Loading...
HomeMy WebLinkAbout27-Development Services " ,.: CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Dept: Development Services Date: July 29, 20020 r,' - "',: L II j \".. I I. I File: 1.7153 Subject: Resolution awarding public works contract to Matich Corporation, for the Laurelwood Drive realigmnent between Tippecanoe Avenue and Orchard Drive (Phase I), per Plan No, 10373. MCC Date: August 19, 2002 Synopsis of Previous Council Action: 7/15/02 Allocation of $1,981,728 in the 2002/03 Capital Improvement Program (CIP) for acquisition, and realigmnent Rosewood Drive (Laurelwood Drive) (Account No.242-362-5504- 7246). 9/17/01 Authorization to execute Agreement with John Egan & Associates, Inc. for Civil Engineering Services for the realigmnent of Laurelwood Drive from Tippecanoe Avenue to Orchard Drive. Recommended Motion: Adopt Resolution, ~~ James Funk Contact person: Mehran Sepehri, Senior Civil Engineer Phone: 'il?7 Supporting data attached: Staff Report, Reso., & Map Ward: 1 FUNDING REQUIREMENTS: Amount: $1,065,000.00 Source: (Acct. No.) 242-362-5504-7246 Acct. Description: Acquire Ril1ht of Way and alil!mnent to intersect at Tippecanoe Avenue. Finance: Council Notes: fea>\~~) <?543JO~ , * I') '\2 I---:SO~ d{):;I-d<'1(" AgeD( q 19/0;) ?J'I -:. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution awarding public works contract to Matich Corporation, for the Laurelwood Drive realignment between Tippecanoe Avenue and Orchard Drive (Phase I), per Plan No. 10373. Background: This project will realign and connect Laurelwood Drive with Harriman Place from Tippecanoe Avenue to Orchard Drive. It consists of the removal of asphalt concrete (AC) paving, and concrete curb & gutter, grading construction of base, asphalt concrete, curb and gutter, grouted rock median, street light, traffic signal, striping, sewer, storm drain, and water line. City staff, in cooperation with EDA staff, successfully sought State Infrastructure Loan Bank funding in order to assist with financing of this very important project as part of the HUB project being undertaken by the EDA in cooperation with the Inland Valley Agency and SBT Partners as the private developer. . The EDA has recently completed the purchase of the right of way required for phase I of the project and are ready for us to move forward. They are also in the process of purchasing right of way for phase II of the street project, which includes right of way on Tippecanoe Avenue and on Laurelwood Drive from Tippecanoe Avenue to 300 feet west of Tippecanoe Avenue. Staff proposes to move forward with this public works street project as soon as possible to help alleviate traffic congestion along Tippecanoe Avenue and to support economic development in the area. The plans and specifications for this public works street project are complete. The public works street project is ready to be awarded. The estimated project costs are as follows: Construction Cost $ 856,658.00 Contingencies $ 83,000.00 Design (John Egan & Assoc.) $ 94,460.00 Insnection, and Contract Administration $ 30,882.00 Total $1,065,000.00 This public works street project was advertised locally in the San Bernardino County Sun Newspaper, P.W. Dodge, Green Sheet, Daily Construction, Bid America, Plan Room, the City's web site, and with the San Bernardino Area Chamber of Commerce. The following four companies responded: Name of Bidder City Amount of Bid Matich Corporation San Bernardino $ 856,658.00 Vance Corporation Rialto $ 914,242.00 Silvia Construction, Inc. Rancho Cucamonga $ 917,774.35 Contracting Engineers, Inc. Newport Beach $1,018,621.00 Engineering Estimate $ 865,000.00 2 .. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Based on review of the sealed competitive bids received, staff has determined that Matich Corporation, the apparent low bidder, has met the minimum requirements of the specifications and bid guidelines, and therefore, staff recommends that the Mayor and Common Council award the referenced public works contract accordingly. Financial Impact: Provided that the HUB project moves forward (including development project undertaken by SBT Partners) adequate funding for this project in the amount of $1,981,728 has been allocated from the Street Construction Fund State Infrastructure Loan Bank in the 2002/03 Capital Improvement Program for the acquisition and realignment of Rosewood Drive (Laurelwood Drive) in Account No.242-362-5504-7246. In the event that SBT Partners may not proceed in a satisfactory manner with its development project, another source of funding for this public street project will be required. Recommendation: Adopt resolution. 3 ," City of San Bernardino, California Department of Public Works, Division of Engineering July 29, 2002 File No. 1.7153 W.O. No. 129-367-5504-7153 DWG. No. 10373 Laurelwood Drive Realignment Between Tippecanoe Avenue and Orchard Drive (Phase I) v 1.',]'1 11I,.n I l:':I~ ~~' ii<:-. ...ItTtJl_I~~,~ it~~-f"- J,'<lq ~ .' M (OOt.Cl Nt lQ-,i'i~':';- "'j , " "_!T: 0 -':......."". E ;i.ij ""it,~l-,>,l:~~_,~,t~;, _..,_"L;..__~_____.iJl)jlJ), i!.__,\ GOUlD '>1 '-';:::.Il9!!!!..~ '>1 wi ST >-'t-~---' t lB" [_~I~,- ~:~~-~-!~---------., ,~"'~_I~__ - ~ ~.-':::: ,! - Po, ST -'f'~-f::t.A ! '>1 ~".~: :." --:liiM... t.~..':;jjt "~1.,~l___C()Jt~'~ ,~1., j" __ t._)","" __. ,~.~ M_~,d'~...'~: to to, t.:, I;.:, 5:COU1510ll 51 n" ", 'f "' ~ .~iF F 'If: Ii Ii.' .,'" ....1 '-I.......'ir~-. d ~ I! ! ^,,__,i l t ~',r,.J I, ~.~ ,J ~: ""':"':!;'l---.. [ ....i~__: m. )ij.l ST I :l: :~; ~: ~;, ~' g~! I!l_~:i ... ,-~'-' .1-~.i}~~l"fllt. " ....;;;1:.:;: ..-----1 rll~ 4"<:) :I. :r:,l;:; VICINITY MAP N. T.S. (~U'. ~.. ,\:/ ~~LJ-U . c 1 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN ERNARDINO AWARDING A CONTRACT TO MATICH CORPORATION, FOR AURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE A VENUE AND RCHARD DRIVE (PHASE I), PER PLAN NO. 10373. RESOLUTION NO. 3 4 5 6 7 8 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE ITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Matich Corporation, is the lowest responsible bidder for Laurelwood rive realignment between Tippecanoe Avenue and Orchard Drive (Phase I), per Plan No. 9 10373. A contract is awarded accordingly to said bidder in a total amount of $856,658.00, 10 ith a contingency amount of $83,000, but such award shall be effective only upon being fully 11 12 xecuted by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby 13 uthorized and directed to execute said contract on behalf of the City; a copy of the contract is c 14 n file in the office of the City Clerk and incorporated herein by reference as fully as though 15 16 17 18 set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take ffect or become operative until fully signed and executed by the parties and no party shall be 19 bligated hereunder until the time of such full execution. No oral agreements, amendments, 20 21 odifications or waivers are intended or authorized and shall not be implied from any act or ourse of conduct of any party. 22 23 24 SECTION 3. This resolution is res,cinded if the parties to the contract fail to execute it ithin sixty (60) days of passage of the resolution. c 25 III 26 III 27 28 YL ('I Oi/lt! (~2- c 1 2 3 4 5 6 7 8 9 10 11 C GINNIS 12 SOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN ERNARDINO AWARDING A CONTRACT TO MATICH CORPORATION, FOR AURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AVENUE AND RCHARD DRIVE (PHASE I), PER PLAN NO. 10373. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and ommon Council of the City of San Bernardino at a meeting thereof, held on e_day of , 2002, by the following vote, to wit: 13 C 14 15 16 C CAMMACK 17 18 19 20 ouncil Members: AYES NAYS ABSTAIN ABSENT City Clerk The foregoing resolution is hereby approved this day of ,2002. c 21 22 23 24 25 26 'rf" V y: .~~ Ir- 27 s(l(>(i-ni_.0~"'J,"1 Judith Valles, Mayor City of San Bernardino 28 .' City of San Bernardino, California Department of Public Works, Division of Engineering July 29, 2002 File No. 1.7153 W,O. No. 129-367-5504-7153 DWG. No. 10373 Laurelwood Drive Realignment Between Tippecanoe Avenue and Orchard Drive (Phase I) '. .., JRA/,Gf , flIT..... (DF. u." . A~ ER v " ! >~~, H.lcl coo!.!, NI >f" "F~"~" ' ,.~~ i:; ~ \!.t "I i. ':~';I ." .. IIR ,., ~ [ ~. h " ... Y1CTOU.I..J 1M .. ,"-' ~. [ II".oT Sf :3"E........ .... t "-"01 ~1" !:. ..MDr ., (WUl iT ~t GeULD ~I ;:00II1lI I I; ~l ~ .!)- D~:IIO')OII 1-;::: . \1 '.~.!. _.., .I:;}..I L COIIl~IOIl \1 .. ,:.-,.~. p."""," to t t> I . 5 Cllul51(1l \. .. ..,. iF, 111 - ~ II, ... 1._ ,I'::. = Is ! i! ~ ~~.I ~ ~.\ ' ..." " HIts .. -> ....: -(0-11-'.. .--,t,<<N.iC".It'.;p :; . lI!. ell .. (/1',,: 'It.,.!i ,!::! "'...'" It "'~::L;~ "to.... [I '" I. II lGPITAUT'l... ~_ . " . ' , .:... S.':#/lr ...; " I[ ';'....~s..nAU1'\' ,,, Clr~ UI ....~;,~. ~ .,,' . "i~ .' t' 1'\IfII,1~ n :.1' -r LVO · . i= " ~ ~ t c...cuJC: ...a:~1D . Ctw. 01 "r::::, I ST I [ , - " ,.., '-.cUll. .. S .......~'..,".lf.""- -:~ .. .~.. .l......~ f,.'. ~ ~ - Ii.. ;,. ~ l ~ . t:~1~. 0... l ..:.~ .f ~~':T7~ ';i-.~ : ,., '"c;aa.IJlI: " - e"l: A I'!~' ~ ~=il ,Mlt ... N ,;:;::; .;; ... .." "..J'rr~lItIllO :"-t ",.litAt 10 Sr '. , ~...,.,~ ~ z:: ,t.... ,....~ ,~,< It.! ,~ . ... '... :l -;- _~_ J ~,sr:n~~.e tf;:; oil -:1 :._' ClIO ~~~ :~\U1 \'.llt\I.__ _ _~_. ~ ~ E 5 ~<'S .'.' ..7110 1M/( ..., 'f/~"[' .::11 ST .... .I-~ t 1_';. .....: u:IJ't(R n It;. ~._. VM ~IN(R. ~. ... . - . ....... .<~..' _ -2~_..; . 'I. . - ~ ""-- :1~2COt ThOrras Bros Maps -,' "L: "}-'~:~~!;' ~:. ~~~~ij ~.T..~' · ,;:;.-," ~ I ""',- M:/IIIU't Ii i '" ..""" . - g ; ~ . ". ! .-.f!: CDllla :5...; ;t", . ' '1 ibtousr.tl.rt,. "..;,;:;.. I "..- ..nus", f: " o:r..' VICINITY MAP N. T.S. CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: September 16,2002 TO: Mehran Sepehri, Senior Civil Engineer FROM: Michelle Taylor, Senior Secretary RE: Transmitting Documents for Signature ~ Resolution 2002-296 At the Mayor and Common Council meeting of September 9, 2002, the City of San Bernardino adopted Resolution 2002-296 - Resolution awarding a contract to Matich Corporation for Laure/wood Drive realignment between Tippecanoe Avenue and Orchard Drive (Phase I), per Plan No. 10373. I am providing you with one certified copy of Resolution 2002-296 and four (4) original bound contracts. Please obtain signatures where indicated and return one fully. executed original contract to the City Clerk's office as soon as possible. Please be advised that the resolution and contract will be null and void if not executed within 60 days, or by November 8, 2002. If you have any questions, please do not hesitate to contact me at ext. 3206. Thank you. Please sign and return. Date: \ . ..... " ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Resolution # d OJ:;) -;;>9 (., Abstain Absent ...A- Meeting Date (Date Adopted): <Zj'-Cj' -o.;l. Item # {;) f) Vote: Ayes ;) - ') Nays ..f) Change to motion to amend original documents: - Reso. # On Attachments: ~ Contract term: - Note on Resolution of Attachment stored separately: V Direct City Clerk to (circle I): PUBLISH, POST. RECORD W/COUNTY Date Sent to Mayor: q -II-() ?- Date of Mayor's Signature: q -I ;)--O?- Date of ClerklCDC Signature: c(_ \ '3,-0;>- NullNoidAfter: !.co O~.~~/-){-6~ By: - Reso. Log Updated: ,/ Seal Impressed: V 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: / Date Returned: m-\ -4 -0 )- See Attached: See Attached: Date Memo/Letter Sent for Signature: <j'-I b-O";>- Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney .;' Parks & Rec. Code Compliance Dev. Services ~ Police Public Services Water Notes: &0,'\D (CJ~ Yes ~ No By Yes No --..L- By Yes No --L-- By Yes No -?- By Yes NoL By EDA Finance / MIS Others: me~SiR8-h'Li (2) BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: ~ Date: /0 -I Lj-Q;>" Revised 01/\2/01 Meeting Date; 09/09/2002 Item 1127 Resolution #2002-296 ORIGINAL> FILE NO. 1.7153 ACCT. NO, 129-367-5504-7153 CITY OF SAN BERNARDINO ST A TE OF CALIFORNIA CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO, 10373 FOR LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE A VENUE AND ORCHARD DRIVE (PHASE I) /,0- ~:~:c-~, .r/~,,~..()r E..~. ,{'<~"\!-;: Z<'. /.- -:-., :.; .,,: -<"", ,\ G 1:.'..( " , .':;...:-;,-" \:i!, . ~ . .....,~~ '\ 7.(~l.:':> ' '\,.;..~,;;',\ iC'( ~ r.'{;.... 1'2; Na. 1. 4g:f. 'J .. '::'1 ~L":! .,'jil!. !:;,)\ ~ . ,. ~..,., ;i-' "~..':' If;. "'.L. ,,"\:f.','! ~,~.... "" . I I~" " . '+':'~. ,.,.... , '.' ~ .... "r:.; '/ ,'1 r,~' . "." , #~'(/<~;".,,~-:, ,"_.>", --. ~. " . \~;;.;;...'...;.;~"... / DIVISION OF PUBLIC WORKS DEPARTMENT OF DEVELOPl\IENT SERVICES CITY OF SAN BERNARDINO JUNE, 2002 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M, ON .JULY 25 ,,2002 E..Y. HI e,IT Yi/ 02 296 FILE NO. 1.7153 ACCT. NO. 129-367-5504-7153 JULY 17, 2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS ADDENDUM NO. FIVE FOR PLANS AND SPECIAL PROVISIONS NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AVENUE AND ORCHARD DRIVE (PHASE I) The Special Provisions for this project are hereby amended as follows: I. Enclosed, please find an updated BID SCHEDULE. 2. Enclosed, please find a copy of an updated SECTION II, "CLEARING AND GRUBBING". 3. Included you will find a new section: SECTION 11-2 "GRADING AND UNCLASSIFIED EXCA V A TION". 4. Enclosed, please find a revised SECTION 14, "ASPHALT CONCRETE". 5. Plans have been revised for clarification and a new set is provided with this addendum. ALL BIDDERS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. FIVE AT THE BOTTOM OF THE SIGNATURE SHEET INCLUDED WITH THEIR BID. BY k/Ic~ Nrc C/CASEY, Engmeer DATE: }"1 6'-' Addendum No. Five File No. 1.7153 July 17.2002 SP 10373 02 296 Please acknowledge receipt of Addendum No.5 by faxing this executed page to (909) 234-5155. Also, submit this execute page with your bid submittal proposal form: The undersigned acknowledges receipt of ADDENDUM NO.5, and the cost, if any, of such revisions have been included in the TOTAL BID of the Bid Sheet(s). Name of Bidder: (Please Print) Signature: 2 Addendum No. Five File No. 1.7153 July 17,2002 SP 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL I. LS MOBILIZA nON at the Lump Sum Price, at Dollars & Cents $ ILS $ 2 LS TRAFFIC CONTROL at the Lump Sum Price, at Dollars & Cents $ ILS $ 3. LS CLEARING AND GRUBBING at the Lump Sum Price, at Dollars & Cents $ ILS $ 4. 5,400 CY GRADING AND UNCLASSIFIED (F) EXCA V A nON at Dollars & Cents $ ICY $ 5. 1,750 LF PCC CURB & GUTTER, TYPE "B" per City Std No. 200 at Dollars & Cents $ ILF $ 6. 7,500 SF PCC SIDEWALK per City Std No. 202, Type "B"at Dollars & Cents $ ISF $ 7. 1,750 SF PCC CROSS GUTTER AND SPANDREL, per City Std No. 20 I at Dollars & Cents $ ISF $ (F) = Indicate a Final Pay Item ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 8. 7,950 SY Construct GEOTEXTlLE, TYPE ISON at Dollars & Cents $ ISY $ 9. 7,950 SY Construct BIAXIAL GEOGRID, TYPE "S" at Dollars & Cents $ ISY $ 10. 1,800 TN ASPHALT CONCRETE PAVEMENT at Dollars & Cents $ ITN $ II 4,400 TN AGGREGATE BASE at Dollars & Cents $ fTN $ 12. EA PCC CURB RAMP, per APW A Std 111-2, Case D, Type I, within area of curb return at Dollars & Cents $ lEA $ 13. 4 EA PCC CURB RAMP, per City Std No. 205, within area of curb return at Dollars & Cents $ lEA $ 2 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 14. EA LOCAL DEPRESSION per City Std No. 407, Type I (CB W=21'J at Dollars & Cents $ lEA $ IS. 2 EA LOCAL DEPRESSION per City Std No. 407, Type I (CB W=14') at Dollars & Cents $ lEA $ 16. 325 SF COMMERCIAL DRIVEWAY APPROACH per City Std No. 204 at Dollars & Cents $ ISF $ 17. 3 EA ADJUST EXISTING VALVE COVER TO GRADE at Dollars & Cents $ lEA $ 18. 2 EA ADJUST EXISTING MANHOLE COVER TO GRADE at Dollars & Cents $ lEA $ 19. 2 EA ADJUST CATV PULL BOX TO GRADE at Dollars & Cents $ lEA $ 20. 1,300 LF 8" SEWER MAIN per City Std No. 306, including connect to existing manhole at Dollars & Cents $ ILF $ 3 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVIStONS NO. 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 21. 400 LF 6" SEWER LATERALS per City Std No. 305 at DoJlars& Cents $ ILF $ 22. 4 EA 48.. SEWER MANHOLE & COVER per City Std No. 30 I & 304 at Dollars & Cents $ lEA $ 23. LF SHORING OF SEWER TRENCH EXCAVATION at DoJlars& Cents $ ILF $ 24. 450 LF 42" RCP STORM DRAIN MAIN LINE at Dollars & Cents $ ILF $ 25. 100 LF 36.. RCP STORM DRAIN at DoJlars& Cents $ ILF $ 26. 112 LF 24" RCP STORM DRAIN at Dollars & Cents $ ILF $ 4 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 .02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 27. EA CATCH BASIN, W ~ 21' per City Std No. 405 at Dollars & Cents $ lEA $ 28. 2 EA CATCH BASIN, W = 14' per City Std No. 405 at Dollars & Cents $ lEA $ 29. 3 EA JUNCTION STRUCTURE NO.2 per City Std No. 413 at Dollars & Cents $ lEA $ 30. EA MANHOLE NO.2 per City Std No. 415 at Dollars & Cents $ lEA $ 31. LS SHORING for STORM DRAIN TRENCHES and EXCAVATIONS at the Lump Sum price at Dollars & Cents $ ILS $ 32. LS RECONSTRUCT EXISTING STORM DRAIN MANHOLE Station 5+46.87 at the Lump Sum price at Dollars & Cents $ ILS $ 33. 1,700 TN IMPORTED BACKFILL as ordered by the Engineer at Dollars & Cents $ fTN $ 5 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 34. LS STREET LIGHTING - Laurelwood Drive per Dwg E-1, at the Lump Sum price at Dollars & Cents $ ILS $ 35. LS TRAFFIC SIGNAL - Laurelwood Drive and Shopping Center per Dwg T-2, including Interconnect Conduit (with Pull Rope), at the Lump Sum price at $ ILS $ Dollars & Cents 36. LS TRAFFIC STRIPING, PAVEMENT MARKING and RPM, at the Lump Sum price at Dollars & $ ILS $ Cents 37. 40 LF WOOD POST BARRICADE per City Std No. 505 at Dollars & Cents $ ILF $ 38. 1,415 LF 12" CLASS SO DIP including connection to existing 12" line in Harriman Place at Dollars & $ ILF $ Cents 39. 393 LF 8" CLASS SO DIP at Dollars & Cents $ ILF $ 6 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 40. 210 LF 6" CLASS 50 DIP at Dollars & Cents $ ILF $ 41. 2 EA 12" GATE VALVE per San Bernardino Municipal Water Department Std W3.1 at Dollars & Cents $ lEA $ 42. 6 EA 8" GATE VALVE per San Bernardino Municipal Water Department Std W3.1 at Dollars & Cents $ lEA $ 43. 7 EA 6" GATE VALVE per San Bernardino Municipal Water Department Std W3.1 at Dollars & Cents $ lEA $ 44. 5 EA 6" FIRE HYDRANT ASSEMBLY (NEW) per San Bernardino Municipal Water Department Std W2.2 at Dollars & $ lEA $ Cents 45. LS CONNECTION to existing 16" Water Main in Tippecanoe Avenue, including 12" Gate Valve at the Lump Sum price at Dollars & Cents $ ILS $ 7 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 BID SCHEDULE PLAN NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 46. LS CONNECTION to Existing 6" Water Main in Orchard Drive, including Valve Assembly, at the Lump Sum price at Dollars & $ ILS $ Cents 47. EA 3" COMBINATION DOMESTIC & IRRIGATION SERVICE per San Bernardino Municipal Water Department Std Wl .12 at Dollars & $ lEA $ Cents 48 2 EA 2" CHLORINATION & FLUSHING PORT per San Bernardino Municipal Water Department Std W6.7 at Dollars & $ lEA $ Cents 49. LS SHORING OF WATER PIPELINE TRENCHES & EXCA VA TIONS, at the Lump Sum price at Dollars & $ ILS $ Cents 50. 6 EA RELOCATE I" OR LESS DOMESTIC WATER SERVICE LATERAL at Dollars & Cents $ lEA $ 8 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 '02296 BID SCHEDULE PLAN NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 51. 6 EA 8" WATER SERVICE LATERAL at Dollars & Cents $ lEA $ 52. EA 6" WATER SERVICE LATERAL at Dollars & Cents $ lEA $ 53. 6 EA 2" DOMESTIC WATER SERVICE LATERAL at Dollars & Cents $ lEA $ TOTAL BID $ NOTE: 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 Proposal Amounts, unit prices shall govern over extended amounts, and words shall govern over figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete 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 9 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. [0373 02 296 PROPOSAL section as their bid to the City. Failure to do so will result in bid being non-responsIve. BIDDER declares that this proposal is based upon careful examination of the work site, Bid and Contract Documents. 10 ADDENDUM NO.5 JULY 17.2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 SECTION 11-1 11-1 CLEARING AND GRUBBING 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. The following items shall be classified as clearing and grubbing: 1. Removing Portland Cement Concrete curbs, curb and gutters, as shown in the Plans, including saw cutting, and as directed by the Engineer. 2. Removing asphalt concrete pavement, and asphalt concrete dike, as shown on the Plans, including saw cutting, and as directed by the Engineer. 3. Remove existing features as shown on the Plans and as directed by the Engineer, including but not limited to trees, walls, fences, drain inlets and pipe, and including unknown miscellaneous items within the proposed Laurelwood Drive right-of-way. (The existing houses, garages, sheds, out buildings, foundations, patio slabs, septic tanks, trees and large shrubs are to be removed by others and are not a part of this contract. However, the Contractor is required to remove grass and sprinkler systems that may remain after demolition of the structures.) 4. Traffic stripes and pavement markings to be removed will be designated by the Engineer. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of Addendum No. Five Section 11-1 FileNo. 1.7153 July 17, 2002 SP 10373 02 296 objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shalI be removed immediately after contact between the sand and the surface being treated. Such removal shalI be by a vacuum attachment operating concurrently with the blast cleaning operation. AlI removed concrete and other materials shalI become the property of the Contractor and shalI be 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. I I -1.02 PAYMENT The lump sum price paid for "Clearing and Grubbing", shall be considered as fulI compensation for doing all the work involved in clearing and grubbing, and no additional compensation will be alIowed therefor. 2 Addendum No. Five Section 11 ~ 1 File No. 1.7153 July 17.2002 SP 10373 02 296 SECTION 11-2 11-2 GRADING AND UNCLASSIFIED EXCA V A nON 11-2.01 GENERAL "Grading and Unclassified Excavation" shall comply with Section 300-2, "Grading and Unclassified Excavation", of the Standard Specifications and these Special Provisions. 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, and 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. All embankments and subgrades shall be compacted in accordance with Section 300-4.7, "Compacting" of Standard Specifications and these Special Provisions. Subgrade for asphalt concrete shall be compacted to a relative density of not less than 95%, for a depth not less than 1.5 feet for main roadways and 1.0 feet for driveways. Where unclassified fill and grading is necessary in preparation for laying concrete, it shall be made with clean earth which shall be solidly compacted to avoid future settlement. Excess and unsuitable material shall be removed from the site by the Contractor and shall be disposed of outside of the right-of-way in accordance with Section 300-2.2, "Unsuitable Materials", and Section 300-2.6, "Surplus Materials", of these Standard Specifications. The estimated quantities of unclassified excavation as shown in the Bid Schedule shall be considered as final, and no additional allowance will be made unless additional work is ordered by the Engineer or computational errors are represented in writing five (5) working days prior to bid opening. Addendum No. Five File No. 1.7153 Section 11~2 July 17. 2002 SP 10373 02 296 Residential area, defined as all area not currently paved, shall be scarified to a depth of:t 18 inches, all voids encountered filled, and soils compacted to relative density of90 percent and within two percent of optimum moisture content All subgrade below geotextile fabric shall be prepared in accordance with Section 300-10 "Geotextiles for Separation" of the Standard Specifications and these Special Provisions. All subgrade for asphalt concrete below 0.50 feet below base material shall be compacted to 90 percent of the maximum density and within two percent of optimum moisture The upper 0.50 feet of subgrade for asphalt concrete shall be compacted to a relative density of not less than 95 percent. Outside the traveled way, in areas to receive concrete shall be compacted to a relative density of not less than 90 percent. 11-2.02 PAYMENT -- The contract final unit price paid per cubic yard for "Grading and Unclassified Excavation", shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in performing unclassified excavation as designated on the Plans 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. Test which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. 2. Tests which do meet the required relative compaction will be paid for by the City. 2 Addendum No. Five File No. 1.7153 Section 11.2 July 17.2002 SP 10373 02 296 SECTION 14 14-1 ASPHALT CONCRETE 14-1.Dl 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, as shown on the Plans, and these Special Provisions. Class and grade of asphalt concrete shall be C2-AR-4000. A soil sterilant and tack coat shall be applied as directed by the Engineer. 3' wide asphalt concrete swale, 0.25' thick shall be constructed as shown on the Plans and as directed by the Engineer. The Contractor shall utilize Automatic Screed control as required by the Engineer for asphalt paving. All paving machines, rollers and Automatic Screed Control equipment including size, number and type, are subject to the approval of the Engineer. Unless approved otherwise, ski type devices, with a minimum length of 30 feet, shall be used to provide a reference for the grade sensor. Skis shall be constructed and installed in such a manner that a reference to the average elevation of the existing pavement, along the length of ski, is maintained at the sensor point. When placing surfacing adjacent to surfacing previously placed in conformance with these provisions, a joint matching shoe, of adequate size and type to properly sense the grade ofthe previously placed mat, may be used in lieu of the 30-foot ski. The ski shall be counted at a location, which will provide an accurate reference for the surfacing being placed. This may require the ski to be mounted ahead of, and inside the outer limits of the screed. Automatic cross slope control may be accomplished by use of a ski and grade sensor on each side of the paving machine. Addendum No. Five File No. 1.7153 Section 14 Ju]y]7.2oo2 SP ]0373 02 296 14-1.02 SOIL STERILIZATION -- 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. 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. Soil sterilant shall be applied in accordance with the manufacturer's recommendations. 14-1.03 PAYMENT -- The contract unit price paid per ton for "Asphalt Concrete Pavement", and "3' Wide Asphalt Concrete Swale", shall include full compensation for doing all the work involved in placing material, complete in place, including the application of soil sterilant and tack coat, as designated on the Plans, and as directed by the Engineer, and no additional or separate compensation will be allowed therefor. Payment shall be made on the actual tonnage tickets submitted to the Engineer. All A.C. tickets shall state the type of A.C. and oil (i.e. C2-AR-4000) and shall state the actual location of where the A.C. will be placed. 2 Addendum No. Five File No. 1.7153 Section 14 July 17,2002 SP 10373 :02 2 9 ~ FILE NO. 1.7153 ACCT. NO. 129-367-5504-7153 JULY 11, 2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS ADDENDUM NO. FOUR FOR PLANS AND SPECIAL PROVISIONS NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AVENUE AND ORCHARD DRIVE (PHASE I) The Special Provisions for this project are hereby amended as follows: BID OPENING DATE: THURSDAY, JULY 25, 2002 at 2:00 P.M. ALL BIDDERS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. FOUR ON THE ADDENDUM SHEET OF THE BID DOCUMENTS INCLUDED IN PART I OF THE SPECIAL PROVISIONS. BY: DATE: 7!JI!()c-- 02 296 FILE NO. 1.7153 ACCT. NO. 129-367-5504-7153 July 9, 2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS ADDENDUM NO. THREE PLANS AND SPECIAL PROVISIONS NO. 10373 FOR LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AVENUE AND ORCHARD DRIVE (PHASE I) The Special Provisions for this project are hereby amended as follows: 1. BID OPENING DATE: TUESDAY, JULY 16, 2002 at 2:00 PM. (Was scheduled for July 9, 2002. ) ALL BIDDERS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. THREE AT THE BOTTOM OF THE SIGNATURE SHEET INCLUDED WITH THEIR BID. By:))L C}~ MEHRAN SEPEHRI, P.E. - Senior Civil Engineer DATE: 7/~r"v ADDENDUM NO. THREE FILE NO. 1.7153 SP NO. 10373 July 9. 2002 02 296 FILE NO. 1.7153 ACCT. NO. 129-367-5504-7153 JULY 1,2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS ADDENDUM NO. TWO FOR PLANS AND SPECIAL PROVISIONS NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AVENUE AND ORCHARD DRIVE (PHASE I) The Special Provisions for this project are hereby amended as follows: Add the following BID ITEMS to the "BID SCHEDULE": QTY UNIT DESCRIPTION 6 EA 8" WATER SERVICE LATERAL 1 EA 6" WATER SERVICE LATERAL 6 EA 2" DOMESTIC WATER SERVICE LATERAL REVISED "BID SCHEDULE" sheets are provided in the attachments to this Addendum and shall be used when submitting bid documents. ALL BIDDERS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. TWO AT THE BOTTOM OF THE SIGNATURE SHEET INCLUDED WITH THEIR BID. BY: ~~ C~~Engineer for DATE: 7(01/0z... I 02 296 Please acknowledge receipt of Addendum No.2 by faxing this executed page to (909) 384-5155. Also, submit this executed page with your BID DOCUMENTS: The undersigned acknowledges receipt of ADDENDUM NO.2, and the cost, if any, of such revisions have been included in the TOTAL BID of the Bid Sheet(s). Name of Bidder: (Please Print) Signature: ATTACHMENTS TO ADDENDUM NO. 2 REVISED BID DOCUMENTS 02 296 02 296 BID SCHEDULE PLAN NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM ESTIMATED DESCRlPTION OF ITEMS NO. OUANTITY UNIT WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL IN FIGURES 49. LS RECONSTRUCT existing STORM LS DRAIN MANHOLE, Station 5+46.87 at the Lump Sum price of 50. 6 EA Relocate 1" or less DOMESTIC lEA WATER SERVICE LATERAL at per EACH 51. 6 EA 8" WATER SERVICE LATERAL lEA at per EACH 52. 1 EA 6" WATER SERVICE LATERAL lEA at per EACH 53. 6 EA 2" DOMESTIC WATER SERVICE lEA LATERAL at per EACH 54. 1,700 TN IMPORTED BACKFILL as ordered ITN by the Engineer, at per TON TOTAL BID $ Addendum No.2 July I, 2002 Special Provisions No. 10373 xvii NOTE: 02 296 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 figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete 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 DOCUMENT section as their bid to the City. Failure to do so will result in bid being non-responsive. BIDDER declares that this BID is based upon careful examination of the work site and the Bid and Contract Documents. Addendum No.2 July I, 2002 Special Provisions No. 10373 xvii .1 02 296 FILE NO. 1.7153 ACCT. NO. 129-367-5504-7153 JUNE 27,2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS ADDENDUM NO. ONE FOR PLANS AND SPECIAL PROVISIONS NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE A VENUE AND ORCHARD DRIVE (PHASE I) The Special Provisions for this project are hereby amended as follows: I. The "DESCRIPTION OF ITEMS" in the "BID SCHEDULE" for this project are hereby amended as follows (changes in bold text): DESCRIPTION OF ITEMS ITEM NO. 29 IS: 12" CLASS 50 DIP ITEM NO. 30 WAS: 12" CL 350 DIP IS: 8" CLASS 50 DIP WAS: 8" CL 350 DIP ITEM NO. 31 IS: 6" CLASS 50 DIP WAS: 6" CL 350 DIP 2. Add the following BID ITEMS to the "BID SCHEDULE": 50. 6 EA Relocate I" or less DOMESTIC WATER SERVICE LATERAL at lEA per EACH 02 296 2. ( Continued) 51. 1,700 TN IMPORTED BACKFILL as ordered by the Engineer, at /TN per TON REVISED "BID SCHEDULE" sheets are provided in the attachments to this Addendum and shall be used when submitting bid documents. 3. ADD mlssmg sheet "xxi", "TRAFFIC SIGNAL VENDOR INFORMATION" in the "BID DOCUMENTS". THIS SHEET is provided in the attachments to this Addendum and shall be used when submitting bid documents.. 4. REPLACE incorrect "BIB BOND FORM" in the "BID DOCUMENTS" The CORRECTED SHEET is provided in the attachments to this Addendum and shall be used when submitting bid documents.. 5. REPLACE incorrect "MBE/WBE INFORMATION - GOOD FAITH EFFORTS" sheet "xxv" in the "BID DOCUMENTS" that conflicts with the established percentage of minority participation project goals in Section 2 of the Part II, Special Provisions The CORRECTED SHEET is provided in the attachments to this Addendum and shall be used when submitting bid documents.. The following changes are made to PART II, SPECIAL PROVISIONS: 6. REVISE SECTION 5, "5-1.07 ATTORNEY'S FEES AND ARBITRATION" IS: "Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract." WAS: "Required Binding Arbitration is hereby specifically excluded from this Contract." 7. REVISE SECTION 6, "6-1.16 MEETINGS" IS: "e. Meeting minutes will be taken by the Contractor or his/her designee. The meeting minutes will be made available to all participants at the following weekly meeting. The Contractor shall be responsible to distribute the meeting minutes to all parties performing work under his contract." WAS: "e. 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." 02 296 8. REVISE SECTION II, "11-1.01 GENERAL" IS: "3. Remove existing features as shown on the Plans and as directed by the Engineer, including but not limited to trees, walls, fences, drain inlets and pipe, and including unknown miscellaneous items that can be removed by hand." WAS: "3 Remove existing features as shown on the Plans and as directed by the Engineer, including but not limited to trees, walls, and fences, drain inlets and pipe and other miscellaneous items." 9. REVISE SECTION 24, "24-1.09 TRAFFIC UPS, OVERVIEW, 2.0 Description" IS: "2.1.1 Mounting method shall be shelf-mount." WAS: "2.1.1 NEMA Style: mounting method shall be shelf-mount or wall-mount." IS: "2.1.3 ( BLANK) WAS: "2.1.3 External: A separate, stand-alone, pad-mounted, outdoor (NEMA 3R) enclosure shall be available should there be inadequate room in the signal cabinet or should the consulting/traffic engineer prefer independent, external mounting." 10. REVISE SECTION 24, "24-1.12 VEHICLE SIGNAL FACES" IS: "Mast arm and arrow signal heads shall be 12" diameter. Pole mounted signal heads shall be 12" diameter." WAS: "Mast arm and arrow signal heads shall have 12" lenses. Pole mounted signal heads shall have 12" lenses." II. ADD 1.17 Service Lateral Connections to SECTION 25, "TECHNICAL SPECIFICATION, INSTALLATION, I. GENERAL 1.17 Service Lateral Connections - There are currently six (6) y," to %" service laterals, connected to the existing main, which will be relocated to the new main as part of this Contract and included as a bid item. The relocation shall be constructed as follows: Relocation of the service lateral and relocation of the existing meter and meter box will be required and shall include installation of a new I" crop stop, a new I" copper pipe and a new I" angle valve. 12. Add Traffic Striping, Pavement Marking. Raised Pavement Marker and Signal, Lighting & Electrical Systems Symbols and Abbreviations Standard Plans to "APPENDIX B - STANDARD DRAWINGS" The above described Standard Plans ( A20A -A20D; A24A - A24D; ES-I A ) are attached to this addendum 02 296 The Plans for this project are hereby amended as follows: The "WATER IMPROVEMENTS, Dwg. 10373-W, Sheets GI, PI & P2 (3 of3) are revised and included as a part of this Addendum No. I. ALL BIDDERS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. ONE AT THE BOTTOM OF THE SIGNATURE SHEET INCLUDED WITH THEIR BID. BY: )Ak-q~ RAYMOND C. CASEY, City Engineer for DATE: 61Z,~(o "2. Please acknowledge receipt of Addendum No. I by faxing this executed page to (909) 234-5155. Also, submit this execute page with your bid submittal proposal form: The undersigned acknowledges receipt of ADDENDUM NO. I, and the cost, if any, of such revisions have been included in the TOTAL BID of the Bid Sheet(s). Name of Bidder: (Please Pnnt) Signature: 02 296 ATTACHMENTS TO ADDENDUM NO. 1 02 296 REVISED BID DOCUMENTS 02 2.95 BID SCHEDULE PLAN NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY UNIT WITH UNIT PRICE WRITTEN IN WORDS PRICE IN FIGURES 25. 1,314 LF 8" SEWER MAIN per CITY STD. ILF NO. 306 including connect to existing manhole, at per UN. FT. 26. 386 LF 6" SEWER LATERALS per CITY ILF STD. NO. 305, at per UN. FT. 27. 4 EA 48" SEWER MANHOLE & COVER lEA per CITY STDS. NO. 301 & 304, at per EACH 28. 1,700 LF SHORING of SEWER TRENCH ILF EXCAVATION, at per UN. FT. 29. 1,415 LF 12" CLASS 50 DIP including connection ILF to existing 12" Line in Harriman Place at per UN. FT. 30. 393 LF 8" CLASS 50 DIP, at ILF per UN. FT. Addendum No. I June 27, 2002 Special Provisions No.1 0373 xiii 02 296 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT TOTAL NO. OUANTlTY UNIT WITH UNIT PRICE WRITTEN IN WORDS PRICE IN FIGURES 31. 210 LF 6" CLASS 50 DIP, at ILF per UN. FT. 32. 2 EA 12" GATE VALVE per CITY lEA WATER DEPT. STD. W 3.1, at per EACH 33. 6 EA 8" GATE VALVE per CITY lEA WATERDEPT. STD. W 3.1, at per EACH 34. 7 EA 6" GATE VALVE per CITY lEA WATER DEPT. STD. W3.I,at per EACH 35. 5 EA 6" FIRE HYDRANT ASSEMBLY lEA (NEW) per CITY WATER DEPT. STD. 2.2, at per EACH 36. LS CONNECTION to existing 16" LS Water Main in Tippecanoe Avenue including 12" Gate Valve, at the Lump Sum price of Addendum No.1 June 27, 2002 Special Provisions No. 10373 XIV BID SCHEDULE 02 296 PLAN NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM NO. ESTIMATED QUANTITY I DESCRlPTION OF ITEMS UNIT WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL IN FIGURES 49. LS RECONSTRUCT existing STORM DRAIN MANHOLE, Station 5+46.87 at the Lump Sum price of LS 50. 6 EA Relocate I" or less DOMESTIC lEA WATER SERVICE LATERAL at per EACH 51. 1,700 TN IMPORTED BACKFILL as ordered ITN by the Engineer, at per TON TOTAL BID $ NOTE: 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 figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete 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 DOCUMENT section as their bid to the City. Failure to do so will result in bid being non-responsive. BIDDER declares that this BID is based upon careful examination of the work site and the Bid and Contract Documents. Addendum No.1 June 27, 2002 Special Provisions No. 10373 xvii z o e::: -< ~ CII:: ~ Z - CII:: o Q Z '-I ;> ...l -< Z (J - "l U !i: '- -< CII:: E- o CII:: '-I Q Q - =:I o Z - Q CII:: -< Z CII:: '-I = Z -< "l '- o ;0- E- U 101 I ~!il~ loll-<=> ~-c:a:: ...::Ew ...-> =>1-- ",~;;l =: a:>-w >- 01-", ..1 "'O=> Z 0 0 z ~ '" .... Z III ::E ... 5 fir ..J < z' 0'" iii8 t.,Iz G:UJ ...> <> "'''' ....0 ....., 0- 1Il..J ...:: ~iil a:>-w> 01-"'..1 ...-=>z u 0 ..J < Z 0 iii t.,I ii: ... < '" I- ... 0 0 ,; Z Z ~ '" z ~ 0 .. :C' ~ ...'" III U ~:::; II ",'" ",'" .. Ill=> < ",,,, - 01- oz <l:J .. . ::E ;; III ... Q ::E 5 < a z III .. .. .... ~ t.,I. ~ <0 iii ",z i::E ... 0 8~ :: .. - . f. xxi ,;; . i . z .* . ~ :i = ~ ~ ~ <: :.:.: . i- U .......Jz- - ~ <1l &. O::E ' . ~ c..~ ~051- ~ g; 0' . .., l:J a ""0 '" -...di CD<>""':' Zco::z.. : =,O..!!M QC::o~ . >-.,....- ;;;:~ug5 ~~::i:u> :ll:~t:.. .,"a o~<ciil :.:.. 0:: ....: .c Z c:--- _~ u:~ t..J'" ... ..J W ,... '< .. ~~i-~~ =_cnc..-a . _ - ~ 5 :-CI2..Jcn> 1: . . I = . .. Z .!! ;: . . 1- l' - .. ~ 02 296 >. ;l:a.: :Ea: 8~ cc.. . :1c~ <a:c 101_ ..lcU: ..la:- <0'> :c'c ",...a: a:"'lLo o~~ tzO <ow a:-lLo ~.t ;: Zw 8~~ wi=i= :c-r.. ~~o ~ . i .. u :I ! l. 02 296 BID BOND FOR (Project Title) The amount of the Bid Bond shall be equal to an amount not less than 10% of the Total Bid KNOW ALL MEN BY THESE PRESENT that , as CONTRACTOR and , as SURETY, are held and firmly bound unto the City of SAN BERNARDINO, in the penal sum of dollars ($ ), which is 10 % of the total amount bid by BIDDER to the City of SAN BERNARDINO for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of SAN BERNARDINO for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of SAN BERNARDINO. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this day of ,20_ CONTRACTOR' SURETY' 'Provide CONTRACTOR/SURETY name, address and telephone number and the name, title, address and telephone number for authorized representative. Subscribed and sworn to this _ day of ,20_. NOTARY PUBLIC Addendum No. I June 27, 2002 Special Provisions No. 10373 XXIV 02 296 MBE/WBE INFORMATION - GOOD FAITH EFFORTS The City of San Bernardino has established a Minority Business Enterprise (MBE) Goal of 15% and a Women Business Enterprise (WBE) Goal of 5% for this project. The information provided herein shows that adequate good faith efforts were made. A. The names and dates of each publication in which a request for MBE/WBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified MBEs/WBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the MBEs/WBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names ofMBE/WBE Solicited Initial Solicitation Dates Follow Up Methods and Dates C. The items of work which the bidder made available to MBEIWBE firms, induding, where appropriate, any breaking down of the contract work items (induding those items normally performed by the bidder with its own forces) into economically feasible units to facilitate MBE/WBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate MBE/WBE participation was made available to MBEIWBE firms. Items of Work Breakdown of Items Addendum No.1 June 27, 2002 Special Provisions No. 10373 xxv 02 296 REVISED SECTIONS OF PART II SPECIAL PROVISIONS 02 296 damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects, obstructions, or any time before its completion and final acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor, the City Council and the 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. 5-1.07 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 9-1.1 0 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.08 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 Bids". 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. 5-1.09 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 interlineation, alterations, or erasures. No oral, telegraphic, or telephonic bid, proposal, modification, or withdrawal will be considered. Addendum No.1 Special Provisions No. 10373 June 27, 2002 SP-13 02 296 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. 6-1.16 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 Contractor or his/her designee. The meeting minutes will be made available to all participants 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 may subcontractors specified by the Engineer. 6-1.17 TIME AND LENGTH REQUIREMENTS FOR OPEN TRENCH - - Open trench, as referred to herein, is defined as all excavations made for the permanent installations required on the project, which have not been completely backfilled (including attaining relative densities) as required elsewhere in these Specifications and in which either temporary or permanent paving has not been placed. I. Time Requirements for Open Trench - - At any location, the trench excavation, pipe installation appurtenant structure construction, pipe bedding, and backfill and the specified permanent surfacing shall be satisfactorily completed within ~ calendar days after removal of the existing pavement or surfacing. Addendum No. I June 27, 2002 Special Provisions No. 10373 SP-20 02 296 SECTION 11 11-1 CLEARING AND GRUBBING UNCLASSIFIED EXCA V A nON 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. The following items shall be classified as clearing and grubbing: I. Removing Portland Cement Concrete curbs, curb and gutters, as shown in the Plans, including saw cutting, and as directed by the Engineer. 