -i
PADMOUNT MOUNTING SLEEVE
s. P.C.C. 560-0 3250) PER SEC.•
• _ ; 201 STD. SPECS.FOR P.W. CONST.
e 2" MIN. CONDUIT TO UTIUTY
• SERVICE.
•
INSTALL 5/8"x 8' BLACKBURN COPPER
CLAD,OR EQUALS GROUND CLAMP AND
1 1/2" MIN.CONDUIT ',' • - • NO.6 AWG BARE COPPER SOLID
(LOAD LINE I • BONDING CONDUCTOR FOR GROUNDING
OF PEDESTAL.
24"
r ..1
SERVICE PEDESTAL DETAIL
NOTES: p
I.SERVICE PEDESTAL SHALL BE MYERS ELECTRIC PRODUCTS MEUGQ -M100C/SS OR EQUAL.
2.CIRCUIT BREAKERS SHALL BE SUITABLE FOR USE ON 120-240 VOLT SERVICE AND SHALL BE APPROVED BY UNDERWRITERS
LABORATORY.
3.CABINET SHALL BE BONDED TO CONDUIT WITH COPPER GROUND WIRE EQUIVALENT TO NO. 6 A.W.G.
4. PULLBOX SHALL BE INSTALLED NEXT TO BASE WITH I 1/2" CONDUIT MINIUM.
5.CONDUITS SHALL EXTEND INTO CABINET 1" ABOVE FLOOR AND HAVE APPROVED CONDUIT BUSHING.
6.CONTRACTOR SHALL MAKE ARRANGEMENTS WITH UTILITY FOR 120-240 VOLT SERVICE AND SHALL BE RESPONSIBLE
FOR ANY CHARGES BY THE UTILITY FOR ANY WORK.
7 PULLBOXES SHAL G E PLA ED SEALED ONCOMING ON TRAFFIC
AFTER SIDE OF
CONDUIT INSTALLATION.
. TOOION TO BE FLUSH WITH ADJACENT GRADE.
KNOCK OUT OPENING TO
EL .�EIJESlAL,v= se OEM/.�/.f/OA/S 10 gyp,
NO. REVISION APPROVED 1 7�8 DATE
CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPROVED C-45-- & STANDARD
NO.
STREET LIGHT SERVICE Zawgettift . SL_ 2.
AND PULLBOX DETAILS DIR TOR of PUBLIC WORKS/
CITY ENGINEER
4' '1220 mm)
3 915 mm) MEN
122®
4'
m m TRANSITION
3` m 915 m MIN x 4:1 MIN
R~¢
rte_ --\\3' 915 mm i rgi¢ NOTE 8,
3
\ _ t•] Y
.2 SHEET 10
Q
NOTE 1/___________SHEET 33
CURB I1.,_..-- —1.--.\--.04----L----4
___ x . 1
CURB FACE/ 4' (1220 mm)
wittfai 4
A in2
TYPE
B
4' (122} mm
FS (91 mm) MIN
R z ? P
GRADE BREAK
NOTE 8, °` x
3 SHEET 10 ,,E <VI oi
%8 SHEET 1"' .► w<: i. cv
EL;CL QU
CUR- _ x. �c
CURB FACE' x 4' ( 220 mm)
in 2
A OR B
SEE SHEET 7, THIS SECTION
TYPE 2
CASE
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
STANDARD PLAN
PROMULGATED BY THE CURB RAMP 111--
PU� STANDARDS INC.
IVC2 T 1 OF 10
REV. t ,2000,2DCS,2009
USE Y+A7H STANDARD SPECIFICATIONS FOR PUBLIC WORKS Ct7l+iSTRUC .-..
CL
BCR
oC
e� ti MAXI GRADE BREAK
4' 1220 mm
E
73 9m , M ` NOTE o i 4.=-cN e. SHEET 10
' ..,..<cv ,70,...."47
b 4,
>_
Q i „,,--,
4„„si
Y .
PLANTING 0� �
:
P R
a c AREA s
CURB J -.\*. `�
CURB FACE”
WHERE PLANTING AREA IS
ADJACENT TO THE CURB RAMP, TYPE 3
USE CASE A, TYPE 6
1
2% MAX
i AZL ‘,. i
R A, GRADE BREAK
E 4' (1220 ra'=''
-Y'c, E 3' 915 mm) SIN
3 r I NOTE S, BCR\\‘‘ \\17.'SY i '11'
Via - chi
> I NtJTE 2 .; ,,,...,\..„ n
a PLANTING -r-NN` i „-
n. AREA $� � ��, c�,o'
rl' 0 �,,Q cow^
I P1
CURB W
CURB FACE '"
WERE PLANTING AREA IS
ADJACENT TO THE CURB RAMP,
USE CASE A, TYPE 6
TYPE 4
CASE A
STANDARD PLAN
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION T 111-4
CURB RAMP slrT ? 14
AORB
4' (1220 mm
R 3' (915 mm) R
tt.._____H MIN Z
8.33 Kt 8�3° DE BREAK
TOTE 2, SHEET 10-1 N(¢> t� a
a
PLANING AREA
PLANTING AREA '�
. '' NTE HET 10
aSCl
CURB F'
CURB FACE lx`` 4`a (1200 mm)
ui
AORB
SEE FIGURE 1, SHEET 8, THIS SECTION
TYPE 5
PARKWAY
1
R ¢
W
2% ¢
MAA 0
F
z
4;--:::--1220 mm'
915 mm MIN '/' 7
PCC WALK '� cis
4 1220 mm R Z
3' (915 mm) MIN
x
¢ NOTE 2S .;' - o'
SHEET 10 _..r'"NOTE 8 ' °
PLANTING AREA
Et- 1 n, X___::::_j\/ cc
—fir
CURB' { N .
ii c, C.,>„!,,,CURB FACE Q` c `` '
IF PLANTING AREA IS NOT �{``q''
ADJACENT TO SIDE FLARE, USE ��
°X” PER TABLE 2 FOR THAT FLARE i
TYPE
CASE A
sTAN�aRa '
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION !A
4
CURB RAMP SHEET 3 OF,,,r,_
C
r,. Z
= (.1 71111111
Z=X
NOTE 2 , 915 m
SHEET 10 MIN
..T( .,
„. .....
%8 R 33z 1 :litii.: g 33z
-____ .-,...-.,, _.........-
111111011111111111■1•111111111111111MININIZNNINIINt■IE
CURB NOTE 8, -SHEET 10
CURB FACE X X
i 4` .614•11-1
(1220 mm)
C "*”
TYPE 1
ti
--T
, \ i
, .
447 r■
,....., . .... .2. Z.-
41 Cf
Z0
'''' r 441k.•
oLa. SHEET 10
4
CURB \
/
/-
CURB FACE'
„3.4).
TYPE 2
CASE B
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
-
CURB RAMP 1114
SH _ 4 • 10
A
SKEW ANGLE, a ,
4
SKEW ANGLE 43=45' < Ma(1220 . ')NOTE 2,
OFFSET b=0 '`°� SHEET ,
UNLESS OTHERWISE 10
NOTED �+! PLANS � i_ ��
AM.
lN ;9:1/.NOTE OFFSET,CUR:CURB FACE X CASE
E^
EE
E
gcgro
,o, SEE DETAIL OTE B.
o A, B, C. OR D SHEET 10
A I i 8.33%"1-.1.,
3 NOTE 2, SHEET 10 I 5 AEI
if PLANTING 3,1' MIN rimVirof"
AREA GRADE X=4' {1220 mm)
IF ADJACENT TO
CURB/ PLANTING AREA,
CURB FACE' OTHEWISE SEE TABLE 1
TYPE 1
6. Y z
3' (915rnm) -
MIN E^
SEE DETAIL A, B, C OR 0 E E
�� �A 8.33% °"�
a s •,,4,1„,..,
3 3 sr¢ NOTE B, l- 5MA
ce o SHEET 10 Skirpr0000001\e//)
as
CURB NOTE 2,
CURB FACE SHEET 10 TYPE 2
CASE D
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
111-4
CURB RAMP
SHEET5OF10
S MA7 1 RADE BREAK
4' (1220 mm) /'`
3' 915 mm) MIN ,.
m ..
W
$ MI
x
Q I E Q
< E A OR B LESS 0 Q MARKED
CROSSWALK
0 S t�" \ x'''''
a 4' 1220 mm ur
3 141 3' (915 mm) M a ‘t
SL
yyT�
fe
PLANTIN
AREA NOTE 2, SHEET 10
CUR$ CE A OR • IN NOTE 8, SHEET 10
CURB FA _
X=4' (1220 mm) 4 x
WHEN ADJACENT (1220 mm)
TO PLANTING AREA
x
ai N.MARKED'
CROSSWALK
TYPE 1
S MAX,
t
C
--- ,
S ZEOSR, _ .4. MARKED
c l 5X CROSSWALK
NOTE 2, SHEET 10, t • Z=X j '� x
■fit!
a�- c 3' 915 rn ! 44:::
MIN 11W,a,
L) N. it `� lir. ADE BREAK
CUR/ / x x r..
CURB FACE ( 220 mm NOTE 8, SHEET 10
x
in m
MARKED
CROSSWALK
TYPE 2
CASE E
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
CURB RAMP
SHJET6OF10
SEE NOTE 6 PARKW6Y -
SHEET 10 R Y 4' 1220 mm
s 915 mm I
EXISTING ROUND a' TOP OF
ROADWAY 5�MA . EDGE RAMP .X
6.33 ►��
,�..--A2-0 CURB AND GUTTER
SECTION A-A
USE FIGURE 1 TO DETERMINE
WHICH OF SECTIONS A-A, B-B
SEE NOTE 6,..„, PARKWAY OR C-C IS APPROPRIATE.
SHEET 10 R I Y 4' 1220 mm
EXISTING-..„ ROUNDED TOP OF
ROADWAY 5 EDGE RAMP/ DEPRESS BACK OF WALK
A'' AX F SEE DETAIL A, B, C OR D,
�'�"`�-�.. r~ 2 � SHEET 10.
. -A2-0 CURB AND GUTTEfi
SECTION B-B
SEE NOTE 6,-...„
}'ARWAY
SHEET 10 R -� Y
EXISTING
ROADWAY $ ,/` DEPRESS BACK OF WALK
' ,^- SEE DETAIL A, B, C OR D,
a---2 mAX SHEET 10.
--A2-OO CURE ANC GUTTERS
SECTION C-C
Z 4' Z
2. m m I
I , 1 DEPRESS BACK OF WALK
,q PGC SIDEWALK
SECTION R-R
Z OR LESS
2 4' dal& 4. Z
(1220mm q 120 mm
4 j - DEP,,R,, SS BAACCK�OF WALK
a' `
PCC SIDEWALK
SECTION S-S
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
111-4
CURB RAMP
SHEET 7QF1
PARKWAY WIDTH, FT (m)
4' 5' 6' 7° 8° 9' 10' 11' 12' 13' 14' 15' 16' 17' 18° 19' 20°
(1.2) (1.5) (1.8) (2.1) (2.4) (2.7) (3.0) (3.3) (3.6) (3.9) (4.2) (4-5) (4.8) (5.1) (5.4) (5.7) (6.0)
..-- 1" (25) 4
E k
• 2" (50) ,sy, i
cC3"
cn
,i/
4" (100) Af...., ■iii -
0 0 V
...„ SECTION A—A
....._. 5" (125) I LANDING = 4° (1220 mm) ! 1
0 N441.40, I
U-1 6" (150) z i
< 0 r9
7 (175)
0 %
Cc2. 8" (200)- Lc,,)1
D
O 9" (225) \\,,....,._.....,
SECTION B—B "......".. ,
_1
< 10" (250) CALCULATE Z DIMENSION I-
PER FORMULA BELOW I
Cr 11" '1,275)-
O ,
Z 12" (300)
OR MORE FIGURE "I — SECTION USAGE_
NORMAL WHERE FIGURE 1 SHOWS USE OF SECTION B-B, FIGURE Z
CURB FACE, SECTION Y-Y DIMENSION AS FOLLOWS:
INCHES (mm) X, FT (mm) i Y, FT (mm)
W = PARKWAY WIDTH
2" (50) 4.00' (1200) MIN 2.63' (790) ! L = LANDING WIDTH, 4' (1220 mm) TYP, 3" (915 mm) MIN
3" (75) 4.00' (1200) MIN 3.95' (1155) I 7 = E(Y+L)—W] x 0.760
4" (100) 4.00' (1200) 5.26' (1580) I ,
IF (Y-FL) < W, THEN Z = 0
5" (125) 5.00' (1500) 6.58' (1975) :
6" (150) i 6.00' (1800) 7.90' (2370) TABLE 1 SHOWS X FOR A FLARE SLOPE OF 8.33% AT
7" (175) 1 7.00° (2100) 9.21° (2765) CURB FACE. IF L IS 4' (1220 mm) CR MORE, X
MAY CBUE MULTIPLIED BY 0.833 FOR A MAXIMUM PI ARE
8" (200) I 8.00' (2400) 10.53' (3160) ' SLOPE OF 10% AT THE CURB FACE.
9" (225) 9.00' (2700) 11.84' (3555)
10" (250) 10.00' (3000) 13.16' (3950)
11" (275) 11.00' (3300) 14.47° (4340) 1
12" (300) 12.00' (3600) I 15.79' (4735)
SEE SHEET 9 FOR STREET SLOPE
ADJUSTMENT FACTORS, ALL STREETS
TABLE 1 — X AND Y VALUES
TABLE 1 REFERENCE FORMULAS:
X = CF / 8.333%
Y = CF / (8.333% - 2% WALK CROSS SLOPE)
......
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD P
111-4
CURB RAMP
SH T 8 OF 10
Sfl
4' 1220 mm
* mm MIN
Z.DOWN Z.UP
r"--4—
hi
aI GRADE BREAK
V ,
T el 2 T
co
dmillimmilmslommmmmilmmich
....___
CURB GUTTER 1„„ X.DOWN,....,
CURB FACE SLOPE, S
(1220 mm)
TYPICAL CURB RAMP
...._,_
X.DOWN
BACK OF WALK :
.--. ...,.,„'
---.-- _ .------
1
-----" GU-
,TER
_ ----°------1— ----- FLOW LINE
SECTION T—T
SLOPED STREET
FOR SLOPED STREETS, MULTIPLY THE DIMENSIONS PARALLEL
TO THE STREET, X AND Z, UPSTREAM AND DOWNSTREAM OF
THE RAMP, BY THE FACTORS IN THE FOLLOWING TABLE.
FOR EXAMRLE, X.DOWN = X x K.DOWN
......____
L. S K.DOW1t K.UP
0% 1.000 1.000
0.2% 0.977 1.025
; 0.5% 0.943 1.064
1% 0.893 1,136
2% 0.806 1.316
3% 0.735 1.563
4% 0.676 ' 1.923
5% 0.625 2.500
TABLE 2 — SLOPE ADJUSTMENTS
TABLE 2 REFERENCE FORMULAS:
K.00WN = 8.333% (8.333% + S)
K.UP = 8.333% / (8.333% — 5)
STREET SLOPE ADJUSTMENTS
.. ,
STANDARD PLANS FOR PUBLIC WORKS CONSTRUC110N STANDARD PLAN
CURB RAMP 111-4
SHEET 9 C....1.12...
12 (305 mm
"
r--- 3 .
,m) „go . . . ©
•CD
0 0.90"
0 0 0
(2..TTluirol
ci En
SINGLE
1/4" 1/4
0 1 © 0 0 PATTERN "TRUNCATED DOME"
I 1 - " ._.+Li_
(6 mm) (6 mm) 60 mm)
GROOVING DETAIL DETECTABLE WARNING DETAIL
CONSTRUCT FENCE OR HANDRAIL
u.. PER CONTRACT PLANS ---,1
0
z
x rn 6" (150 mm)
c.)z
<< n ,-Pli MED SURFACE
co.....J
PAVED SURFACE RETAINING CLHRI:
,..---
I ,
„L____ „..- N,------------------
2---------__-
DETAIL A DETAIL B
GRADED r (15C mm)
SLOPE 21
MAX UNPAVED SURFACE gc-TkiN NC CURIT----- t----- ,--JNPAVED SURFACE
,
DETAIL C DETAIL D
GENERAL NOTES:
1 CONCRETE SHALL BE CLASS 520-C-25CC (310-C-17) CONFORMING ""C
SSPWC 201-1.1.2 AND SHALL BE 4" (100 mm) THICK.
2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDER WITH 1/4' (6 r-m)
GROOVES APPROXIMATELY 3/4" (19 mrn) OC. SEE GRCCVING DETAIL.
3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BRCCMED SURFACE TEXTURE
CONFORMING TO SSPWC 303-1.9.
4. USE DETAIL "A r' OR B" IF EXISTING SURFACE BEHIND LANDING IS PAVED.
5. USE DETAIL "C" OR D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED.
6. R = 3' (900 mm) UNLESS OTHERWISE SHOWN ON PLAN.
7. ANGLE = 6/2 UNLESS OTHERWISE SHOWN ON PLAN.
8, CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERIALS
SHALL BE PER CONTRACT DOCUMENTS.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
CURB RAMP 111 4
SHEET 100F 10
.... _
2" (51 mm) 0 STD STL PIPE,
RAILS AND POSTS A
1CAP DETAIL 6„
150 mm)
tiy; -� 18"
NOTE 5 SUP JOINTS E (4:
N "
60 mm)
NON—SHRINK GROUT EXPANSION46o mm)
TOP OF WALL \ JOINT ',
END OF 6" 9" MIN el
WALL 230 mm) ,
150 mm) `"
E_ - „ h>iIN A
K E :- E (75 mm)
m o ,, SECTION A-A
2" (51 mm) 0 STD PIPE, TYP A B
RAILS AND POSTS
1.0.r. , 4"
SL=P JOINTS (360 mm)
OW
...• 14"
(360 mm)
4"
1I i (360 mm)
s
w
TYPE B B SECTION B-B
RAILS zP,CKETS C
2" (51 mm) 0 1/2" (13 mm) 0
[[( STD PIPE i STD PIPE
E
E
ev
I1t
...... `. .�.� �■ (100 mm)
i6
14" CLEAR -4,-Li Ai
(100 mm)
("--
POSTS V C
2-1/2" (64 mm) 0
STD PIPE OR TYPE C SECTION C-C
2" (51 mm) 0
EXTRA STRONG PIPE
ELEVATION
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
STANDARD PLAN
C WORKS STANDARDS ETAL HAND RAILINGS 606-3
OREERBOOK PUBLIC, sral+w+ROS INC.� �.
1993
REV 1998,2005 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CtNVSTRUC11ON 5NEET 1 OF 3
,„,--
, , .„,-TOP RAIL DETAILS
/ "f°'-. SHEET 3
N
18" '-- A ' 4 CLEAR
(460 ram) 'w "\„ —,,— ,
, 1(100 mm) ,WELD ALL AROUND-
18" s,t1 ' SEE NOTE 5
(460 rr.rrvq k\NN TREAD WIDTH
—_____ c\ a,,,,„
s'•, , i .'", I i 1 II I , .(305 mm)
• !-----,"•, i ,....... _—; BACK OF
''‘I i ''''
SEE SHEET 1 FOR I 1-, L______
BOTTOM RAIL, POSTS, ~v v„.. I , . 1 ..--„.
PICKETS, AND POST '',.. 1—. —',. --- ' , ' E
v ,
' ,,, , r,„ I, I E , E
EMBEDMENT
--- -%. ; E
4" CLEAR ''•,, I '• 1 ; II,,, '0
(100 mm) N, :---,v,
co .....-
•,,, t ....L..........,_.„ GO
' ..---4(-------L---'-------
_______ ---
I \ __i '
4.......1 'STAIR CURB , L--
TFE A TYPE C
-IANDRAIL INSTALLATION ON STAIRWAYS
"
5
—DRIVE—ON STEEL
(125 aims, ,
3,,
, TEND CAP
- (75 mm) i (6 mm) ' a \ 'Si..„.t4, f.: ''
, , fris_.--.E•
I '
; ^ <
i w .1.`,....1,).0 ;
.
;, ..1, tatimetrour- torietrEtt4 I .,
..............„.....,
I i , r- (
11 CS
;6 mmiL2/
SLIP JOINT DETAIL DETAIL FOR RAIL END
NOTES:
1. USE TYPE C WHERE ADJACENT GRADE IS MORE THAN 2'-6" (760 mm) BELOW LANDING
OR SIDEWALK FINISHED SURFACE.
2. RAILS, POSTS, AND PICKETS SHALL BE GALVANIZED STEEL PIPE.
3. PROVIDE SLIP JOINTS AT STAIRWAY EXPANSION JOINTS, 24' (7.3 m) MAXIMUM.
4. MAXIMUM SPACING OF POSTS SHALL BE 8°-0" (2.44 m) ON STRAIGHT ALIGNMENTS, AND
6'—O" (1.83 m) ON CURVED ALIGNMENTS WITH LESS THAN 30' (9.1 m) RADIUS. MAKE
SPACING UNIFORM BETWEEN CHANGES IN ALIGNMENT.
5. WELDS SHALL BE SLOT OR FILLET WELDS EQUAL TO THICKNESS OF PIPE. WELD ALL JOINTS
ALL AROUND.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
606-3
METAL HAND RAILINGS
SH ET 2 OF
D
/1" (25 mm) 0
7 STD PIPE
GRIP RAIL
1" (25 mm) 0
FRONT I STD PIPE 1 I
,4,/
la- _SE C T i ON ...D=1
.0.- UPPER RAIL) Li
POSTS PER 2" (51 mm) 0
SHEET 1 STD PIPE
TOP RAID TYPE 1
ram..E
---4—F--•---1- 11'
,..„ 7 p (40 MM)
(tr
i \46..,
..,,,,,. I 1 '1" (25 mm) 0
i I .,
-....,,› ; STD PIPE OR
I . : 1 "-Z.`,.,(1 APPROVED EQUAL
' I
0
......._ 1
IL. ....-. ....., -..,„„
FRONT SECTION E—E
TOP RAI_ TYPE 2
rair
12'.
(305 mm) I-I/2"
/GRP RAIL -I. 1 id mm)
t, 0 mm,
y"" 1" (25 mm) 0
-, , 51D PIPE WALL
FRONT IL
4
' SECTION —F
BRACKETS EACH 8'-O" (2.44 m)
OR AS SHOWN ON PLANS.
MOUNT TOP BRACKET ABOVE
TOP STAIR NOSE. WALL—MOUNTED HANDRAIL
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
• 606-3
METAL HAND RAILINGS
SHEET 3 OF 3
CALIFORNIA
DEPARTMENT OF TRANSPORTATION
( CALTRANS )
STANDARDS
r d
2006 STANDARD PLAN A2OA
Q
y 0{ry 0 ;
�� :f t N. x CC y N g1 $ B i - ,, 8 O II ��� w Z.d
S t _ ZZZ !!/iii uj
S 4 Z 11 +, li �a Q
K Wa S w ( ( tea i\,/1. .0 J! . W �8 Z a J o
wol _i 0 WF-
.F 1 e.c[l1 1 J I i01 , - i� % ow
A'' .t C aill ei1 ILI1 U of _ c CI
�i I �T; A j Z Z �� "c— _. aCC a.
