Loading...
HomeMy WebLinkAbout15-Public Works CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION From: Nadeem Majaj, Director Subject: Resolution awarding a contract to Elite Companies US, Inc. for Dept: Public Works - Engineering Pavement Rehabilitation on Meridian Ave. from UPRR Date: August 3, 2011 Overcrossing to Foothill Blvd., per Plan No. 12796 (SS 11-002). File No. 1.7912 MCC Date: September 19,2011 Synopsis of Previous Council Action: 06-29-11 The Mayor and Common Council adopted the FY 2011-12 to FY 2015-16 Capital Improvement Program (5-year CIP). Recommended Motion: Adopt Resolution. ~7~" Sign ure7 Contact Person: Robert Eisenbeisz, City Engineer Phone: 5203 Supporting data attached: Staff Report, Resolution & Vicinity Map Ward: 3&6 FUNDING REQUIREMENTS: Amount: $180.193.70 258-160-5504-7912-0025; 248- Source:(Accl. Nos) 160-5504-7167-0025 Streets and Street Lighting Acct. Description: (SS 11-002); Cross Gutters and Drainage Inlet Repairs (SO-A) Finance: Council Notes: Agenda Item No. /5 01- Fl-CJOI/ R.lfIAU~ Pa(f5 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT: Resolution awarding a contract to Elite Companies US, Inc., for Pavement Rehabilitation on Meridian Avenue, from UPRR Overcrossing to FoothiIl Boulevard, per Plan No. 12796 (SSl1- 002). BACKGROUND: On June 29, 201 I, the Mayor and Common Council approved the FY 2011-12 through FY 2015- 16 Capital Improvement Program (CIP), which includes the subject project. This project primarily provides for pavement rehabilitation. The project also provides curb access ramps and sidewalk improvements in accordance with the Americans with Disabilities Act (ADA) and additional curb and gutter improvements to ensure that the roadway drainage is adequately conveyed through the project limits. The amount of $162,000 was budgeted in FY 2011-12 for Project No. SS 11-002, covering the general roadway rehabilitation work. This amount will be supplemented by Project No. SO-A, covering cross gutter and drainage inlet repairs, in an amount of $33,600. The project work occurs adjacent to Fire Station No.9 and Nicholson Park. Work activities will be coordinated so as to limit impacts to the operations of these City facilities. Local advertising for project bids included the San Bernardino County Sun Newspaper, F. W. Dodge Company (Rancho Cucamonga and Monrovia), High Desert Plan Room, Construction Bid Board, San Diego Daily Transcript, Bid America Electronic, AGC Plan Room/The Daily Construction Reporter, Reed Construction Data, Construction Bid Source, Bid Ocean, and the San Bernardino Area Chamber of Commerce. Information was also posted on the City's website. A total of three bids were received and are listed below: Name of Bidder City Amt. of Total Bid Elite Companies US, Inc. Huntinlrton Beach $ 160,193.70 All American Asphalt Corona $ 183,500.00 Matich Corporation San Bernardino $ 199,000.00 En2ineer's Estimate $ 188,104.00 After a complete review of the three sealed competitive bids and verification of mathematical calculations and certifications, staff has determined that Elite Companies US, Inc., is the apparent low bidder and has met the minimum requirements of the specifications and bid guidelines. Based on the above information, Elite Companies US, Inc., is the lowest responsible bidder and staff recommends that the contract be awarded to them. 2 CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION STAFF REPORT - Continued The estimated project costs are as follows: Total Cost Bid Amount $ 160,193.70 Contingencies $ 10,000.00 Subtotal Construction Cost $ 170,193.70 Construction Management & Inspection $ 10,000.00 Total Estimated Construction Cost $ 180,193.70 If approved, this project is expected to begin construction in mid-October of 2011 and be completed by the end of November of2011. FINANCIAL IMPACT: Funding for this project is available in the FY 11-12 Budget with $146,600 being funded by "SSl1-002 Pavement Rehabilitation on Meridian Avenue from UPRR Overcrossing to Foothill Boulevard" (Account No. 258-160-5504-7912-0025), and $33,600 being funded by "SD-A Cross Gutter and Drainage Inlet Repairs" (Account No. 248-160-5504-7167-0025). Account: 25R-160-5504-7912-0025 Budgeted Amount: $162.000 Balance as of 07/25/1 I: $ 161.950 Balance after approval of this item: $ 15.350 Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed Account: 24R-160-5504-7167-0025 Budgeted Amount: $84.000 Balance as of 07/25/11: $ 84.000 Balance after approval of this item: $ 50.400 Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed RECOMMENDATION: Adopt Resolution. ATTACHMENTS: I-Attachment "A" - Vicinity Map 2-Resolution 3 r----------------------------------------------------------------------------------------------------------------- I I I I I I I I I I I I City of San Bernardino, California Public Works Department PAVEMENT REHABILITATION MERIDIAN AVENUE From Union Pacific Railroad Overcrossing To Foothill Boulevard PROJECT LOCATIONS I I I I I L_________________________________________________________________________________________________________________ ~ VICINITY MAP. N. T. S. RESOLUTION NO. 2 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO ELITE COMPANIES US, INC. FOR PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SSl1-002), PER PROJECT PLAN NO. 12796. 4 5 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. Elite Companies US, Inc., 15321 La Salle Lane, Huntington Beach, CA 8 92647, is the lowest responsible bidder for Pavement Rehabilitation on Meridian Avenue from 9 10 UPRR Overcrossing to Foothill Boulevard (SSII-002), per Project Plan No. 12796. A contract 11 is awarded accordingly to said bidder in a total amount of $160,193.70, with a contingency 12 amount of $10,000.00, but such contract shall be effective only upon being fully executed by 13 both parties. All other bids, therefore, are hereby rejected. The City Manager is hereby 14 authorized and directed to execute said contract on behalf of the City. A copy of the contract is IS on file in the office of the City Clerk and incorporated herein by reference as though fully set 16 forth at length. 17 SECTION 2. This contract and any amendment or modifications thereto shall not take 18 effect or become operative until fully signed and executed by the parties and no party shall be 19 obligated hereunder until the time of such full execution. No oral agreements, amendments, 20 modifications or waivers are intended or authorized and shall not be implied from any act or 21 22 course of conduct of any party. 23 SECTION 3. The authorization to execute this contract is rescinded if the parties to the 24 contract fail to execute it within sixty (60) days of passage of this Resolution. 25 III 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO ELITE COMPANIES US, INC. FOR PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVAED (SSl1-002), PER PROJECT PLAN NO. 12796. 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 Common Council of the City of San Bernardino at a meeting thereof, held on the 6 day of 7 Council Members: 8 MARQUEZ 9 JENKINS 10 11 BRINKER 12 SHORETT 13 KELLEY 14 JOHNSON 15 MC CAMMACK 16 , 20 II, by the following vote, to wit: AYES NAYS ABSTAIN ABSENT 17 City Clerk 18 The foregoing resolution is hereby approved this ,2011. day of 19 20 21 Patrick J. Morris, Mayor City of San Bernardino 22 23 Approved as t!? Form: lCu~'~ ames F. Penman, City Attorney 24 25 - -c.,~"""""""'~'.o....,~",~-"...'..""""-'-- CF/(J/NI;L FILE NO. 1.7912 ACCT NO. 258-160-5504-7912-0025 CITY OF SAN BERNARDINO STATE OF CALIFORNIA BID AND CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO. 12796 FOR PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SS 11-002) DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO nJLY 2011 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M. on AUl!ust 2, 2011 EXII/B/T '4/1 If ACCfNO. 258-160-5504-7912 DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO STAlE OF CALIFORNIA Addendum No. One FOR BID AND CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO. 12796 FOR PAVEMENT REHABILITATION on MERIDIAN AVENUE UPRR OVERCROSSING TO FOOmn.I. BOULEVARD ( SS 11-4)02 ) The Special Provisions for this project have been amended as follows: 1. Section B, "BID FORM," of the Special Provisions, is deleted and replaced in its entirety with the new Section B, BID FORM (dated July 26, 2011), as attached to this Addendum. 2. Add the following paragraph to Section 9-1.05, "TRAFFIC CONTROL," of these Special Provisions: The Project takes place along a moderately travelled roadway and within a residentiaV commercial area, with ingress! egress to adjacent apartments, commercial and mobile home developments, local streets, Nicholson Park and Fire Station No.9. During the course of the work, Contractor is to stage his operations so as to allow continuous access to all adjacent properties and local streets, at all times. 3. Add the following to Section 14-1, "ASPHALT CONCRETE," of these Special Provisions: Section 14-1a REMOVE AND RECONSTRUCT LOCALIZED PORTIONS OF ASPHALT CONCRETE ROADWAY (ADDITIVE ITEM) 14-1a.Ol GENERAL - During roadway cold milling operations, localized underlying deteriorated or unsuitable Asphalt Concrete pavement may be uncovered. If directed by the Engineer, Contractor shall remove and reconstruct such localized portions of the existing roadway pavement. This work is separate from and in addition to the I l/2" cold milling and I 112" Asphalt Concrete overlay as specified elsewhere in these Special Provisions. Page I of2 Addendum No. One Plans and Special Provisioos No. 12796 July 26, 2011 Localized removals shall include removing the full depth of the existing asphalt concrete pavement as so delineated, disposal of the materials offsite, . compaction of the underlying materials to. 90 percent relative compaction, or furnishing and compacting alternate material if directed by Eneineer, and furnishing and placement of. the Asphalt Concrete to the lines and grades of the existing roadway. For bidding purposes, this item, if added to the Contract work at the sole discretion of the Engineer, may include up to 150 tons of Asphalt Concrete. As directed by the Engineer, localized removals shall occur after mill and grind of the roadway, and prior to placement of the Asphalt Concrete overlay. The finished surface of the localized remove and replace areas shall be even with the roadway surface after cold milling is complete. Contractor shall not proceed with any localized Asphalt Concrete removals unless directed by Engineer in writing. 14-1A.02 PAYMENT -- The contract bid unit price paid per ton for "REMOVE AND RECONSTRUCT LOCALIZED PORTIONS OF ASPHALT CONCRETE ROADWAY (ADDITIVE ITEM)" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in removing and disposing existing deteriorated Asphalt Concrete, compaction of underlying material, including furnishing altemate material suitable for compaction if necessary, furnishing, placing and compacting pavement material, complete in place, per these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. 4. Add the following paragraph to Section 17-1, "COLD MILLING," of these Special Provisions: Existing traffic signal loops are located at the northbound Meridian Avenue approach to Foothill Boulevard. These loops (the advance detectors and loops near the crosswalk) are to be protected in place, as noted within the Plans. ALL BIDDERS SHALL INDICATE RECEIPf OF TIllS Addendum No. One AT TIlE BOTTOM OF THE BIDDER'S INFORMATION SHEET INCLUDED IN THE BID DOCUMENTS OF THESE SPECIAL PROVISIONS. BY: r DATE: 7/'Z7 If{ , ROBERT G. EI EISZ, P.E. City Engineer Pagc2of2 Addcndmn No. One Plans and Special Provisions No. 12796 July 26, 2011 BID FORM July 26, 2011 TO TIIE MAYOR AND COMMON COUNCIL OF TIIE 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 PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SS 11-002) in strict conformity with Plans and Special Provisions No. 12796. of the Department of Public Works, City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2009 Edition. The undersigned proposes and agrees if this bid is accepted, that he will contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and that he will take in full payment therefor the following unit prices or lump sum prices, to-wit: B-1 BID SCHEDULE PLAN NO. 12796 July 26, 2011 PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTRIT.I . BOULEVARD (SW 11-002) BID SCHEDULE PLAN NO. 12796 July 26, 2011 PAVEMENT REHABILITATIONONMERIDIAN AVENUE FROM UPRR OvERCROSSING TO FOOTHILL BOULEVARD (SW 11-002) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE NO. OUANTITY UNIT AND UNIT PRICE WRITI'EN IN WORDS IN FIGURES TOTAL IN FIGURES 8. 