2. Removing asphalt concrete pavement, and asphalt concrete dike, as shown on the Plans, including saw cutting, and as directed by the Engineer. 3. Remove existing features as shown on the Plans and as directed by the Engineer, including but not limited to trees, walls, fences, drain inlets and pipe, and including unknown miscellaneous items that can be removed by hand. 4. Traffic stripes and pavement markings to be removed will be designated by the Engineer. 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 contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. All removed concrete and other materials shall become the property of the Contractor and shall be 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. 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, and 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. Where unclassified fill and grading is necessary in preparation for laying concrete, it shall be made with clean earth which shall be solidly compacted to avoid future settlement. Addendwn No. I June 27, 2002 Special Provisions No. 10373 SP-33 02 296 I. The Traffic UPS shall not duplicate or take over flash operation or flash transfer relay functions. J. The Traffic UPS 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. 2.0 Description The Traffic UPS shall consist ofthree 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 functions, E. Local and remote communications capabilities, F. And 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. 2.1.3 (BLANK) Addendum No. 1 June 27, 2002 Special Provisions No. 10373 SP-49 02 296 The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in installation materials provided by the supplier. Proof of factory certification shall be provided. 24-1.11 (g) Limited Warranty -- The supplier shall provide a limited two-year warranty on the video detection system. See suppliers standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory-certified personnel or factory-certified installers. During the warranty period, updates to VDP software shall be available from the supplier without charge. 24-1.11 (h) Maintenance and Support -- The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be available for delivery within 30 days of placement of an acceptable order at the supplier's then current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's then current pricing and terms of sale for on site technical support. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language. 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 Standard Specifications and these Special Provisions. Mast arm and arrow signal heads shall be 12" diameter. Pole mounted signal heads shall be 12" diameter. All lamps for traffic signal units shall be furnished by the Contractor. Signal section housing and backplates shall be metal type. 24-1.13 LIGHT EMITTING DIODE (LED) SIGNAL MODULES -- Light emitting diode (LED) signal modules shall conform to the CaItrans "Standard Specification, dated July, 1999, and the CaItrans Standard Plan and these Special Provisions. Addendum No. 1 June 27, 2002 Special Provisions No. 10373 SP-60 02 296 Existing waterlines and water services shall be abandoned after connections to existing waterlines and new water service connections have been accomplished. 1.17 Service Lateral Connections - There are currently six (6) Y:," to v.," service laterals, connected to the existing main, which will be relocated to the new main as part of this Contract and included as a bid item. The relocation shall be constructed as follows: Relocation of the service lateral and relocation of the existing meter and meter box will be required and shall include installation of a new I" crop stop, a new I" copper pipe and a new I" angle valve. Addendum No. 1 June 27, 2002 Special Provisions No. 10373 SP-98 STD. PLAN A20A 02 296 ~D .-rC I,D :~ I-ID ITQ ;~ . 0 !g 10_' . . "'07 '" Y to " !~ to-1 w tm z ",.0.7 ::; t' ~~ "'". '" ~~ "'C!!o w i to ~ W It f z z IO~ ~ ~ i cm w ~ ...Or ~.~ u " to ,$I . I N it ~ ~ - J i~ ~ ~ LL(l ~ 1 '0 ~ ~ I.la ~ I_LO ~ J t ~ J t ~ J t ~ J t ~ J t ~ J t ~ ~ ~ w w w w w <> 0 0 0 0 - , . 2n jlJ ~ j:!!"51 '--10!!! ! 0 00 ~ ~ 0 c 00 o ~ ;. d!l !!!I-I ~ Ie!!! o 100 "OO~tn ~, 3:r ~U :0 t J H H " ~. \fi ~, ,Ii ., ~-j.- ~! " c ~D ~o w z 'i' '" w z o N '" Z v; '" << CL o z " . ~D J t J '" i~ J '0 '" " ~ ~ w o ~ ~ ~ w o :0 r:r~ ~~ j i~ . " to v; c to ';;'0 ~ i i"i ~ , 'to ,. '" x to ' I W ~ Ii ~ " ~i:: ;;e ~ j w w Z z << ~ W tOL ~ 0 ~ " , ;"0; ~ i " 10 ~ ~ ~o ~ Q ;;: . ~ ' . =L1-~ ~ LoL!!! ~ t t t t ~ t t w 0 ~ ~~ ~. ~ f t - .~ '1 '. I t . , "" Z' ~ gi ill u ':_ W '" i5 o "" ~ , '" w z o N " - "- "'.... ,0 II 10 , II 10110 ::. ,0 I :n I ~U , ,- 0 (l OO~ 00-7 ~ 00 00 00 1- 0 0 00 00 '" 0 0 00 00 ': 0 1-00 N t L t N N !II 1,0!!l o ~ O' o~ to 0 o !!II ;~ g I! '00 , 0 o !!> 0 '-' o z ~i ro~t ~ J 12' N ~ N , '0 H ~ ~ ~ w <> ~ ~ ~ w <> ~ ~ ;;;: :;:{ ~ ~ w w <> <> ~ ~ ~ w <> ~ ~ ~ w <> tttW m [T" IT!!! ~. ttt ~ 0 , 0 ~ . 0 Jr1 0 II~ I -. / -T i to!- I 0 iE~(~b . . o.~ ;!:: 0 't> :~o 0 ""'.._-L..- ::l '~ : fa 0 ~ IL~ ~ . ! 1-. w ,<> -. I!!> TO c~rj " "' , : !::~g,i. '111-- ,,' .Loi ~ ~" ~ ~~ ~ L.L. . ~ ~ ~ ~ t t ~ t t ~ t t w w w ttt-~~/ <> 0 0 , " ~ ..~lro;: t~~: ~O'~:'~'o\~ ~ 8~'~ ~ if I ~ ~ ~ r:.~L-~~':;" ~~ o W 0- t ~{.ITI~ D ~~ ~ tHo,,"' ~ ~ ",,,, w~ ,,< o:~ <<", :>0 . . . ~I > . 0 0 0 . > . . . . 0 > : : 0 . . . ~ . . ~ : . 2 . 0 0 , : . ~ ~ u : . . . . "0 ~I . 0 ~ : z ~ . . 0 , . . i z : 0 0 . ~ . . . ! ;, . . < 0 u 0 U . ~I U ~ ~ ~ ~ ~ " . . . J . 0 . 0 0 e:; (J!'\ !l < . 3 Ul 0( w 0 z '" ... 0( (.) ... ... 0( a:Ul ~I-= :; 0( i~ 01- e~~Ww ~: c:;i u~ u ~'i5 (1)...1 \1'1 :;:3 "c( ~ _:sWu "'a:~_ ~a:.a.. .0(>- ::El- l- Z w ::E w > 0( Q. ~ j I "". ~ J~ Ji ~.~ Xu -j: ~1 ~L I ~: ' I~ .; t "2-_, -'--.... . 1:1 Iii Q." p, H 0' I I . '" W Z .., ~ , z 00 ::> >- >- "- W ~ >- .., ~ o '" >- I , ~+I' . . - , +, I , 1 i I. .II' '. . - . : I . . . .1.'. t ;~ w o '" o z .., ~ !!1 z .., 6 W :> ""-j r- I, ~ ' " l 1 I I [I i ~ :2 ~I ~ ~ t ~ '< >- w o "'- w>- Z 0 - . ~f, "'- 0" Wn >- . ,,-" W-" ~e . , -, . I ~i ~. ~ .. . , ~ ) I ~ t N ~ '< >- w o STD. PLAN A20B 02 296 .~~~~~. "'-o:cr · liS,'" TS ~l, ,0,:0. I ~! I ,. ~ :jl ~ . I j, I . ~D j~! ~ g fIr o :jl)" II I I" Lt ' to 1~~ m g J Ii I -jg j "I 0 D~ ~ ! I jm-t Q tl1Bi ~ ~lo I : . : "h,l '0 N n ~~ t~~ w w o 0 . . ... ;.., ~ ... L-='r-' L- ~I-J JJf I b I Il j 10 Ii .,0 ~ :1: 1 . lEi _1 ~ > ", ffi ~ t t ~ '< >- w o ~y-~ ] -.'il;' " " ~~ I '" t ~~c.i I ~ . "'. , I i . , . , , - 1 .. "'+ . IJ ~ \ \ < ~ N I "'"" t ~ N ~ '< >- w o ~ ~ <: <: >- >- w w o 0 W~ " '" ]I ::> 01\ > 0 , 00 . , " >- ~\ w i z z'" ::; ~ Oz O~I . . . w v;0 '" .. z;:: 1 i " " 0 ~ , w ! Wu ~. ;.., , >-w 0~1 . . >- x", ! . ! " I Woo ! '" / WW J 0: z>- > - .. _z " , , . ~- . . . W ->.1 ! l i ! .i t" '" t ~-1 ~I I 0 , , W . . . . ~ - ~ . ~IH N >- . > ~ " N W . ~ ~ '< '" ~ . 0 '" >- 0: '< W >- 0 W 0 ....!~L. ~ I ~ i ,,~ ig-II jdgT, .,0 ;" 0 '18d l081 00 ,lOG -fDo !:)oC I 10.0 {001 .:0 I 0 ;:;0 . 0 10 !! 0 10 I 0' VI 0~ TiCD-t O~ ~ I 118 ~ 8 ~: < 1100. tOo.' <: ::0 ;0: ; I igo jog >- ~gO J Og ~ 10 . 0 u o low i.H] ~[JD VI 118 8 ~ ;::0 0 ~ I go~ og lr:;g18'" Igo og ~o 0 110 0 ,0 0 ...L..l.1:J:J [l t .. >-.;l.,.... ~~ II II r-OO DEI 00 00 .' 00 00 : 00 00 I 00 00 00 00 t-O 0 [J 0 00 00 00 00 ;:: 00 00 eO 0100 i ~o 0 ~ 0 0 .L......-{] 0 ::leD ~ g" t ~ '< >- W o ;1'" . '" T . , ! I' .. I I "'" ~ t " '::.._1 L.. -J!.-.l 1 t ~ e; , I I ~: . '" -' . ot I "'I ~~ I J ; ~ "'t N ~ ~ W o . , " ~1r t ,. "1 , U-I t ;. It. ci :;:. 1 ~ :-;:: i .,. ~1 1 I L..l. oJ . ,,! .. '-;;-'j- '-'1- -1;- r- II i ; riB Il~ 11li'<l ii t Hg ~: I a I : ~ . ' . -I" li+ I. I'it II · ~+ !<B'i- , ,"" .j '" .1-: ..ili~f:1o~ .. "-,- .-! ~ :~ ,B i " ~ s H, ~ I .1--: -.-. ~.-.ijs",!ijlj'~ii:;i;UI.u~u.J--'- ,,0 I!!lT , rr11,I ID...."D "1 , < t: +n'. R i l~ 1 Ii. .j:.B.: I :~, i :;;. I!!l+ ': ::::: 1'1 1_.1, .,1, 1'1 ..1' f""tl . I .. 1." I. [ · :root ~ t~ ~ ~ "HI '-n ~ 1~".lUlli rn,' mil ~lU~ <' .! t< 1'1 '0;'.1...-...;...,. 0.I'\;"'~.n Ii ~ I,' lL t n ~ ~', t n ~L! =-' t ~ ~ ~'" t 1 ~I....J .....J ..; ...J . .: ~I ~ "':! ~ ~ '" . ... w w w o 0 0 ..~Z"O : ,- ..,,~zr~;. , .~~t ~ ni r:..,-, lo:IO.-vo, i ~ : jc' <i', ~ ~ ~ ~ . w ~ci; ~ ':r:, ~ ~~, ~ .'ll, 0 ;, ~ o a I- ..SZ"O: II.'~ ~ 8~f71':; ~ :f ~ [2J ~ .;~!. ~ -:. ~ ~ rn u ~ <> . : 00 V> w~ ~" 00>- "'w :>0 4 m.,cI ~.:i Cl "'0 ..... Ol( < QI- Zw Ol(Q "'... a:0l( i wo lO:- a:'" w . <>;;f 0 ~.... ~ . " ~(I) ~ - Zw w:!: :Ii'" wo >- <"- ",,,- Ol( a: I- , f ~ ~ ~i i o. . b~ t 1:' ~ !~ h ~. i o' . in " " . . ~ : ~ ... - i i I I. i I ;Il ! "It i .1 ~! '" ~ ;:: u ... '" a: ... >- l; ,- ~~8 " ,~ ~ 0 :i2 .---t-- i~ I I 0 I ~ 0 r~ t il II I ~ I Ion I tr ~ t I do/! ~'!o ~ - ~ 0 ~ II ~ LO - o >- .. ll. o 2i ... z .. -' i E i 0 >- z ... 2 >- .. '" a: 0 >- W a: 0 ... ! 8 0 . .. i 0 '" a: .. -' ;\ .. ; a: >- ::> ... z ,--IN ll. 0 2 or .. a: I >- I I X I ... "' n . ~ ~ t ---'r- ~ ~ - oo ::--- oo ' ~= .8 t.. I~ ~ : :d iT: l! . oo . J; : I b: 1 I -:;m R l;CD I -t;aJ TOO . - u oo ::; 51 CD ~ L: o - oo oo ! E II e. ~ I: . . "f i i >- z '" 2 >- .. ~ ., W a: o 8 . : .. ... a: .. -' .. a: >- ::> ... z ll. ::E .. a: ... u z .. a: >- z ... c :Ii ~ " >- w o ~ f \ ~ ~ i '" STD. PLAN A20C ! i f i ~p i ~ I 1 ~ ~ n" o' l .. . tH . . 0 . . ,"'" t- ,..!ilI'O. -: h ..wro- ~ ~1-1 0: "...00": : ~~rn' i ~ [lJi.....,....:lI <.'> ~ ~ '~..ol" 1M ~;. _ ." V .. a ~ ci ~ a:'" ...-, ",- a:" ..>- 2~ 1 r ....." 0..1.1..........., ~ .., "0' o ~~I;; u III ~ ".u ~ ~ . >- I r 1 : i i " i . >> o .. ! .0 .. . q. ! i J I ~ "U j ~9n!1 ~ IOI5!!!f I J i i " ~. i.i J" H. J~! : I g ~ f , / / .. ----I .. , '8 ~ ;. 22 &. .l 0" ! ~. \ ~ - t ~ ~ 5 ~I '" ll. 2 .. a: . , ~w J~~ lam' .~ II B B .L,- 0 0 " L ~ 0 rr" ~ I . ~ 0 I . I i j r- . I' 0 I . .' , ~ " ~ : 'ii I 0 i I" I " iHI!II I , '"' i ~ I I i;:CY I ~ ~ ~: 1$0 .. . o II LO . tOt >- x '" >- .. ll. o a: Q '" z .. ~ >- n " c >- w o 02 296 " - III ! -' u ii: ... e I 1:- . 1--' 'I~ ll~ lit Z.w ~. ell;;/ "" - :,: H I:~j III.. IIU l 11:- . I:&. e~ :II- I- Z . :I III > e .. . , tv " 0 1-~ ; _"---'r- I :i2T i .~ Il!:: i . JI:... ClD i ~ i T--= i L ~: ! .+-- j " J i : i . II ~ U ; ~ CD I." ~ t-- · f: ' ff : U i! d . lIf.' I :;:~ ; i :: , af---r- :; ... . ' -'- .' -;.: . ... i tm i .(1;1 4--1- , I ~ ~ II ~ : I : ~ L-. w o t : t STD. PLAN A2DD 02 296 I i i I I ~! i .. ;t'; :g !]i ~i ~:I 'Ii ~! ,I ....'c C# - ti . . "\1 ~- :. ! J .. i# ~ ~ ;. r. ~ ~ -"I -1 : .~.\,~): " ' --t : ~j '-1 Ll t 0: !;:I ,I. a:~ i 0'" "-.... -,Z ;c~ ....... ~: V>"- v>... t1~ ....... o:~ -' "- ... 0: r--~ ..;., u.tj ... r~ -, ,J I i I "j --+ ~I I ~j < , , , -' u ~ ~ . :== ~ ~ t . t . J :i ~ i ! ] 'i! j ~ "' : . ~ '-' i "' . ~ j m ~ ~ Ii - - ~ . 0 I!! J nSll'O. i;' ..o"ho'zl ~~r~; lITl ~ .'LUd IJJ ~ ..suo; r~'-~ O~ . . . ; ~ '. Q. ,'r >- ~ q ~ . . . 0: V> ~ ...-, I] . "'. ~ 0:... ...... i "'0 ~ ~ u ~ . :"- 51 .~ < .- ;oe o ~ ! ! Ii l. ! i ! I ~ .... i~ ~ ~ H is . li'i .. I .8' Ii - ~~! iJ~i '0'" I :: 0 i I 11.. ~- ..... jH ",1' n -. . ~:: !i &i .... "':..4 ~I 0: "'Z "'0 0:- ....... ",'" -' ...-' z'" ...... ",V> ...'1; >0 ..... 0.. V> ...V> >'" _u ...... uo: ... -'0: "-0 ~"- r~~ "-;1 e "'.1- ci [], " ~ ::IIj ~ ~~ ..... -J ~"'.a '-' II) 8 1&1 N Z C ~ U u. u. C m:1I) I....~ d C1~ ! ~ ZW"-l ~ ~ Ca5 l!5 e en In ..... ""0 c ; a::cz :..UlU ~~- Lm:IL .c>- :a.... .... z 1&1 :a 1&1 > C ... " ~ il LJ Ie ! ~l . ., ~! ! 1..11 ! . . ! ! i..! .. --. ! to V> 0 ;; , . :i ... . 00 ; . . z . i Z i . . 00 , 1 i 0 0- . i -... i ::; . i ... i V> I .. 00 Z '" Z / j '" .. .. , 00 , ::; Zc ... cr 0 Z I -i t , 00 ' '" "'0 ~ [}"J ....0: N " .~ ... , -'. x 0 . \ ..~ Z \ ...~ ...... 0 ! ::; .. Z ... I -' \ "'. ...- 0 Z I. 00 -.. '1;:z: ,0 i I "'. I 0 Z ,< 00 ... ~ DC -' / .. . '" 0- :z: .B " iD . . '" 00 . T ... U oo~ 1 Zo: 0 <D U c: ill ":z: LO . 0 = . ~. = co=tJ ~ rm ~I- ~ '-' ~ = .3 ~ ~ r . ~ ~ ~ ~ .. ~ ~ -' . ~ .. ~ " . " .. - ;= - . - - - "' ~ "' "' "' -' '-' '-' '-' '-' '-' '-' 6 l ~ Q. . " - . j I '-' - ~t i "' Q. f~i 0' ji ~ ~I!i: b'" W "'L d .,:... tl.. ...!L.-! -.J _ ~ a- ~,,:J~ r ~l r f-j~ "I ~~ I ~. Iii . -e:::- _ ::---:: .-:::::=-::r U "I -=- - =- ~" \ ! h: ~ i II, / ~ ...::::::::: - L - - j_ i il!li;1 ~ :?:::::1 (II Wtcl-.J 4 ~ ~ ~ I- r . L< I .. t~"", v '!... I-.. " :. .. - 1..- -..... ...~.l r""'1~ '. .. r . ~ 1 ;::: LJ I' f" 9 I--- L .... . "" - I r Sj,,! I~~S n.:: ,- I-.' I" I . 9 L UZ['t 1:2 :: ,- I . 9 L III '.'~ +,L !:: ::: STD. PLAN A24A wzn -"[1;"" ~i ~: - U'- 02 '- v - 296 ~ Ie' II ~ ., ~ o ClI Q:: Ii Z _.~ w 1j;1 I -I' ~ > I ~ i~ II: !! . I ~ I C., ,I ~ ': t:ll~~I! g ~. 1-11: ~ .'. i~ :jzlI:i.i ~I'. ..IIIC I ;; I . ! :II i= % 1i.1II J > ~ C i L I . .., r 1 1:: J::: j::; , ~ 1/ L11 II '\ ~ v '"' o a:: J a:: ,,: ~.- l~~ I ~ ~ ~~ S\ I ~ ~.. ....~~ '"ii w Q. ... .... I . ,,'Z r I, . 17 ; L , j I r-+ ~ a:: II: -I.~~ ~ . ... iT ~:: I'll: ... ~ .... 7 !~ - IX ~ i~ 1: ~ ~ ~a a- i!i'~ ~>i;1 Q.. ...!;... ~......", ~ ~-:J ~ -I '"' -t li II: -.l. . "" ~ ;~ ~ .- w I ~ ~ .... r---' '''---1 rlll,...l t ~ H ~ ~ '~ , It l,; T a:: o. a:: I~ "" .~ i _ i:~ i S ~ Ei!i " ~~ I ': ~J i CL II:~ ... 0' ....~ i I i 02 296 STD. PLAN A24B L...------.---_____ I -.O-,~Z,-- T I I ---t :1 ~~ : I ' I I; '4--- ! ! ! I I r Ii; I : ~ , , ;---l---++-------+----;....-~-~------ , ~_i-~I I I -+-_1-" . I . ~~ ~ ~~ : : : ~ : ---'--- -...........------------- , . ,----. ;00 o 0: 0: .. €l --'- . ,;::~ ':'~~ ' .. it . 'I : !! : T--~-~-~~:- : :-Ti , +-1; h II. .,. " 1,,:iI I, -+--t-i--I I _ ~~. --r----r----- --l- ~.l.- "". . I I.... I ' I , 1 I I I I I I , . , II'il'~'1 , . LII"'" I I, '~:: ----;---1: 1 ,,-t-. ~~'i L P I I i I I I ~ : ' I' . "-+-' I I L !::l! ~ . ,---;--:----1'"""-~- .+--+ !--+--. ~~ ~, "' .. >- ~ "' " - ..O-..l c , ~ T ~ '" I , , ;000 0'" ~ 0:'" . 0:" . --< ~ .. ~ ! t- , ~ I ::;" I ! ;€! I K <oj = ~ .. ~ >- "- 1. ~~ ~~- ~ '" 0 '" ..O-..t- T I V, ~ I I I V f... I ! I 1/ .... I I ..... , i-. I , , -, .- -- : : I ~ ..... I : ~ I ~ I ,. , ~ ; -!- . -,- ;00 o 0: 0: -'" ~jjj ~:: . & . I 1 8 ~ <oj .. >- .. . ., N C ., " Z 1- -~ !i~ ; ~ ~I~ 0 ~ ~~... a: lit .;z II: lj1 :JW C "'i2 ~U1 > C IL . I~ ij .- c I~ ..o-,tol ~ i~ ...l '" T so .. b 0'" ~h ,- u -'" ~ \> ~- ~ --l" ;. 8 ~. i 1 . .ew= W ..~ >-"- ~ ~. >- '" 0 '" 8 1999 S TD. PLAN ~ . " l/II. I ',( i ~ II \liSt' "'sri '. ., l I I - \ - /~C'~ -., f ""'~ 1____ / f".....- or ~\- -J / ~ - 1'-- I ~ I-J , . . ~~I A24C " I H I "L~ I~ =;] ! 11 .~,~ ~I!E5~9a..~ ~'~5:ii~; I -..V') '" - CZ; '" ll. o '" ..J lD '" V> o $ .H ..J o fTlD ~ I ... ::E Eli: El;; E g: ~ :'..18 d ,0 " -20 o '" << 01 IlIS61 'l;- J < " l:i i~ r' tn-v'-I r L I JJ i:;;~w T~ i g ~~ . . ~ i; .. g2 :; '" ~ 0; 0:': ; :g!i ~ .!''O .E ~o idt :;! ..'" .S!l rI ~ ~~ ~; ...2 c.~ I- 0- ..i ~ ~E'!E - , 02 ?96 u ... C'I c( '" ",-' C1c( II: ~ !w I ; :.:::E ! i! a:::t ~~ ~~.cz It: "i::E ~ ..t u_ Q 0<(....0 _. Z u 8 0'" VI ;;::: "" Z ~ ." ';i~ ~ O!lj:i ;;~ LLI Z c;:::I : ::E UJ ..~ "W-' oi" o >0 ~ cem ~ Q.::E >- '" l " J' ~~ ~~ l, . " J' ~ -< -+ / K I I J ",,1: z K ! ~ , '" 9 Uln' '" ~~.~ < ;; ., ''''1 i~r ~ " ~ ! . ~ . w' " ,~ o~ 5'l:C ~ r--:-' m ---I EI>-. I 1'-- V +- 1-- - f-W -,-l- :::P ..; r- ~ r- r - \A - J F::: ~I-. t-- , . d (Ir (< -J); ~~~,~; ~ ~" i 1" ~.l ,- J; ::'; -,' i ~i "" ,,- ~t i II " ~I- -'- -.- ':11- --'-- -.- STD. PLAN ~. -.- ~ T "[ ~ , . ~ ~ o on '" .. . ~ ~ o on ~ ':: .. ~ ~ ~ . N .. . ~ l!l on N 1[ .. . -i I- --'-- -.- '" . ~ i --'-- -.- ~ ~ o on ~ . .. 10 A24D . {Irl ~. (, ~ ~ .~ ,~ ~ 02 296 @ " c II) o 5! ..':i~ 1- II: ~Ic. ... ~.::.O ~ 8.... II: u ...'a~o'" a;z. i -III !:I "III > C II. . ;- ~ . . ~ on ~ ! l!l~" .. on on ' ii!,. I ~il-- ,.- ~ o~ . 15~ot . .on ,. ~ ~ 0 ~ ~ ':: .. -'- -. . ~ ~ o on '" .. -'- -.- . ~ ~ o on ~ ':: .. -'- -.- . ~ l!l on . N .. ~ ~ ~ ~ o ~ ~ .. '" ~ ~ o on on ~ .. . i II ,.I' h !!! j! i!~ i: ;"11 ", . ;i .h; il iii e ~ ~ ~ .. -'- -.- ~ ~ o ~ N ~ .. . " jH~ {! .4.' =: ~llf ..II ...... t ~ illl h . ;11 !! j~tll ii lirl) ;. IIi!. :~ tt.i' !~ ll!ij l~ a;!i' i~ nill ,. ' ~:' :lHi -'- -.- ... ~ l!l on Q .. . ~ , s ~ i JL,. i ~.;i, ~:f ~ ~I i :1 -,,{. 3 . ! , i! g. ~ ; . ~ i; 5 - a i ~ i e. r "D ~l ~ H II Iii ,f hI ~;ltJ i :::L J .i~) - . - ~ ; ~ . i jj i ~ ~ ",j ~ s!: -. tl 1 ~1'j'1 f~ <.i.I.'i,8,.1 :ii..i2"i;~;J !ls .~i~Hi.H ~J' ':020"'01Ir' ~ .if' ," ~I'. .=~: ; 2. '8 .. 0 .. 0 .. .. ... 3. .......... .:;; 9~Tf~ . l .' . ! ~ i .i i i; .. 0 0 ..d ~ i . Iii i ,i . ifii.:i !i ! " ! ~ '--, h i '!HP. f .. . .. t" a. 'u ;. 01 ~ t ;; )" !'~~a'i ~r H ~~ ~r.il =~ j g ,I ! !'~!' . _. i n '. !~-I. < " 6.!. o i" 0 1 . r; .. ~.!f"- . i t' '. . , ~ !~ . ~ . -! .. ~ " . .;~l!i;!H j . , ~ ~ ~<-U-! 1 o ... 0 0 .. 6 z ..I '" " i ! . g I . . ~.... :; ! ~ ~ :; :; :; i . j ~~ .; .~ .~ .~ "i .~ .~ ! ... Ii:;; :;;:;; II: '"' ! 6 ~ l ~ ~ ~ ~ ~ 1 5 J ; i '" 1. ~ ! 1 ,. 5 ! H = i .. ~ ~ ;: S = 5. i !; i! ! a Ii . r, i 101 Eo" ~ 'lllr ::: ., ~ ~ i;...~ ~y I ~}-J -1A I s r ; ~ w . ~ i ' : . i ~ ~, in p~ u }. ~II : .1, I 'I-' !J . i j ~ . .i i 1 i f j . . i ~ ~ ! J j I .. , - i h So H H i' . , n .. '" " . ~g<E ~ . ~@<E:J '" . ~ GEJ<E] . , t Ii I i :8 i j' I i j ..8 I . Ii., g~ i 8 di~ . r' " r ! :; r. ~ ~ i 1 ~! v : ~ 0 -1 I ~ ~ ~ Ir . : .i g " J;f!fi : L ! UU [!I~I!l@]lliI . . I ! j j I: I I h! ; f i r~ i .. j ,; i. d .....i I; j i . !~ '" f J ! ~ f f l I~ ! ~ : ~ i ! !~ ~t I z : IE: l i: ~; ,I ! : n. i' -. 2' . H uZ J' Z I . _. ~ ~ I;]~OO~~ . . 02 296 5 i . . ~ c po , "'''' ",z UI :10 Ulj: Ol-c Z"'- ~->-> ..~....w p:z: a: ,~""'III ~~~C.. .. uc ~.~Ea :;;!cl-z !ZUc ."UI -...", "'UI... cO Zlll c:l >- '" II ~ h .. Q' V ;, I! ~ i:: ! ."! " n. ~ i ~ ~ .}J II . ,I +--' I ~}-_I j ~ ! : . . ~ j ! e :;; J ~ . . 1 ~. Ii ~~ . ~. , .' . . ,! i 11' i ;;; i i t t ~; !! i t l' I f i ! ! I J! ; .. .... I S D ~ -a lr. - i 8 8 - ~:- ; i . r r ~ ~ . .,a i . : . . a _ ! . ~~ ~~..!8.~; !!!!zz~!d _ l!l0I!JOO~OO~@]~ I!J i ~ . . > , ! I ~ f I 'I. ~ ~ !j! i: ):e ~ - ~s'. ". ,i, . i ~. ,.t. 'i .. '. ~!i IIi ~i!j~i~ ~ii ! ~~l i" !~!l~.j...f .,1:< ~ ~111 ~i\ 1:~4:i j!~8 j:i!i Ui~i:! ~2j~J8}rf,fi~~;l-!~ffi:i:~~!i <.l!~~~j~'~:i:..t'!"';l;fir. ......uu~~~.i~~~~JJf~uZ.L~LtL~~~ ~ ~~Zo;:t5~!1.....!.!.!~.. U~."''''~=_.!_e eEe I t ~ ~ t . i'~ ~ . " a li.. CI s i" ~ !! H! ; g ] h ;;;;;;~ .. &~!:i ~i~~i~ ~ . .. .. ...... .. .. .. ~ ~..~.U..."r'U' uQ'p.n ! ~ ~~..ua6~~.~.~~~~~s~;~ifrt~~gl~~~~~~~~~'~ 212 02 296 TABLE OF CONTENTS NOTICE INVITING BIDS PART I BID DOCUMENTS BID FORM BID SCHEDULE BIDDER'S INFORMATION AND SIGNATURE DESIGNATION OF SUB-CONTRACTORS TRAFFIC SIGNAL VENDOR INFORMATION WORKMEN'S COMPENSATION INSURANCE CERTIFICATION NON-COLLUSION AFFIDAVIT BID BOND MBE/WBE INFORMATION - GOOD FAITH EFFORTS REFERENCES PART II PAGE SPECIAL PROVISIONS SECTION 1- SPECIFICATIONS AND PLANS SP-I SECTION 2 - BID REQUIREMENTS AND CONDITIONS SP-4 SECTION 3 - AWARD AND EXECUTION OF CONTRACT SP-7 SECTION 4 - CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, TIME OF COMPLETION AND LIQUIDATION DAMAGES SP-9 SECTION 5 - LEGAL REQUIREMENTS SP-Il SECTION 6 - GENERAL SP- I 6 SECTION 7 - UTILITIES SP-22 SECTION 8 - DESCRIPTION OF WORK SP-26 SECTION 9 - TRAFFIC SP-29 SECTION 10- MOBILIZATION SP-32 SECTION I I - CLEARING AND GRUBBING UNCLASSIFIED EXCA VA TION AND UNCLASSIFIED FILL SP-33 SECTION 12 - GEOSYNTHETICS SP-35 SECTION 13 - BLANK SECTION 14 - ASPHALT CONCRETE SP-36 SECTION 15 - AGGREGATE BASE SP-37 SECTION 16 - PORTLAND CEMENT CONCRETE SP-38 SECTIONS 17 - 19 - BLANK SECTION 20 - TRAFFIC STRIPES AND PAVEMENT MARKING AND RAISED RAISED PAVEMENT MARKERS SP-40 SECTION 21- STREET LIGHTING SP-41 SECTIONS 22 THROUGH 23 - BLANK II 02 296 SECTION 23 - ROADSIDE SIGNS ( BARRICADES) SECTION 24 - TRAFFIC SIGNALS SECTION 25 - CONSTRUCTION AND RELOCATION OF WATER FACILITIES SPECIFICATIONS FOR CONSTRUCTION OF WATER FACILITIES MUNICIPAL WATER DEPARTMENT STANDARD DRAWINGS SECTION 26 - REINFORCED CONCRETE PIPE SECTION 27 - CONCRETE STRUCTURES SECTION 28 - BLANK SECTION 29 - SHORING OF EXCA V A TION SECTION 30 - 32 - BLANK SECTION 33 - SEWER PIPE SECTION 34 - MANHOLES SECTION 35 - BLANK SECTION 36 - ADJUSTMENTS TO GRADE SECTIONS 37 - 49 - BLANK SECTION 50 - REMOVAL AND RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT APPENDIX A GEOTECHNICAL INVESTIGATION BORING LOCATIONS AND TEST RESULTS APPENDIX B STANDARD DRAWINGS (PUBLIC WORKS CONSTRUCTION) AGREEMENT 111 . SP-44 SP-45 SP-73 SP-74 SP-103 SP-I06 SP-I08 SP-I09 SP-lll SP-112 SP-l13 02 296 Engineer's Estimate: 5865,000 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids for: LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE A VENUE AND ORCHARD DRIVE (PHASE I) in accordance with Special Provision No. 10373 in file in the Office of the City Engineer, Third Floor, San Bernardino City Hall. Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California with the Specification title and number clearly marked on the outside of the envelope. The unit price must be written in words and also shown in figures. Said bids will be received up to the hour of 2:00 p.m" on Tuesdav, July 9 , 2002, 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. No bid will be received unless it is made on a bid form furnished by the City with the unit price written in words and also shown in figures for each item, and with the total of each item and total of all itcms filled in. 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 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 10% shall be paid to the City upon the condition above set forth as liquidated damages and not as a forfeiture, All bonds furnished pursuant to this notice must be in accordance with Section 2-4 of the Standard Specifications for Public Works Construction, 2002 edition. 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. 02 296 Said prevailing rates of wages shall conform to Section 1773 of the Labor Code, the general prevailing wage rates in the county in which the work is to be done have been deternlined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the City Clerk's Office, and available from the California Department of Industrial Relations' Internet web site at ht1.p://www.dir.ca.gov. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Contractor may substitute secuntIes for any monies withheld by the Agency to ensure performance under the contract as provided for in Section 22300 of California Government Code and Section 10263 of the California Public Contract Code. 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 ofrace, 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. The Contractor shall possess a Class "A" License or Appropriate Specialtv 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. A non-mandatorv Pre-Bid Meeting will be held on Thursday, June 27,~, at 11:00 a.m. in the office of the City Engineer, Public Works Division, Development Services, Third Floor, City Hall, 300 North "D" Street, San Bernardino, CA 92418. This meeting is to provide information, to answer questions and 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. 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 ~ working days from the date of the bid opening. Plans and Specifications may be obtained from the City Engineer's Office, third floor, City Hall, 300 N. "D" Street, San Bernardino, Cali'fornia 92418, upon a non-refundable payment of $20.00 for each set if picked up in person. Upon request. the Plan and Special Provisions may be mail for an additional char\1e of $5.75 per set. 02 296 Specific questions regarding this project should be submitted in writing to the City Engineer's Office as follows: City Engineer's Office Subject: Laurelwood Drive Realignment Between Tippecanoe Avenue and Orchard Drive (Phase I) - Plan No. 10373 Third Floor, San Bernardino City Hall 300 North "D" Street San Bernardino, CA 92418 Attention: Ronald Blymiller, Associate Engineer Fax: (909) 384-5155 E-mail: blymiller_ro@ci.san-bernardino.ca.us CITY OF SAN BERNARDINO ~aJJ RACHEL CLARK 01 -dlLItM fl~ NOTICE TO ADVERTISE SPECIFICA nON NO: 10373 SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE: 6/14/02 and 6/19/02 SECOND PUBLICATION FIVE DAYS LATER SIGNATURE: DATE: PART I BID DOCUMENTS VII 02 296 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 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE A VENUE AND ORCHARD DRIVE (PHASE I) in strict conformity with Plans and Special Provisions No. 10373. of the Public Works Division, Department of Development Services for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2002 Edition. 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: Vlll 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 1. 1 LS MOBILIZATION at the Lump Sum Price, at $nc1'(-fOlJIl.7ItO()~ rll} A-" Hc);.Jl)RIEl> H'M G1;HrDollars & . - Cents $(:.t{~/LS $.c.'I.sS'8 . . 2. LS TRAFFIC CONTROL at the Lump Sum Price, at #/AIt!'T~ TNotJtM;O Dollars & $ /~OOO /LS $ /9,000- Cents , 3 LS CLEARING AND GRUBBING at the Lump Sum Price, at (tveA/7Y povlL T1ItJiXAA(IJ Dollars & $ z..r.OOO ILS $ 'J- rOOcY Cents 4. 5,400 CY GRADING AND UNCLASSIFIED (F) EXCAVATION at !;; €I/~I// Dollars & 50 rlrT'j Cents $ 7 --- ICY $ ~C! $"OCl , 5. 1.750 LF PCC CURB & GUTTER, TYPE "B" per City Std No. 200 at IV/,A/G Dollars & 9S0 ---- r/rTfI Cents $ -- ILF $/{"bZS - / 6. 7,500 SF PCC SIDEWALK per City Std No. 202. Type "B" at OA/G Dollars & 95 E/6#17)1 r-11/6 Cents $ / -- ISF $ /3 ~5"- J , 7. 1,750 SF PCC CROSS GUTTER AND SPANDREL, per City Std No. 20 I at 7'/-//266 Dollars & g&'U $ 0,{,SO - e/~HT'I Cents $ -- ISF , (F) ~ Indicate a Final Pay Item ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 8. 7,950 SY Construct GEOTEXTILE, TYPE ISON at ONe Dollars & Cents $ /- ISY $ ?95"O~ , 9 7,950 SY Construct BIAXIAL GEOGRID, TYPE "5" at o ,(/~ el(,HT'! Dollars & Cents /[lV $ - ISY $/'1, 3/0 - , 10. 1,800 TN A5PHAL T CONCRETfP A VEMENT at rJ-/( J2.rY e/6i-1 Dollars & Cents 5 ~~ /TN $6 ~ 7'cx7 $ , 11. 4,400 TN AGGREGATE BASE at AJ/I./e Dollars & '5 I wrV 1"111'6 Cents 9 (, <;" $ yz, 7"~o~ $ -- /TN , 12. EA PCC CURB RAMP, per APWA SId 111-2, Case D, T~e I, within tJea of curb return at ONe 7. OO5Il,u Dollars & $ /.000/ lEA -'" Cents $(000 I . 13. 4 EA PCC CURB RAMP, per City Std No. 205, within area of curb return at 5/)<< flu/J~~UJ Dollars & $ bOO -lEA Cents $ l.,/ClO , 2 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 BID SCHEDULE PLAN NO. 10373 02 296 MATICH CORPORATION P.O, BOX 50,000 SAN BERNARDINO, CA 92412 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS 14. EA LOCAL DEPRESSION per City Std No. 407, Type I (CB W~21 ') at 0.<16 -rHOU$..fI..AJ1J DolIars& Cents UNIT PRICE IN FIGURES TOTAL $ 1,000 - lEA S ~ODir / { EA LOCAL DEPRESSION per City Std No. 407, Type I (CB W~14') at C'I{, 6Ir [.Ii/I/.()I2.6"~ f!1 Fry DolIars & Cents $ ?i0 - lEA $ { ;00 ~ 15. 2 16. 325 SF COMMERCIAL DRIVEWAY APPROACH per City Std No. 204 at Cl6Hr DolIars& ('_'to PO /Crt' Cents $ () - ISF -- $? 7:50 3 17. EA ADJUST EXISTING VALVE COVER TO GRADE at 7'k/O Hou/JR..€'tJ <1f'1r.Hry DolIars & Cents $ 2ffo ~ lEA ff'O-'" $ 18. 2 EA ADJUST EXISTING MANHOLE COVER TO GRADE at :>'/><c Hc.lJ.//)M-,(J DolIars& Cents S h ()O~ lEA ..- $/,~ , 19. 2 EA ADJUST CATV PULL BOX TO GRADE at ~Pt/IL H(.II/~M[) "{1f/6'.v7Y h~DolIars& Cents /' t;J.) - ?i">-D- $ lEA $ 20. 1,300 LF 8" SEWER MAIN per City Std No. 306, including connect to e](.isting manhole at s/!t.ry 0.//6 DolIars& p/ P'T'/ ue.v7.5 Cents $&17;: ILF $7~7S0~ , 3 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVtStONS NO. 10373 BID SCHEDULE PLAN NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM DESCRIPTION OF ITEMS AND UNIT UNIT PRICE WRITTEN IN WORDS OUANTITY 21. 400 LF 6" SEWER LATERALS per City Std No. 305 at I'lrT'I c::!JVt:: Dollars & Cents UNIT PRICE IN FIGURES TOTAL s S-(~ ILF s to, 7'dT , 22. 4 EA 48" SEWER MANHOLE & COVER per City Std No. 30 I & 304 at 1UA? -rNOOSJ)N.f) ~/jt I-ItJl/OMtJ Dollars & Cents s0M- lEA S (~YOLl - 23. LF SHORING OF SEWER TRENCH EXCA VA nON at r H 11<."'- Y Dollars & Cents s 30 - ILF Jo - s 24. 450 LF 42" RCP STORM DRAIN MAIN LINE at N//VGr'/ I'" II/er Dollars & re?/l.:,Y' Cents s q'" ~LF s 7'~'i30"- 25. 100 LF 36" RCP STORM DRAIN at ~/.6 HrY "TWO Dollars & 5G-1/6NTY Cents sS:z. ~ ILF sCi-;-Z-?O ~ 26. 112 LF 24" RCP STORM DRAIN at 5/ )C{Y Dollars & Cents s c.CJ -;LF S?; -; 20 ~ , 4 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 BID SCHEDULE PLAN NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) DESCRIPTION OF ITEMS AND ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS 27. EA CATCH BASIN, W = 21' per City Std No. 405 at IJ!/{)jd) rlt/~rlIOiJ$IJN/) (,!NIL H Dollars & Cents UNIT PRICE IN FIGURES TOTAL $.J.<t'oLr/EA $ s-~otr , , 28. 2 EA CATCH BASIN, W = 14' per City Std No. ",,,d. -liiZ~I1~ AlIAl&- i/vp()l1Jl,llars & Cents $l(900 , ~ $ ~i?'OO ~ , lEA 29. 3 EA JUNCTION STRUCTURE NO.2 per City Std No. 413 at -(U/o 7~ rWO f/OA/lIRHtJ Dollars & Cents $ Z, ZOO ~/EA . $(,,600 - , 30. EA MANHOLE NO.2 per City Std No. 415 at l' H I1-fi6 -rIttJoSIlN./) fcJVlL IIOt-tlJAbollars & Cents $ ~, '100 - lEA $ )1 ~tI ~ 31. LS SHORING for STORM DRAIN TRENCHES and EXCA V A TIONS at the Lump Sum price at 51y-rI'lOOSMl> #11/6- Hi/vIM/J Dollars & Cents $ ?, 90{f ILS , $?o, 900 ~ . 32. LS RECONSTRUCT EXISTING STORM DRAIN MANHOLE Station 5+46.87 at the Lump Sum price at vpA#II 5/.l' rlitlJ;A~ .,I/~6<'" Dollars & Cents $ C,/lo0 ILS $ ~I reo ~ , r 33 1,700 TN IMPORTED BACKFILL as ordered by the Engineer at Dollars & Cents f'lrT'! -rH~ 05) $ CI/O I ...- $ ..c-- ITN I'" 5 ADDENDUM NO.5 JULY 17.2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) UNIT PRICE IN FIGURES TOTAL ITEM OUANTITY UNIT DESCRIPTION OF ITEMS AND UNIT PRICE WRITTEN IN WORDS 34. LS STREET LIGHTING - Laurelwood Drive per Dwg E-l, at the Lump' Sum price at 66H1b6;tJ rl-lotJ'{AAl4 Dollars & Cents $Ib;'oa? - /LS $/IS;~ . 35. LS TRAFFIC SIGNAL - Laurelwood Drive and Shopping Center per Dwg T-2, including Interconnect Conduit (with Pull Rope), at the t.Oo::JO~ $ 1401.-n~ L S . $1) /LS v V'" ump urn pnce at A i)(J 0<18 IIVI'.dlr/1 -f'IvGAlry -r1laJ~ Dollars & Cents 36. LS TRAFFIC STRIPING, PAVEMENT MARKING and RPM, at the Lump Sum price . at f'pv~ /l-ftxJ5A PI) Dollars & Cents $ '-1;000- /LS , $ C(, ()t)O- , 37. 40 LF WOOD POST BARRICADE per City Std No. 505 at rHt/2.,'I Dollars & J.{)~ Cents $ /LF ~ $ r, 2-00 38. 1,415 LF 12" CLASS 50 DIP including connection to existing 12" line in Harriman Place at Dollars & Cents $ s-'(-- /LF $ 11; (6~- . r/rT'( OMG 39 393 LF 8" CLASS 50 DIP at ...- r:o/l---ry 6'/~/-I, Dollars & Cents $ L;l?- /LF $ /Sj ~ 't - . 6 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 ,M) BERNARDINO, CA 92412 BID SCHEDULE PLAN NO. 10373 LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM QUANTITY UNIT DESCRIPTION OF ITEMS AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 40. 210 LF 6" CLASS 50 DIP at ~ol--rY Dollars & Cents $ l/ 0 ~ ILF $ s:; 7'00-' , 41. 2 EA 12" GATE VALVE per San Bernardino Municipal Water Department ~3.1 at OIU& 7).J')J1SR#/J S';t/6A./ #w/) ollars & $1,1Cf) - $ J>, 9'ff Cents lEA . . 42. 6 EA 8" GATE VALVE per San Bernardino Municipal Water ~rent Std W3.1 at QA/& ,HOVSA Dollars & $ (OOO~/EA $ ~OOO Cents , 43. 7 EA 6" GATE VALVE per San Bernardino Municipal Water Department Std W3.1 at 9X IIlp//)MtJ NIAJ~ Dollars & $ C'70- lEA $~8-JtJ./ Cents , 44. 5 EA 6" FIRE HYDRANT ASSEMBLY (NEW) per San Bernardino Municipal Water Department Std W2.2 at $~~O- lEA $ ~'S'OOI) - 71-i~ 711()p~A-utJ Dollars & Cents ) 45. LS CONNECTION to existing 16" Water Main in Tippecanoe Avenue, including 12" Gate Valve at the Lump Sum price at pl//? 7HlVS/JA}/1 NiAll! 1It1/./~ Dollars & $ 57?OV- ILS $ >:~otJ- Cents , . 7 ADDENDUM NO.5 JULY 17.2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) ITEM QUANTITY UNIT DESCRIPTION OF ITEMS AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 46. LS CONNECTION to Existing 6" Water Main in Orchard Drive, including Valve Assembly, at the Lump Sum price at {) r;.;l2..te -rt/iJtJ54~ Dollars & Cents ? - 3oa:?- $ 7,CXZ; ILS $ " t 47. EA 3" COMBINATION DOMESTIC & IRRIGATION SERVICE per San Bernardino Municipal Water Departm~IJ"t.S!d Wl.12 at 77"~.J I'll/? /iOl/tJPtI Dollars & Cents $ ,?..sW- lEA , f/d/- $ ,J< , N/AJc. 48. 2 EA 2" CHLORINATION & FLUSHING PORT per San Bernardino Municipal Water Department Std W6.7 at $ <.; "7)- --lEA $ ~/ 0 - ff;vfL MlJ/IJ/2Ltj rl<A5-Alrt P/~ Dollars & / vc [) ~, Cents 49. LS SHORING OF WATER PIPELINE TRENCHES & EXCA VA TIONS, at the Lump Sum price at IIV"JIHIJ -rNa:JSMJ) mfl6? Dollars & Cents $ 5:".)00 ILS , f']Ci)- $ . , ""i/If 50. 6 EA RELOCATE 1" OR LESS DOMESTIC WATER SERVICE LATERAL at u,v€ -rt!o01j;4;U./J Dollars & Cents $ 1000 lEA $~66o- . ~ 8 ADDENDUM NO.5 JULY 17,2002 Bid Schedule SPECIAL PROVISIONS NO. 1037) 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 BID SCHEDULE PLAN NO. 10373 LAUREL WOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE n DESCRIPTION OF ITEMS AND ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 51. 6 EA 8" WATER SERVICE LATERAL at O./lG 7H~ ulob flllI6 M.Jv/JR.&otJ Dollars & Cents $(,:,-00- lEA $',000 - , 52. EA 6" WATER SERVICE LATERAL at 01</';- 7,11CV511A1J IW" HI/J,J~ Dollars & Cents $..) 200 lEA $ ~ z.oO -- 53. 6 EA 2" DOMESTIC WATER SERVICE LATERAL at N'/N("- /;'V.v()UJ) DoJlars & Cents $ 7'cAJ - lEA $ '5'; ~---- , . ~ TOTAL BID $ ():5",('53. . NOTE: 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 Proposal Amounts, unit prices shall govern over extended amounts, and words shall govern over figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete 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 9 ADDENDUM NO.5 JULY 17.2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 PROPOSAL section as their bid to the City. Failure to do so will result in bid being non-responSIve. BIDDER declares that this proposal is based upon careful examination of the work site, Bid and Contract Documents. 10 ADDENDUM NO.5 JULY 17.2002 Bid Schedule SPECIAL PROVISIONS NO. 10373 02 296 MATICH CORPORATION P.O. BOX 50000 SAN BERNARDINO, CA 92412 BIDDER'S INFORMATION AND SIGNATURE It is the understanding of the undersigned that the work hereinabove described shall be commenced within --.l!L working days from the date of the "Notice to Proceed", and shall be completed within 100 working days from the date of said notice, as directed in Section 4 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 NO.: Uc. # 149783 CLASSIFICATION: A EXPIRATION DATE: lI~sO-03 FIRM NAME: MatlchCorlloratlon BUSINESS ADDRESS: 1371 S. la Cadena Drive CellaR, CA 92324 BUSINESS PHONE: Phone (909) 825-9100 CELL PHONE: SIGNATURE OF BIDDER: ~/ ~. Euge sve VIce President If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individuals, co-partners composing the firm. If a corporation, state legal name of the corporation, also the names of the president, secretary, treasurer and manager thereof. ADDRESS NAME Matich Cor1loratlon 1371 S. la Cadena Drive rnltnn C^ g2~2q Sl:Qphen A. "'"Nr!t ~Id..n. p~Mr.tr A. Mlltfdl <:'~""-'Y ~ cF. A-T'T'At'liED Randall S. Valadez Treasun!r Is Bidder currently a certified DBE? Yes 0 No ~ Dated: - 1-.):, -01- ,2002 '- XVIII 02 296 CORPORATE RESOLUTION At a meeting of the Board of Directors of MATICH CORPORATION, a California Corporation duly called and held on the 19th day of February, 2001, a quorum being present, the following RESOLUTION was adapted: "Resolved, the Corporate Officers for Matich Corporation are: CHAIRMAN OF THE BOARD Martin A. Matich PRESIDENT Stephen A. Matich EXECUTIVE VICE PRESIDENT Roy A. Hays VICE PRESIDENT & TREASURER Randall S. Valadez VICE PRESIDENT & CORPORATE SECRETARY Patrick A. Matich VICE PRESIDENT - ENGINEERING Robert M, Matich VICE PRESIDENT - ENGINEERING Eugene P. Boisvert VICE PRESIDENT - CONSTRUCTION MANAGEMENT Wayne Hendrix FURTHER RESOLVED, that the above listed Corporate Officers are duly authorized to sign documents (bids, contracts, etc.) as may be necessary on behalf of MATICH CORPORATION. I Patrick A. Matich, Secretary of MATICH CORPORATION have compared the foregoing RESOLUTIOI~ with original thereof, as it appears on the records of the Board of Directors of said company, and do certify that the same is forgoing and true and correct transcript therefrom, and of the whole said original RESOLUTION. I further certify that said RESOLUTION has not been amended or revoked and is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand as such Secretary this 19th day of February 2001. ~A. ~,L Patrick A. Matich, Secretary 02 296 MATICH CORPORATION P.O. BOX 50000 SAN BERNARDINO, CA 92412 BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS ADDENDUM NO.1 ;/' DATE: 6~;?7-0L ADDENDUM NO.2 ,/ DATE: 7- h!l2. ADDENDUM NO.3 ,/ DATE: 74-t!l;? ADDENDUM NO.4 V DATE: 1 ~II-O'L- ADDENDUM NO.5 ,/ DATE: 7-17-~1. ADDENDUM NO.6 DATE: ADDENDUM NO.7 DATE: ADDENDUM NO.8 DATE: ADDENDUM NO.9 DATE: ADDENDUM NO. 10 DATE: ADDENDUM NO. 11 DATE: ADDENDUM NO. 12 DATE: XIX 02 "96 <. MATICH CORPORATION P.O. BOX 50000 SAN BERNARDINO, CA 92412 Matich ~"'L:A BIDDERS FIRM NAME DESIGNATION OF SUB-CONTRACTORS In compliance with the provisions of Section 4100-4 I 10 of California 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 Under Which Licensed Agency & No. of MBEIWBE CERT. (If Applicable) Sub-Contractor's Phone-No. Sub-Contract Amount Work to Be Performed I. SuDHAII.A/!.. W $ J 15'0 5r(l.I!Jhfl,t; ~;J l.-7V ,c...A C4l- ,fL4!;:; ,?o'i-'il'l-Z-'13S cr oz.n'?'1 tJA aD./Ul()6- S" 2. 5Tkllt.&V f. 'lGtlcllIAlt:. CA-L- ~5 JZ3-(,./-1%)- 2 <{o; 000 - $~}60s:p.J1 wt!n5/2.. pqR.TlJIL.. $t'tv4'1L fJ!~AL. ",0/2.1>1. b~ PA~"- SIG~ MII/)e& c;4 C!oo? 362- 3. SIG~ /flbIM- $IZ"'~- t.16HT)N~ IYIA I '1 Uf- 7'ir!-Io/It;J t.I~llJt;.a 5161/1165: 4. Duc.AAI UAi')it. (lJ~ 1 '1Q1-('fSl.'t'it~(. $2Ir,OOO- < 51 R. <K...TUtfi$ /W I/U LOlli" lOA 5. $ IF ADDITIONAL SPACE IS REQUIRED, PLEASE DUPLICATE THIS SHEET DO NOT WRITE ON THE BACK yy Sent By: SIERRA#PACIFIC; '" ~ 2 ..r o ~ I::;:O<! .....oU 0:: 0 . 00"0 "-'-"2 0:: X- OO@ UCD<! J: '2 u9.o:: -~w !<( CD ~ 2 <! UlZ 5 J ~ i I i z - 8 ~ > ~ ~ - CI1 i ~ . = 2 . i - Q IS < a . ~ "I II. Q )- fo- o Tel ."*1... i~~t ~l'" ~~~... :Ei:t~ !llft iE~..) I~~~ -~~al ~!~5f .. '" .~ .... .. 0 011 '" a: .~ I~ J.... ~ J~~ 909 784 3558; Jul.25-02 12:31PM; Page 2/2 ~ .. 02 296 ~ ... .... l,' II 0 '"'" !ei "'.. III ... ... 1i .. 1''" ~ oi j j ~= "!' ... . i i ... ... . ...0 18 0 . I' I . I"" '" "" . CQ~ g. ~... ...... !6-i I~ u . ... ::: :.1 .. ... ~ \I) L ::) ... ... CI .~ I e I ... ~ 'l;; . .... .<:l '" . ..,., t= J ..!i : I ~ .. i~ ... \I) . U :::l . t .... I I. I .... I ..... ,> i.. ... "r 'r. 9' .... 0 '~v; ~ ...,.. s... ~~ Ii "'....... .....'" ;el, .......,..0 ...... VI=U c!t' .~ 11::1 Ql il ........... 0011 ...."'''' ""Il'~ -8:::l 'j;j- ..... '" ,. ",g en.~ l- ... .. ....."'" .'"... Jl >011 1-....1..... VI \I) 161j i ~ ~ .... I! ~ , ... :6l en '" J CQ N I ~ .~ .l:!: I '" 'l:l \0 ~~ ~ "'>ON 011'" .,......\0 ," ... g....... I V:~ ~ - ....011 N' ! ... ......~ ..,en ... i~J.... ,.~ ~ "'" I: :~ ~..... ~ ,." ... e. ~ 2 fi...... .. - '"c5 co ..... 5! ~~~ I .. is '! i; ';'~ ... u"" ~;:;i i: :a <:-... !!i .... """5 '" ..... 'K..... II ~J ...... ....,... .. u... '''' }zli, III :E III '" .....N .. .ti .1 ...."" , ...~i &~ ~ t~ Ii ~.I "'. .=~.,.. )a l:;::ls ....... ....I VI ........u ~ .. ~i ~ il '" '" ~ ~ '" '" t ., ~ J ~ .II $ ! ~ , i I "" ~I ~ c " "0 "(ij " d: ., ... :> . .... N ,." .... '" ., j I i Kxj m../W, I c:.W7 ~h'DT 7QD7/r.7/In C.OIl:~hqR~t.:ll: 02 296 MATICH CORPORATION P.O. BOX 50000 SAN BERNARDINO, CA92412 WORKMEN'S COMPENSATION INSURANCE CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code requiring every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with provisions of that code, and I will comply with such provisions before commencing the performance of the work ofthis contract. Contractor: NAME OF FIRM: Matlch~ BY. ~. E ne BoIsvert TITLE: . Vlce P.esfdt..ll DATE: ;;:;S--07..- xxii .02 296 MATICH CORPORATION P.O. BOX 50000 SAN BERNARDINO, CA 92412 ( This affidavit shall be executed by all bidders at the time of bid submittal. Failure to execute the affidavit on this page will result in rejection of bid. ) NON-COLLUSION AFFIDAVIT To the Division of Public Works, Department of Development Services, City of San Bernardino, State of California: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreements, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Matich Cor1lOr'lltfon ~~I?~ Signature of Bidder Vfee Plafcfent- 1371 S. la Cadena Drive rnltM (:11 97324 Business Address , --..---,~.,...,,-~~ " riJ~~""-' '. CHRISTY A. L. - ., ... C0mm.#1195Bi2 ~_':;b NOTARY PU. Bl. IC. CALIfORNIA V '-, \ -'.. Rive"side Cl'Ufl!y .. , _., Mv r(l"'''' h/l ~ 3~~t ;.f '. '" Place of Residence Subscribed and sworn to before me this d F) -rl-J daYOf~(ili a~ ,2002 Signed ~ J"~ I\Q .r-c:0- (\0 My Commission expires on CJ - 7 ~ , State of California. , 2002.- XXllI 02 296 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT r:::~--~}-~-~l I c~",," S=.&ma~0 $ I ~ On ----=:J . 1-~:PL betore me, C-h c~~s~~~cr"", ~ personally appeared <- l , N~::!.signer(S) ~~"..' personally known to me [J proved to me on the basis ot satisfactory evidence ~ ~ ~ ~ ~ ~ ~ ~ ':> ~ g ~ ~ ~ ~; ~ ~ I ~ ~ ~ $1 I ~ Signer Is Represenflng I ,~ I ~D;",,'j<''';D;D;,<<,<<<<'<'Z'<X.'<X.'<X.''''''''~,<<,<<,<<,<<<<'<X'<Z'<X'<Z~~~~"<'X='<X.'''''''',(:;<<.'<X.'<Z~;''~ , .~,,.. to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon be halt ot which the person(s) acted, executed the instrument. ... """--i.....;..' fjjlli" CHRISTY A, RDDl:, ~'. ~ ..~~J!j NofA,OR~, ~UB#L1J l;A ~~~, ~N IA ~ ~l \ \{;' \ Riverside County . _~ Mv Co"'!"'!. Ex~:~r,s Seot.l5,~' .") ... !' - ~.,-""~,,,,,,,",""e~_:' ""!"'!T."!'"'O .'" OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type ot Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: o Individual o Corporate Officer - Tltle(s). C Partner - 0 limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other . Top of lhumb here @1999Nalional Notary Association. 9350 De Soto Ave.. P,O, Box 2402. Chatsworth, CA 91313-2402' www,nationalnotary.org Reorder: Call Toll-Free '-800-876-6827 Prod,No,5907 ,I , " ~ g ~' , " ~ ~ ~ ~ " ~ g ~Ii.. " , ~ g I, ~ ~ o 2 2 9 6 MATICH CORPORATION P.O. BOX 50000 < SAN BERNARDINO, CA 92412 BID BOND FOR Laurelwood Drive Realignment Between Tippecanoe Avenue and Orehard Drive (Phase 1) (ProJcct Title) The amount of the Bid Bond shall be equal to an amount not less than 10% of the Total Bid KNOW ALL MEN BY THESE PRESENT that Matich Corporation . as CONTRACTOR and American Manufacturers Mutual Insurance Companv . as SURETY. are held and firmly bound unto the City of SAN BERNARDINO. in the penal sum ofTen Percent of total amount b~lIars ($ 10% l. which is 10 % of the total amount bid by BIDDER to the City of SAN BERNARDINO for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDlTlONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of SAN BERNARDINO for the above stated project, if said bid is rejected. Or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified. then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of SAN BERNARDINO IN WITNESS WHEREOF the parties hereto have set their names, titles, hands. and seals this ~~ day of July .20 02. SURETY* ~~tich corpor~t!2n II I'. t~~can 1371 South La Cadena Drive on, 825 9100 CONTRACTOR' B ane e -In-Fact 'Provide CONTRACTOR/SURE name. address and telephone number and the name. title. address and telephone number for authorized representative. *7470 No. Figueroa St. ,3rd FI Los Angeles, CA 90041 Subscribed and swom to th,s 2nd day of July ,2002 (323)341-5493 ~OTARY PUBLIC ~~ ~c~=.. --=;:- Addendum No. I June 27. 2002 Special Provisions No. 10373 XXlV 02 296 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT MATICH CORPORATlrJilS 5907 P.O. BOX 50,JOO . State of California SAN BERNARDiiliO, CA 87< " " County of Orange On 7/:2-/ Od...- DATE personally appeared before me, Nanette Myers. Notary Public NAME. TITLE OF OFFICER. EG. "JANE DOE, NOTARY PUBLIC" Jane Kepner NAME(S) OF SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~ personally known to me - OR - 0 r -.