�[ ,n'tbi Q Q W EG D Q i-
s, i J > ao �.; o
° - ii a • -.6 a�
o zI 1 .�/I '_ 7, 0 .q.-34 I ,a-,.,i, d
Y
it o L J '.%. ��y
F— / Q�O s C fir— ,0 x W
et E -.i ZZj) Q nail 1i}' :t 0
a
0 T®r ® 3—�® W Y c.) , I-®® > -- a 1.4
w 1 ®® -
CC 0 ^' "I `' ®® ; u �° p o
yyf 4
3 t® ® '1---0® o a Y, W
a g ova
g
w I ®® Y ° ,.% r- °/r-,./. d
�` �l _ F-
OZ r ® •: s $ r,1 �^ a ® :,... 0.'j N ®® + o5 pRR Fs C7 N� ®® s 1s 0 6 Q o �; 'a
Z i® 0 i 0® y4� I<y V O U . W
Z N 4 4 2 a a 1 4(1 ,---y--'1� Q-I i VI Q N N N . . t- F f' ti f Z 1 ~
41 t a � t _, 1 t -' 1o6E9 en � _
o Z r r r
w w w
p O O
.c ,.-
1—f Ti— z ,7-g c �' �, .j Z —y I
TT° ° d 0 El 1 ' ° °T� t ®T �®a ,IN eT VT®'e
141 �. g a # j ® A °i cuil_ I J I qr1 cJ e�® °� bi I m,
i a j a a N N
Otq« 1 '7" '7' b0 (I Z o O. 1 o b 6of®71 N 1i vOi = vl t0� , w m4 <, (� o A a a- q eeb( ��,0®0
ws2 , / i w 1 t ( ®0 I ^I
o
Z F !.-'°' 1?, eon 0 , '01-- O i-I, 1-4, ;SI -' a'3 ! of ,I1 1, a
J 1 ( i 30-1 c ^2_ N 'of i66g00 NI 1��� L �! °, p�-{
J }_L° s__.:l_C I k a 1-�-g z ° IL'_'e® ®.1. 1 4 a e _, L® a-i LL B e
^ M } e Q 4 Q in c0 a- c0 cT cp
r z r r r r r
W W .0
O 0 0 o o o 0 0 0
T T r'
r v,. n O
°� 7TH '{_�'.+ j 'CT'D T-'F+� � T--. F.� #•
•
q - a - p `^
o V J'I
to .01 O O S 0 P 0 G 0 0 0- �� 4 pfd O O 0 0 .0p•1 Zti ,p O r. o. O �N ® N® W U "'ft t - so /f'
J V r1-100 Ti
® +® Js t
XIS o. 0 8 W i o■ 'zI'"1 a
c s
S.
O
aIta1 !
r r f44; a1t1
r r- ,..
F..- r r
w o° ,m o o a o o
! 5
2006 STT_Att PLAN A20 B R
I I ' N•5, , , El i
I �'_ a &i m T� 0 f 1 W - z Lr
° "8.' O. o "7'.'' p��7 ,-, l-1 u
%4 ej o° . B4� a X ' c CC ft, ° ° °N <t cya �`' .`-# H w Z
` 1-,;. p, i /-�
° ii
a�
I °
ff W --—-.74j+5 Su aoa1∎14-5 wiu®aue7---- a
m 5 Q T-TE ®-j °r . L o® ®TTl-
o W W
Z t- ° o TT
ice: u lop I
o ' u? °, iM Tl %®--t• T ' T®�--f
•z $�
c ,zi-,.c .c r T 1
IN
o�
•
`�. s i �s° o Till �' ¢ �+it`' 41 1 Q el_.1. ` CV i i ''.1 ae1
s o o s q F.«.',. c .,£ ,o 1■„Er'-.i � �-1',.£ N i-� p� o } b 0 ! 0 o:
Y2 h�-YC O>6 f�. Zt JI 1 i ® ®n �! • c, ,m—• ® �. 1 fs Df
I 'a o s 4 Q Q J o i Oi w i a W W W � m`'- r r'. o :10L,,,_<..3. O O Z , MI rv. o�
C 1 of } 1:,
ill .
Ln� o 00 00 3 ��, e■o 00 0 ® . °
a : 7 '6D iI .
:1.;::gi ®I E ®®® ® ® 4 E .j { o :....- p tai o ®
o 00 000 2:3
Y a°° @
I/I ,I
/LL'J; �°1:�
Z 0 M WG..„ 0 , th tO M
._ r r r r w
0
l w
1
0 o c o
a T
li , 1
; s} �� 9 r a
�T �'
iki
��
o
i w c ! N c io c •
Z `!o r: o ZI e
b i Z > a
. 1
= F-I I'L
T. LL.
w
J Z L.L.;•-• —7
CJ'
a 4 .n w
i g Y, tC t
' C a } a Q
,_
-
6
11s""°° y,
r144'0 i .W .cu 2 00 STANDARD PLAN AZ®C r_0 .
)".
6.......
Q j N O
,j °' ;B. ,
ii �� Iy i . . o 'J'(_ , « 7,`c u d b�tJ° n$ d o_{-_m !"8..' < G'.J a
1 i 8,;.' a § b ® 8° 4bt .o f10 qD <a U.a a
t 1r a, "r I "C-.I m f. --I ee �� , l a 6 6 t-a J "
=,g ❑ m 1 s W ac a °
If {@ t 1,4
4 of zcSqq 7 co
k�i Z
o I r .e.Ad 0. 4 i ® 1 .1 ® :# Z ( ❑ *1 o m ~V VI
. o i ^: < tt1
_ 6 U ' >_�
w . a
d
X Q iI ; I m £SL. F I c. i : o
w ® [ ® ® z'. •es U_° Z oI c1 ❑ ® 3 a. a °° P
F- f 1 =II1 co =8 ^ gl d 1 g n; ,
d
a mid d ,°'`N , a0 1 ® a } ea—.o
* ° ❑ (* w i m k oI ® .of I � ®-{z w °{
} z i
a
O ;t ( 21 ---77- i _`i
"r :1 ❑
co
as 1 -1— may-, Q� m' ❑ m❑
j
M 1--
J ® J I ® J J co
. a lS � y>-. <. a a a
01 0
.-1e,
LV I- O
O
c a ,:ciT 4 i,'I;►-,Sri t -'
E I t- w Kill '., 11I+ I 0 .._ Z e. i +1 g Z < w I) oQ x i%F-- S L1 0~ { °a z ° '!"'F.po 1- 1 ! ,,% ,7t 1 m I,.�/!►-•:►/i£ <
Z . ? F- ocE c 1 t c, 7i E d
w . 1.ro << ® a - 1 0-°< w c c c CI
- \ j -c-ry -< a m V��
ate . I ' ;
as �a ' ^• t,St,',C
t I �i° n .%".'A
o
w 1 f o Y—T— o `
i."L—'t�
1 Cl .
CD
_
o Q a.
1
8 a; m
Q : I--I t CC :E2 o■OJ ® ' Q S 16. e
�,[[ 1 E '. i .' o z� , i
J € ° c
- j = III .v72 r I q 1 S, <Ii Ng D - NS 3 0 0
4 Z t i.cc i as o Q '' 0i y C =wg Fl ° ' o g I. Z o�
` ° Z `.j � '0 a- M .1 ;D ° i�I T a Q N n a '
X ■ t Q 4'
.
tr
' . ' c
wI 1 rva S z
t 3. �I r5■
< SE Z, >
*----j< J Ja WI ..-. 8D
`� a A.
o -,.Z
i
7 1
2006 STANDARD PLAN A2OD I
al
gip. 1.1 8 � Y ,- g —!
1"\k-1));4- ill .�/m� =gS� o" •<<� pCN
t I # r' w :�fa .!..{,..:t1"::. EYg W Z
4 I !Sy( 1I
6E `,1 CD al -tea _ p ��StlEEV t,...12!
4yfe Qp� apIoy d .O°
p _ $'Ia e >i //' , C� 15; L+. a_ W` T±J€= 0:Vogg +mEE 6,2 ® Q
) 1 a s® I I _ rg Y° ul riA rinl !its f-LL laa
f I qY V21 ,. � 1 2°G U
l m � w WI
— ---„z ( w1 '®!°
RJ - w r a a z d��
a Fil !I Mr° a
w I— a
ow 4 I v,b1....,....:,..
° z -
r ,m. In I— .L w S y Li cc
`� w F-
#. 2 �6fi i rh s Lil C.J r,5 > t11,.
a) " lE U l.i+ °a Q ?
w - eZ
L., , ,..- . w O•t. a If I, 1Q m — `o m " w
d w U
g` o $ I r.x � III j: c cc CCI
. Y w
pmYO
1 in
F
■
g
m__.
3 Ii _ w
_, ,i Y i - .. ° �) Y m
„Ph-„54 1 Y�� .!li` ,x w; m >
vp
• " II ?' w °iii a C.1 U o °0 o "
p
C ¢ t - o v 1 _+ Erc Ir < C. S 0 < :,O I - oI
-,! -4-`. ! L-__IC:c v 1(0:3. ittl t:-'! 'tv,t2_ I ii..31 o< i r° a y. T
I Y s I• $ Q J ti I' o
Q °1 Q •L•
ZI., w w ti x O r r ,i + L. V)1 Stt O T•- w.O _ j°
Y s C.
Z
Z ~y W s �1 ,s, w , = OZ ~
0
I-Irn i
i Z ` _'
,ii -7
LI j s Q,S Z =
z v z Y ag
Z
C.D _ CO y l '° O!J o
U . ! o oa � '.Z1
:L]■ j ° °, n I1
° . f x b
Z L._21. c!_� L l.
i.
FA
Ar
U- .d y • 2?_ �' D
4- J `.
I r - ~ r cr
-
C C C
� C
( p
0
r
2006 STANDARD PLAN A24A
. <
- I
4.1.;
It t S ft NI
i a A ' 411C
I4'
ii 41 Is 1 f , I -12 3e 0 —
i -,4 4
i 2
LU 1
>
44C .
a.
I
; MIIIIIIIIMEIMIWAIMINIE 1 1 , ,j„..„,
, 111.1111NIVAIrli„,„,...N , , cr 1 i 1 ,
d IMPIENAMININIINE6111-11ffill A. -<
54 SAMIMMMNIPEA= ;VI .,L ! ', 1
. ...Cr
1 IlliaffellaffillIMP2.0111 ' 7 'lyi I i
I 1 1 0 ' 0
' IMMIIMMINKITiZiNgSain a . .- I I 1 i
S 5
IMIIIIIIIIIMMINWPM111
I °
. u.
' IMMEINIMMINIMMIM --
.i___.
1— 11111111•111111.-101 ' • 0
Cr
I 111.1..._waidliir , , '
I
....ct INUMMINIMIN
111•1111111 r. %
.1tti 4.7,tjj
in, 4.4 IA
:
0
--i
. .....,
Esommunia ',.3 ,e
-74110‘., 1
! , f
f , I ■ I I -- F- a
ri it. CO
4/34 40
. .
Cr 17-. i I 1- I 1 2 lors.
Ct
,..i
1., 1
, ■ ".- gl=millimmuml•9:71 !be
1. I I
' '
lummoli
.
CC .151 5.
ZI i 1
-r- , _......millir ,
-
"a- .)
.011111111nomimilmmommommia '7'
. ..ommumiumminnemommummummimmumaimm
_
-,.., 7, v
IMINIMIN --"T ,:,, NI
lilt t + ti—i- , 41 , , 1- . f , ■ , t . II3 4.1
ID 0-
3C >-
0 ^ f-
. CC
.0-Aft ' Cr
. I . 1 I . ,. ■
- ,
----1
=', •-•
, t t ua
ly a-
i - I--
9 1
--- _____J
2006 STANDARD PLAN A248
0
, :
Ii I 1- t p., i ama/samasonawitionussa/m i
1 ' 1 = 13'11, 1 �•••v��w•c..••••.,�. :. l ° x
ri' ...?Bri 1 •••111115•Eir I 1021111111•••1111J.116g.n• *'' 4:4g t w 1...Ow ,06
r. �ff yy �� ..N�r����MMl� r� r o
■■
11111111111111111111111111.1110225111111E..11 i it ,.
t 1111111111111111111111111111111111MIMEMINIMMIN "-- a.
1
1 W
2
I r -,ta 1 C
b E Ti.
I,I; �'"�' _ 4
a
5
1. s
1:
ti
— c 11 11111 I1
c
4 i I i'l MS lb,- ' . 0
cc
.ire
1 W
0111111161... lib: CI 4:4
1 • � a
1- { , { a r
I
r ,i Al� i I I I 1 i i t l 1 —
9.i
ti I
W
d
I y
q
I O p =5
a 1
E ® " _._ 4 Z. i 1 i
I
e ;
1 ra
r t a 1 1 ''
€ 4 v
4 1 n
r 2006 STANDARD PLAN A24C
r „ i $ V a
��- Z W
}
4
. S �+ �!Y�u► �7�o �t a Z
w:II C f� II N � •o
Y.
N t altt - 1 , , , � f °Pgg Za z
1 ig 4 /_ �O
a m
}
N
I 't �___ 4
O ...6.1r11.111111.11.1NM� I $
u:
'm ( Y INUMMIljallINIUG011 11111•111MINI ,
1
' ._t. �����M
n m
0 ��1
1 ,. ,.o-, 6 ,1 �NI��� I
. co ,' `1111111111111111111=8/111111MMYMOUNNKI _a
—441111
_ i Z
.Q j
C3 1
et w
t � I --..111 — J m y
m
I I 4 _
1 I N —
• °r_ $ - I .
z _
Lu
f_ g
00 Al • >
„0-ti
O c
_—_
N - p_— n0—r9 . y N
•W
IN -...144141.111=111.1.111111M1"111N1- 411.1111"1 M .
OIL - O O i`ii
$r 1
1
11 I
d
1 2006 STANDARD PL A24D
• I L4, 1 a ' + N
`a
p g . .ar: d
e
` t 1it Z
b C F nNQ
o Y eait# g i' w Y�� r 4fl? w 11 1-5 N�eii $' a-X r Km�+n� CC N
i :ggp` 4 a�2 d g g .2 itt4 F°C o
;pp i .e�' P �O 2Hn rvH 5i
i o I ` 'leei. $r 0jo X z .J �`% 2
az- kt. a -. V W ig i 'P w
+ E2 Iii
,Q
r4, r �. CC ..
' *C O O r + N n P m N I
8o2Eg. = c4 S
.......v4.44•4•414.0.11.14......._ �.*W:�w.rrry. + o
M_== =—__ 00#06,0,00010.1.Mir Mi*®. ® } r. LQ`p`rpm o m_ p
.... NIMiMi �' 4_ ..rrrrrr—.N 4_, 2 O p _o+up s <1-�wy x
**WM Mrr_Mr rf.,rrrN : F E r+ r =:W t`V
rrrrrarrrrrl. C N� og t ...1.,1 t `¢
6 rrMNa,�= N rsrr— —�...—�... W W b 22.-!E pp 5 1
__- _ _ ▪ S� Cn rrr_Nrrrrrr I n r
w/�....�_ rrr.rrwr N N g . .
II II
Mi {
, ..., WO 111=1111=11111=0111=1111111M
rrr.. �..r e } ...d N--
1Nf���N����
{i �.MimorMirrMi�Mi� ® rr�rr�rr*..Mi****# w �srrrr5 S 17 4
I i r rw r r�rrrrMiMrr •�rprrrrr
•▪ Misrr Ma__N MiMi mom rr...rrrw..
•rte �� •Mi MMi rr•NN r== .rrrr _
�.�a..rrrrrwry N MiMirrr MiMi•rr OEM
rrrrwrwr N Mir MiMi>•........N (q
1=..rrrrrrw 4 I.rr.`M�rrr. .
.. M �1_ MiMi rrr •Mi CO
N r-�a�rrr�fl.......--;#* N...rrrrrrSrt 0 r a rrrrrr- a.. 11 _•rNMiMirrMir rr 04 Orra�� 11 i
I rNrrr�N.r..� d �rsrrrrrwrr (t1 woo************ IMI/.=r..\Mi�\r —I Q
▪ rr.ti _ r rrw= < MirrrrMiN ow*ma*
•r'�rr M alrMi rrrl•rrrMi.111 •� .;#0*rrw^ r,
�.ar�i�sa+ Mill rrr MUM rrr N.
rNrrrrrwrr H MINN • •
d w_
.re _ Mr
=moms=OEM Mismasm
,rrw
-:.I�.'irrrflrr rte\ .-
. Mir•r...rrrr•M y.--
yrsrr .rrrr ■
[1 1 rMiMirilMiMiN Mir *OM MiMr�' y r�.�rrr.r�rNN
,.I rrrrrrrrrrN 1.- —`______._•_ 1 /I_•IN�\_� r
.r.�rrrNrrrrr CO MiMi ___ ___ Zr�N.MiMi M
rrrr 1 Mi=Mi�MiMitN1• } f }
1, am=MiMiMirrrMirrr _E Mi��Mir _rrrrmrrrwrrr V- i
MiMiNWN NM�� R• r wrrrrrlr. rr�MirNMiMi 4' rrrwrr�i=
I E S=' N r=rrrr.. N _ ..^'-_ r—� U MiMiMiM MINIM MiNM AMMO* __
r..... N_= Q ....::::.***..-----.****11 NrrMiaMi Mir fMi rr rri�M a
1 r r rr..rwrwrr 4- rrN..rMrrrr {,, ,,,.rrrr.rrNr.-/ (0
.��MrrrNri rrM�!
2006 STANDARD PLAN A24
��--^ M co
14 if W 'i 1 w . c R P Y
" (1)..a
•
I P .• z ' § W Y - g 6 Y to
r. 1 I
L 11;j S OI 1�! tq L `S a ® E8 ��
_ L ' i .N Olv I"'f._-,..'`•'^'1 o) 2 a E ® to r. u*- 0 <iis
I 1 , c/sf. „-: ,_/ ._, ,i-110!=,.4„, .. z 0 2 ,
i_ #per ( �I a"I"iss w aXwy E ac E. •`��
` e `
�
$ " 1$ g .
6Q } 7. F O} a LC Q cc
' g u
}. b°F ` ci wo iS z°�
wa..w..® t . O o F
—i�s®���a 1 s* 9«" g S to °- a
w.w>NMN� ����� . Q 2e-
&_c!
® o p S
w-V_ t O��
N "1 ";
• -i- Y .+ f.-, I
� • �
! T•
OMM� __ ��
o a
_ i Z.
_ a+
-'=..• II NMM�MIsa, II
Z 1
c -i
M
z
.. i
i a'� w. �as�raa N� .
roninaw.1111.1111rN i Q g N °0 I
AN Milibernous■■•11111W,
Ne• ■ •■•■ IIIMIlliwMMII=∎Mll.I i
��w. aM: 3 Z
E o
1
' w- w-- 4. .4
R $
«, .. P �/
__ _ , _ r
�r ,M
v
-` - _ - __,_ Er 1
ONNINNIE
13
— 2006 STANDARD PLAN ES-5A
• 3, i _ i a
ito
GO
-- ,- ,.,3, & I ; G, 'Ill
'
-
c F: 1, iI _ �A
1 _ o�
_ 'i ♦-♦-�
P -__ 1 Q
I, M.— 1 - Cif _
1 . --44--1- , f-in—j W S I t
� , J
!
— , Z
01 p
.. a
I
n 0-,9 J v��' ∎ --ti
,E v_I 1 (( z0-,9 ¢ - J
r w J Q 1_ . H4_1„1"2,!! ( 1 . x v
Olt
Zi -- °o °
'— 01 I I I
Z pom°M C r L
. i II ~ o 4-VI, _ J
•
r y < O' LC°c Ccn 1 —
'1° 82g222,,,?: o
--- ,.Io ° o
} ` Z L '-,. a-1 I I > Q J u L° r J
t
4 - � •-- D an nppcc
852'000_0 I 2
1 0 '
_ ^ H ° cmoo o,..t
d O u daina N a 3 ai
0g r N' Q o o
o I IED' � ( p � my
■ ,,-t_j
/
tt I 7
1 I I 1 II
H ° -?'O J X v c®�:. - - N U 8
, n :r'"r F v + n
o
a n 0
' a °a3
a. O1
� r -1�(
wd n xory .., -
\ r� l o' U n„.L z'0 1 I
y-► �o c m v + L _.J f-y f-1 6 O .
Z ,U o Z I I( v I -
p, °•!� �n1 ZI
�� °�
01 O I
P-' C p
U
G t' O O
0 3,2 O
O w C OW -, �t
�� In o v N
m L °m o �o v 1- - a°
o N v o r t L* ° � +^
+N aii c �o 6 ou m `� .7...z.:" pt oy c_2 >--I
V U '?1 vc� N [ n L a2 C I'W +w m
'Ill 1D C p aL 'G 0 } C �t c C 1 ,7.4` �I 1-•O N V 5 ,•-.7,7, ° .7„,s C ° ,T 33 (. . Z '_)
v o0 o, m ,n 8o n + ny u n y ° a _v ---_. ., ' O Zi
� c l
'*.J•:d
0 ` ' y,—..i -
w s m } po xJO YO 'E- ° = Lm M °p .. ,, N�v
,f .v o m $08 d ST-- N N ° ii, 0'0.
w
i p aVI w < _� UE \g J y ' O 12. f_ 7C &a 40 ., a
a/ - >-1
c ow c o p E . 7 °74 5 .1"-10 1- g L-1
„.. N V U L p U =✓C 5 o , D G N ° ; i! r a- 1I a V ov C + oN 0 ''.7-5 21 p E yy )'+ ° F ON+ 1
g 4 . E j C 0 N - p L °i»n }_T U o O .E5 °a t Q U b �Q ° o L n n-c Gv - cm _ -Z T.; a o+a a N os _11 i
° o ° t e c °; f.;,-7, °n g m °a.,+ 2 "Z. :'.6 c° •- o aO a a $ n n $ Lc °n - m Tn m E 8 E;
(Y _ g E ? +p m ,E 8 : o O � QL a [ 1 n -° E L_ cBY a '-'1' ,2,i +v '' C2N o° °b .x0f, '
7. Q
Z V ° BOO p 'U b V+� -y® v O pm+ + c N °- � + °
,
I F>tl Zi 01 m �' c o°° m � cLV ° o m c 0 `
_ oa ° v0 0-0 i oo ._ b rno °a v n° -n '8o, 17:7..C11 '''''.:' G.�c I.. u 4. + 2 o so._ + oo °2 s ° o° 23.3 UL Oov t4 m G E Z` O+ O'hU ° n N o m°° n L c- n+ o°o ''• -A_�"- ,L.Q gE f° $ c° �°° g o ��° �` n o� o� ° ,,0 L! (ry-. ,n }}d Np � + L 5c n - z -2 O L , o 0- O Lm + -?�. I cc - t0 L'G V Tn T . L Q :l_L p y 0C O o °O '°}=
Z L 0p F '- m} woo _8 O. LN ti - y °'' 0 :I; 0 O
, m ,'33.7,,o s o• n +m N-'- o o .Foc o. - n co E. m .,,
c.
a°
0 - a�
J - ry n v m m �- �n m i
I
423
-----------
-----------------
____ _-----_ ------_--
2006 PCA-N 5
00
Tr
2.