760 TN ASPHALT CONCRETE PAVEMENT OVERI.AY,at & Dollars Cents per TON $ ITN $ 9. 5 EA ADJUST Existing WATER VALVE COVER To Grade, at & Dollars Cents perEACH $ lEA $ 10. 8,993 SY COLD MILLING, at & Dollars Cents per SQ. YD. $ ISY $ ]L LS THERMOPLASTIC TRAFFIC STRIPING, per CAL TRANS Sid. Plans AlOA, A24d, A24E, at & Dollars Cents. LS $ 12. LS RAISED PAVEMENT MARKERS, at & Dollars Cents. LS $ 13. LS SURVEYING SERVICE, per SECTION 6-1.10 lneluding Protection of Lateral Marken, at the Lump Sum price of & Dollars Cents LS $ 14. ] EA PARKWAY CULVERT, at & Dollars Cents per EACH $ lEA $ BID SCHEDULE , PLAN NO. U796 July 26, 2011 PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SW 11-002) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE lm. OUANTITY UNIT AND UNIT PRICE WRI1TEN IN WORDS IN FIGURES TOTAL IN FIGURES I5.(A) 150 TN REMOVE AND RECONSTRUCT LOCALIZED PORTIONS OF ASPHALT CONCRETE ROADWAY (ADDITIVE ITEM), at DoUars Cents per TON $ ITN $ & TOTAL BID $ B-3 BID NOTES: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shaH govern over \ extended amounts, and "WORDS" shaH govern over "UNIT" figures. ' Total bid price for the entire contract work sball include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to complete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the tota1 of all items inserted in the space provided. Bidders shaH complete and submit entire BID DOCUMENTS section as their bid to the CITY. Failure to do so will result in the bid being non-responsive. Any situation not specifically provided for will be determined in the discretion of the City of San Bernardino (CITY), and that discretion will be exercised in the manner deemed by the CITY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, sball be final. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. B-4 DESCRIPTION OF THE COMPONENTS OF THESE PLANS AND SPECIAL PROVISIONS The "Bid and Contract Documents" for this project consists of three (3) Parts as follows: PART I - Administration PART II - Special Provisions The above two (2) parts are bound together in one (1) manual titled "Bid and Contract Documents" PART III - PLANS, One (1) separately bound set DRAWING NO. 12796 - SHEETS 1- 3 PAVEMENT REHABILITATION ON MERIDIAN A VENUE FROM UPRR TO FOOTHILL BOULEVARD (SS 11-002 ) Contents for Bid and Contract Documents.doc CITY OF SAN BERNARDINO TABLE OF CONTENTS PART I ADMINISTRATION NOTICE INVITING SEALED BIDS BID DOCUMENTS BID FORM BID SCHEDULE BIDDER'S INFORMATION AND SIGNATURE & BIDDER'S INITIALED ACKNOWLEDGEMENT OF ADDENDUMS SPECIAL NOTICE DESIGNATION OF SUBCONTRACTORS WORKERS' COMPENSATION INSURANCE CERTIFICATION NON-COLLUSION AFFIDAVIT FORM OF BID BOND MBEfWBE INFORMATION - GOOD FAITH EFFORTS REFERENCES B-1 B-2 C-I C-2 C-3 C-4 C-5 C-6 PART II SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION I - SPECIFICATIONS AND PLANS SP-I SECTION 2 - BID REQUIREMENTS AND CONDITIONS SP-5 SECTION 3 - A WARD AND EXECUTION OF CONTRACT SP-Il SECTION 4 - CONSTRUCTION SCHEDULE & COMMENCEMENT OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES SP-13 SECTION 5 - LEGAL REQUIREMENTS SP-15 SECTION 6 - GENERAL SP-22 SECTION 7 - UTILITIES SP-33 SECTION 8 - DESCRIPTION OF WORK SP-38 SECTION 9 - TRAFFIC CONTROL SP-41 SECTION 10 - MOBILIZATION SP-45 SECTION II - CLEARING AND GRUBBING, UNCLASSIFIED EXCAVATION, AND UNCLASSIFIED FILL SP-47 SECTION 12 - THROUGH SECTION 13 BLANK SP-49 SECTION 14 - ASPHALT CONCRETE SP-50 SECTION 15 - BLANK SP-52 SECTION 16 - PORTLAND CEMENT CONCRETE SP-53 SECTION 17 - COLD MILLING SP-56 SECTION 18 - THROUGH SECTION 19 BLANK SP-58 SECTION 20 - THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING AND RAISED PAVEMENT MARKERS SP-59 SECTION 21 - THROUGH SECTION 23 BLANK SP-61 SECTION 24 - PARKWAY CULVERT SP-62 SECTION25A - ADmSTMENTOFWATERFACILITIES SP-63 SECTION 26 - THROUGH SECTION 45 BLANK SP-66 SECTION 46 - ADmST MANHOLE FRAME AND COVER TO GRADE SP-67 SECTION 47 THROUGH SECTION 49 BLANK SP-68 SECTION 50 - REMOVAL & RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT SP-69 SECTION 51 THROUGH SECTION 62 BLANK SP-71 SECTION 63 MISCELLANEOUS CONCRETE REPAIR (EXTRA WORK) SP-72 APPENDIX SOILS REPORT (BLANK) STATE OF CALIFORNIA, DEPARTMENT OF INDUSTRIAL RELATIONS APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION STANDARD DRAWINGS CALTRANS STANDARD PLANS CALIFORNIA MUTCD STANDARDS PROJECT LOCATION SURVEY DOCUMENTS CONTRACT AGREEMENT PART I ADMINISTRA TION Engineer's Estimate (Range Only): $150.000 to $200.000 NOTICE INVITING SEALED BIDS CITY OF SAN BERNARDINO Owner NOTICE IS HEREBY GIVEN that the City of San Bernardino (CITY) will receive bids for: PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD in accordance with Special Provision No. 12796 in file in the Office of the City Engineer, Department of Public Works, Third Floor, San Bernardino City Hall. Plans and Specifications may be obtained from the City Engineer's Office, Third floor, City Hall, 300 N. "D" Street, San Bernardino, CA 92418, upon a non-refundable payment of $15.00 for each set if picked up in person. Upon request. the Plans and Special Provisions may be mailed for an additional charge of$10.00 per set. Electronic copy of the above documents are available upon request by contacting the City Engineer's Office and by providing a firm name, physical address, contact person, phone number and fax number for inclusion on the CITY's List of Plan Holders. It shall be the responsibility of those receiving electronic versions of the Plans and Special Provisions to provide the above listed information and confirmation of receipt of any issued addendum to the City Engineer's Office a minimum of one (I) business day prior to the scheduled day of the Bid Opening. Only those listed on the CITY's "LIST OF PLAN HOLDERS" and providing confirmation of any issued addendum shall be eligible to submit bids for this project. Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California, with the bidder's name and address, the specification title and number and "SEALED BID" clearly marked on the outside of the envelope Said bids will be received up to the hour of 2:00 p.m., on, Tuesdav, A-u1!ust 2. 2011, at which time all of said bids will be publicly opened, and examined and declared in the City Engineer's Conference Room, Third Floor, City Hall. No bid will be received unless it is made on a bid form furnished by the CITY with the unit prices written in words and also shown in figures for each item, and with the total of each item and total of all items extended and inserted in the spaces provided. The Contractor shall possess a Class "A" License or Appropriate Specialty License(s) at the time the contract is awarded. The prime Contractor shall perform, with his own organization, contract work amounting to at least 50 % of the contract price. All bids shall be signed, sealed and accompanied by cash, cashier's check, certified check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder refuses to execute said contract, the use by the public of the improvements will be delayed, and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damages. Therefore, the CITY and the bidder agree that the above sum of ten percent shall be paid to the CITY upon the condition above set forth as liquidated damages and not as a forfeiture. All bonds furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U. S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Form of Bid Bond is contained in the Bid Documents in Part I of the Special Provision. Notarization of the signatures of both the Principal and the Surety and the Power of Attorney of the signing Surety shall accompany this form. The Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the contract as provided for in Section 10263 and Section 22300 of the California Public Contract Code. A Non-mandatory Pre-Bid Meeting will be held on Tuesdav, Julv 26. 2011. at 2:00 p.m., in the office of the City Engineer, Public Works Department, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California. This meeting is to provide information, to answer questions, to inform bidders ofMBEslWBEs subcontracting and material supply opportunities, and to make the prime Contractor aware of the CITY's outreach program as it relates to minority hiring and participation. Bidder's attendance at this meeting is recommended, but the prime may certify that they are familiar with the program and attendance is not required. Attendance and/or certification may be used as part of the good faith effort. Certified minority (MBE/WBE) subcontractors and material suppliers for the San Bernardino area located in Caltrans District 8 are listed on the California Unified Certification Program (UCP) DBE Directory and can be obtained by accessing the directory on the California Department of Transportation DBE website at http://www.dot.ca.gov/hq/bep/index. Pursuant to law, the Mayor and the Common Council of the City of San Bernardino, by Resolution No. 90-358 and any and all amendments thereto which are hereby referred to and made a part thereof by references as fully as though set at length herein, have ascertained and determined the general prevailing rate per diem wages, and of per diem wages for legal holidays and overtime work for each craft or type work of workman needed in the execution of contracts under jurisdiction of said Mayor and Common Council. Said prevailing rates of wages shall conform to Section 1773 of the California Labor Code. The general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/dirdatabases.html. General prevailing wage rates, in effect ten (10) days prior to the actual Bid Opening, which have been predetermined and are on file with the California Department of Industrial Relations are also referenced and made a part thereof. It shall be mandatory upon the Contractor to whom the contract is awarded and upon any sub- contractor under him to pay not less than specified rates to all laborers, workmen, and mechanics employed by them in the execution of the contract, and to prevent discrimination in the employment of persons because of race, creed, color, or national origin, as set forth in the provisions of Resolution No. 7414 of the Mayor and Common Council of the City of San Bernardino. This project is subject to requirements for the employment of apprentices registered with the California Department of Industrial Relations, Division of Apprenticeship Standards. Additional information can be obtained at http://www.dir.ca.gov/DASlPublicWorksForms.htm. The City of San Bernardino reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within 2!L working days from the date of the bid opening. The CITY reserves the right to take all bids under advisement for a period of90 days. Specific questions regarding this project should be submitted in writing to the City Engineer's Office as follows: City Engineer's Office Third Floor San Bernardino City Hall 300 North "D" Street San Bernardino, CA 92418-0001 SUBJECT: PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SS 11-002) PLANS AND SPECIAL PROVISIONS NO. 12796 Attention: Ted Rigoni Tel: (909) 384-5198; Fax: (909) 384-5190 E-mail: RigonUe@sbcity.org Inquiries or questions based on alleged patent ambiguity of the Plans or the Special Provisions must be communicated as a bidder inquiry prior to the bid opening. Any such inquiries or questions, submitted after the bid opening, will not be treated as a bid protest. Written responses will only be provided to written questions. No written response will be provided to verbal questions. CITY OF SAN BERNARDINO /J )l~uU" '):J_ If {~vjC/ RACHEL G. CLARK ._~?ity Clerk . ~ Jo~ ~,:.- ;' / ):l/?c;,,:.u<-.e;L "-d .. / / f /i. 4 . & f" (/ [;jL . L)Or<-LI/"h,./, (/ .J / '0 NOTICE TO ADVERTISE: SPECIFICATION NO. 12796 SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE: Julv 11.2011 and Julv 18. 