- - if'", NANUTEMYERS _ .-.. ";;", Commission.1331194 ~ i.... Notary Public - California i ~ o...nge Counly f '_ _ _ ~~m..:~_NC:2~~5 WITNESS my hand and official seal. ~SI~ARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT o iNDIVIDUAL o CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) o LIMITED o GENERAL o PARTNER(S) r:gJ o o o ATTORNEY-iN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-4067/GEEF 2/98 C 1993 NATIONAL NOTARY ASSOCIATION. 8236 RemmetAve., P.O. Box 7184' Canoga Park, CA 91309-7184 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT ~Q:'<<"'Y'''.'''''''''''''''''Q:''''''''''''<<<<''''''&,<,~'''''.Q!'~.Q<'-<X''''''''''<<-<X~.Q!',Q<'-<X,,",,&<:,&,,<,<'X'<X'''''''''''-<X~''''@ ~ I ~ State of California R -I } ss.: ,d County of C'(\J\l-.,)Q.n~O..xl'--l n CJ ~ ~ ,~ ~ o '<j !" ~ ~ ~ ,I'! ~ ;~ ~ '" t: ~ ~" : >-:' '.~ On 01 O~'OL Dale before me, [ e.n~ personally appeared of satisfactory ..... .",. CHf"q Y I':' .(~~'__..".,.;;\ I,,'.J, , ., ". Con,,,.,'I, !~~_ , NOT~n~, p.'.j~,t:(. \..~~ -' fi\"";N: " Mv C,c' " ~ ,.~~..........,....~._-.,." to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 'ii,; /. <!.: ~; \LlfJii:-jIA ~ ~ ') ~ t, ~,." (: f~ P. OPTIONAL ~ ,~ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent ~ (;N fraudulent removal and reattachment of this form to another document. ~ ~ Description of Attached Document ~ d ~ 8 Title or Type of Document: ~ ~ 'I~"" ~ Document Date: Number of Pages: ., '" Signer(s) Other Than Named Above: ~ Capacity(ies) Claimed by Signer I' ~,' f', Signer's Name: ~ ,: ~ 0 Individual Top of thumb here ~ ~ 0 Corporate Officer - Title(s): ~, ~ 0 Partner - 0 Limited 0 General ~ ~ 0 Attorney-in-Fact ~ ~, 0 Trustee ~~', 1,1 0 Guardian or Conservator i' [1 Other: ~ ~ Signer Is Representing ~ ~"~'6;X%<-"'<XiCZ'6;"-"-Gi)':',,,,<:<>c,,<,,'C,~<.(>c<><-,,,'6;'6;'6;'YYYP'''''<Y>c(.'O><:"'''--<';<'<;'6;'<X/-<';<X<x.'<X.<x.~'&!.>' Cl1999 Nalional Nolary Association. 9350 De SOlO Ave" P,O. 80~ 2402. Chalsworth. CA 91313-2402. www.nationaJnolaryorg Prod,No,S907 Reorder: Call TolI.Free 1.800.876.6827 ~ ~ ~ ~ ~ ~ 02 296 MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois (hereinafter collectively referred to as the "Company") do hereby appoint Jane Kepner, Mike Parizino , James A. Schaller, Alexis H. Bryan, Nanette Mariella-Myers , Linda Enright, Leigh McDonough, Jeri Apodaca, Patricia H. Brebner, Suzanne Edwards and Rhonda C. Abel of COSTA MESA , CA (EACH) ****-*****.** their true and lawful agent(s) and Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as their act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknow ledged by their regularly elected officers at their principal office in Long Grove, Illinois. This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTB), That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the follow ing resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTB), That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such" power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." FK 0975 (Ed. 09 01) Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this November20, 2001. Allested and Certified: STATE OF ILLINOIS SS COUNTY OF LAKE SS Lumbermens Mutual Casualty Company American Motorists Insurance Company American Manufacturers Mutual Insurance Company I, Maria I. Omori, a Notary Public, do hereby certify that Gary J. Tully and John K. Conway personally known to me to be the same persons whose names are respectively as Senior Vice President and Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they bei,ng thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein set forth. ~...Q. C'lTIr/JA' "OFFICIAL SEAL" MAAlA I. OMORI ~ NOIAllV I'IlllK, slA" Of IL~t:""S MY (_,,,ON EX~R6 9/17/2003 CERTIACA TION Maria I. Omori, Notary Public My commission expires 9-17 -03 I, J. K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the allached Power of Allorney dated November20, 2001 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Gary J. Tully, who executed the Power of Allorney as Senior Vice President, was on the date of execution of the allached Power of Allorney the duly elected Senior Vice President of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens Mutual Casualty Company, the American Motorists r Company, and the American Manufacturers Mutual Insurance Company on this ^2 ~ day of ' 20 t2:J-.. This Power of Allorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. Home Office: Long Grove, IL 60049 FK 0975 (Ed. 09 01) Page 2 of 2 Printed in U.S.A. PART II SPECIAL PROVISIONS 02 296 SPECIAL PROVISIONS SECTION 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, 2002 Edition, 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: Agencv The City of San Bernardino. Board The Mayor and Common Council for the City of San Bernardino. Engineer The City Engineer, Division of Public Works, Department of Development Services for the City of San Bernardino. Laboratory The laboratory to be designated by the City of San Bernardino to test materials and worked involved in the contract. Notice Advertising for Bids Notice Inviting Bids. Standard Specifications Standard Specifications for Public Works Construction. 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 Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. 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. Sp-] 02 296 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 Speci- fications. In case of conflict between the Standard Specifications, and these Special Provisions, the Special Provisions will take precedence over and be used in lieu of such conflicting portions. 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 STANDARD PLANS section of these Specifications. References in the Special Provisions to "CAL TRANS Standard Specifications" shall mean the Standard Specifications (July, 1992) of the State of California, Department of Transportation. 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. Plans and specifications must conform to the requirements of the City of San Bernardino, American Concrete Institute (ACI), these Special Provisions and the Standard Specifications for Public Works Construction (green book) latest edition. 1-1.03 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. 1-1.04 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. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed, faxed, or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any explanation or interpretation of the proposed documents. 1-1.06 PLANS AND SPECIFICATIONS TO BE PROVIDED n 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. 1-1.07 ADDENDA OR BULLETINS n 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 SP-2 02 296 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. SP-3 02 296 SECTION 2 2-1 BID REOUIREMENTS AND CONDITIONS 2-1.01 General -- Bids must submitted on the bid fom1 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 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, 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 damage. Therefore, the City and the bidder agree that the bid guarantee of 10% of the bid shall be paid to the City as a forfeiture. Bid bonds shall be underwritten by a surety company having a rating Best's most recent Insurance Guide of "A" or better. 2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES -- A policy for establishing goals for participation of Minority and Women's Business Enterprises (MBEIWBE) 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 15 % MBE and 2.-'Yo WBE on this project. Bidders shall make every reasonable effort to solicit bids from MBEIWBEs. A justification shall be provided to support the rejection of any bid from a minority or women's business enterprise, certified by Caltrans. SPA 02 296 POLICY 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: (I) 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. The Mayor's Affirmative Action Office shall be available to help identify interested MBEs, WBEs and other business enterprises. sP-s 02 296 (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 propose 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-6 02 296 SECTION 3 3-1 A WARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL n Award of the contract will norn1ally be made by the Mayor and the Common Council at the first or second regular meeting following the opening of the bids. 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 CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall be filed with the Engineer before the contract 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 Best's most recent Insurance Guide of "A" or better and bonds issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570, who is authorized to issue bonds in California. 3-1.03 DISOUALIFICA TION OF BIDDERS -- In the event that any Bidder acting as a prime contractor has an interest in more than one proposal, all such proposals 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 proposal 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. Contractor shall fill out, complete and follow all the specification requirements. 3-1.04 AWARD OF CONTRACT n 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 proposals, 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 Instructions to Bidders, the Plans, the Special Provisions and the Notice Inviting Bids. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the City Council. The Notice Inviting Bids, the Instructions to Bidders, the Bid Form, the Plans, Special Provisions and Standard Specifications, Addendum, together with any attachments, shall be considered as part of the contract between the City and the Contractor to whom a Purchase Order is issued. In no event will an award be made until all necessary SP-7 02 296 investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. 3-1.05 REOUIRED EXAMINATION OF ALL CONTRACT DOCUMENTS A. Before submitting a Bid Form, each Bidder shall thoroughly examine and be familiar with the Specifications, Plans, and addenda, or any 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 proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract Documents. C. The Bidder shall not be allowed any extra compensation by reason of any matter or thing, concerning that which such the 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 02 296 SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. TIME OF COMPLETION AND LIOUIDATION DAMAGES 4-1.01 GENERAL Attention is directed to the provIsions in Section 6-1. "Construction Schedule and Commencement of Work", in Section 6-7.1, "Time of Completion" and in Section 6-9, "Liquidated Damages" of the Standard Specifications and these Special Provisions. 4-1.02 WORKING DAYS -- The Contractor shall diligently prosecute the work to completion before the expiration of 100 WORKING DAYS from the date of the "NOTICE TO PROCEED". 4-1.03 LIOUIDATED 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. The Contractor's proposed Construction Schedule shall be submitted to the Engineer within ten (10) working days after the date of the Notice of Award of the Contract. The 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 forn1 of a tabulation. chart or graph. 4-1.04 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. SP-9 02 296 Progress payments will be withheld pending receipt of any outstanding reports. Deletes Section 6-7.3 Contract Time Accountinv. The Engineer or his/her designee will make a daily determination of each working day to be charged against the contract time. Per contract written request, the Engineer will provide working and non-working days to the Contractor. 4-1.05 INSPECTION The contractor is responsible to notify the Public Works/Engineering Division 48 hours prior to start of any work. Any work performed without inspection by the City is subject to rejection and removal of work performed, and at contractor expense, the work will have to be reconstructed. At the inspector's request and the contractor's expense, all pipes 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 DA YS AND HOURS". SP-IO 02 296 SECTION 5 5-1 LEGAL REOUIREMENTS 5-1.01 INSURANCE REOUIREMENTS n 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 State of California, the County of San Bernardino 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- 1.06, "Contractor's Liability". 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, judgements 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 n 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 Policy shall name the City of San Bernardino as additionally insured. The endorsement shall be provided by/or agent of the insurance company and shall be notarized to that affect. 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 for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Products/Completed: S 1 ,000,000.00 3. Automobile Liability: S I ,000,000.00 per accident for bodily injury and property damage. 4. Emnloyer's Liabilitv: $1,000,000.00 per accident for bodily injury or disease. 5. Course of Construction: Completed value of the project. SP-ll 02 296 A combined single limit policy with aggregate limits in an amount of not less than TWO MILLION DOLLARS (52,000,000.00) shall be considered equivalent to the said required minimum limits set forth hereinabove. 5-1.03 WORKER'S COMPENSATION INSURANCE -- The Contractor's anention is directed to Section 7 -4, "Worker's Compensation Insurance", of Standard Specifications, providing that the Contractor shall file a signed certification Certificate of Worker's Compensation Insurance before execution of the contract. 5- 1.04 PAYMENT OF PREY AILING 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 wage shall comply with current rates and all updates. 5- 1.05 PAYROLL RECORDS -- The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats. I 978, Ch. 1249). 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. (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: (I) 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 CONTRACTOR'S LIABILITY -- The City of San Bernardino, the Mayor, the City Councilor the 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 workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him; against all of which injuries or SP-12 02 296 damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects, obstructions, or any time before its completion and final acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor, the City Council and the 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. 5-1.07 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 9-1.1 0 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.08 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 Bids". 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. 5-1.09 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 interlineation, alterations, or erasures. No oral, telegraphic, or telephonic bid, proposal, modification, or withdrawal will be considered. Addendum NO.1 Special Provisions No. 10373 June 27, 2002 SP-13 _" _ !J1 296 C' E'R""T"IFIC' A' TE"OF "'N' 5' Ur::J'~-N' 'C"'-E"., "." ,.'~'C ,-' ~ ;.. ',;,:." ,;~f" """""""''''0' ~_ ", ~... ::~~._:~;<..;_ ~ ~;.1,L '_ .~ "':i'~': :':._;-~ '?~~~~~!~- '~~;!;:*~:';.~ ~~~;:~&~~~~-:ik-~d~l~ 02/15/98 ..-C:::"~~"'''' _.,.., . r_. - .~. . ,.... . ....t>.~ ~_:'~\.~i,:,',~ _....:-,<...;:.?""..,.."1~ THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE A FF RDED BY THE POLICIES BELOW, COMPANIES AFFORDING COVERAGE '" ACORD @ '-~.. ;::".- .~,! ~.~. PRODUCER ~ '.. ...... _.\ '- COMMERCIAL ASS2::.:'.:=.S :::.: 1226 EAS: LA ~,;Lv_; ",- ANAHEIM, :A 923:7 ( 714 ) 524 -.; 9 ~ 9 ? ;.._\. :: 2 ~ - ..; ~.; : CO,,"ANY A C~;"" :;:;_~::: C::-:: ::-:E':',r,:. INSURED COMPANY B C:-:A - ":.:":"':"'::::'.:' ?:JRG=: 'iou!t. C4M~N'T' ~IUE :~LkIL-, ~K~:J:h:-::~: .:::-\:::::.: Je13C C.\.L::-::::t::::'. .:::\.!:r: COMPANY C C"'-- ::=,:'.'? :EJERA:' I~St:RA."'CE JAr; :Jr:>:l;~~~~::::: i :."'. -"...... COMPANY o COVERAGES~-:;'':-'' "':.:1)-'-,-- .t-_o" ~ ".- ~rot..-_ .n. " '. .~..-~-,..."",:.."'':-.:.r.; "-.-,,;: THIS IS TO CERTIFY THAT THE ~OLICIES G'" INS'.JRANCE l:S7ED SHOW HAVE BEEf'll lSSuE::J TC THE INSURED NAMED ABOVE FOR THE POlICY PERlOD INDICATED NOTVVlTHSTA."lOING ANY REQUI~EMEPliT, TERM OR CONDITION OF ANV CO"'~l:t4CT OR OTHER DOCUMENT VlIlTH RESPECT TO 'MilCH THIS CERTIFICATE MAY BE iSSUED OR MAY PERTAIN THE INSURANCE AFFORDEC 8'1' THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS eXCLUSIONS .6.ND CQ"lOI:IONS 0;' SuCH POLICIES LIMITS SHOINN MAY HAVE BEEN REDUCED BY PA.lQ CLAlf.AS CO lTll 'OLlCY EFFECTWI POLICy EXPIRAT:O,", OA~ ,"lIIf'I"YIOOI CATE IMMlVYIOO: LIMITS TYrE OF IPIISUMNCE ~OLICY NUMBER GENERAL LlABILITY GENEUL ...GGJlIGATl "IItODUCTS.cO....IOP AGG ~EASOH"'L . AOV IJlUUI!:Y UCH OCCU"EHCE: J"lill:E DA.....GE t"'n, _ fi,.1 ",1:1 up IAn,.,.,.,..", COIIIMERCIALCENEJl.AL LIA81LIrt' Cl.A!MS ..AOf. [!] OCCUR X OWNER'S & CONTRACTOR'S PROT A X - - - - - - - ~ - - - - '- " '99 AUTOIIOBILE LlA81LITY C:OIllBlNED SINGLE LIMIT X B X X X ANY AUTO ALL OWNED AUTOS !CMEDULfD "'UTOS HI"fO AUTOS NQN-owNfD AUTOS ::r.= 100lL Y INJUTY p",'per1lonJ ::.2/01/98 ~2,':~/~3 100lL Y INJURY 1',r..::cidMtl ~ " - - " ~ - - ~ ,~ . - -" - -- 'Il:OP'!IIUY ACCIDENT G....RAGE L.1....SILlrv ANY AUTO EXCESS liABILITY UM'IIULL..l FO"M ntE ""O,IIUE,TOIU 'AIIITlrfflllSlEXfCUT1lif OFACE"S ARE" , ",O,XXXXX Cfl./Ol f"'! -gs" .... TOIl:"LIUITS ,R EL EACH ACCIDENT fl. DISEASE. H)LICY I.IMIl EL OlSUU. fA U"'LOYfE 07./GI/~ OTHER , , , DESC".,.T10N OF O"EIUT10NS.i..OCAT10NSI\IEI1ICi..ES.SPECIA~ ITEMS :05 ~OCA7:0~: A:: C;::f:R~:~ :?~~~:::~5 ~: _"_ R::: ;',] 2::::~, ::;~;:-?..:..:: 95~: a::!..ow N~.ME.S .;S ;":::::::;~~,;:' ::\.5'.";::::: .,.... ?,::S?S'::S ::.:''':,1:::- :~: ~ _ ,- :.._ :;::~::: ?..:.:.. - - ::-::.-- ;-v --" ......---.. t;ERTIFICAn,HOLDEIl.: '. , <' "C""'C~LUTION. ':. ,_"" _;-_~-~_;:~;..""";_f~;O;~ ~~.;; .2. OOC. 000 .1. OOC. 000 .1. 000, 000 .1,000.000 50,000 5,000 1,000,000 :::s :::::':" :: s":.,~. =::::::<;";~":::;: S/o!Ol.;~~,.,.V ~'" -..:: '='S:l.'E ':ES:Il;IBEC POliCIES BE CANCEl.LED BEFORE THE O,PIR,ATION :lA-=: ...,:~t:J~ r"'E ISSUING COMPANY WlI.L'; I V nv. ~ DAY'S ~;-::.. "':-'CE TO THE CE~Tl~IC.uE I-lOlOER NAMES TO THE LEFT" :::::;.,?,":-:-::::;: ::.,:- :::'::::..:?:-:::"- '" ~:?:H .':" ~:?::::: j T~., "ct:-~... i ~...."..,-[t.~..~. ......"........,..........~.....~,..~ '..I"'...... P~3~:: ~:~~~ ::".":3:::. - - " ,- ~ - . ::' <.., - : - - ~ " Q~ &0''''' ..... - '''\'.' .." - -Q""" W .,... .,..~.'.,...,.." "("...[rr...........<t.. s;..~ =:::~~;;..?:: ~;':. AU';r~'~')P~ ", ~:'Y::~ .',~ ,',:" r '.- ;;,,<<.:~ C!,_~~!JJ!D.,I'()!!P.g ApO~D 25-8 (1195) '-."- SP-14 . . ,~~. I -. --- 02 296 COMMERCIAL GENERAL liABiliTY NAMED INSURED POliCY NUMBER: THIS ENDORSEME'<: CH:'\':;::S THE POLICY PLEASE READ IT CAREFULLY ADDITIONAL INSURED un__ OWNERS, LESSES OR CONTRACTORS (FORM B) This endorsemer.t mudlfies :r.s~,a~~~ ~:2\ided under the following: COMMERCIAL GE\"ER.-\L LIABILITY COVER.A.GE PART-OCCl'RRE\"CE SCHEDULE NAME OF PERSON OR ORGANIZATION CITY OF SAN BERNARDIKC DEVELOPMENT SERVICES/P"=~:2 ^CRKS 300 NORTH "D" STREET SAN BERNARDINO, CA 924:B-82~1 SAMPLE OILY (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 I1"SlJRED (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 SIGESD B)'AL'THORIZED REPRESElVTATlVE FOR PROVIDER ALSO SUPPLY POWER OF AlTOR. \E), GIVll..; rrHORITY TO BISD II ~ ~\\, ~ rA'J .~ ~\"::,'0 ~~' ^' ~ ~ \' ~ ~ v~ 0\: ~ ~ NY ~': L\J~Q IIO~ ~~' 1\) l'y' J "V fj / AuthorIZed Representative for C!"A Insurance Group Golden Eagle Insurance Company CG 20 10 11 85 SP-tS 02 296 SECTION 6 6-1 GENERAL 6-1.01 INCREASED OR DECREASED OUANTITIES -- If the total pay quantity of any item of work. subject to the provisions in Section 3-2.2.1, "Increased or Decreased Quantities", of the Standard Specifications varies by more than 25 percent, compensation payable to the Contractor will be deternlined in accordance with said Section 3-1.2.1 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 S 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 perfornlance of 75 percent of the Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SOCND CONTROL REOUIREMENTS -- 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 mayor 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. 6-1.03 PERMITS AND LICENSE -- The Contractor shall obtain a City Business Registration, prior to the execution of the contract. SP-16 02 296 6.1.04 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM INPDESl REOUIREMENTS - - The Contractor shall comply with all the NPDES requirements pursuant to the State Water Resources Board, and to the Caltrans Storm Water Quality handbooks to prevent pollutant sources affecting the quality of storm discharge from the construction site, both during construction and after construction completion. This information is available for review at the City Engineer's office, Third Floor, San Bernardino City Hall, 300 North "D" Street, San Bernardino. CA 92418. 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: I) 2) 3) 4) Labor Material Equipment Rental Other items and Expenditures 20% 15% 15% 15% To the sum of the costs and markups provided for in this subjection, 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 % on the first $5,000.00 of the subcontracted portion of the extra work and a markup of 5% 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 Friday, 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 shall coordinate with the Engineer regarding working hours prior to start of construction. 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. 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. 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-17 02 296 The Contractor will coordinate inspections with the Public Works Inspector 48 hours prior to any work being done during evenings or Saturdays. Designated legal Holidays are: January I st, the third Monday in January, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11 th, 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, "Payments", 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 Construction Engineer (City) 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. 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. 6-1.09 DISPOSAL OF EXCESS EXCA VA TED 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. 6-1.10 CLA YTON 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-18 02 296 6-1.11 PROJECT ERRORS OMISSIONS. INCONSISTENCIES AND/OR DISCREP ANCIES -- 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. 6-1.12 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. 6-1.13 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. Contractor is responsible for replacing any damaged improvement or facility to original condition or better. 6-1.14 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. 6-1.15 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. SP-19 02 296 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. 6-1.16 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 Contractor or his/her designee. The meeting minutes will be made available to all participants 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 may subcontractors specified by the Engineer. 6-1.17 TIME AND LENGTH REQUIREMENTS FOR OPEN TRENCH - - Open trench, as referred to herein, is defined as all excavations made for the permanent installations required on the project, which have not been completely backfilled (including attaining relative densities) as required elsewhere in these Specifications and in which either temporary or permanent paving has not been placed. l. Time Requirements for Open Trench - - At any location, the trench excavation, pipe installation appurtenant structure construction, pipe bedding, and backfill and the specified permanent surfacing shall be satisfactorily completed within ....5- calendar days after removal of the existing pavement or surfacing. Addendum No. I June 27, 2002 Special Provisions No. 10373 SP-20 02 296 2. Length Reouirements far Open Trench - - Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be 200 feet, in accordance with Section 306-1, "Open Trench Operations", of the Standard Specifications. 6-] .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 items of work involved and no additional compensation will be allowed therefore. Sp.21 02 296 SECTION 7 7-1 UTILITIES 7 -1.01 GENERAL n 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. Notify the Engineer immediately of any conflict. The Contractor is responsible for coordinating work with the utility owners. Certain companies, governmental agencies, or their contractors may be working within the constmction area. Certain utility facilities at various locations within the project limits may be removed, relocated, abandoned, or installed by companies' agencies' contractors. The Contractor shall coordinate his work with utility owners and their contractors. The Contractor shall exercise due caution to prevent any damage t%r 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. SOUTHERN CALIFORNIA EDISON COMPANY 287 Tennessee Street Redlands. CA 92373 Phone: (909) 307-6759 Altn: Ben Murguia SOUTHERN CALIFORNIA GAS COMPANY 1981 West Lugonia Avenue Redlands. CA 92373 Phone: (909) 335-7847 Altn: Sam Martin SAN BERNARDINO MUNICIPAL WATER DEPARTMENT 300 North "D" Street San Bernardino. CA 92418 Phone: (909) 387-7224 Altn: Ellis Williams CITY OF SAN BERNARDINO-TRAFFIC SIGNALS 234 S. Mt. View, #110 San Bernardino. CA Phone: (909) 384-5129 Attn: Charles Temple SP-22 GTENERIZON Verizon Communications 1960 Orange Tree Lane, Suite 100 Redlands, CA 92374-2803 Phone: (909) 748-6648 Phone: (909) 784-6647 Attn: Chuck Austin Attn: Terry Dietz AT & T Cable Protection Supervisor 455 West 2nd Street, Room 200 Sam Bernardino, CA 92401-1525 Phone: (909) 381-7212 Attn: Bob Mujica PACIFIC BELL COMPANY Right of Way Agent 3939 E. Coronado Street, 2nd Floor Anaheim, CA 92807 Phone: (714) 666-5454 Attn: Engineering U.S. SPRINT COMMUNICATIONS Outside Plant Engineering 282 S. Sycamore Street Rialto, CA 92376 Phone: (909) 874-7450 Attn: Lynn Durrett MCI WORLDCOM Pacific Division 157 S. Lilac Avenue Rialto, CA 92376 Phone: (909) 421-5003 Attn: Jim Yoder MCI NATIONAL SUPPORT / INVESTIGATIONS Dept. 2855 Loc 642 2250 Lakeside Boulevard Richardson, TX 75082 Phone: (972) 656-1030 Attn: Jonathan Clark SP-23 02 296 02 296 ADELPHIA (Corneast) 1260 S. Dupont Avenue Ontario CA 91761-1561 Phone: (909) 975-3409 Attn: Jack Hays ADELPHIA (TCI ) 1722 Orange Tree Lane Redlands, CA 92373 Phone: (909) 798-3588 Attn: Martin Davenhauer TIME WARNER TELECOM 430 N. Vineyard Avenue, Suite #150 Ontario, CA 91764 Phone: (888) 478-4968 Attn: Barry Waer 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 fmm 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 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. 7-1.04 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. SP-24 02 296 7-1.05 PAYMENT n 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 items of work involved and no additional compensation will be allowed therefor. SP-25 02 296 SECTION 8 8-1 DESCRIPTION OF WORK 8-1.01 WORK DESCRIPTION n The work to be done consists, in general, of providing traffic control, removal of existing asphaltic concrete(AC) paving, concrete curb and gutter, and miscellaneous items; grading - excavation and fill - and preparation of subgrade for paving and curb and gutter construction; construction of aggregate base, AC and PCC paving, PCC curb and gutter, and grouted rock median; street light construction; traffic signal construction; sewer and storm drain pipeline construction; and water pipeline construction; painting, traffic striping, and pavement markings, 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. 8-1.02 PROJECT DESCRIPTION General - Project planned by the City entails design and construction of street and utility improvements to and within a portion of existing or realigned Laurelwood Drive and a portion of Tippecanoe Avenue. Construction will be completed in two phases, one of which is future. Phase I construction, to which these contract documents are directed, encompasses realignment and widening of Laurelwood Drive from 190 feet west of Tippecanoe Avenue to just west of Orchard Drive. Phase II, scheduled for the future, entails west-side widening of Tippecanoe Avenue from north of Laurelwood Drive to Interstate 10 westbound onramp, widening of Laurelwood Drive for short distances on each side of Tippecanoe Avenue, signal modifications at the intersection, and street light modifications along the west side of Tippecanoe. An additional future phase will address construction of the balance of Laurelwood Drive and utility laterals to the north and the median. Phase I Construction - Scope of the work includes construction of Laurelwood Drive to partial completion from west of Orchard Drive in the west to the westerly terminus of existing curb and gutter, approximately 190 feet west of the centerline of Tippecanoe Avenue. Work will be completed in two stages, with traffic on Laurelwood Drive restricted to one-way, westbound from Tippecanoe westerly, during both construction stages. Eastbound traffic will be accommodated on Rosewood Drive. Upon completion of specified partial construction of Laurelwood Drive, it will be opened to two-way traffic with appropriate signing and striping. During Stage I construction, westbound traffic will be allowed to continue westerly upon either the new or existing Laurelwood Drive. During Stage II, traffic shall not be allowed to exit the new Laurelwood Drive to the existing. Existing sewer in Rosewood Drive shall be protected III place and service/use maintained throughout Stage I and Stage II construction. SP-26 02 296 Stage I Construction - Construction of the westerly :t687 feet of the new Laurelwood Drive, Station :t4+63 to Station II + 20, including storm drain, sewer, and water pipelines; also the southerly portion of the new Laurelwood Drive from Station 11 +20 easterly to Station 18+09, the westerly terminus of the existing south side curb and gutter, street construction ranging in width from near full-width on the west to one-half width from Station :t13+17 easterly to Station 18+09, excluding the median; also including the south-side driveways and intersecting street features shown; also including traffic signals at the shopping center intersection and signal interconnect conduit and pull boxes only to Station 18+09; also including street lights, sewer and water pipelines and respective laterals; and also including sewer pipeline construction with lateral stubouts, only, to terminus at Station 18 +77 and water pipeline construction with lateral stubouts only to connection in Tippecanoe A venue within the Phase II area. Stage I work also includes the paved turnaround, which shall be completed prior to closure of Laurelwood Drive to one-way, westbound traffic west from Tippecanoe Avenue. Stage II Construction - Construction of a portion of the northerly side of Laurelwood Drive as designated including water, sewer, and street light laterals, transition to the existing Laurelwood Drive paving, and paved transition/access to existing driveways. Sequence of Construction - Sequence of construction shall, in general be as follows: I. Stage I a. Construct turnaround area. b. Erect signage and barriers to restrict traffic on Laurelwood to one-way, westbound on the existing northerly paved lane, from Tippecanoe westerly, with access to existing Laurelwood Drive allowed and direct eastbound traffic to Rosewood Drive. c. Remove paving from south half of Laurelwood Drive as shown on the plans, more or less. d. Construct Stage I street and utility features shown and specified for realigned Laurelwood Drive. e. Open the south half of newly-constructed Laurelwood Drive to one-way westbound traffic with appropriate signage with access to existing Laurelwood Drive not allowed. f. Complete construction of the Stage II, northerly portion of Laurelwood Drive, including utility laterals. SP-27 02 296 g. Stripe and open Laurelwood Drive to two-way traffic, with appropriate signage/barriers to control westbound entering vehicles, and to close all access to or from the old Laurelwood Drive. 8-1.03 CLEAN UP AND DUST CONTROL -- Clean up and dust control shall conform to provisions in Section 7-8.1, "Clean Up and Dust Control", 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. 8-1.04 APPROVED MATERIALS - - Wherever the expression Aor 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. Any substitution of material or equipment specified or indicated on the drawings shall be requested at the time the bids are submitted. 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 Engineer in wntmg 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. 8-1.05 GEOTECHNICAL INVESTIGATION -- See APPENDIX "A" for the Geotechnical Investigation Boring Locations and Test Results. SP-28 02 296 SECTION 9 9-1 TRAFFIC 9-1.01 GENERAL -- Attention is directed to Section 7-10, "Public Convenience and Safety", of the Standard Specifications for Public Works Construction, 2000 Edition, and these Special Provisions. The Contractor shall prepare and submit a traffic plan to the City for review prior to beginning work. Warning signs, lights, and devices for use in performance of work upon highways shall conform to the "Manual of Traffic Controls", 2000 Edition, published by the State of California, and the "Work Area Traffic Control Handbook", 2000 Edition, adopted by the City of San Bernardino, California. All temporary traffic striping shall be done by the Contractor. Also place temporary tape on all crosswalks. The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public. Convenience access to abutting properties shall be maintained whenever possible and as directed by the Engineer. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays, and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time. The Contractor shall notify local authorities of his intent to begin work at least five (5) days before work is begun. 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. 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 five (5) days prior to commencement of work. This notification shall explain the sequence of work and indicate any restrictions of 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. SP-29 02 296 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. 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 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 Resident Engineer. 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 tlf cause a minimum of inconvenience to the general public. The Contractor shall furnish, install, and upon completion of the work, remove all signs and warning devices required for directing, protecting, and detouring the public during construction. Emergency vehicles shall be permitted access at all times to any street. 9-1.06 LANE CLOSURE - The Contractor shall not close more than one (I) lane at a time, and shall not exceed one (1) block in length at a time without prior authorized approval by the Engineer. The Contractor shall submit traffic control plans and obtain written approval from the Traffic Engineer prior to lane closure. 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 lane or road closures. 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. The Contractor shall furnish, install, and upon completion of the work, remove all signs and warning devices required for directing, protecting, and detouring the public during construction. SP-30 02 296 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. 9-1.07 PAYMENT -- Full compensation for furnishing and installing signs, lights, flares, barricades 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. SP-31 02 296 SECTION 10 10-1 MOBILIZA nON 10-1.01 GENERAL -- Mobilization shall comply with the requirements of Section 9-3.4, "Mobilization", of the Standard Specifications. 1 0-1.02 PAYMENT -- The contract lump sum price paid for "MOBILIZA nON" 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-32 02 296 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. The following items shall be classified as clearing and grubbing: I. Removing Portland Cement Concrete curbs, curb and gutters, as shown in the Plans, including saw cutting, and as directed by the Engineer. 2. Removing asphalt concrete pavement, and asphalt concrete dike, as shown on the Plans, including saw cutting, and as directed by the Engineer. 3. Remove existing features as shown on the Plans and as directed by the Engineer, including but not limited to trees, walls, fences, drain inlets and pipe, and including unknown miscellaneous items that can be removed by hand. 4. Traffic stripes and pavement markings to be removed will be designated by the Engineer. 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 contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. All removed concrete and other materials shall become the property of the Contractor and shall be 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. 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, and 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. Where unclassified fill and grading is necessary in preparation for laying concrete, it shall be made with clean earth which shall be solidly compacted to avoid future settlement. Addendum No. 1 June 27, 2002 Special Provisions No. 10373 SP-33 02 296 Residential area, defined as all area not currently paved, shall be scarified to a depth of :t 18 inches, all voids encountered filled, and soils compacted to relative density of 90 percent and within two percent of optimum moisture content All subgrade below geotextile fabric shall be prepared in accordance with Section 300-10 "Geotextiles for Separation" of the Standard Specifications and these Special Provisions. All subgrade for asphalt concrete below 0.50 feet below base material shall be compacted to 90 percent of the maximum density and within two percent of optimum moisture The upper 0.50 feet of subgrade for asphalt concrete shall be compacted to a relative density of not less than 95 percent. Outside the traveled way, in areas to receive concrete shall be compacted to a relative density of not less than 90 percent. 11-1.02 PAYMENT -- The 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, and no additional compensation will be allowed therefor. Cost of compaction testing ordered by the Engineer shall be paid for in the following manner: I. Test which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. 2. Tests which do meet the required relative compaction will be paid for by the City. SP-34 02 296 SECTION 12 12-1 GEOSYNTHETICS 12-1.01 GENERAL - Geosynthetic materials shall be used for separation of the aggregate base material and at subgrade interface, shall be in accordance with Section 213-2, "Geosynthetics", of the Standard Specifications and these Special Provisions. 12-1.02 MATERIAL n Geotextile material shall be non-woven, Type 180 N; geogrid material to be used at the mid-depth of the aggregate base shall be biaxial geogrid, Type S, both distributed by Contech Construction Products, Inc., telephone 714-368-5127, or approved equal. 12-1.03 INST ALLA nON - Subgrade preparation and geosynthetic material installation shall be in accordance with Section 300-10, "Geotextiles for Separation", of the Standard Specifications and/or the manufacturer's recommendation. Overlap of the geotextile material shall be 900 mm (36 inches). 12-1.04 PAYMENT - Textiles, that is geosynthetics and geogrid, shall be measured and payment made by the square yard of fabric placed, not including any fabric for overlaps or splices. The contract unit price per square yard for "GEOTEXTILE, TYPE 180N" and "BIAXIAL GEOGRID, TYPE S" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in installing geosynthetic materials, complete in place as shown on the Plans and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-35 02 296 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, as shown on the Plans, and these Special Provisions. Class and grade of asphalt concrete shall be C2-AR-4000. A soil sterilant and tack coat shall be applied as directed by the Engineer. 14-1.02 SOIL STERILIZATION -- 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 sub grade. 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. Soil sterilant shall be applied in accordance with the manufacturer's recommendations. 14-1.03 PAYMENT The contract unit price paid per ton for "ASPHALT CONCRETE PAVEMENT", shall include full compensation for doing all the work involved in placing material, complete in place, including the application of soil sterilant and tack coat, as designated on the Plans, and as directed by the Engineer, and no additional or separate compensation will be allowed therefor. SP-36 02 296 SECTION 15 15-1 AGGREGATE BASE 15-1.01 GENERAL n Aggregate base shall comply with requirements of Section 200-2, "Untreated Base Materials", and Section 301-2, "Untreated Base", of the Standard Specifications and these Special Provisions for crushed aggregate base. Crushed rock for aggregate base shall be 3/4 inch. 15-1.02 PAYMENT n The contract unit price paid per ton for "AGGREGATE BASE" shall include full compensation for doing all the work involved in preparing the subgrade and placing material as shown on the Plans and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-37 02 296 SECTION 16 16-1 PORTLAND CEMENT CONCRETE 16-1.01 GENERAL n Portland Cement Concrete construction shall comply with Section 201-1. "Portland Cement Concrete", and Section 303-5, "Concrete Curb, Walks, Gutters, Cross Gutters, Alley Intersection, 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 CURB AND GUTTER. TYPE "B" n Curb and gutter, Type "B", shall be constructed in accordance with the City's Standard Drawing No. 200, and as directed by the Engineer. 16-1.03 SIDEWALK -- Sidewalk shall be constructed in accordance with the City's Standard Drawing No. 202, as shown on the Plans and as directed by the Engineer. 16-1.04 CROSS GUTTER - Cross gutter shall be constructed in accordance with the City's Standard Drawing No. 201, as shown on the Plans and directed by the Engineer 16-1.05 CURB RAMP n Curb ramps shall be constructed in accordance with the American Public Works Association Standard 111-2, Case B or D, the City's Standard Drawing No. 205, as shown on the Plans and as directed by the Engineer. 16-1.06 COMMERCIAL DRIVEWAY APPROACH - Commercial driveway approach shall be constructed in accordance with the City's Standard Drawing No. 204, as shown on the Plans and as directed by the Engineer. The above-referenced City Standard Drawing and State Standard Plan are made a part of these specifications. 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. 16-1.07 BONDING n Joints between new and existing concrete shall be given surface preparation as follows: Joints made within 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. SP-38 02 296 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 abrasive blast cleaning or machine scarifYing. 