II,L1 lui
I '
F"'''0.,
I----- .. .., I-_ .■ a r-
_ ..,
L-':;•-:E. '''''1' I
-.-".-- I- , ,_.-1 0 (...- ,,„„h (-.
U-, 0
''.. ,,„ /
--' 7:1' 12 1 z 0
■ /
1 ----.--..0 ,.7.° ,, 0
-I - - L)I --., 0 t.... z
I D-ect'o- 0
.I
1.1.1 la
■ , L-.1. ...I
,-,
_
I
z
- _
,...
'.-I •
w, z
-
7/ \.:'0, — --,, s ■ Z' , a <,
s
.
J---------\--/ a ,...,
._71. H. / \( o C-D•
n .-.
- , -----/--- 1-\
O■ ----7-1- '-'-', F.. I. \,
! < °I
-:.(1 I
0
----7D---,7------ I— ° - ■ --i
L) COI .,
b -a, ■.
.-- ---" xi
0 .1-
t--- --i ( ■ VI,
/\ ■--i I '''. :-.1 i
... ,,,
r- 4 • 0 ,--'
c'
' -,.01 I
Z
fe---`
,
F... , 0
3.--1
, , 1
I t
%
,; ,
t
. _ '.6,2
B _-,:;-
I / F- I
/ // 2
L---
6 al 0 i p
-
4
-.....■ -
(..) `- )-- .-1---,---V------------ SI '-'--
41,LL'
1''' , F-
U.I
'7. 1 /4, -71:icc:1-)
11.-t WI.E-
1-1 ---- n_.■0,
..L1
-.V I
_...1 1
. a ■ L__
/7 I-1 0 L ';.•T'
- th ' 9
in■ _11 ''- <
0 , ,, Oli_lc,
I
I 1
'''.•.+:t 1
-
,' 1 L21 ----• C-I
>-,
1--1 ‘_7 1 L__‘____,_/,
',z _ FDI 1
Z l `6. ,......,10
/ 7 i a_ / •;,::1>-.
/
■
c7 /
01 ', I
z - 4 i
4„ _____--------------------------------------------1
-a'r
424
2006 STANDARD ALAN ES-13A a■
r:- en
h
< CO
Q
o
! 9 IEi _~ 0 _ to= -E - - --- _ I i -i i -
1 G Q' ,_ c. ° c c Q� o! o I I o ~: — c c. - G_— ` c
= - 2 (� -G '�r-,— 1 rI J , co J_ z h z Z
y 0.
Ulm VOj —IW/L Fr), Y _9_
r -s7-: -C Tc G . -G > _ LU
G C - TJ
C'-7725 T .. .G ?C
z
i
I
u
■
i
Y
c
o r ■
a:
o =
■
,
I
5
J
Ii-
■
G
' c`
„� i
',.'7 C -
`` O
1 2:=17.
_iV
ili2
I
CALIFORNIA MANUAL
ON
TRAFFIC CONTROL DEVICES
( MUTCD )
STANDARDS
California MUTCD Page 3A-4
(FHWA's MUTCD 2003 including Revisions I and 2,as amended for use in California)
Figure 3A-10I (CA). Centerlines-2 Lane Highways
FOR SPEEDS 65 kWh(40 mph)OR LESS
DETAIL I POLICY
14.64 m (48 fti
2.14m1 5,lam 12.14 in' 5.13 m 12.14tal Centerline pattern for use on two-lane streets
.... (T M (17 ft) (7 ft; (11 ft; 1 (.7 ft; and highways (normally used on local streets
C=I E=3 1.-= and highways).
....10-
DETAIL 2 1
t °A.E4,1,!431u, 1
239 in 2.14 m 5 law 1114 im r..59m Centerline pattern with pavement markers for
.46,— I Is-5 111 li°ft: lfr fli i7 Ill. Oft; 1
0 'ED 'CD 0 use on two-lane streets and highways.
DETAIL 3
(Deleted)
DETAIL 4
14 54-ri'4E/t;
1 7 44-I 2.44 TE I 4,88 m 1 244 7 7_44 T
Alternate to Detail 2. For use at problem Z.
.4 .- ,s(t; , :F.ft) '16.1C I '3 ft, n h
0 0 0 0 0 0 0 El locations where it is difficult to place and
maintain centerline because of moisture. sand, 14
etc. 74
FOR SPEEDS 70 krnfh(45 mph) E OR.MORE..
,
DETAIL 5
lc 11'43 fq
Centerline pattern for use on two.iane streets
1 3E70261 ri_sy, '2 fit and highways (normally used or local streets
and highways). t
DETAIL 6
I ',4.54m As ft, ° 1.1
5.49 m I 316 r I 5.4$m Centerline pattern with pavement markers for
.4.. 1 ...8 hi I 112 iti I 13 ft, use on two-lane streets and highways_
El =2=1 0
--0,- 4
DETAIL 7
14 84 m NSW Alternate to Detail 6_ For use at problem
5.49m 1 3.66m I 5.49m locations where it is difficult to place and
(12ft) i 08 ft) maintain centerline because of moisture, sand,
0 0000 0 etc.
LEGEND
E : 'too mm(4 in)Yellow 0 Two-Way Yellow Retroreftective Markers
-4... Direction of Travel 0 Non-Retroreflective Yellow Markers
—1.-
NOT TO SCALE
Chapter 3A-General January 21,2010
Part 3-Markings
California MUTCD Page 3A-7
(FHWA's NfUTCD 2003 including Revisions I and 2,as amended for use in California)
::70-:hre, 3A404 CAI !Jr' !--e,:-.7.--:;,,,,,,,, Zones - Two Direction
DETAIL 21 POLICY
.....-
L Two-direction no-passing pattern for use on
two-lane streets and highways(normally used on
i
V local streets and highways). See Note 2.
0.410.- 75 mm(3 in)
DETAIL 22
7i2 m(24 P1.) 1 7.32 m(24 fl 1 1
0 0_ .
53 mm:2..n1
i 11,, Two-direction no-passing pattern with pavement
L......_._.___._._.__ .-mr-,3in markers for use on two-lane streets and i.
highways. See Notesi and 2.
0 0 0 so mril(2
....0. i
DETAIL 23
. 7.32 m.24 ft a 732 n(24 It
0 0 0 0 0 0 0000 0 0 0- Alternate to Detail 22. For use with either Detail
75 TIT 3 in i
4 Detail 7
. 0000000000000—
..... . I 4
'27 1V-1
,n,4 r— —, ,-1.22m 4ft'
NOTES: 1. Pavement markers shown off the solid line in Detail 22 may be placed on the line.
2. A 76 mm (3 in) black line shall be placed between the 100 mm (4 in) yellow lines on
State highways and may be placed on streets and highways under local jurisdiction.
LEGEND
1 i 100 mm (4 in)Yellow 0 Two-Way Yellow Retroreflective Markers
-olio- Direction of Travel 0 Non-Retrorefiective Yellow Markers
NOT TO SCALE
Chapter 3A—General January 21,2010
Part 3-Markings
California MUTCD Page 3A-9
(FHWA's MUTCD 2003 including Revisions 1 and 2,as amended for use in California)
Figure 3A-106(CA). Right Edge Line and Right Edge Line Extension Through Intersections
DETAIL 278 POLICY
Right Edge Line
Right Edge Line pattern for use on all State
—to- highways may be used on local streets and
highways. It is generally dropped at the
i L beginning of the intersection flares on
—513 met(2`fl) conventional highways. See also Detail 27C. On
freeways,It may be flared In advance of the exit
ramp as shown in Figure 38-8(CA).
\--
Ed s's 2F-T-av1
Wn
DETAIL 27C
Right Edge Line Extension
Through Intersections
1 313311(1 1 1 3 12 ft ,3•• I I 166 m12 i ,131 rl
Right Edge Line Extension Through
.5 i
Intersections pattern for use to extend the right fr
i I edgeline through an intersection where climatic
conditions, such as areas of heavy fog, may
require additional guidance.
LEGEND 61
100 mm (4 in) White --.0,- Direction of Travel .,
...-
NOT TO SCALE
(This space left intentionally blank-)
Chapter 3A—General January 21,2010
Part 3-Markings
California MUTCD Page 3A-16
(FHWA's MUTCD 2003 including Revisions 1 and 2,as amended for use in California)
Figure 3A-112(CA). Channelizing Line and Lane Line!Centerline Extensions
DETAIL 38- Channelizing Line POLICY
200 mm(8 in)White Line 1 Typical channelizing line for use on Left-Turn or
Right-Turn lanes on State highways. Pavement
,..., - 51 air(2 r} Markers when used should be place on the
3 Cr Ls through traffic side only.
I 7.32 m(24 ft) 1 7.32 n(24ft, I
Through Traffic
DETAIL 38A- Channelizing Line
Typical channelizing line for use on Left-Turn or
200 mm(8 in)White Line I
1 Right-Turn lanes on local streets and highways
and freeway off-ramp terminals.
DETAIL 38B- Channelizing Line at Exit.Ramps
3 3 3 Typical channelizing line for use on Exit Ramps.
I 200 mm(8 in)White Line 27.--- CI Irrr Vill Pavement Markers as shown may also be placed
- on the line.
1 EC Mr' 2 nj
1 3
7.32 n 24 fl 712-tt'24 ft I
DETAIL 38C-Alternate to Detail 38 and 38B
3888883888881
..-- .
... .4P i
E E 1
DETAIL 39 -Bike Lane Line
150 mm(6 in)White Line
DETAIL 39A-Bike Lane Intersection Line '4
-41F, 313-'IT ftt te 53,1(201 I', `.(14-41- itte-sect,3-. rii
I ' = L.I.......- 1
i i .4
w1 f i
244m 22 ii
a Y 4 it;
. -'M mm(6 in)White Line
DETAIL 40-Lane Line Extension Through Intersections
I I I I The Lane Line Extension Through intersections
1.30 iv 1
33r lik line is used to extend the lane line through an
0 11 Y' —t 00 mm(4 in)White Line intersection that might otherwise be confusing
to the motorist.
DETAIL 40A-Alternate to Detail 40
00 R. 0 0 0 0
, t.22 m
(4 fit '----- Non-Retrorefiective White Markers
DETAIL 41 - Centerline Extension Through Intersections
CD C;:3 r-1 The Centerine Extension Through Intersections
8.38n 133 li , line is used to extend the centerline through an
I 0 ft 1 (Eft) , \---100 mm(4 in)Yellow Line intersection that might otherwise be confusing
to the motorist.
DETAIL 4114-Alternate to Detail 41
00 0 k,, 0 0 0 0
I ,.22tTI: NOT TO SCALE
(4 If) i '''-- Non-Retrorefiective Yellow Markers
LEGEND
I I White Line 0 Non-Retrorefiective White Markers --s- Direction of Travel
1 I Yellow Line 0 Non-Retroreflective Yellow Markers 3 One-Way Clear Retroreflective Markers
Chapter 3A-General January 21,2010
Part 3-Markin. gs
California MUTCD Page 3B-1
(FHWA's NAUTCD 2003 including Re.visions1 and 2,as amended for use in California)
CHAPILR 3B.PAVEMENT AND CURB MARKINGS
Section 3B.01 Yellow Centerline Pavement Markings and Warrants
Standard:
Centerline pavement markings,when used,shall be the pavement markings used to delineate the
separation of traffic lanes that have opposite directions of travel on a roadway and shall be yellow.
Option:
Centerline pavement markings may be placed at a location that is not the geometric center of the
roadway.
On roadways without continuous centerline pavement markings,short sections may be marked with
centerline pavement markings to control the position of traffic at specific locations,such as around curves,
over hills, on approaches to highway-railroad grade crossings. a:highway-railroad grade crossings,and at
bridges.
Standard:
The centerline markings on two-lane,two-way roadways shall be one of the following as shown in
Figure 3B-1:
A.Two-direction passing zone markings consisting of a normal broken yellow line where crossing
the centerline markings for passing with care is permitted for traffic traveling in either
direction;
B. One-direction no-passing zone markings consisting of a normal broken yellow line and a normal
solid yellow line where crossing the centerline markings for passing with care is permitted for
the traffic traveling adjacent to the broken line, but is prohibited for traffic tray cling adjacent
to the solid line; and
C. Two-direction no-passing zone markings consisting of two normal solid y.ellow lines w here
crossing the centerline markings for passing is prohibited for traffic traveling in either
direction.
The centerline markings on undivided two-way roadways with four or more lanes for moving
motor vehicle traffic always available shall be the two-direction no-passing zone markings consisting
of two normal solid yellow lines as show!! in Figure 3B-2.
Guidance:
On two-way a:-roadways with three through lanes for moving motor vehicle tzar,1:c, vo lanes should be
designated for traffic in one direction by using one- or two-direction no-passing zone markings as shown in
Figure 3B-3.
Standard:
Centerline markings shall be placed on all paved urban arterials and collectors that have a
traveled way of 6.1 m (20 ft)or more in width and an APT of 6,000 vehicles per day or greater.
Centerline markings shall also be placed on all paved two-way streets or highways that have three or
more lanes for moving motor vehicle traffic.
Guidance:
Centerline markings should be placed on paved urban arterials and collectors that have a traveled way of
6.1 m(20 ft) or more in width and an ADT of 4,000 vehicles per day or greater. Centerline markings should
also be placed on all rural arterials and collectors that have a traveled way of 5.5 m(18 ft) or more in width
and an ADT of 3,000 vehicles per day or greater. Centerline markings should also be placed on other
traveled ways where an engineering study indicates such a need.
Engineering judgment should be used in determining whether to place centerline markings on traveled
ways that are less than 4.9 m(16 ft) wide because of the potential for traffic encroaching on the pavement
edges, traffic being affected by parked vehicles, and traffic encroaching into the opposing traffic lane.
Option:
Centerline markings may be placed on other paved two-way traveled ways that are 4.9 m(16 ft)or more
in width.
If a traffic count is not available, the ADTs described in this Section may he estimates that are based on
engineering judgment.
Chapter 3B—Pavemeru and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-2
(FFIWA's MUTCD 2003 including Revisions! and 2,as amended for use in California)
Standard:
Centerline patterns shall be selected from those shown in Figures 3A-101(CA)and 3A-104(CA).
Raised retroreflective pavement markers shall be used to supplement the centerline markings on State
highways,except in snow areas.
Support:
On horzcrital cries with radii less than 430G m(3280 ft)and without street lighting,Detail 22 instead of Detail 21
can be helpful in improving the delineation for centerline markings as it includes retroreflective raised pavement markers.
Detail 22 can be applied in advance of the approach to the curve per Table 2C-4 and continued throughout the length of
the curve.
Refer to C%'C 21460 for DouUe Lines.
Refer to CVO 21460.5 for Twc-nay Left-Turn Lanes.
Standard:
A left edge line shall consist of a solid 100 mm in)wide yellow line,yell:,10 reflective cavemen',markers or
a combination of line and markers as shown in Figure 3A-105(CA)
Option:
no -"a cci ellct as aj DC _E.5: as a"e't edge,-e Dr E d iaeo oad h a for—o-s.aces:a
_se :he ano_jar'or a t—o_cr .8-5 0- nena a-a oathre S C' -"E;S :„-.:S"'370ES Da1 ZO3J-,
Q 3c rt.
Left edce ire patterns for—so a clanGs are Eno-
Section 3B.02 No-Passing Zone Pavement Markings and 'NA arrants
Standard:
No-passing zones shall be marked by either the one direction no-passing zone pavement markings
or the two-direction no-passing zone pavement markings described previously and shown in Figures
3B-1 and 3B-3.
When centerline markings are used, no-passing zone markings shall be used on two-way roadways
at lane reduction transitions (see Section 3B.09) and on approaches to obstructions that must be passed
on the right(see Section 3B.10).
Guidance:
Vslcre-Ehe-distance-ner-A een.--ucceasi-,-e-ne-fiersse-z-ones is re:-,s-than 120 in(100 ft),no passing
markings should cennect-th,-,zones:
Standard:
If the gap zones is less than the sight distance for the ore,ai:lnj speed
shown in Table 38-1. nc-passing zone shall be c:noinuous.
Where centerline markings are used,no-passing zone markings shall be used on approaches to
highway-rail grade crossings in conformance with Section 8B.20.
Option:
In addition to pavement markings,no-passing zone signs (see Sections 2B.29, 2B.30,and 2C.35)may be
used to emphasize the existence and extent of a no-passing zone.
Support:
Section 11-307 of the"Uniform Vehicle Code(UVC)Revised"contains further information regarding
no-passing zones.The"UVC"can be obtained from the National Committee on Uniform Traffic Laws and
Ordinances at the address shown on Page i.
Standard:
On two-way,two-or three-lane roadways where centerline markings are installed,no-passing
zones shall be established at vertical and horizontal curves and other locations where an engineering
study indicates that passing must be prohibited because of inadequate sight distances or other special
conditions.
On three-lane roadways where the direction of travel in the center lane transitions from one
direction to the other,a no-passing buffer zone shall be provided in the center lane as shown in Figure
3B-4.A lane transition shall be provided at each end of the buffer zone.
The buffer zone shall be a median island that is at least 15 m(50 ft)in length.
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-3
(FHWA's MUTCD 2003 including Revisionsl and 2,as amended for use in California)
Guidance:
For three-lane roadways having a posted or statutory speed limit of 70 km/h(45 mph)or greater,the lane
transition taper length should be computed by the formula L=0.62 WS for speeds in km/h (L=WS for
speeds in mph).For roadways where the posted or statutory speed limit is less than 70 km/h(45 mph),the
formula L=WS2/l 55 for speeds in km/h(L=WS2/60 for speeds in mph)should be used to compute taper
length.Under both formulas,L equals the taper length in meters(feet), W equals the width of the center lane
or offset distance in meters(feet),and S equals the 85th-percentile speed or the posted or statutory speed
limit,whichever is higher.
Standard:
The minimum lane transition taper length shall be 30 m (100 ft)in urban areas and 60 in (200 ft)
in rural areas.
On roadways with centerline markings,no-passing zone markings shall be used at horizontal or
vertical curves where the passing sight distance is less than the minimum necessary for reasonably safe
passing at the 85th-percentile speed or the posted or statutory speed limit as shown in Table 311-1.The
passing sight distance on a vertical curve is the distance at which an object 1.07 m (3.5 ft)above the
pavement surface can be seen from a point 1.07 m(3.5 ft) above the pavement(see Figure 3B-5).
Similarly,the passing sight distance on a horizontal curve is the distance measured along the
centerline(or right-hand lane line of a three-lane roadway) between two points 1.07 m(3.5 ft)above
the pavement on a line tangent to the embankment or other obstruction that cuts off the view on the
inside of the curve(see Figure 3B-5).
Support:
The beginning of a no-passing zone at point Figure 3B-5 is that point where the sight distance first
becomes less than that specified in Table 3B-1. The end of the no-passing zone at point"b"in Figure 3B-5 is
that point at which the sight distance again becomes greater than the minimum specified.
Refer to CIC 2 75: nrougr 2752 for 7 a-2k,-;era esshg.
Flefs-:c C*.0 212-6L f7,-7 37:1:cie!fres
O175% as rots pas= ace 7: -1,?...1AZy e accrcacg itn rr 1G a;7,-
-e- a es rg a -Te-saDtD- or a cec g-ace cross g C,'7.: 24 7E2 -.T.• --39-13tS case.-; :dr;'-g• or 'eft s'ce or a
-s- accrcacHg hr 30 0:f of a-;cr'Jge at_.ct
pate -s ac :" --a7,:,rge a a 3-C.1" Er Fglza,
Standard:
No-passing zone patterns sf-lall be s&acted from those shown in Figures 3A-1937":,,a, and V. r.-4 Cf!•.
The o_passgzcre c1,-ce
7,a-/-gs a: rte sectors iber .;sec s-c,,id be -2et',SE- 30 - a-:
length at the approach :0 an irte-sectic.: and ;la cad In a :ate-,as shown .
Section 3B.03 Other Yellow Longitudinal Pavement Markings
Standard:
If reversible lanes are used,the lane line pavement markings on each side of reversible lanes shall
consist of a normal double broken yellow line to delineate the edge of a lane in which the direction of
travel is reversed from time to time,such that each of these markings serve as the centerline markings
of the roadway during some period (see Figure 3B-6).
Signs (see Section 2B.25),lane-use control signals (see Chapter 4.1),or both shall be used to
supplement reversible lane pavement markings.
If a two-way left-turn lane that is never operated as a reversible lane is used,the Lane line
pavement markings on each side of the two-way left-turn lane shall consist of a normal broken yellow
line and a normal solid yellow line to delineate the edges of a lane that can be used by traffic in either
direction as part of a left-turn maneuver.These markings shall be placed with the broken line toward
the two-way left-turn lane and the solid line toward the adjacent traffic lane as shown in Figure 3B-7.
Chapter 3B-Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-4
(FHWA's MUTCD 2003 including Revisionsl and 2,as amended for use in California)
Option:
Pavement marking arrows may be used in conjunction with the two-way left-turn lane markings as
shown in Figure 3B-7.
Guidaneei.
Signs should may be used in conjunction with the two-way left turn markings(see Section 2B.24).
Standard:
If a continuous median island formed by pavement markings separating travel in opposite
directions is used,two sets of double solid yellow lines shall be used to form the island as shown in
Figures 3B-2 and 3B-4.Other markings in the median island area shall also be yellow,except
crosswalk markings which shall be white(see Section 3B.17).
On State highways, reversible lanes shall be separated by physical barriers or delineators.
Support:
two-way ia-ie is a lane reserved Ln the center of a nighway for exoll:sjie use of left or U-turning ve'o!es,
Refer to OJC 2148L,5 -.07-any used where ti-ere are 7a-loo'rts of access.
Standard:
The t ,ei-t.:rn Jane markings st,a:i be seleotec f7: r those sr.v.m in Figure 34-4.08(CA.,
S7ra as s3w a 35-- C:, ire ce ;SE:4,
3:37:33.1:,"cc S""5-:arc 5 —a, cc"-ES: as 331" —F; cc see ad
:a-ce
.-e Z be made E:
re cc;:-, see F c a'F.E- 253';'"
See Seoor z..z -ezerfj-g rs
et= lanes rat:- witn continuous mac a-s e-9 used E
art-
- jf 3- 3c-otcs e s::
Auerega oeii traffc volumes exceed 23GcJC vebices oar ca,
For raT ad dor where t-e-e is a demonstrareb crash .",r:72
* Le-a era need is demonstrated tnnough engineerrg st.t:
Section 3B.04 White Lane Line Pavement Markings and Warrants
Standard:
When used,lane line pavement markings delineating the separation of traffic lanes that have the
same direction of travel shall be white.