2011 (FIVE DAYS BETWEEN FIRST & SECOND PUBLICATION) SIGNATURE: DATE: BID DOCUMENTS BID FORM TO THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plan and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials, transportation and service for the PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SS 11-002) in strict conformity with Plans and Special Provisions No. 12796, of the Department of Public Works, City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2009 Edition. The undersigned proposes and agrees if this bid is accepted, that he will contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and that he will take in full payment therefor the following unit prices or lump sum prices, to-wit: B-1 ~ BID SCHEDULE PLAN NO. 12796 July 26, 2011 PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SW 11-002) BID SCHEDULE PLAN NO. 12796 July 26, 2011 PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SW 11-002) ITEM NO. ESTIMATED OUANTITY UNIT DESCRIPTION OF ITEMS AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL IN FIGURES IN FIGURES 8. 760 TN ASPHALT CONf;RETE PAVEMENT OVERLAY, at '" I \J ff'1' ONE. Dollars & tC~"ri Ceuts per TON 1I..{t; f...,CI Lf~, '-t 'if -2_-11 $q}.~DITN $ Iv~ ~e2...; 9. 5 EA ADJUST EXis~ WATER VALVE COVER To Grade, at ~~ tlWJJ)~ :fi V' Y Dollars & Cents per EACH $ 35D lEA $ ,,5""0 10. 8,993 SY COLD MILLING, at 0 N c:;- Dollars Cents per SQ. YD. $~SY $ n D?JIa.7o , & )..\\~r( II. LS THERMOPLASTIC TRAFFIC STRIPING, per CAL TRANS Std. Plans A20A, A2jd, A24E, at ,\,,)0 ~~b t\~ J-ly~~ Dollars & Cents. LS $ "2, ~o 12. LS RAISED PA ~ENT MARKERS, at 1==", v6 V.~'\")12-Eo1':. Dollars & Cents. LS $ T:;CO LS SURVEYING SERVICE, per SECTION f>-1.10 Including Protection of Lateral Marken, at the ~umPriceof ~t5E- Jc,.~D Dollars 3. DOC & Cents LS $ , EA p~CUL~T,at \:::. II >A'J 1:> Dollars & Cents per EACH $3000 lEA $ 3t)oD 13. 14. BID SCHEDULE PLAN NO. U796 July 26, 2011 PAVEMENT REHABlLITATIONONMERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SW 11-002) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE NO. QUANTITY UNIT AND UNIT PRICE WRfITEN IN WORDS IN FIGURES TOTAL IN FIGURES 15.(A) 150 TN REMOVE AND RECONSTRUCT LOCALIZED PORTIONS OF ASPHALT CONCRE~ADW AY J!DDITIVE ITEM), at Dt'lt: t>~ hFT'T' D~"'f7 Dollars & t' I rT ..,. Cents per TON $ J5/.5l>/TN $ 22 72~ ) BID NOTES: TOTAL BID $ B-3 /~DJ 10/3 . '7D -Ilt,o I 2-.3l.7D llJ...{? . <:7 - -. __Ii () '- 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 shaH govern over , extended amounts, and "WORDS" shaH govern over "UNIT" figures. - T oIal bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to complete the project, as based on the City Engineer's estimate of quantities of work. The toIal price must be extended for each item of work and the toIal of all items inserted in the space provided. Bidders shaH eomplete and submit entire BID DOCUMENTS section as their bid to the CITY. Failure to do so will result in the bid being non-responsive. Any situation not specifically provided for will be detennined in the discretion of the City of San Bernardino (CITY), and that discretion will be exercised in the manner deemed by the CITY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shaH be final. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. B-4 BID NOTES: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shall govern over extended amounts, and "WORDS" shall govern over "UNIT" figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to complete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID DOCUMENTS section as their bid to the CITY. Failure to do so will result in the bid being non-responsive. Any situation not specifically provided for will be determined in the discretion of the City of San Bernardino (CITY), and that discretion will be exercised in the manner deemed by the CITY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. B-4 BIDDER'S INFORMATION AND SIGNATURE: It is the understanding of the undersigned that the work hereinabove described shall be commenced within .ill.. working days from the date of the "Notice to Proceed", and shall be completed within 30 working days from the date of said notice, as directed in SECTION 4 of these Special Provisions.. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guaranty accompanying this bid shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor, LICENSE NO.: 'f-S'iO 1r'] CLASSIFICATION: A FIRM NAME: ELITE CDMPA-tJ'~ Ub.. :r:-.. c.. BUSINESS ADDRESS: 1932.' LA 54 LLf: LANE:. HUNT,~hf1)N gf':,A-cH I OJ 9ZIiP BUSINESSPHONE:1!l{ 7/"'-~/1'" FAX:7N 9~f-D~37 CELL: EXPIRATION DATE: )c>/31/" If an individual, so state. If a firm or co-partnership, give the names of all individuals, co-partners composing the firm. If a corporation, give the names of the president, secretary, treasurer and manager thereof: C".o12- 't>OP-Rll 0 IJ r:.~8rP&Jlj'" ~'u,J .:r.o+ Is Bidder currently a certified DBE? Yes IlG No 0 Legal Status of Firm NAME (S) 'JV~ ~~))tz.- CCiJ ADDRESS rES) /532/ L4 514LLC J..A.rJt. SIGNATUREOFBIDD~ 9: )/~ BIDDER'S INITIALED ACKNOWLEDGE ENT OF ADDENDUMS: ___-- Dated: ~ // I ,2oL ADDENDUM NO.2 :# DATE: ADDENDUM NO.1 ADDENDUM NO.3 DATE: ADDENDUM NO.4 DATE: C-I ****************************************************************** SPECIAL NOTICE ****************************************************************** The bidder's attention is directed to the section entitled, "Required Listing of Proposed Subcontractors", in Section 2 of the special provisions regarding the requirement that proposed subcontractors be listed in the bidder's Bid Documents. Instead of listing only subcontractors for signal and lighting work as in the past, all subcontractors are now to be listed in the Designation of Sub-Contractors for items of work or portions thereof to be subcontracted in excess of one-half of one percent of the total bid or $10,000.00, whichever is greater. In the case where a bidder claims an inadvertent clerical error in listing sub-contractors, a notice of the claim must be submitted to the Office of the City Engineer in writing within 2 working days after the time of the bid opening and send copies of the notice to the subcontractors involved. The bidder shall provide actual the dollar "Sub-Contract Amount" as submitted by each listed sub-contractor, keeping in mind that the prime contractor for this project is required to provide or perform, with his own organization, contract work amounting to at least 50% of the total contract bid price. Material required for any of the contract work of this project that is purchased directly by the prime contractor is considered as included in the prime contractor's 50% requirement. If material purchased directly by the prime contractor is to be used by a listed sub- contractor in performing contract work, the dollar amount of such purchased material should not be included in the dollar amount listed for said sub-contractor. C-2 fl./rE ColJlPAr</E5- 11~ ,"J~C BIDDER'S FIRM NAME DESIGNATION OF SUB- CONTRACTORS PLANS & SPECIAL PROVISIONS NO. 12796 In compliance with the provisions of Section 4 I 00-4114 of the Public Contract Code of the State of California and any amendments thereof, each bidder shall set forth the name and location of each subcontractor who will perform work or labor or render service to the Contractor. Name & Address Under Which Licensed Agency & No. of MBE/WBE CERT. Sub-Contractor's Sub-Contract Work to Be (If Applicable) Phone-No. Amount Performed: crtPf 4'fip -OJ D 0 $ 13. ?77.JI/ . MfZ.I""b,,",,,f? A,c I. ~\"'I~ Uil:> ~'hNr-, '{lirA, Pol< c.P, 2. $ 3. $ 4. $ 5. $ 6. $ IF ADDITIONAL SPACE IS REQUIRED, PLEASE DUPLICATE THIS SHEET DO NOT WRITE ON THE BACK C-3 WORKERS' COMPENSATION INSURANCE CERTIFICATION I am aware of the provisions of Section 3700 of the Labor Code requiring every employer to be insured against liability for workers' 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 of this contract. Contractor: NAME OF FIRM: D../ 7E f'~tJ fAN /-FS Ii:' . z~ c , BY: IDe- ~1I,Jl>ez TITLE: ~c.) DATE: 1/, } II { r C-4 (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 Department of Public Works, 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 or she is of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; communication, or conference with anyone to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract on anyone interested in the proposed contract; or take any action in restraint of free competitive bidding in connection with such contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ElJrE "JO"E He~o4;N/)27-- c~ t.) Printed Name and Title /113ZI LA- SAllE IAN'f;. Business Address Jtw.>nNt7Tl1>l ~tt- clr ~~y, Place of Residence Subscribed and sworn to (or affirmed) before me this 2 day of ~c;,I1'.T the above proved to me on the basis of satisfactory evidence to be the person who appeared before me. Signed~ ~/ / ~ tary Public in and for the County-Of ,20JL My Commission expires on 'f\I\ I'1I2CA1 .1.0 ,~ Vear (~ JAZMIN L KNOX 1 CQMM.'l883628 ;: Notary PubIIc-CaifOrI'ia ~ 1Il SAN BERNA ~ '- My ;ssK>n ~:~"" Marcl1~4 J ..3wBee"-lfl.17 DINO , State of California. C-5 FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Elite Companies US, Ine, as Principal, and Aegis Security Insurance Company as Surety, are hereb:' and tirmly bound unto the em of San Bernardino. State of California, hereinafter referred to as "Obligee" in the penal ,urn often percent (10%) of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT: WHEREAS, the Principal has submitted to Obligee, a cerlain Bid, attached hereto and hereby made a pari hereof to enter lnm a contract in writing, for the Pavement Rehabilitation on Meriadian Ave. (Copy here the exactlille descriplion of war.!; incl~ding location, os il appears on Ihe Bid and Con/racf Doc~men/ ) for which bids are to be opened on Auqust 2, 2011 ( Insert date of opening) \JOW, THEREFORE, a. If said Bid shall be rejected, or in the ahemate, b. If said Bid shall be accepted and the Principal shall execute a contract in the Form of contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall he void; otherwise, the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surely for any and all claims hereunder shall, in no event. exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time \\ithin which the Obligee may accept such Bid; and said Surety does hereby waive notice of any such extension. Signed, this 25th day of Julv , 20-11-. IN WITNESS WHEREOF, the Principal and the Surely have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first mentioned. an (SEAL) Eli te Companies US, IDe. (SEAL) By: ... PAn ________ 9 -2> ~<lI'> ~A-~-ev c.eJ Prinled Name and Title By; Yun Mullick Attorney-in-Fact in/ed Name and TItle NOTE: Notarization of Principal aad Surety signatures and Power of Attorney .fthe Surety C-6 ACKNOWLEDGMENT State of California County of Orange On July 25, 2011 before me, Christine T. Hoang, Notary Public (insert name and title of the officer) personally appeared Yung T. Mullick who proved to me on the basis of satisfactory evidence to be the person~) whose name~) is/_ subscribed to the within instrument and acknowledged to me that he~ executed the same in his~ authorized capacily(:iB99. and that by his~ signature(s) on the instrument the person~). or the entity upon behalf of which the person~) acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature (Seal) WITNESS BOND NUMBER N/A AEGIS SECURITY INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT AEGIS SECURITY INSURANCE COMPANY does hereby make, constitute and appoint: Jennifer C, Giboney, Yung T. Mullick, James W. Moilanen its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf surety bonds, undertaking and other instruments of similar nature as follows: $2.5 Million This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 4th day of February 1993. "Resolved, That the President, any Vice President, the Secretary and any Assistant Secretary appointed for that purpose by the officer in charge of surety operations shall each have authority to appoint individuals as Attorney-in-Fact or under other appropriate titles with authority to execute on behalf of the Company, fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such an appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal or facsimile thereof may by imposed or fixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." "Resolved, That the signature of each of the following officers; President, Vice President, any Assistant Vice President, any Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any Certificate relating thereto, appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for the purpose only of executing and attesting bonds and undertaking and other writings upon the Company and any such power required and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or undertaking to which it is attached.