16-1.08 PAYMENT -- The contract unit bid price paid per linear foot. or square foot, for "PCC CURB and GUTTER", "PCC SIDEWALK", "PCC CROSS GUTTER" and "COMMERCIAL DRIVEWAY APPROACH", shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the curb, gutter, sidewalks, cross gutter and commercial driveway approach, as shown on the Plans, and as directed by the Engineer, and no additional compensation will be allowed therefor. The contract unit bid price paid per each, for "PCC CURB RAMP including CURB, SlDEW ALK & SPANDREL", shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the curb ramp, curb, sidewalk and spandrel to meet current ADA access ramp specifications, as shown on the Plans, and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-39 02 296 SECTION 20 20-1 TRAFFIC STRIPES AND PAVEMENT MARKING AND RAISED PAVEMENT MARKERS 20-1.01 GENERAL -- Applying traffic striping and pavement markings shall conform to the requirements of Section 310-5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings", of the Standard Specifications and these Special Provisions. Paint shall conform to the requirements of Section 210-1, "Paint", 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. Two coats of paint shall be required for all traffic striping, and curb markings. Paint for crosswalks and pavement markings shall conform to the requirements of Section 210-1.6.2, "Thermoplastic Paint", of the Standard Specifications. Raised pavement markers (RPM's) shall be Stimsonite-Low Profile No. 953A (yellow) and No. 9538 (clear white) or approved equal. 20-1.02 PAYMENT -- The lump sum price paid for "TRAFFIC STRIPING, PAVEMENT MARKING and RPM", shall include full compensation for furnishing all labor, materials, and for doing all work involved in the installation of the pavement striping and markings, and raised pavement markers, as shown on the Plans and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-40 02 296 SECTION 21 21-1 STREET LIGHTING 21-1.01 GENERAL n The work to be done consists, in general, of constructing Portland Cement Concrete foundations for street light poles; installing street lighting system; installing conduit, pull boxes, and conductors to existing street lighting system, and such other items or details not mentioned above that are required by the Plans. Relocated street lighting system shall be constructed in accordance with Section 209, "electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the Standard Specifications and these Special Provisions. Relocation of street lighting system shall conform to the City Standard Drawings designated SL series; and removal of existing electrical equipment shall conform to Section 307-7, "Salvage", of the Standard Specifications and these Special Provisions. Removal of existing concrete light pole foundations and street light poles shall be done in accordance with the Section 300-1, "Clearing and Grubbing", of the Standard Specifications and these Special Provisions. The existing conduit and conductors shall be abandoned in place or to be removed as directed by the Engineer. Relocate existing HPS luminaire street lighting standard as shown on the Plans. The installation shall include street lighting standards, luminaires, electrical service and all underground distribution lines; and shall include the trenching, backfill, and compaction thereof. 21-1.02 MATERIALS n All materials shall be as listed below or approved equal. I. Li~hting Standards Lighting standards shall be octagonal, symmetrically tapered, pre-cast, pre-stressed, concrete poles unless otherwise specified by the City Engineer. The color shall be natural gray with black and white aggregate. The poles shall have an approved anti-graffiti surface. 2. Luminaries n Luminaries shall be 150 watt high pressure sodium type, G.E. M-250 A2 Power/Door Luminaire cutoff optics with integral ballast, and P.E. receptacle, wired for 240 volt operation, as shown on the Plans, or approved equal. 3. Pull Boxes n Pull boxes shall be #3-1/2 (except as shown on the Plans) and installed flush with top of curb or concrete sidewalk. Concrete pull box covers shall be inscribed "STREET LIGHTING HIGH VOLTAGE". SP-41 02 296 4. Service -- New service shall be installed, as shown on the Plans and in accordance with Standard Drawing SL-2. Contractor shall arrange with the service utility to complete service connection. Such request shall be submitted not less than 15 days before service connections are required. All fees charged by the Southern Edison Company will be paid by the City. 5. Conduit -- Conduit shall conform to Section 307-2.5, "Conduit", of the Standard Specifications. The Contractor may use either rigid galvanized steel conduit or rigid polyvinyl chloride (Schedule 40) for underground use, and rigid polyvinyl chloride (Schedule 80) for use above ground. Conduits passing under roadways shall be installed by jacking or drilling methods utilizing only galvanized rigid steel conduit. Conduit shall be 2-inch diameter, minimum. Conduits shall be placed at the following depths below grade: a) 18-inches, within parkways and medians, back of curbs, and under concrete sidewalks. b) 24-inches when crossing roadways. 6. Conductors -- Conductors shall be UL listed and rated for 600 volt operation. The insulation for No. 14 and larger conductors shall be one of the following: a) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: 02219. b) Type THW or THWN polyvinyl chloride. c) Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any of the above insulations shall be 40 mils for conductor sizes No. 14 to No. 10, inclusive, and 54 mils for No.8 to No.2, inclusive. 7. Pole Foundations -- Foundation for poles shall be constructed to Class 560-C-3250 concrete, with a maximum slump of four (4) inches. Anchor bolts shall be installed to match the bolt hole patterns for the poles. 21-1.03 OPERATING TEST -- An operating test consisting of three (3) days of trouble-free operation shall be satisfactorily completed prior to acceptance by the Engineer. SP-42 02 296 21-1.04 PAYMENT n The contract lump sum price paid for "STREET LIGHTING - Laurelwood Drive" as shown on the Plans, shall include full compensation for doing all the work necessary to construct new street lights and electrical service, including all appurtenant facilities, complete in place, and no additional compensation will be allowed therefor. SP-43 02 296 SECTION 23 23-1 ROADSIDE SIGNS (BARRICADES) 23-1.01 GENERAL - Barricades shall be furnished, placed and maintained at the locations designated by the Engineer, as shown on the Plans, or specified and shall conform to provisions in Section 7-10, "Public Convenience and Safety", of the Standard Specification and these Special Provisions. Barricades and posts shall be installed in accordance with the City's Standard Drawing No. 505, as shown on the Plans and as directed by the Engineer. 23-1.02 PAYMENT -_The contract unit price paid per linear foot for "WOOD POST BARRICADE", as shown on the Plans, shall include full compensation for doing all the work necessary to furnish and install barricade (left in place), including barricade posts, furnishing and installing warning signs and markers (type N), complete in place, as designated on the Plans and as directed by the Engineer, and no additional or separate compensation will be allowed therefor. SP-44 02 296 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 and Lighting", of the Specifications entitled, "State of California, Department of Transportation, Standard Specifications", dated July, 1992, and the California Standard Plans, dated July 2, 1992, and these Special Provisions. Traffic signal work is to be performed at the following locations: LAURELWOOD DRIVE AND SHOPPING CENTER ENTRANCE 24-1.02 EOUIPMENT LIST AND DRAWINGS The controller cabinet schematic wiring and intersection sketch shall be combined into one 24"x36" drawing, 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 (g)GeographicallayoUl 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 Standard Specifications, and these Special Provisions. SP-45 02 296 Portland Cement Concrete shall conform to Section 90-10, "Minor Concrete", of the 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 564 pounds of cement per cubic yard. 24-1.04 STANDARDS. STEEL PEDESTALS AND POSTS n Standards, steel pedestals, and posts shall conform to the provisions in Section 86-2.04, "Standards, Steel Pedestals, and Posts", of the 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 n Conduit shall conform to the provisions in Section 86-2.05, "Conduit", of the Standard Specifications and these Special Provisions. All conduit on this project shall be rigid metal type. 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 Standard Specifications, or a concrete-tight split coupling or concrete- tight set screw coupling shall be used. 24-1.06 PULL BOXES n Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes". of the Standard Specifications and these Special Provisions. Plastic pull boxes will not be allowed. 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 Standard Specifications and these Special Provisions. Nylon-jacketed conductors shall not be used. Splices shall be insulated by "Method B" as provided on State Standard Plans ES- 213. SP-46 02 296 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", of the Standard Specifications and these Special Provisions. Solid-state traffic actuated controller shall be furnished and installed at the following intersection: LAUREL WOOD DRIVE AND SHOPPING CENTER ENTRANCE The Type 170E Controller Assembly consisting of a Model 170E controller unit with program module, completely wired Model 332 controller cabinet, Model 22C or 222D 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. 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 86-3.11, "Type 170 Controller Assembly", of the 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", dated September 1987, and subsequent addend urns. 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 I Model 400 Modem, I 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 September 1987 Specifications and any subsequent addendums. 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. SP-47 02 296 The Contractor shall arrange to have a signal technician qualified to work on the controller and employed by the controller manufacrurer, or his representative, present at the time the equipment is rumed on. 24-1.09 TRAFFIC UPS OVER VIEW The traffic UPS is a turnkey, true on-line, power conditioner and battery backup or uninterruptible power system (UPS) designed for transportation and traffic applications. The traffic UPS Battery Backup system 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 shall be furnished and installed in conformance with the following specification. 1.0 Operation A. The traffic UPS 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. D. Upon loss of utility power the Traffic UPS shall insert battery power into the system via a supplied Power Interface Module (PIM). In case of UPS failure and/or battery depletion, the PIM will ensure that the UPS will drop out and, upon return of utility power, the traffic control system will default to nornlal operating mode. E. The Power Interface Module shall enable removal and replacement of the Traffic UPS without shutting down the traffic control system (i.e. "hot swap" capability). Connectors shall be equipped with a "safety interlock" feature. F. For 170 or "California" style cabinets, upon loss of power the Traffic UPS 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. SP-48 02 296 H. To facilitate emergency crews and police activities, the Traffic UPS shall be compatible with police panel functions (i.e. "Signals Off" switch must kill power to the field wiring even when on UPS/Battery power). I. The Traffic UPS shall not duplicate or take over flash operation or flash transfer relay functions. J. The Traffic UPS shall be capable of providing continuous, fully conditioned, regulated, sinusoidal (Ae) power to selected devices such as signal controllers, modems, communications hubs, NTCIP adapters and video equipment. 2.0 Description The Traffic UPS 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 functions, E. Local and remote communications capabilities, F. And 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. 2.1.3 (BLANK) Addendum No. I June 27, 2002 Special Provisions No. 10373 SP-49 02 296 2.2 Battery System 2.2.1 The battery shall be comprised of extreme temperature, deep cycle, AGMIVRLA (Absorbed Glass MatIValve 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, AGMIVRLA (Absorbed Glass Mat/Valve Regulated Lead Acid) batteries. 2.2.3 Batteries shall be certified to operate at extreme temperatures from -40oC to + 740C. 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 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. 3.0 Electrical Specifications 3.1 Input Specification Nominal Input Voltage Input Voltage Range Input Frequency Input Configuration Input Current (Max. draw) Input Protection 120 V AC, Single Phase 85 V AC to 140 V AC 50 or 60 Hz (+/- 5%) 3 Wire (Hot, Neutral & Ground) 7.2 amps, Power-Factor Corrected Input Fuse (12 amps) 3.2 Output Specification Nominal Output Voltage Power Rating 120 V AC, Single Phase I k VA (I OOOV A/700W) SP-50 02 296 Short circuit protection +/- 2% for 100% step load change and from High battery to Low battery condition 50 to 60 Hz (+/ - 5%) Keyed, circular connectors and duplex receptacle True Sinewave 100% for 10 minutes 200% for 1/2 second Current limit and automatic shutdown Current limit and automatic shutdown 85% at full load .7 lagging through unity to .7 leading Output Voltage Regulation Output Frequency Output Configuration Output Wave Form Overload capability Fault Clearing Efficiency Load Power Factor 4.0 Physical Specifications, UPS Electronics Module 4.1 Dimensions: Rack-mount: Width = 19", Depth = 12", Height = 3.5" (2U) Shelf-mount: Width = 19", Depth = 12", Height = 3.5" Wall-mount/Unistrut Rail mount: Width = 6.9", Depth = 9.5" Height = 16" Separate Power-Interface Module = Width = 6", Depth = 2.8", Height = 9" 4.2 Weight: UPS: 20 lbs, Shipping weight: 25 Ibs. 5.0 Environmental Specifications 5.1 The UPS shall meet or exceed NEMA temperature standards from 400C to +74 DC. 5.2 The UPS 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 400C to +74 OC. 6.2 Ampere-Hour ratings (see table I) 6.3 Hydrogen gas emissions: must meet Mil-Spec #MIL-B-8565J 6.4 Dimensions: (See Table I) 6.5 Weights: (See Table I) SP-51 02 296 Table I. i ESTIMATED RUNTIME! UNIT ! OVERALL DIMENSIONS I (assumes 77 F/ 25 C) IWEiGH I PER BATTERY to 1.75 volts per cell Inches (em.) Clary V olts/ 200 400 800 Lbs. Length Width Height Pt. No.* A-hrs. Watts Watts Watts (Kg.) L W H OpnA 12 VDC/ 3.5 1.73 52 14.7 7.27 3.11 6.67 16A-h Hrs. Hrs. Min. (6.7) (18.46) (7.89) (16.93) OpnB 12 VDC/ 8.8 3.8 1.8 23 7.68 5.15 7.22 31 A - h Hrs. Hrs. Hrs. (10.5) (19.5 1) (13.08) (18.34) opnc 12 VDC/ 11.3 5.5 2.3 29 7.68 5.15 8.50 39 A - h Hrs. Hrs. Hrs. (13.2) (19.51) (13.08) (21.59) opnD 12 VDC/ 13.7 6.7 2.9 32 9.41 5.22 9.35 48 A - h Hrs. Hrs. Hrs. (14.5) (23.90) (13.26) (23.75) 7.0 Communications, Controls & Diagnostics 7.1 Alarm Function Monitoring: The traffic UPS shall come standard with a DB-9F connector with open collectors (40V @ 20 mAl 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 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. I 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. SP-52 02 296 9.0 Battery Mounting 9.1 Battery Tray to hold six (6) OP72A batteries, up to four (4) OP72B or OP72C batteries, and up to three (3) OP72D batteries. Tray is 19" wide for use in 170 Type cabinets and mounts on standard RETMA rails. 9.2 Swing-out Battery Box, mounts on right rail inside back door of 170 type cabinets. Box is designed to hold six (6) OP72A batteries, up to four (4) OP72B or OP72C batteries, and up to three (3) OP72D batteries. 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 ped 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 II. 0 Warranty Standard warranty terms cover entire Traffic UPS including battery. Terms are one-year parts and labor with labor F. O. B. factory. 24-l.l 0 FUNCTIONAL TESTING Functional testing shall conform to the provisions in Section 86-2.l4c, "Functional Testing", of the Standard specifications and these Special Provisions. The complete control system including the cabinet shall be delivered to the City of San Bernardino Signal Maintenance Yards, 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. SP-53 02 296 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 (I) All auxiliary equipment shall be provided prior to testing (sensors, isolators, conflict monitors, etc.) The Contractor shall notify the City Construction Engineer and the Traffic Signal Supervisor, (909) 384-5129, 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. Controller systems which fail the testing shall be picked up by the Contractor for repairs and then redelivered to the' testing lab for re-testing. SP-54 02 296 24-1.11 VIDEO DETECTORS 24-I.II(a) General -- This specification sets forth the minimum requirements for a system that detects vehicles on a roadway using only video images of vehicle traffic. System Hardware The video detection system shall consist of one video camera, a video detection processor (VDP) which mounts in a standard detector rack; a detector rack mounted extension module (EM), and a pointing device. System Software The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only an on board video menu and a pointing device to place the zones on a video image. Up to 24 detection zones per camera shall be available. 24-1.11(b) Functional Capabilities -- The VDP shall process video from one source. The source can be a video camera or video tape player. The video shall be input to the VDP in RS 170 format and shall be digitized and analyzed in real time. The VDP shall detect the presence of vehicles in up to 24 detection zones per camera. A detection zone shall be approximately the width and length of one car. Detector zones shall be programmed via an on board menu displayed on a user supplied video monitor and using a pointing device connected to the VDP. The menu shall facilitate placement of the detection zones quickly and easily. A separate computer shall not be required for programming detection zones. The VDP shall store up to three different detector zone patterns. The VDP can switch to anyone of the three different detector patterns within I second of user request via menu selection with the pointing device. The VDP shall detect vehicles in real time as they travel across each detector zone. The VDP shall have an RS232 port for communications with an external computer. Thc VDP RS232 port shall be multi-drop compatible. The VDP shall accept new detector patterns from an external computer through the RS232 port when the external computer uses the correct communications protocol for downloading detector patterns. The VDP shall send its detector patterns to an external computer through the RS232 port when requested when the external computer uses the correct communications protocol for uploading detector patterns. SP-55 02 296 The extension module (EM) shall be available to avoid the need of rewiring the detector rack, by enabling the user to plug an extension module into the appropriate slot in the detector rack. The extension module shall be connected to the VDP by a 10 wire cable with modular connectors, and shall output contact closures in accordance with user selectable channel assignments. The camera system shall be able to transmit an NTSC video signal. with minimal signal degradation, up to 1000 feet under ideal conditions. The associated Video Detection Processor (VDP) shall default to a safe condition, such as a constant call on each active detection channel, in the event of unacceptable interference with the video signal. 24-1.1I(c) Vehicle Detection A minimum of 24 detection zones shall be supported and each detection zone can be sized to suit the site and the desired vehicle detection region. A single detection zones shall be able to replace multiple inductive loops and the detection zones shall be OR'ed as the default or may be AND'ed together to indicate vehicle presence on a signal phase of traffic movement. Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the VDP and displayed on a video monitor, to draw the detection zones on the video image from the video camera. No separate computer shall be required to program the detection zones. A minimum of 3 detection zone patterns shall be saved within the VDP memory. The VDP's memory shall be non-volatile to prevent data loss during power outages. The selection of the detection zone pattern for current use shall be done through a menu. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have that detection zone pattern displayed within I second of activation. When a vehicle is detected crossing a detection zone, the corners of the detection zone will flash on the video overlay display screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow, or fog). Detection accuracy is dependent upon site geometry; camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to camera location or quality. Detector placement shall not be more distant from the camera than a distance of ten times the mounting height of the camera. SP-56 02 296 The VDP shall provide up to 8 channels of vehicle presence detection through a standard detector rack edge connector and one or more extension modules. The VDP shall provide dynamic zone reconfiguration (DZR) to enable nornlal detector operation of existing channels except the one where a zone is being added or modified during the setup process. The VDP shall output a constant call on any detection channel corresponding to a zone being modified. Detection zone setup shall not require site specific information such as latitude, longitude, date and time to be entered into the system. The VDP shall output a constant call for each enabled detector output channel if a loss of video signal occurs. The VDP shall output a constant call during the background learning period. Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend, and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable. Detection zones shall have the capability to count the number of vehicles detected. The count value shall be internally stored for later retrieval through the RS232 port. 24-\.j I(d) VDP and EM Hardware n The VDP and EM shall be specifically designed to mount in a standard detector rack, using the edge connector to obtain power and provide contact closure outputs. No adapters shall be required to mount the VDP or EM in a standard detector rack. Detector rack rewiring shall not be required or shall be minimized. The VDP and EM shall operate satisfactorily in a temperature range from _340 C to + 740 C and a humidity range from O%RH to 95%RH, non-condensing. The VDP and EM shall be powered by 24 volts DC. VDP power consumption shall not exceed 450 milliamps. The EM power consumption shall not exceed 100 milliamps. The VDP shall include an RS232 port for serial communications with a remote computer. The VDP RS232 port shall be multi-drop compatible. The port shall be a 9-pin "D" subminiature connector on the front of the VDP. The VDP shall utilize flash memory technology to enable the loading of modified or enhanced software through the RS232 port without modifying the VDP hardware. The VDP and EM shall include detector output pin out compatibility with industry standard detector racks. SP-57 02 296 The front of the VDP shall include detection indications, such as LED's, for each channel of detection that display detector outputs in real time when the system is operational. The front of the VDP shall include one BNC video input connection suitable for RS 170 video inputs. The video input shall include a switch selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. The front panel of the VDP shall have a detector test switch to allow the user to place calls on each channel. The test switch shall be able to place wither a constant call or a momentary call depending on the position of the switch. 24-1.11 (e) Video Detection Camera -- The video cameras used for traffic detection shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 0.1 lux to 10,000 lux. The camera shall use a CCD sensing element and shall output monochrome video with resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an electronic shutter control lens. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry. A single camera configuration shall be used for all approaches in order to minimize the setup time and spares required by the user. The camera electronics shall include AGC to produce a satisfactory image at night. The camera shall be housed in a weather-tight sealed enclosure. The housing shall be field rotatable to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sunshield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sunshield shall be less than 5" diameter, less than 14" long, and shall weigh less than 5 pounds when the camera and lens are mounted inside the enclosure. SP-58 02 296 The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens shutter at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range from _340 C to +600 C and a humidity range from 0% RH to 100% RH. The camera shall be powered by 120 V AC 60 Hz. Power consumption shall be 15 watts or less under all conditions. Recommended camera placement height shall be 33 feet (or 10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet for reliable detection (height to distance ratio of 10: 100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. The camera enclosure shall be equipped with separate, weather-tight connections for power and setup video cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of video at the camera while the camera is installed on a mast arm pole using a lens adjustment module (LAM) supplied by the VOP supplier. Video and power shall not be connected within the same connector. The video signal output by the camera shall be black and white in RS 170 or CCIR format. The video signal shall be fully isolated from the camera enclosure and power cabling. 24-1.11 (I) Installation -- The coaxial cable to be used between the camera and the VOP in the traffic cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge solid bare copper conductor (9.9 ohms/M), solid polyethylene insulating dielectric, 98% (min) tinned copper double-braided shield and black polyethylene outer covering. The signal attenuation shall not exceed 0.78 dB per 100 feet at 10 Mhz. Nominal outside diameter is 0.304 inches. The coax cable shall be a continuous unbroken run from the camera to the VOP. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75-ohm BNC plug connectors should be used at both the Camera and Cabinet ends. The coaxial cable, BNC connector, and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. The power cabling shall be 16 A WG three conductor cable. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. SP-59 02 296 The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in installation materials provided by the supplier. Proof of factory certification shall be provided. 24-1.I1(g) Limited Warranty -- The supplier shall provide a limited two-year warranty on the video detection system. See suppliers standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory-certified personnel or factory-certified installers. During the warranty period, updates to VDP software shall be available from the supplier without charge. 24-1.I1(h) Maintenance and SUP1;Jort -- The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be available for delivery within 30 days of placement of an acceptable order at the supplier's then current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's then current pricing and terms of sale for on site technical support. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language. 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 Standard Specifications and these Special Provisions. Mast arm and arrow signal heads shall be 12" diameter. Pole mounted signal heads shall be 12" diameter. All lamps for traffic signal units shall be furnished by the Contractor. Signal section housing and backplates shall be metal type. 24-1.13 LIGHT EMITTING DIODE (LED) SIGNAL MODULES n Light emitting diode (LED) signal modules shall conform to the Caltrans "Standard Specification, dated July, 1999, and the Caltrans Standard Plan and these Special Provisions. Addendum No. 1 June 27, 2002 Special Provisions No. 10373 SP-60 02 296 LED signal modules shall conform to Section 86-4.02, "LIGHT EMITTING DIODE SIGNAL MODULE", of the Standard Specifications and these Special provisions. 24-1.13(a) GENERAL -- 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 LEDs utilized in the modules shall be AlInGaP technology for red, amber and yellow indications, or GaN for green indications, and shall be the ultra bright type rated for 100,000 hours of continuous operation from -400C to +74 oc. 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. The individual LEDs shall be wired such that a catastrophic loss or the failure of one LED will result in the loss of not more than 5 percent of the signal module light output. 24-1. 13(b) ELECTRICAL Power Consumption Maximum power consumption for LED modules is per Table 2-1. Additionally LED modules will have EP A Energy Star compliance ratings. Operation Voltage The modules shall operate from a 60 HZ +/-3 HZ AC line over a voltage ranging from 95 volts to 135 volts. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Operating voltage of the modules shall be 120 V AC. All parameters shall by measured at this voltage. Power Factor The LED signal module shall have a power factor of 0.90 or greater. THD Total hamlonic distortion (current and voltage) induced into an AC power line by an LED signal module shall not exceed 20 percent. SP-61 02 296 Surge Suppression The signal module on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2,1992. The LED circuitry shall prevent perceptible flicker to the unaided eye over the voltage range specified above. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the ITE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads). Compatibility The modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). Review TEES Chapters 3 and 6 for specifications on these devices. When a current of20 mA AC *or less) is applied to the unit, the voltage reading across the two leads shall be IS V AC 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. 24-1.l3(c) PHOTOMETRIC REOUIREMENTS -- The minimum initial luminous intensity values for the modules shall be as stated in Table 2-2 and Table 2-4 at 250C. The modules shall meet or exceed the illumination values as shown in Table 2-3 and Table 2-5, throughout the useful life based on normal use in a traffic signal operation over the operating temperature range. The measured chromaticity coordinates of the modules shall conform to the chromaticity requirements of Table 2-6, throughout the useful life over the operating temperature range. 24-1.l3(d) PHYSICAL AND MECHANICAL REOUIREMENTS -- 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. See appropriate sections for Type I and Type 2 modules. 24-1.l3(e) ENVIRONMENTAL REOUIREMENTS -- The LED signal module shall be rated for use in the operating temperature range of -400C (-400F) to +740C (+1650F). The modules shall meet all specifications throughout this range. SP-62 02 296 24-1.13(j) PHYSICAL AND MECHANICAL REOUIREMENTS n The module shall fit into existing traffic signal section housings built to the specifications detailed in lIE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads). Each Type I module shall be designed to be installed in the doorframe of a standard traffic signal housing. The Type I module shall be sealed in the doorframe with a one-piece EPDM (ethylene propylene rubber) gasket. The maximum weight ofa Type I module shall be 1.8 kg (4Ibs.). 24-1.13(k) CONSTRUCTION n Each Type I module shall be a sealed unit to include all parts necessary for operation (a printed circuit board, power supply, a lens and gasket, etc.) and shall be weather proof after installation and connection. Two secured, color coded, 600 V, 20 A WG minimum, jacketed wires, conforming to the National Electric Code, rated for service at + 1050C, are to be provided for electrical connection for each Type I LED signal module. Conductors for Type I modules shall be l-m in length, with quick disconnect terminals attached and shall conform to Section 86-4.0 I 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. 24-1.13(i) LENS n The lens of the Type I module shall be integral to the unit, shall be convex with a smooth outer surface and made of plastic or of glass. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance ON/OFF contrasts. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens. 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. SP-64 02 296 24-1.13(j) PHYSICAL AND MECHANICAL REOUIREMENTS -- The module shall fit into existing traffic signal section housings built to the specifications detailed in ITE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads). Each Type 1 module shall be designed to be installed in the doorframe of a standard traffic signal housing. The Type 1 module shall be sealed in the doorframe with a one-piece EPDM (ethylene propylene rubber) gasket. The maximum weight of a Type 1 module shall be 1.8 kg (4 lbs.). 24-1.13(k) CONSTRUCTION -- Each Type 1 module shall be a sealed unit to include all parts necessary for operation (a printed circuit board, power supply, a lens and gasket, etc.) and shall be weather proof after installation and connection. Two secured, color coded, 600 V, 20 A WG minimum, jacketed wires, conforming to the National Electric Code, rated for service at + 1 050C, are to be provided for electrical connection for each Type 1 LED signal module. Conductors for Type I modules shall be I-m in length, with quick disconnect terminals attached and shall conform to Section 86-4.0IC, "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. 24-1.13(1) LENS -- The lens of the Type 1 module shall be integral to the unit, shall be convex with a smooth outer surface and made of plastic or of glass. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance ON/OFF contrasts. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens. 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. SP-64 02 296 24-1.13(m) 300 MM ARROW -- The following specification requirements apply to the 300 mm arrow module only. All general specifications apply unless specifically superceded in this section. The arrow module shall meet specifications stated in Section 9.01 of the ITE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads) for arrow indications. The LEOs shall be spread evenly across the illuminated portion of the arrow area. 24-1.13(n) OUALlTY ASSURANCE n The modules shall be manufactured in accordance with a manufacturer quality assurance (QA) program. The QA program shall include two types of quality assurance: (I) 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. 24-1.13(0) DESIGN OUALlFICATION TESTING n 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. T est units shall be submitted to Caltrans after the manufacturer's testing is complete. Manufacturer's testing data shall be submitted with test units for Caltrans verification of design qualification testing data. Bum In. The sample modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, at a temperature of + 740C (+ 1650F) before performing any design qualification testing. SP-65 02 296 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. Measured over the operating temperature range. Chromaticitv (Color). Measured over the operating temperature range. Electrical. All specified parameters shall be measured and used for quality comparison of production quality assurance on production modules. (rated power, etc.) Equipment Compatibility. Modules shall be tested for comparability with the controller unit, conflict monitor, and load switch. Each signal module shall be connected tot he output of a standard load switch connected to an AC voltage supply between the values of 95 and 135 V AC 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. 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 of2.5 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. Temnerature Cycling. Temperature cycling shall be perfornled 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. 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(p) PRODUCTION QUALITY CONTROL TESTING The following 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. Bum-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. SP-66 02 296 A single point measurement, with a correlation to the intensity requirements of Table 2- 2 for circular modules, may be used. The ambient temperature for this measurement shall be +250C (+770F). Each module not meeting minimum luminous intensity requirements per Table 2-2 or Table 2-4 shall be cause for rejection. Each module shall be tested for required power factor after bum-in. Each module shall be measured for current flow in amperes after bum-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. 24-1.13(q) CALTRANS OUALITY ASSURANCE TESTING (RANDOM SAMPLE TESTING) -- Caltrans 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. Circular modules shall be tested according to California Test No. 604, and as described herein. PV, bicycle and arrow modules shall be tested as per California Test 300 I 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 deternline thc sampling parameters to be used for the random sample testing. All parameters of the specification may be tested on the shipment sample. Acceptance/rejection of the shipment shall conform to ANSI! ASQC Z 1.4 for random sampled shipments. SP-67 02 296 24-1.13(r) 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 State. All warranty documentation shall be given to the TransLab prior to random sample testing. TABLES: Table 2-1 Maximum Power Consumotion (in Watts) Red Yellmv Green Temperature 25O( 74O( 250C 740C 250C 740C 300 mm circular 11 17 22 25 12 12 200 rnm circular 8 13 13 16 10 10 , 300 mm arrow 9 12 10 12 13 13 i Bicvcle indication future future future future future future i PV indication future future future future future future Lane Control (X) 9 12 nla nia Lane Control (Arrow) nia 13 13 Table 2-2 Minimum Initial Intensities for Circular Indications (in cd) ! 200 mm 300 mOl I Am.!.le (v.h) Red Yellow Green Red Yello\'. Green 2.5. +,i- 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 I 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. +i~ 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 ]0 19 ]9 26 52 52 17.5. +/- 22.5 7 14 ]4 24 48 48 17.5. +/. 27.5 5 10 10 19 38 38 SP-68 02 296 Table 2-3 Maintained Minimum Intensities for Circular Indications (in cd) 200 mm 300 mm Anc.le (Y. hI Red Yellow Green Red Yello\\ i Green 2.5. +/. 2.5 133 267 267 339 679 ! ()79 2.5. +/- 7.5 97 194 194 251 501 50] 2.5. +/- 12.5 57 113 113 141 283 283 , 2.5. .,-/- 17.5 25 48 48 77 154 154 I 7.5. +. - 2.5 !OI 202 202 226 45" 45' ! 7.5. ~/- 7.5 89 178 178 202 404 404 i 7.5. +!- 12.5 65 129 129 145 291 291 I 7.5. +.- 17.5 41 81 81 89 178 178 7.5. ..../- 22.5 18 37 37 38 77 77 7.5. +/- 27.5 10 20 20 16 32 32 ! 12.5. +i- 2.5 37 73 73 50 101 101 12.5. ......i- 7.5 32 65 65 48 97 97 12.5, -r/_ 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 I 17.5.4-/- 22.5 6 12 12 20 41 41 17.5. ~/- 27.5 4 9 9 16 32 32 Table 2-4 Miuimal Initial Intensities for Arrow Indications (in cd/m2) Arrow Indication Red 5.500 Yellow 11.000 Green 11.000 Table 2-5 Minimum Maintained Intensities for Arrow Indications (in cd/m2) Arrow Indication Red 5.500 Yellow 11.000 Green 11.000 Table 2-6 Chromaticity Standards (CIE Chart) Section 8.04 of: Red Y: \:ot greater than 0.308. or less than 0.998 + x I'ello\'. Y ~ot less than 0.4] ]. nor less than 0.995 - x. nor less than 0.452 Green Y )\;0\ less than 0.506 - .519x. nor less than 0.150 + 1.068x. nor more than 0.730 - x 24-1.14 PEDESTRIAN SIGNALS -- Pedestrian signals shall be Type "A". 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. SP-69 02 296 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 the Caltrans "Standard Specifications, dated July, 2000, Section 86-4.07, "LIGHT EMITTING DIODE PEDESTRIAN SIGNAL FACE "UPRAISED HAND" MODULE", 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". 24-1.17 ADA PEDESTRIAN PUSH BUTTON Synchronex Part No. IASY2021-40, ADA-2. The push button shall be The housing for the push button shall be either machined aluminum, or die-cast aluminum. All housing shall be coated with powdered 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 120 vac, and capable of IXI06 operations, The switches shall be UL listed, CSA certified, and meet the requirements of NEMA ICS-I, 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, noncorrosive, tamperproof, 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 1/2" 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, SP-70 02 296 All luminaires 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, and (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 lumina ire parts. 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" L.C. series D (See Attachment "A"). 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 construction of 6061 T6 aluminum channel: I 1/4" X I 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 EX-L telescoping mastarm bracket with swing assembly, or approved equal, by the City Traffic Engineer. 24-1.20 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. SP-71 02 296 The Contractor shall place "STOP AHEAD" and "STOP" signs to driect 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 conforn1 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-72 02 296 SECTION 25 25- I CONSTRUCTION AND RELOCATION OF WATER FACILITIES 25-1.0 I GENERAL -- Construction and relocation of water facilities shall be in accordance with the Plans, these Special Provisions and as directed by the Engineer. In general, the work includes the construction of new l2-inch ductile-iron pipeline with appurtenances shown or specified, connections to existing system, and providing temporary water service, if required. The Contractor shall notifY the City of San Bernardino Water Department at (909) 384- 5139 a minimum of seven days prior to beginning work that will affect the water line system. The word "Department" or "Water Department" shall mean the City of San Bernardino Water Department. The word "Board" or words "Board of Water Commissioners" shall mean the Board of Water Commissioners of the City of San Bernardino Water Department. The words "Directed, Required, Permitted, Ordered, Designated, Prescribed by the Water Department", or words of like importance. used in Specifications or upon the drawings, shall be understood to mean that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended, and similarly, the words "Approved, Acceptable, Satisfactory by the Water Department". or words of like importance, shall mean approved by or acceptable to, or satisfactory to the Engineer, unless otherwise expressly stated. The word "Engineer" shall mean a Civil Engineer registered as such in the State of California and employed by the Water Department, acting either directly or through designated and properly authorized agents, assistants. and inspectors. The words "Or Approved Equal: shall mean a product that meets all A.W.W.A. specifications and has been approved for use in the City of San Bernardino's domestic water system by the Water Department. Work of construction and relocations shall be In accordance with the following "Specifications for Construction of Water Facilities". SP-73 SPECIFICATIONS FOR CONSTRUCTION OF WATER FACILITIES SP-74 02 296 02 296 TECHNICAL SPECIFICATIONS GENERAL REOUIREMENTS 1. GENERAL I. I Conditions - The decision of the Engineer shall be final on all issues relating to the acceptability and classification of material, machinery, or plant equipment, the proper performance, or sequence of the work, quantities, and the interpretation of Specifications and/or drawings. The Contractor shall obtain copies of, and comply with, all applicable current statutes, laws, ordinances, rules, regulations, and specifications of the United States Government, the state of California, the county of San Bernardino, City of San Bernardino, and any other governmental agencies having jurisdiction, and shall make application for all required permits and bear the cost of same. All permits for the construction shall be obtained by the Contractor from the appropriate agencies prior to starting construction. In the event of conflict between the requirements of these Specifications and the requirements of the permits, it shall be understood that the more exacting requirements shall govern. The Contractor shall furnish to the Department copies of all required permits and licenses prior to the start of construction. Upon completion of construction, the Contractor shall provide the Department with documentation attesting to the satisfactory closure of said permits and licenses. 