Support:
Examples of lane line markings are shown in Figures 3B-2,3B-3 3B-7 through 3B-13, 3B-22,3B 24 3E-
`...;;14, and 3B-26.
Standard:
Where crossing the lane line markings with care is permitted,the lane line markings shall consist
of a normal broken white line.
Where crossing the lane line markings is discouraged,the lane line markings shall consist of a
normal solid white line.
Option:
Solid white lane line markings may be used to separate through traffic lanes from auxiliary lanes,such as
uphill truck lanes, left-or right-turn lanes, and preferential lanes. They may also be used to separate traffic
lanes approaching an intersection.
Wide solid lane line markings may be used for greater emphasis.
Standard:
Where crossing the lane line markings is prohibited,the lane line markings shall consist of two
normal solid white lines.
Lane line markings shall be used on all freeways and Interstate highways.
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-5
(FHWA's MUTCD 2003 including Revisions! and 2,as amended for use in California)
Guidance:
Lane line markings should be used on all roadways with two or more adjacent traffic lanes that have the
same direction of travel.Lane line markings should also be used at congested locations where the roadway
will accommodate more traffic lanes with lane line markings than without the markings.
Standard:
Lane line patterns shall be selected from those shown in Figure 3A-102(CA).Detail 9 or 10 (65 km/h(40 mph)
or less)or Detail 12 or 13(70 kmlh(45 mph)or more)shall be used on State freeways,expressways,freeway
ramps,freeway to freeway connectors and collector roads,except when used in snow areas,the raised
pavement markers will be recessed.
Section 3B.05 Other White Longitudinal Pavement Markings
Standard:
A channelizing line shall be a wide or double solid white line.
Option:
Channelizing lines may be used to form channelizing islands where traffic traveling in the same direction
is permitted on both sides of the island.
Standard:
Other pavement markings in the channelizing island area shall be white.
Support:
Examples of channelizing line applications are shown in Figures 3-B-8. nr.. 3B 9 38-2'CA.), and 3B-
13.
Channelizing lines at exit ramps as shown in Figure 3B-4 33-S(CA define the neutral area, direct exiting ."•,,
traffic at the proper angle for smooth divergence from the main,lanes into the ramp, and reduce the
probability of collidirug with objects adjacent to the roadwa.},
Channelizing lines at entrance ramps as sho'cn in Figure 3B-9 3E-9‘3,1`.. promote reasonably safe and
efficient merging with the through traffic.
Standard:
For exit ramps, channelizing lines shall be placed along the sides of the neutral area adjacent to the
through traffic lane and the ramp lane.With a parallel deceleration lane, a 200 fi` v:de dotted
white lane crop line shall be extended from the beginning of the channelizing line upstream of the antra
for-a-distanee-of-one-hatf-the length of the full-width deceleration lane as shown in Figure 3B-8 35-
E(CA).
Option:
White chevron markings may be placed in the neutral area for special emphasis as shown.in Figure 3B 8
3B-E(0A..
Guidance:
For entrance ramps,a channelizing line should be placed along the side of the neutral area adjacent to the
ramp lane.
For entrance ramps with a parallel acceleration lane,a lane line should be extended from the end of the
channelizing line for a distance of one half the entire length of the full-width acceleration lane as shown in
Figure 3B-9 33-9(CA).
Option:
For entrance ramps with a tapered acceleration lane,lane line markings may be placed to extend the
channelizing line,but not beyond a point where the tapered lane meets the near side of the through traffic
lane as shown in Figure 3B 9 3B-9(CA).
Standard:
Lane drop markings as shown in Figure 3B 10 3B-10(CA)may shall be used in advance of lane
drops at exit ramps to distinguish a lane drop from a normal exit ramp or from an auxiliary lane.
Option:
The lane drop marking may consist of a wide,white dotted line with line segments 0.9 m(3 ft)in length
separated by 2.7 m(9 ft)gaps.
Guidance:
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3 -Markings
California MUTCD Page 3B-6
(FHWA's MIA-CD 2003 including Revisions l. and 2,as amended for use in California)
If used, lane drop markings should begin 800 m(0.5 mi)in advance of the theoretical gore point.
If the dropped lane is an auxiliary fare 0.8 km(1/2 mi)or less in length,the lane drop iine should extend throughout
the entire length.
Option:
Where lane changes might cause conflicts, a wide solid white channelizing line may extend upstream
from the theoretical gore point.
Standard:
The lane drop line pattern snail be as shown in Figure 3A-I/
Support:
See FgLres 3A-111°3t.) 3S-3:aq 3E-9/0/:. 382 OCA; and 33-4:711;`,2.,for fu-ter details or
markings and signing.
230 —rn :8 i7; des*^,gie sd a !:7`i r-scsfe;, 200 r-- 'E c do-riso ,;h":e line rra:. be :laced ir
ia-ne CT ar "ntersec:on . -ars 4.-AS .1..sce are"a drcooad at "a a sac o ad as a -es.11`. o'99:es a—a-oator.;
turn;ane
Standard:
If used, diabonal liras shall be the same color as the edge line.
Section 3B.06 Edge Line Pavement Markings
Standard:
If used, edge line pavement markings shall delineate the right or left edges of a roadway.
Except for dotted edge line extensions (see Section 3B.08). edge line markings shall not be
continued through intersections or major driveways.
If used on the roadways of divided highways or one-way streets,or on any ramp in the direction of
travel,left edge line pavement markings shall consist of a normal solid yellow line to delineate the left
edge of a roadway or to indicate driving or passing restrictions left of these markings.
If used,the right edge line pavement markings shall consist of a normal solid white line to
delineate the right edge of the roadway.
Guidance:
Edge line markings should not be broken for minor dri-,eways.
Support:
Edge hue markings have unique value as visual references to guide road users during adverse weather
and visibility conditions.
Option:
Wide solid edge line markings may be used for greater emphasis.
Standard:
71gM adcs, jne end cons s of a scud ICC 7:-.° 14 r ifr:te Fra.
Ms edge"tine srcfJd cc piaaea 51: mm 2 r - f crr ne edge:f.:-a,e's,t appro/—ste.2 3:3 7 s' om :-a
‘ane:ire,or derterlire o ngbwaj -inairlines, ramps ard aorreotors.S39 Fgure OA;
Generally the solid edge lire should be dropped at the beginning of intersection flares.
Option:
ln heavy fog areas, or locations where additional guidance would be beneficial,a dotted 10C mm(4 in)'Aids white
right edge line may be continued across an intersection.
Support:
Edge line is not used at turnouts. See Figure
Standard:
Exit and entrance ramps,including freeway connectors,shall be marked with a yellow edge line
supplemented with yellow reflective pavement markers on the left and a white edge line on the right.See Figure
3A-105(CA).
Chapter 38—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-7
(FHWA's MUTCD 2003 including Revisionsl and 2,as amended for use in California)
Section 3B.07 Warrants for Use of Edge Lines
Standard:
Edge line markings shall be placed on paved streets or highways with the following characteristics:
A.Freeways;
B.Expressways; and
C.Rural arterials with a traveled way of 6.1 m (20 ft) or more in width and an ADT of 6,000
vehicles per day or greater.
Guidance:
Edge line markings should be placed on paved streets or highways with the following characteristics:
A.Rural arterials and collectors with a traveled way of 6.1 in (20 ft) or more in width and an ADT of
3,000 vehicles per day or greater.
B.At other paved streets and highways where an engineering study indicates a need for edge line
markings.
Edge tine markings should not be placed where an engineering study or engineering judgment indicates
that providing them is likely to decrease safety.
Option:
Edge line markings may be placed on streets and highways with or without centerline markings.
Edge line markings may be exch.ded, based on engineering judgment, for reasons such as if the traveled
way edges are delineated by curbs, parking,bicycle lanes, or other markings.
Edge line markings may be used where edge delineation is desirable to minimize unnecessary driving on
paved shoulders or on refuge areas that have lesser structural pavement strength than the adjacent roaciwa-
Standard:
'S.. S.: :T. .:•
23 _33.1
73•'23,. 7: 3
ic W6- sr
Section 3B.08 Extensions Through Intersections or Interchanges
Standard:
Pavement markings extended into or continued through an intersection or interchange area shall
be the same color and-at-least the same-width as the line markings they extend (see Figure 313-11).
Option:
A normal line may be used to extend a wide line through an intersection.
Guidance:
Where highway desicm or reduced visibility conditions make it desirable to provide control or to guide
vehicles through an intersection or interchange, such as at offset, skewed, complex, or multilegged
intersections,on curved roadways,or where multiple turn lanes are used,dotted line markings should be used
to extend longitudinal line markings through an intersection or interchange area.
Option:
Dotted edge line extensions may be placed through intersections or major driveways.
Guidance:
Where greater restriction is required, solid lane lines or charmelizing lines should be extended into or
continued through intersections or major driveways.However,edge lines should not be extended into or
continued through intersections or major driveways as solid lines.
A single line of equal width to one of the lines of the double line should be used to extend a double line
through an intersection.
To the extent possible,pavement marking extensions through intersections should be designed in a
manner that minimizes potential confusion for drivers in adjacent or opposing lanes.
Support.
See Figure 3A-12 A, Detail 40 and 40A for lane line extensions.
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-12
(FHWA's MUTCD 2003 including Revisions) and 2,as amended for use in California)
, _ n .At least one retroreflective
or internally illuminated marker per group shall be used or a retroreflective or internally illuminated
marker shall be installed midway in each gap between successive groups of nonretroreflective
markers.
. , . • 7 . . . r.. .. ` . ., . .
refl h ted-un paeing
no greater than N/2.
The widths and patterns of raised pavement markers shall conform to the details shown in Figures 3A-
101(CA)through 3A-112(CA).See Section 3A.05.
Guidance:
Raised pavement markers should not substitute for right edge line markings.
Stainfhwth-
-:
N/43-with not less-then-. _ • • :7 r dotted line.At I• • _ • -
sha l;� +. n .-•< .,+ rr='la�illUmiflnted:
Option:
When substituting for wide lines,raised pavement markers may be placed laterally adjacent to each other
to simulate the width of the line.
Standard:
if used or State highways,internally-illuminated raised pavement markers shall be installed by an
an;:r oachment permit and include a maintenance agreement as a provision of the permit for the service life of
the markers.
Section 3B.15 Transverse Markings
Standard:
Transverse markings,which include shoulder markings,word and symbol markings,stop lines,
yield lines, crosswalk lines, speed measurement markings,speed hump markings,parking space
markings,and others,shall be white unless otherwise specified herein.
Guidance:
Because of the low approach angle at which pavement markings are viewed,transverse lines should be
proportioned to provide visibility equal to that of longitudinal lines.
Standard:
Pavement marking letters,numerals, and symbols shall be installed in accordance with the
Pavement Markings chapter of the"Standard Highway Signs" book(see Section 1A.11).
Crosswalk markings near schools shall e yellow, Refer to C41:2136 and Part 7.
Support:
Refer to Department of T-ar sportalon's Standard Fiats for:a'iemaa :--arc: g let`e s numerals and symbols. See
Section 1A.11 for information regarding this publication
Section 3B.16 Stop and Yield Lines
Standard:
If used,stop lines shall consist of solid white lines extending across approach lanes to indicate the
point at which the stop is intended or required to be made.
If used,yield lines(see Figure 3B 19 38-1• (CA))shall consist of a row of solid white isosceles
triangles pointing toward approaching vehicles extending across approach lanes to indicate the point
at which the yield is intended or required to be made.
Guidance:
Stop lines should be 300 to 600 mm(12 to 24 in)wide.
Stop lines should be used to indicate the point behind which vehicles are required to stop,in compliance
with a STOP(R1-1)sign,traffic control signal,or some other traffic control device,except YIELD signs.
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MLTCD Page 3B-13
(FHWA's MLTTCD 2003 including Revisions) and 2,as amended for use in California)
The individual triangles comprising the yield line should have a base of 300 to 600 mm(1-24e 24 in)
wide and a height equal to 1.5 times the base.The space between the triangles should be 75 to 300 mm(3 to
12 in).
Option:
Yield lines may be used to indicate the point behind which vehicles are required to yield in compliance
with a YIELD(R1-2) sign or a Yield Here to Pedestrians(R1-5 or R1-5a) sign.
Guidance:
If used,stop and yield lines should be placed a minimum of 1.2 m(4 ft)in advance of the nearest
crosswalk line at controlled intersections,except for yield lines at roundabout intersections as provided for in
Section 3B.24 and at midblock crosswalks.In the absence of a marked crosswalk,the stop line or yield line
should be placed at the desired stopping or yielding point,but should be placed no more than 9 m(30 ft)nor
less than 1.2 m(4 ft)from the nearest edge of the intersecting traveled way. Stop lines should be placed to
allow sufficient sight distance to all other approaches yield lines should be placed adjacent to the Yield Here to
If used at an nnsignalized midblock crosswalk,y
Pedestrians sign located 6.1 to 15 m(20 to 50 ft)in advance of the nearest crosswalk line,and parking should
be prohibited in the area between the yield line and the crosswalk(see Figure 3B-15).
Stop lines at midblock signalized locations should be placed at least 12 m(40 ft)in advance of the
nearest signal indication(see Section 4D.15).
Support:
Drivers who yield too close to crosswalks on multi-lane approaches place pedestrians at risk by blocking
other drivers' views of pedestrians.
Support;
As defined in CVC 377,a"t;(pit tine"is a solid hi=e(he not eSS t ian 3:3 mm('2 ir,)n.or more than 60i_,mm(24 in)
.Ide,extending across a read';`.ayr or an;i ortscr?t erec c.7C.ca:?,the pot'tf a-. ='c traffic is-en.!-cc to sto '
co pliance ith legal requirements.
Standard:
r all ;deposes,limit lines as defined per C s=ail mean stop
line shall be pieced i co sr� ticn si 1 q {- j signs cn paved app hes roac x ep -see
marked crosswalk exists.
idan e°°,y€#ato p
exists; . s pffe ir
n Gu;. .. C .. Gunmarked r :ss"y ,�
Option , rc,�.�,a C C-''area
tine fray oe placed n science of a crosswalk �rer° hic'ss are required to&co, !n conpl'ar ith a S
R1-1;sign,traffic control signal cr some other traffic control lev!ice.
Support:
f a rra�ke� crosswalk crosswalk is in place, it would formally fu st on as a limit lire.
�
Typical limit line markings are shown in Figure
Standard:
The individual triangles comprising the yield line shall have a base of rn(2 ft;wide and a height of .9 m
(3 ft).The space between the triangles shall be ,3 m(1 ft'.
Support:
Figure 3B-14(3A)shows typical yield line layout for streets and highways.
Section 3B.17 Crosswalk Markings
Support:
Crosswalk markings provide guidance for pedestrians who are crossing roadways by defining and
delineating paths on approaches to and within signalized intersections,and on approaches to other
intersections where traffic stops.
Crosswalk markings also serve to alert road users of a pedestrian crossing point across roadways not
controlled by highway traffic signals or STOP signs.
At nonintersection locations,crosswalk markings legally establish the crosswalk.
January 21,2010
Chapter 3B—Pavement and Curb Markings
Part 3-Markings
California WitiTCD Page 3B-16
(FHWA's MUTCD 2003 including Revisionsl and 2,as amended for use in California)
Eollcy on Restrictions
Option:
Lacei authorities may, by ordinance, provide for the establishment of parking meter zones and cause streets and
highways to be marked with white lines designating parking spaces, Refer to CVO Section 225C8.
Standard:
Where the proposed zones are on State highways,the ordinances shall be app by the Department cf
Transportation,
Local authorities shall furnish a sketch or map showing the definite Icce.,tion of ell perking meter stalls on
State highways before departmental approval is given.
&spot
The District Directors have been delegated the author:ty to approve such ordinances.
The CieS:7"-aDie`..:7-'e'S;071F, of par'King meter staiis are 2.4 n" 1,E.' ftl! by 7.3"-. !.,24 ft 't:-: a nr.:7-PJ-7,length of 6." - (2;
ft).
Guidance:
At ai,inte,sect: s.one eta i: en :r on--E;E:/-s::e --eas_red f'":77 t4',:;or:se,:,ak.o.:en: 1)4:,;.lit return si--:,:if -ai=•: 1.
2a7V7g : -7b;:s .,;.,,:-;:..287s:-.o3 3'',E; — fi.ft 7eaS-.;-5 f::7-":-:e"'J.": -at.:— 3h:'—j: -...'' !Z. : ':;-,:.at 2::=2.7S a%
At signaiized in-:a-sect:one se- ..:;s: _ic te --.:;-::oi:eo 1'o-a --,- -...--.-• :17 7.;': s:a. e-g:ne en 75
sta't ie-gt- -o- t-e t-a te, Sac --"Sz.:-..,--a. --;E-1:...: 0;- . .
Standard.
The :2 apa-t::-,e--:a. ri...,:c..7-_:.a: for the :7-si.a.,at::::of the oa2,-.'r; —.eters s'-.s. i:a :::,.s-so t..., an
pe:ri::..
Cetidn:
:4---a-s::-:E fo- :-....as --ot ap:-:.:a : ::-;e7cas .ESTE: .F.-. ; a`c El, :;.-7:1,-; :7 ::::-3:3 - : :a:E.
-_. =3,;:77a. : ;:, :::?..:eS E77.- no LE-,--7,5: :''' .ita-3"-..,g7.%a.,s. 1
Section 3B.19 Pavement Word and Symbol Markings
Support:
Word and symbol markings on the pavement are used for the purpose of guiding,warning, or retnilaring
traffic. Symbol messages are preferable to --,;,ord messa,zes.Examples of standard word and arrow pavement
markings are shown in Figures 3B 20 : 2: ".:- and 3B 21-38-21 7; .
:::&.-.',:-.-i--. ..-.:7-: and sy---.:-.. --an.,:.nge e..::: ene a7ca7: sgning.
.,.
Standard:
Word and symbol marldngs shall be white, except as otherwise noted in this Section.
Guidance:
Letters and numerals should be. .1,-8-m-€6-ft)2 7 .:8 or more in height_
Word and symbol markings should not exceed three lines of information.
If a pavement marking word message consists of more than one line of information,it should read in the
direction of travel.The first word of the message should be nearest to the road user.
Except for the two opposing arrows of a two-way left-turn lane marking(see Figure 3B-7),the
longitudinal space between word or symbol message markings,including arrow markings,should be at least
four times the height of the characters for low-speed roads,but not more than ten times the height of the
characters under any conditions.
The number of different word and symbol markings used should be minimized to provide effective
guidance and avoid misunderstanding.
Except as noted in the Option,pavement word and symbol markings should be no more than one lane in
width.
Option: I
- e• -;_.; ;; „;.: ;4. ---, s r.- - - ; .1; .
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3 -Markings
California MUTCD Page 3B-17
(FHWA's MIUTCD 2003 including Revisionsl and 2,as amended for use in California)
Guidance:
; ; ;- -H-SheUld
- Seetien-7-C,06-}z
Standard:
If used the SCHOOL pavement marking shown in Figure 3B-20(CA)and 7C-101(CA)shall be used and it
shall be restricted to a single lane(See Section 7C.C6).
Word and symbol markings near schools shall be yellow as provided in CVC 21368.See Part 7.
Option:
Pavement word and symbol markings should may be proportionally sealed spaced to fit within the width
of the facility upon which they are applied.
Option:
On narrow,low-speed shared-use paths,the pavement words and symbols may be smaller than
suggested,but to the relative scale.
Standard:
The International Symbol of Accessibility parking space markings may shall be placed in each
parking space designated for use by persons with disabilities.A blue background with white border
may shall supplement the wheelchair symbol as shown in Figure 3B 19 3B-ICAt.i.
If used, new construction of azo-assib!s :ff-st:sst parking spaces and,loading and :.;n:cad°1z,areas s'es! ;
include pavement marking details shown on Figure 3R-1; (CA), or as shown on the Decartrert-s Rev's :
Standard Pear AQA.The loading and uncading area shall be marksd by s border and htchd tines The borde
be painted blue and the hatched urea S'S. be painted suitable contrsStin color to the parking scss
or white paint is preferred,.
nw coa c ion :4?:;oassf.,s :n-s:-ss:paIPg shah a bwe cc rts:
Department's Re aan Standard Plan desIgnated and designed persona lth
I- a- aJgaea E.7"< entdd a Co—'s-a-7::
shall a painted blue and the rrst.nc lines shell be ca'-tec a suabl5 ccntrastin color to the parking sca.:s
(blue or white paint is preferred
cac'rg arc unload ng a:sss ah tro1u4e .-s c Ja C arc se , 1
whClCliC5 rc less than m 1Z r Se dtad i Figure 3B-1; Refeto
c-Regulations Title
Standard:
Where through traffic lanes approaching an intersection become mandatory turn lanes,lane-use
arrow markings(see Figure 3B 21 3F: a,-.) shall be used and shall be accompanied by standard
signs.
Lane use,lane reduction, and wrong-Way ay arrow markings shall be designed as shown in Figure
3B 24 3B-21
Guidance:
Where through lanes become mandatory turn lanes,signs or markings should be repeated as necessary to
prevent entrapment and to help the road user select the appropriate lane in advance of reaching a queue of
waiting vehicles.
Option:
Lane-use arrow markings(see Figure 3B 21 3B-21(CA))may be used to convey either guidance or
mandatory messages.The ONLY word marking(see Figure 3B 20 36-20(Cil))may be used to supplement
lane-use arrow markings(see Figure 3B-22).
In situations where a lane reduction transition occurs,the lane reduction arrow markings shown in Figure
13-24 3B-21(CA)may be used.
Guidance:
Where crossroad channelization or ramp geometries do not make wrong-way movements difficult,a
lane-use arrow should be placed in each lane of an exit ramp near the crossroad terminal where it will be
clearly visible to a potential wrong-way road user(see Figure 3B 23 3B-23(CA)).
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MLFPCD Page 313-18
(FHWA's MUTCD 2003 including Revisions' and 2,as amended for use in California)
Option:
The wrong-way arrow markings shown in Figure 3B--24-3B-21(CA)may be placed near the downstream
terminus of a ramp as shown in Figures-3-13-24 3B-23(CA)and 313-24 to indicate the correct direction of traffic
flow and to discourage drivers from traveling in the wrong direction.
A yield-ahead triangle symbol or YIELD AHEAD word pavement marking may be used on approaches
to intersections where the approaching traffic will encounter a YIELD sign at the intersection(see Figure 3B-
25).
Support:
Lane-use arrow markings are often used to provide guidance in turn bays(see Figure 3B-22),where
turns may or may not be mandatory,and in two-way left-turn lanes(see Figure 3B-7).