@ IN WITNESS WHEREOF, AEGIS SECURITY INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by its President this 30th day of January, 2008. Commonwealth of Pennsylvania } } S.5.: Harrisburg } BY. County of Dauphin On this 30th day of January, 2008, before me personally came Darleen 1. Fritz to me known, who being by me duly sworn, did depose and say that she is President of AEGIS SECURITY INSURANCE COMPANY, the corporation described herein and which executed the above instrument; that she knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that she signed her name thereto by like order. ~4~qzL REBECCA LIDDICK Notary Public My Commission Expires July 25, 2013 I, the undersigned, Assistant Secretary of AEGIS SECURITY INSURANCE COMPANY, a Pennsylvania corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of Harrisburg, in the Commonwealth of Pennsylvania, dated this 25 day of JULY 2011 PART II SPECIAL PROVISIONS SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION 1 I-I SPECIFICATIONS AND PLANS 1-1.01 GENERAL n The work embodied herein shall be done in accordance with the Standard Specifications for the Public Works Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids" for this project, and City of San Bernardino Standard Drawings, insofar as the same apply and in accordance with the following Special Provisions. 1-1.02 DEFINITIONS n Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Al!:encv The City of San Bernardino, or CITY. Board The Mayor and Common Council for the City of San Bernardino. City Enl!:ineer The City Engineer for the City of San Bernardino. Laboratorv The laboratory to be designated by the City of San Bernardino to test materials and work involved in the contract. Office of the District - Whenever, in the Standard Specifications, reference is made to the office of the District or the District's office, such references shall be deemed made to the Office of the City Engineer, Public Works Department, located on the 3rd floor of City Hall for the City of San Bernardino, 300 N. "D" Street, San Bernardino. Sp-! The mailing address for the City of San Bernardino's Public Works Department is: City of San Bernardino Public Works Department 300 North "D" Street, 3'd Floor San Bernardino, CA 92418-000 I Resident Ene:ineer - Ene:ineer The Resident Engineer is the City of San Bernardino's City Engineer, registered as a Civil Engineer in the State of California, or the designated representative of the City of San Bernardino's City Engineer, registered as a Civil Engineer in the State of California. Notice Advertisine: for Bids - Notice Inviting Sealed Bids. Standard Specifications - Standard Specifications for Public Works Construction "Green Book", Other terms appearing in the Standard Specifications, and these Special Provisions, shall have the intent and meaning specified in Section 1-2, "Definitions", in the Standard Specifications. 1-1.03 STANDARD SPECIFICATIONS - The Standard Specifications for the Agency (CITY) are contained in the most current edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, "GREEN BOOK", as written and promulgated by the Public Works Standards, Incorporated, a mutual benefit corporation comprised of five members representing the American Public Works Association, and four members from the Associated General Contractors of California, the Engineering Contractors Association, the Southern California Contractors Association, and BNi Publications, Incorporated. The Standard Specifications set forth above will control the general provisions for this Contract except as amended by the Plans, Special Provisions, or other contract documents. Only those Sections requiring amendment or elaboration or specifying options are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. SP-2 References in these Special Provisions to "CAL TRANS Standard Specifications" shall mean the Standard Specifications (MAY, 2006) of the State of California, Department of Transportation. References in these Special Provisions to Standard Plans shall mean the Standard Plans for the City of San Bernardino or other governing agency as specified. Applicable Standard Plans for this project are contained in the "Standard Drawings", section of these Specifications. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place, that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment, and incidentals and do all the work involved in executing the Contract. The Contractor shall meet or exceed the applicable Public Works Policies and Procedures unless directed otherwise by these Special Provisions or as directed by the Engineer. The plans and specifications of this project shall conform to the requirements of the City of San Bernardino Municipal Code and Public Works Construction Policies, the latest editions of the Standard Specifications for Public Works Construction (green book), the American Concrete Institute (ACI), the current California Building Code, the current California Plumbing Code, Caltrans Standard Specifications, and these Special Provisions. Wherever reference it made to any of the standards mentioned above, the reference shall be construed to mean the code, order or standard that is in effect on the first day of the advertised "Notice Inviting Sealed Bids". 1-1.04 TAXES n No mention shall be made in the proposal of Sales Tax, Use Tax, or any tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. 1-1.05 INTERPRETATION OF PLANS AND DOCUMENTS -- If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the services to be performed, they may submit a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery by 5:00 p.m. of the sth working day prior to the day of the proposed bid opening. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be faxed and mailed or delivered to each person of record as receiving a set of such documents. The CITY will not be responsible for any other form of explanation or interpretation of the proposed documents. SP-3 1-1.06 ADDENDA OR BULLETINS -- All Bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each Bidder shall be fully responsible for informing themselves as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid and said addenda shall be made a part of the Contract Documents and shall be returned with them. Failure to cover in a bid any such addenda issued may render the bid irregular and may result in its rejection by the CITY. 1-1.07 PLANS AND SPECIFICATIONS TO BE PROVIDED -- The CITY will provide the Contractor with five (5) sets of Plans and Specifications at no cost after the Award of Contract. The Contractor shall obtain all additional sets at its own cost. SP-4 SECTION 2 2-1 BID REOUlREMENTS AND CONDITIONS 2-1.01 GENERAL -- Bids must submitted on the bid form contained herein. All bids shall be signed, sealed and accompanied by cash, cashier's check or bid bond made payable to the City of San Bernardino, in the amount often percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder, to whom the contact is awarded, refuses to execute said contract, and/or fails to file the necessary bonds and insurance certificate within ten (10) working days following the date of the CITY's Notice of Award letter, the Bidder shall be considered as not fully executing the contract. By not executing the contract, the use by the public of the improvements will be delayed and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix the amount of said damage. Therefore, the CITY and the bidder agree that the bid guarantee of 10% of the bid shall be paid to the CITY as liquidated damages and not as forfeiture. Bid bonds shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Form of Bid Bond is contained in the Bid Documents in Part I of the Special Provisions. Notarization of the signatures of the Principal and the Surety and the Power of Attorney of the signing Surety shall accompany this form. Any bid not accompanied by such bid bond will be rejected as invalid. 2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES -- A policy for establishing goals for participation of Minority and Women's Business Enterprises (MBE/WBE) was adopted by Resolution No. 95-409 of the Mayor and Common Council of the City of San Bernardino, on 11-20-95. This outreach program superseded Resolution No. 93-411 and the Standard Operation Procedures dated January 1994. Bidder's outreach efforts (good faith efforts) must reach out to MBEs, WBEs and all other business enterprises. Prime bidders could reasonably be expected to produce a level of participation by interested subcontractors of.J.2- % MBE and i % WBE on this project. Bidders shall make every reasonable effort to solicit bids from MBE/WBEs. A justification shall be provided to support the rejection of any bid from a minority or women's business enterprise, certified by Caltrans. SP-5 2-1.03 MINORITY. WOMEN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS -- It is the policy of the City of San Bernardino to provide Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs) and all other enterprises an equal opportunity to participate in the performance of all CITY contracts. Bidders shall assist the CITY in implementing this policy by taking all reasonable steps to ensure that all available business enterprises, including local MBEs and WBEs, have an equal opportunity to compete for and participate in CITY contracts. Bidders' good faith efforts to reach-out to MBEs, WBEs and all other business enterprises shall be determined by the following factors: (1) The bidder attended pre-solicitation or pre-bid meetings, if any, scheduled by the CITY to inform all bidders of the requirements for the project for which the contract will be awarded. The CITY may waive this requirement if the bidder certifies it is informed as to those project requirements. (2) The bidder identified and selected specific items of the project for which the contract will be awarded to be performed by sub-contractors to provide an opportunity for participation by MBEs, WBEs and other business enterprises. The bidder shall, when economically feasible, divide total contract requirements into small portions or quantities to permit maximum participation ofMBEs, WBEs and other business enterprises. (3) The bidder advertised for bids from interested business enterprises not less than ten calendar days* prior to the submission of bids, in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media specified by the CITY. (4) The bidder provided written notice of its interest in bidding on the contract to those business enterprises, including MBEs and WBEs, having an interest in participating in such contracts. All notices of interest shall be provided not less than ten calendar days* prior to the date the bids were required to be submitted. In all instances, the bidder must document that invitations for sub-contracting bids were sent to available MBEs, WBEs and other business enterprises for each item of work to be performed. Certified minority (MBE/WBE) subcontractors and material suppliers for the San Bernardino area located in Caltrans District 8 are listed on the California Unified Certification Program (CUCP) DBE Directory and can be obtained by accessing the directory on the California Department of Transportation DBE website at http://www.dot.ca.gov/hq/bep/find_certified.htm SP-6 (5) The bidder documented efforts to follow up initial solicitations of interest by contracting the business enterprises to determine with certainty whether the enterprises were interested in performing specific portions of the project. (6) The bidder provided interested enterprises with information about the Plans, Specifications and requirements for the selected sub-contracting work. (7) The bidder requested assistance from organizations that provide assistance in the recruitment and placement ofMBEs, WBEs and other business enterprises not less than fifteen days* prior to the submission of bids. (8) The bidder negotiated in good faith with interested MBEs, WBEs and other business enterprises and did not unjustifiably reject as unsatisfactory bids prepared by any enterprises, as determined by the CITY. As documentation the bidder must submit a list of all sub-bidders for each item of work solicited, including dollar amounts of potential work for MBEs, WBEs and other business enterprises. (9) The bidder documented efforts to advise