1.2 Acceptabilitv of Methods and Materials - The Engineer shall make the final detern1ination regarding the acceptability of materials to be used and the methods to be employed on all water projects. 1.3 CAL-OSHA Safety Code - All work shall be perforn1ed in compliance with the California Code of Regulations, Title 8, Industrial Relations (CAL/OSHA), Construction Safety Orders (CSO), and General Industry Safety Orders (GISO). 1.4 Public Convenience Requirements - The Contractor shall conduct his operations so as to offer the least possible obstruction and inconvenience to the public and he shall have under construction no greater length or amount of work than he can complete properly with due regard to the rights of the public. Unless otherwise provided, all public traffic shall be permitted to pass through the work area with as little inconvenience and delay as possible. Where possible, such traffic shall be routed on new or existing paved surfaces. Spillage, resulting from hauling operations along or across any public traveled way, shall be removed immediately by the Contractor at no expense to the Department. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. SP-75 02 296 Convenient access to driveways, houses, and buildings along the line of the work shall be maintained and temporary approaches to crossings or intersecting highways shall be provided and kept in good condition. When the abutting property owner's access across the right-of-way line is to be eliminated or to be replaced by another access, the property owner's access shall not be closed until the replacement access facilities are usable. Water or dust palliative shall be applied as required for the alleviation or prevention of dust nuisance. In order to expedite the passage of public traffic through or around the work, the Contractor shall install signs, lights, flares, barricades, and other facilities for the sole convenience and direction of public traffic. 1.5 Public Safety Requirements - Whenever the Contractor's operations create a condition hazardous to traffic or to the public he shall, at his expense and without costs to the Department, furnish, erect, and maintain such fences, barricades, lights, signs, and other devices, and take such other protective measures as are necessary to prevent accidents, damage, or injury to the public. The Contractor shall also furnish such flaggers as are necessary to give adequate warning to traffic, or to the public, of any dangerous conditions to be encountered. Signs, lights, flags, and other warning and safety devices shall conform to the requirements set forth in the current "MANUAL OF TRAFFIC CONTROLS - Warning Signs, Lights, and Devices for the Use in Performance of Work Upon Highways", issued by the state of California Department of Transportation. "When construction results in only one(l} paved traffic lane being open to traffic, a minimlllll of two(2} jlaggers, with appropriate signs and protective equipment, shall be required to direct traffic through the construction zone. In certain cases, pilot cars and/or radio comlllll/lication between jlaggers may be required. " Should the Contractor appear to be neglectful in taking any protective measures that may be required, the Department may direct his attention to such situation, and the Contractor will provide the necessary warning devices and protective measures needed at no expense to the Department. If the Contractor fails to provide traffic controls and other safety devices that are needed, the Department will provide them and charge any costs against the Contract amount. Any such failing to comply with safety requirements will result in removal of the Contractor for future opportunities to bid for at least two full calendar years. Where necessary for public safety and convenience, the Contractor shall, at his expense, provide and maintain suitable drainage of the roadway and erect such temporary structures as are necessary. The suspension of the work from any cause whatsoever shall not relieve the Contractor of his responsibility to provide for the safety and convenience of public traffic and local residents. Emergency repairs: Contractor shall furnish names and telephone numbers of persons to contact in case immediate repairs are needed. If a responsible person is not available at this number, the Department may make immediate repairs and deduct the costs from the Contract amount. SP-76 02 296 Should any traffic striping and/or pavement markings be damaged or removed as a result of the Contractor's operations, they shall be restored or replaced at the Contractor's expense. Traffic stripes and/or pavement markings shall be restored or replaced by application of thermoplastic material. Under certain situations, traffic stripes and/or pavement markings may be restored or replaced with retro-reflective paint with the prior approval of the Permit Engineer. At the end of the work shift(s), prior to departing the construction area. the Contractor will ensure that safety devices adequately identify hazards and control traffic flow. 1.6 Defective Work or Materials - Inspection oversights committed by the Department's inspectors in no way constitute a de facto approval or acceptance of substandard conditions. The Contractor shall be held liable for any and all substandard material and/or workmanship discovered during any phase or stage of construction up to one( 1) year after the project has been accepted and a performance bond has been posted. 1.7 Protection of Existing Improvements - The Department will not be held liable for any damage or disruption of pre-existing service, appurtenances, or infrastructure regardless of their nature, which may occur during the execution of any construction project being performed for this Department. The responsibility for any and all repairs and/or remuneration associated with damages occurring to either public or private property as a result of the construction of water utilities shall rest solely with the Contractor(s). 1.8 Proximity to Sewers - If the horizontal separation between parallel sewer and water lines is less than ten (10) feet, or if the sewer crosses below the water line with less than one (1) foot of separation, special construction is required by the State Department of Health Services. Special construction will only be perfom1ed with prior approval from the Department. ]t is the Contractor's responsibility to understand and follow the requirements for sewer and water crossings as mandated by the State Department of Health Services. 1.9 Pothole All Utilities - Prior to the start of construction. the Contractor will pothole all utilities per Section 3, Paragraph 1.1. 1.10 As-Built Drawings - The Contractor shall be required to keep a separate set of construction Plans upon which he shall designate as-built conditions using sufficient sketches to properly indicate locations of valves, hydrants, services. and other pertinent items. Contractor shall also provide, make, and configure all valves. Prior to filing of the "Notice of Completion", the Contractor shall certify the as-built information in a letter transferring the as-built documents to the Department. SP-77 02 296 TECHNICAL SPECIFICATIONS MATERIALS 1. GENERAL The Contractor shall furnish ductile iron pipe. All materials in the pipeline work shall be new and unused. All materials in the pipeline work shall be of the selected type of pipe. All materials shall be suitable for ISO psi working pressure unless specified otherwise and approved by the Water Department. 2. DUCTILE IRON (On PIPE Ductile iron pipe and fittings shall be cement mortar line. Pipe joints shall be mechanical joint or push-on type as designed by the Water Department. Applicable sections of the following standards apply: STANDARD AWWACI51 AWWACI04 AWWA ClIO AWWA CI53 AWWACIII AWWACI05 ITEM Ductile Iron Pipe Cement Mortar Lining Fittings Compact Ductile Iron Fittings Rubber Gasket Joints Polyethylene Encasement All materials shall be suitable for ISO psi working pressure. Ductile iron pipe shall be a minimum thickness Class 50 or above as mandated by design requirements. 3. RESILIENT-SEATED GATE VALVES Resilient-seated gate valves will be acceptable for sizes three (3)-inch through twelve (12)- inch nominal pipe size, and shall conform to all requirements of A WW A C509-80 or latest revision thereof. Valves shall be non-rising stems opening by turning counterclockwise. Valves shall be provided with O-ring shaft seals and operating nuts and handwheels in accordance with the applicable sections of the above-referenced standard. Valves shall be manufactured by Mueller or approved equal. 4. VALVE BOXES Valve boxes and caps shall be furnished and installed with all buried valves. The valve boxes shall be of the two-piece, adjustable type with cast iron caps or as directed by the Water Department. The valve boxes shall have walls not less than ten (10) gauge, and the nominal diameter shall not be less than eight (8) inches. Valve box caps shall have the work "WATER" cast into them. SP-78 02 296 5. FIRE HYDRANTS Fire hydrants shall be wet barrel of the break-off traffic type and shall conform to A WW A C503-82 with six (6)-inch hole flanged inlet. Nozzle threads shall be American National Standard. Operating nut shall be one and one-half (I \lz)-inch National Standard pentagon. The main valve shall be equipped with O-ring seals and shall open when turned left or counterclockwise. Fire hydrants shall be painted as specified by the Water Department. Hydrants shall be Mueller A480E, Clow 850. or Long Beach 425, and shall be equipped with two (2), two and one-half (2\1, )-inch hose nozzles, and one (I), four (4)-inch pumper nozzle. 6. GASKETS Gaskets for flanged joints shall be ring type, one-sixteenth (I/16)-inch thick for pipe ten (10) inches and smaller and one-eighth (1/8)-inch for larger pipe. Gaskets shall be Johns- Manville Type 60 or approved equal, and shall conform to applicable requirements of A WW A C207. 7. FLANGED COUPLING ADAPTORS Flanged coupling adaptors between flanged fittings and ductile iron pipe shall be Rockwell 912 Cast FCA. For steel pipe use Rockwell 913 Steel FCA or approved equal. 8. COPPER WATER SERVICE LINES All water service lines shall be a minimum of one (I )-inch and shall be seamless copper water tubing, type K, soft temper or approved equal. All one and one-half (I \I, )-inch and two (2)-inch copper tubing shall be seamless copper water tubing, type K, soft temper or approved equal, and shall be delivered in approximately twenty (20)-foot straight lengths. No coiled copper tubing shall be used in sizes one and one-half (1-'/,) inch and larger. 9. SADDLES. CORPORATION STOPS. ANGLE METER V ALVES All service saddles. corporation stops, angle meter stops and such appurtenances shall be compatible with material selected and be equal to those manufactured by James Jones Company and Mueller Company or approved equal. 10. RELOCATIONS All relocations shown or required shall be constructed using materials similar to those existing and/or as shown or specified in applicable Water Department Standard Drawings. SP-79 02 296 11. CONCRETE a Portland cement shall conform to ASTM Standard Specification C150, latest revision entitled "Portland Cement", and shall be Type I or Type II. Cement in containers that have been broken in shipment or handling may be used only if approved by the Water Department. b. Sand shall consist of well-graded, natural or artificially washed sand that has been clean, hard, strong matter. Sand shall not contain over three (3) percent clay or silt by weight. c. Coarse aggregate shall consist of gravel, or a combination of gravel and crushed rock, having clean, hard tough, durable and uncoated pieces free from injurious amounts of soft, friable, thick, elongated pieces, alkali, oil, organic or other deleterious substances. Aggregate shall be properly graded, from one-fourth (1/4 )-inch to one-half (1/2)-inch in size, to secure the required compressive strength concrete. d. Water shall be clean, free from injurious amounts of oil, acids, organic matter, or other injurious substance. e. Mixing - Concrete required for thrust blocks and other water system items shall be composed of the following relative volumes of materials: . One (I) Cubic Foot of Cement (I Sack, 94 Lbs.) . Two (2) Cubic Feet of Sand (Dry, Loose) . Three (3) Cubic Feet of Coarse Aggregate Only sufficient water shall be used to produce a concrete with a slump not exceeding five (5) inches, as determined by ASTM Standard Method of Test, C143m, latest revision. The total volume of sand and coarse aggregate measured separately shall not exceed six (6) cubic feet per sack of cement. Concrete shall be placed within thirty (30) minutes of mixing and no re-tampering will be permitted. Batch slips shall be furnished by the Contractor when requested by the Water Department if transit mix concrete is supplied. Unless otherwise specified, all concrete shall have a twenty-eight (28) day compressive strength of2,500 psi minimum, and shall contain 5.5 sacks of cement per cubic yard of concrete. 12. COAL TAR COATING Coal tar mastic for buried ferrous metal surfaces shall be Kopper's Bitumastic No. 505, Tnemec 46-450, Pasco Pipe Wrap Primer No. 9047 or approved equal. SP-80 02 296 13. PAYMENT Payment for pipeline construction shall be at the unit price bid for ductile iron pipe for the sizes and types of joints shown on the plans including paving removal, trench excavation and backfill, temporary and permanent paving and permanent trench repair, polyethylene encasement, fittings, couplings, flanges, and thrust restraint, and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, flushing, hydrostatic and leakage testing and disinfection, and for doing all work involved in pipeline installation as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Payment for valves shall be at the unit price bid for each size and type and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in the construction of valves and valve box, and adjustment to final grade, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Work includes tee fitting, ductile-iron pipe, valve and cover, hydrant, and blue pavement markers. Payments for fire hydrant assemblies shall be at the unit price bid and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Payment for connection to existing waterlines shall be at the lump sum price bid and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in the connection to existing waterlines as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Payment for the various relocations shown or required shall include full compensation for furnishing all labor, materials, tools, equipment, restoration of asphalt pavement, testing, disinfection and incidentals necessary to complete the work as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. Payment for abandoning existing waterlines and services shall be at the lump sum price bid and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved. SP-81 02 296 TECHNICAL SPECIFICATIONS P A VEME'I;T REMOVAL 1. GENERAL 1.1 Scope of Work A. Furnish all labor, material, equipment, and incidentals required to remove the entire section of pavement over the trenches used to install the water mains on the attached Plans. B. Furnish all labor, material, and equipment necessary to remove and dispose of all excess spoil after the ground asphalt has been returned to the trench for use as a temporary driving surface until main construction is complete. C. Furnish all labor, material, and equipment necessary to maintain all ground pavement surfaces free from potholes and large loose gravel areas. D. Furnish all labor, material, and equipment necessary to remove any and all concrete underlayment beneath the pavement as encountered during the pavement removal process. 1.2 Reference Specifications Except as otherwise specified herein, the current Standard Specifications for Construction, current edition, (a.k.a. "Green Book"), shall apply to materials and workmanship required for the work of this Section. 2. PRODUCTS 2.1 Materials Use locally available materials and aggregate gradations that exhibit a satisfactory record of previous installations. Any imported material, necessary to fill potholes or soft spots in the ground trench, shall comply with "Green Book" requirements for Class II base. SP- 82 02 296 3. EXECUTION 3.1 Lavout and Alignment The Plans contain enough information for the Contractor to determine horizontal and vertical controls within the tolerances required by the Department. 3.2 Asphalt Removal A. Asphalt shall be removed by either of the following two methods: a. Grinding b. Saw-cut and removal B. Whether the pavement is cut or ground, the machine must cut entirely through the pavement before removal takes place. C. At the end of each business day, and upon completion of work, all driving surfaces shall have the following characteristics: a. The uncut pavement surface shall be clear of all loose material. b. The cut trench shall be approximately level with the surrounding area. c. All surfaces shall be free of soft or loose material. 3.3 Maintenance - Upon completion of the asphalt removal, the Contractor shall maintain all surfaces free from potholes and large loose gravel areas until the final pavement is placed. SP-83 02 296 TECHNICAL SPECIFICATIONS EXCA V A TION. TRENCHING AND BACKFILL 1. GENERAL All excavation, trenching, backfilling, and pavement refurbishing of existing and proposed streets shall be performed in accordance with California Code of Regulations, Title 8 (CaIlOSHA), San Bernardino City Public Works requirements, or any other agency having jurisdiction, except as noted in these Specifications. In case of conflict in requirements for excavation, trenching, and backfilling between these Specifications and any statutes, laws, ordinances, rules, regulations, and/or Specifications of any political subdivision or agency having jurisdiction, it shall be understood that the more exacting requirements shall govern. In general, these Specifications will apply in city of San Bernardino right-of-ways and easements while the aforementioned statutes, laws, ordinances, rules, regulations, and Specifications of any political subdivision or agency having jurisdiction will apply within the political boundaries of public rights-of-way to which they apply. 1.1 Excavation and Trenching A. The Contractor will pothole all existing utilities, regardless of whether they are shown on the construction drawings, far enough in advance of construction to allow minor grade adjustments of pipe to avoid local high points. B. All excavation shall be performed to the depths and alignment indicated on the construction drawings regardless of subsurface condition, or special circumstances unless otherwise authorized by the Department. During excavation, material suitable for backfilling shall be piled in an orderly manner, a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave-ins. Roads, driveways, and pedestrian walkways shall not be obstructed by spoils or pipe. All excavated materials not required or not suitable for backfill shall be removed and disposed of by the Contractor at no expense to the Department. C. Minimum cover over the pipe shall be thirty(30) inches. Depth of cover shall be measured from the established street grade or the surface of the permanent improvement to the top of the pipe barrel. In the case of lines outside of the existing or proposed street improvements, additional cover may be required, and the depth of cover shall be measured from SP-84 02 296 the average natural ground surface. Any deviation shall be subject to the approval of the Department. D. The width of the trench at the top level of the pIpe shall be In accordance with the following table: PIPE SIZE-INCHES INSIDE DIAMETER NOMINAL TRENCH WIDTH-INCHES 2 4 6 8 10 12 14 16 20 24 24 28 30 32 34 36 38 40 40 48 The Contractor shall maintain a minimum clearance of eight(8) inches for pipe sizes through sixteen( 16) inches in diameter. The clearance shall be on each side of the pipe between the trench wall and the outside surface of the pipe barrel as measured at the horizontal centerline of the pipeline. E. Where the bottom of the trench is in rock, large boulders, hard materials, or when other utilities are encountered near the pipe alignment, the trench shall be excavated six(6) inches below the bottom of pipe elevation. Where the trench has been excavated below grade for any purpose, the trench shall be refilled to the proper trench grade with selected backfill material and compacted to eighty-five percent (85%) of its maximum density as determined by ASTM 1556 and D 1557. (The Department may, based on State, County, and/or City compaction requirements, modify this requirement. At no time shall the pipe be installed within a six(6) inch radius ofa large rock or hard surface). F. Excavation for the placement of concrete for structural support and thrust blocks shall be finished by hand in order to ensure a solid undisturbed native surface. G. Deleted H. No high or low points in the line shall be pem1itted except as shown on the Plans. No deviation shall be made from the required line or grade except with the consent of the Engineer. High and low points not shown on the Plans shall be fitted with, either air release valves, air and SP~85 02 296 vacuum release valves, or blow-off valves as determined by the Engineer. All such additional construction, which could have been avoided, shall be performed at no cost to the Department. I. All excavations shall be kept free of water while concrete or pipe is being placed. The Contractor shall furnish, install, and operate all necessary machinery, appliances, and equipment to keep excavations sufficiently free from water from any source during construction of the work to permit proper pipe laying and jointing, and shall dispose of water so as not to cause injury to public or private property, or to cause a hazard or menace to the public. J. The trench shall be backfilled with sand to provide a minimum of 6" of cover over the newly installed main. All sand shall be jetted in accordance with Green Book Section 306-1.3.3, Titled "Water Densified Backfill". The remainder of the trench may be filled with native material except as required for the construction of the roadbed. K. Drains, sewers, ditches, or other flow routes impacted by construction may be diverted, if necessary, but must be fully restored to their original condition as soon as possible. L. The use of trench digging machinery will be permitted except where its operations will cause damage to trees, buildings, or existing structures above or below the ground. At such locations, hand excavation shall be employed to avoid such damage. Trees, fences, poles, and other property shall be protected unless their removal is authorized. Any property damaged shall be restored to its original condition by the Contractor to the satisfaction of the Engineer, and at no expense to the Department. M. The Contractor shall maintain property access routes and proper clearance for installation of pipe in easements. Removal and disposal of all trees, stumps, roots, brush, and other objectionable material shall be provided by the Contract at no expense to the Department. All such site work shall be subject to approval by the Engineer. tee 1.2 Deleted J.3 Backfill A. General - Trench backfill shall be executed in such a manner as to provide a minimum of 90% minimum density as determined by ASTM D 1556 and ATM D 1557 unless a higher density is specified on the Plans. There shall be no hard surfaces, rocks, or sharp objects within a six( 6) inch radius of any pipe. Copies of compaction tests and written SP-86 02 296 results shall be provided to the Engineer within three(3) working days of the compaction test. B. Air Voids - Special attention shall be given to the underside of the pipe during construction to ensure full compaction and to avoid the possibility of air voids in the soil. ~c. Compaction Tests - The backfill soil shall be tested for compaction at a minimum rate of one test every 300 feet for every two feet of fill. Additional tests may be required at the discretion of the Engineer. If test results indicate a lower than acceptable density, additional compaction will be required and re-testing taken under the direction of the Engineer. All compaction testing and associated reports shall be completed at no cost to the Department. D. Dama~e Assessment - Where trench settlement occurs or where it is determined that damage is caused by inadequate compaction in a trench, the Contractor shall reopen the street and re-compact the backfill material to an acceptable level. The Contractor shall repair all damage at no cost to the Department. 1.4 Deleted 1.5 Pavement Removal When it is necessary to break pavement in order to lay the. pipelines shown on the construction drawings, the existing pavement shall be cut vertically as nearly as possible to a straight line by a method stated in the section entitled "Pavement Removal", of these Specifications. SP-87 02 296 TECHNICAL SPECIFICA nONS PAVEMENT REPAIR AND RESURFACING 1. GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required to replace pavement removed over trenches and install approximately one( I) inch final cap, ten(lO) feet wide. It is the responsibility of the Contractor to field measure the entire project. B. Furnish all labor, materials, equipment, and incidentals required to repair, replace, or restore streets, drain ribbons, driveways, parking areas, or sidewalk pavements damaged or disturbed during construction. C. All work shall be in a manner satisfactory to the Department. 1.2 REFERENCE SPECIFICATIONS Except as otherwise specified herein, the current Standard Specifications for Construction, latest edition, (a.k.a. "Green Book"), shall apply to materials and workmanship required for the work of this Section. 2.PRODUCTS 2.1 MATERIALS A. Use locally available materials and aggregate gradations that exhibit a satisfactory record of previous installations and as follows: (I) Tack coat: Per "Green Book" Section 302-5.4 either AR/4000 or Grade SS-I h. (2) Asphalt cement: Per "Green Book" Section 203-6 having the following Specifications: a. Asphalt shall consist of AR 4000 oil as defined in Section 203-1. b. Aggregate for base pavement shall consist of 3/4" crushed rock as defined in Section 200-1 Table 200-1.2(A). SP-88 02 296 c. Aggregate for final cap shall consist of 3/8" crushed rock as defined in Section 100-1 Table 100-1.2(A). B. Calcium chloride shall conform to AASHTO M144, Type I or Type 11. 3. EXECliTIOl'l 3.1 PREPARATlONFORPAVEMENT A. Removal of Material - All cold mix asphalt and/or excess backfill material shall be removed from the compacted trench to a depth of 7" below finish grade. B. Damaged Pavement - All damaged pavement adjacent to the edge of trench shall be saw cut and removed in rectangular sections beyond the limits of damage. The Contractor may, at the time of saw cut, review a specific damaged area in the field with the Engineer or distribution superintendent and receive approval for alternate removal methods. All material below the removed pavement area shall be excavated to a depth of T' below finish grade. C. Adding of Suhbase Material - The trench shall be backfilled with Class 11 subbase and compacted to 95% compaction so that once compacted the elevation of the surface of the trench is equal to the bottom of the existing pavement or 3" whichever is greater. 3.2 PLACEMENT OF NEW PAVEMENT A. Tack Coat - All surfaces of the existing pavement, which may come in contact with the new pavement, shall be clean, dry, and tack coated with tack coat as defined in Section 2.1, "Materials". B. Base Pavement - For trenches parallel to the flow of traffic, asphalt concrete as defined in Section 2.2, "Materials", shall be placed and compacted flush with existing pavement adjacent to the trench. For trenches crossing the flow of traffic, asphalt concrete as defined in Section 2.2, "Materials", shall be placed 3/4" below the existing pavement adjacent to the trench. (I )Provide joints between old and new pavements and between successive days works for continuous bond between adjoining work. Clean and dry contact surfaces and apply tack coat. (2)Place mixture at not less than 2600F (I 270C-). Place each course to required grade cross-section and compacted thickness. SP-89 02 2S6 (3)All paving shall be compacted with a nine(9) wheet eight(S) ton I pneumatic roller or approved equal. (4)All Asphalt base pavement shall be placed by a self-propelled paving machine, use of a dump truck ditch gate is not an approved method. C. Maintenance - The compacted pavement shall be maintained for thirty (30)days with regular traffic over it. At the end of the thirty (30)day period, the finished surface on lateral trench repairs shall not vary more than liS "-above or 1I2"-below the design grade for the base pavement. D. Pavement Rework - If at the end of the thirty(30)day period the new pavement surface is outside the parameters stated in the above "Maintenance" paragraph C, the pavement shall be reworked in the following manner: (l)The top three(3)inches of the newly installed asphalt shall be ground and the material removed. (2)The remaining asphalt shall be compacted in place to achieve 95%- compaction as measured at a depth of 4Y,"-below finish grade. (3 )All the newly ground dry surface shall then be tack coated and re- paved as described above. (4)The re-paved section of trench shall be maintained for another thirty(30)days and then rechecked for conformance. All pavement rework shall be at no additional cost to the Department. E. Final Cap Placement - Final pavement cap shall be hot-mixed asphalt concrete as defined in "Materials" Section 2.2. Area of overlay shall be clean, dry, and uniformly tack coated. Asphalt concrete overlay must extend at least two (2) feet laterally and five (5) feet longitudinally beyond edges of trench excavation and/or pavement damaged by trenching. Asphalt concrete overlay shall be placed parallel to the centerline. The pavement cap shall be placed to provide a dense and smooth riding surface. Compaction of the pavement cap shall be obtained by means of at least one (1) 2-axle, self-propelled, steel wheeled, five(5) to eight(S) ton roller unless otherwise permitted by the Engineer. (I) Begin rolling when mixture will bear roller weight without displacement. Repair surface defects with hot material as rolling SP-90 02 296 progresses. Cut out and patch defective areas and roll to blend with adjacent satisfactory paving. Continue rolling until maximum density is attained and roller marks are eliminated. (2) Protect paving from damage and vehicular traffic until mixture has cooled and attained its maximum degree of hardness. (3) For trenches parallel to the flow of traffic, thickness of surface course to be one( I )inch at center of trench and feather to meet existing paving not less than two(2)feet beyond the edge of the trench. No portion of the cap shall be less than 3/8" thick over newly cut trench. (4) For trenches crossing the flow of traffic, final cap shall butt up to edge of trench flush with existing pavement. 3.3 ENVIRONMENTAL CONDITIONS A. Dry Subbase - Whenever the subbase becomes dry enough to cause dust problems, spread calcium chloride uniformly over the gravel surface in sufficient quantity to eliminate the dust. B. Subbase - Shall be free of standing water and shall appear dry prior to asphalt pavement. All pavement surfaces coming in contact with new pavement shall be clean and completely dry prior to tack coating. It is the responsibility of the Contractor to only place asphalt under the above conditions regardless of weather or other circumstances. C. Cold Temperature - When the air temperature falls below 50oF, extra precautions shall be taken in drying the aggregates, controlling the temperatures of the materials, and placing and compacting the mixture. No mixtures shall be placed when the air temperature is below 40oF, or when the material on which the mixtures are to be placed contains frost or has a surface temperature not suitable to the Engineer. D. Vehicle Traffic After Placement - No vehicular traffic or loads shall be pem1itted on the newly completed pavement until adequate stability has been attained and the material has cooled sufficiently to prevent distortion or loss of lines. If the climatic or other conditions warrant it, the period of time before opening to traffic may be extended at the discretion of the Engineer. SP-91 02 2S6 3.4 GUARANTEE All pavement placed shall be maintained by the Contractor for a period of thirty (30)days. During this period all areas, which have settled or are unsatisfactory for traffic shall be refilled and replaced. SP- 92 02 296 TECHNICAL SPECIFICATION INSTALLATION 1. GENERAL All foreign matter and dirt shall be removed from the interior of the pipe prior to its installation. Before being lowered into the trench, the pipe shall be inspected for defects. Any defective pipe, damaged pipe, or pipe that is the wrong class shall be rejected. The entire joint including coupling, machined sections of the pipe, and the rubber gasket or ring shall be thoroughly cleaned at the time the joint is made. The entire procedure and method of installation of the pipe shall be in strict compliance with the pipe manufacturer's direction and recommendations. All pipe shall be laid according to the size, class, location and grade shown on the plan. Matching surfaces of all pipe ends must be true and brought into firm contact. Rubber ring installation shall be checked with suitable gauges to ensure that they are properly located. When pipe laying is not in progress, the unfinished end of the pipe shall be securely closed with a suitable watertight plug or cover to prevent the entrance of animals or foreign matter into the line. The Contractor shall take all necessary care and precautions to prevent the pipe from floating due to water entering the trench from any source. The Contractor shall be responsible for damage caused by floating pipe and shall, at his sole expense, restore and replace the pipe to its proper condition, alignment and grade. Where pipe is laid on a curve or at horizontal or vertical angles in the trench, the maximum deflection at the joint shall not exceed eighty percent (80%) of the limitations specified by the pipe manufacturer, and each joint shall be adequately blocked to take the thrust until properly backfilled. 1.1 Hauling and Unloading Pipe - During loading, transportation, and unloading, every precaution shall be taken to prevent damage to the pipe, its lining, and its coating. No pipe shall be dropped from cars or trucks nor allowed to roll down skids. Each pipe shall rest upon suitable pads, strips or blocks during transportation and while awaiting installation in the field, and shall be securely wedged or tied in place. Padding shall be used on all truck stakes to prevent damage to the coating during transportation and handling. When it is necessary to move the pipe longitudinally along the trench, it will be done in such a manner as to not damage the pipe or its coating. Pipe shall not be rolled or dragged on the ground. Pipe shall be placed on the ground no SP-93 02 296 longer than one week prior to installation. Any dirt or foreign objects that ha\'c accumulated in the pipe shall be removed prior to the pipe being installed. Where pipe is placed in stockpiles, it shall be neatly piled and blocked with strips between tiers and banded with appropriate banding material. 1.2 Protection of Work and Materials - The Contractor shall at all times takc care to protect and preserve all materials to be used in the laying of the pipe. The pipe shall be handled in such a manner as to not distort its shape. All pipe and materials, which, in the opinion of the Department, have been damaged, shall be replaced by the Contractor at no expense to the Department. The Contractor shall be responsible for the safe storage of all material furnished by him. All material damaged or broken by the Contractor shall be replaced in exact type and kind by the Contractor at his expense. All materials received by the Contractor and not used shall be removed by the Contractor at his expense. 1.3 Handling of Pipe and Accessories - Pipe and accessories shall be loaded at the point of delivery, hauled to, and distributed, at the site of the project by the Contractor at his expense. They shall at all times be handled with care to avoid damage. Whether moved by hand, skidways or hoists, material shall not be dropped or bumped against pipe or accessories already on the ground or against any other object on the ground. Pipe shall be handled in such a manner as to avoid damage to machined or special ends. When such damage cannot be repaired to the Department's satisfaction, damaged materials shall be replaced by the Contractor at no expense to the Department. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. All pipe, fittings, and accessories shall be carefully lowered into the trench in a safe manner that maintains the integrity of the pipe, using proper tools and equipment. Under no circumstances shall pipe or accessories be dropped, dumped, or rolled into the trench. 1.4 Installation of Ductile Iron Pipe - The ductile iron water mains shall be laid and the work incidental thereto performed in accordance with applicable requirements of A.W.W.A. C600-93 A WW A Standards for the installation of ductile iron water mains and their appurtenances. All pipe shall be carefully inspected for defects before installation. Such inspection shall include light tapping with a hammer while the pipe is suspended in the air. No pipe or fitting which is cracked or which shows defects shall be used. Any injuries to the protective coating of the pipe or SP-94 02 296 fittings shall be carefully repaired by the Contractor with coal tar pitch varnish. The pipes, valves, and fittings shall be carefully cleaned immediately before installation. During any work stoppage, every open end of a pipe shall be carefully plugged or capped before leaving the work. 1.5 Blow-Off Assembly Installation - Blow-offs shall be installed by the Contractor at the locations shown on the approved Plans, positioned to provide complete accessibility, and to minimize the possibility of damage from vehicles or injury to pedestrians. The size and type of blow-off shall correspond to the designation shown on the Plans. The entire assembly shall be plumb. Upon completion of the water main installation and after the field tests have been performed, each blow-off shall be operated by the Contractor, in the presence of the Department's representative. Operation shall consist of slowly opening the blow-off assembly and allowing water to flow freely. Upon completion of this sequence, the blow-offs shall be slowly turned off and all protective caps properly placed. All blow-offs shall be installed with breakaway hardware to minimize potential damage to the water main. Guard posts are not permitted for use in protecting water facilities. 1.6 Valve Installation - Valves shall be installed at the locations shown on the Plans and shall correspond to the size and types shown on the Plans. All valves shall be equipped with a valve box and cap in accordance with the drawings. The cutting of pipe for carefully inserting into the bells of valves shall be done neatly and without damage to the pipe, its coating or lining, and in accordance with the manufacturer's instructions. The Contractor shall not operate gate valves connected to an active water system without a Department's representative present. During the course of water main installations, all valves shall be left completely open or completely closed unless otherwise authorized by the Department. Upon completion of the water mains and all appurtenances, the Contractor, in the presence of the Department's representative, shall operate all valves through a complete open and closed cycle. After completion of this operational cycle, the Contractor shall leave all valves in an OPEN position unless otherwise directed by the Department. 1. 7 Valve Box and Caps - Valve boxes and caps to be installed in proposed pavement areas of presently unpaved street rights-of-way shall be installed ten (IO)inches below the proposed finished grade of street. The Engineer may, at his own discretion, determine a greater depth for valve cap placement. The Contractor shall be responsible for future location of all valve boxes and caps until completion of paving. At least two (2) properly designated witness SP-95 02 296 markers shall be provided and installed by the Contractor to aid future location of valve boxes and caps. After paving is complete or when valves are installed in existing paved areas. the valve cap shall be positioned with its top one-quarter (l/4)inch below finished grade and pavement shall be feathered to make a smooth transition to the existing pavement. 1.8 Air and Vacuum Assembly - Air and vacuum assemblies shall be installed at the locations indicated on the Plans, at sites adjacent to the roadway, or on back lot lines as selected by the Department. They shall be completely accessible and protected against possible damage from vehicles or equipment. The assemblies shall be installed in accordance with manufacturer's recommendations and in accordance with the Drawings. Pipe joints shall be assembled in a proper manner to assure that they are free ofleaks. 1.9 Concrete Encasements - Concrete encasement shall be installed in a manner to completely surround the pipe barrel at all water course crossings to provide protection from flood flows and eliminate possible water infiltration. The entire procedure shall be in accordance with the pipe manufacturer's recommendations and approved by the Department. 1.10 Thrust Blocks - In general, thrust blocks are unacceptable to the Department. Department approved thrust blocks shall be formed and poured in place against undisturbed native soil. Thrust blocks having concrete in contact with joint assembly hardware will be considered to be unacceptable by the Department, and will be removed and replaced by the Contractor at no expense to the Department. 1.11 Flanged Fittings and Connections - All flanged valves and fittings shall be properly positioned and aligned in the trench, in such a manner as to relieve any stress or strain on the connecting pipe or flanged end being fitted, with the pipe system resting in its final position and all fittings and valves plumb. Welding, if required, shall be done after the pipe is in place, except where otherwise approved by the Department. 