Arrows:
Standard:
Where a turning movement is mandator; an arrow marking accompanied by a regulatory sign shall be
used. Howeier, when an additional clearly marked lane is provided for the approach to the turning,
the sign is not required.Refer to CVC 221
ev:-.re—: :a aa . a : s
acwS aro rsg-s as s-o° to „se:,a. coat lo-s rera -:-..cre:S
::Jc cc cc ie a s E'S .73' a -a: e a-a o- a o ars .E,
some tvocal s.taoio-s‘
: st-...ador a tea ., ::: 72:- E cc° C.-a- E.::-E33
E h :ra4s rT &3fE s C SC5 a e5., s
rain for tha fuil width has :se-
ss: :-s F.
Ar'r'as
Standard:
A minimum of twc pavement arrows shall be placed or each freeway exit ram; :a-s.
A Type ";arrow shaD be the first srrow on the -ar-r. 7/ the dractiOn of travel when exiting 11"-a freeway.
Where a mandatory rnvierrer:-. a aq rec a 7,7s ill 11 Orlh err:of ea':be ;laps':wifn its nono
approximate!y €.10 m ft) preceding the'imit,°-e c nsettsift or"5".3;7; pa met legend Whers-
nc
rnanaatory movement"e required.a Type V arro srla I be used at this location,
All other additional arrow s. when used ;env!: be a minimum of 7.32 24 ft in 'ergth
arrows snarl be place n °- the center of the lae ad spacer., aoTrov"."rn.--.tel ,?r m(100 ft to 9 300
apart.
:dar
Tre @crust'Los:or ad sac r; s-oulo oe deoerm ned r re fe o to no- e t-s
atempt to enter the sit ramp ir the wrong director.
S.,:pport:
See Figures 3B-21(CA)and 3,9..-23(C4-.1.
Entr -1
Standard:
A minimum of one Type I arrows not less than 5.49 m(18 ft)in length,shall be positioned in the center of
each freeway entrance ramp lane so that it is clearly in view of a right-way driver.
Guidarce:
7ie distance between arcws, miler more than one per:are is reeden,should cc 30 I',1'.00 17.)t 90 m (306
Type‘,/arrow should not be used on entrance ramps.
Support:
See Figures 3B-21(CA) and 3B-23(CA).
Additional 1r:format:cfl on signing of ramp terminals is shown in Section 22.50.
Chapter 3B—Pavement and Curb Markings January 21.2010
Part 3-Markings
California MUTCD Page 3B-13
(FHWA's MUTCD 2003 including Revisions) and 2,as amended for use in California)
Turn Lane Arrows:
Standard:
One& rectiona? arrow;a minimum of 2.44 m{8 ft) in ler 2tl7,e"-r'3 he aee l the ceder of each turning ane
near the point of entrance.
. '. ., 1.
See F 2' reL 3 .t.`E ^r SE-':'.11,,
Sec[,:- Cam; ;-ric T c a: . .,...re e
;�y�'.v t.1rv3.�����. 3iJ ti .. y � � ..
Option:
Word and symbol markings may include,but are not limited to,the following.Other words or symbols
may also be used under certain conditions.
A.Regulatory:
1. STOP
2. RIGHT(LEFT)TURN ONLY
3. 40 km/h(25 MPH)
4. Arrow Symbols
B.Warning:
1. STOP AHEAD
2. YIELD AHEAD
3. YIELD AHEAD Triangle Symbol
4. SCHOOL XING
5. SIGNAL AHEAD
6. PED XING
7. SCHOOL
8. RXR
9. BUMP
10. HUMP
C. Guide:
1. US 40
2. STATE 135
3. ROUTE 40
Standard:
Except at the ends of aisles in parking lots,the word STOP shall not be used on the pavement
unless accompanied by a stop line(see Section 3B.16)and STOP sign(see Section 2B.04).At the ends
of aisles in parking lots,the word STOP shalt not be used on the pavement unless accompanied by a
stop line.
The word STOP shall not be placed on the pavement in advance of a stop line,unless every vehicle
is required to stop at all times.
The yield-ahead triangle symbol or YIELD AHEAD word pavement marking shall not be used
unless a YIELD sign(see Section 2B.08)is in place at the intersection.The yield-ahead symbol
marking shall be as shown in Figure 3B-25.
Gu n e: m pl ms acE sch late ti
:,:rt o 3v�a
i
Pa'>'e en makings with appropriate f gures r Ea,be used to sup le e s eed i. ?`1ii ns. See S=:c 238.13.
3F y
January 21,2010
Chapter 3B—Pavement and Curb Markings
Part 3-Markings
California MUTCD Page 3B-25
(FHWA's MUTCD 2003 including Revisionsl and 2,as amended for use in California)
Section 3B.25 Markings for Other Circular Intersections
Support:
Other circular intersections include but are not limited to rotaries,traffic circles, and residential traffic
calming designs.
Option:
The markings shown in Figures 3B-27 and 3B-28 may be used at other circular intersections when
engineering judgment indicates that their presence will benefit drivers or pedestrians.
Section 3B.26 Speed Hump Markings
Standard:
If used,speed hump markings shall be a series of white markings placed on a speed hump to
identify-its location.
Option:
Speed humps, except those used for crosswalks,may be marked in accordance with Figure 3B-29. The
markings shown in Figure 3B-30 may be used where the speed hump also functions as a crosswalk or speed
table.
Suppcb
Per D D 440 speed hmps or nr"..as are not officiai traffic controi devices.
Section 3B.27 Advance Speed Hump Markings
Standard:
If used, advance speed hump markings shall be a special white marking placed in advance of speed
humps or other engineered vertical roadway deflections such as dips.
Option:
Advance speed hump markings may be used in advance of an engineered vertical roadway deflection
where added visibility is desired or where such deflection is not expected(see Figure 3B-31).
Advance pavement wording such as BUMP or HUMP(see Section 3B.19)may be used on the approach
to a speed hump either alone or in conjunction with advance speed hump markings. Appropriate advance
warning signs may be used in conformance with Section 2C.24.
Guidance:
If used,advance speed hump markings should be installed in each approach lane.
Section 39.101(:;A)Cisoonal and Chevron Markings
agora l crieiro- a rgsshcu i-.. be _35O tire opi-icr f an eriglreer it ls -scessary to add empress
or to discourage vehiciar tra lei upon a paint formed roadway fead-e such as an unusually ; de sroulder area a
cedes':a- refuge"sland,or a traffic dwaicnal or ona-relization
Diagonal lines, when used,should be installed between an edge lire and traffic island,or between pairs of double
yellow
Chevron markings,when used,should be installed between channelizing lines for traffic flows in the same direction.
Support:
The applicable channelizing lines for chevron markings are shown in Figure 3A-110(CA),Details 36, 36A and 36B
and pairs of lines shown in Figure 3A-112(CA), Details 38 and 38A.
The diagonal lines or chevron markings are normally 300 mm(12 in)wide.
Standard:
Diagonal lines and chevrons shall be the same color as the line or lines to which they connect and shall
point at a 45-degree forward angle.
Diagonal lines or chevrons, if used,shall be the same color as the edge line.
Option:
The spacing between these lines may vary from 0.3 m(1 ft)in a pedestrian crosswalk to 60 m(200 ft)for vehicular
traffic.
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-62
(FHWA's MUTCD 2003 including Revisions) and 2,as amended for use in California)
Figure e 3 -20 (CA). Examples of Elongated Letters for Word
Pavement Markings (Sheet I of 2)
l'' .. ,
S el' TLTh,i: V
'afl (8 4,11 1
'.::3�k -: - - -
r ... :Ina..., r._- 221stE 71 g
51 Tn 1 T 1x70 n f tt# i-
[1
L 1113 ti
,•c ..
'` ° Vert _... c" t
).1[]-""tc)
rl
2af1 we
Ar.1411 100 II%1a7fl mea; 100 mart
109 c1 100 rr
a4 atS (4 al 44'4 E4&il
NOT TO SCALE
NOTES:
1. All letters and numerals should be in conformance with the standard alphabets for highway
signs and pavement markings approved by Department of Transportation.
2. The design details for various words are also shown in Department of Transportation's
Standard Plans.
I
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-63
(FHWA's MUTCD 2003 including Revisions' and 2,as amended for use in California)
Figure 38-20 (CAL Examples of Elongated Letters for Word
Pavement Markings (Sheet 2 of 2)
2....-,
D ,
ji .... a -
,1G2,rn ., ,2443,21 TX-43
10 AM ila RAT, i(X1Pri TV3.331
2:---
3:- .• «-
3 371 T
[j[11 1 is)
V
4^ ...:
f
i
!
[ii ilL
N " I
:7;
f•
al 7"
4 r i
2 .„„..._
3N
I- 1
NOT TO SCALE
NOTES:
1. All letters and numerals should be in conformance with the standard alphabets for highway signs
and pavement markings approved by Department of Transportation.
2. The design details for various words are also shown in Department of Transportation's Standard Plans.
3. Half-size"BIKE LANE" legends are shown on Figure 9C-6(CA).
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 3B-65
(FHWA's MUTCD 2003 including Revisions1 and 2,as amended for use in California)
c'xaropie -Dff.,:',-:7.,.,5.7 f::°:'P nt Markings (Sheet 1 of 2)
--0.. 7...?;,.' ko- -*I LT, H -0. Yii; E -- 14-2.3-:7 tt t
----f
--- I
- ■
-i'
AT
------- ---1
_ .
- -
-- -- - 1
. ------ - — R'
Z —--• --- - -- 4
- - -- - - T
-11P. kil—t23 at I,: —- ■ ..
•
,..
TYPE I ARROW
- I
1.
—111. kt--t_K, '. '• i
i
TYPE I ARROW 41, A
:.,_,.....„,„ ,......, ,..„....; :
_a., .1_::„... „
_.4.. .4_"..1
TYPE U(L.)ARROW
T 1PE'ARROW :FOR TYPE ti IR
AAnow
USE PARROR was,
i ts
\ \\ 41: ■ \ \ t ' .-
; 1
1..r.1 ne,(1 CI GrA _411_2_3c, e lt,
a- _ a \ R I
..,
"4
a 7.: TYPE IV(1)ARROW
n FOR TYPE r IR;ARROW
.2
USE V1RROR NAGE:
1 1
i } i
I NOT TO SCALE
-r i
......i
IC42=•t 74.44 14_,Lx.,t,,t
X'"" r"--4114 1.111--SZ ft,'I, In 4"'t G"d-40.
TYPE II(MARROW TYPED!(L.)ARROW TYPE III(B)ARROW
(FOR TYPE RI IRJ
ARPROW,
JSE hORROR AGE'
NOTE: The design details for various arrows are also shown in Department of Transportation's Standard Plans.
Chapter 3B—Pavement and Curb Markings January 21,2010
Part 3-Markings
Page 3B-86
California MUTCD
(FHWA's MUTCD 2003 including Revisions! and 2,as amended for use in California)
,
Fi,v-,Pre 3P-103 (CA). Examples of Intersection Markings
_
c:. -.4.8.4,1J... - i •r- .7410-st...=:.',-.--- , ..x.„ ----
vit--- 6=2 ---4... .--...tt-1-1•-•.-_-, r10-- r- W:2(''°F11'41.40)4.;......7t-Zii,‘"P
E
; .., i .s= ,,tAll I.-7-* —1.33 m(61(Min.
' 'St ' --11 .!+..-- 1 123 m(6 fel Kn. e7 - fel- ....,--4,tli.--4,--i,:.
..F- 1 '1.4*-%-.....- . . 7"le.11,-.-
go '„, ..''''.e," -N I: ... .,..,-.:i,„..etki
E ',V1-11.4e,,i *...trv-Te,'4.1 R1-1 010 m(41 ft)
R1!-1,-(13C m(1 ft)
. 4 , .......,!;:iiit,,f,Cit-tv i 4 ,--(See Note 1)
J.*. ...,;...•--..--__-:.... ..437,,_
ip, (See Note 1) e4 "a-',111"-W;c7715vr,*-0.1!:::"--- I
i - ;",-,'±,- -4k.*.7.1ili::;''''''i%-i*:=7,„;-a.---.4,i7y,;:p• *,.,. ; tz' - -- ":...,..,
ji
i......„ ,,,,, .,
''-- -7%
t„.
1
, . N.,-, .., ,. '
130 n14 ft—R1-1 4,-, -„_ . , .:0 . tit•, ','",,,,, ',*-4*,, "-0,..-"-
(1.30 rr'1 it; -' A '7,.,j:r! ■it:r;(' .*.'l'l d' i Ir.''
I"'*
See Note il .
1 -- See( l
hote
i --.- ';'" •.r ,
---__
--IP-
Clr:tr-,,t;' - ','--;.7--771P12•-- '..: -..--:'-'7:5-•-•- I.-%
MItir`:=
= =
''' R14
„.. _ ,..,..
E (See Note 2) E
2 - LANE MULTI -LANE
LEGEND
—op- Direction of Travel
NOT TO SCALE
NOTES.
1. The Limit Line is optional, refer to Section 313.16. The Limit Line on wide side roads on long radius
corners may be bent at a 40°±angle for traffic making a right turn.
2. When a Stop Ahead(W3-1)or STOP AHEAD(W3-la sign is used,a STOP AHEAD pavement
marking may be placed to supplement the sign according to Section 3B1
(This space left intentionally blank)
Chapter 3B-Pavement and Curb Markings January 21,2010
Part 3-Markings
California MUTCD Page 2B-49
(FHWA's MUTCD 2003 including Revisions 1 and 2,as amended for use in California)
The BEGIN FREEWAY(R57(CA))sign shall be used to mark the beginning of a section of freeway on which
parking is prohibited.
Support:
Position the R57(CA)sign above the EMERGENCY PARKING ONLY(R8-4)sign. Rater to CVC 21960.
Standard:
The END FREEWAY(R58(CA))sign shall be used to mark the end of freeway.
Section 2B.43 WALK ON LEFT FACING TRAFFIC and No Hitchhiking Signs (R9-1,R9-4,R9-4a)
Option:
The WALK ON LEFT FACING TRAFFIC (R9-1) sign(see Figure 2B-18)may be used on highways
where no sidewalks are provided.
Standard:
If used,the WALK ON LEFT FACING TRAFFIC sign shall be installed on the right side of the
road where pedestrians walk on the pavement or shoulder in the absence of pedestrian pathways or
sidewalks.
Option:
The No Hitchhiking(R9-4a)sign(see Figure 2B-18)may be used to prohibit standing in or adjacent to
the roadway for the purpose of soliciting a ride. The R9-4 word message sign(see Figure 2B-18)may be
used as an alternate to the R9-4a symbol sign.
Section 2B.44 Pedestrian Crossing Signs (R9-2,R9-3)
Option:
Pedestrian Crossing signs(see Figure 2B-18)may be used to limit pedestrian crossing to specific
locations.
Standard:
If used,Pedestrian Crossing signs shall be installed to face pedestrian approaches.
Option:
Where crosswalks are clearly defined,the CROSS ONLY AT CROSSWALKS (R9-2)sign maybe used
to discourage jaywalking or unauthorized crossing.
The No Pedestrian Crossing(R9-3a)sign may be used to prohibit pedestrians from crossing a roadway at
an undesirable location or in front of a school or other public building where a crossing is not designated.
The NO PEDESTRIAN CROSSING(R9-3)word message sign may be used as an alternate to the R9-3a
symbol sign.The USE CROSSWALK(R9-3b)supplemental plaque,along with an arrow,may be installed
below either sign to designate the direction of the crossing.` hie t�IO 'ED RO BSI G USE CROSS Ji�_ly
(R49(CA))Sign may be used as an alternate to the combined R9-3 and R9 3h signs.
Support:
One of the most frequent uses of the Pedestrian Crossing signs is at signalized intersections that have
three crossings that can be used and one leg that cannot be crossed.
Guidance:
The R9-3b sign should not be installed in combination with educational plaques.
Support:
Refer to CVC 21106.
Section 2B.45 Traffic Signal Signs(R10-1 through R10-21)
Option:
To supplement traffic signal control,Traffic Signal signs R10-1 through R10-21 may be used to regulate
road users.
Guidance:
When used,Traffic Signal signs should be located adjacent to the signal face to which they apply.
Chapter 2B—Regulatory Signs January 21,2010
Part 2-Signs
California MUTCD Page 2B-110(FHWA's MUTCD 2003 including Revisions 1 and 2,as amended for use in California)
— 7 '..2*:_.-
Code
.., ,:- - 7 -.: . : -_ -: .7. 1:. , :,.. Cl
iE CC
Illil:
...7., ..,
._
- -- .;,.....-.. -,
-
:--'-i -71-::'
.,r
_ ._
.._ ....
. _ •.,
.. . .
....
---- .
- - - - - *
. . _.-.. -.
7,":_ _ -- --.• - ' ..:- . _
, -
. , t
.:., _ :•___. ___ _ ill,
_ -
- --
- . _ - - !i•
:: - 1
li
. .-
_' -•:. k
7-7.-":--7-- .--
--- -
7 3.•""; 1.- 2.';',. ---
-- - .-- --
°•: ::
•
• ' „,
...:. - 1
._ . .
'• _
_. .
,.
Chapter 2B—Regulatory Signs January 21,2010
Part 2-Signs
2B-1 18
Page 2
)
in California
,for use's
amended i
2,as ame
Signs(Sheet_=-
rii ,Revisions I and-,
'a'.: 17;'
--..---„„
cD -nclu--no
. _
ur 2003 1
\AT TM TCD
. -
._,
_-
California=i_- A,s,,—
,„.._.-- _ ......
(Fli wit
-.`2.4.':"?'7-1-----
.- _-
__,...,.-
_-_.--
_,
.,----741---:
'''''
, _-2.* -,-,7, _F- -
ER F .,.
.
Code;:.„, -:' - , '''' -=2...7-_'
T.',-,'.-.:-. ''.,... — ,. 7.: -'
- a- _ -.....-,/:: :. — —ese
__----,
-3-
„ -
....
'- _ '''::-E"-:
.-
a -
.-
. -
-- _
- .
■ , _ • . .. - -
,...
. _
...... ,.. .
. • - _ -- .
. _, . -.....
--7-=
- ,.._..-
.. . _
----.---
..f.
C0 _- - -
TT
_ ..,..,
,• -:
•
- - - - '
_-
,..
- -_; , — - _ ___-7:—. :,7:T,-,,-:c .::--•- ' : :--S''''''
-. ....
_ ..
_ . .... , . .,...
— - . -
. - -
_ .
' - -
,
' --
- 1114:i4';
- ' '--
-
_ ..‘ ,
-:,..':
- -
- _,
, - '
t_
-'' ' • -,...
-.---
`:-7.".27-
7'' -.-
.....- ,, _
_ ...0.
- ---7--- . -,--, — D...-_;-__--;-------",..,- -, ":--
.,..,, -_ , -
_._
2010
January 21,
.-----..-=-_,.
.„, ----
, .
,...„
°-c,
_,--
'-
_.....
- us
Sig
r 2B—
Chapter
Part 2-Signs Regulatory
California MUTCD Page 2C-30
(FHWA's MUTCD 2003 Revision 1,as amended for use in California)
Figure 2C-4. Roadway Condition and Advance
Traffic Control Signs
,Aiiiiii.,,,,,,, ,
/ ,, / -, , .
„ ,, BE
/ 'li ..,. /41111hi \ / - , ,,
71 \\ / '----------- \\, \ / PREPARED ,
, ,,,,. \... i , ,.
\ , /
\ i
,imi
T° SICIr
W3-1 W3-2' W3-3* W3-4
SHOULDER
ss
e u MP
, 1 p ','.3
D i PAVEMENT \-,
, ,„..
\
W8-1 W8-2 W8-3 W8-4.
/ \
,/ LoosE '
,
LOW :,,,
Ns,.:
4t
„, --,, RRO011AGD /7.
H -
, _
"( N GRAVEL ' • \\!"°U DER/1
W8-5 W8-7 W8-8 W8-9
,-
NO
„,”
SHOULDER ' , ,- CENTER `, / SPEED
ICES BE roitt )
DROP .„-' . ,
\ STRIPE -." N' ROAD / ''' , HUMP
Orr
W8-9a W8-12 W8-13 VV1 7-1
*An optional word message sign is shown in the"Standard Highway Signs"book.
Chapter 2C—Warning Signs September 26,2006
Part 2-Signs
California 7,VILITCD Page 2C-28
(FHWA's11411,TCD 2003 Revision 1,as amended for use in California)
Figure 2C-2 (CA). Vertical Grade Signs
DEEP
GRAVEL
[ RIGHT ExiT -
,
C.:-:,': \' 2CC A\
Figure 2C-3. Miscellaneous Warning Signs
. ,
•
' NARROW ' O E
'NARROWS ,
\
'
- BRIDGE ,
'Ilgillr
.,
'-`:5-2 "..5-3 P re-'
...,
'
,,..
'
...,
,
W12-1
. '
CF , .0
- .
, ...-
,+ 1
14FT 41N , oRT:::`,4::a3 I
,
DEAD ' NO
END ' OUTLET
.t.i..4-1 W14-la V114-2 W14-2a
Chapter 2C—Warning Signs September 26,2006
Part 2-Signs
California MUTCD Page 2C-31
(FHWA's MUTCD 2003 Revision 1,as amended for use in California)
Figure 2C-4 (CA). Roadway Condition and Advance Traffic Control Signs
. ROCK
SLIDE '.1 ,
, • SLIDE
AREA SIGNAL
AREA
- AHEAD
.... .
W38 (CA) W3-3a or T141A(CA) W43 (CA) W50 (CA)
SUBJECT
FLOODED
TO
FLOODING
[
AL
siG
i N
AHEAD
..., f
... _
1,,A150-1 s0.4.) ',/`:55 (0A' ‘,‘15:56 i C.,,.„,‘, S'iV26 C.
STEEL FLASH SNOW
BRIDGE , DRIFTING
' FLOOD , SLIDE
DECK SAND AREA AREA
---,---Q ce- ,,
S 1=4.../ I .."4"-ki SI.132 -.....,,,-=.; S W35 (0z-,. S',.',.'el.1 (L.A.
ahlih.
WATCH ihIk. ilfro. 40.
GROOVED FOR SNOW 4C:).
PAVEMENT v,
SLIPPERY .
- _ r
s„,v45 (,,A) SV146 (CA: S'W54 I OIL,, S'.!\154'''' (0A)
, ,
CARPOOL,IS
CARPOOL
ir ..j „21111#!:?%' , plat2itft_laie:**E.,., ',
2FOR:ORE ' '71.,,AiPS
PER VEHICLE .. 6046. , wHOiliiiito :
- ,er 41 - - IF:
SW54A (CA) SW5413 (CA) SW54C (CA)
Chapter 2C -Warning Signs September 26,2006
Part 2-Signs
California MUTCD Page 2C-1
(FHWA's MUTCD 2003 Revision 1,as amended for use in California)
CHAPTER 2C.WARNING SIGNS
Section 2C.01 Function of Warning Signs
Support:
Warning signs call attention to unexpected conditions on or adjacent to a highway or street and to
situations that might not be readily apparent to road users. Warning signs alert road users to conditions that
might call for a reduction of speed or an action in the interest of safety and efficient traffic operations.
Section 2C.02 Application of Warning Signs
Standard:
The use of warning signs shall be based on an engineering study or on engineering judgment.