and assist interested MBEs, WBEs and other business enterprises in obtaining bonds, lines of credit, or insurance required by the CITY or Contractor. If the CITY has established expected levels of participation for MBE and WBE sub- contractors, failure to meet those levels shall not be a basis for disqualification of the bidder. A determination of the adequacy of a bidders' good faith effort must be based on due consideration of the indicia of good faith as set forth above. In the event that the CITY is considering awarding away from the lowest bidder or not awarding a contract to a proposed bidder because the bidder is determined to be non-responsive for failure to comply with the good faith indicia set forth above, the CITY shall, if requested, and prior to the award of the contract, afford the bidder the opportunity to present evidence to the Mayor and Common Council in a public hearing of the bidders' good faith efforts in making its outreach. In no case should the CITY award away pursuant to this program if the bidder makes a good faith effort but fails to meet the expected levels of participation. For the purposes of this Policy, "minority" shall be synonymous with "minority person" as defined in California Public Contract Code Section 2000(t). Nothing herein restricts the discretion of the CITY to reject all bids in accord with Charter Sections 140 and 238 or Chapter 3.04 ofthe San Bernardino Municipal Code. The directions set forth herein shall take effect immediately, and all CITY Departments shall modifY their implementation programs to the extent such programs are inconsistent with this policy. SP-7 2-1.04 SUBMISSION OF MBE/WBE INFORMATION - GOOD FAITH EFFORTS - The Contractor may submit the MBE/WBE INFORMATION - GOOD FAITH EFFORTS document with the contract Bid Documents prior to the hour of the bid opening. If this document is not submitted with the Bid Documents, it must be submitted to the Public Works Department, upon request, by 4:30 p.m. on the fourth working day following the day of the bid opening. *In the of case short bid opening periods, proof of faxes requesting MBE, WBE participation and faxed requests for assistance in recruitment of MBEs and WBEs shall suffice. 2-1.05 REOUIRED LISTING OF PROPOSED SUBCONTRACTORS -- Each bid shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in the amount of 1/2 of one percent of his total bid or $10,000.00, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. A sheet for listing the subcontractors, as required herein, IS included III the Bid Documents, in Part I of these Special Provisions. 2-1.06 REOUIRED EXAMINATION OF ALL CONTRACT DOCUMENTS A. Before submitting a Bid, each Bidder shall thoroughly examine and be familiar with the Specifications, Plans, addenda, and all other Contract Documents. The submission of a Bid shall constitute an acknowledgement upon which the CITY may rely that the Bidder has thoroughly examined and is familiar with all the Contract Documents. B. The failure or neglect of a Bidder to receive or examine any of the Contract Documents shall in no way relieve that Bidder from any obligation with respect to its Bid or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of the Contract Documents. C. The Bidder shall not be allowed any extra compensation by reason of any matter or thing, concerning that which such Bidder might have fully informed himself prior to the bidding. D. No Bidder shall at any time after submission of a bid make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. SP-8 2-1.07 REQUIRED INSPECTION OF THE SITE -- A. Bidders are required to inspect the site of the proposed work to satisfy themselves by personal examination, or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions, including subsurface of, and at, the site of the proposed work. B. If, during the course of examination, a Bidder finds facts or conditions that appear to be in conflict with the letter or spirit of the bidding documents, the Bidder shall notify the Engineer immediately. C. Submission of a Bid by the Bidder shall constitute conclusive evidence that, if awarded the Contract, it has relied and is relying on its own examination of the following: 1. The site of the proposed work. 2. Access to the site. 3. All other data and matter requisite to the fulfillment of the work. 4. The Bidder's own knowledge of existing facilities on and in the vicinity of the site of the proposed work under the Contract. 5. The conditions to be encountered. 6. The character, quality, scope and complexity of the proposed work. 7. The quality and quantity ofthe materials to be furnished. 8. The requirements of the Specifications, Plans, any addenda, or any other Contract Documents. D. The information provided by the CITY is not intended to be a substitute for, or a supplement to, the independent verification by the Bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the Bidder. SP-9 2-1.08 DESIGN ENGINEER MAY NOT BID ON CONSTRUCTION CONTRACT No engineering or architectural finn which has provided design services for a project shall be eligible to bid on the contract to construct the project. The ineligible to bid include the prime contractor for design, subcontractors of portions of the design, and affiliates of either. An affiliate is a finn which is subject to the control of the same persons, through joint ownership or otherwise. 2-1.09 WITHDRAWAL OF BIDS -- A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids" or an amended date and hour stipulated in a signed addenda to the Special Provisions. The withdrawal of a bid will not prejudice the right of the Bidder to submit a new bid, providing there is time to do so. Bids may not be withdrawn after said bid opening hour without forfeiture of the bidder's bid guarantee. 2-1.10 IRREGULAR BIDS -- Unauthorized conditions, limitations, or provisions attached to a bid will render it irregular and may cause its rejection. The completed bid fonns shall be without interlineations, alterations, or erasures. No oral, telegraphic, or telephonic bid, modification, or withdrawal will be considered. SP-IO SECTION 3 3-1 AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL -- The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the requirements prescribed. The award of the contract will be made by the Mayor and the Common Council at a Council meeting. The bidder, to whom the contract is awarded, shall file with the Engineer all required bonds and insurance policies, and execute the contract within 10 calendar days after receiving notification of the award. Failure to file the stipulated documents and execute the contract within the prescribed time shall constitute good and sufficient grounds for rescission of the award and payment of 10% of the bid to the CITY as liquidated damages. 3-1.02 AWARD OF CONTRACT 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 bids, to accept any bid or portion thereof, to waive any irregularity and to take the bids under advisement for the period of time stated in the legal Notice Inviting Sealed Bids as may be required to provide for the best interest of the CITY. The Contractor's original signature on the Bid Form shall constitute a commitment on the part of the Bidder to furnish the items as set forth in the Bid Form, the Special Provisions-Instructions to Bidders, the Plans, the Standard Specifications, the Notice Inviting Sealed Bids and Addenda, together with any attachments. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the Mayor and Common Council. The Bid Form, the Special Provisions-Instructions to Bidders, the Plans, the Special Provisions, the Notice Inviting Sealed Bids and Addenda, together with any attachments, shall be considered as part of the contract between the CITY and the Contractor to whom the contract is awarded. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. 3-1.03 CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall be filed with the Engineer before the Notice to Proceed is executed by the CITY. In accordance with Section 2-4, "CONTRACT BONDS", of the Standard Specifications, the contract bonds, including Payment Bond (Material and Labor Bond) and Performance Bond shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Contractor shall provide to the CITY three (3) original "wet" copies of Payment and Performance Bonds equal to 100% of the award amount of the contract. SP-ll 3-1.04 DISOUALIFICATION OF BIDDERS -- In the event that any Bidder acting as a prime contractor has an interest in more than one submitted bid, all such submitted bids will be rejected and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal bid as a prime contractor. No contract will be executed unless the Bidder is licensed in accordance with the provisions of the State Business and Professions Code. The Contractor shall fill out all documents contained in the Bid Document section, and comply with all the requirements of the Bid Documents and specifications contained in the Special Provisions. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to BMP/SWPPP, traffic control and detour plans or escrowed bid documents, where applicable, will delay the issue of the Notice to Proceed, and such delay will subject the bidder to a negative determination of the bidder's responsibility should the bidder choose to participate in future public works bid offerings. SP-12 SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL n Attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work", Section 6-7.1, "Time of Completion", Section 6-8, "Completion, Acceptance and Warranty" and of Section 6-9, "Liquidated Damages" of the Standard Specifications and these Special Provisions. 4-1.02 PRE-CONSTRUCTION MEETING -- The Pre-Construction Meeting shall be within 10 working days of the notification of the award of the contract by the Mayor and Common Council. The Contractor shall, at the time of the notification of award, inform the Construction/Survey Manager of any special circumstances or conditions that might prohibit the Contractor from attending a Pre-Construction Meeting during this period, or from commencing work as scheduled. 4-1.03 NOTICE TO PROCEED -- The Notice to Proceed shall not be issued until all required documents have been submitted and approved by the CITY. The Contractor shall immediately notify and obtain the approval of the Construction/Survey Manager, prior to the Pre-Construction Meeting, should special circumstances or conditions exist that might prohibit the Contractor from providing all required documentation and commencing work as scheduled within 10 working days of the Pre-Construction meeting. Required documentation shall include the Contractor's applicable NPDES plan (for required submittal time refer to Section 6-1.03 of these Special Provisions), the proposed Construction Schedule, Traffic Control Plan and Traffic Detour Plan (as required). The Construction Schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. The schedule shall be in the form of a tabulation, chart or graph. 4-1.04 WORKING DAYS n The Contractor shall diligently prosecute the work to completion before the expiration of ..1!L WORKING DAYS from the date of the "NOTICE TO PROCEED". SP-13 4-1.05 PERMITS AND LICENSES -- Prior to issuance of a "Notice to Proceed", Contractor shall obtain a CITY Business Registration from the City Clerk's Office, San Bernardino City Hall, 300 North "D" Street, 2nd Floor, San Bernardino, CA 92418. 4-1.06 LIQUIDATED DAMAGES -- The Contractor shall pay to the City of San Bernardino the sum of $500.00 per day for each calendar day's delay in finishing the work in excess ofthe number of working days prescribed above. In case all the work called for is not completed in all parts and requirements within the time specified, the CITY shall have the right to grant or deny an extension of time for completion, as may seem best to serve the interest of the CITY. The Contractor will not be assessed with liquidated damages during the delay in the completion of the work caused by acts of God or of the Public Enemy, acts of the State, fire not due to acts of Contractors or Subcontractors, epidemics, quarantine, restrictions, freight embargo, unusually severe weather, or delays of Subcontractors due to such causes provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the CITY, in writing, of the cause of the delay. The CITY will ascertain the facts and the extent of the delay, and the findings thereon shall be final and conclusive. 