1.12 Connections With Existing Svstem - All connections to the eXlstmg Department system will be made under the observation of the Department's representative. A. Record drawings used to determine existing pipe size, type, and location shall only be used as a reference. It will be the responsibility of the Contractor to field verify all such information. Any changes from the Plans made due to inaccurate record drawing information will be done at the Contractor's expense. SP- 96 02 296 B. T est plates or an air gap shall separate the existing water system from new construction until all tests and disinfection have been successfully completed. At no time will a Contractor make such connection or remove test plates without a Department representative present. 1.13 Coal Tar Coatings - All buried valves, valve boxes, flanged joints, sleeve- type couplings, and other buried ferrous metal items which are not galvanized or factory coated, shall be thoroughly cleaned and shall be coated with a coal tar coating to a minimum dry film thickness ofsixteen(l6) mils. +1.14 Deleted 1.15 Fire Hydrant Assembly Installation - Fire hydrants shall be installed by the Contractor at the locations shown on the approved Plans, positioned to provide complete accessibility, and to minimize the possibility of damage from vehicles or injury to pedestrians (see Standard Drawing No. W2.2). 1 The size and type of hydrant shall correspond to the designation shown on the Plans. The entire hydrant assembly shall be plumb. A. The Contractor shall provide and install all necessary fire hydrant bury extensions to permit installation of the hydrant assembly to proper grade. The Contractor shall be responsible for establishing proper grade per the approved Plans. B. Upon completion of the water main installation and after the field tests have been performed, each fire hydrant shall be operated by the Contractor in the presence of the Department's representative. Operation shall consist of slowly opening the fire hydrant assembly and allowing water to flow freely from one or more of its outlets. Upon completion of this sequence, the fire hydrants shall be slowly turned off and all protective caps properly placednone for each outlet. C. All fire hydrants shall be installed with breakaway hardware to minimize potential damage to the water main. Guard posts are not permitted for use in protecting fire hydrants. 1.16 Abandon Existing Waterlines and Services - Abandoning existing waterlines and services shall be accomplished as shown on the plans and these Special Provisions. Abandonment shall include dewatering, capping or plugging of pipe ends and removal of valve can(s) and hydrant(s). SP-97 02 296 Existing waterlines and water services shall be abandoned after connections to existing waterlines and new water service connections have been accomplished. 1.17 Service Lateral Connections - There are currently six (6) Yz" to ';." service laterals, connected to the existing main, which will be relocated to the new main as part of this Contract and included as a bid item. The relocation shall be constructed as follows: Relocation of the service lateral and relocation of the existing meter and meter box will be required and shall include installation of a new I" crop stop, a new I" copper pipe and a new I" angle valve. Addendum No. I June 27, 2002 Special Provisions No. 10373 SP-98 02 296 TECHNICAL SPECIFICATION TESTING AND DISINFECTION 1. GEl'iERAL After the pipe has been laid and all trenches have been backfilled and compacted, all new pipe shall be given a pressure and leakage test. The test section should be tested with proper test plates rather than against a "closed" valve to avoid possible cross connections. T est plates shall not be removed until the new pipe section has been disinfected and satisfactory bacteriological test results have been reviewed and accepted by the Department. An alternate method to using test plates is to use end caps (with flushing ports) on the end of all newly installed mains. These caps will be installed a maximum of five feet from the proposed point of connection. All pipe and fittings used to make the final connection shall be swabbed with a I % chlorine solution prior to making such connection. All connections shall be made in the presence of the Department's representative. The Engineer shall be notified prior to testing and shall witness the leakage, pressure tests, and disinfection process. All written results (passed or failed) shall be provided to the Engineer prior to acceptance and continuation with additional testing. Before conducting the field tests, the pipe shall be thoroughly flushed, as outlined in the attached flushing procedure, then completely filled with water and all free air shall be expelled from the line. Any additional taps, valves, or blow offs, needed to assure all air is expelled, shall be provided by the Contractor. Water to be used to fill and flush the pipelines will be measured by a SBMWD meter. The Contractor shall provide his own pumps and other equipment to properly fill the line with water and produce the required test pressures. The required pressures shall be established and maintained in accordance with A WW A Standard CY600-87 Section 4.1.2 as outlined in the attached procedure. All thrust blocks forming a permanent part of the line to be tested shall be installed in ample time prior to the test to enable the concrete to properly set (minimum sevenj7) days). THE FOLLOWING PROCEDURES SHALL BE FOLLOWED IN ORDER AND IN THE PRESENCE OF THE CITY OF SAN BERNARDINO MUNICIPAL WATER DEPARTMENT'S REPRESENTATIVE: 1.1 Pressure and Leakage Test - After main, hydrant, and service lateral installation, backfill and compaction is completed, but prior to connection to the City water system the following pressure and leakage test procedures shall be followed: SP-99 02 296 A. Test pressure shall be 1.5-times the working pressure at the highest point along the test section. (1.5 TIMES WORKING PRESSURE FOR THE PIPELINE SHALL BE NO LESS THAI\' 80 PSI.) B. The hydrostatic test shall be of at least 2-hour duration. C. Test pressure shall not vary by more than 1000 psi for the duration of the test. D. All newly laid pipe shall be filled by a water truck or through an approved reduced pressure principal backflow device. E. All air shall be expelled completely from the pipe, valves, hydrant, and service laterals. If permanent air release valves are not located at all high points, the Contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. F. Leakage is defined as the quantity of water that must be supplied into the newly laid pipe to maintain pressure within tenj 1 0) psi of the specified test pressure. Supply water shall be measured through an approved meter. G. No pipe installation will be accepted if the leakage is greater than that determined by the following formula: L = SD;I P (T) 133,200 Where: L = Allowable leakage (in gallons) S = Length of pipe tested (in feet) D = Nominal Diameter of the pipe (in inches) P = Average test pressure (in psi) T = Time (in hours) Should any test of a section of pipeline disclose leakage, the Contractor shall, at his own expense, locate and repair the defective joints until the leakage is within the permitted allowance described above. The pipe shall then be retested by the Contractor, at his expense. 1.2 Flushing - Flushing is typically done from an existing system hydrant through an approved backflow device and into one end of the new system. A. Flush the line with a quantity of water equal to 3 times the line capacity. SP-IOO 02 296 B. Flush all fire hydrants & service laterals. C. Flushing flow rate shall be sufficient to maintain a minimum pipeline velocity of 3-feet per second through the duration of the flushing process. D. Minimum diameter of flush line shall be 4-inches on 8-inch and larger mams. 1.3 Chlorination - Chlorination is typically done by mixing an appropriate dosage in a water truck and filling the line from one end through a fire hydrant or 2"- tap. A. Fill line with chlorinated water dosed at not less than 50-mg/1 and not more than lOO-mg/1 free chlorine. Operate all fire hydrants and service valves to ensure that chlorinated water replaces all air and water m system and contacts all surfaces. Test residual at several locations. B. Lock all service valves to ensure that no water is taken from the system. C. The chlorinated water shall be retained in the main for at least 24-hours. At the end of this 24-hour period, the treated water in all portions of the main shall have a residual of not less than 25-mg/l, free chlorine. Note: An alternate method of chlorination using a chlorinator may be acceptable. Submit a detailed explanation of the proposed method including a step-by-step procedure to the Department for review and approval a minimum of one week prior to the proposed chlorination. 1.4 Chlorine Removal - Following successful completion of the chlorine residual test, the main should be flushed as soon as possible (within 24-hours), since prolonged exposure to high concentrations of chlorine might damage the pipe lining or cause corrosion to the pipe itself. The heavily chlorinated water shall be flushed from the main until chlorine measurements show that the concentration in the water leaving the main is not higher than that generally prevailing in the distribution system. At that time all hydrants and service laterals shall be thoroughly flushed. The system shall then be shut in for at least 24-hours before bacteriological samples may be taken. 1.5 Disposal of Chlorinated Water - Chlorine is considered, in the state of California, to be a highly hazardous material. As such, it requires special permits for disposal and may not be discharge directly to the ground surface or to storm drains. The Contractor is responsible to dispose of the chlorinated water in a legal manner and must obtain the necessary permits prior to the start of chlorination. SP-10l 02 296 1.6 Bacteriological Tests - After final flushing is complete and before the new water main is connected to the distribution system, samples shall be collected from every 1,200-feet of new main plus one from each end of the line. All samples shall be tested for bacteriological quality in accordance with the Standard Methods for the Examination of Water and Wastewater, and shall show the absence of coliform organisms. All such testing will be conducted and paid for by the Department; however, any retests that may be required will be at the Contractor's expense. I. 7 Permanent Connection to Distribution System - Only after negative bacteriological test results are obtained will permanent connection to the distribution system be allowed. At the discretion of the inspector, the new pipe, fittings, and valve(s) required for the connection may be spray disinfected or swabbed with a minimum 1% (one percent) solution of chlorine just prior to being installed. 1.8 Acceptance - The Department will not accept the pipeline until backfill and pavement operations are complete, all gate valve boxes are raised to proper grade, and until the pipelines are proven free from running and other defects to the satisfaction of the Department. The acceptance of the dedication of the water system by the Department of the completed work as herein specified is subject to the written guarantee of the Contractor that any defects, excessive settlement of backfill and/or leaks in such pipelines arising from defective workmanship or by any negligence of the Contractor which may develop within one(l) year from such acceptance, shall be repaired and made good by said Contractor in accordance with the General Conditions - Part 2/Commencement, Progress, and Completion Section 2-12 Warranty of Work, Page 38. SP-102 MUNICIPAL WATER DEPARTMENT STANDARD DRAWINGS CITY OF SAN BERNARDINO MUNICIPAL WATER DEPARTMENT TNDF.X OF STANDARn nRAWINGS 02 296 STD# ISSUE nATE Wl.l 11/03/93 WI.2 11/03/93 ,,1 1 11 11'11.' "11. . . WI.4 11/03/93 III .--Y II,'OJ,'9) tll.8 11/@J/9J WI.9 OS/29/96 Wl.ll 06/17/96 WI. 12 06/25/96 WL1:1 A":!2'J,")(, . . IIl.U e2,'13,'9~ II1.1S 11/85/99 TITT.F./nF.SCRTPTION . SERVICE DETAILS 5/8", 3/4" and 1" Service Detail 1-1/2" and 2" Service Detail ,11 riT ~rT~iD~ ~i~h S!811 ]11 n-- -.i- r.-y. ir>- J '4" r . 3" Domestic Service 1" ~..J L~....':J-'" D_m__L.':'_ S_.....:.___ 1 1,' 8 II _to 1 2" S .L. ~ Q Q.8' t ail ( j,. L8ffimsFsial ~8mEiRati8R ~8mesti8 nRA TY1; <jRTi nl'"l n , ui r:-~ 2" Aboveground Fire Service with Double Check Detector Assembly 5/8", 3/4" & 1" Combination Domestic & Irrigation Service Detail 3" combination Domestic & Irrigation Service Detail 411 &. I.AV;C":l'" OAWlr-tiRnt":iAR l]n'RH~Dt1c 1- ~rri~at!BR ~eL.i~~ B_L~il -4 It S. L..;1.L ':fur. AlJ_. l::!~.L ~t:llHJ. F.i.._ ~u_. i__ ---Wi~R I?iHIEln <:'fi'e'C'JL .~---~_....- ,,~~~~- ly W2.1 11/03/93 11/03/93 W2.2 W3.1 11/03/93 tr. 1 11~':ft . , W3.3 10/27/94 Def3aytJRlaprt .\pprs6:'HI '''21t''r ~..l""'IS-- FIRE HYDRANTS Typical Pipe & F.H. Layout (Alignment) 6" Fire Hydrant Installation VALVE ASSEMBLIES Typical Gate Valve Installation T .11,1. n' [...1 I....,. . ':J , . T 1 l' Typical Gate Can Installation D:\laurie's @Data\Word Processing\Standard.drwng.doc 1 LATEST REVISION nATE 11/01 11/99 -ll,'91 02/00 r1199 .J...J.t90 02/00 11/01 11/99 I I ") 9 , 06/Q1 01/97 09/01 1.. 04/95 11/13/01 STD# t',' j . '1 11J. '" W4.1 W4.2 W4.3 u~ 1r.;~7U II{; .1 \16. ~- CITY OF SAN BERNARDINO MUNICIPAL WATER DEPARTMENT TNDF.X OF ST~Nn~Rn nR~WTNGS 02 Z96 ISSUE D~TF. :-8/:-7,"-,3 013/17/:;3 11/03/93 11/03/93 11/03/93 I I , (] I .., ~ . . 11/0J,;)J ITI I, TTTT,F./DESCRTPTTON , l'Ap:r1'F1~ Il-r-n.; I -r--,.. An . I FlY' COI,t.r ac'tor II,5tall~d racili tics l:1pplruJ II i"-.YIf. f 1"",a1l 1)" C. ,],V1 FI'" '11:--; 11 Tel nL ifl5 BACKFLOW PREVENTION Typical Installation of Reduced Pressure Backflow Prevention Assembly Typical Installation of Double Check Detector Check Valve Backflow Prevention Assembly 4" Through 10" Double Check Detector Check Valve Assembly TRENCHING 'I'yr; -ri I "'~--rR. r11::1:lr-l Ilr:'l.r"!lr-~ I I "....--, I lIJO . .............................. n....... -I . .....\.,'\ ") c.....u..............L._ E___..._..b p__ U..J___J.~ ga...Ll1 Pip. MISCELLANEOUS 1~~~ : n r' I J .~I 1176JFJ. ...~tic" I "01lL1:G..L...I'lonument uBt;,..i:l 11/03/93 11/03/93 \'16.5 .. i.:1tt);3~"3" W6.3 W6.4 \,o.-.t....-- W6.7 Wo.! Ii III, J I 03/01/94 IIiSo/36 Blue Dot Pavement Markers Restrained Joint Detail -L......:,. A--~f (i:;.s t , --r-i ,] ~I 1 '1 4--Fnr---N~1ll lIster r .., I . .2" Chlorination & Flushing Port 411 'fl~:tl1 1611 ".-':~l:ti~al 8ft g~t. ..1 I:....; ~t:1n.g u..L., ~.'. ,_A.f:. _n~ 1v , vii D:\Laurie's @Data\Word Processing\Standard.drwng.doc 2 LATEST REVISION n~TE ]1.,' IJ ......i I ~-: 10/94 10/98 10/94 Flr.'14 , ~A,'~~ ~ 11/13/01 CITY OF SAN BERNARDINO MUNICIPAL WATER DEPARTMENT TNDEX OF 8T~ND~Rn nR~WTNGS 02 296 STD# ISSUE n~TE 116. JIl 02/11/" ub..lU 64,'8J,'JT TTTT,E IDESCRTPTTON . LATEST REVISION n~TE ..I" Iluu 1ci1 ef IJXi3'ti1"l~ Bt 1 r' r,- v~rt: i L~'" 1 f).I ~ T c'Lt I? ... uff. ~ 4" TL..L.... 1'::" -l;,- ~ . I '. .. 1 F... : ....1 :, J .~ I r r 1 T: lJ'-- rr "1 lIT ';6.11 12/1i/?7 _ ..4" ':Phl::~CII In Lil.a TLl;J.st Bl~::):. P... rHH..L~l,-- I.L....u r.:...._ \16.121< 88/91lD9 _----1IEaN~t-I1:e-.... ~ r - F,~l ...; 1 W6..U~ 56.1~.119'!l~:u\lrt'Jtl!lI-1.t: Irol'l .9ri~ €:a~Q llih.il H6.1) ..lLj.u:...;..L- _" .... ,- r' ~. :1'1 W7.1 12/21/93 -Hi 62/28/J4 llT.n Dr,'" ....../~1 Hv"...L, -----.O.2:2'S)./'J~ . . AIR VALVES 1" & 2" Air Release Valves, 2" Vacuum Valve & 2" Combination Valve 02/94 ).. lit L(..lL~~.L GV.lut...:.II....L:......... 1.1.. .~]ClJlJFfI ~ Re.1SnSf: 'f}a 1 1 ":'. -- -- 1 e. 111 C..",I.: ........1 : .... !:. 1 . . ,,~, . ... J......l..........__ .v.(..ll...~ &: Flu,..,,].:.,,) 'e... I Jf 1 :1:41 [~ B_~~ GEOTHERMAL 1')I.it't! 1 ~ 11 , , '~ 51 . 1 ~ O:\Laurie's @Data\Word Processing\Standard.drwng.doc 11113/01 3 NOTE: SERVICE TO BE INSTALLED ONLY AFTER CURB AND GUTTER HAVE BEEN POURED. SIDEWALK AND PAVEMENT TO BE INSTALLED ONLY AFTER SERVICE INSTALLATION IS COMPLETE AND APPROVED BY SBMWD SIDEWALK -12" -S"-j NOTE: DIMENSIONS ARE TAKEN FROM TOP AND BACK OF CURB r (m' ,~" W/"orn,," FINISH GRADE 7 CURB ______ . . 7'" . ' . '0 .,. N I (JJ 15" RADIUS MIN. BEND ~ DISTANCE VARIES INSTALLED BY PIPELINE OR SERVICE CONTRACTOR* MAINTAINED BY SBMWD wi z :JI ~ '" w el- o '" el- I I INSTALLED BY PLUMBING CONTRACTOR MAINTAINED BY OWNER RADIUS BEND ;; ;::f:/ QTY DESCRIPTION 1 EA (3/4" OR 1") LOCKWING BALL VALVE (FEMALE NPT x METER COUPLING) [JAMES JONES J-1908W OR EQUAL](NON-LOCKWING VALVE ACCEPTABLE) ROTATE HANDLE 90' TO AVOID INTERFERENCE WITH METER CAP 1 EA (5/8"x3/4", 3/4"x3/4", OR 1 "xl ") PRECISION OR MULTIJET WATER METER (MODEL PMM-REGISTER IN CUBIC FEET) 1 EA (1 "x3/4", OR 1 "xl ") LOCKWING ANGLE VALVE (COMPRESSION x METER COUPLING) (JONES J1963WSG OR EQUIVALENT) 1 EA 20"x14"x12" METER BQX (ARMORCAST A6001425A OR EQUEL) (W / "WATER" OR "SBMWD" ON LID) 1 EA 1" BRASS CORPORATION STOP (COMPRESSION x MALE NPT) (MUELLER H 15028 OR EQUAL) EA 3/4" OR 1" METER IDLER (JUMPER) (MALE METER COUPLING BY MALE METER COUPLING) TO BE USED IN PLACE OF METER DURING CONSTRUCTION EA PADLOCK FT 1" TYPE K SOFT COPPER TUBING (SBMWD APPROVED U.S. MANUFACTURE) (3/4", OR 1") SCHEDULE 80 THREADED (NPT) PVC PIPE NIPPLE (MUST EXTEND 6" BEYOND CUSTOMER SIDE OF SIDEWALK) 1 EA TAP MAIN DIRECTLY USING SBMWD APPROVED TAPPING MACHINE OR DRILL CLEAN 1" DIA. HOLE IN MAIN AND USE APPROVED SERVICE SADDLE. * MAINTAINED BY CONTRACTOR DURING ONE (1) YEAR WARRENTY PERIOD NOTE: TAP AND LATERAL SIZE IS ONE (1) INCH DIAMETER. S.W.L. NOV. 01 S.W.L. APR. 00 S.WI Allr, qq S.W.L. NOV. 97 c /0" --.J/ u , 7 /1'1" '--' / ... " ~, r r1 tI! ~u 1 " I (""[n, !t0r ...J l\vl\.JL nrT.^'1 ULI{-IIL DRAWING NUMBER SBMWD SAN BERNARDINO MUNICIPAL WATER DEPARTMENT 4900' DATE /~h~1 W 1.1 REVISION DATE SCALE: NONE APPROVED - SIDEWALK ~ FINISH GRADE OR F~~~~~_=T~~~______L f-T~~~~_~~~~~____J -----r-- - I I L__ _____J S.W.L. AUG 99 1 1/2" AND 2" SERVICE DETAIL J.G.DYE FEB 94 REVISION DATE DATEJI"s-lqq~ APPROVED SCALE: NONE w. W1l1W.1 BRYDEN RCE 28981 z ::i o "' ITEM QTY CD lEA @ lEA CD ___LF CD lEA @ lEA ffi EA EA @ lEA @ lEA @ lEA <DJ lEA TOP LEVEL W/SIDEWALK 02 296 o 7 5 /. 0> z ::i ro 3 3 >- f- 0:: Iil: o 10:: CL INSTALLED AND INSTALLED AND MAINTAINED MAINTAINED BY SBMWD BY OTHERS ~ MAIN DISTANCE VARIES DESCRIPTION (I I/Z" or Z") x 9" PVC PIPE NIPPLE (I I/Z" OR Z")LOCKWING BALL VALVE NELES-JAMESBURY SERIES 1000 OR EQUAL (I I/Z" OR 2"") TYPE L HARD COPPER TUBING (SBMWD APPROVED U.S. MANUFACTURE) (I I/Z" OR Z") WATER METER (SEE STD. DWG. W1.15 FOR APPROVED LIST) (I I/Z" OR 2"") BRASS ANGLE METER STOP JONES J-15Z7F OR EQUAL (I I/Z" OR Z..) BRASS COMPRESSION QUARTER BEND (I I/Z" OR 2") BRASS COMPRESSION 1\8 BEND (I I/Z" OR Z") BRONZE CORPORATION STOP MUELLER H150Z3 OR EQUAL ___ x (1 I/Z" OR Z") SERVICE SADDLE FROM SBMWD APPROVED LIST OR (1 I/Z" OR Z") WELD-ON THREAD-O-LET 1 r x 30" METER BOX ARMORCAST A6001640PC-1Z ASSEMBLY OR EQUAL COMPANION METER FLANGE SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER SBMWD W 1.2 SEE PLAN VIEW OF VAULT FOR FITTING INFORMATION ITEM QTY CD 4 LF @ I EA 0 lEA 0) LF @ 2 EA 0 EA (j) lEA @ EA (0 2 EA @ 2 EA @ 2 EA @ lEA @ 3 EA 63J lEA @ EA @ EA @ 2 EA S.W.L. FEB 00 SW! Ii! Ir. 00 S.W.L. MAR. 98 REVISION DATE SCAlE: NONE ( ,-r ) 02 296 ~ ~ I~ (L '0 ,0:: (L I INSTALLED I AND , MAINTAINED BY I OTHERS .0.0-0.0.0-0-0-0-0-0.0.0-0.0.0.0 0000000000000000000000000000000 oooooonononononononononononoooo ~oooo\ ~oooc ~~~~~ 3/4" POORLY GRADED GRAVELC:6~~ SEE PLAN VIEW OF VAULT FOR FITTING INFORMATION DESCRIPTION 3" STUB-OUT FOR SERVICE CONNECTION MATERIAL SPECIFIED BY CUSTOMER 3'xS' FIBERGLASS VAULT - ARMORCAST A6001436AX48SBMT TORSION ASSIST FRAME OR (LARGER VAULT MAY BE REO'D.) 3.. (FLG x MJ) GATE VALVE ASSEMBLY Y TYPE L HARD COPPER TUBING (SBMWD APPROVED U.S. MANUFACTURE) 3'. D.I.P. FLANGE x GROOVE ADAPTORS MAINTAINED BY SBMWO 17 PLAN VIEW OF VAULT 3'. VICTAULlC COUPLING FROM THE WATER DEPARTMENT APPROVED LIST I 1/2" BRASS TEST PORT WITH WHEEL VALVE AND CAP 3" WATER METER (SEE STD. DWG. W1.15 FOR APPROVED LIST) 3" COMPANION FLANGE (FLG x FEMALE IRON PIPE) 3" COPPER ADAPTOR (SWEAT x MALE IRON PIPE) 3" (FLG) GATE VALVE ASSEMBLY PER SBMWD STD. W 3.1 EPOXY COATED TAPPING SLEEVE, MJ TAPPING SLEEVE, WELD NOZZLE, OR MJxFLG TEE ___" 0.0. MAIN WITH 3" SERVICE LATERAL 8" CONCRETE BLOCK 1 1/2" BYPASS LOOP - TYPE L HARD COPPER TUBING (US MANUFACTURE) 1/2" BRASS '- THREE PART UNION I 1/2" LOCK-WING BALL VALVE W/ LOCK 3" x I 1/2" BRASS TEE W/ 3" x CLOSE BRASS NIPPLE SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER SBMWD -" r"\""" '''''-'-',11''- "r-n\ III'"'-, UVIv'Il..:>II\.... ':>L1\VI\....l. J APPROVED W 1.4 DATE ::l.25.~600 W. W1L.l..W.A BR"r'OEN RCE 28981 SIDEWALK ~ FINISH GRADE DR 7 I FUTURE STREET -; /--T. ___1- / I ------------------ -r ./ ~ I I L_ _____J :;:: :> ITEM QTY CD lEA @ __LF ~ I EA 2 EA @ lEA @ lEA (j) lEA @ 4 EA @ lEA i@ 2 EA (jJ) lEA 0) lEA S\I.'.L f"Ee C',~ DOUBLE W 1.9 S.W.l. REViSION NOV 99 DATE INSTALLED AND MAINTAINED MAINTAINED BY SBMWD BY OTH ERS 02 296 3 8 Iw z -' FINISH GRADE <Xl I . I >- -, I- 0:: lit o 10:: CL 10 10 9 8 8 WATER MAIN DESCRIPTION 2" , 9" PVC PIPE NIPPLE 2" TYPE L HARD COPPER TUBING (SBMWD APPROVED U.S. MANUFACTURE) 2" DOUBLE CHECK DEfECTOR CHECK VALVE ASSEMBLY 2" GALVANIZED NIPPLE 2" BRASS COMPRESSION 1/8 BEND 2" BRONZE CORPORATION STOP MUELLER H15023 OR EQUAL _ , 2" SERVICE SADDLE FROM SBMWD APPROVlEO LIST OR 2" WELD-ON THREAD-O-LEf 2" GALVANIZED 1/4 BEND (FEMALE PIPE THREAD) INSOLATOR COUPLING (COMPRESSION , MALE PIPE THREAD) 2" GALVANIZED PIPE 2" BALL VALVlE W/ COMPRESSION FITTINGS (MUELLER #110 OR EQUEL) GATE VALVE CAN &: LID ASSEMBLY PER STD. DWG. NO. 3.1 (WITHIN SIDEWALK OR ENCASEO IN 18" x 18" , 4" CONCRETE SLAB) SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER r," ^ r>I"'\ Irl"'nou"" L.. r\uU Y LUr\ l\iu S8MWD rlDr rrr>\!I('r IIIITLJ I I\L 0LI\VlvL nllll TOR CHECK ASSEMBLY DATE ;;Y:n" ;;l()6D SCAlE: NONE APPROVED BRYDEN RCE 289 1 NOTE: SERVICE TO BE INSTALLED ONLY AFTER CURB AND GUTTER HAVE BEEN POURED. SIDEWALK AND PAVEMENT TO BE INSTALLED ONLY AFTER SERVICE INSTALLATION IS COMPLETE AND APPROVED BY SBMWD ITEM CD z o 3"'<11 @ ~ww <"-U ~g5 zwffi '3' -~<11 ~ ~oo 5o::W O::O:J f4\ Wl..L.<C \:!J <11 0- 0-<11 f5;2~ !;( ;t FINISH 2 EA 2 EA 2 EA lEA @ @ (j) @ @ @ (jJl @ lEA 2 EA lEA 2 EA 2 EA NOTE: DIMENSIONS ARE TAKEN FROM TOP AND BACK OF CURB 02 296 GRADE / I , 1-12" SIDEWALK~~" -I CURB ____ r---:-[ "+" ----I.. I " ~ f r---- , ., I , ___________~-~--( I : 4<3,: '-_____-'.__J r rTOP LEVEL W/SliEWALK ~wl 7 ..... zl :Ji >- t;:1 w C- o a: (L '<t N I OJ 15" RADIUS MIN. BEND I INSTALLED I BY PLUMBING CONTRACTOR MAINTAINED BY OWNER 15" RADIUS MIN. BEND I NST ALL ED BY PIPELINE OR SERVICE CONTRACTOR' MAINTAINED BY SBMWD DISTANCE VARIES IRRIGATION SERVICE OF EOUEL OR LESSER SIZE 2 I 0 QTY DESCRIPTION (3/4" OR I") LOCKWING BALL VALVES (FEMALE NPT x METER COUPLING) (JONES J 1908W OR EOUAL) ROTATE HANDLE 90' TO AVOID INTERFERENCE WITH METER CAP (5/8"x 3/4", 3/4"x3/4", OR I "xl ") WATER METER (PRECISION OR MULTIJET) (MODEL PMM - REGISTER IN CUBIC FEET) 1 "x 3/4" OR l"x I" LOCKWING ANGLE VALVE (COMPRESSION x METER COUPLING) I "x I" BRONZE HEADER INLET: FEMALE NATIONAL PIPE THREAD (NPT) OUTLETS: 1" BARE COPPER PIPE I" ADAPTOR (COMPRESSION x MALE NPT) 20" x 14" X 12" METER BOX (ARMORCAST A6001425A) (w/ "WATER" OR "SBMWD" ON LID) OR EOUEL I" BRASS CORPORATION STOP (COMPRESSION X MALE NPT) MUELLER H 15025 OR EQUAL ___" METER IDLER (JUMPER) (MALE METER COUPLING BY MALE METER COUPLING) PADLOCK 6 4 2 5/8", 3/4" OR 1" DOMESTIC SERVICE PLAN VIEW (3/4", OR I") SCHEDULE 80 PVC PIPE NIPPLE (MUST EXTEND 6" BEYOND CUSTOMER SIDE OF SIDEWALK) 1" TYPE K SOFT COPPER TUBING (SBMWD APPROVED U.S. MANUFACTURE) TAP MAIN DIRECTLY USING SBMWD APPROVED TAPPING MACHINE OR DRILL CLEAN 1" DIA. HOLE IN MAIN AND USE APPROVED SERVICE SAlDDLE. . MAINTAINED BY CONTRACTOR DURING ONE (1) YEAR WARRENTY PERIOD NOTE: MINIMUM TAP AND LATERAl SIZE IS 1 INCH DIAMETER. S.W.L. S.W.L. S.W.L. S.W.L. REVISION DATE SCAlE: NONE 2 EA ___LF lEA 01 99 97 97 SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER SBMWD 5/8", 3/4" AND 1" COMBINATION DOMESTIC AND IRRIGATION SERVICE DETAIL APPROVED W 1.11 DATE Ii 13 01 49004 ~ 2 SOl SERVICE DETAIL ~ SEE PLAN VIEw FOR BYPASS LOOP FITTING INFORMATION ITEM (1) 8 LF @ 2 EA @ 4 EA 0 @ 2 EA @ 2 EA (]) 2 EA @ 2 EA @ 1 EA @ @ EA @ EA ~ 5 EA 14 I EA 15 1 EA @ 1 EA @ 2 EA @ I EA @ 1 EA @ 1 EA ('\"1 ..).".L... S.W.l. REVISION DATE SCALE: NONE SEE PLAN VIEw FOR BYPASS LOOP FITTING INFORMATION o MAINTAINED BY SBMWD DOMESTIC SERVICE IRRIGATION SERVICE OF EQUAL OR LESSER SIZE PLAN VIEW OF SERVICES DESCRIPTION 3" STUB-OUT FOR SERVICE CONNECTION - MATERIAL SPECIFIED BY CUSTOMER 3'x5' FIBERGLASS VAULT ARMORCAST MOD A6001436AX48SBMT TORSION ASSIST FRAME OR EQUEL (LARGER VAULT MAY BE REQUIRED) 3" FLANGED GATE VALVE 3" STEEL PIPE 3" VICTAULlC COUPLING FROM THE WATER DEPARTMENT APPROVED LIST 2" BRASS TEST PORT WITH WHEEL VALVE AND CAP 3" WATER METER (SEE STD. DWG. WI.15 FOR APPROVED LIST) 4 "x3" CONCENTRIC REDUCER (FLG) 4" FLANGE x M.J. ADAPTER (RETAINED) 4" ClASS 150 DUCTILE IRON PIPE (RETAINED) 4" (FLG x M.J.) GATE VALVE ASSEMBLY PER SBMWD STD. NO W3.1 (RETAINED) EPOXY COATED TAPPING SLEEVE, WELD NOZZLE, OR MJxFLG TEE FOR _" 0.0. MAIN WITH 4" SERVICE LATERAL 8" CONCRETE BLOCK 1 1/2" SCH 40 STEEL BYPASS LOOP I 1/2" THREADED SCH 40 STEEL UNION I 1/2IHREADED GATE VALVIE 1 1/2" WELDED THREAD-O-LET 4 "x_" 0.1. TEE (FLGxMJ) WITH _" METER ASSEMBLY PER ABOVIE SERVICE DETAIL 1" BRASS FLUSHING PORT 4"x 90' 0.1. BEND (MJxFLG) SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER SBMWD ,'\'-1::. 0'0 :,>" ('OH8INATION Dm~Fql(, AND IRRIGATION SERVICE DETAIL 6/25/96 DATE }/-5-)qqq W 1.12 APPROVED 02 296 TYPICAL SERVlCE LATERAL LAYOUT @ IN CUL-DE-SAC, LOCATE FIRE HYDRANT ON Fl NEAREST TO THE BEGINING OF CURB RADIUS NO MORE THAN 10' INTO CUL-DE-SAC '" => '" x -< '" RIGHT OF WAY 7'~ ~ BEGINING OF CURB RADIUS RIGHT OF WAY 7' z " '" CURB FACE NOTES: 1.) WATER MAINS SHAlL BE LOCATED ON THE SDUTH OR WEST SIDE OF STREET, 7' FROM CURB FACE. DEPTH OF BURY SHAlL BE 30" FROM FINISH SURFACE TO TOP OF PIPE. 2.) FIRE HYDRANTS TO BE LOCATED , S" BEHIND CURB FACE AND ON INSTAll BLUl: DOT PER sm. NO. YiS.j 1 0 K T 0: W ~ ~ 'i 0 % f'! ~ ~ ~ - C> '" RIGHT OF WAY ..- THE PROJECTION OF THE LOT LINE. IF THE SIDE WALK IS LESS THAN 6' WIDE, THE HYDRANT MUST BE SET BEHIND THE SIDEWAlK IN THE PARKWAY. 7'-1 ~l-- ~ ~ '" TYPICAL PIPE & FIRE HYDRANT LAYOUT DRAWING NUMBER SBMWD SAN BERNARDINO MUNICIPAL WATER DEPARTMENT APPROVED W 2.1 S.W.L. JAN 9/ REViSION DATE DATE ;. 2'1- <11 SCAlE: NONE w. 'Ml.l.Wol BRYDEN RC( 2e9S1 4" v~ CONFIG. A CONFIGURATION A B C o CURB FACE 02 296 ....... T 18" 2r 4" "Q2!" ICON 4" ..: 2j" b 4 , , 2r0J2!" ASSEMBL Y CONFIG B CON FIG C CONFIG. 0 (DRY BARREL) FOR OVERHEAD POWER DESCRIPTION 18" ~3' CLEAR I ~01 ! 1 - 40 OUTLET; 1 - 2j" OUTLET 1 - 4" OUTLET; 2 - 2j" OUTLETS 2 - 4" OUTLET; 1 - 2j" OUTLET 1 - 4" OUTLET; 2 - 2j" OUTLETS (DRY BARREL) WHEN OVERHEAD POWER EXCEEDS 600 VOLTS, ~ -~~-i I ol~ Jf :." " ;' 1\ \ 'J 'co I , , ~c""." y I , "y:, '':''1: I ' '~'.,-.' --A f 'j i t "i., t-.';-lc, I -;-J:' "'1 1 -- _----j_.'.J , ~,~,_t i .c- I i -c:.~ ......, I,. , - I .- Q"'" i : - .- Z i INSTALL COLLAR IF HYDRANT IS ' ,...'..J S" , 'I-A " "" ,,,,,''co '" w","m "O,,~" ~ : r:1 I L , I~i '\j) 6> (3) CONFIGURATION OPTIONS SEE SBMWD W 3,1 FOR VALVE AND COVER ASSEMBLY c fl ,.: ,!Ll ,<I WATER MAIN .--/ NOTE: NO UNRESTRAINED JOINTS ALLOWED ON WATER MAIN WITHIN 10' OF F,H, TEE . IF 3' CLEAR IS NOT POSSIBLE PLACE HYDRANT BEHIND SIDEWALK IN PARKWAY NOTE: INSTALL BLUE DOT PAVEMENT MARKERS PER SBMWD STD. W 6,3 ITEM QTY CD ___LF @ lEA (3) lEA @ 1 EA @ 1 EA R.L.L. SEP 01 S.W.L. NOV 97 S.W.L. AUG 97 S.W.L. APR 97 REVISION DATE SCALE: NONE DESCRIPTION 6" ClASS 350 DUCTILE IRON PIPE RESTRAINED WrTH MEGALUG OR EQUAL ___" x 6" FIRE HYDRANT BURY WITH RETAINED MJ INLET AND FlANGE OUTLET, PAlNT EXPOSED PORTION TO MATCH FIRE HYDRANT 6" FlANGED BREAKAWAY EXTENSION SPOOL. MORTAR LINED AND PAlNTED TO MATCH FIRE HYDRANT (INCLUDE HOLLOW BREAKAWAY BOLTS), A SBMWD AJPPROVED HYDRANT (SELECT THE AJPPROPRIATE CONFIGURATION) USE WELD NOZZLE OR TAJPPING SLEEVE ON EXISTING MAINS, USE TEE WrTH RESTRAINED BRANCH AND RUN ON NEW SYSTEMS. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING I NUMBER SBMWD 6" FIRE HYDRANT INSTALLATION APPROVED W 2.2 DAlE 1/z''s/OI . I J 02 296 CAST IRON COVER MARKED "WATER" MiD PAINTED BLUE \ [ALHAMBRA FOUNDRY NO 1295D6 OR EOUAL] \ b 2- SOUARE OPERATING NUT S" DIA. x 12" 20 GAGE GALVANIZED SLIP SLEEVE G 6. X 1/4" STEEL DISC, TACK WELD TO PIPE EXTENSION 8" SCH 40 PVC PIPE 1" SLACK IRON PIPE WATER MAlN C1l ~ 2"X4"X1' REDWOOD BLOCK / [DO NOT REST ON VALVE] ADAPT TO OPERATING NUT ON VALVE RETAINED M.J. OR FLANGE AS NEEDED 8" CONCRETE BLOCK ----------- WATER DEPARTMENT APPROVED RESILIENT SEAT GATE VALVE PER AWWA C509 150 PSI MIN PRESS RATING EPOXY COATING ON INTERNAL SURFACES MUELLER C509 OR EQUAL NOTE: CD PROVIDE VALVE STEM EXTENSION AS SHOWN IF VALVE NUT BURY DEPTH EXCEEDS 5.0 FEET. @ BACKFILL VALVE WITH SAND UP TO PACKING SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER TYPICAL GATE VALVE INS IALLAIIUN SBMwn APPROVED W 3.1 REVISION DATE DATE /(~.3-13 SCALE: NONE w. wlll\AIJ BRYDEN RCE 2898 02 296 PAVEMENT SURFACE CAST IRON COVER MARKED "WATER" AND PAINTED BLUE \ [ALHAMBRA FOUNDRY NO 129506 OR EOUAL] \ REVISION DATE SCALE: NONE . , -' - ~ <!) J J ~8" DIA. , 12" 20 GAGE GALVANIZED SUP SLEEVE 8" SCH 40 PVC PIPE SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER TYPICAL GATE CAN INS IALLAIIUN SB~WIO APPROVED w. W1lL\A.lol BRYDEN 26981 W 3.3 DATE 4./1.15 02 296 A 12" IJIN 36'" MAX SIDEWALK STREET ,., __ ~--- ---1 >-- -Y__J FlNISH GRADE FLOW - TO CONSUMER'S EQUIPMENT METER @ WATER M.AJN INSTALL METER AND SERVICE EQUIPMENT PER SBMWD NO. . LOCATION IS SUBJECT TO I>PPROVI>L BY WATER QUAUTY CONTROL @ INSTALLED AND M,AJNT,4JNED BY CONSUMER PER CITY OF SAN -BERNAIRDINO BUILDING AND SAFElY SPECIFlCATlONS. @ I>PPROVlED REDUCED PRESSURE PRINCIPLE B.ACKFLOW PREVlENnON ASSWBLY WfTH RESIUENT SEATED SHUT-OFF VAl.VIES, HORIZONTI>L CUEAAANCE UNE r--------- I 12" ~ I I I I TEST I COCKS "" L_________ ----------, 12" I I I I I TEST I COCKS I _________...J NOTES THE ASSEMBLY MUST BE INSPECTED . TESTED AND I>PPROVlED BY THE SBMWD, IMMEDIATELY AFTER'INSTI>LLATION. 2 NO CONNECTIONS OR TEES ME PERIJITTED BETWEEN THE METIER AND BACKFLOW PREVlENTER. STR,4JNERS WILL BE REVIEWED ON AN INDMDUI>L BASIS. 3 PRIOR TO INSTALl.ATlON OF THE ASSEMBLY. THE WATER SERVICE SH.AU BE FLUSHED 4 A MANIFOLD CONNECTION WfTH DUPLEX UNITS SHOULD BE INSTI>LLED IF AN UNINTERRUPTED SUPPLY OF WATER IS NECESS,4JRY 5 A PRESSURE REUEF VI>LVIE SHALL BE INSTI>LLED PER SEC. 1007 OF THE UNIFORM PLUMBING CODE iJ.G.DYE REVISION DATE REDUCED PRESSURE rR!~~CIPL[ E3/\CI<~LO\V DRAWING NUMBER SBMWO SAN BERNARDINO MUNICIPAL WATER DEPARTMENT lYPICAL INSTALLATION OF SC,4JUE: NONE APPROVED W 4.1 w. W1UJ,A,W ERrtel RCE ~t DATE /0-1'-1- 'iLf 02 296 A 12" MIN 36" MAX SIDEWALK STREET JL==~ i::---_=r__J FINISH GRADE FLOW ~ METER TO CONSUMER'S EOUIPMENT o INSTALL METER AND SERVICE EOUIPMENT PER SBMWD ND.___. LOCATION IS SUBJECT TO APPROVAL BY WATER QUALITY CONTROL. @ INSTAlLED AND MAINTAINED BY CONSUMER PER CITY OF SAN BERNARDINO BUILDING AND SAFETY SPECIFICATIONS. @ APPROVED DOUBLE CHECK ASSEMBLY WITH RESILIENT SEATED SHUT -OFF VALVES. WATER MAIN HORIZONTAL CLEARANCE LINE r--------- ---------1 I .~, I I 12" " 12" t I 01 I- I I ) I I I I TEST I / 0 TEST I I COCKS ~;:; COCKS I L_________ _________~ NOTES THE ASSEMBLY 'WST BE INSPECTED , TESTED AND APPROVED BY THE SBMWD, IMMEDIATELY AfTER INSTAlLATION. 2 NO CONNECTIONS OR TEES ARE PERMITTED BETWEEN THE METER AND BACKFLOW PREVENTER.STRAlNERS WILL BE REVIEWED ON AN INDIVIDUAL BASIS. 3 PRIOR TO INSTAlLATION OF THE ASSEMBLY, THE WATER SERVICE SHALL BE FLUSHED 4 A MANIFOLD CONNECTION WITH DUPLEX UNITS SHOULD BE INSTALLED IF AN UNINTERRUPTED SUPPLY OF WATER IS NECESSARY 5 A PRESSURE RElIEF VALVE SHALL BE INSTALLED PER SEC. 10D7 OF THE UNIFORM PLUMBING CODE SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER SBMWD TYPICAL INSTALLATION OF DOUBLE CHECK VALVE BACI<FlOW PREVENTION ASSEMBLY APPROVED W 4.2 REVISION DATE ~ DATE //-3- ~ Z SCALE: NONE 02 296 HORIZONTAL CLE.ARM~CE LINE r--------- ---------, I N I 1 1,'2",1 ~ 1 r I if I I M I INSTALLED AND INSTALLED AND I J I MAINTAINED BY SB,\WD, MAINTAINED BY CUSTOME~ l_________~_________J APPROVED DOUBLE CHECK DETECTOR CHECKVALVE ASSEMBLY o ~I 51W (LZ o:J '" (L I I, I SEE SBMWD STD. NO. W3.11 FOR GATE VALVE AND VALVE COVER ASSEMBLY I " ZX - <1: :>::>: N<D -'" FINISH GRADE 1 ,(f) THRUST BLOCK NOTES CD CITY WILL INSTALL BLIND FLANGE AT CONNECTION POINT. THE CITY'S WATER DEPT. INSPECTOR TO BE PRESENT WHEN BLIND FLANGE IS REMOVED AND DETECTOR CHECK VALVE ASSEMBLY IS INSTAllED. o COSTOMER TO SWAB CONNECTING FLANGE WITH 600 PPM CHLORINE SOLUTION WHEN MAKING CONNECTION. CUSTOMER TO PAINT ALL ABOVE GRADE PIPING AND DETECTOR ASSY. G) @ THE DETECTOR ASSY. SHALL BE INSPECTED AND TESTED IMMEDIATELY AFTER INSTALLATION. CALL 384-5391 FOR INSPECTION. Al.L SBMWD INSTALLED WATER LINES SHALL BE DUCTilE IRON PIPE FOR 10" DETECTOR ASSEMBLY INSTALL 12" LATERAL AND PIPING. @ SAN BERNARDINO MUNICIPAL WATER DEPARTMENT 4" THROUGH 10" DOUBLE CHECK DETECTOR CHECK VALVE ASSEMBLY DRAWING NUMBER SRMwn APPROVED W4.3 REVISION DATE SCALE: NONE DATE //-3- "13 w. WllllA/J BRYDEN RCE 28981 02 296 -.!L I I II II Ie II I I I I I FIGURE 5 MULTI-LANE STREET WITH TURN LANE o FH I I e[ I I FIGURE 1 TWO LANE STREET FH o I I I FH ~ Ie L2- II FIGURE 3 INTERSECTION LEGEND I ~ I I~ I L e Reflectorized Blue d I Dot Pavement Marker I 0 FH Fire Hydrant el 0 ---.!l -- - Lane Divider line FH No Turns Divider Line I I I ~ I I Curb Line I I I I FIGURE 2 FIGURE 4 MULTI-LANE STREET FOUR-LANE WITH TURN LANE AT INTERSECTION A. TWO-WAY STREETS AND ROADS: Markers should be placed six inches from edge of painted centerline on the side nearest the fire hydrant. If the street has no centerline. the marker should be placed six inches from the approximate center of the roadway on the side nearest the hydrant (see figure 1 through 3). B. STREETS WITH LEFT TURN LANE AT THE INTERSECTION: Markers should be placed six inches from edge of painted white line on the .side nearest the hydrant (see figure 4) C. STREETS WITH CONTINUOUS TWO-WAY LEFT TURN LANE: Markers should be placed six inches from the edge of the painted yellow barrier line on the side nearest the fire hydrant (see figure 5). D. CUL-DE-SAC: Marker should be 6" from the center of the Cul-De-Sac curb radius on the side nearest the fire hydrant. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT BLUE DOT PAVEMENT MARKERS DRAWING NUMBER SBMWD S.W.L. SEPT. 98 REVISION DATE L. '1\1 r'>U. ,I nr r I"DR..... 1-. IT lA^ nl/l"!t"' , \ 'I t Ir\L I-II f f\l~ I Ivl/\!\hll\iU APPROVED ,..) RC€ 2 981 W6.3 SCALE: NONE SEE REVERSE FOR HYDRANT MARKING 02 296 UNRESTRNNED RUN JOINT '-' 0 0 ~i" w ~i" ~C> ~C> t;;;;:i f-Z "'w w--' w--' RESTRAINED a: a: LEN GTH BEND TEE DEAD END PIPE SIZE 11 to BEND 22 to BEND 450 BEND 900 BEND TEE DEAD END 4" 2' 5' 10' 24' 7' 50' f) 3' 7' 14' 34' 10' 70' B" 4' 9' 18' 43' 18' 90' 10" 5' 10' 21' 52' 35' 109' 12" 6' 12' 25' 60' 53' 127' NOTES: 1. Use the fOllowing guidelines when other pipe joints are within 1 0 feet of the joint being restrained: a) Use the "dead end" length for connections to any material except ductile iron and cast iron. b) Use the "dead end" length when another pipe joint is within 10 feet of a bend being restrained. c) Use the "900 bend" length when another pipe joint is within 10 feet of a tee being restrained. 2. Divide restrainded length by 0.85 for silty soil. 3. This table is based on the assumption that the trench is backfilled to a minimum depth of 2.5 feet with a silty sand which has been lightly compacted. 4. For pipe diameters larger than 12", or for conditions other than those described above, please refer to Ductile Iron Pipe Research Association (DIPRA) guidelines for calculating restrained length. 5. Restrained length on tees ossumes the same size branch and run. Tees which have branch diameters less than the diameter of the run may require a shorter restrained length. SAN BERNARDINO MUNICIPAl WATER DEPARTMENT DRAWING NUMBER SBMWD ~.A U 10/94 REV. 4/94 REVISION DATE kESTRAINED JOINT DETAIL SCAlE: NONE APPROVED W6.4 W.Wll..1.w.l~ ...., DATE IO-l.7-9L.{ 02 296 z :E ~..> . . 8 2 SIDEWALK \ --T--------------~------------- / , / , ------- r----/ 1-------- -------- ---- ----- ----- 7 I : L________...J FINISH GRADE OR @ FUTURE S:~=~_~ ~ .... b '" WATER MAIN ITEM QTY DESCRIPTION ITEM QTY DESCRIPTION <D _ LL 2" TYPE L HARD COPPER TUBING CD 1 EA. CAST IRON COVER MARKED (SBMWD APPROVl:D U.S. MANUFACTURE) "WATER" AND PAINTED BLUE [ALHA~BRA FOUNDRY NO CD 1 EA. 2" BRONZE 129506 OR EQUAL] CORPORATION STOP MUELLER H15023 OR CD 1.0 LF 8" SCH ~D PVC PIPE EOUAL CD I EA. _" x 2" SERVICE SADDLE @ 1.5 CF CLEAN FINE SAND OR t' WELD-ON THREAD-O-LET <D 1 EA. THREADED PVC CAP 0 1 EA. 12"xI8"xI2" METER BOX ARMORCAST 6001~Z5A OR EOUAL <D 1 EA. 8" DIA..x IZ" ZO GAGE GALVANIZED SUP SLEEVE SAN BERNARDINO MUNICIPAL WATER DEPARTMENT DRAWING NUMBER. ,.," 1'1 'I nn"~' T!n'j AND rI 11C"111"(' nnnT SBMWD L ,-,"LVI\II k I VI I LV-.l ii\J I UI\I REVISION DATE W6.7 APPROVED P---- DATE 3" /- '1'1 SCALE: NONE W. WILLIAM BRYOEN 02 296 SIDEWALK -~ 3D" CD ~------ w Z --' FINISH GRADE OR ~~~U_~~_ST~EET I ----------r-- - I L__ r / / "oJ 3 CONTINUOUS UPWARD SLOPE ~ 0:: I~ o 10:: D- WATER MAIN ITEM OTY DESCRIPTION ITEM OTY DESCRIPTION CD I EA. SELECT ONE or THE roLLOWlNG: CD 0.3 rT~ 2,000 PSI CONCRETE A) r OR i' AIR RELEASE (j) 1 EA. 2" GALVANIZEO OUARTER BEND VALVE - CRISPIN PlI DA/PL20, (rEM PIPE THREAD) APCO NO. 200A OR EQUAL @ L.r. 2" TIPE L HARD COPPER TUBING B) 2" AIR VACUUI./ VALVE - (SBMWD APPROVEO U.S. MANUFACTURE) CRISPIN A20, APCO H4, ([) OR EQUAL 1 EA. 2" BRASS COMPRESSION QUARTER BEND C) 2" COMBINATION AIR AND VACUUM RELEASE VALVE - @ 1 EA. 2" BRONZE CRISPIN UNIVERSAL AIR CORPORATION STOP RELEASE VALVE NO. U20. I./UElLER HI5DZ3 OR APCO NO. 145C, OR EQUAL EQUAL @ 1 EA. " x 2" SERVICE SADOLE 0 1.3 rT.' 3/4" POORLY GRAD EO OR 2' WELD-ON THREAD-O-LET GRAVEL @ 2 EA. 12"xl8"xI2' METER BOX d) I EA. 2" BRONZE WHEEL VALVE ARMORCAST 6DDI425A OR EQUAL CD 24 IN. 2" THREADED @ 1 EA. INSOLATOR COUPLING (COMPRESSION x GALVANIZED IRON PIPE MALE PIPE THREAD) <D 12 IN. 3' FLEXIBLE VINYL SLEEVE REVISION DATE SAN BERNARDINO MUNICIPAL WATER DEPARTMENT 1" AND t AiR KELlASE VALVES, 2" VACUUM VALVE, AND 2" COMBINATION VALVE APPROVED W DATE ;J-z,j;'-'1'i W. WILLIAM BRYDEN RCE 8981 DRAWING NUMBER SBMWD J.G.DYE FEB 94 W7.1 SCALE: NONE 02 296 SECTION 26 26-1 REINFORCED CONCRETE PIPE 26-1.01 GENERAL -- Reinforced concrete pipe of the specified size and D-load shall comply with Section 207-2, "Reinforced Concrete Pipe", of the Standard Specifications and these Special Provisions. Installation of reinforced concrete pipe shall conform with the provisions of Section 306, "Underground Conduit Construction", of the Standard Specifications. Backfill placed within 1.5 feet of the finished subgrade in asphalt pavement areas shall be compacted to a minimum relative density of95%. Reinforced concrete pipe shall be of the D-Ioad strength shown on the Plans or specified in the Special Provisions. The wall thickness, reinforcement and test loads for pipe of the sizes specified shall conform to the requirements of the Standard Specifications, Serial Designation C76-41 of the American Society for Testing Materials. The D-load is the actual load in pounds per linear foot that the pipe will withstand under the three-edge bearing test, without showing a crack in excess of 0.01 inch in width and 12 inches in length, divided by the inside diameter of the pipe in feet. All excess excavation or unsuitable material shall become the property of the Contractor and shall be hauled away and disposed of at a site obtained by the Contractor. 26-1.02 SHORING OF EXCAVATION -- The Contractor shall furnish all labor, equipment, and materials required to design, construct, maintain, replace, and remove all shoring, sheeting, lagging, cribbing, piling or other types of support for the walls of the open excavations required for the construction of this project. 26-1,03 PERFORMANCE -- Attention is directed to the "Construction Safety Order", "Trench Construction Safety Orders", 'Tunnel Safety Orders", and "General Safety Orders" issued by the Division ofIndustrial Safety of the State of California, Department of Industrial Relations and to any and all other applicable laws, ordinances, or regulations to which the Contractor is required by law to conform. He shall provide himself with copies of these "Orders", "Laws", and "Regulations" or suitable extracts therefrom and shall keep a copy of each at the site of his operations and shall be governed by the requirements thereof. The requirements concerning shoring, sheeting and bracing of excavation and those con- cerning warning signs, lights and barricades are of particular importance. All excavations five (5) feet or more in depth shall be braced in accordance with the requirements of Section 306-1.1,6 of the Standard Specifications. SP-103 02 296 The Contractor shall take precautionary measures to protect, in place, all existing structures and fences during excavation. The Contractor shall submit to the Engineer, at least 48 hours in advance of any excavation, a detailed plan showing design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation, No excavation shall be done until such plan has been approved in writing by the Engineer, and a permit has been obtained from the State Division of Industrial Safety in accordance with the requirements of Section 7-1004.1 of the Standard Specifications, The Contractor shall have on file with the City of San Bernardino, Department of Development Services, Division of Public Works, a copy of a CAL/OSHA permit for any excavation over five (5) feet in depth and into which persons are required to descend, 26-1.04 RESTORA nON OF ASPHALT CONCRETE n 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, 26-1.05 TEMPORARY RESURFACING n Temporary resurfacing shall comply with the requirements of Sub-Section 306-1.5.1., "Temporary Resurfacing", of the Standard Specifications and these Special Provisions. Temporary resurfacing shall be placed over all backfill in streets, or other areas where the Contractor's operations have resulted in the removal of existing paving. Temporary resurfacing shall be placed as soon as the backfill is densified to the relative density or immediately when so directed by the Engineer. 26-1.06 PERMANENT RESURFACING -- Pernlanent resurfacing shall comply with the requirements of Sub-Section 306-1.5.2, "Permanent Resurfacing", of the Standard Specifications and these Special Provisions. Permanent trench resurfacing shall be one (I) inch greater in thickness than existing pavement and shall be feathered over existing pavement a minimum of two (2) feet on each side of the trench or as shown on the Plans and as directed by the Engineer. However, total thickness of the new asphalt concrete pavement shall not exceed a maximum of four (4) inches in thickness. Asphalt concrete pavement shall be C2-AR-4000. A self propelled machine will not be required for any trench that is two feet or less in width. A prime coat and tack coat shall be applied as directed by the Engineer. SP-104 02 296 26-1.07 PAYMENT -- The contract unit price paid per linear foot for all pipe shall be paid for the various sizes of pipe, and shall include connecting R.C.P. into the catch basin, and grout around per City Standard No. 416, an shall include full compensation for excavation and constructing the various sizes of pipe including bedding and backfill, and restoration of asphalt concrete pavement, except for imported backfill which will be paid for as a separate item of work, and no additional compensation will be allowed therefor. Cost of compaction testing ordered by the Engineer shall be paid for In the following manner: I. Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. 2. Tests which do meet the required relative compaction will be paid for by the City. SP-105 02 296 SECTION 27 27-1 CONCRETE STRUCTURES 27-1.01 GENERAL -- Portland Cement Concrete construction shall comply with Section 201- 1, "Portland Cement Concrete", Section 303- I "Concrete Structures", and Section 20 I -2, "Steel Reinforcement for Concrete", of the Standard Specifications, as shown on the Plans, Standard Drawings and these Special Provisions, Concrete for structures shall be Class 560-C-3250 with a maximum slump of five (5) inches. Reinforced steel shall be Grade 60 per ASTM A-6l5 designation. Structure excavation and backfill shall conform to Section 300-3, "Structure Excavation and Backfill", of the Standard Specifications. Class 2 surface finish will not be required on any portion of the concrete structures. The quantities shown on the bid sheet for concrete for the various structures shall be considered final quantities for payment for these items unless the dimensions of the work shown on the Plans are revised by the Engineer. If such dimensions are revised, and such revisions result in an increase or decrease in the -quantities of such work, the final quantities for payment will be revised in the amount represented by the changes in the dimensions. The estimated quantities for such specific portion of the work shall be considered as approximate only and no guarantee is made that the quantities which can be detem1ined by computations, based on the details and dimensions shown on the Plans, will equal the estimated quantities. No allowance will be made in the event that the quantities based on computations do not equal the estimated quantities. 27 -1.02 CATCH BASIN -- Catch basin shall be constructed in accordance with the City's Standard Drawing No. 405, as shown on the Plans and as directed by the Engineer. 27-1.03 LOCAL DEPRESSION -- Local depression for catch basins shall be constructed in accordance with the City's Standard Drawing No. 407, as shown on the Plans and as directed by the Engineer. 27-1.04 JUNCTION STRUCTURE -- Junction structure shall be constructed in accordance with the City's Standard Drawing No, 413, as shown on the Plans and as directed by the Engineer. 27-1.05 MANHOLE NO.2 -- Manhole NO.2 shall be constructed in accordance with the City's Standard Drawing No. 415, as shown on the Plans and as directed by the Engineer. SP-I06 02 296 27 -1.06 PAYMENT - The contract unit price paid per each for "CATCH BASI"'"', "LOCAL DEPRESSION", "JUNCTURE STRUCTURE" and "MANHOLE", shall include full compensation for structure excavation, structure backfill, and furnishing and placing all steel reinforcing, miscellaneous iron and steel including metal frames and covers, and for doing all the work involved in constructing all of the above, complete in place, as shown on the Plans and as directed by the Engineer, and no additional compensation shall be allowed therefor. SP-107 02 296 SECTION 29 29-1 SHORING OF EXCA V A TION 29-1.01 GENERAL -- The Contractor shall furnish all labor, equipment, and materials required to design, construct, maintain, replace, and remove all shoring. sheeting. lagging, cribbing. piling or other types of support for the walls of the open excavations required for the construction of this project. 29- 1.02 PERFORMANCE -- Attention is directed to the "Construction Safety Order", "Trench Construction Safety Orders", "Tunnel Safety Orders", and the "General Safety Order", issued by the Division oflndustrial Safety of the State of California, Department oflndustrial Relations and to any and all other applicable laws ordinances, or regulations to which the Contractor is required by law to conforn1. He shall provide himself with copies of these "Orders", "Laws", and have a copy of each at the site of his operations and shall be governed by the requirements thereof. The requirements concerning shoring, sheeting, and bracing of excavations and those concerning warning signs, lights and barricades are of particular importance. All excavations 5 or more feet in depth shall be braced in accordance with the requirements of Section 306- I. 1.6 of the Standard Specifications. The Contractor shall take precautionary measures to protect, in place, all existing structures and fences during excavation. The Contractor shall submit to the Engineer, at least 48 hours in advance of any excavation, a detailed plan showing a design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during a excavation. No excavation shall be done until such plan has been approved in writing by the Engineer, and a permit has been obtained from the State Division of Industrial Safety in accordance with the requirements of Section 7-10.4.1 of the Standard Specifications. The Contractor shall have on file with the City of San Bernardino, Department of Development Services, Division of Public Works, a copy of CAL/OSHA permit for any excavation over five feet in depth and into which persons are required to descend. 29-1.03 PAYMENT -- The lump sum contract price paid for "SHORING" of 'TRENCH EXCA V A TION", shall be deemed to include all cost relating to all work described hereinbefore, and no additional compensation will be allowed therefor. SP-108 02 296 SECTION 33 33-1 SEWER PIPE 33-1.01 GENERAL n Sewer pipe, of the sizes shown on the Plans, shall comply with Section 207-7, "Asbestos Cement Pressure Pipe", Section 207-16, "ABS Composite Pipe", Section 207-17, "Polyvinyl Chloride Plastic Pipe", Section 207-15, "ABS Solid Wall Pipe", and Section 207-8, "Vitrified Clay Pipe", of the Standard Specifications and these Special Provisions. ABS Composite Pipe (Truss Pipe), ABS Solid Wall and PVC Pipe shall have a standard diameter ratio (SDR) of 26 or less. 33-1.02 INSTALLATION n Sewer pipe of the sizes shown on the Plans shall be installed in accordance with manufacturers recommendation and with Section 306, "Underground Conduit Construction", of the Standard Specification. The Contractor shall make all excavations necessary to construct and install all pipelines shown on the Plans. Excavation shall include the removal of all asphalt and/or concrete pavement and other materials or obstructions of any nature that would interfere with the excavation of the work. All removed asphalt, concrete and other unsuitable materials shall become the property of the Contractor and shall be 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 Specification. The minimum width of excavation for sewers shall be 12 inches (6 inches on each side) more than the exterior diameter of the pipe, exclusive of bells and branches. Where sheeting is placed, the width shall be to the face of the sheeting. The maximum width of the excavation measured at the top of the pipe, which includes the width required for sheeting, shall be 16 inches (8 inches on each side) more than the outside diameter of the pipe, exclusive of bells and branches. Bedding material shall conform to the requirements of Section 306-1.2.1. Bedding" of the Standard Specifications. 33-1.03 PAYMENT - The contract unit price paid per linear foot "SEWER MAIN" and "SEWER LATERAL".shall include connecting to existing or new manholes, modifications to manholes required and shall include full compensation for excavation, and constructing the various sizes of sewer pipe including bedding, backfill, and testing. SP-109 02 296 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. 2. Tests which do meet the required relative compaction will be paid for by the City. SP ~ II 0 02 296 SECTION 34 34-1 MANHOLES 34-1.01 GENERAL -- Manholes shall be pre-cast concrete and shall conform with City Standard Drawing No.=s 300 and 301 respectively. Frames and covers shall confom1 with City Standard Drawing No. 304. Precast manholes shall be coated on the inside with Hunt=s Process Black No. 120 or approved equal. The coating shall be applied before the manhole is installed in place. Frames and covers shall be adjusted to grade, after completion of the restoration of the asphalt concrete pavement. 34-1.02 PAYMENT -- Payment for manholes, including frame and covers, and extra depth as required to form a complete installation, shall be made at the contract unit price per each for "MANHOLE", of the type noted on the Plans and directed by the Engineer, complete in place, and no additional compensation will be allowed therefor. Payment for adjusting frames and covers to grade shall be considered as included in the contract unit price paid for the manholes, and no additional compensation will be allowed therefor. SP-lll 02 296 SECTION 36 36-1 ADJUSTMENTS TO GRADE 36-1.01 GENERAL ~ Where shown or required, existing valve and manhole covers and other designated items shall be adjusted to final pavement grade, in accordance with these specifications and/or the facility owner. 36-1.02 ADJUSTING MANHOLE FRAMES AND COVERS AND VALVE COVERS TO GRADE n Adjusting manhole and valve covers to grade after completion of paving shall be in accordance with subsection 301-1.6, "Adjustment of Manhole Frame and Cover Sets to Grade", of the Standard Specifications and these Special Provisions. 36-1.03 ADJUSTING MONITORING WELLS TO GRADE Monitoring welles) consist of a two-inch or four-inch Schedule 40 PVC pipe casing extending above ground surface with a traffic-suitable cover. Adjustment to grade shall consist of lowering or extending the PVC casing with Schedule 40 PVC, with connection by means of a non-glued, coupling, and resetting the cover to finish grade. Owner(s) of the monitoring welles) shall be given five days notice prior to any disturbance or work on the well. All work of adjusting to grade shall be subject to approval of the well owner. 36-1.04 PAYMENT n The contract unit price paid for "ADJUST" existing MANHOLE COVER to Grade", shall include full compensation for doing all the work involved in adjusting existing manhole frames and covers, valve covers, and other specified facilities to grade, and repair of street cuts as directed by the Engineer, and no additional or separate compensation will be allowed therefor. SP-1l2 02 296 SECTION 50 50-1 REMOVAL AND RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT 50-1.01 GENERAL -- All existing improvements (except utilities and street pavements) including, but not limited to curbs, gutters, cross gutters, spandrels, driveways, sidewalks, walls, fences, sprinkler systems, lawns, shrubs, trees, and traffic signs 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 20 feet of curb, gutter or curb and gutter shall be removed and replaced regardless of how short a length is damaged. One end of said 10- foot section may be taken at a joint or scoring line and the other end shall be measured the minimum distance of 10 feet therefrom. If said 10 feet falls within 3 feet of a joint or scoring line, then the removal shall extend to said joint of scoring line. 2. Concrete sidewalk shall be removed in its entirety between scoring lines or between scoring line and joint. Prior to removal, scoring lines shall be sawcut. 3. If a concrete driveway is damaged and is a single monolithic structure, it shall be removed in its entirety and replaced. 4. If a concrete driveway is damaged and is monolithic with the sidewalk, it shall be set off from the sidewalk by a sawcut along the edge of the sidewalk. The driveway shall then be removed in its entirety and replaced. 5. If the stored signs and fences are damaged during the construction, they shall be restored or replaced to a condition equal or better than the existing. 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 items of work involved, and no additional compensation will be allowed therefor. SP-1l3 APPENDIX A GEOTECHNICAL INVESTIGATION BORING LOCATIONS AND TEST RESULTS f' ;~. ~' .' ". , , " . .V., .,,~ ~, ;1"11;;,-" 1../';,.;., '~" , "J" . , . '..." . . .... "- -, -~ .,....)- ~.'- T' .... i " <'I '" ,I, ',' -~r-:--l.' 'I ': ~II"" [BH-I \ ,j :F-~-' : ',I!' ,l' ',1 ,'!.i~\'" '[ !"rl.'~, ""~' , -"f, , '\,_1 , "_,.,, . "~I' '!,t, ,,' ,;'" 1':1 '[,!, ";:t): ;WIt::." ---', '" [I' :1'.''''1'' , '-' ! 1[1 ..' -. \' ._~ I:.'~ _:..< .~__ "~ , . . : 11\~,'.!ll~ ,I' '1 r ;ii' ,t,"":, ,1 "ll:i:~i1,l,l\ "~J; 1.01,.:.: ',;' ,~, ,r\, ..... ~'-[ 1_ ;;":":,: ('1'- , , ,~t-;'] "11 - ~ . \ > -, ',I -~' J'" ", . t:.. ;~'I -. I ," ~i\ "~ '\':, ' -r J' ','" . "I i ' ' ,II ',1--[, II'\~~J BH,3 ~'~', I~ ;;llf)~I'-".r,'''IP'~h, :II ','I 1):,1 j " __'1-,.' ~ '''::;'f<q', :""*'''''''' ~I 1,1---'-'" ,J ,', , . rr" '1"'01;,,: 'O"i' ":[ I -', 'F..... t, ' , I ';1.'1 I - ~~- .'100' ~ - 6,. . t "-('~J ..'..., ...,'.... 'r ..~ :J11 ',-';';':,1 ' "':~r'-~i:,, ,I " . . ',' I 'I"j' "\, \ ., , ,:Ii -- ~'.:! .:,..::, _:..:,~.:-, .-:.-:: l~' ~. -~, ,-I, ';H___.J l.'l~ 1'1.,_, _ ~ r,;, -;.....".....1----"-- " ---.- -;'1- _~~_ -->- - J1l1' '. ~ , ~! ' --., , :i 1/--=-"', ~ << ]",:. )~~;~~;- ': 'I f' I' 'I I 'i t it "" .- ;>,' . ~ ! , .Ii' " i I ~ : ( North BORING LOCATION MAP ., \ ", ,J ,,~.-:- d, ,.1, , ." 02 296 " """,;.. " .~ " \? r ,..,- '\':111 \, rei ~ \,~ , , , {<~, \ \, 1 ' , -1-: \':l\:":"~~:k "J!. " \\t', '1 'I, ',;1,"'_"" ;,. ':', ;;"t '~' \. ~',. \ , 'I \. ~: " " " . '<,. ,/~ '::',1" \' " ,; ,,, [-.\' ',:,' ",I, ;",',.i,: .."c:-. ','.:::, '\i --.+-.,----.,-.,.~-r ' -~-,.. ..j",';1 - . I....." ,:~ f!;, - \: i:',,; , ,_,' . 'j'1 I ,.J,. ,,' I ~ 1 ,;. " .1, f -'I, aure wood rive treet mprovements San Bernardino, California For John Egan and Associates, Inc. DATE: January 14, 2002 SCALE: No Scale CAL-WEST Consultants Exhibit Number: 1 Job Number: 161.021 Consulting Engineers 02 296 I I I I , I I ' , ~ I ~ V I 2 .~ ,.-, I; -c "': "': ~, 2 t- oo - - - - oc '" I i! i I .::: Z c:i3 ~, ~, i t- I I i I~ !-; ~ , ~ I " ] "" 1':) i ,<t; !V -c I I I I c I Ie i e e I": ~, e I~ "':" ";, I~ I" 'C " , ~, ~, ~, e ~, I !~ '" "': 1-;: '" "': I I'~! I~ I~ 1-'1- ~ ,~ 1- ,_ I 't-I , r-r; ,-'- 'e: ! 0: Exhibit ~umber: DATE, SCALE, Job :\umber: CAL-WEST Consultants Consulting Engineers Q2 2.96 ASTM C-136 CA TEST 217 DATE BORING DEPTH PERCENT PASSING INDIVIDUAL SIEVES SAND EQUIVALENT SAMPLED NUMBER (IN FEET) 3/8" #4 #8 #16 #30 #50 #100 #200 BULK SAMPLE 12/14/01 BH-1 2.5 - 3.0 3 12/14/01 BH-1 4.5 - 5.0 12/14/01 BH-2 2.0 - 2.5 100 99 98 96 93 84 69 56 3 12/14/01 BH-2 4.5 - 5.0 12/14/01 BH-3 2.0 - 2.5 7 12/14/01 BH-3 4.5 - 5.0 * * * * * * * * * * * * * * * ASTM D-4318 DATE BORING DEPTH PERCENT LIQUID PLASTICITY CLASSIFICATION SAMPLED NUMBER (IN FEET) MOISTURE LIMIT INDEX AAS.H.T.O. UNIFIED l 12/14/01 BH-1 2.5 - 3.0 17.3 - 12/14/01 BH-1 4.5 - 5.0 15.7 , I 12/14/01 BH-2 2.0 - 2.5 18.6 25 8 A-4(4) CL I 12/14/01 BH-2 4.5 - 5.0 11.4 I , 12/14/01 BH-3 2.0 - 2.5 8.4 I 12/14/01 BH-3 4.5 - 5.0 2.5 I I SUMMARY OF LABORATORY TESTING Laurelwood Drive Street Improvements Exhibit San Bernardino. California I For John Eean and Associates. Inc. Number: 2 DATE: January 14, 2002 I SCALE: None I Job Number: 161.021 I CAL-WEST Consultants Consulting Engineers 02 296 r CA TEST 301 MOISTURE MOISTURE CONTENT EXUDATION DRY EXPANSION BORING DEPTH SPECIMEN COMPACTION PRESSURE DENSITY PRESSURE ST ABILOMETER NUMBER (IN FEET) NUMBER (PERCENT) (PSI) (PCF) (PSF) R-VALUE I BH-2 3.5 - 5.0 A 18.5 313 107.4 0 0 B 17.3 362 110.1 0 1 \ C 16.3 476 112.1 0 3 l - I R-VALUE AT EQUILIBRIUM I R-VALUE TRAFFIC INDEX Assigned 5 4.0+ I I I I I SUMMARY OF LABORATORY TESTING Laurelwood Drive Street Improvements Exhibit San Bernardino, California Number: 3 I For John EEaD and Associates. Inc. DATE: January 14, 2002 I SCALE: None I Job Number: 161.021 I CAL-WEST Consultants Consulting Engineers APPENDIX B STANDARD DRAWINGS .~.u. ..oTU' .!?~ CUllI.' CO~l.*O 3><AU. I[ -.->'to ~1roll"LY OH ALL POKO SLll~AceS PIlIOll TO ~"'APOllA 1011 O~ SUll~AC~ .....TEA. /8# zi" - ~ [X~A"SIO" JOlNTS AT ENO IlfTURNS . STRUCTURES VI PLA.NE JOINT3 [\lEFlY 10 FT. OR A' 1~'TRUCTED. ,..? .d. S,-OPE i:J8 '\ c:, -4 R:~" .. c TYPE "B" P.C.C. CURB 8 GUTTER Z!#i" 18- zi" !?:~ - 4 1:/8 -3 R:}- ';. q , , -il -; '" TYPE "c" PC.C, CURB 8 GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEER) 24 \ " ..L \. R.:/Z" -b" ~ ~ . ~ fro. .. .;. . , 0.OCl7 Cv. YD. PER .t../N- ~r. TYPICAL SECTION ROLLED CURB IONL Y FOR SPECIAL APPLlCATlONS AS APPROVED BY THE CITY ENGINEER) 02 296 !#" lOOn cc..cnr[, "UST II AT LIAI-T 5.5 tACIt IlIX (SZO-C- ZSOOI ,l}jO HOLe 2~O 1'.5.1. 1"'1 21 DAY$. ~.. .'2'4 '" O.O~ 7 CU yo. P~R ,iJN. FT_ , " '''" ~ " .. " '" , ',", ~ 0.05/ ct..t.. Yo. PER LhV. ~r: /01" dk' &," y ,'t"':4. ,qAT- i 0.03/ eel YO. I . '-, ' I ~!"<: P,FRU,v F7'. I ' 111 iLidJ TYPE "A" P. C.C. CURB c'~r' f, r Jr', /, r, ~--\ I ..,; If""u;;.....Mi\~ CiTY UP SAi~ 8Ei\ARDli~O- PLi3,-iC'y'y'ORKS DEPT. I Ar)f";~CV::::' TYPICAL SECTION- P. C.C. CURB B GUTTER t-/i....y ;:;> 719HZ No. 200 02 296 /'ERkfI55A8LE ALTERNATIVE ~r<~RT ~~~~O I ?/,t/ j /6' C<'iRBF-4CEMAY VARY ACCORD/,(/6 TD PLAN ;. ~' ECR - - - ---:;;1 / I~ ~O/ [\i 9' ~ I I /.6' 8'COIVCRETE rA ,FLOW L /A/e -::::::2- EXPANSiON JOIN T LA E'yPA#:5101J JOINT 5TRAIGHT GRADE FLOW O/Re~rlO,I./ /6' PLAN. OF CROSS GUTTER ~. K'8 FILL WITII ASPIIALTIC JOINT SEALER .sLC......~ $" " 5TEET TROWEL FlN/5/1 , " n: EXPANSION JOINT NOTE: STRAI6/1T qRAlJE o:TWEE;\I Bel? '5 MAY 3: ",'c TERED ON EA'CE55/VE GRADES /'--11-- ---., f---;" 8' CONCRETE SECTION "A-A" 3&" /~. 18" 12',-.2' <1 ~ '\" " 3 . R';r , I 0;). I 1 90' ~.O'TZ C(/ ro. ,PER L1k'. Fr , 3611 P.C.C. CROSS GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEER) .c~!TY OF SAN 8ERN^.RDINO- PUBLIC WORKS DEPT. /IPPPOVED. 3611 a 7211 CROSS GUTTER May 27 ST.."'ND,^.RD . 1982 No. 201 CITY ENGINEER / ~I.:t""'" n~ .Mild 02 296 .. VARIES (p' /'1 $(J,PE ;:/~-r: I LTY,PIC4J. .itJCilTltJA/ ~r'.MI..c.I. t/TIUTY TRffIVCII W6tlKENffO .PL4A/t: JtJlNT CASE ';4" 'pRffrffRRffO SlOfJVAi.t' .iOCATI()A/ VARIES ~,P/! r. ~r ,/)()..S& aRAVEL a,. A, t. ."/fDIIItJ/7&O IN 11I1.s AREA ~ 't/N06STR/t'iffP MOTll ,,"N.&v. !J} N HIN. '-t:.( .J!PEJVAJ.K CASE '"8- /"fAy"e U,gEO: I.) WHEN rKOA/iA6E 1$ .t.ES$ rhUN laO' ANO &lI"fE .sEC1"ION E.Jl'IST.s o-v 60ift 'sIOE,g Or .lOT. -.'.) ,I'"()R I"IEANOt!'RIA/6 $IO~/tVAkK.s, I -"1 I -~ GENERAL NOTES: 6tl1r. ~ I 41~N.u.K _0"1>46.0 ~/DIAI_ I)CONCKETE ""-AU -Nf)-('.,r.NKJ L.) WEAA'lNID h.ANE JDNT.I ", I'MTCN i:U.t'I J4/NT A.I tMP6t:rI>>IY 71111. /1NtI1N1U1&'. !T.) C'uRIAAS aw'!'l:){A\lO 4#"""- ~ $~YI1D QNt~LY DN AU. EXms~O 4IV~MCI.I ~ TO 71IE EII'A~N C' .kYiC'MCI 414T6,r, ..e6 ''<<11 TYPICAL SIOEJ../ALK. TRANSITION CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPRQVED STD. NO. <I/o. ., ,1983 SIDEWALK LOCATION ~ 202 02 296 PARKWAY WIDTH I'fJ'MAJ(. 9.25' IIIN. h. PROPERTY 4/0' liNE l . " 'LOPE Y.t. / PT. IIAIlOICAP 'z O_N __SITE DRIVEWAY .V-MaI .t~.I" lUX. : 'tJllfl9"o::'" }f< " EAr .JO;,t SECTION A-A (FOR PARKWAYS 14' OR LESS) PAJrKWAY WIDTH GIC4A rEIe T'J/AN /'fJ' , S.Z5 ~/AI. .l/,c' IIAV'16AP 11'-"''' t~"lFT. )/All. _O~EIlTY LIIIE .. \g' <::: " t:<1M""~D F/~ SLOPE Nor n:> ,,,t:I!/U? /0% I I LQJI ~fl"6 _IVIEWAY .1IIl~~ - J1t ~E?" Jo,;,t ~ ,~ .... ~oPE f/.;.'/Fr. --- --- '..~ SECTION A - A (FOR PARKWAYS GREATER THAN 14') NOTES: 1. SCORING LINES SHALL BE EQUALLY SPACED AT 10' O.C. MAXIMUM. THEY SHAll. BE 3/4" DEEP AND SHALL BE PLACED PRIOR TO LOSS OF FREE WATER. 2. THE 4' -W I DE HANOI CAP BY -PASS SHALL .BE FREE OF OBSTRUCT IONS AND SHALL SLOPE NO MORE THAN 1/4" FER FOOT. 3. DRIVeWAY APPROACH SHALL BE CONCRETE 520-C-2500'UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 4. IN INDUSTRIAL OR COH~ERCIAL AREAS WHERE THE REQUIRtMENT ~UR SIDEWALK HAS BEEN WAIVED, THE 4'-WIDE RANDICAP BY-PASS SHALL BE DELETED. 5. TYPE II APPROACH SHALL BE USED TO FACILITATE INGRESS/EGRESS ON HIGH SPEED/HIGH VOLUME STREETS (35 MPH OR GREATER) WHERE DIRECTED BY THE CITY ENGINEER. COMMERCIAL DRIVEWAY APPROAC H "... STANDARD NO. 204 SHEET 2 OF2 CITY OF SAN BERNARDINO/PUBLIC WORKS DEPARTMENT 'U~~ HII.HT CURl (TnICA~) CITY OF SAN BERNARDINO / PUBLIC WORKS DEPARTMENT CURB FACE X Y 8 II 2.S1 2.e' 10" 3.0' 2.0' AttWAN&WJe/I'/t; ..$I&W~~_ ~ ... --- ~ - , , ... .... I ).1 ~t li~ ~:~ L ~'E~.JI CURl 'ACI 'ULL HEIIHT CURl ( TTPICA~) Y )( CURB FACE x Y 8" 1.0' 2.5' 10" 3.0' 1.0' MEAA/_NJJ~~.... .5I--W"'~_t. ...... ... -------- - - ... .... ....- ). ~ ~ h o COMMERCIAL 02 296 TYPE I PLAN ONSITE I-- I DRIVE AISLE f ll. ~ ~~ 'l~ A ,~ ~ --'Y-~~E q. _~ . I ~'E"f'J#. _1'--:1 --r- -~~---=lr- I " t I ~~<K/""" I II ,,"'u t I ' I (T""')! I ~ ~ I - I .. I 0; ~ I f Al6A"DEIeIA/~ 5/DEWA..1<. G "p.c.c. _- -- w..-E,ffE ..... ..- D<<!J/Ie.!J ./ -- --- - - ~ ----7' - - - .- y.,.' -"P..N. IX'ITI.. OR PRO'OSED tlDEWAL II A ---1 W 24' IIIN. 38' MAX. ! X' Y I I IXIITI.. OR PROPOIID CURl A.D 'UTTER TYPE II PLAN ONSITE DRIVE AISLE I . , I '" ... ~ ~ ~~ , 'Il _ MUII~IeIA/G- ~" I~_ -=;~V~ Rc.c. _ .- .- .- - ---"'1 ----- ---- '~~_II_ ___L__ ~...t -" ~I -- I I ~,~ I .,!< A1~ ~/t:4S .~" o&'5'"Jt. ~. .~.Jt. I-L... ko,e//IIG ~NEt t J (ryp.j t f- R/~ ~ I . IXIITIR. OR 'RO'OIID I'IIWALII 3' A ---1 W 24' MIN. 3S' MAX. I' 3' X EXIITI" 01 'Ro,onD CURl AID 'UTTIR DRIVEWAY APPROACH " .8 STANDARD NO. 204 IHUT I 0' I ~ a'\ APPROX 3/4" FOR BORDER!' 1 1:---L1 \, 1/2' ON RAMP IN ~ HERRINGBONE PATTERN El'~"'" , I' .' . . .. 1/4' GROOVE DETAIL CURB HEIGHT 6" 8" "LI# "X" 7' 4' 10' S' 02 .". . LIP DETAIL Z% SEE NOTES /) & 7 CURB FACE A SINGLE CROSSWALK CORNER '" ...J .q ,. '" '" o a: u CROSSWALK A TWO CROSSWALK CORNER NO TES I. CONSTRUCT OF P.C.C. IN ACCORDANCE WITH THE LATEST ED/T/ON OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCT ION. Z. THICKNESS TO BE SAME AS SIDEWALK. J. THIS RAMP IS TO BE USED ONL Y A T THE CENTER OF A CURB RETURN. WHICH IS THE PREFERED LOCATION. OTHER DESIGNS ARE TO BE APPROVED BY THE CITY ENGINEER. 4. FOR CURB HEIGHTS OTHER THAN THE ONES SHOWN. L&X SHALL BE CALCULATED USING THE MAX. SLOPE SHOWN. ~. TYPICAL DE~'GNAT/ON ON IMPROVEMENT PLAN, :ONST. H.R. PER STD ZO~. L=_. X=_ 6. WHEN RAMP /S LOCATED IN CENTER OF CURB RETURN. IT SHALL BE GROOVED IN A HERRINGBONE I'ATTDUt WITH 1/4" G~OOVn APPROlClMATIL Y I 1/2' O.C. SEE GROOVING DETAIL. GROOVES SHOULD BE ALIGNED PARALLEL TO CROSSWALK STRIPES TO DIRECT BLIND PEDESTRIANS INTO APPROPRIATE CROSSWALK. 7. WHERE ONL Y ONE CROSSWALK EXISTS / GROOVES SHALL BE UNIDIRECTIONAL. HAND I CAPPED RAMP STANDARD NO. /TY OF SAN .ERHARD/NO PUBLIC WORKS DEP 205 02 296 TYPE II All MANHOLE TYPE II 811 MANHOLE CUTJ.ET TYPE lIell MANHOLE TYPE 11011 MANHOLE TYPE IIEII MANHOLE CITY OF SAN BERNARDINO PUBLIC WORKS DE~RTMENT STANDARD MANHOLE FLOW CHANNELS APPROVED 'Ii/II ,1983 ~~rvE DWG. NO. 300 NOTes: 1)Hr!M:5r ~/"""ratrd (XY}(!~ m6nlh:>le.5 !Jh6Il ct:J/1t<'0/Yn fr> rhe "/,,Plia61>le ~f"Ilr~m_r.s ",,c A.S.TM. .",..!: A).s/Jat'/ k,<it!!$tY"-'''i>rAA, 5,11.0, N-LO 10-'11Y ' 8)~re~ !J11611 h. a:>m~1y wbr6t&1, , ~nfrf.u.!.I(y Sf'Un or '",~alut"'clllly r."n,Ptrd, C)one f'~ aone-m>d-~.,. -.,;11 nt:tf /,., "l1t:~pted. J!.) lOr $If.Ibd/v/:5I'On ;vorl::., m611M/e.s .j:'r"",,4S r covers ~ b~ can- 8frue"i'__ G" bele", ",,"fe,1 4Tre"" :JrMe.$ b,JI _;ver <!!tOn~r.P~t"I"9 C'(VJrn!lcTl:>r '7'D ae:Vu.-r ~rBYd:5 "a:J~r,:5 1'D o;t"I'ICil!JI ,!/rilde ~-Jer p.t'v1n9' 's.) M_holes shall be ~fecl rnSit:le{indild,".! m6nhDl", rid", clJ8nnels (.JrtNle rt~s) lVifh #vI1fJ ,PnJt:'ess 81.ii/IC.C No. /'zo-F,,,r"'" H1sr,//.>'?<>n, 4.) M;;,11c1e ;vllhJr S'bf'4 .shII// De 11>0$1'"8//-' "'ifir P.I/.C"A.8..!J. "r,4,C'.P' 1",;.-_. !J)J.lkn " """,,1Jc/e ,s 61dd,..4ed" )f" c""'""r """t"l!Jr 'f"rt,,,,led SMcx:rff> r4t<lsh IS "0 be ,.,I.",e-l 111 AeN ";'"nnel ~1Iv'. titled no'/'e" c.c1U~h ~r,/J ..,.,k n.t. .,0 h""r CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. ~ '= ~ ~ ~ ~ ~ ~ ~l ~ ~ ~,... 10: .,"l'.{ .:. ;;!" ..' il ~ '.. '" ':;/ '.. Z:O ~ ~~ " '''' :!l"'\ ~~'" ;,~tl ~""~ ~~ 02 296 r+8 LOCATION OF I'-1ANI-IOLE COVER A j 48 BASE PLAN (/ I ' ~"T#ICKNe5~qH5Vr : ., '~/:-7s-' ./.s' """TAR .A:JlAlr AliZ4T.t-Y . {.r., . ".' 5T.f'1/I1J: r /l')//ffEO: 0,( , -, "'" :',.: '. ...,' ,'. . "I ,PJf'eRJR#El? MI-P- . '. ~ ",' ._, ,4/7PEl? RE,4PY n:> t/SG nA5T1~ J41NT S/?ALlNI$ ClJMffXlAJo (' ff/HEte. JOINT DETAIL .5'rE~L.~ ~&!!J~e ~~T /'?ANHOLE NATE/? 5TOP " #4</M:l<:.E . : .... ",." ~ A t , ~Io\ ". ~~ , ;:: z' ~~ ~ Ct1N~r.ET.E fA'.44t- J/WCkM'$ 6~-~-SZS" MDRX/EOON' UNO/Sr- (/l?/JED NAT/lI.," ~R CLASS EA.l3 Ie #-VATER $T.1JP WATER !JTOP PLACEMENT APPROIIED' .;:-/t;; ~ ~crJt- DIR. OF PlBLIC WORKS/CITY EN91NEER STANDARD NO. .... .', . .~ BEeT/ON t3-8 4-"- I.D. .' PRECAST REINFORCED CONe. - . , STD. 48 1.0. MANHOLE :'. '; "'IN'. " . '. ....~ . : ~~ ~. ~ ',:. HW./5/!E,voT1!!"~ ,', '\. . ,. . . r"~#. 0.0. .= () P.".r I MAc/HtU...c A!I~&$ +- ~u - ,gECT/ON A-A ,1983 301 .R....I R......~sed tf'rO-?4f:1..-' NoD. A L ~DO 00.0 ^<()~\}\JOOOOO, ~~ 0~&QODuVa~ 6h~Z600D~~~~ gBadb~~&b~OO<6~O o8o[jol)(;\S ~oaOgg D800Q~'2JeOOODO ~Q~~~d7LlDb~8Q~8 ~~&Og6Q\O~8a Qd?~aGooDQ~<:<>0 '00B800?J:J\)<:::> ToP !/JE!/Y '/ I !711'tIr Q'pe17/l?f I ~ ~""""""~""""";:Y""" "" ~J S.EC7JtJJV A':'A" M-=nhc::./es sh=l/ k C=~05fr(Jcled t:;;''' belc=>w rin/shed 9r"C7de lAr'/->en sfrr:=.ef /snr. ,?r='V'"ed 02 296 1rf.4W{O~E COYU? ~ FR,qME RE~I./JIUD D/MEIVSIO#S CliM OYEKJL/ oPU!,v. BJSE HEIGHT ).Pf.;aXI1/417 'l'E1G!(T . 221/' 33~" 6" 4SO A ~ .J1jc!J -.IE s, J. Manhole COYer shall ~e rlesi'l/?' edfbIIUI.$.H.O. ;(-/<O I loaa'/I7q" I ;?. Casf /roll shall hare J7fi17'mod11 tensile strenqlli 01' 30,0001/;51 per 5fuare IAdl_ I I I i M..,.,nho/es sholl be C~nSlr(/Ck:d,1 'Ie> 9rad<: when /n ~"""'e.d sfrec.r or unS4Jrf'aced eQsernenj , ,1"S,,~~-/~,1 ,I/-=/~" , I '" Po<=. c. " I ..o/]?T ST/15ET ) .PA!/ELJ STJ?E-ET 9f/ E EN/.N h _ $,[ CrJ tJ.Nu Y;/f?V. .FJ?--"J./Yjg _ _ ~jJ~!;lf/;krJ~cZ:'(:?./r!:-!J,L!!!1 $Z!!{!A7J~.;IJ CITY OF SAN BERlIllRtJIIIO - PUBLIC WOI2J.','O DEPT. ST4IVLJ,4/?f) DRAW/lYe; Mll/llflOLE COVER .4/1/.0 F.R4/rfE .4PPROYED ; AUf/us! R9, /9" 7 ~ -Z ~~ CITY E~ //YEER ~TANDAI?D /YO. 301- . 02 296 &'11.:3 WYE V~.er.A W~r/l/'1~ ~/Q,.~"(!e("aTC't!ld~ ';/;~t:l.Irb f ?t. V~riable r. 3- ZC:83 V.rillb\e or p ropo~ed mill"> Curb L,'ne Properh) l.lne 'L~ "r7,- , , ,. , , 'l- lc P1U9 45" \..Sfd. WL)e or Tee, or ~td, Cuf in connection as ;approved PLA~ Plaee 'I."."'" (Mln) "Urker at end of ..en Ii hr.t .C i '-' . u , r \urr.ee or S.rreer LVI'." LeH<<r "5" m.r~ecl ,'n f .e<< or curb ~ f ~/////1 . , ..... ~:=II//~ '=; i 1 J -fr~ IJI/~:""=~:: - v~;/ . .' '" ~+ "5 ~ tJ ~ Q. c -Gll'- - L J "to.. r.- .!: ~ ~ .. E",'~+,n'l or proposed wcter mb.t;' - , e bj J \ I c:..-~~~n. iril .,~,./~ .c ~ '.s .... -< '", r \ Slape ur .f OZ';' ~ An~le "."abll! to clear ...,~in M:I)l, 4';. PreFerrsd ~Oo J \5.Mlf""l, ~ftf MIn. Slope up; z Yo (~ \.lore. I ) E LE VAT lOt--) I'JOTE e,: J ~vver 1;;lh:~ra.15 shbll I,<'!l.ve obo m'ln;rnum s.lopc or z~ e><ccpT 06-:' o-rhe.r-......ise. s~c:....t:'c..,l"j noted on ~ pl6ns. Z P1u9S C.hbll be C'C!!l"T"'lenled I"n with ceme:nr mor-+~'l"'", or shbll be. f"\~?,,-e.ne 5f-c::~ppe, 0,.. d,pl"='r-e........e.d ~u_r. ~ In no CA.c;...e 6h.11 b toter-"" I connect -+0 t~ se.,......er- lTl2ll'n dt.-ecHy on top of ft--e pipe 4 Wher-e .b 'pt.&r-wd6r-d "cut in Wl.Je" or- Tee is used I it shobll be sur-r-ounde.d """itn boo or Porf-Iand Cernc::nt Co.hcrete. 5 L~ter-..Is e.h..U end ...t +"'" pr-operty I"ne unless oiherw,'se ""+,,,d On the pI......"', G Wner-e c:\eb....bnc.e j~ te'i05 t-hbn 1.', D.. stcndord Concn:~re Encc'Soerrc:nt sh~\1 ~ lnst.e..Ue.d .for- 0. dist.!l.nce of" 5'..0"0,"" a'di-,e,. sicb of t~ w.ter l'T\bin, REV~ A'<W:!':'_<[tMa'~:"'~~~ ~:.:..~~/ ?i:~ <U..J CIT'( o. .,AIIl e..lt t.)A"tl I III 0 ,PUl:>L1C WOI2<S5 DE-PT. SEWErz LATEIZAl- ~OIZMAL. CUT AFP~~eo ;;;"-1 ,l9u Qr2/<t;~ CoITY ~"'GINlltl!:e .4~ 11'.'~ .-...-------..,--.. -, STANDARD ~.. .... -' _~.:. ~:J_~e?__~~!e C ..30~ 02 296 1/// W !)' w ~ 'fI'\ 1\\ iii ~ /fll. ~~ \\" / e - uu" - ~~r ~ ~'I\\ ~ ///.'1 ""I 11/// = "'T~e~CH //I/f Io.4EIo<JUIZt!'MSWTJ' AQ. ,,"I ,.... &100 MA1:Oe 4T TOp m IlIil~"'/= ~" PIPI!" / F'20M Sc>1 L- . ! w 0' w (MOW. I J . &ELOW HAN'O 5HAt='E"O Fczc:,"'1 G lZ.A"-'L..''-Atz t:!>e.'OD/~G, I'-1A-re~IAL ~OTE J-J OT e:: :fl 4/-z - W ~ e" .....~",..."..., c;;' ...,...,....."" ,...O~ 1'11"'10: ::lIA,....IE'TIC'1L4 ~' .......-zo UW~Ct.-. - WHE,U "T'1tE~ WIZlTHo; ....~E: G;lZ.&'AT'!!'lZ:: TW.- ,,__. TWIE CITY Ef"/60IWII:IIC, MAY UQultZl!: '..fTA,U....T.OIol OF CO"C1Z~ c:.c...~ .~I"'c1J. RE.V. I Rev..3,.,i &'fo"do..-J NoD :p. l:IT'I" OF <;AfoI 8EIZNAIU)INCl . PUl!>LIC WOl2...,S DePT. -r-r'P'JCA'" BE.t)O'~~ f T~E.WC~ WtDT"'~ ,AtJIT AlZY ~EWEIZ5 ~ STOeM 1)eAl~, .sTANDARD NO. 30fD CITY E"''"''''E.1!1l ,~Dowe.J I ~3@ 6*o_c. ...lnc/'or~ -. <-' -1- ... )1 ~)r-I--I-~ I--I--J-~~{~~ :--..-Rad : l.--!- + IT --, t..,i-'OOW~: ~I-li +~!:: i~~u +lEr@'"< -;-- -t; + :-Anchor I' I --- ' I.' 1 jl-r += ! 5j~-- I : --~ pl=~=~ A : )J :it ~' A I lL ....Anchcr HALF PLAN 5YMMHR"AL ABOUT A-A STEEL LIST ALL STEEL REINF"ORCING ."'3 BARoS , '" .. I ,... 1 31 t .~ ." ~ ~ ~ '" Ol~ '{i <- ~I " "I ~ ~ ~ ~ ~ ~ ~ '- r ~ ~' () ~ 0 ,1 '" g I" ~l~!~ ;< 0' 0 ...,' ~ ~ ;< ~ .' c 'll o! ~ \\:jl~ ~: " ~.~:':::: ~ ., ~ , ~ "- '\'" ~ " ~ < v, " I~i~ ~1. , ~ lc!~ .' i\; '" .0 ~ "l :!) t i\i ~ <- ... .:: -I..... 0 ;t " u ,I( ~i ~ ~ ~ (! ~ ~ ~ ~ " '" ~ ~ \( , ,,':! ~ ! u ".. "i; 0'- " 0 0 t:) 01 t:) () .a . . ~ ~ <- Il:: i " III lQ III <ll III III III III Q 't ~ <>.: W 3 2 28 6 0 0 J 0 0 .. s ~ ,': I ~ 2/ J 2 Z 0 6 0 0 J 0 .;- 7 ~ ~ I ~ 0 ~ ~ 26' J 56 0 0 6 0 0 J 4 9 . r 2 <n '" " 8" I' i -rn "3bor n L\~- ~rJj DETAIL OF DOWE L CITY OF SAN BERNARDINO-PUBLIc. v.o12~5 DEPl CATCH BASIN NO. 3 [)tJ.,.,~/.. ;~.,;" \Oi ' i- I r...: -, I :4- .r-- :, \Di "~ ,+- ~I 4 .L- @ .3 Rev.Z. Re, NO. 02 296 Monho/~ rrom~ and Co..,er (Oo/:,/.) per Alhambra No. 1531 or oppro",~d ~9uo! AnchQr ';' IJ~Rcd.--: ,'~ roc~ An9/e ... <f ::. ,(lOQ,hUJ .'t "I?o(fi/J.$_~ ~'Z.Ste'P. S~~N::Jtt:~ '. " " I '-,~r!J(e.;t,on 801" J~= IVcte,J J"Rod.-, .slope to Outlet from all Jlr~ctlon. - - -- ~- :-~." .. ,. ,""' . ~t " :"."y"" . .;.:,- JuIJ9ratle opt'DflQIIV,th contractor SECTION A-A NOTES Conn~ctj"n pipt!sond outlet p'-pes moybe placed in any position around the. woll~. CurllaltJr~ ofth~ "P and $idewa/13 a/gutter ,;pening 3holl oe formed h':J curved lorms. l;jm~n"'tJns t. 6- /f v,s 4'.O-orle3~ /. 8" If V ,'s b<tw~en ';'-0" <t 8'-0" t . /0" if V ....5 8~O- or /110r~ V = 4 ".0" u,;/e"~ otherWise ,Specified W'I" '-O'vnless atherwlst! .specified ,:"/ oar of b03k7 ~hoIl b~ 'r".~/ed to 0 hard Jmooth ~urfor:e C1l7d shclls/ope from o/ld;.~c"'Ons to tht!!. ot-dlet, J!onno/es shol/ be ~/cc~d akmg the back wall n~ar outlet. O"tlel p'p" snaIl b~ Ir.'mm~o' 10 hnol.s/Jape and length b~;orc concr~t~ /.5 povr~d. rrc/edi"n 80r Jlloll b~ Insta/led when Curb face 9r"ot~r than 10;' .see OWJ No. 41/, -5upporfs' S~< Dwg No. 4/0. St~p.5: II V 1.$ 3'.6" or/~ss,non~ r~'ltJirt~d. If V,':' ,)"-6# to 4 '_OR, place on~.$t~p 12 "above rlDor. If V is more than 4".0", ploc~ s/ep~ 17" apart w/th lop ~t~p 6"' b~/QW top of COII~r sleD. SurIClr:~ of 01/ c:xposed concr~le shall conform In slope, C;rodt:> , c%r, ((rllsh, Clt7<1.scoring to ~.rtst"'n9 or proposed curD ana SIdewalk Qdjoc~nt te t/"")(~ oos'n. @PIC// d: r/o~r -,/~c/ reinforcIng se~ DW3_ No 408. Curb face.s o/catch hos,nopel1'''Ys .shallbethat af e,m t,;'9 curb plws 4 .. or os cthywis.. sAo"m. ~Vis/!d No1'-: R~y';sed /IIoft:$ R~I"I'~1'r:1' .s!r,~d tV::' HiC.'vi.siQN -f'-AJ.;N /I~ . ~,.. v.,s 0.1. APPROVED (-9 1'372 ,--. . ~ -- ~IT~~lGrN{~R~- STANDARD NO. 405 N.:J. li'r..,isio^, Rt-Y. I K,V/JM Slo",dO' ~.v<td .t:>.,.~ 02 296 " i<J (} 61 --r .1 '" 'u . ~ " Anchor \1 :\ I, :; II II I, \1 \! II i' , \: i Ii \ , I I ! , I , I 1 \ ~I -;;., t' el \ if II I I' '. " r- -- I ~ /,- ~ I 1 J -,---,-- ~ 1-++- 'I' W-' , 1 h... I~- T74~'\ tl r~-'=- m, L__ ~~ Iy.:' : II ~t'1'"'9 ....~~1~ A~ I: iT! : 1 I I -+-;-- 14- I ~ L___ ~M~O~ ~ ~ ".- c~ o . ; ~ '?~ '... 0 \ 'l4 I. I' ~. I ",. ~ ... .4 '1 h or">O I C"lt'lc:hor b"lt- in f"C'"Cl~ to be. p\Oc.ed h-e.rc. I" "I . . '.'b,. \ f i :. ~'~ .. ~.~" \ ~ .~ I ~ v:.,..,.( ',:;.'i I ~ . 01 ~ ~ ',' il "2 .: ",;, .E'~ '7 '1', \' & ! ~~ '<:I'~I : ~ I g-l '.. ':--'. 'I~:".'I ;Vi I . .,.. .bi ~'" ;;. '-: :....! ::.,~. 2~:,;;,t.:J SEr.:TlO~ e,-e 4~ I '0 I " In f rn u~ fO'l~'! ~~ I II I I! '!!l I I t I J-, F'L:~"" . /-.., fo. t..ce onqie see &ree\ h.t y. Rod'~M_ 'Q ~"p."r..ctio~bo,--,~~ ~ e"" . (s..~~.cFooqt7ioplaneoF} I' -r . _ _t - e.u-b Jill....'" ."..ol"''j M .~ :~. """"". I ,,,;, -1.. -;: .,u. .-10~, '" , ---,- 'il !.~ 1 ~ 1 ." I ::oi t hr--j.! ~.12ociius::a: ') '_..L _ . , . . 6-1 ' . l"rx;;nor ~ ~:..>, ---~ 1 Sr".,dord Fro..., :i.~. bol~ 't " . :. Anchor "I and Gl"'Cltinq ....ih 1 ~....:;,. bolt CO an~r- bolts ,<:.b ~ 1- 10" , I Full weld-.... ~r .J- OE-TAl L OF A NCHO~ ,'.\;" C.c. fo" T !>as;o 'l"G"c.c..for 10'o.sio < P," rlM"jO<f; bar 1~. J . ,-11]i DETAIL OFDOIo,ELt.. III III " c: , . ~ '+ ;; I -b- UJ , +. ,{: ':,'r, ..I,'.c;" STe:E:L L.IST r. '. "'2 c ~ f D 111 .2} o I eo.."'C J!. i ,~~:!.JJ. < ~ f L: jO. 0..2 ~ ~,L :'-~'-"i 4"$.\!J~'" ... Ii ! e'.()' 0 4 0 11'-0" 4 0 IO-C> 4 ',,' -"<- .r ',-: '.r' . . ...y. ~ '. :~~~ '11'7' I~ 'Z 0 0 W"O. 17 0 ~ 0 W'I~' 'ZO 0 0 "< _n_' .._.__,________ -l- &oJ -~bqro~f optiDnal Wlh-. t_Qf"l+n::ac;ta~ ________J SECT10I'-J A-A CJTY OF ~~N ~ERNAAOI"10' pue.~tC WORISS DE"PT. BA51~ 4 STANDARD No, .4PPrtOYEO ~- r , l~S -:. __r-:;;z ! .-/Y./' CITY ENLiI/JEER. CATC~ ~~, 40~ 02 296 '-- V.o!:~oh~_-i /( r _~_.__.1:. I;'~~:;_ - __----l ,_ H :: , CF. I: : ,.: :,-Pomtx I,.CF ~:....---~--~--'-:~-=..::-=-=-=---,..-=-=~ .. ---;~- - '- -ii;';,--- --.slr-Gr---,i,.....-:~f~~~c~s.....~ ~ -, \\C,-1 ,jr~ (lote _)-~~._._~ ~- .1 Kl! ,,,",0, ,ot.. Gr"~O'S~- -L,'nc '-PomIM 'Il~ 1:0: \(05'(0'9"' ldge : G I i'" L,..;:.. 3'rQ,'nIGr(]deOr.s~,.,ote"(- ...nu.:.... See note "bO/W L.. L!~:.r\.r~e'nole'b- H ::-:_-_~ ,"~oundoff ~ 'r' ,,~ ..' ',e.....JI l - _.J " :":." I :, w : '...... ~ PLAN SECTION H-H L- Top of C'-'rb .. 7 ---, Normol_Gu..!~u _LJne..1fl_ _ __ _ -111 ~ _ _ . lE:L... Cede!] 8Q.5.i~ Variable:' , Opening NOTES ELEVATION TYPE I o. Locol D~pre'33ion .shah be Type I unle3' elherwi.se 4pec.ii/edan 9~nero' pion. S E/evalions 01 Outer co,-ner$ (,me of o,,;,side edge, ex/ended) Shown oJn gener(J! plan. /1 no e/etl~'lims '-'rc spec,lled, the "~fereQ9~ 01[,,;;.:11 Depr~.s$ion .shall conro.~m 1:1 fmJ:,hco:1' ,Str~t! t 'surface. = Om" / I FI.... SIr. Or. "?' ;-.-- \\(.;{u(. l' ~ 10,,' I .. ,~i . Ll/.- See: No'e-h-..:"i;,s-l . 6' ~ i"- 'l : I I CF I L._____ __ ______. 1 r-.E.~~ , , ,"..:..f; ~ . , ___ __~.F.. _ un _ _u ' : F ow d W = 4- f~c::.f unJe~$ :J/;-I::i;'."II~e .:ipe:.:.I.::d L = 6 F = 3 f~ef whet' 0 CiJro foce i:; ~hOWf1 LJI po/'n! "X-, otherwist! F= K K:; 5 I~et unle33 olheiwi3e specdiM A = Area of Locol Depr~S5ion. e. A curb foce shown on the generlJi plan /e3J than .>-( distonce bel,::",y ;'Q:jtn sholl be oppl,ea' at poinl "X" with F: .3 f~e/. r Sp~cio/ dclail~ governing fhe consfruction 01 Ih/s L.ocol Dep.~2",. 0.7 Y~rf"ol curve shoI'Vr) ..;n 9~nc.-o; pion. 9 (' = Y~aO p....', of 28 dCJ!f~' --:T >, '-i I '. 'I , I -.~->-L-L ~ '.See NiJ/e"b" PLAN Top of C~C':._.~ -- - -- - no ill' , -- --. - m::- -- u_ I IrlCaichB_o,ln' IZ"! r-- I =Fen.ng I ELEVATION TY PE 2 R.V! I Rc:"vlu.,( cJ'/Q~d~ N" No. Ile visio'l ....G.. .... A i-.",~e:I . .te CITY OF SAN BERNARDINO'PUI)L1C WO~~ DE1lT LOCA L DEPRESSIONS APPROVED (., -. q 1912 I \---: '-J I (/~Vo' L. ENGINEER ._~ CITY .sTANDARD NO. 407 TOP SLAB STaL 02 J{ '8"= ';". O. or 1_"",,,,, opplicobl_ CB. d....9. 29 6 If 'B" is gr,ol_r Ihan 4'-0' special des ignis re9uired I r ~~!ll [C'NG!iI V FRONT WALL REAR WALL END WALL FLOOR OF OF T -STEEL STEEl STEfL STEEL "> l C" C8 JfOt"1Z Veri florl/. Vert h'Ortz. V~rl. ~:~"', J 2"C1~or - ~ J.sto 7' to 4' 6" ~.J€>6. '~6' '.).." ~'" 6" ".J",~" "'>>6" ...."e:> 6'" ~ 1- -7 j.~fo 7' 4'108' ~" "4@11" "'.!.IOI?" '41<>" ....!.(OII" ~.!.,"Ir 1-'4"'1<'" ~""?" /J t j - " - ~ H/or' BIoI?' 10" "4[0>10' "4"'10' """'10" ""-"'10" "/..::JiC" '4G>/(J" "'4<<>10" Z~Cleor 14' 104' 6" ".3@6" "';@'" "'3'" I> ~@6" "3.. 6' "J",6" ~",6' J LJJ 14' 4'toB' CJ" '~II" '4"'12" r<1.~/r "'~/!' "'46 ;r "'""", I!' "'4~/r _ :...,J. . ~~-~-. 14' 6,/0/0' 10" '4.,/J" "Lr.JIZ' '.4r.>IO" '4[0>10" "4<"'10 '%",m" ""4",,10" U,e ~'olir:1f 10 \. ; I ---.".- ~.<; 1 II.' 1010/Z' 10" L<;:6" '"4>/Z" "4",10" '4@lcr "'4€>JO "4€,f()' "'4@10" in V~;/ ",hen ~ ; p05itlOt"l of ,~ SECTION WALL AND FLOOR 5TE EL /n/el (J..,d oulM r~L1;rcs it. ror W ~ 14' or It~5 See Schedule to right -.. ,,; , ,,' vl~:~'~ , "' "' t1 ~~o- ~ " " ~, ~ ~;~lt ,~ -.: , ' , ~' ~'~-r +- =t:~.:La +-4 " . 2" C/eor ~ ~ - Bar.< t ' ~ OJ v -Lr,." L 1:,+1 4f . .~ ~ 1=!=-:3-' : . ' '1 "~-~ ".".: 0' +--t-:-~~ti+ ,,>" , ,:,;:, ~7- +- +a:- " 0 , _l'~Cfeorl U1ll 8~~~_~____~ I I 80," C4J <;)lQ FLOOR ~ 11-"" ] ll.1. ~ I- '"'0 Dlc. ~ -'-'1 I y ll~ ~;:; V rRONT WALL RtARWALL IJO WALl nOOR .3"Cleor. :' y OF T .sTEfL S7EE L :J7EEl ~THL US~ valiey to' ",,- rB. 'W; J/OR/Z AAR' rl flARS , h'olt/,Z. '"'...., T"IE 8MS ~C> JlO~/L v v,!,ltr: inYl!rf Nhr:.n pas. "JeW"1 '#3@12" P"~/d" '0- #4~ 2'4. d,on of mlet and 104' 6" "3~?~' :#'4@Z.r." #',t@C.4" -0 "'~ ol..lf/~l rcquin:s il. ~ 5' 8" "3Ii!ZO" " " I - " kJ@I4" ~'- " -~ 6' "3@/2'" "'.3P/O'~' " , 00 SECTION " , " lO' " "J@8~l"i , '- -": 7' " 1=1.'" 17" " " " " -." " For W go:aler thon ".3e6\''z'': ....o!'24" 0_ 14' S~~ Sch,dul_ ta I.. 8' 10' "';@I)" " " 1".3@//." ~ 0 . -~ oQ #J@7Yz.1 "',J@//' '- '- right 9' 10' ~4@/5" " , $4 (?20" -... " 0 '1;@I<,1 0,,- -t 10' " '4PJ/r - " , " ~o " :':@II~'I~.s@lC" .~ 0, II' " 'S€JI5" " " "41?1r " <:Cl " NOTES: te' 10" "6@1l5" ".I..,""" ""'@9" !"6o!'zr ""3@IZ" "4@/~" ~~/I" <3.., ""'''2"-- I Walll- floor s/~ei r~/t7fo,-clno show,? hereon .sholl be used w;;h Cofch8a!5,n Owas. 2, Far Cafch Basin Mo, I, T'~ G" for all V depths, ~ a Rev.Z ~evi.seo' IVofes ,/,,~,,7' fie" I R~...~:.U'cT Sr-Q..,co...(7' No .~ No, I?ev/~;." _ .____ ._.~../"o\l'.d "Pale I ..-..--.- ---"--- ._--"-"- --.-.- CITY OF SAN BERNARDINOPUElL1C WOQI)S DEPT CATCH BASIN REINFORCEMENT APPROVED r~-q ,)972- ~ .;l.Jr::J'J~' CITY Ef'.GINEER STANDARD NO, 408._ 02 296 ~, 4'- 6" 4'- 0" -j . J" ~ PLAN LOCATION OF ANCHORS ON L1~6"J(3r)C.3rllr ANGLE .L ,. ,~" '5' " 05" "S. "S" II II II I II II II 11 PLAN "L " No. of Anchors '5' 8'-0' ..3 ..3'-9N 15'-0' .5 3'-7~' c2'-O N 7 3'- 7" i'9'-0. 9 ..3'-6 ~. LOCATION OF ANCHORS ON 3f-31"-1" ANGLES OVER 4'.6"'N LENGTH /0" ~'2" ill x (j"( I~nglh oflt:rwddJ,dectrical/y w~/d~d studs, Ndson H4-F shear connector or eql/OI, @ .30" max. " o. c. Locate. end anchors . ~ as .shown above. ~ , - .i" 4 Fillet Weld al/around----, " 10' . "'l I i" ? steel bar -,' DETAIL OF ANCHOR ALTERNATE ANCHORAGE '* NOTES I, All angles sholl be galvanized. Z. ... If alf<:rnate anchorage is used, number of anchors indicalc hereon Jhall be increased accordingl!f. CITY OF SAN BERNARDINO PUtlLIC WOI2.~<:' D"'PAr.<TM""""'" DETAIL OF ANGLE & ANCHOR FOR CATCH BASINS #0. APPROVED 'c - '7 1972 "r ~). ,~ l .v!.v" CITY ENGINEfR .sTANDARD NO, 40' Top of Colch z." basin . .01 '- :Ji u! .A, .. , 4 r III ul 0' lJ... , . , /~ hOle -_.' in angle j Proteclion-''" -. bor '. . ...~ . , . ... SECTION SHOWING SUPPORT IN PLACE C.F. C.F. "B" 10' II" 17" I" 12" 18" I" 13" 19' Z' 14" 20" 3' 15" 21" 4' 16" 22" 5" NOTES One sflrrup for protecf,.on when curb face (C.F.) is mort: fhan 10" and no/ more Ihan 16 "; When curb face is mort: than /6" and no/more than c2", second stirrup 6" be/ow firsf stirrup as shown. CITY OF SAN BERNARDINO -PU&LIC wou.",s tll<PT DETAIL OF BOLT SUPPORT FOR CATCH BASINS 02 296. co . <\I =.. ~ <<) . ~ (l) , >Adjustoble Stirrup I , I I l' ,.-70 for curb faces - from /O"to 16" 40 forcurh faces over/5" LL U \I ~ I-~ "li ::t l: " ::::~ "t" ~.... u l('? "e..... ~" ~"l _--I" i/J Galvanized , , Steel , '--Nut or Bolt Head e\IC I ~ "Jet! No. ,R"V'-VCw . A 'P'0Ved' APPROVED ~~1~ --...."" . CITY GINEER STANDARD NO. 4/0 t'. 02 296 Flollen anchor sufficient /0 ./ I ./" 5" t, \ ~ '..\ \\ ~" SId. Golv. Wrour;h I Sleel Coul'lin'J-1 \\ ' \, ' Coup"/Inr; 10 hi snug over enftre lenglh"l,l '? 1.3J., of non -Iaper eo sid pipe Ihread) '. Vorioole 5" . Drill and la~ for '" x ~" brass soc.kef sef scr~JII . cenfer~d on Ihe coupJ'n9 DETAIL OF ANCHOR f Af ,~:"j. 0' >,' "X ,. Lt~n th a SECTION A- A .t NOTES: I. All bors sholfbe 'Ji."C;o/v. holro/ledsleel p'er A.:J.TM. De$ignohnn A. 7. SOT. [jorleng!l,s sho//lJolerceed 2/', em,;:!" sho//be cullofiftnlie/d, when hi {~ o",~r c/', pro/eeliD/} bor.sno//con.5i",1 of two or /77Dre 'sec!JiJn3 dependin9 upon It!nglh <,t bo~in. Locotion of special supporl bor~ and oddilionol bras.5 .s"ck~/.sel.scr~Jr' sholl b~ delt"rmint!c by th~ Cn9in~er. "w" , .....,;~J J'~..,.,cIq...,:t" No. No. ,('......'.:1/0." CllV Of l!.A~ ~EU~"lZllllJO 05' 1010' 10' to /,5' 105' 1020' 20' /025' 5' 10.30' "W" "X" Len th "x" Length '. ~ ./) /, ' , / /fI." a ~ ~ " " When CF elCl'~ /~'; place lo"u-Q pro'~clion har ~ 6"b~/ON upper tJ bar. II '" \j . ~. ~,. A,': I ............",. ...', . '-:~'~~~:~1~:. NIlM ER 0 BOlT NIIMBER OF SUPPORTS X'LENGTHS 1 i! 2 ~ 3 .. 4 5 5 6 SECTION SHOWING ANCHOR LOCATION _@._AT CB. WALL ~~, ~ '" ...... 11- "'r. " 0: "0" Cf - ~~' \r:;:~: ~,),..,','.~..,'" ~>,:" W~" ~~: " A. ,~ : Iu," /0" 22" Pue.1..\C. WCCl."",S '%JEPT. PQ.OTECT 9~ ~AQ CATCH BASINS APPROVED I. ,- 4 STANDARD NO. ....11 , rl972 ( ~.' ;:J, "'A ...J..........J CITY ENGIHEC:R ';ci i .i ~ i~ :;i~....i .. _ . _.DZ'O I.. :-: .!:~~f.'~ _" II: Q, :'...: & ~ \I". ....t...a.D, . , J _ l'D. ~; 'c u... W .~! ~ E D' ~ Q & ~OIl.!,-.~~:!lI.. ...~O.Q.t~...~ .. a: . C '"' 0 .:L ... _..;. ... ~ 0 if '~_. · II - 0 C "U _1 .. C ~= & - 0 & .. c - 0 C .. .. ~ 1: c ~~ . D_OI:..... -0 "E-.C ~ ! 0 Ofl:~~-;; i:"<-!~i :-f. .. _ : ~ i ': '0 II !' '0" - .. ~ ~ = c 't.. CO)o,. · ~ We ,,'a. Q .,,~... c 'i "DUO ...Oce:'! 'Ec c:' G~. .... i ~.D: : ~ .., C. .~.._!E .~EQ..661"" ow- ..a.....'!'c ~.., J IS ~" -.I: 'Q ... ',& 0....0 .! .. .~-a~~~;' _ ~o: ~ c: ~~_Vl.. 0.::; r"'i-C ..;. ~ -0 c..o.. CI to ~cocu ~~C~ toe 'D c: E. r CI ~ 0. of - ,,:.. .~ .. ~ .. II"; .! l f i ~ . -1; ~ DiN :I:f.:-. 'ec"O Z .. c...c-c c OO!..i2C1 E CI _ ." 0 0 _ c .. E ':I .. _;. ... _ :: CI .. 0 u_ I t..o ... 'D ..., U .. . .-co-- .....- eO \J .. 'D i5..c::G.c" I 0 -uti 0: :" ~ ! ~: 0 i E ~ 'g ~ .. e: ~ :I t . - CD oii ": .....;.. ... 6.:',- ~ = ~ ... C &. ... Z 2 = - tee ~ 0 :. - Q.. t - 0 e'O II i N CI' C CI; ~.. ~1Il ~.o~ ... .~ =~...!It.!'oQ,:"c_ _ =& ."'C:- .eel: -"O~_" 17~' e~-,g 1- jo"t: ..~__..o o..vcr.i" ~J- 'E ~~"'!:~ '.OC'Q,~- ~ ..~Q,~;~~~:e_!G ~_~~o ~~'_j~ _ ~~.-. ~~e!ci'i 'ON D'4~" ..:1.._ ....,2..0 ..:t"oo.:t'..a.:: ...t:~- OlOl)O~-" =11: cO"IOI~- -':"C ..'O.c "0" - Q,.tl~ I c" '0. ;Ie C ':_..~c~Jo';c.. ~.c" _tD.'V-"o 0 f..o l; VI:tl~'~ QJ ..~ "la.'i!:"~ _1' "': a.e-;:;"coe"'!c '";"..-.,,~. ~"'"'be~L~ .a- a.o..E~E"'iiD'... c';io~,,-...\,I)- 0 __~e c.,:.c '&"8;-::' 0" 0.1:" .._ ".CC..I:" _ ~uu~'Vou.. ..0 tN-C" o=..e.J -" _! ....r.~~~~5 ~~-a c!..5~+~.~1~:~ ~ ~~i i~~f~~C!~ ~~ SS~e~i:~i~~G~ Ei~~~..&r..o~~~ :::;~~ ;e~~~.et:.'o NO' ~C _:-'= ""';0 ~.a'i... !''D';i.a::-'"'II_ __'5..aO 1.o.J"..I:~~ ..,,:- O~ ~vio_<.~ .a"EO~o'D~=OQ,~;=~".o CS :u 'D~~~~~e-e~ Z- -~o _ _ _~_"'l;l_C"Cl...__..OC.a..l: 01:-00 c: ,..."0 .. CD .. ~::.;. E 'ic-..e5D,,5-;OE ~:l_C" ..~..~.. .Dc,V'ECt:~g~'!" e ol,.l"':"-" ..I:c,...c.......c.Q,v.. ~ i~ ..-:1"0 Q:C Qol - ~"'O ~i Em~~".! ..J "0=o..-si..;';oCi-;i5~~ ~C:;D."i. I ESeci~ ] ..." .OC-'" E IPEc_.l:" .>>0.:.... :- -... 1....:_0 ~'Jl- ;O::"'",,"nEe : !:.c~:;~;&i.....g';i~:::'~ ~; "~.e,;!~::iir.a'6 "" '0 l& .. .... I .: I' :: .. _ ": eo. .. - - ..;::. 0 :. CI' 0 .: '; ;: :; 5 ... .. 'i .. .!: :. 'D ~ !' ~. g l=Oi~~! ~ :~:~~ii~r:~E~~u~lw =~~!oil~~g~i -~ ~C~o"~~:" . w..l:_~;.~e~c%~~~~ ~~ .0' ~~~~~~~ .~~o ""u-~z~:~oG co .o:.~DC,!:-&l ~o ;;0- 1.u.,,~cE-!e. =i~e.29 WoIC. _..~..:J 0 ~'_"_~'l;l"".~Clu!.o-c..g..-~c ......!--a._etl ... :I.o:.~ 0__.. .o:.c.o:..._C1... ..... eoCiOol:o.-;0-.o:...1:I - 1:1 ~ 0'" _ D >~Wa::l ... ClI-.... AU !.a:..!w ~u ~i::~_cz: e ga:ii.eJsJUi~Q. z N ,,~ ... \j) ,.: ci ".. 9= ti 11 ~.t = a . . . ~~ ; . Po .