Guidance:
The use of warning signs should be kept to a minimum as the unnecessary use of warning signs tends to
breed disrespect for all signs. In situations where the condition or activity is seasonal or temporary,the
warning sign should be removed or covered when the condition or activity does not exist.
Support:
The categories of warning signs are shown in Table 2C-1.
Warning signs specified herein cover most of the conditions that are likely to be encountered. Additional
warning signs for low-volume roads(as defined in Section 5A.01),temporary traffic control zones, school
areas, highway-rail grade crossings, bicycle facilities, and highway-light rail transit grade crossings are
dit,:,ussed in Parts 5 through 10, respectively.
Option:
Word message warning signs other than those specified in this Manual may be developed and installed
by State and local highway agencies Department of Transportation(See Section 2A.06).
Warning signs may be supplemented with a yellow flashing beacon.
Section 2C.03 Design of Warning Signs
Standard:
All warning signs shall be diamond-shaped(square with one diagonal vertical)with a black legend
and border on a yellow background unless specifically designated otherwise.Warning signs shall be
designed in accordance with the sizes,shapes,colors,and legends contained in the"Standard Highway
Signs" book(see Section 1A.11).
Option:
Warning signs regarding conditions associated with pedestrians,bicyclists,playgrounds, school buses,
and schools may have a black legend and border on a yellow background or a black legend and border on a
fluorescent yellow-green background.
Support:
Sign design details are contained in FHWA s Standard Highway Signs book and Department of Transportation's
California Sign Specifications. See Section 1A.11 for information regarding these publications.
Table 2C-101(CA)shows a list of California Warning Signs.
Table 2C-102(CA)shows a list of MUTCD Warning Signs.
The use of educational plaques to supplement symbol signs is described in Section 2A.13.
Section 2C.04 Size of Warning Signs
Standard:
The sizes for warning signs shall should be as shown in Table 2C-2.
Guidance:
The Conventional Road size should be used on conventional roads.
The Freeway and Expressway sizes should be used for higher-speed applications to provide larger signs
for increased visibility and recognition.
Chapter 2C -Warning Signs September 26,2006
Part 2-Signs
California MUTCD Page 2C-2
(FHWA's MUTCD 2003 Revision 1,as amended for use in California)
Option:
The Minimum size may be used on low-speed roadways where the reduced legend size would be
adequate for the warning or where physical conditions preclude the use of the other sizes.
Oversized signs and larger sizes may be used for those special applications where speed,volume,or
other factors result in conditions where increased emphasis,improved recognition,or increased legibility
would be desirable.
Standard:
The minimum size for supplemental warning plaques shall be as shown in Table 2C-3.
Option:
Signs larger than those shown in Tables 2C-2 and 2C-3 may be used(see Section 2A.12).
Section 2C.05 Placement of Warning Signs
Support:
For information on placement of warning signs,see Sections 2A.16 to 2A.21.
The total time needed to perceive and complete a reaction to a sign is the sum of the times necessary for
Perception, Identification(understanding),Emotion(decision making).and Volition(execution of decision),
and is called the PIEV time. The PIEV time can vary from several seconds for general warning signs to 6
seconds or more for warning signs requiring high road user judgment.
Table 2C-4 lists suggested sign placement distances for two conditions. This table is provided as an aid
for determining warning sign location.
Guidance:
Warning signs should be placed so that they provide adequate PIEV time. The distances contained in
Table 2C-4 are for guidance purposes and should be applied with engineering judgment. Warning signs
should not be placed too far in advance of the condition, such that drivers might tend to forget the warning
because of other driving distractions, especially in urban areas.
Minimum spacing between warning signs with different messages should be based on the estimated
PIEV time for driver comprehension of and reaction to the second sign.
The effectiveness of the placement of warning signs should be periodically evaluated under both day and
night conditions.
Option:
Warning signs that advise road users about conditions that are not related to a specific location,such as
Deer Crossing or SOFT SHOULDER,may be installed in an appropriate location, based on engineering
judgment,since they are not covered in Table 2C-4.
Standard:
Warning signs shall be installed in accordance with the general requirements for sign placement as
described in Sections 2A.16 to 2A.21 and as shown in Figure 2A-1(CA).
Section 2C.06 Horizontal Alignment Signs(W1-1 through W1-5,W1-11,W1-15)
Option:
The horizontal alignment Turn(W1-1),Curve(W1-2),Reverse Turn(W1-3),Reverse Curve(W1-4),or
Winding Road(W 1-5)signs(see Figure 2C-1)may be used in advance of situations where the horizontal
roadway alignment changes. A One-Direction Large Arrow(W1-6)sign(see Figure 2C-1 and Section
2C.09)may be used on the outside of the turn or curve.
If the change in horizontal alignment is 135 degrees or more,the Hairpin Curve(W1-11)sign(see Figure
2C-1)may be used.
If the change in horizontal alignment is approximately 270 degrees, such as on a cloverleaf interchange
ramp,the 270-degree Loop(W1-15)sign(see Figure 2C-1)may be used.
Guidance:
The application of these signs should conform to Table 2C-5.
When the Hairpin Curve sign or the 270-degree Loop sign is installed,either a One-Direction Large
Arrow(W1-6)sign or Chevron Alignment(W1-8)signs should be installed on the outside of the turn or
curve.
Chapter 2C—Warning Signs September 26,2006
Part 2-Signs
California MUTCD Page 2C-8
(FHWA's MUTCD 2003 Revision 1,as amended for use in California)
Support:
See Figure 3B-12(CA)for signing and marking applications for lane reductions.
Section 2C.20 Double Arrow Sign (W12-1)
Option:
The Double Arrow(W12-1)sign(see Figure 2C-3)may be used to advise road users that traffic is
permitted to pass on either side of an island,obstruction,or gore in the roadway.Traffic separated by this
sign may either rejoin or change directions.
Guidance:
If used on an island,the Double Arrow sign should be mounted near the approach end.
If used in front of a pier or obstruction,the Double Arrow sign should be mounted on the face of,or just
in front of,the obstruction. Where stripe markings are used on the obstruction,they should be discontinued
to leave a 75 mm (3 in)space around the outside of the sign.
Section 2C.21 DEAD END/NO OUTLET Signs (W14-1,W14-la,W14-2,W14-2a)
Option:
The DEAD END(W14-1)sign(see Figure 2C-3)may be used at the entrance of a single road or street
that terminates in a dead end or cul-de-sac. The NO OUTLET(W14-2)sign may be used at the entrance to a
road or road network from which there is no other exit.
DEAD END(W14-la)or NO OUTLET(W14-2a)signs(see Figure 2C-3)may be used in combination
with Street Name(D3-1)signs(see Section 2D.38)to warn turning traffic that the cross street ends in the
direction indicated by the arrow.
At locations where the cross street does not have a name,the W14-la or W14-2a signs may be used
alone in place of a street name sign.
Standard:
When the W14-1 or W14-2 sign is used,the sign shall be posted as near as practical to the entry
point or at a sufficient advance distance to permit the road user to avoid the dead end or no outlet
condition by turning off,if possible,at the nearest intersecting street.
The DEAD END(W14-la)or NO OUTLET (W14-2a)signs shall not be used instead of the W14-1
or W14-2 signs where traffic can proceed straight through the intersection into the dead end street or
no outlet area.
Option:
The END(W31(CA))sign may be used where a street or highway ends.
The ROAD ENDS FT(W31A(CA))sign may be used in advance of the END(W31(CA))sign.
Support:
Install in a head-on position in combination with an end-of-roadway marker.See Chapter 3C.
See Figure 2C-3(CA)for W31(CA)and W31A(CA)signs.
See Figure 3C-1 and 3C-101(CA)for examples of object markers and more details.
Section 2C.22 Low Clearance Signs(W12-2 and W12-2p)
Standard:
The Low Clearance(W12-2)sign (see Figure 2C-3)shall be used to warn road users of clearances
less than 300 mm(12 in)above the statutory maximum vehicle height.
Guidance:
The actual clearance should be shown on the Low Clearance sign to the nearest 25 mm(1 in)not
exceeding the actual clearance. However,in areas that experience changes in temperature causing frost
action,a reduction, not exceeding 75 mm(3 in), should be used for this condition.
Where the clearance is less than the legal maximum vehicle height,the W 12-2 sign with a supplemental
distance plaque should be placed at the nearest intersecting road or wide point in the road at which a vehicle
can detour or turn around.
Chapter 2C—Warning Signs September 26,2006
Part 2-Signs
California:MIUTCD Page 2C-11
(FHW A's IVIUTCD 2003 Revision 1,as amended for use in California)
Option:
The black on orange background LOW SHOULDER(W8-9)than 75 mm(3 in)between highways
to warn of a and the travel
shoulder condition where there is an elevation
lane.See Section 6F.42.
Section 2C.27 Slippery When Wet Sign{W8-51
Option:
The Slippery When Wet(W8-5)sign(see Figure 2C-4)may be used to warn that a slippery condition
might exist.
Guidance:
When used,a Slippery When Wet sign should be placed in advance of the beginning of the affected
section(see Table 2C-4), and additional signs should be placed at appropriate intervals along the road where
the condition exists.
Option:
The WATCH FOR SNOW SLIPPERY(SW46(CA))sign may be used to warn road users of conditions where snow
may be on the roadway surface, but chains are not yet required.The SW46(CA)sign may be placed in advance of areas
where such conditions may exist,and intermittently as needed where such conditions may exist for long sections of
highways.
The SW46(CA)sign may be displayed when weather conditions are such that it would be reasonable to assume that
snow on the roadway would be a possibility.
Guidance:
The SW46(CA)sign should be removed when such conditions are no longer present.
Support:
See Figure 2C-4(CA)for the SW46(CA)sign.
Section 2C.28 BRIDGE ICES BEFORE ROAD Sign(W8-13)
Option:
A BRIDGE ICES BEFORE ROAD(W8-13)sign(see Figure 2C-4)may be used in advance of bridges
to advise bridge users of winter weather conditions.
The BRIDGE ICES BEFORE ROAD sign may be removed or covered during seasons of the year when
its message is not relevant.
The ICY(W43(CA))sign(see Figure 2C-4(CA))may be used in advance of locations where an icy condition
requires extra caution.
Guidance:
The W43(CA)sign should be used on mountain roads,which may be continuously in the shade and where ice forms
during the greater part of the winter.This sign should be covered or removed at the end of the winter season or when the
icy condition no longer exists.The sign should be located in advance of the beginning of the icy sections.
Section 2C.29 Advance Traffic Control Signs(W3-1,W3-2,W3-3,W3-4)
Standard:
The Advance Traffic Control symbol signs(see Figure 2C-4)include the Stop Ahead(W3-1),Yield
Ahead(W3-2),and Signal Ahead(W3-3)signs.These signs shall be installed on an approach to a
primary traffic control device that is not visible for a sufficient distance to permit the road user to
respond to the device(see Table 2C-4).The visibility criteria for a traffic control signal shall be based
on having a continuous view of at least two signal faces for the distance specified in Table 4D-1.
Support:
Permanent obstructions causing the limited visibility might include roadway alignment or structures.
Intermittent obstructions might include foliage or parked vehicles.
Guidance:
Where intermittent obstructions occur,engineering judgment should determine the treatment to be
implemented.
September 26,2006
Chapter 2C—Warning Signs
Part 2-Signs
California MUTCD Page 2C-12
(FI WA's MUTCD 2003 Revision 1,as amended for use in California)
Option:
An Advance Traffic Control sign may be used for additional emphasis of the primary traffic control
device,even when the visibility distance to the device is satisfactory.
Word messages(W — W3-3a)may be used as alternates to the Advance Traffic Control
symbol signs.
A supplemental street name plaque(see Section 2C.49)may be installed above or below an Advance
Traffic Control sign.
A warning beacon may be used with an Advance Traffic Control sign.
A BE PREPARED TO STOP(W3-4)sign(see Figure 2C-4)may be used to warn of stopped traffic
caused by a traffic control signal or in advance of a section of roadway that regularly experiences traffic
congestion.
Standard:
When a BE PREPARED TO STOP sign is used in advance of a traffic control signal,it shall be
used in addition to a Signal Ahead sign.
Option: _ . _ ' }
The B ,,,_ ! , .__ . . e - • .
Guidance:
, • IING plaque.
- _ • -.. • ... a •• - _ . . . .D. _
Standard: shall not be used to supplement the BE
A warning beacon or WHEN FLASHING(W16-13p)plaque
PREPARED TO STOP(W3-4)sign.Studies indicate that these devices are generally not effective as warning
devices for motorists approaching signalized intersections.The non-use of a warning beacon or WHEN
FLASHING(W16-13p)plaque also addresses the situation when a warning beacon is inoperative for any reason.
Guidance:
The Stop Ahead sign (W3-1)should not be used in the approach to an intersection where there is channelization
and the majority of the traffic turns to the right without being required to stop.
Option:
The STOP AHEAD pavement markings may be placed in accordance with Section 36.19.
The SIGNAL AHEAD sign(W3-3a)may be used for overhead mastarm and overhead structure mounted locations.
The SIGNAL/STOP AHEAD Arrow sign(SW26(CA)) may be used in the head-on position where W3-1 and W3-3
signs have proven ineffective.
Guidance:
The W3-1 and W3-3 signs should be left in place when the SW26(CA)sign is placed.
Support:
See Figure 2C-4(CA)for W3-3a sign.
Section 2C.30 Speed Reduction Signs(W3-5 W3-5a)
Guidance:
A Speed Reduction(W3-5 or W3-5a) sign(see Figure 2C-5)should be used to inform road users of a
reduced speed zone when engineering judgment indicates the need for advance notice to comply with the
posted speed limit ahead.
Standard:
If used,Speed Reduction signs shall be followed by a Speed Limit(R2-1)sign installed at the
beginning of the zone where the speed limit applies.
The speed limit displayed on the Speed Reduction sign shall be identical to the speed limit
displayed on the subsequent Speed Limit sign.
Option:
The TRAILERS-CAMPERS-GUSTY WIND AREA NEXT MILES(SW17-1(CA))sign may be used where known
or potential wind collision problems exist.
Support:
See Figure 2C-5(CA)for SW17-1(CA)sign. September 26,2006
Chapter 2C—Warning Signs
Part 2-Signs
PROJECT LOCATION
SURVEY DOCUMENTS
5 .7e, 1- 171 0 8 5
, -
CORNER RECORD DOCUMENT NO.
9 5 0 9 6 7 COUNTY OF SAN SEP.'NARD'NO. CALIFORNIA
NO cT 49, -1,1 07-65 TR /Ai E 'VOL 0-500#1 -
ca v E.A? rrE 01.5-7-,4riceS.
TIES-c4•6 c&•.o i'0-2-N,C 8V "--
, ,..r.. 570,
I 1 .
i
ii -r.c, g)
1 ,f17). /44AS ON 7C. ,liv re-16-ce/Xe
-rJ/C-' A4..o.,c„ ei P*Ce/R5 REra,42/ %.0%e reiieW
4-.1,,z,WR• cs7°Y 7ves R.4747
7-`8,:v.,
\ 7
\ /
,,...-7
---„-s. i
./.--
,
R IA LT0 \ y A VENUE
,:', ,,--...5,...„--,-.0, . " - r, ' -,'' c- 8 734a icy ei57/
,,, , ,r-'1c g r.-:'7"-"' -7--. 5- PAre";1=-7I-93"0
/ : , 4 -, ''.--
--,
v ''-,-. ,----..---
..
„,,--7...."--, ---‘-----------------------
,5-tr.-.- /14,-L:
719P
1 ="),c- A ,------ge RI ,--a Fr. ;eV, 0,c
---/-t, = 'Z'‘,./. 5•','.0'
-,,
Z.1
-a -....---
* L.S. 5274 *
.,•'. 7z-.
<t- cciz
0 F C NO
SURVEYOR'S CERT'FiCATE COUNTY SURVEYORS -PPT:Fu-AT-,P
KA I.
THIS CORNER RECORD WAS PREPARED BY ME OR THIS CORNER RECORD WAS RECEIVED
UNDER MY DIRECT ON IN CONFORMANCE WITH THE 19
LAND SURVEYORS ACT ON 10 C're,8E2 3 AND EXAMINED AND FILED "tic)/ 'S 19
444, A S SaR V5 Y" PARTY Cii i 6'fr". A:0 -17,444- i /
13 t ---1 CrrY ,o,r- s-draN S 6 Riv 19,e.6 IA/O, CA . BY SAL-,---fr''. _
,-----Th. -,-'''-'1411"...°"""1"...."1 .."1-..
DEPUTY, r:, -1., - ---..... ' 0
, COUNTY "... -1,-, r \,
53r3':‘,1=13 ------- na" . _ e ,z 4•7 7,_. TITLE DtPurif (Aug( giatcs,c-
...._... i .
NicL 50 74- 4.
-i- ..... .
COUNTY SURVEYOR'S STATEMENT
ii
t ,
: ,
,e, -............-/—
S .E 2 1--. 2-
., f.; i 2 19"
to
71 0 8 0
a NOTICE • County of San Bernardino DOCUMENT NO.
Filing this corner record does not Environmental Management Group
relieve you of filing a RECORD OF
OF SURVEYOR
SURVEY when it is required by the OFFICE
LAND SURVEYORS ACT
.,.,_ CORNER RECORD
COUNTY OF SAN BERNARDINO, CALIFORNIA
/ 5. , R. V___5___222------— -5-___ - 1_ '_S__\_/ ERNA-----.----2- MERIDIAN
1-7-----11
1 i CORNER TYPE:
COORDINATES
GOVT. E'T. CORNER _I CONTROL — N.
----/!--- s MEANDER
i 1 RANCHO 1_ PROPERTY 0 E.
_
_I OTHER Y ZONE
D ATE OF SUR VEY: OCTOgE,e ei/9?,_5" ELEV.
CORNER — LEFT AS FOUND Z FOUND ANC TAGGED iii REESTABLISHED ii REBUILT ::::.
PHYSICAL L C ESCF I PT.DN OF CORNER FOUND: EviD.E!‘.OE USED TO IDENTIFY THE CORNER f-- 0-.2..E. /E.____.... --,---.W6 -5-/•7.
•
PHYS;;;',1,17.,=3:-R:F7.0‘. '...;'7 MONUMENTS 2.7-'2, ,:__T, PERPETUATED OR RESET -54-e" L%-)7-/-7Eie 5/PE
,..._,
A CORNER RECORD MAY BE USED -0 REPORT THE RECOVERY
OR PERPETUATION OF S.JRVEY MONUMENTS OR TO SHOW THE REESTABLISHMENT
OF MONUMENTS tiHERE.FIELD CONDITIONS AGREE SUBSTANTIALLY WITH RECORD
1. THE CORNER-REC:RD R-TO BE PREPARED BY A LICENSED _AND SURVEYOR OR REGISTERED CIVIL ENGINEER AND FLED WITH THE
COUNTY SURVEYOR OP COUNTY ENGINEER OF THE COUNTY IN WHICH THE CORNER IS LOCATED.
2. A CORNER RECORD SHALL BE F:LEC WTI-UN 90 DAYS OF THE DATE OF THE RECOVERY,USE OR REESTA.BUSHMENT OF A CORNER
UNLESS THE CORNER IS TO BE SHOWN ON A RECORD OF SURVEY,PARCEL OR',RNA:.MAP DERIVED FROM THE SURVEY WHICH USED
DR LOCATED SAID CORNER.
3. A CORNER RECORD MAY BE FILED TO SHOW THE PERPETUATION OF ANY EXISTING OR OBLITERATED CORNER OF THE SURVEY OF
THE PUBLIC LANDS,AS SAID CORNERS ARE DEFINED IN THE 'MANUAL OF INSTRUCTIONS FOR THE SURVEY OF PUBLIC LANDS OF
THE UNITED STATES"OF THE BUREAU OF LAND MANAGEMENT.THE IDENTIFICATION OF SUCH CORNERS SHALL BE.IF POSSIBLE,IN
ACCORDANCE WITH THE SYSTEM OF IDENTIFICATION GIVEN BY SAID MANUAL OF INSTRUCTIONS. ..`
4. AT THE OPTION OF THE SURVEYOR OR ENGINEER, A CORNER RECORD MAY BE FILED FOR PROPERTY CORNERS, PROPERTY
CONTROLLING CORNERS,REFERENCE MONUMENTS OR ACCESSORIES TO PROPERTY CORNERS WHEN THE COUNTY SURVEYOR OR
COUNTY ENGINEER DETERMINES THAT NONE OF THE CONDITIONS REQUIRING A RECORD OF SURVEY EXIST AS OUTUNED IN
SECTION 8752 OF THE LAND SURVEYORS ACT.
5. THE COUNTY SURVEYOR OR COUNTY ENGINEER SHALL EXAMINE THE CORNER RECORD WITHIN 20 DAYS FOR CONFORMANCE
WITH SECTION 8773 OF THE LAND SURVEYORS ACT.UPON DETERMINATION THAT THE ABOVE LISTED CONDITIONS ARE SATISFIED
AND THAT THE INFORMATION REQUIRED ELSEWHERE ON THIS FORM IS COMPLETE,THE COUNTY SURVEYOR OR ENGINEER SHALL
FILE AND INDEX THE CORNER RECORD AND NOTIFY THE SURVEYOR:ENGINEER OF SUCH FILING.
S. CORNER RECORDS SUBMITTED FOR SURVEYS WHICH,UNDER SECTION 3752 OF THE LAND SURVEYOR'S ACT,REQUIRE A RE
0 OF SURVEY SHALL BE RETURNED TO THE SURVEYOR OR ENGINEER TOGETHER WITH A STATEMENT OF THE REASON FOR Si*--:
RETURN.
7. CALIFORNIA COORD NATE SYSTEM DATA MAY BE SHOWN, BUT SHOULD BE ACCOMPANIED BY AN IDENTIFICATION OF THE
SOURCE OF SUCH IFDRMATION.
B. A SKETCH SHOWING REFERENCE TIES TO ACCESSORIES OR OTHER:DENTIFIABLE OBJECTS ,THE VICINITY OF THE CORNER SHALL
BE PROVIDED WHERE a 2PROpp.:ATE. PHOTOGRAF-IS ,ND/OR TOPOGRAPHY OF THE MONUMENT AND SURROUNDINC AREA ARE
ENCOURAGED.
141- 1.:11g...AA4 PAY 1LC11 r' i
SURVEY MONUMENT PRESERVATION GUIDELINES
CALIFORNIA LAND SURVEYORS ASSOCIATION
& CONSULTING ENGINEERS AND LAND SURVEYORS OF CALIFORNIA
Joint Professional Practice Committee - Riverside/San Bernardino and Desert Chapters
(In Cooperation with the Riverside & San Bernardino County Surveyors Office)
PREFACE:
The preceding public survey documents are provided from a search of records on file in the
City of San Bernardino, Office of the City Engineer.
All work is to be performed by a person or under the supervision of a person authorized to practice
Land Surveying (refer to Sub-section 6-1.10 "SURVEYING SERVICE" of these Special Provisions).