4-1.07 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR WORKING DAYS -- The Contractor shall submit periodic Progress Reports to the Engineer by the tenth of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. Section 6-7.3, "Contract Time Accountim.!", of the Standard Svecifications is superseded bv these Svecial Provisions. The Engineer or designee will make a daily determination of each working day to be charged against the contract time. Per the Contractor's written request, the Engineer will provide working and non-working days to the Contractor. 4-1.08 INSPECTION n The Contractor is responsible to notify the Public Works Department Inspection 48 hours prior to the start of any work. Any work performed without inspection by the CITY is subject to rejection and removal of work performed and, at the Contractor's expense, the work will have to be reconstructed. At the CITY's request, and the Contractor's expense, any pipes less than 24" must be inspected by camera for joint grouting and any other inspection. For inspection after regular working hours, see Section 6-1.06 "HOLIDAYS, WORKING DAYS AND HOURS", of these Special Provisions. SP-14 SECTION 5 5-1 LEGAL REQUIREMENTS 5-1.01 INSURANCE REQUIREMENTS -- The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work herennder by the Contractor, his agents, representatives, employees or subcontractors. The Contractor shall indemnify and save harmless the City of San Bernardino, the Connty of San Bernardino, the State of California, and/or any incorporated city from all claims or suits for damages arising from the prosecution of the contract work, as more fully described in Subsection 5-1.07, "Contractor's Liability", of these Special Provisions. The Contractor agrees to protect, defend and indemnify the City of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, its employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at its option, may include such coverage under Public Liability coverage. 5-1.02 LIABILITY INSURANCE -- The Contractor's attention is directed to Section 7-3, "Liability Insurance", of the Standard Specifications, providing that the Contractor shall furnish the CITY with a policy or certificate of liability insurance prior to execution of the contract. All of the Insurance Policies shall name the City of San Bernardino as an additional insured. The endorsement shall be provided by the broker or agent of the insurance company and shall be notarized to that effect. ACCORD Forms are not acceptable, nor forms signed by the broker, unless they have Power of Attorney to bind the insurance provider. (See attached sample forms.) Contractor shall maintain minimum limits of insurance no less than: I. General Liabilitv: $1,000,000.00 per occurrence and $2,000,000.00 aggregate for bodily injury, personal injury and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this project/location; SP-15 2. Products/Completed Operations: $1,000,000.00 per occurrence and $2,000,000.00 aggregate; 3. Automobile Liability: $1,000,000.00 per accident for bodily injury and property damage; 4. Emplover's Liability: $1,000,000.00 per accident for bodily injury or illness; 5. Course of Construction: Completed value ofthe project. 5-1.03 WORKERS' COMPENSATION INSURANCE -- The Contractor's attention is directed to Section 7-4, "Workers' Compensation Insurance", of Standard Specifications, providing that the Contractor shall file a signed Certificate of Workers' Compensation Insurance before execution of the contract. 5-1.04 PAYMENT OF PREVAILING WAGE RATE -- The Contractor and all subcontractors shall pay each craft or worker employed on this project not less than the prevailing wage rates specified in Resolution No. 90-358 of the Mayor and Common Council of the City of San Bernardino. The Engineer shall have the right to interview any craft or worker on the project site in order to verify payment of prevailing wage rates in accordance with Resolution No. 90- 358. Prevailing wages shall comply with current rates and all updates in effect on the date of the first advertisement by the City Clerk of the "Notice Inviting Sealed Bids". The Contractor shall comply with the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to subcontractors. 5-1.05 PAYROLL RECORDS -- The Contractor's attention is directed to the following provisions of Labor Code Section 1776. The Contractor shall be responsible for the compliance with these provisions by his subcontractors. (a) The Contractor and all subcontractors shall keep an accurate payroll record, showing the name address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with public work. SP-16 (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the Engineer on a weekly basis. It will be the Contractor's responsibility to submit the records enumerated in subdivision (a) for all his subcontractors, in addition to his own employees. Failure to submit the records enumerated in subdivision (a) on a timely basis shall constitute good and sufficient reason for withholding the partial payments for work accomplished. 5-1.06 EMPLOYMENT OF APPRENTICES n This project is subject to the State of California Division of Apprenticeship Standards (DAS) requirements for the employment of apprentices. The Contractor's attention is directed to the provisions in the following section of the California Labor Code concerning employment of apprentices on public works projects: 1773.3 An awarding agency whose public works contract falls within the jurisdiction of Section 1777.5 shall, within five days of the award, send a copy of the award to the Division of Apprenticeship Standards. When specifically requested by a local joint apprenticeship committee, the division shall notify the local joint apprenticeship committee regarding all such awards applicable to the joint apprenticeship committee making the request. Additional information regarding the Contractor's options for the employment of apprentices registered with the California Department of Industrial Relations, DAS can be obtained at http://www.dir.ca.gov/DAS/PublicWorksForms.htm. 5-1.07 CONTRACTOR'S LIABILITY -- The City of San Bernardino, the Mayor and Common Council, the City Manager or the City Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workers or the public; or for damage to any person or persons, either workers or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workers, or anyone employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly guard. SP-17 The Contractor shall not encroach on private property adjacent to this project in any phase of the construction without first obtaining a signed Right Of Entry document from the property owner and submitting this Right Of Entry to the Engineer for approval, prior to any entry or encroachment onto private property. The Contractor shall be responsible for any injury to any person or damage to property resulting from any defects or obstruction occurring any time before project completion and final acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor and Common Council, the City Manager or the City Engineer from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the CITY may be retained by the CITY until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due, or becoming due, the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety . 5-1.08 DIFFERING SITE CONDITIONS n During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions, and if the Engineer determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his determination whether or not an adjustment of the contract is warranted. SP-18 No conflict adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. No contract adjustment will be allowed under the provisions specified in this section for any effects caused on unchanged work. Any contract adjustment warranted due to differing site conditions will be made in accordance with the provisions in Section 3-4, "Changed Conditions", of the Standard Specifications. 5-1.09 ATTORNEY'S FEES AND ARBITRATION -- The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all attorney fees, court costs and necessary disbursements in connection with that action. The costs, salary and expenses of the City Attorney and members of his office, in connection with that action, shall be considered as attorney's fees for the purposes of this Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.10 CITY BUSINESS REGISTRATION CERTIFICATE -- The Contractor warrants it possesses, or shall obtain, and maintain during the term of this Agreement, a business registration certificate pursuant to Title 5 of the City of San Bernardino Municipal Code, and any and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required of contractor/consultant/vendor to practice its profession, skill or business. Contractor shall obtain a City of San Bernardino Business Registration at his/her own expense. SP-19 ACORD FORM INSURANCE SAMPLE: ACCORD CERTIFICATE OF INSURANCE DATE (MMlYYIDD) 00/00/00 PRODUCER YOUR COMPANY NAME AND ADDRESS TIllS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON TIIE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY TIlE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A CNA-TRANSCONTINENTAL COMPANY B CNA - V ALLEY FORGE COMPANY C CHUBB GROUP - FEDERAL INSURANCE COMPANY D COMMERCIAL ASSOCIATES INS., INC. 1226 EAST LA PALMA AVENUE ANAHEIM, CA 92807 (714) 524-4949 FAX: (7145) 524-4940 INSURED COVERAGES THIS IS TO CERTIFY THAT THE POLlCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM, OR CONOmON OF ANY CONTRACf OR aTHER DOCUMENT WITH RESPECf TO WHICH nns CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AfFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CGNOITlONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ~~ TYPE OF INSURANCE pouey NUMBER POUCY EFFECTIVE DATE (MMiYYIDD) POLICY EXPIR DATE (MMlYYIDD) LIMITS GENERAL LIABILITY SCHEDULED AUTOS BAP 5]97135 02/01198 EACH OCCURRENCE $]000000 FIRE DAMAGE (ANY ONE FIRE) , 500000 MED EXP ANY ONE PEREO 5000 02/01/99 PERSONAL & ADV INJURY $]000000 GENERAL AGREGATE $2000000 PRODUCTS-COMP/OP AGG $2,000000 COMBINED SINGLE LIMIT $1000,000 BODILymJURY Per Person BODILY INJURY cident 02/01/99 X COMMERCIAL GEN LIABILITY A CLAlMS MADE OCCUR X OWNER'S & CONTRACTOR'S PROT 102267576 02/0]/98 AUTOMOBILE LIABU.rry x AurO B ALL OWNED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AlITa ACCIDENT other than auto only' WORKERS COMPENSATION AND EMPLOYER'S L1ABIUTY AGGREGATE X ~~~~O~S C EL EACH ACCIDENT ROOO,OOO 02101199 TIIE PROPRlRETORJ PARTNERSiEXECunV E OFFICERS ARE: E.L DISEASE ~ EA EMPLOYEE SI,OOO,OOO E.L DlSEASE - POLICY LIMIT $],000,000 OTIfER DESCRIPTION OF OPERA TIONSILOCATIONSNEIflCLESlSPECIAL ITEMS JOB LOCATION, ALL CALIFORNIA OPERATIONS OF THE NAMED INSURED RE, (/NSERTPROJECT NAME) BELOW NAMES AS ADDITIONAL INSURED WITH RESPECT TO GENERAL LIABILITY AS REQUIRED BY PROJECT CONTRACT CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUEING COMPANY WILL MAIL.12. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMES TO THE ,m THE CITY OF SAN BERNARDINO DEPARlMENT OF PUBLIC WORKS 300 N. "D" STREET, 3'" FLOOR SAN BERNARDINO, CA 92418-0001 AUTHORIZED REPRESENTATIVE JOlIN E. SMmJ (Signature) ACCORD 25-8 1195 Q ACCORD CORPORATION SP-20 COMMERCIAL GENERAL LIABILITY NAMED INSURED: POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED mm OWNERS LESSEES , OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART-OCCURRENCE SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS 300 NORTH "D" STREET, 3RD FLOOR SAN BERNARDINO, CA 92418-0001 'p.' . i' E" ~. N'i'llt . <<:" ..~.."~.a -: 'J .~ '/' (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. NOTE: MUST BE SIGNED BY AUTHORIZED REPRESENTATIVE FOR PROVIDER SUPPLY POWER OF ATTORNEY GIVING AUTHORITY TO BIND CG 20 10 II 85 Authorized Representative for CNA Insurance Group Golden Eagle Insurance Company SP-21 SECTION 6 6-1 GENERAL 6-1.01 INCREASED QR DECREASED QUANTITIES -- If the total pay quantity of any item of work subject to the provisions in Section 3-2.2, "Contract Unit Prices", of the Standard Specifications varies by more than 25 percent, compensation payable to the Contractor will be determined in accordance with said Section 3-2.2.1, "General", of the Standard Specifications and these Special Provisions. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $1,500 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. Should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate, therefor, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. The payment of the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SQUND CONTROL REQUIREMENTS -- Sound control shall comply with Chapter 8.54 ofthe 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. SP-22 6-1.03 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) REOUIREMENTS -- The Contractor shall adhere strictly to Sections 7-8 and 7-10 of the Standard Specifications for Public Works (Green Book) throughout the entire project. The Contractor, without limitation, shall be responsible for providing and implementing Best Management Practices to comply with National Pollution Discharge Elimination System (NPDES) standards and practices. The Contractor shall be responsible, to the fullest extent possible, for preventing any contaminants, including soil, from entering any drainage system. The Contractor shall be responsible for having sufficient materials on hand and being prepared to provide erosion and sediment controls capable of preventing erosion from being washed into the storm drain system. The Contractor shall be responsible for maintaining equipment so that oil, grease, gasoline, diesel fuel, et aI., do not contaminate areas subject to run-off. The Contractor and its Surety shall fully indemnify the CITY for any pollution damage and/or cleaning costs. All construction on off-site or on-site improvements shall adhere to NPDES (National Pollution Discharge Elimination System) Best Management Practices to prevent deleterious materials or pollutants from entering the CITY or County storm drain systems. The following are the areas to be addressed where applicable: I. Handle, store and dispose of materials properly. 2. Avoiding excavation and grading activities during wet weather. 3. Construct diversion dikes and drainage swales around working sites. 4. Cover stockpiles and excavated soil with secured tarps or plastic sheeting. 5. Develop and implement erosion control plans. 6. Check and repair leaking equipment away from construction site. 7. Designate a location away from storm drains for refueling. 8. Cover and seal catch basins whenever working in their vicinity. 9. Use vacuum with all concrete sawing operations. 10. Never wash excess material from aggregate, concrete or equipment onto a street. II. Catch drips from paver with drip pans or absorbent material. 12. Clean up all spills using dry methods. 13. Sweep all gutters at the end of each working day. Gutters shall be kept clean after leaving construction site. 14. Call 911 in case ofa hazardous spill. 15. Keep a running log of all activities in connection with the Storm Water Pollution Prevention Plan (SWPPP). 16. Name a person, on site, responsible for complying with SWPPP. BEST MANAGEMENT PRACTICES ( BMPs ): Best Management Practices shall be defined as any program, technology, process, site criteria, operating method, measure, or device which controls, prevents, removes, or reduces pollution. The Contractor shall obtain and refer to the California Storm Water Best Management Practice Handbooks, Volume 3 Construction BMP Handbook and the County Regional Best Management Practices Handbook for Construction Activities. SP-23 The Contractor shall have a minimum of two (2) readily accessible copies of each publication on the project work site at all times. The Contractor shall implement the following BMPs in conjunction with the construction operation and activities: CONSTRUCTION PRACTICES Water Conservation Practices Dewatering Paving Operations Structure Construction and Painting MATERIAL MANAGEMENT Material Delivery and Storage Material Use Spill Prevention and Control WASTE MANAGEMENT Solid Waste Management Hazardous Waste Management Contaminated Soil Management Concrete Waste Management Sanitary/Septic Waste Management VEHICLE AND EQUIPMENT MANAGEMENT Vehicle and Equipment Cleaning Vehicle and Equipment Fueling Vehicle and Equipment Maintenance VEGETATIVE STABILIZATION Scheduling Preservation of Existing Vegetation Temporary Seeding and Planting Mulching PHYSICAL STABILIZATION Geotextiles and Mats Soil Stabilizer/Dust Control Temporary Stream Crossing Stabilized Construction Roadway Stabilized Construction Entrance SP-24 RUNOFF DIVERSION Sodding, Grass Plugging, and Vegetative Buffer strips Earth Dikes, Drainage Swales, and Lined Ditches Top and Toe of Slope Diversion Ditches/Berms Slope Drains and Subsurface Drains VELOCITY REDUCTION Flared Culvert End Sections Outlet Protection/V elocity Dissipation Devices Check Dams Slope Roughening/Terracing/Rounding SEDIMENT TRAPPING Silt Fences Straw Bale Barrier Sand Bag Barrier Brush or Rock Filter Storm Drain Inlet Protection Sediment Traps Sediment Basin Additional BMPs may be required as a result of a change in actual field conditions, contractor activities, or construction operations. When more than one BMP is listed under each specific BMP category, the Contractor shall select the appropriate and necessary number ofBMPs within each category in order to achieve the BMP objective. BMPs for contractor activities shall be continuously implemented throughout the project. Resources to implement BMPs for erosion control and sedimentation shall be readily available and implemented throughout the construction phase and whenever the National Weather Service predicts rain within 24 hours. BMPs for erosion control and sedimentation shall also be implemented prior to the commencement of any contractor activity or construction operation that may produce run-off, and whenever run-offfrom other sources may occur. STORM WATER POLLUTION PREVENTION PLAN (SWPPP ): A Storm Water Pollution Prevention Plan (SWPPP) shall be defined as a report that includes site map(s), identification of construction and contractor activities that could pollute storm water, and a description of measures and practices to control the potential pollutants. The preparation and implementation of the SWPPP is intended to ensure that the Contractor will make every reasonable effort to prevent the pollution of water resources during the period of construction. All projects, regardless of size, shall have a SWPPP developed prior to the performance of any soil disturbing activities. SP-25 Projects over one acre are placed under the regulations of the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharge Associated with Construction Activity. In the State of California, these regulations are adopted by the State Water Resources Control Board and as such projects that fall into this category must submit a Notice of New Construction (NONe) to the State Water Resources Control Board (SWRCB) to obtain a waste discharge identification number (WDID). This information is available for review and downloading on the State of California, Department of Transportation web site at http://www.dot.ca.gov/hqlconstruc/stormwater/manuals.htm. SWPPP's over one acre shall be prepared under the supervision of, and signed by, a Civil Engineer registered by the State of California. All SWPPP's shall include and incorporate BMPs that address contractor activities, erosion, and sedimentation control. The SWPPP shall also include and incorporate appropriate BMPs for run-off generated by construction activities and other non-storm water sources. During all periods of construction, excavated soils which are stored on-site shall be completely covered with waterproof material and gravel bagged or bermed in order that, in the event of a storm, no soil becomes mixed with or transported by storm water run-off. If, during construction operations, field conditions change in a manner which, in the opinion of the Engineer, significantly deviates from how the SWPPP, as approved by the CITY, addressed the current construction operation, the Engineer may direct the Contractor to revise the current construction operation and/or the SWPPP. Such directions will be made in writing and will specify the items of work for which the SWPPP is inadequate. No further work on these items will be permitted until the Contractor revises the construction operations to the satisfaction of the Engineer and/or until the Contractor submits a revised SWPPP and receives CITY approval. The Engineer shall notify the Contractor of the acceptance or rejection of the revised S WPPP within seven (7) working days from the date of submittal. The BMP (Best Management Practices) and/or SWPPP (Storm Water Pollution Prevention Plan) shall be submitted to the CITY for review and approval a minimum of ten (10) working days prior to the commencement of construction operations in accordance with this Section 6-1.03 of these Special Provisions. The CITY, as Permittee, is subject to enforcement actions by the State Water Resources Control Board, Environmental Protection Agency, and private citizens. The CITY may assess the Contractor a penalty of $1,000 for each calendar day that the Contractor has not fully implemented the BMP(s) or SWPPP specified for the Contract and/or is otherwise in noncompliance with these provisions. In addition, the CITY will deduct, from the final payment due the Contractor, the total amount of any fines levied on the CITY, plus legal and staff costs, as a result of the Contractor's lack of compliance with these provisions and/or less than complete implementation of the specified BMP(s) or SWPPP. SP-26 THE CONTRACTOR SHALL COMPLY WITH THESE REQUIREMENTS AND CITY ENGINEER'S DIRECTIONS DURING THE COURSE OF CONSTRUCTION. The Contractor shall provide to the CITY, prior to beginning construction, the name and telephone number(s) of the Contractor and/or the Contractor's NPDES representative, which can be reached and will respond to calls 24 hours/day for emergencies during construction activity. Full compensation for the implementation of BMPs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials to comply fully with NPDES requirements shall be considered as included in the contract bid prices paid for the various bid items of work involved, and no additional compensation shall be allowed therefor. Full compensation for preparation of the SWPPP, revisions to the SWPPP, and all other related costs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials to comply fully with NPDES requirements shall be considered as included in the contract bid lump sum price, or if no specific bid item, the contract bid prices paid for the various bid items of work involved, and no additional compensation shall be allowed therefor. 6-1.04 PERMITS AND LICENSE -- The Contractor shall pay for and obtain a City Business Registration prior to the execution of the contract. Contractor shall obtain a City of San Bernardino Business Registration at his/her own expense. Prior to the commencement of work, the Contractor shall obtain a construction permit at no cost from the City of San Bernardino, Public Works Department, located at San Bernardino City Hall, 300 North "D" Street, 3'd Floor, San Bernardino, California. The permit shall be kept in a readily available place on the job site at all times during construction. While no fee will be charged for the permit, no permit will be issued unless the Contractor provides a code reference number from Underground Service Alert (USA). The Contractor shall obtain all required permits from all other City of San Bernardino Departments/divisions and/or agencies including, but not limited to the Community Development, Building and Safety Division, the Public Works Department, Street Division, any involved water agency, county flood control, railroad, Caltrans, Fish & Game, Corp. of Engineers, Regional Water Quality Board, etc., at his/her own expense, unless otherwise stated in the Plans and these Special Provisions. These fees and permits shall include water and sewer hook-up, meter, inspection and flagging fees. SP-27 6-1.05 EXTRA WORK AND MARKUP -- Any extra work done shall conform to the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the restrictions of Section 20452 and 20455 of the Public Contract Code. A. Work bv Contractor The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) 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 subsection, compensation for bonding shall be at the rate specified by the bonding company. B. Work bv Subcontractor When all or any part ofthe extra work is performed by a Subcontractor, the markup established above shall be applied to the Subcontractor's actual cost of such work, also a markup of 10 percent on the first $5,000.00 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000.00 of the subcontracted portion of the extra work may be added by the Contractor. 