~ C =:g -~ o . c'" ~ " el-~'",".n~II"l:nl.of,:l",'" '" '" => -' " > ~ c ~ a::I"N~ co ~ - -- " ... .. .. _'G";",O""~Cn NNNfO")...,/I'l1l"l ~ ~ " , ; . u o .. ..... ~/ "u ~lf / ..0.0:- odo " ". .Dj" '.: !'~ ,', 1-. , v' , , , , , , , , , , , , , , , ..,' , , , ., , / r---,,;==, I I --~~\.--,""- I I ~ I'" I D' , ...1 I , I~ ..,-.. : -: \ I 1"CZ:1 , 1: \: 1 ~"~: L-"~; ::2: -r-;-i , ' I , ' I :: I;' 1, Ju &:1"'.' 1', ...0 old ~.o: ""I"'l U;I~. :.:" .-c. ,--- ..--. wl"'l otl'i ~ I 0 w. :t- , & , to a'ON ale; ,a:: 1 ; r:i~--'I.w;'il~o-lIO~/8--- 1 --r"'-t---------------------- L___'=;:' , . :i ,.., . ' - , . . u;; ~ ~ vV N 1-.... I v' o .. -.. 1, ." ~. , ct, .. " :; - - -.. ..-~~ ..' ,e " :-.1-- ---- . F o . o V .- t"'..l , , ., z <{ ...J c.. " :'e <,,!L p" '.~.\' ~-~ 0 i7 ~:, /.. .. ::",0') .Qtl'l.. 1-- j~,~ o .....)I1~r--' /' -- ..' ..- ... ~ "\, I ;"X\---, go , ,l ~ ~ . ._ 1 I f 0 ~ & 'I I Ct w ; C -1~-I,---- "'-r : ',f\ enl II ,_..-'"'\\\ .: 'I '\'. ",; I \,~... ~, // ~: z.j ,,-'. -',/'" ,. .,' , ....~ ..___-."../.~1... .~I _l___~~...:~:.t;:~: ': L t ",<:,.. ~.,*,' ~'* - Ie W .:. '-~... ,-,-- ~ ;. :I ....~ f ~ ~ & .:.;.U '" '" ;;, -' 5 z ;; " c~ . ,,~ "" o. ~.-;~ !.t.I:i z" " _. _.~ :.l:i I zC: i : :au c , "" t , , !.I' f_ II ( " : ~ ~ ' " I --~~': ---,-' v c .' -.. 0_ ~, ." ~ ':. , " ~ c:. I ~ "1 Z 0 t- U w , . , 0 ... " .. o c:: C!cif'") :zz- ~ ''IT f-' <t; ~ I!' ~ _Cl: ""IJ.J LlJ Z I:l :z III >- t- I) '< ) ,~ ~ -~ " ~~ ) ~ ~ '0 V :::> o a:: 0.. 0.. <( ~ci 0::2: , ~ <; ~ ~ . ~ ; .. ;;; . " , f- N n. I W N R ill z oJ) 0:::: 0 I- 0{ :::J C! u 0 I- w V) ~ U tJ ::J .J 0::: r!l ~ :J 0- Cl)C\J 0 Z' 00 2 Cl -Z 0= l- e:( z U Q: Z l&J lD Z ::J C( '-:> lit u.. 0 >- I- - U I 02 ? 9 c. .. , ----' a ... , ., ..9- .Z 0 I 0 3Nl1 Ian') I .., ~ w!!" .OJ > -' k -' .... '" u' w!!" ;., 0 -' "- - >- wO: "'w ......---- >- a -----_.! z a 0: . I '" '" wo'" u. crm~ Q. , 0 ~I 'I "- ,,0 ~ 0 0: u. I w",. '" " -' " 1 ~ >- :r 0:'" . '" '" --------" ~. "--- 0 '" ~ ~.~t" U z >-... ",,,- >- jt - U :r xl ~ .' w ~ot: >1 >- ...;.... '" z ~ -=L._ lLI Q. :r o=> Q. 0 '" ~ Z 0: Z -----""j '-'w .----- > UJ ::.:: t;; "- ., Q. U '" I" . W >- '" "- '" >- ...'" \. 0 ~ z ~ Z 0> " 0 . ~ ~ ~ 0 . ~ ~ 0 ~ 0 a ---....-.. ~ .. -.. . ........ .. ~ . ~ <X 0" 0 . 0" 0 lLI 0 0 0 0: ~ I ~ - 0 O~ ~ ~ ...J : ~ 0: ~ <X " ~ cr ...J w z " , <X 0: ----- -. " N d5 f- " , '" Z ~ --...---- N LLJ >- 2 , ~ f- 0 -' >- z 0 Vl 0 Iii , 0 '0 III . '" 0 W : a.. ... Q. \ ,\ k '" >- .... '--' :0 k Z 0 '" " :r " ... a >- - - '" C[ i x .. ~ :r w u U N ... :r Z ~ ~ jt a 0 " 0 % Z .. Z Z ;:: ...~.' '-' Z C[ .. --.....-.. ; 1 .. ~ . " VI W >- ------.. >- U '" 0 VI W ~ ~ Z C[ 0: 0 ~ W "- W U ~ 2 . u .-, --, N CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPROVED _iJ2_,: t:; - 8.2_ STANDARD I BARRICADE- DE:TA'L-l-&~~~ 50.51 .. , S.L. I..UJoIENS TYPE A 0 B 9500 C \6000 o 22000 E 2.~500 LAMP (WATTS) o 100 150 -200 250 '" " !. W 30" 02 ? 9 C) UNINAJRE (G.E.> 11(-150 M-150 III -150 M - 400A Irrl- 400A HElaHT(~) r POLE F T INA1R 23 26 23 26 28 30 28 30 28 30 ACCEPTABLE POLES AMERON CENTRE ON lel-23F6 M80-7 .AP6 lel-23F6 MBO-7 -APt lCI.2BF6 Meo-e.S-AP6 lei-28Ft MBO.B.~-AP6 lel-28F6 MBC-8.S-APS n 6' LUIIl\HAIRE' 0,[ /rol"leO/400A CUTOFF, WITH ".E. RECEPTACL.E,140V AC I WITH H.P.S..... LA~F> (G. E. - L.WeALOX 1. P.E. CONTRO.. - FlSHER PIEIlCE MODEL fil5GO B (IO~. !I~ \lAC ,. IIALAST SHALL IE REGUL,UOR TYPE. MAST ARM' SHALL BE COMPATIBLE ,*,ITH POI..[ TENON AND CONFORM TO AST'" 4120 FOR GALV. STEEL PIPE OR 150/53 - 16 FOR AL.UM. PIPE. POL.E' I. SHALL ElE OCTA()ONAL, Sy......ETIlICALLy U""fR[O. ""ECAST I I"IUSTJlEUED CO,..CHTE I NATURAL GRAY WITH IU.CI( AND WHITE AlUREOATE, WITH ANllOIU.FF1TI SURFACE, METAL WAY It USED UNOl" SPECtAL Cl"CUWSTANCtS. 2. SHALL. It I~SE MOUNTED, Dl"tCT IURIAL. NOT AL.LOWED. 3. HANOHOL.E 'HAL.L FACE CURl. 04. 'HA.L.L IE "LUM', "'AX. VARIANCE 0.0''''f1. ~. LOCATION I TO l"OLE CENTER)- 2' fltON CURB FACE. ~' FROIll lell. " FRO" FIRE HYDR"'NT CENTER, 4' FROM DRIVEWAY EDGE AND OTHER OISTRUC1'IOHS. 6. ..ROVIDE 4' CLEAR SIDEWALK WIDTH FRON POLE EoaE. 7.IOLT CIRCLE DrAhlETIER' IZ 1/2" A"'E"OH, II IIZ"CENT"ECON. '.IoIATERIALS SHALL. IE FROM 'A.ME t.lANUFACTURER ALONO S......E STREET. FUSEHOL.OER TRON HEX C240VOLT CIRCUIll WITH 'AF fV~E, IUSSIIIAN IIIFO. 01\1. OR [OUAL.. fUSE. SHALL IE lIIJoTED AT fl\lE TIMES ....LLAST LINE ClJlltJlltHT, CPE" IUS,IIIAH IULLETlN ,FHolll. 11 ~ o " ~I al - 2' :..:c:.:tI':~:.. ". ~.. .....:LI. ,,"PLY 3 L.AYERS 1M co, ELEC, TA"E NO. 23 ,Ul0 3 LAY[RS OF TAn HO. II OR [QUAI. ~ l~: I "_leAL 4 _L.1 . i \"% IZ" NO.' &*G. PIGTAIL. - If IE.II:\lICE DIRECT '1 I~ lli~~:: f"ON UTILITY co. NO"LOX "EOUIREO 'OR ~: ~- ,\ DI$IM1LAlIl M[TALS. . ~,- ~ .. FUSE HOLDER DETAIL CAP DETAIL FOUNDATION' I, ".C.C. O&O-1:-1Z00 PER SEC. :ZOr STD. '''ECS. fOR ,.. W. CON ST. :Z.AJolCHOR IOLTS 1- 1315" I." C041 ,.EIII ASTIIl 022!t. C!TY 0F S!'.~! B~RN^.RDI/\IO PlIBI.IC WOl'WC:: DEPT. ,tlPPROVm_~:JS-- ~~_ STANDARD NO. STREET LIGHT STANDARD ~%~~~ DfR CTOR OF PUBLIC W S I CITY ENGINEER. SL-I 02 296 48" &'7 1/4" I ,..--- , , , , L___ "' ... " ~ .. Z '" 0 '" ;: "' " " "' " '" " ~ "' ~ ~ " '" .. " LOAD ~ " SIDE >- "' PULL ... '" ::; SECTION ;: " &'6" I 'I BROOKS NO.3 1/2 PULLBOX, OR APPROVED EQUAL. COVER TO BE INSCRIBED WITH "STREET LIGHTING" /- ( '\ I I , / z i '" '" .. CONDUIT DO NOT PLACE IN DRIVEWAY OR ROAQ- WAY, 3' MIN. FROM FIRE HYDRANT. SPACE EQUALLY ON RUNS NOT TO EXCEED 200'. "' " " ~ '. PULLBOX DETAIL z i '" '" ~-T' -L '~=~rl PADMOUNT MOUNTING SLEEVE .. '" P.C.C. 560-0-3250, PER SEC. 201 STD. SPECS. FOR P,W. CONST. 2" MIN. CONDUIT TO UTIUTY SERVICE. INSTALL 5/8".. 8' BLACKBURN COPPER CLAD, OR EQUAL ,GROUND CLAMP AND -NO. e AWO BARE COPPER SOLID BONDING CONDUCTOR FOR GROUNDING OF PEDESTAL I 1/2" MIN. CONDUIT (LOAD LINE) 24" SERVICE PEDESTAL DETAIL -NOTES: & I. SERVICE PEDESTAL SHALL BE MYERS ELECTRIC PRODUCTS MEUGQ ~MIOOC/SS OR EQUAL, 2. CIRCUIT BREAKERS SHALL BE SUITABLE FOR USE ON 120.240 VOLT SERVICE AND SHALL BE APPROVED BY UNDERWRITERS LABORATORY. 3. CABINET SHALL BE BONDED TO CONDUIT WITH COPPER GROUND WIRE EQUIVALENT TO NO.6 A.W.G. 4. PULLBOX SHALL BE INSTALLED NEXT TO BASE WITH I 1/2" CONDUIT MINIUM. 5. CONDUITS SHALL EXTEND INTO CABINET 1" ABOVE FLOOR AND HAVE APPROVED CONDUIT BUSHING. 6. CONTRACTOR SHALL MAKE ARRANGEMENTS WITH UTILITY FOR 120.240 VOLT SERVICE AND SHALL BE RESPONSIBLE FOR ANY CHARGES BY THE UTILITY FOR ANY WORK. 7. PULLBOXES SHALL BE PLACED ON ONCOMING TRAFFIC SIDE OF POLES. TOP TO BE FLUSH WITH ADJACENT GRADE. KNOCK OUT OPENING TO BE SEALED WITH GROUT AFTER CONDUIT INSTAllATION. LU P40efjrAt...v~ I O~""'M./Jla..v$ NO. REVISION '-II- APPROVED DATE CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPROVED ~-IS- s,c STREET LIGHT SERVICE PEDESTAL AND PULLBOX DETAILS STANDARD NO. SL-2 02 296 c~ R z-x z-x R t I j SEE NOTE 2 >- < ~l ;1 ~l ;< '" _ SEE NOTE 2 '" ~l < "- CURB FACE X '200 mm X (,'J C~ SEE TABLE 2 X FOR X VALUE < " SEE TABLE 1 " '" TYPE 1 CURe F' ACE I 1 J"~ + ~o ,,<- f:'. b7 '::<}'2~' ~+ . <'y "- (, '<I" ,,~ ","- OJ ! PARKWAY ~x >-1( ~I \ ~I \ " ' <(' ; "-' 1 BCR CASE AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER SEE TABLE 2 Fe!:;> x VALUE x. <, ~I Nt CuR2 TYPE 2 CURB RAMP B STANDARD PLAN METRIC 111-2 SHEEH OF 10 02 296 SEE NOTE 2 E DL x E,", " o~ '" 0 ,. ~ >( " N ~ " " '" " z a. -<( >-", Z'" 5<( a. / SEE DETAIL "A", "S', "C OR "0" X 1..--- SEE NOTE 3 , ( JD x " :> " N 5% MAX. ~POINT A ..~ .. ~, X=,200 mm (4') WHEN ADJACENT TO A PLANTING AREA RE-GRADE AS NEEDED (PARKWAY EARTHWORK) USE CURS FACE AT POINT A TO OETER....,NE X VALUE IN TABLE 2 CURS rACE CURS TYPE 1 SEE NOTE 2 3 J .. ~ L JD ..;., D -- X E E " E Ez :> 005, 5? MAX " 00 N 1 ~ a. POINT A ....1.., ....9~..q ......( CURS FACE CURB TY?E 2 SEE DETAIL "A", "B", "C OR "0" USE CURS FACE AT POINT A TO DETER....,NE X VALUE IN TABLE 2 ROUNDED EDGE ALLEy OR RQADwA Y X 5~ VAX EXISTING 5/W :-----..: 8. JJ% MAX A'-O CURB SECTION D-D CASE D AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER CURB RAMP STANDARD PLAN METRIC 111 - 2 SHEET 6 OF 10 STD. PLAN A20A 02 296 - . '~ 'I . , ^ ~i Ii v>, . Z, :J II e r "O~ ,0 , ". , ,-0 ~ ~I I'll ,D II 10 ~ ~ 0 I ~ 0 ! 0 It I c o-~ n . D'l 00 . i . c' ~I I , . I i C 0-7 _: I ~ ~ 0 0 In I , 0; ~i ~I , 00 ~ .' ' , 00 -to C I 00 , 0 ~ 10 00 '\.' ~ 0 "'I ~l :.I!!I "I :i e e U '" ;,,:..,0 >;-1 II 10 [- 0 0 . 0 ' I .'-0 I!I 00 i; ~~I I JO 0 ~I ~! .r ~D I 100 . 0 00 , :..OO-t , 0 0, I ~ , 00 j 0 0 ~ . . 0 NI I i 00 2.0 :~ I". , 0 : I I 0 ~I [ I CO J.IO LOce '0 ", liD I!!I V> '0 '0 1-00 ~ t ~ t ! t ! t ! t ! t '" ! t ! t ~ t a.. 0 ~ ~ 0 '" ~ ~ " '" ~ 0 co ~ ~ z z ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ w w w w w w w w w 0 0 0 0 0 0 0 0 0 ttt W m ~ ~D n" rr!!"l ITI!"! ll!!! ~. ttt ~ 1 ;: . 0 I " 'f ~ 0 I 0 10 - . 0 JJ:::t= \ 0 '..0 0 \ i i{ to ~ f 0 I . / , '" , , ;, ,f~ i to~ ~B~t~b w i , 0 Z c,;..01 .- 0 ::; j :;~ :i!~ ., ~- 0 ' . 0 - ""'''-~ =' W '~ 0 ~ )L~_ ~ z 10 '" to ,f.O~ 1-. J I ..0'; TO w ,0 , " 10 " [~ . . ,~i::!g,l Tm' .. ~ ~D ~ ;;:: Q ~' " , 1. :;;--- ,. - Jo~ ;I~'t:::f ' ~ ,d L.11!"! =' Ll.e ~ ' ~" ~ Ll!,!! ~ LL_e ~ t t ~ t t ~ t t ~ f t t t ~ t t ~ t t w w ~ 0 0 0 ~ ~ ~D 'n ~ I "':1 ITO 110 ,I IlJ '" - . ~5 10.' ;,,0; 10 . ;'::. :~ to IO:L ...0; ~~ ~ ,t 10 ~ ~ 'i; , '~a ~ "0 ~ ~ t ~ ! t ~ ! t ~ ~ w 0 0 ~~ ~.~ ~,f,:"'oo',- ::' . . C?~ ~ [I]"~'~" > "~~ 0 ~ 8< 9 \. ~ ~"' I-..d b i l..o..Ja.. ~ f ~ .,~ ci i:' ~ ~ o -, o W ~ . ~Z:'O " g<'~i~ O]:,o.c:~:: ,-, I: - ',.' wJ... "~L:~-:: ~~ " . ,0 fTQ 0 0:'" "'=' 0 . "'''' . . o:~ <", . :>0 . . .:~ 10-:'- "'. Of ...~o . > 10 > . . . . . . < < ~ ~I ~ > I_'a !---LD . . ! t ! t l ! = !I~ ~ '" '" z ::; 0: W ~~ z:i w ~ u ~ to tl.J . . > . ~ j 1 . : ~ , ~ . > > . > - ,lg n~t . . ~ ~ ~ " " c ~ z : ; : ! a 0 u 0 u a. 0. ~ ~ ~ "- ~ OOI'H:J!'l1!l > ;,. ;,. 3 ~I Ul C LU 0 Z '" .... c o ... ... c a:Ul ~= CC z~ _LUw -C;;J, u Ul....'" a:CO LU z ~~ a:G. c>- :::E~ ~ Z LU :::E LU > C G. ~ ~ i ~i '. ~ g . . 8 ! :i ~ ~ ~~ u> !! ~ .: " , -1 ~~ HJ:l~\ :t !tIjl"'.ff .." , . ~ : I~"/ "L j~ ;- ~i i ~'~ .,. 11; --'l ~;... ~ .,. 1.1 ~! : "-""1 II' !' ,J n m,', , W lJ T ' i i '" w Z "" -> z '" ::J >- I , ~)I. ir I >- "- w -> >- "" ~ , o ~ >- I ~ +~ ..1 .; 1 ;J w o ~r ~ -I ;- '" o z "" -> ~ z "" <5 w " ~l , 'I I I .'1 /: 'I s d :II ~i ~ ,,' t ','j ,. I ~ ~ " ~ w o "'- w~ Z 0 - . i:l~ <.:>- 0: w" >- . "-~ w,;, -'~ . ;... ~ .......-II~ -. J -; . . ~ ; / .1 ~ I ~ ~ " ~ w o ~ ' . :.. --: ~ f- ~. ~ -:'!]21i=_;" TO ~lll rei ,:Ib. i 1'1' I :". :11, '," -" I I j't ~e i0" ~ : :l~-f B - 1 I j :1 pOlO" ~! I 71 ' I 'ut [j to'!~~ U a , : ~ I , 'I' I ~dD'l ~D'8...L ~ 1 i .' I '~+~" j ~ I.? ":."a I ji ~I ~ j Lie :,0-,10 " ~ t ; ~ ~ w o ~-;:h ~?r r~ ~ b 10 I:i I I: 0 I ,1, I .1 113 .1 ' ~.I IS! ~ ~ g; t " ~:.rp ~] 'I, :ij" ~ g; , I , e '~ t ~ " ~ ~ ~ , - , . ~-+ ;, ,-13 .! ., ~ w o :i t ~ ~ " ~ w o ~ " w o , . . e7 ~ I ~ , . ~ .:: I e-' STD PLAN A20B 02 296 ~j ~ t~~ , , ' :g'l. TogT !o : 0 i ~o i ;' 0 I '100 ioO oo.loG rJ -fOo !::ooe I 100 100 I o I 0 ~c . 0 10 ~ 0 10 I 0 v'l a"l Ti~D1 g" z i 10 . 0 w '0 "0 " lioo. JoO 3 ,00 _'00 cr H~o ~o(] .... I ~gO jOg 5 ;: .!g i g ~ :t:-lQ ~DO...1.. Vl II'" 0 5 o 0.... ~o 0 ~ I go~ og jogl go !go og ~o 0 ,10 0 ,0 0 ....L.1Da D ~ t ~ ~ w o " f,.,..,,;..... '-I "- I: IJ .--00 co 00 00 00 00 00 00 I 00 00 00 00 t-G 0 0 a 00 00 00 00 ~ 00 00 "00100 I -TO 0 1:0 0 "-(] t: 50 0 ~ g" t ~ " ~ ~ o ;1" . eT . . I ~ I -; ! i I I e" ~ t ~ " ~ w o -.. ":' ... __I L...o -J ~ 1 ~~ i . i ~ '1: : 0 ~~": 'ai i W :)" &. ~ I l- I ~ :'~ ~ t ~ ~ ~ " ~ w o t 4 "-c.r ,,7 ";'T " -I -,- .----1=~ .,- , ~I ,- ~; T T- ~1 ~ ~ I I .,... ~' , , B 1B I -t I ; '~ ! . '~~ !1iii (j ,1 It.'ei I 1 r i; ~B 1 g - , f. !t c: 'I 5"'.,. , . :- ~ I ~ :1 : 8 i ~ ~ ~ :1 "'T S i j , <'II; 2 ~ ::!: tii ":f- ~ ~ i · I Ii ~5- I , I Jr i~rn+ r ~Gi <"" .. ~! =' ...1 , j , !:!' ,I j ~ I .1....1. 0...1 ..L. ..L l..i. :101. .L- -: -.-- """7i...j'S~;:;I.:HI5::;~.i.o~~.u.T. -.- TIe eT 'r~ ~ ID :,:!!lIn . T ~ "I tU +[1;; I "-r, i I i II -t-tJ, < I "ti I' ,;;0 e+ !: ;:::, IT: _,_.f,tl , . "I! +0 :~+: c ~; , I j J 19! i lB i ~ l' 'r ~I t~~' 0 J ~I ~ '!n.l ii ~,: t B l' ""'10, U I I ~~ ;:; , ~ h',-->-:i i 1- ~ ji-"~~t; (q;t~',1 ;j{1t . . l- l- ... l- ... ;.. w w w 000 ",!'.C: ;~"~ iO~;~":;'; :; ,,~,J,~'? n,.~,,"Cll ~ 01 S C!g, <:I ,0 l!.. i 0 t' . "U d i' ;:: ~ f ~ > ,..r:l : 5~ ! 8l~-~u ~ ~;:: ~ : "~L~ ~."~ ~::',;: :i~ ~ - ~~ '" <.:> ::J o '" '" >- z'" Oz <;;0 z;: Wu "'W "'" w", WW ~~ ->- W <.:> o W ~ ! 04, 1\ ,,; \ --' 0:-..1 --.' ,,1,1' 0)) j) ~/ I UO..1 I L ~ ..,. ~ w. ~ ~ > . . i ~ . . o . : -; . ! / / 01 ",0 ..... co: < QI- Zw <Q 5"'''' . a: co: ..;LL1U .. :00:- !i a:~ ~ -'-<- "'" ~- to- <C( 15~:e ~ :;I-U)~ ~- zUJ ~UJZ ~~:J LUO >- .0:'" ...... co: a: I- ! , . ~ ~ oi i SOl i ,~ , !: : : {n! a.:. .. !; ~ '6 . . . " D .. .. ~ i . . ! . . i ~ h ~ " ~ w o ~ "0 ~:' . .. _ i ~ ~ ~ o. i ~ ! ~IH t ~ '" <.:> 1i: ~ " w o >ii : I~~l ~.J i ! ~j~! " I' ~It -r . Jl~ . " ~ 0 &1 ri-~ 3, I j 0 r~ t 1I II I · i lO i ~ I I icY- q I I" - . T o- J. LJj~ ~ r 0 ~ II ~ LO - o '" ~ ., u ... '" 0: ... .... ~ .... .. l1. o 0: o ... z .. -' .... z w ,. .... . W 0: .... W 0: o ~ . W 0: . i I lU . : . I g . " ; &1 1 ! r ' ~ ~l! .' U I' .' . -' . a: .... :> w z l1. ,. . a: . ,~ .r I I ! .... x w .. : I r ~ t I. .J I .,.;1- .. -'r- = = - .. :---- = ' ~: ~~ :;- = Ii rt-~ H II J; : I b= 1 J ~: o - I -'- , . = iCD - .. II .. ~ L: - u .... ~ .. = ! i \ I r . 8. ~ J~ "! I .... z w ,. .... .. ... a: .... W a: o ~ . w a: . -' . a: .... :> w Z l1. ,. . a: w u z . a: .... z w c .. ~ ~ ~ .... ~ STD. PLAN A20C ~I ! i ~ i ;ji : ~ 1 l' ; i; ; .' . .. . t" i 'U . ! ~ ~ : ,; ,-' r- ."szro. - -. ..WO. ~ ~'.1 0' '.00' I : ~~i"~' ~ [JJ,........;" ~ = 2 ~ "01 i.. -.l o ~ ... ..! ~ ~ . '-' .... i i i f ; . . i .. 0:'" w-' ~~ ..... ,.~ l.... ..wro.. I i ~(Iin~ i I I t j i ; i . I i : ~ I . I &' ~ i i : ~ .. ~ a j ~i~~~ii - - ~ '" o El !!! l , ! J i ~ .. ..It .2" - ,-j r H- . ~ H! i VI i ; ! I / I .. ---- .l '" 0.. ,. . a: . , &1" 'ii" ~&mi B _-0 II II .i~ ~1lI. ..... ';- 0 :+. Ii 0 1 0 I ' , . " 0 I . i ~ rIB s i.' 0 I ~ ~ ~ '6: 0 i: - I . ': h-" i ' ... '" I -.L I : ~[J' o - , L , '"0 i i! ~- I 0 II i 0 L. .... x w .... . l1. o 0: o W z . oJ .... ~ ~ ~ .... u c tOt 02 296 . II ! ... u ii: ... C I c- - ~... II~ 0= ~ XIII'" U' Co;;i l!Jl!J . ~ a c~i ..... IIU i ~- . clL c)o .1- ~ Z . . II :. C .. . , ~, rr " . ~-.. ; i.~+ ," ~ &t .. .: J~ 5 i ~ i ~: i ..... ... CD I r ClD i ri-- J , i : f II .. U i i CD .~ p__ ee .~. ::: n . ~ i : I! 'it~- ~~ Q: , --.L i -' -;.: . . - i taJ i ' TaJ +- ~ ~ .~ ~ ~ I ::: '----- t ::: t ~ ~ w c . i ' '. ~~! .,1 i i 1 , i ~ I. ,- . ., ii ~:I ~, ~Il .1 ~~t ! I ;. ;. ~ a: '" '" a: a:" o~ ....... -,z -'" ..~ ....'" "'> 0.. VOl>. VO'" tj~ "'.... a:U '" -' ... '" a: STD. PLAN ~ ;. ;. 'ii ~ li. i. ! !. ~ ~ -~i 7, f'U~: t JJ t -,J. r.;::; , ~ . ~ r~!~-' ~ ~ I I! 2 = ;' ,~s ~~ -fa 51 ; ::: I 'e' : -;-1 ~ -' " z 1j ... ~ . ~ i ~ i ~ ~ ~ j .. ~ . . . '; i i i ~Hi ! ~l ! '" . z i " . ::; '" I ~ z \ .1 t .. ;:; \ ::; , '" , z I z ' . .. I , '" . '; U .H = ~ ~ = ~ E ~ ~ ~ . ;:: ... ... " " t . t ... -. .,~o; Ii: :.n_ulloll ~~rn; IiFI1 ~ .'LUdlJj :: r1, ..;lI"O. ~ ~'.~ 0' "'00', i ; ..... ~ : ~ .... . a:'" ~ ",-, ~. ~ ~ ...... i ~~ A20D 02 296 .r~ - ~ !:l!. .5- : " ~~ ~jj~ ~.L ~~' ~:.::: " _'-, ~ '-' oolI .., u '" ~ ~ ~ '"' -;::. -I ~. . ~. ... " .. . a: "'z "'0 0:- ...... ~.. -' ....-' z" "'.... ~vo ",i!: >0 ..... l>.", "'vo >'" -u ....... uo: '" -'0: "'0 ~... .r~ ~; '?,i :I .1 ' ~L ~ ! ~ V l. ~!!I~ . _ i~ K i li i~ i .~, Ij. ~ I . ~ ~ .: i;~ ~J!~ ." ." i h...!l .. ! i !H' . f"! = "'XI& \-' .....l ~ , j' , ~ .1 . ., ~I ! ~! .~ ~i . '" to ! i " a> I ! i a> , . . .. a> ... ~ c i 0 i \ z ~ ",:i CD I :i Zc .. ,. .~ :---1 :. "0 '" , z -'. i< 0-/ .. \ ...~ CD , -' I, "'. " , iii- a> , '" . a> " '" . O~ iii f '" CD~ I '" u , ~ . .3 ~ a>j;J ~ ~ .. ~ - ' ~ ~ m ~ ~ ~ ~ , ~ . ;. ~ ~ ... ~ " ... ... " ... " " 6 . ~ ... 0- :: : j " ! O~ . i ... 0- ~ []~~ : .. ... ..:... 0.. .....i ~ ;: Ll ! 0 . . vo i ~ z i 0- 0 -.... '" i Z '" 0- 0 j ;;0: ....... 0 . ...i!: 0 ! i!:", ,0 0 -' 0 '" :. ,/ Zo: LO 0 ..", 4 -'.... " " 0 ~ , ~ ~ " ~ " ~ . . ... ... " " 0> 8 '" .. Z C ... U II. II. C acO> ~...= I~ i Q~ '" ZWIol ~.. co~ a Is CD ~ ~;: 11:....0 = W uCZ OIl; -=2 !cA. oe>- :.... ... z III :. III > oe Q. ~(f(& I t~~~~ I 11 r J:l- ..1 ~ : W ~ i .".1 - _f -:: _::..--: - , 1....1 ~- i I..: i ~fll. I~~_-t-- .-i'li;1 ~ ~ i ~'<ll w .~ "l--------J ~~ r r . ~ K L 1- r . L., ~ L .. t~.. ;;;; . M'l w".. -1-"1~ ""r~ t-::l I I : -.... ~ i-- L w"" I . o Sj,,~1 q~o n':: 1- ~ I I OJ L -"n;'L .....-" I I I OJ LJ "'it'!i.- - ~ . -- STD. PLAN A24A '" U"L '''[['OJ 11 -'. ~:=- I + .. r r - I ~ L11 . o 0: _.1" ~ - 1.= lt~ I Cl I 1- - t<:~ !i- cr: '5i~ ~ 'l~~~i .'-- _it_3'~ 3 \ ~>i;' I a.. -'!... ~I ~i~'!l ..l.i4 ~ "" ... ... ... ~I I r I :; L ;: . ",'( ~I .' + ~ 0: i= ~ --r~i - 8' :; = I ~ ~ I ... .. -I t t'. T ~ I~ c .~ ... _ c~ S 5:' '3 I ;.:!: ~i I ~::;l ).. e:;) ... .. . o ~ ....l. N C I- I ~;:; --r N- f ,- ... I ~ I ... 02 296 TCl ~ c j I"' 110 o ell 0: " Z NI~ i Ii I + ~ > 1_ ." lie !! .... I ~ Ie 110 II ~ . ~ ;..- ~ ,! ~ 0 u. 0'" . if '.!-lIe :.:.' H ~.zlleiJ . .! III C ". ~II. I ~ t~ ~Ii.'" I > ~ C i L -..w., I -1 1M" . ~ - "1 .: il sli ;1 I .... . ~ i~ -+ I" v " .,/ r-w "'---j rill..! ~ ' H d ~ i I ~ i ~I. ; , ,. If ;;~ . .1 ~I' ~I I ....t 02 296 STD. PLAN A24B 10.--_____ II) c:J Z 1- .le if~; w ~I:I 0 ~ 88" II: III _.z 1I:!i1 ~JIII c -i2 Bill > C L c .O._tl-~~ T , ---j- --'- , -, = ,. , . , . ~-,..---;~ :, ------ I ~ I ' ! i ' t ; , ' , ~_! : i ~~---~ : l-~ I: . I C;> --------'--______ . ~~~:' j_ ,i' -~~~-r ~~ I _~_~+-~~ t-+---+---+--l--+--~~-- --~--~ I : I : I I : , : i I : : i I I : . t--, " ----I-..--;--~---;__, I , , , , I ' I .L ~J..--+ . t I , ., o 0: 0: .. i!j , :::-'1 , :::::~ i i I ~-~~ -LL~~ ; ,-~-i---l-Ll....._~ ' "' .. .. ~ '" U ..Q-U ~ 'l T ! '" I .,0 0'" ! ...J. 0:'" . 0::> 0:.,__.. i ." w ! ~ - '" == ~ = a:: 1 ~ . - .. a..J = i : W ..w ..G- o ~~ '" 0 .. ..o-..z-- T /i ....1 I I I I I I y T ..... ! ! I I ./ r..... ! I I I I ..... : ..... I , T .- - : -- I .--- I , "- L... .--- "- . 0 0: 0: ---'- .... ;, ~a; -r .- ~ ;; w l1. 8 >- ~ W D " I! "' .; " I~ ~ ;I i~ ...J. '" .0 .. ~ 0'" ~h -r ll!~ .... w ~- '" ~" ~ ~. $ ,OJ.... = W l1.w >-~ 0 ~> > '" 0 .. ~ . I 1 ..0-..' T ~ ;. 1 8 1999 STD. PLAN A24C I. \ r~" !.to. I "1 IJ"~( \., I! I Oil'> I .< I lA, Y'I , , j t II "'sn ""sri ""'0 I ~ t\ '\ _r' U h h !~ <.: ~ !---. b ~ -l! rt>.. I) ! " DO ; . ~ \II!n: -' o CD IT. ~ U &: lEV) !. . g r ~~ ~o '" <[ 15 IllS!o1 i l ~ r."'--y I r , L I I :r_; ~lf , .. ~~ _ e- - 5 ~ 0 1l ! 1l , ~ 1 . , 02 296 U) U)... CJ<( za: _w lI!~ a:::J <(Z w :Eo j ...z ~ zoC ~ WU) ::I... Wo >111 <(~ ""> en u .. ... <( ..J ~[,,~J fHi' 15 I JJ i"'~ w ~~: III or~ r---'" ~"I -----i 9 ----J .. ~,'~ I ~ ...,,'Z ----J "'H't ."'1 ~r l. " ~J ~ r----l ~ l. J h 2 . . ~ ~ ~ . . 9_ 5. ~~ E Is: i~ o. 0" . "" ii STD. PLAN A24D ... . , .~ I~~(! ..~ fr- o ,r-;. ,,~ ~ - - I . ~ f 1 E-' . 0 j 1" -8 ,.. ; 'I ~ - ." h=- " ~i ., ~ !. ~ ~ <- j 'I "I F-~~ ) '::' ~i ,J . rt II ., ;, ~ . . ~ " ~ ~ '::' .. ;, ~ ~ -'- -. . i!; '" . '::' .. ;, , ., r -'- -. . . ~ co '" ~ . :; ;" ~ o ;, -'- -. 0 . ~ " '" ~ .. ;, -'- -. 0 . ~ co '" ~ '::' .. ,.. ~ co '" .. .- .. ~ -'- -. 0 . ~ 0 '" r . ~ ;; ;, ~ -'- -. . . ~ 0 '" ;;; ;; ;, . ~ " '" ~ . :; : I tg [ : : I iI~T ! :) tl 10 j-l-- rr-f1:; :~ . ~ --- : :: , , ~ ,~, ~ f- : "'l - r '-+ ~ ;, r j"- ~ ~! c ~ . l':-:{ 1,4 ;~ ~ ;, --i I ;', ,.. ~ co '" ~ ;; 02 296 o : ~ .! : ...~ '-11: .Ic.w ~.:II D :;I ~;...~ :.l ~;z. i -III 1:11 ~III > c II. ~ . . ~ o '" -'- -. ! .1 I ;r hI!! jl i!~ i: ='"1 b, . ;i JI: Ii Hi a o . i!; '" .. .. -'- -. ;, ~ '" ~ ~ :; i !i jH: ~~ i.it ..: ...,.,a. tl ilrt ~J ;I~f' !J J~ili . i hr') .. nl)- .. kb . .' i6- I ! i Ir! j i~ ~:HI I ~ Ifil, ~ ~! mri . - . ,.. -'- -. .. . i!; '" Q ;; 02 2 9 6 T PLAN ES-1A C .. 0 j .. . .z .. \ " :10 ~ ~ ~ ! 1IIj: ! i : . j t ""c ~: . . i ;) , j ~z.- L ~i . i ->-> ; H ; ;g f ! , i " ..:1-.111 i ;::3 Ii ~ j . i i . !liL:i "., !; g; ~ ,. " ; . t .5 ~ . ~ ~:I r----.. H . I. j. ; j ~~::::iC. I ! ~ 'i j ~ - . , ~ H J ~ i " UC "I :;;: ~ ~ . ~ " i . ..... "i . i - . ~ ;L i .. -h: " . ; . " i . .5 0 i , :.... G ~ i " ~ i. ~ i H ~ ~ ! ~!c"z . . idJ j ~ ~ZUc ~ . ~ . Ii. 0 i ~l ; ;. : 2! " ~ . . . ""III ! ! ] ::1'- { " . ~.. i . '- . : ~ s~ '.. : ~ .. ! -.... ~J p { i; II i ! ~ !i < ! :-1 2 ! .111... . , - ~ H. i ,,0 !~ ~l! ,. <E I Ouo 0 ~ - z. . ~n! ,I ! I I 0 ~ ~II I ! ! & c:l [,. J ! i i ,; e}e I >- iU I . i3 'S> '" , ,~ . i.;f' I: :I; ....: C!j I . , I " ,I I -~ i .;;;LJ I ~~ QI I . . I " I ~ " I " ) ~L-: ~ G e ~ ~r-' ~liL~ -:1) .) ~ L:d h t. iI in! 1 ! i III :lilll'j'. " li~.~1ii;;J !~ e~ i~ iH, ij Ii r;;ii!!!!~:! ..I ... ~ ! 1 ~ ~ .:: ~~o ~7T'~ .i I : d. i :1 ~o 1 1= i I ~ I ~ f : 'to!! tHi~!i! __.1 I P I ~ P f . - ! I- .. ~~ ;. 0"" S ! t5 i ~lt '5; !':c ~""l l!I - II:. a. c il H i g ::-. ~ C J II ~ '0 0 ! ~ . Ilr." ;1\ -.. .. t .. ~ i.!. !:i ~ ~ i .'O ~ ~ I: ; ~ . ~: S !t : '5 a ; !~ 1;:::1 j!I!Oi ! : 1 :;ha.., ~ 1 o 8 Z oJ ......; :g ~ ~ ~ :i :; I . ~ ~ ~j ~i ~i ~~ ~5 ~~ ! ~ :; :;; :;; ~ ~ '" .. s ! ~ 6~~~J~~JI ~ ! li g .! ; ~ r . t Bi I ~ il : ~ i . ",I ! ~ ! j~; ~ t I 1!- i ; H rl " ; i ;; ~I .. - . ".. ; 0 ., I ~ f ~ ~{ , a j i i; q I! Ii j z .. z UU I!J~I!I @]~ ; I " J i j i t ~ S' !! ~ "'l;td 1i ;~ !l : II : ~i t, f .'" - . !.},:!: ~i a! j P If: i ~. i a i i t I h ,- .. 2 - I h uZ a, . z. _. lliJ ~ [;]@]~IID~ . j :i I ~i . ~. i n!~! ~i : 11 f i ! i i! J i i i i ! !:~ :~l II r : . . 11 .. i! i liii~~~ '" '" '" '" . . J .:.1 ... I!J[~][!J~~OO@]~~ ~ ; . I ~ o . . , i ~ ~ f , qo J Ie .. .. ~;~! .. !? .. ... j.. .. " o .. \I . - , .. .. i" a l= e .. It a - e ~. "f'" ,. ., sll fli ii:f:i~ Iii ! ~ii I"; r~!I~:i:i;~ !i:i. ~ ~ltr 23' j!lo'! i.:" 12~a8 UiUj~! ~~~i 3trr;fr~;ii'Jijfj!~!:;' ,'il ~~J~~!'~a~~t'I",,-!I'!it .........uUJ~~~z.iJJJ~f~u~~.. .. L~. I : ~ !.! . u' 1 a i;a C ,.. ~~ i~~ ~ . i -.0 ~ .. ..- 0- ~ " .. 3 WI i .. E ~~I~fl=jj1~'i~E &&1&8 ~i~~i~ ~ ....0... ....... S ':'..:..'i ~u~"~"'~!Jilr .....~_ ::lQ:>rJ ...iD\o!;:~" ......! ~ .........uug~~~\_~JJ~~s~~~if..rr...I"'...............~..._._ 212 AGREEMENT 02 296 AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this .)61),. day of Ser~Ll"- 2002, between the City of San Bernardino (hereinafter "City"), and MlltIeh CGfpOration (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, Contractor agrees with the City, at Contractor's own proper cost and expense in the Special Provisions to be furnished by the City, necessary to complete in good workmanlike and substantial manner the LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AND ORCHARD DRIVE (PHASE I) in strict conformity with Plans and Special Provisions No 10373, each of the Public Works bidding addendum issued by the City prior to July 25, 2002, the Bid Documents submitted by the Contractor to the City on July 25, 2002, and also in accordance with Standard Specifications for Public Works Construction, 2002 Edition, on file in the Office of the City Engineer, Public Works Division, Department of Development Services City of San Bernardino, all of which Plans and Special Provisions, addendum, Bid Documents of the Contractor and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. Contractor agrees to receive and accept the prices as set forth in the Contractor's submitted 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 account of race, color, creed, religion, sex, marital status, national origin, 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. Note: Text above appearing in ita/icswas inserted per advice of legal council on August 14, 2001, with written approval of Contractor. 02 296 AGREEMENT: LAURELWOOD DRIVE REALIGNMENT BETWEEN TIPPECANOE AVENUE AND ORCHARD DRIVE (PHASE I) 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 present have hereunto set their hands the year and date first above written. CONTRACTOR CITY OF SAN BERNARDINO Name of Firm: MIltttm ~ ~1j~' BY: ti[i~' ALLES, Mayor f San Bernardino BY: Eugene BoisvlII't TITLE: VIce Pl.sidInt ATTEST: MAILING ADDRESS: MATICH CORPORATION P.O. BOX 50,000 SAN BERNARDINO, CA 92412 ~~Ji:~ PHONE NO.:~ ;,)$"- 9/0U APPROVED AS TO FORM AND LEGAL CONTENT: BY: \~,k ...s p..."r... o''',Se I 02296 PERFORMANCE BOND KNOW ALL BY THESE PRESENTS, That we, Matich Corporation Bond 3SE 086 202 00 (hereinafter called the Principal), as Principal, and American Manufacturers Mutual Insurance Companv , a corporation duly organized under the laws of the State of Illinois (hereinafter called the Surety), as Surety, are held and firmly bound unto City of San Bernardino , (hereinafter called the Obligee), in the sum of Eight Hundred Fifty Six Thousand Six Hundred Fifty Eight and 00/100 - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - ($ 856,658.00 ) Dollars, for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and sealed this 24th day of September 2002 WHEREAS, said Principal has entered into a written Contract with said Obligee, dated for Laurelwood Drive Realignment between Tippecanoe and Orchard Drive (Phase I) in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as if fully set forth herein: NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That ifthe above bounden Principal shall well and truly keep, do and perform each and every, all and singular, the matters and things in said contract set forth and specified to be by said Principal kept, done and performed, at the times and in the manner in said contract specified, or shall pay over, make good and reimburse to the above named Obligee, all loss and damage which said Obligee may sustain by reason of failure or default on the part of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING by the Obligee to recover on this bond shall be sustained unless the same be commenced within two (2) years following the date on which Principal ceased work on said Contract. Matich Corporation ~ kr By ~; E BoIsvert Ylce Presldent Principal American Manufacturers Mutual Insurance " By C. nz'.'7"",c ~e:--::CI/.,,-:>.t-/ " z:.::.....: Jarte Kepner Attorney-in-Fact S-0757/GEEF 10/99 02 296 CALIPORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 State of California County of Orange On before me, Alexis H. Bryan, Notary Public NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" DATE personally appeared Jane Kepner NAME(S) OF SIGNER{S) ~ personally known to me - OR - D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument ~ ALEXIS H BRYAN :< ~1~ N~~:~r~~~~,~ ~ ~~~,~~~n~a ~ ~ \~~ Oraqge County ~;- M'JComm Expires Jun 1 2005 WITNESS my hand and official seal. (~L' \-t, ~~l0 ':h SIGNATURE 0 OTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT D INDIVIDUAL D CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT D PARTNER(S) ~ D D D TITLE(S) D LIMITED D GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY{IES) DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S4067fGEEF 2/98 @1993NATIONALNOTARY ASSOCIATION. 8236 RemmetAve., P.O. Box 7184' Canoga Park, CA 91309-7184 '02 296 BOND 3SE 076 202 00 CONTRACT BOND. CALIFORNIA PAYMENT BOND KNOW ALL BY THESE PRESENTS, That we, Matich Corporation and the American Manufacturers Mutual Insurance Co. , a corporation organized and existing under the laws of the State of Illinois and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto City of San Bernardino , as Obligee, in the sum of Eight Hundred Fifty Six Thousand Six Hundred Fifty Eight and 00/100 - - - - - - - - - - - - - - - - - - - _ _ _ _ _ _ _ _ _ _ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -. Dollars ($ 856,658.00 l, for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above-bounden Principal has entered into a contract, dated day of , with the Obligee to do and perform the following work, to-wit: Laurelwood Drive Realignment between Tippecanoe and Orchard Drive (Phase I) NOW, THEREFORE, if the above-bounden Principal or hislher subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from the wages of employees of the Principal or hislher subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Signed, sealed and dated this 24th day of September , 2002 Matich Corporation ~/~ Principal No premium is charged for this bond. It is executed in connection with a bond for the performance of the contract. Eugene Bolsvert VIce President American Manufacturers Mutual Insurance Co. Compan Surety , ( "~,; By ~. -4">/-7./ JaneA<'epner ~,;C7/~e~ J Attorney-in-Fact $-4449/GEEF 7/98 02 296 CAL,Ir-ORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5907 State of California County of Orange On before me, Alexis H. Bryan, Notary Public NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" DATE personally appeared Jane Kepner NAME(S) OF SIGNER(S) ~ personally known to me - OR - D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~-----~------~ i.?o>> ALeXIS H. BRYAN ~ "1/;-:r::-~~ Comm'ssion # 1306738 z 7 1....&.. f)~"1 Nc:ary PU.bfiC. - California ~ z . ~' ~ ~; '-. .' Ora:1ge County ~ ,~y :o::~ Exp"." Jun 1. 2005~ WITNESS my hand and official seal. (~ II. nr:~ SIGNATU OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT D INDIVIDUAL D CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) D LIMITED D GENERAL D ~ D D D PARTNER(S) ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE $-4067/GEEF 2198 @1993 NATIONAL NOTARY ASSOCIATION. 8236 RemmetAve., P.O. Box 7184. Canoga Park, CA 91309-7184 02 2 9 C..\ I, . ~, POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermeris Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois (her.elnafter collectively referred to as the. Company.) do hereby appoint Jane Kepner, Mike Parizino , James A. Schaller, Alexis H. Bryan, Nanette Mariella-Myers , Unda Enright, Leigh McDonough, Jeri Apodaca, Patricia H. Brebner , Suzanne Edwards and Rhonda C. Abel of COSTA MESA ,CA (EACH) . ............. their true and lawful agent(s) and Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as their act and deed: Any and all bonds and undertakings EXCEPILON:_NQ AUTHOFllTY_lsgranted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, cliecK,arSfn,i'letter Of-crellIt~-- This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all Intents and purposes, as if the same had been duly executed and acknow ledged by their regularly elected officers at their principal office in Long Grove, Illinois. This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: . VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated In writing and flied with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-In-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory In the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.. This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: .VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and flied with the Secretary, and the signature of the Secretary, the seal ofthe Company, and _ certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.. FK 0975 (Ed. 09 01) Page 1 of 2 Printed In U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this November20, 2001. Attested and Certified: Lumbermens Mutual Casualty Company American Motorists Insurance Company American Manufacturers Mutual Insurance Company STATE OF ILLINOIS 55 COUNTY OF LAKE 55 I, Maria I. Omori, a Notary Public, do hereby certify that Gary J,. Tully and John K. Conway personally known to rne to be the same persons w hose names are respectively as Senior Vice President and Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the Slate of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknow ledged ~hat they beihg-tller.eunto dulYlWthorizlld ~igned._sealed_with the corpj)rate~l!lIlsa!lddeliv!ll"ll<IthesJllcl instrulTlent as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein sat forth. 'OFFICIAL SEAL" MARlA l OMORI NOIAIlY 1'I.I1IC. Sf"" OF Ill,!~ IlY COMMlS!<<JI/ "U'"'' ""7 f 2003 ~...Q.(frn~' Maria I. Omori, Notary Public My commission expires 9-17-03 CERTIACA TION I, J. K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the attached Power of Attorney dated November20, 2001 on behalf of the person(s) as listed above Is a true and correct copy and that the same has been in full force and effect s,ince the date thereof and is In full force and effect on the date of this certificate; and I do further certify that the said Gary J. Tully, who executed the Power of Attorney as Senior Vice President, was on the date of execution of the attached Power of Attorney the duly elected Senior Vice President of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corpClrate seal ofthe Lumbermans Mutual Casualty Companr, the ~merlca':l Motorists l!)Suran~e Compa~y, an~ the American Manufacturers Mutual Insurance Company on thiS ' ,... <!- ~, day of ~4;4; ;n--,~ t; 20":'2.- . ' 8 ~ ....." r~;. ,'~.. s_~ This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. Home Office: Long Grove, IL 60049 FK 09 75 (Ed. 09 01) Page2of2 PrInted In U.S.A. 02 296 ACORD~ CERTIFICATE OFLIABILITYINS'~CE DATE (MM/DD!YY) ...... .... ....n...d................ 09/24/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Aon Risk Services, Inc. of Southern California AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 1901 Main Street CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE Suite 300 COVERAGE AFFORDED BY THE POLICIES BELOW. Irvine CA 92614 USA PHONE. (949) 608 6300 FAX- (949) 608 6451 INSURERS AFFORDING COVERAGE INSURED INSURER A Combined Specialty Insurance Company Matich Corporation INSURER B Great American E & S Insurance Company P.O. Box 50000 San Bernardino CA 92412 USA INSURER C INSURER D INSURER E .' COVERAGES This Certificate is Dot intended to snecifv all endorsements coverages terms. conditiotlsand exclusions ofthenoticies shoWn. . THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIlE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CER TIFICA IE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TIlE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGA IE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LT" ITPE OF INSURANCE POLICY NUMBER DATE(MM\DD\YY) DATE(MM\DD\YY) LIMITS A GENERAL LIABILlIT lCPSOOS4600 07/0l/02 07/01/03 EACH OCCURRENCE $1,000,000 - FIRE DAMAGE(Anyone lire) $50,000 X COMMERCIAL GENERAL LIABILITY - CLAIMS MADE 0 OCCUR MED EXP (Anyone person) - $5 000 - PERSONAL & ADV INJURY $1,000,000 - GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OPAGG $2,000,000 ~POLlCY [8] PRO~ D JECT LOC A AUTOMOBILE LlABlLIIT 1CP50054600 07/01/02 07/01/03 COMBINED SINGLE LIMIT I- (Eaaccidenl) $1,000,000 X ANY AUTO t- ALL OWNED AUTOS BODILY INJURY - (Per person) X SCHEDULED AUTOS HIRED AUTOS BODILY INJURY X NON OWNED AUTOS {Per accident) X CoiL Oed. SI.OOO PROPERTY DAMAGE (Per accident) X rnmnn..oi ~I ()O() GARAGE LlABILIIT AUTO ONLY - fA ACCIDENT =I ANY AUTO OTHER THAN EA ACC AUTO ONLY AGG B EXCESS LIABILITY TSE:2S33460 07/01102 07/01/03 EACH OCCURRENCE $8,000,000 ~ OCCUR 0 CLAIMS MADE AGGREGATE $8,000,000 j DEDUCTIBLE RETENTION A WORKERS COMPENSATION AND lCWSOOS4700 07/01/02 0,"0",00 X I~C STATU-I I~TH EMPLOYERS' LlABILIIT TORYIIMIT<:. ER E.l. EACH ACCIDENT $1,000,000 E.L. DISEASE-POLICY LIMIT $1,000,000 EL DlSEASE-EA EMPLOYEE . $1,000,000 OTHER 0 DESCRIPTION OF OPERATIONSILOCA TIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEl'AENTISPECIAL PROVISIONS Re: Laurelwood Drive Realignment, Between Tippecanoe and Orchard Drive (Phase II See endorsement(s) attached ~ .,'. U;UU; UU",' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDi~ro MAIL City of San Bernardino 30 DAYS WRITTEN NOTICE TO THE CE:3~~ HOL E NAMED TO THE LEFT. Development Services Department BUT FAILURE TO DO SO SHALL IMPOSE N B bOll &f;: N R LIABILITY, /l 300 North "0" Street OF ANY KIND UPON THE COMPANY. ITS E SO P ENTAHVES. " San Bernardino CA 92418-0001 USA II/) A y" JILl{/., AUTHORIZED REPRESENTATIVE nil/..: (7 ~ f'-</ .. .. ~ ~c-,- L/V Certificate No : 570003927309 Holder Identifier: 02 296 POLICY NUMBER: lCP50054600 COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name of Person or Organization: City of San Bernardino Development Services Department Re: Laurelwood Drive Realignment, Between Tippecanoe and Orchard Drive (Phase I) (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" performed for that insured by or for you. AI-Primary CG2010(11-85) . 02 296 Company Combined Specialty Insurance Company Policy Period 7/1/02 TO 7/1/03 Endorsement No. ATTACHED TO AND FORMING PART OF POLICY NUMBER ENDORSEMENT EFFECTIVE (Standard Time) INSURED Matich Corporation 1 CP50054600 Month/DaylYear 12:01 A.M. 7/1102 (x) NOON PRODUCER AND CODE CPG/SPEC. RISK RESOURCES INS AGCY, INC. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUllY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOllOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM ADDITIONAL INSURED PRIMARY WORDING The following changes are made to Section IV - Commercial General Liability Conditions: The following is added to Condition 4. Other Insurance As subparagraph d. Additional Insured: d. Additional Insured Where you have entered into a written contract or agreement to name a person or organization as an insured under this coverage part and that written contract or agreement required this insurance to be primary and noncontributory, we will not seek contribution from any other insurance unless the "Amendment of Other Insurance Condition" CG 00 55 03 97 endorsement applies. Name of Person or Organization: City of San Bernardino Development Services Department R~Ufflwl~.~~m"4 B_~ TIpP'~D~ ~d ;;ZDW' ~h." I) AUTH REPRESENTATIVE DATE GL CPG 32 (3/02) VI!: i::JO !. . ACORD,. CERTIFICA TE OF LIABILITY INSURANCE DATE (MM/OO/YY) 1011 0/02 PRODUCER THIS CERTIFICATE IS ISS\JED AS A MATTER OF r....ORMA T10:>l O:>lL Y Aon Risk Services I Inc. of Southern California A:>ID COi'OFERS i'OO RIGHTS \:PON THE CERTIFICATE HOLDER. THIS 1901 Main Street CERTlHCA TE DOES :>lOT AMEND, EXTEND OR ALTER THE Suite 300 COVERAGE AFFORDED BY THE POLICIES BELOW. Irvine CA 92614 USA PHO~E. (949) 608-6300 FAX- (949) 608-6451 Ii'OSllRERS AFFORDING COVERAGE INSURED I~SURER A Combined Specialty Insurance Company Matich Corporation l:-<SL'RERB Great American E & S Insurance Company P.O. Box 50000 San Bernardino CA 92412 USA INSCRER C L'S~'RERD I~SCRER E COVERAGES This Certificate is not intended to snecify all endorsements, coverages, teons, conditions and exclusions of the nolicies shown. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLlCY PERJOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIfICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF I~Sl1R-\~CE POLICY ~l1!\lBER D,\TE(MMIDD\YY) L1'flTS DATE(M:\1\DD\\'\') A GE~ER-\L LIABILITY lCP50054600 07/01/02 07/01/03 E.....CH OCCl"RRENCE $1,000,000 X CO\l\IERCIAL GENERAL LlAB[L[TY FIRE DA\fAGE(i\n\, one lire) $50,000 - CLAI\IS \fADE [2] OCCL"R MED EXI' (i\n\' one person) $5 000 - - I'ERSO?\iAL& ADV INJURY $1, 000, 000 - GENER..lJ... AGGREGA IT $2,000,000 GE:"'L AGGREGATE UMIT APPLIES PER :J POU,Y PRO. PRODL"CTS - CO\1PIOP AGG $2,000,000 0 JECT 0 LOe A At:TO:\IOBILE LL\BILITY lCP50054600 07/01/02 07/01/03 CO!\.lBI:-.IED S[J\GLE LIMIT - (Eaaccidem) $1,000,000 .::. A:'\Y ALTO .\LL OW'\ED Al'TOS BODILY I!\;JURY - I Per person) SCHEDl"LED ..\l'TOS X HIRED ACTOS BODILY [J\JL'RY X ~O'\ O\\"'\EO ALTOS (Per accidenT) X (011 Oed 51.000 PROPERTY DA\tAGE X (Per accident) r"mnn,.rt i;1 000 GAR-\GE L1.-\BILlTY ALTO 0:'\1. Y - EA .....CCIDEST =1 ^" ALTO OTHER THAl\" EA ACC AUTO ONLY 'GG B EXCESS L1ABILlTI' TSE2S33460 07/01/02 07/01/03 EACH OCCL"RREJ'.;CE $8,000,000 ~ OCCTR D (LAL\fS \fADE .....GGREGATE $8,000,000 j DEDLeTlBLE RETE!\;TlON A lCW:G-J':.4:0C '.7/':1/ O? ~; .. L:1/l'j X I~RY ~J!\.~~;-I I~:H. WORKERS COMPENSATJO" A:'I1D EMPLOYERS'LL\BIUTI' E L EACH ACCIDE~T $1,000,000 E.L DISEASE-POLICY LIMIT $1,000,000 E.L DlSEASE-EA E\fPLOYEE $1,000,000 OTHER 0 DESCRlPTIOS OF OPER.-\TIO\JSn.Oc.....n01\S/VEHlCLES/EXCLl'SIO:"S ADDED BY E:-IDORSE\IENTiSPEClAL PROVISIONS Re; Laurelwood Drive Realignment, Between Tippecanoe and Orchard Drive (Phase II See endorsement(s) attached CERTIFICATE HOLDER CANCELLATION SHOUD A:"Y OF THE ABOVE DESCRIBED POLICIES BE CAJ'.;CELlED BEFORE THE EXPIR.-\TIO'i DATE THEREOF. THE ISSUING COl\tp.....NY WILL J;;j~BL,\eR TO M...II. City of San Bernardino 30 DAYS WR[TTEN :-IOT[(E TO THE CERTlf'I'C\TE HOLDER NAMED TO THE lEfT Development Services Department BCT r .1b.'!Dr: Tn no ~n [II .LL 1!\.1l e~E: t";) 981.11':: '.-lleU 8R l:t!\8fUTY 300 North "0" Street 01"~/ [ WI? 'mm,' THE-eOM~I~mTSOR REPRESENT..... T1VE~ . San Bernardino CA 92418-0001 USA I ALTHORIZED REPRESENT AlIVE / I . . . , ACORD 2~_S 17/07' , '. "', 'ION 10~~1 Ii Certificate No : 570004123896 Holder Identifier: 02 296 POLICY NUMBER: ICPSOOS4600 COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name of Person or Organization: City of San Bernardino Development Services Department Re: Laurelwood Drive Realignment, Between Tippecanoe and Orchard Drive (Phase 1) (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" performed for that insured by or for you. AI-Primary CG2010p(J 1-85) 02 296 Company: Combined Specialty Insurance Co. Policy Period 7/1102 TO 7/1103 Endorsement No. ATTACHED TO AND FORMING PART OF POLICY NUMBER ENDORSEMENT EFFECTIVE (Standard Time) INSURED 1 CP50054600 Month/DaylYear 12:01 A.M. (xl NOON PRODUCER AND CODE CPG/SPEC. RISK RESOURCES INS AGCY, INC. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUllY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOllOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM ADDITIONAL INSURED PRIMARY WORDING The following changes are made to Section IV - Commercial General Liability Conditions: The following is added to Condition 4. Other Insurance As subparagraph d Additional Insured: d. Additional Insured Where you have entered into a written contract or agreement to name a person or organization as an insured under this coverage part and that written contract or agreement required this insurance to be primary and noncontributory. we will not seek contribution from any other insurance unless the "Amendment of Other Insurance Condition" CG 00 55 03 97 endorsement applies. \.)1/ /.....' . / (,1 I':'" f;'./ / J. ' ,/ AUtHORIZED REPRESENTATIVE DATE GL CPG 32 (3/02) rn .mstruction Program Group ,()2 29.... A o;'1i$iwI~f Spec;;1 RisJ fl~t~$I.05~'I",ce Agll'1C~ Inc. License No. 0799319 September 5, 2002 Mr. Mike Wolf City of San Bernardino City Engineers Office, 3,d FL 300 North D Street San Bernardino, CA 92408 Re: Authorization for Aon Risk Services, Inc. Matich Corp. (1 CW50054700 & I CP50054600) Policy Period: 7/]/02-7/1103 Dear Mike: We authorize Aon Risk Services, Inc. to sign Certificates of Insurance in accordance with the requirements of the City of San Bernardino, as our representative, for which we me providing coverage. re y, A DlVISIO~ OF SPECL~L RlSK RESOURCES INSURANCE AGENCY, INC. 55 S. LAKE AVENUE, SUITE 560 - PASADENA - CALIFORNIA - 91101 TELEPHONE: 626.683.5200 FAX: 626.683.5209 CALIFORNIA LICENSE NUMBER: 0799319 n " C)" ')o~ ~ L. ::........, CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of California J.1J5 b(f-~ Cf,k( ~"'~ \ before m~, .. ' ?J0"".!.~: personally appeared Ov1f I J LM-s.e.-.r } ss County of On (1.J Name(s)of Signer(sl [j personally known to me ))rProved to me on the basis of satisfactory evidence _.\'1"" ~O",,:"~ S,~\~iO~. ~\IlO(l\ia ~ CO~ ?~'O\\c' co~~t'j 'lSJ1O 1<0\11 ..O.~ ...~ t. \.05'" ....... "\ II<'I~'~ to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~ OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reatlachment of this form to another document Description of Attached Document Title or Type of Document: ~ Document Date: q /1 f);J.., Signer(s) Other Than Named Above: tV / A , Number of Pages: t7~ Capacity(ies) Claimed by Signer '^ a v,'J c.eR5EfL Signer's Name: Signer Is Represenling: ~ndividual o Corporate Officer ~ Title(s): o Partner - U limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: '" C 1999 National Nolary Associalion. 9350 De SQtoA~e, P.O. Box 2402' Chatsworth, CA91313-2402' wwwnalionalnotaryorg Prod No. 5907 Reorder: Call TolI-Frae 1-800-876-6827