All new and replaced survey ties shall be by transit method.
The following regarding public works construction in the Public Right of Way is extracted from letter
from the above agencies, dated April 13, 2007:
NEW & RECONSTRUCTION PROJECTS
A. PRIOR TO CONSTRUCTION
(1.) The survey crew shall diligently search for all survey monuments of record and on the
surface of the road. It is suggested (that)the search (sh)ould include the use of a metal
detector. When the detector indicates the possibility of a buried survey monument, then
digging below the surface to uncover the monument within 2" of the road surface is
recommended.
(2.) The survey crew shall properly reference all found survey monuments, which may be
disturbed or covered during construction, to stable surface points.
(3.) The authorized surveyor shall properly complete a Corner Record or Record of Survey
for the monuments noted in(I)tem(2.), above. Prior to the start of any construction
work, the original or a print of the Corner Record or Record of Survey shall be submitted
to the County Surveyor for review, signature and filing.
B. AFTER CONSTRUCTION AND PRIOR TO RECORDING
NOTICE OF COMPLETION
1. All covered and disturbed monuments shall be reset with the same or more durable type
of monument as the original, in the surface of the construction. Key monuments shall be
a minimum 1" inside diameter iron pipe of appropriate length.
2. A monument box or other protective structure is recommended to be placed around key
monuments (section corners, quarter section corners).
3. The authorized surveyor shall properly complete a Corner Record of Record of Survey
for all set monuments with a change in character, including tag number, and submit it to
the County Surveyor for review, signature and filing.
NOTE: Parentheses above indicate changes to original text.
coNT , CT
AGREEMENT
AGREEMENT
CITY OF SAN BERNARDINO
THIS AGREEMENT is made and concluded this day of , 20 , between the
City of San Bernardino(owner and hereinafter"CITY"),and
(hereinafter "CONTRACTOR").
1. For and in consideration of the payments and agreements hereinafter mentioned,to be made and
performed by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of
which is hereby acknowledged, the CONTRACTOR agrees with the CITY, at the CONTRACTOR's own proper
cost and expense in the Special Provisions to be furnished by the CITY, to furnish all materials, tools and
equipment and perform all the work necessary to complete in good workmanlike and substantial manner the
TRAFFIC SIGNAL INSTALLATION
AT
RIALTO AVENUE AND MERIDIAN AVENUE
(TC 04-035 )
in strict conformity with Plans and Special Provisions No. 12619 , and also in accordance with Standard
Specifications for Public Works Construction, latest edition in effect on the first day of the advertised "Notice
Inviting Sealed Bids" for this project, on file in the Office of the City Engineer, Public Works Department, City
of San Bernardino, which said Plans and Special Provisions and Standard Specifications are hereby especially
referred to and by such reference made a part hereof.
2. The CONTRACTOR agrees to receive and accept the prices as set forth in the Bid Schedule as
full compensation for furnishing all materials and doing all the work contemplated and embraced in this
agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen
difficulties or obstructions which may arise or be encountered in the prosecution of the work and for all risks of
every description connected with the work; also for all expenses incurred by or in consequence of the suspension
or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the manner
and according to the Plans and Special Provisions,and requirements of the Engineer under them.
3. The CONTRACTOR herein covenants by and for himself or herself, his or her heirs, executors,
administrators, and assigns, and all persons claiming under or through them,that there shall be no discrimination
against or segregation of, any person or group of persons on the basis of race, color,national origin,religion, sex,
marital status, or ancestry in the performance of this contract, nor shall the CONTRACTOR or any person
claiming under or through him or her, establish or permit any such practice or practices of discrimination or
segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this
contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy,as recipient deems appropriate.
AGREEMENT: TRAFFIC SIGNAL INSTALTIN & STREET IMPVEMENTS
AT RIALTO AVENUE AND M®RIDIAN AVENUE R(®C 04-035)
4. CITY hereby promises and agrees with the said CONTRACTOR to employ, and does hereby
employ the said CONTRACTOR to provide the materials and to do the work according to the terms and
conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the
time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs,
executors, administrators, and assigns,do hereby agree to the full performance of the covenants herein contained.
5. It is further expressly agreed by and between the parties hereto that should there be any conflict
between the terms of this instrument and the bid of said CONTRACTOR, then this instrument shall control and
nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties of these presents have executed this contract in four (4)
counterparts, each of which shall be deemed an original in the year and day first above mentioned.
CONTRACTOR CITY OF SAN BERNARDINO
NAME OF FIRM: '} /
t'aiifoTrua Processional Engineer' BY: .1 p%/,
" i CH '11 ES E. C N E Y, Cr, Manager
� City of San Bernars no
BY: �� � �
TITLE: \`e\ °At ATTEST:,
MAILING ADDRESS:
1 Lq CjATeke fi Q. ‘)101-.V CLARK
RACHEL G
>, CPC °C1.-14-- City Clerk
cth
PHONE NO.: (C2) �lV , �� APPROVED AS TO FORM:
ATTEST: N2
MES F.PENMAN, City Attorney
Secretary
NOTE: Secretary of the Owner should attest.
If Contractor is a corporation,Secretary should attest.
CALIFORNIA ALL—PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On J01 1 G (2-C-A2- before me, Olivia Chea, Notary Public
(Here insert name and title of the officer)
personally appeared Van Nguyen
who proved to me on the basis of satisfactory evidence to be the person(s).whose name 0 . subscribed to
the within instrument and acknowledged to me that .•- •- executed the same in � ' - --' authorized
capacity(-ies)7 and that by is her/their signatures}on the instrument the person(s), or the entity upon behalf of
which the person(s)acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
OLIVIA CHEA
Comm.# 1931793
WITNESS my hand and official seal. N '�4 NOTARY PUBLIC•CALIFORNIA U)
`'L � Los ANGELES COUNTY "
„.> MY COML�.EXP.APR.8,201
g `
Signature o ,otary Pu.lic (Notary Seal)
4
ADDITIONAL OPTIONAL INFORMATION
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
CC 9( document is to be recorded outside of California.In such instances,any alternative
(Title or description of attached document) acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
it l ,n t 1 r California (i.e. certifying the authorized capacity of the signer). Please check the
(Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required.
Number of Pages Document Date • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
must also be the same date the acknowledgment is completed.
(Additional information) • The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
❑ Individual(s) he/she/they, is late)or circling the correct forms.Failure to correctly indicate this
information may lead to rejection of document recording.
)(CO rate Officer • The notary seal impression must be clear and photographically reproducible.
c t Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
❑ Partner(s) • Signature of the notary public must match the signature on file with the office of
the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
❑ Other Indicate title or type of attached document,number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
• Securely attach this document to the signed document
2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On-111'l 12c l2- before me, Olivia Chea, Notary Public
(Here insert name and title of the officer)
personally appeared Van Nguyen
who proved to me on the basis of satisfactory evidence to be the persons)whose name 42 . - subscribed to
the within instrument and acknowledged to me that Ott":.•- •- executed the same in - --' authorized
capacity(ies);and that bye-- - signatures)on the instrument the person(s), or the entity upon behalf of
which the person()acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
`.,`;•,.. OLIVIA CHEA
WITNESS my han and official seal. COMM.# 1931793 in
NOTARY PUBLIC-CALIFORNIA in
Los ANGELES COUNTY —
MY COMM.Exp.APR.B,2015 T
Signature of Notary Public (Notary Seal)
• •
ADDITIONAL OPTIONAL INFORMATION
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be
�j�, properly completed and attached to that document. The only exception is if a
S�1 C\ UN(\ Ck DCC, document is to be recorded outside of California.In such instances,any alternative
(Title or description of attached document) acknowledgment verbiage as may be printed on such a document so long as the
Iverbiage does not require the notary to do something that is illegal for a notary in
C L� �C\\I( \n1z�.l��C California (i.e. certifying the authorized capacity of the signer). Please check the
(Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required.
Number of Pages Document Date • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
must also be the same date the acknowledgment is completed.
(Additional information) • The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
El Individual(s) he/she/they, is/ere)or circling the correct forms.Failure to correctly indicate this
information may lead to rejection of document recording.
Corporate Officer • The notary seal impression must be clear and photographically reproducible.
SeCY,-e" Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
❑ Partner(s) • Signature of the notary public must match the signature on file with the office of
the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
❑ Other Indicate title or type of attached document,number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
• Securely attach this document to the signed document
2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com
. BOND ISSUED IN FOUR COUNTERPARTS •
THE AMERICAN INSTITUTE OF ARCHITECTS
max-
Premium Amount Based
on Final Contract Amount
Bond No. Milt
Premium: 2,931.00
AlA Document A312
Performance Bond
Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where appiceble.
CONTRACTOR(Name and Address):
CALIFORNIA PROFESSIONAL
ENGINEERING,INC.
929 OTTERBEIN AVENUE,SUITE
E
LA PUENTE,CA 91748
SURETY(Name and Principal Place of Business):
THE HANOVER INSURANCE COMPANY
333 CITY BOULEVARD WEST,17TH FL.
ORANGE,CA 92868
OWNER(Name and Address):
CITY OF SAN BERNARDINO
300 N.D STREET,4TH FLOOR
SAN BERNARDINO,CA 92418
CONSTRUCTION CONTRACT
Date: 12120/2012
Amount: $ 217,107.75
Description(Name and Location):
INSTALLATION OF TRAFFIC SIGNAL AT RIALTO AVENUE AND MERIDIAN AVENUE(TC04-035)
BOND
Date(Not earlier than Construction Contract E)ate): January 13th,2012
Amount:$, 217,107.75
Modifications to this Bond: / [X]None [..] See Page 3
CONTRACTOR AS PRINCIPAL SURETY
COMPANY: (Corporate Seal) COMPANY: (Corporate Seal)
CALIFORNIA PROF 1 / THE HANOVER IN d NCE C• •ANY
ENGINEERING, 1 C I /
Signature: 1 Signature:
Name and • itle: n N 4J. rte_ _ Name and T e:
,J`^� ""^ YUNG T.M LLICK, • •• in-Fact
(Any additional signatures appear on page 3)
FOR INFORMATION ONLY-Name,Address and Telephone OWNER'S REPRESENTATIVE(Architect,
AGENT OR BROKER: or Engineer or other party):
THE BOND EXCHANGE AND INSURANCE AGENCY
24800 CHRISANTA DRIVE SUITE 160
MISSION VIEJO,CA 92691
ALA DOCUMENT A312 PERFORMANCE BOND DECEMBER 1984 ED.,AIA® A 312-1984 1
THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON D.C.20008
THIRD PRINTING•MARCH 1987
' 1. The Contractor and the Surety,jointly and severally, .1 After investigation, determine the amount for which it may
bind themselves,their heirs,executors,administrators, be liable to the Owner and,as soon as practicable after
successors,and assigns to the Owner for the performance the amount is determined,tender payment therefor to the
of the Construction Contract,which is incorporated herein Owner;or
by reference. .2 Deny liability in whole or in part and notify the Owner
citing reasons therefor.
2. If the Contractor performs the Construction Contract, 5. If the Surety does not proceed as provided in Paragraph
the Surety and the Contractor shall have no obligation 4 with reasonable promptness,the Surety shall be deemed
under this Bond,except to participate in conferences as to be in default on this Bond fifteen days after receipt of an
provided in Subparagraph 3.1. additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under
3. If there is no Owner Default,the Surety's obligation this Bond,and the Owner shall be entitled to enforce any
under this Bond shall arise after: remedy available to the Owner. If the Surety proceeds as
s provided in Subparagraph 4.4,and the Owner refuses the
3.1 The Owner has notified the Contractor and the payment tendered or the Surety has denied liability,in
Surety kits address described in Paragraph 10 below whole or in part,without further notice the Owner shall be
that theOwner is considering declaring a Contractor entitled to enforce any remedy available to the Owner.
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such 6. After the Owner has terminated the Contractor's right
notice to discuss methods of performing the Construe- to complete the Construction Contract,and if the Surety
tion Contract. If the Owner,the Contractor and the elects to act under Subparagraph 4.1,4.2,or 4.3 above,
Suretyagree,the Contractor shall be allowed a reason- then the responsibilities of the Surety to the Owner shall
able brine to perform the Construction Contract,but not be greater than those of the Contractor under the
such an agreement shall not waive the Owner's right,if Construction Contract,and the responsibilities of the
any,subsequently to declare a Contractor Default;and Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
3.2 The'Owner has declared a Contractor Default and amount of this Bond,but subject to commitment by the
formally terminated the Contractor's right to complete Owner of the Balance of the Contract Price to mitigation'of
the contract. Such Contractor Default shall not be de- costs and damages an the Construction Contract,the Sue-
dared earlier than twenty days after the Contractor and ty is obligated without duplication for
the Surety have received notice as provided in Sub-
paragraph 3.1;and 6.1 The responsibilities of the Contractor for correc-
tion of defective wor''4nd completion of the Construe-
3.3 The Owner has agreed to pay the Balance of the tion Contract;
Contract;Price to the Surety in accordance with the
terms ot,the Construction Contract or to a contractor 6.2 Additional legal,design professional and delay.,
selected-to perform the Construction Contract in accor- costs resulting from.the Contractor's Default, and re-
dance with the terms of the contract with the Owner. suiting from the actions or failure to act of the Surety
-, under Paragraph 4;•and
4. When the Owner has satisfied the conditions'of Para-
graph 3,the Surety shall promptly and at the Surety's ex- 6.3 Liquidated damages,or if no liquidated damages
pense take-one of the following actions: are specified in the Construction Contract,actual dam-
ages caused by delayed performance or non-perfor-,
4.1 Arrange for the Contractor,with consent of the mance of the Contractor.
Owner;to perform and complete the Construction
Contract or 7. The Surety shall note liable to the Owner or others for
obligations of the Contractor that are unrelated to the Con-
4.2 Undertake to perform and complete the Construe- struction Contract,and the Balance of the Contract Price
lion Contract itself,through its agents or through inde- shall not be reduced-or;'set off on account of any such
pendent contractors;or unrelated obligations; No'light of action shall accrue orr
_, this Bond to any persorfor entity other than the Owner or
4.3 Obtain bids or negotiated proposals from its heirs,executors,administrators,or successors.
qualified contractors acceptable to the Owner for a - !,
contract for performance and completion of the Con- 8. The Surety hereby waives notice of any change,incdud-
struction.Contract,arrange for a contract to be pre- ing changes of time,to the Construction Contract or to
pared for execution by the Owner and the contractor related subcontracts,purchase orders and other oblige-
selected with the Owner's concurrence,to be secured lions.
with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the 9. Any proceeding, legal or equitable,under this Bond:,
Construction Contract,and pay to the Owner the may be instituted in any awn of competent jurisdiction in
amount of damages as described in Paragraph 6 in ex- the location in which the work or part of the work is located
cess of the Balance of the Contract Price incurred by the and shall be instituted within two years after Contractor
. Owner resulting from the Contractor's default;or Default or within two,years after the Contractor ceased-.
working or within twq;years after the Surety refuses or fails
4.4 Waive its rights to perform and complete,arrange to perform its obligations under this Bond,whichever oc-
for completion,or obtain a new contractor and with reasonable curs first. If the provisions of this Paragraph are void or
promptness under the circumstances: prohibited by law,the'rrtriimum period of limitation available
AIA DOCUMENT A312 PERFORMANCE BOND DECEMBER 1984 ED.,AIA® A 312-1984 2
THE AMERICAN-INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE,N.W.,WASHINGTON D.C.20006
THIRD PRINTING,-MARCH 1987
able to sureties as a defense in the jurisdiction of the suit tractor of any amounts received or to be received by
shall be applicable. the Owner in settlement of insurance or other claims
for damages to which the Contractor is entitled,re-
10. Notice to the Surety,the Owner or the Contractor shall duced by all valid and proper payments made to or on
be mailed or delivered to the address shown on the sig- behalf of the Contractor under the Construction Con-
nature page. tract.
11. When'.this Bond has been furnished to comply with a 12.2 Construction Contract: The agreement between
statutory or other legal requirement in the location where the Owner and the Contractor identified on the sig-
the construction was to be performed,any provision in this nature page,including all Contract Documents and
Bond conflicting with said statutory or legal requirement changes thereto_
shall be deemed deleted herefrom and provisions con-
forming to.euch statutory or other legal requirement shall 123 Contractor Default,,Failure of the Contractor,
be deemed(incorporated herein. The intent is that this which has neither beerl remedied nor waived,to per-
Bond shall be construed as a statutory bond and not as a form or otherwise to comply with the terms of the
common law bond. Construction Contract.
12 DEFINITIONS 12.4 Owner Default: Failure of the Owner,which has
neither been remedied-nor waived,to pay the Con
12.1 Balance of the Contract Price: The total amount tractor as required by the Construction Contract or to
payable by the Owner to the Contractor under the perform and complete or comply with the other terms
Construction Contract after all proper adjustments thereof.
have been made,including allowance to the Con- -
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties,other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company:CALIF 8 RN PR•FESSI•NAL NGINEERIN INC. Company:THE HA ; R I URAN _ PANY
..rate Seal) (Corporate Seal)
Signature: Signature:
Name and Title: Nam- • itle: YUNG T. M - ICK
Address: Address: 333 CITY BOULEVARD W ,17TH FL.
ORANGE,CA 92868
AIA DOCUMENT A312 PERFORMANE BOND DECEMBER 1•: ..,AIA o A312-1984 3
THE AMERICAN INSTITUTE OF ARCHITECTS,1736 NEW YORK ,N.W.,WASHINGTON,D.C. 20006
THIRD PRINTING-MARCH 1987
............
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On • \-7,f 20(2_ before me, Olivia Chea, Notary Public
(Here insert name and title of the officer)
personally appeared Van Nguyen
who proved to me on the basis of satisfactory evidence to be the person(s)whose name •• - subscribed to
the within instrument and acknowledged to me that .-- -- executed the same in I ' - - authorized
capacity{ es-) and that by is her/their signatureks)on the instrument the person(s), or the entity upon behalf of
which the persons)acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
OLIVIA CHEA
WITNESS my hand and official seal. Comm.# 1931793 tn
w~�.;e„1'r°. NOTARY PUBLIC-CALIFORNIA w
1 R,1 LOS ANGELES COUNTY
je gt' _ -_ MY Caw.EXP.APR.8,2015
dir r • _ (Notary Seal)
Signature of otary Public
ADDITIONAL OPTIONAL INFORMATION
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be
pert properly completed and attached to that document. The only exception is t a
document is to be recorded outside of California.In such instances,any alternative
(Title or description of attached document) acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California(i.e. certifying the authorized capacity of the signer). Please check the
(Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required.
Number of Pages Lk Document Date i131 • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
must also be the same date the acknowledgment is completed.
(Additional information) • The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title(notary public).
• Print the name(s)of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
❑ Individual(s) he/she/they, is/are)or circling the correct forms.Failure to correctly indicate this
information may lead to rejection of document recording.
C rate �T'L • The notary seal impression must be clear and photographically reproducible.
/ (/Wt` Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
❑ Partner(s) • Signature of the notary public must match the signature on file with the office of
the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
❑ Other •.• Indicate title or type of attached document,number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
• Securely attach this document to the signed document
2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com
ACKNOWLEDGMENT •
State of California
County of Orange
On January 13, 2012 before me, Christine T. Hoang,Notary Public
(insert name and title of the officer)
personally appeared Yung T. Mullick
who proved to me on the basis of satisfactory evidence to be the person()whose name(s) is/Rr
subscribed to the within instrument and acknowledged to me that he*Ittaxy executed the same in
hisiberilimir authorized capacity(i , and that by his&yeasair signature(s)on the instrument the
person(), or the entity upon behalf of which the person()acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing.
paragraph is true and correct.
No CHRISTINE T,HOANG
WITNESS my h. • an' official seal. N 4rAllileVA .#1827909 i0
NOTARY PUBUGCALIFORNIA %a
�,w,
_ �;�•� ORANGE COUNTY �
My Comm,Ezplres DEC 23,2012
Signature (Seal)
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both
being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a
corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint
James W.Moilanen,Yung T.Mullick,and/or Jennifer C.Anaya
of Mission Viejo,CA and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and
deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances,
undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows:
Any such obligations in the United States,not to exceed Ten Million and No/100($10,000,000)in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions
are still in effect:
"RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint
Attorneys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances,
contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company. Any
such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the
regularly elected officers of the Company in their own proper persons."(Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982
-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America)
IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE
COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,
this 3rd day of January 2012.
THE HANOVER INSURANCE COMPANY
+�"""'"" �"° MASSACHUSETTS BAY INSURANCE COMPANY
T� � � CITIZENS SUR'ANCE OMPAiY OF AMERICA
SEAlp
31(19"1 #```
rt 3974
MASSACHUSETTS
Robert Thomas.Vice President
i
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER )ss. Joe renstrom, a President
On this 3rd day of January 2012 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance
Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that
the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and
Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to
said instrument by the authority and direction of said Corporations.
""' BARBARA GARLIC♦
r� Notary Public Wad-4,674,1 / .ry .)gt fd f
`4 Cenvmnrrea4+at#laasadwsetts t.�e/ �„�c�r'/
4 Sly CommiSix,E%pifre Sept.21.21518
Barbara A.Garlick,Notary Public
My Commission Expires September 21,2018
I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,
hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further
certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed
by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all
signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7,1981-The
Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company
of America)
13 JANUARY 12
GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this day of 20
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
, G-1
, irin Margosian,Vice President
BOND ISSUED IN FOUR COUNTERPARTS •
THE AMERICAN INSTITUTE OF ARCHITECTS
l`\1111 ,/,
Premium Included in the performance bond cost.
Bond No. 1971621
AIA Document A311
Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that
(Here insert full name and address or legal title of Contractor)
CALIFORNIA PROFESSIONAL
ENGINEERING,INC.
929 OTTERBEIN AVENUE,SUITE
E
LA PUENTE,CA 91748
as Principal, hereinafter called Contractor, and,
(Here insert full name and address or legal title of Surety)
THE HANOVER INSURANCE COMPANY
333 CITY BOULEVARD WEST, 17TH FL.
ORANGE,CA 92868
as Surety, hereinafter called Surety, are held and firmly bound unto
(Hereinsert full name and address or legal title of Owner)
CITY OF SAN BERNARDINO
300 N.D STREET,4TH FLOOR
SAN BERNARDINO,CA 92418
as Obligee,hereinafter called Owner,for the use and benefit of claimants as hereinbelow defined,in the
amount of -TWO HUNDRED SEVENTEEN THOUSAND ONE HUNDRED SEVEN AND 751100
(Here insert a sum equal to at least one-half of the contract price) Dollars ($ 217,107.75 ),
for the payment whereof Principal and Surety bind themselves,their heirs,executors, administrators, successors and assigns,jointly
and severalty,firmly by these presents.
WHEREAS,
Principal has by written agreement dated: 20th day of Decembei 2012 ,entered into a contract with Owner
for
(Here insert full name,address and description of project)
INSTALLATION OF TRAFFIC SIGNAL AT RIALTO AVENUE AND MERIDIAN AVENUE(TC04-035)
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AlA DOCUMENT A311 LABOR AND MATERIAL PAYMENT BOND AIA
CCD I IACV ACt7A an TUG' Asa CGInAAI worn"ITC r Amr9_11TC/•+Te ATOL Ar V At/L' s11. %A IA PIJi•I!".TI1\1
Labor and Material Payment Bond
NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that,if Principal shall promptly make payment to all claimants
as hereinafter defined,for all labor and material used or reasonably required for use in the performance of the Contract,then this
obligation shall be void;otherwise it shall remain in full force and effect,subject, however,to the following conditions:
1. A claimant is defined as one having a direct con-tract with the Principal or with a Subcontractor of the Principal for labor, materia;.
or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that par
of water, gas,power,light, heat,oil,gasoline,telephone service or rental of equipment directly applicable to the Contract.
2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defnec.
who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimants-
work or labor was done or performed,or materials were furnished by such claimant, may sue on this bond for the use of such claimant.
prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner
shall not be liable for the payment of any costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the
following the Principal,the Owner,or the Surety above named,within ninety(90)days after such claimant did or performed the last of
the work or labor, or furnished the last of the materials for which said claim is made, stating with substantialaccuracy the amour,'
claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such
notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope ad-dressed to the
Principal, Owner or Surety, at any place where an office is regularly maintained for the trans-action of business, or served in any
manner in which legal process may be served in the state in which the aforesaid project is located,save that such service need not be
made by a public officer.
b) After the expiration of one (1) year following the date on which Principal ceased.Work on said Contract, it being understood.
however,that if any limitation em-bodied in this bond is prohibited by any law controlling the construction hereof such limitation sha
be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which th
Project,or any part thereof, is situated,or in the United States District Court for the district in which the Project, or any part thereof l
situated,and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent of any payment or'payments made in good faith hereunder`.,
inclusive if the payment by Surety of mechanics liens which may be filed of record against said improvement,whether or not claim fc-
the amount of such lien be presented under and against this bond.
SPECIAL PROVISION:
Signed, and sealed this 13th day of January 2012
CONTRACTOR AS PRINCIPAL SURETY r
COMPANY: (Corporate Seat) COMPANY: (Corporate S==I)
CALIFORNtt P'0 I AL THE HANOVE' I S. • E COMP /
ENGINEERING, I 1
Signature; Signatur .
Name and Title: `'�� ,,.1 otn I�r"Jr',• Name a d Title:
V `^`tv�I YUNG T.MULLIC • ey-in-Fact
AIA DOOC(JMENT A311 LABOR AND MATERIAL PAYMENT BOND AIA
FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On3I i `.7) /2 L before me, Olivia Chea, Notary Public
(Here insert name and title of the officer)
personally appeared Van Nguyen ,
who proved to me on the basis of satisfactory evidence to be the person(s)whose name Q• - subscribed to
the within instrument and acknowledged to me that�� ',-- -- executed the same in �g'-- -- authorized
capacity(i )3.and that by is her/their signature(s)on the instrument the person(5), or the entity upon behalf of
which the persons)acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
ribi
OLIVIA CHEA
++ -`; COMM.# 1931793
WITNESS my hand a fficial seal. x�';-,, NOT10*ANOELES 3179 NU m
+?{ MY COLM�t,EXP.APR.8,2015 'r
. (Notary Seal)
Signature of Notary Public
ADDITIONAL OPTIONAL INFORMATION
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be
u0cof properly completed and attached to that document. The only exception is if a
�,n a document is to t o recorded as may be California.
ro printed Inch such document so ongalternative
��J1 acknowledgment verbiage as may be printed on such a document so long as the
(Title or description of attach document) verbiage does not require the notary to do something that is illegal for a notary in
/[`i r n�� California (i.e. certifying the authorized capacity of the signer). Please check the
(Title o■
description r ���111```������ document carefully for proper notarial wording and attach this form if required.
(Title or description of attached document continued)
t 11 k� '� • State and County information must be the State and County where the document
Number of Pages 3 Document Date 6 1 signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
must also be the same date the acknowledgment is completed.
(Additional information) • The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
he/she/they, is/are)or circling the correct forms.Failure to correctly indicate this
;1/Individual(s) information may lead to rejection of document recording.
C rQ ate; iCer • The notary seal impression must be clear and photographically reproducible.
(rnS Impression must not cover text or lines.If seal impression smudges, re-seal if a
`(Title) sufficient area permits,otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
❑ Partner(s) the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document,number of pages and date.
❑ Other Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
• Securely attach this document to the signed document
1:Version CAPA v12..10.07 800-873-9865 www.NotaryClasses.com
ACKNOWLEDGMENT
State of California
County of Orange )
On January 13,2012 before me, Christine T.Hoang,Notary Public
(insert name and title of the officer)
personally appeared Yung T. Mullick
who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/aim:
subscribed to the within instrument and acknowledged to me that hem
executed the same in
his4ber#kivir authorized capacity( ), and that by his/fmxix&signature(s)on the instrument the
person(), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
OHNIVIN8 T.HCANQ
WITNESS my h- • an• •fficial seal. ^V ONE COMM,#1827909 �+
�_ NOTARY RU9l1GCAUFORNIA 3
I
• '" ORANGE COUNTY
�`'ev.'.' Comm,fhpires DEC x3,2012 a
Signature _ (Seal)
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both
being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a
corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint
James W.Moilanen,Yung T.Mullick,and/or Jennifer C.Anaya
of Mission Viejo,CA and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and
deed any place within the United States,or, if the following line be filled in,only within the area therein designated any and all bonds, recognizances,
undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows.
Any such obligations in the United States,not to exceed Ten Million and No/100($10,000,000)in any single instance
and These said companies hereby e ratify and confirm all
and by authoriitty whatsoever said of the following Resolution passed by the Board of in the
rectors of premises
aid these presents.which resolutions
These appointments
are still in effect:
"RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint
Attorneys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances,
contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company. Any
such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the
regularly elected officers of the Company in their own proper persons."(Adopted October 7,1981-The Hanover Insurance Company,Adopted April 14,1982
-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America)
IN WITNESS WHEREOF,THE COMPANY OF AMERICA have caused V these presents s to beOsealed with heSAespect respective corporate seals,duly attested Aby two ViceTPresidents,
SURANCE
this 3rd day of January 2012. THE HANOVER INSURANCE COMPANY
�, , --•-� , at„m 1,1,0c,71” MASSACHUSETTS BAY INSURANCE COMPANY
!s"�'` ��" ,/ CITIZENS SURANCE OMPANY OF AMERICA
0.
N +1t!%' Robert Thomas.Vice Pi'
ident
THE COMMONWEALTH OF MASSACHUSETTS ) Joe ,renstrom, ie (?resident
COUNTY OF WORCESTER )ss.
On this 3rd day of January 2012 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance
the seals Citizens
thelpreceding instrpumentfare the corporate personally The Hanover I1nsu Insurance Company,Massachusetts Bay Insurance acknowledged that and
Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to
said instrument by the authority and direction of said Corporations.
id)w BARBARA A.CsARUCI(
t� Notary Public flel ia..e1 (9 .Na.4 .'
"�attk et�N`aatsdwsetts /!!" .. .
ktyc mmirsm Ex,ir�s Sept.21,2ots
Barbara A.Garlick,Notary Public
My Commission Expires September 21,2018
I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,
hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further
certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed
by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all
Hanoverr Insurance were ompany;Adopted April 14, 98though Massachusetts Bay any Company Adopted September facsimile
7,20(Adopted t nns October(Insurance 1981-The
Company
of America) i3 JANUARY 12
GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this day of
20
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS CE COMPANY
CITIZENS IN3 RAN COMPANY O AMERICA
4/
n Margosian,Vice President
„,,,,. DATE(MMIDDIYYYY)
Alcoa? CERTIFICATE OF LIABILITY INSURANCE 01-12-2012
THIS
CERTIFICATE IS ISSUED MATTER ONLY TI CERTIFICATE
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGAT NEGATIVELY AMEND, EXTEND OR ALTER HE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
CONTACT PATRICK MCRAE
PRODUCER LICENSE NO.0637431 NAME: FAx 714 779-6903
PHONE (714)77_9-6999i(AIC,No) ( )
PATRICK MCRAE INSURANCE SERVICES EaMgNo F_xtl mcrae sbc lobal.net
1290 N. HANCOCK ST., SUITE 210 ADDRESS: p g
ER
PRODUC -. ----
ANAHEIM HILLS, CA 92807 PRODUCER IQ#: --
INSURER(S)AFFORDING COVERAGE a NAIC#._ --
STATE FARM MUTUAL AUTOMOBILE 1 25178
- ---------------
INSURED INSURER A_ - —
CALIFORNIA PROFFESSIONAL ENGINEERING, INC. INSURER S_COMPANION PROPERTY&CASUALTY INS 12157
CALIFORNIA PROFESSIONAL ELECTRICAL ENG. INSURER C
929 OTTERBEIN AVE UNITE INSURERD:
LA PUENTE CA 91748 INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER:
REVISION NUMBER: PERIOD
THIS IS TO THAT THE INDICATED.CNOTTWITHSTANDING OF OANYI REQUIREMENT,TERM OR CONDITION V OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOLWHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID POLICY CLAIMS.
LIMITS EXP
INSR ADDL SUER POLICY NUMBER (MMIDD/YYYY) (MM/DDIYYYYI
LTR I TYPE OF INSURANCE INSR WVO I EACH OCCURRENCE — i$- _—._—--
GENERAL LIABILITY I DAMAGE TO RENTED $
_ I
COMMERCIAL GENERAL LIABILITY _MED EXP(Any one per ) $ .--
r.--t i, CLAIMS-MADE J OCCUR — III person)(Ea occurrence)PERSONAL&ADV INJURY
I—$
.__--------- — GENERAL AGGREGATE l $
Ii I
-_-. --- COMP/OF AGO $
GEN'L AGGREGAI PRODUCTS M E LIMIT APPLIES PER'. it !
_- O O $
POLICY I 5P-f• lI LOC 3445398D10-75 X04/10/2011 04110/20121 coMBweD sINGLE uM1T I$ 1,000,000
A AUTOMOBILE LIABILITY ! (Ea accident)
COMPREHENSIVE& �,
X ANY AUTO BODILY INJURY(Per person) I$
-_1 COLLISION DEDUCTIBLE: L BODILY INJURY(Per peoide) $
ALLOVMIEDAUTOS I $1,000 — --
X SCHEDULED AUTOS PROPERTY DAMAGE $
(Per accident) —
X 1 HIRED AUTOS $
X I NON-OWNED AUTOS $
EACH OCCURRENCE $
__
I UMBRELLA LIAB OCCUR $
AGGREGATE EXCESS LIAB CLAIMS-MADE $
DEDUCTIBLE I $ ----
RETENTION $ I 06/25/2011 06/25/2012 �( WC STATU- OT,i- —_
B WORKERS COMPENSATION CPCA13157 �, i
AND EMPLOYERS'LIABILITY - I E.L.EACH ACCIDENT $ - 1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN N/A II r 1,000,000
(Mandatory OFFICER/MEMBER in EXCLUDED? Y I. E.L.DISEASE-EA EMPLOYE $ ,0
II yes describe under
I E.LDISEASE-POLICYLIMIT $ 1+000'000
II yes describe under II
DLSCRIP DON OF OPERATIONS below !
II !
I
�
DESCRIPTION OF OPERATIONS!LOCATIONS 1 VEHICLES (Attach ACORD 101 Additional Remarks Schedule if more s ace is required,
CITY OF SAN BERNARDINO,ALONG WITH THEIR OFFICERS,OFFICIALS,AGENTS,EMPLOYEES AND VOLUNTEERS ARE NAMED AS AODrn ONAL INSURED WI RESPECTS TO THE ABOVE MENTIONED POLICIES PER AT TACHEO
ENDORSEMENT(S).COVERAGE IS PRIMARY&NON-CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT,PER ATTACHED ENDORSEMENT FORMS.WAIVER OF SUBROGATION APPLIES,IF REQUIRED BY WRITTEN CONTRACT
'SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,A 30 DAY WRITTEN NOTICE WILL BE ISSUED.
ADDTIONAL INSURED.CITY OF SAN BERNARDINO
RE TRAFFIC SIGNAL INSTALLATION AT RIALTO AVE.AND MERIDIAN AVE,TC04-035,CITY OF SAN BERNARDINO CANCELLATION
CERTIFICATE HOLDER
CITY OF SAN BERNARDINO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
300 NORTH "D” STREET, 3 RD FLOOR THE EXPIRATION IO THDATEPOLICY F,VISION WILL BE DELIVERED IN
SAN BERNARDINO, CA 92418-0001
AUTHORIZED REPRESENTATIVE
2"
I ©1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD
FE-6609
Policy No.: 3445398D10-75
STAT
ea
ru
iN%tf AANCS
SECTION II ADDITIONAL INSURED ENDORSEMENT `
Named Insured:
CALIFORNIA PROFESSIONAL ENGINEERING, INC.
917 OTTERBEIN AVE, SUITE E
ROWLAND HEIGHTS, CA 91748
Additional Insured(include address):
WHO IS AN INSURED, under SECTION II DESIGNATION OF INSURED, is amended to include as an insured
the Additional Insured shown above, but only to the extent that liability is imposed on that Additional Insured
solely because of you work performed from that Additional Insured shown above.
Any insurance provided to the Additional Insured shall only apply with respect to a claim made or a suit brought
for damages for which you are provided coverage.
The Primary Insurance coverage below applies only when there is an "X" in the box
® Primary Insurance. The insurance provided to the Additional Insured shown above shall be primary
insurance.Any insurance carried by the Additional Insured shall be noncontributory with respect to
coverage provided to you.
The Waiver of Subrogation below applies only when there is an "X" in the box
Waiver of Subrogation.We waive any right of recovery we may have against the person or organization
shown in the Schedule above because of payments we make for injury or damage arising out of your
ongoing operations or"your work" done under contract with that person or organization and included in
the"product-completed operations hazard". This waiver applies only to the person or organization shown
in the Schedule above.
All other policy provisions apply.
Printed in U.S.A
FE-6609
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY
WC 00 03 13
(Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce
our right against the person or organization named in the Schedule. (This agreement applies only to the extent that
you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
City of San Bernardino
300 North "b" Street, 3 Rd Floor
San Bernardino, CA 92418-0001
Effective 01/13/2012
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Effective Policy No.CPCA13157
Endorsement
Insured California Professional Engineering Premium:$0.00
( [,!fr)
(
Countersigned by
Insurance Company � i i ! a' '
Companion Property&Casualty j r
WC000313 i
(Ed.4-84) ii
©1983 National Council on Compensation Insurance.
CAL-165 OP ID:SL
DATE(MM/DDIYVYY)
Aco° CERTIFICATE OF LIABILITY INSURANCE I 01/12/12
THISCRTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s). coNTncT
PRODUCER 916-630-8643 NAME: FAX
Powers and Company PHONE (A/C,No):
800-783-0083 (AIC,No,Extl:
Insurance Agents and Brokers E-MAIL
P.O.Box 619043 Lic#0H38004 E-MAIL —
Roseville,CA 95661-9043 INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A:Scottsdale Insurance Company 41297
INSURED California Professional _INSURER B:National Union Fire Ins Co(PA 19445
Engineering Inc.dba INSURER C
California Professional INSURER C:
Electrical Engineering
929 Otterbein Avenue Unit E INSURER E: _
La Puente,CA 91748 INSURER F
COVERAGES
CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
w LI Wv1T BEEN REDUCED
ED PAID CLAIMS.
POLICY EFF
POLICIES.LIMITS SHOWN MAY HAVE BEEN RI=DU BY POLICY EXP'
EXCLUSIONS AND CONDITIONS OF SUCH LIMITS
INSR'� ADDL SUBRI POLICY NUMBER (MMIDD/YYYY) (MMIDDIYYYY)
LTR TYPE OF INSURANCE 1,000,000
EACH OCCURRENCE $
GENERAL LIABILITY I II DAMAGE-Sr O RENTED 100,000
BCS0024172 02/26/11 02/26/12 PREMISE (Ea occurrence) I $
A ' X
' COMMERCIAL GENERAL LIABILITY X MED EXP(Any one person) $ EXCLUDED
CLAIMS-MADE -X OCCUR PERSONAL&ADVINJURY $ 1,000,000
_-_; -.- ----------- GENERAL AGGREGATE $ 2,000,000
-" -- — -- PRODUCTS-COMP/OP AGG $ 2,000,000
F GE NIL AGGREGATE LIMIT APPLIES PER'. $
PRO 71 LO COMBINED SINGLE LIMIT
POLICY X ,IFCT (Ea accident) $
AUTOMOBILE LIABILITY
BODILY INJURY(Per person) $
ANY AUTO BODILY INJURY(Per accident) $
� ALL L OWNED � SCHEDULED
AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $
N-O (Per accident)
HIRED AUTOS AUTOS $
I EACH OCCURRENCE $ 10,000,000
UMBRELLA LIAR X OCCUR
02/26/11 02/26/12 AGGREGATE $ 10,000,000
B i X EXCESS LIAB CLAIMS-MADE X I BE021386779 r "
DED RE FENI ION$ I WC STAT U- LOTH-
I,
WORKERS COMPENSATION I WC LIMITS I _ --- --- -- - --
ER
AND EMPLOYERS'LIABILITY Y/N N/A SE t EACH ACCIDENT $_
ANY PROPRIETOR/PARI NFR/EXECU1 NE E L DISEASE EA EMPLOYEE$
OF ICER/MEMBER EXCLUDED? I I --- T-- - - -- -
If yes descrb NH) �E.L.DISEASE-POLICY LIMIT $
If ES DESCRIPTION under
DESCF2IFTION OF OPERATIONS below
i
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required)
City of San Bernardino,The County of San Bernardino,The State of
California are included as an Additional Insured under Commercial General
Liability policy per endorsement CG 20 33 07 04 andCG 20 37 07 04 subject to
a written contract between the Named Insured and the Additional Insured.
Sample endorsement attached.**Subject to(see attached notepad)
CERTIFICATE HOLDER CANCELLATION
CITYOFS
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of San Bernardino ACCORDANCE WITH THE POLICY PROVISIONS.
Fax:909-384-5190
300 North D St 3rd Floor AUTHORIZED REPRESENTATIVE
San Bernardino,CA 92418 .)/�
©1988-20100 /
ACORD CORPORATION. All rights reserved.
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD
--- - -- - PAGE 2 I
CAL-165
HOLDER CODE CINOFS DATE
NOTEPAD: INSURED'SNAME California Professional OP ID:SL 01/12/12
company approval.924 R$' City of San Bernardino 300 North D St.3rd Floor San
I
COMMERCIAL GENERAL LIABILITY
CG 20 33 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured any person or or- additional insureds, the following additional exclu-
ganization for whom you are performing operations sions apply:
when you and such person or organization have This insurance does not apply to
agreed in writing in a contract or agreement that 1. "Bodily injury", "property damage" or "personal
such person or organization be added as an addi- and advertising injury" arising out of the render-
tional insured on your policy. Such person or or- ing of, or the failure to render, any professional
spect tion is an additional insured only with rt architectural, engineering or surveying servic-
spect to liability for "bodily injury", "property es, including:
damage" or "personal and advertising injury"
caused, in whole or in part, by a. The preparing, approving, or failing to pre-
pare or approve, maps, shop drawings, opi-
1. Your acts or omissions;or nions, reports, surveys, field orders, change
2. The acts or omissions of those acting on your orders or drawings and specifications;or
behalf; b. Supervisory, inspection, architectural or
in the performance of your ongoing operations for engineering activities.
the additional insured. 2. "Bodily injury" or "property damage" occurring
A person's or organization's status as an additional after:
insured under this endorsement ends when your a. All work, including materials, parts or
operations for that additional insured are com , equipment furnished in connection with
pleted. such work, on the project (other than ser-
vice, maintenance or repairs) to be per-
formed by or on behalf of the additional in-
sureds) at the location of the covered
operations has been completed; or
b. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontrac-
tor engaged in performing operations for a
principal as a part of the same project.
SAMPLE
CG 20 33 07 04
©ISO Properties, Inc., 2004 Page 1 of 1 ❑
POLICY NUMBER: BCS0024172 COMMERCIAL GENERCG AL LIABILITY
07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s): Location And Description Of Completed Operations
ANY PERSON OR ORGANIZATION WHEN YOU AND ALL LOCATIONS
SUCH PERSON OR ORGANIZATION HAVE AGREED
IN WRITING IN A CONTRACT OR AGREEMENT,
EXECUTED PRIOR TO THE "OCCURRENCE" TO
WHICH THIS INSURANCE APPLIES, THAT SUCH
PERSON OR ORGANIZATION BE ADDED AS AN
ADDITIONAL INSURED ON YOUR POLICY
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only with
respect to liability for"bodily injury" or "property dam-
age" caused, in whole or in part, by "your work" at
the location designated and described in the sche-
dule of this endorsement performed for that addi-
tional insured and included in the "products-
completed operations hazard"• SAMPLE
CG 20 37 07 04
©ISO Properties, Inc., 2004 Page 1 of 1 ❑
ENDORSEMENT
SCOTTSDALE INSURANCE COMPANY® NO.
ATTACHED TO AND ENDORSEMENT EFFECTIVE DATE
FORMING A PART OF NAMED INSURED AGENT NO.
(12:01 A .STANDARD TIME)
POLICY NUMBER
BCS0024172 02/26/2011 California Professional Engineer 047AM
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS
SPECIAL CONDITION
For coverage provided in the following endorsements as indicated by an "x" in the box below:
U Additional Insured—Owners, Lessees Or Contractors—Scheduled Person Or Organization
(CG 20 10).
X Additional Insured—Owners, Lessees Or Contractors—Automatic Status When Required In
Construction Agreement With You (CG 20 33).
X Additional Insured—Owners, Lessees Or Contractors—Completed Operations (CG 20 37).
The insurance provided is amended to be (indicated by an "x' in one box below):
SAMPLE
X Primary and noncontributory.
U Primary.
U Noncontributory.
AUTHORIZED REPRESENTATIVE DATE
GLS 294s(4-08) Page 1 of 1
POLICY NUMBER: BCS0024172 COMMERCIAL GENERAL LIABILITY
CG 24 04 05 09
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Person Or Organization: ANY PERSON OR ORGANIZATION WITH WHOM THE INSURED HAS
AGREED TO WAIVE RIGHTS OF RECOVERY, PROVIDED SUCH AGREEMENT IS MADE IN WRITING AND
PRIOR TO THE LOSS
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV—Conditions:
We waive any right of recovery we may have against
the person or organization shown in the Schedule
above because of payments we make for injury or
damage arising out of your ongoing operations or
"your work" done under a contract with that person
or organization and included in the "products-
completed operations hazard". This waiver applies
only to the person or organization shown in the
Schedule above.
SAMPLE
CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 ❑