6-1.06 HOLIDAYS, WORKING DAYS AND HOURS -- The Contractor's activities shall be confmed to the hours between 7:00 a.m. and 4:30 p.m., Monday through Friday, excluding holidays, as defmed in this section. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. No traveled lane shall be closed during rush hour, (7:00 a.m. to 8:30 a.m. and 4:30 p.m. to 6:00 p.m., unless approved by the Engineer. The Contractor will coordinate inspections with the Public Works Inspector 48 hours prior to any work being done during evenings, Fridays or Saturdays. The Contractor shall coordinate with the Engineer regarding working hours prior to start of construction. Except for Fridays, in the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. SP-28 Designated legal Holidays are: January I't, the third Monday in January, the third Monda~ in February, the last Monday in May, July 4'\ the first Monday in September, November II' , Thanksgiving Day and the Friday following, December 25th and the working day preceding or following (as directed by the Mayor and Common Council) and the last working day of the year. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be designated a legal holiday. 6-1.07 PAYMENTS -- Attention is directed to Section 9-3, "Payment", and 9-3.2, "Partial and Final Payment", ofthe Standard Specifications and these Special Provisions. No partial payment will be made for any materials which are furnished, but not incorporated in the work. The Contractor shall submit "As Built" project drawings to the Engineer prior to the release of final payment and/or bonds. 6-1.08 PROJECT APPEARANCE The contractor shall maintain a neat appearance to the work including use of street sweeping. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly unless otherwise specified. The Contractor is encouraged to recycle all materials. The Contractor shall provide the CITY all documents as to the weight of materials removed during excavations in accordance with the requirements of AB939. 6-1.09 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL -- Unless otherwise specified, all excess excavation or removed material shall become the property of the Contractor and shall be disposed of by him away from the site of the work. SP-29 6-1.10 SURVEYING SERVICE -- The Contractor shall refer to the PROJECT LOCATION SURVEY DOCUMENTS section at the back of these Special Provisions for California Land Surveyors Association (CLSA) and Consulting Engineers and Land Surveyors of California (CELSOC) survey monument preservation guidelines. The Contractor shall perform and be responsible for the accuracy of surveying adequate for construction. A California registered Civil Engineer licensed to perform surveying or a California registered Land Surveyor shall perform any surveying or staking, as directed by the Engineer, at the expense of the Contractor. The Contractor shall preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be by the Contractor at the expense of the Contractor. In case of missing or incorrect ties, the Contractor's Surveyor shall restore ties as necessary at the expense of the Contractor. The Contractor shall submit to the CITY a copy of all survey notes and a Certificate Record of Survey. All new and replaced survey ties shall be by transit method. All existing monumentation shall be tied and recorded prior to construction. Comer Records shall be filed, pre and post construction, in accordance with Section 8771 ofthe Business and Professions Code (AB 1414). Final monumentation of alignments and new RIW lines shall be performed in accordance with the State of California Surveys Manual (latest edition). Record of Surveys or In-Lieu Maps, as applicable, shall be prepared and filed. One reproducible (mylar) copy of all filed maps and one photocopy of all filed Comer Records or Records of Survey shall be delivered to the CITY within 30 days of such filings. Full compensation for preparation of survey documents, reVlSlons to the survey documents, and all other related costs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials to comply fully with these Special Provisions, the CLSA, and as directed by the Engineer, shall be considered as included in the contract bid lump sum price, or if no specific bid item, the contract bid prices paid for the various bid items of work, and no additional compensation shall be allowed therefor. 6-1.11 CLAYTON ACT AND CARTWRIGHT ACT -- Section 4551 of the State Government Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 D.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgement by the parties. SP-30 6-1.12 PROJECT ERRORS. OMISSIONS. INCONSISTENCIES. AND/OR DISCREPANCIES -- In the event of errors, omissions, inconsistencies, and/or discrepancies among two or more portions of the Contract Documents, the Engineer may direct the Contractor to follow the most stringent requirements at no additional cost. If errors, omission, inconsistencies, and/or discrepancies appear in the Contract Documents or in the work done by others affecting this work, the Contractor shall immediately notify the Engineer prior to proceeding with the work, and the Engineer shall issue appropriate instructions. If the Contractor proceeds with the work so affected, without instructions from the Engineer, the Contractor shall remove the incorrect work or make the necessary corrections to comply with the Engineer's instructions at no cost to the City of San Bernardino. In case of conflicts, errors, omissions, inconsistencies, and/or discrepancies on the plan sheets, it is assumed that the bid included the cost for implementing and/or constructing the discrepancy that would have the highest dollar value. 6-1.13 EMERGENCY INFORMATION -- The names, addresses and telephone numbers of the Contractor and subcontractors, or their representatives, which can be reached and will respond to calls 24 hours/day, shall be filed with the Office of the City Engineer prior to beginning work. 6-1.14 MAINTENANCE OF EXISTING IMPROVEMENTS -- The Contractor shall protect and maintain all existing improvements and facilities in place to remain from the first day of work under this contract to acceptance. The Contractor is responsible for replacing any damaged improvement or facility to original condition or better. 6-1.15 CONTRACTOR'S SAFETY RESPONSIBILITY -- The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the California Occupational Safety and Health Act, and all other applicable Federal, State, County, and CITY laws, ordinances, regulations, codes, the requirements set forth below, and any regulations that may be detailed in other parts ofthe Contract Documents. Where any of these are in conflict, the more stringent requirement shall be followed. SP-31 6-1.16 SAFETY SUPERVISOR AND MEETINGS -- A. The Contractor shall appoint an employee as safety supervisor who is qualified and authorize to supervise and enforce compliance with the Safety Program. The Contractor shall notify the Engineer in writing prior to the commencement of work of the name of the person who will act as the Contractor's Safety Supervisor. B. The Contractor will, through and with his Safety Supervisor, ensure that all of its employees, and its subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Supervisor shall be a full-time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. C. The Contractor and its affected subcontractors shall attend safety coordination meetings. The minutes of their meetings shall be submitted to the Engineer. 6-1-17 MEETINGS -- A. The Contractor shall attend weekly progress meetings at the project site. B. In general, these meetings will be attended by the Contractor, the Engineer or designee, and any subcontractors, suppliers, distributors or other concerned individuals with issues or items to discuss. C. Meeting minutes will be taken by the Engineer or designee. The meeting minutes will be available to the Contractor at the following weekly meeting. The Contractor shall be responsible to distribute the meeting minutes to all parties performing work under his contract. D. The Engineer shall have the authority to require that a mandatory meeting be held at any time during normal work hours. E. These meetings shall be attended by the Contractor, the Engineer or designee, and any subcontractors specified by the Engineer. 6-1.18 PAYMENT n Full compensation for conforming to the requirements of this Section shall be considered as included in the prices paid for the various contract bid items of work involved, and no additional compensation will be allowed therefor. SP-32 SECTION 7 7-1 UTILITIES 7-1.01 GENERAL -- The location of all utility substructures that may affect the work shall comply with Section 5, "Utilities", of the Standard Specifications and these Special Provisions. The Contractor shall notify the Engineer immediately of any conflict. The Contractor shall match existing products. The Contractor is responsible for coordinating work with the utility owners. Certain companies, governmental agencies, or their contractors may be working within the construction area. Certain utility facilities at various locations within the project limits may be removed, relocated, abandoned, or installed by companies' or agencies' contractors. The Contractor shall coordinate his work with utility owners and their contractors. The Contractor shall exercise due caution to prevent any damage 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. I. SOUTHERN CALIFORNIA EDISON COMPANY 287 Tennessee Street Redlands, CA 92373 Phone: (909) 307-6788 Attn: Ben Murguia 2. SOUTHERN CALIFORNIA GAS COMPANY 1981 West Lugonia Avenue Redlands, CA 92374-9796 Phone: (909) 335-7772 Attn: Devery Jennings 3. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT Water Utility Engineering Section 300 North "D" Street, 5th Floor San Bernardino, CA 92418 Phone: (909) 384-5092 Attn: Mike Nevarez SP-33 4. VERIZON 1980 Orange Tree Lane, Suite 100 Redlands, CA 92374-2803 Phone: (909) 748-6655 Attn: Control Desk 5. TIME WARNER TELCOM OF CALIFORNIA (ADELPHIA, COMCAST) 1500 Auto Center Drive Ontario, CA 91761-1561 Phone: (909) 795-3349 Attn: Stewart King 6. TIME WARNER TELCOM OF CALIFORNIA (ADELPHIA, TC I) 1500 Auto Center Drive Ontario, CA 91761-1561 Phone: (909) 798-8588 Attn: Mark Davenhauer 7. TIME WARNER TELECOM OF CALIFORNIA 3281 Guasti Road, Suite #350 Ontario, CA 91761 Phone: (909) 456-3697 Attn: Richard Wilkerson Cell: (714) 801-6141 8. A.T. & T. - OSP Engineering Cable Maintenance & Right of Way 2741 N. Main Street Walnut, CA 94596-2714 Phone: (916) 799-4642 Attn: Rosemary Hamill, Cell Phone A.T. & T. - Cable Hazards Center Phone: (800) 252-1133 or A.T. & T. - Plant Protection Services Phone: (909)381-7385 Attn: John Bradley 9. A.T. & T. (SBC - PACIFIC BELL TELEPHONE) ATTN: Right-of-Way Liaison 1265 N. Van Buren Street, Room #180 Anaheim, CA 92807 Phone: (714) 666-5401 Attn: Susan Morgan SP-34 10. SPRINT COMMUNICATIONS Attn: Outside Plant Engineering 282 South Sycamore Street Rialto, CA 92376 Phone: (909) 874-7450 Attn: Lynn Durrett II. MCI - Western Region OSP Outside Plant Construction 157 S. Lilac Street Rialto, CA 92376 Phone: (909) 421-5309 Attn: Chuck Trimble 12. CHARTER COMMUNICATIONS 7337 Central Avenue Riverside, CA 92504-1440 Phone: (951) 343-5139 Attn: Dean Vandever 13. EAST VALLEY WATER DISTRICT 3654 Highland Avenue, Suite #18 Highland, CA 92346-2607 Phone: (909) 888-8986 Attn: Justin Parker 14. SAN BERNARDINO COUNTY INFORMATION SERVICES NETWORK SERVICES Attn: Randy Miller, Division Chief 670 E. Gilbert Street San Bernardino, CA 92415 Phone: (909) 388-5910 Attn: Michele Watson 15. OMNITRANS 1700 W. 5th Street San Bernardino, CA 92411 . Phone: (909) 379-7153 Attn: Allen Wild - Stops & Station Changes SP-35 16. CITY OF SAN BERNARDINO INFORMATION TECHNOLOGY NETWORK GROUP 300 North "D" Street, 4th Floor San Bernardino, CA 92418 Phone: (909) 384-5947 Attn: Larry Martin 17. CITY OF SAN BERNARDINO PUBLIC WORKS DEPARTMENT STREET DIVISION 234 S, Mt. View Avenue San Bernardino, CA 92408 Phone: (909) 384-5143 Attn: John Van Havermaat 18. CITY OF SAN BERNARDINO PUBLIC WORKS DEPARTMENT TRAFFIC SIGNALS & STREET LIGHTING 234 S. Mt. View, #110 San Bernardino, CA Phone: (909) 384-5129 Attn: Clemente Elizalde 7-1.02 CONTRACTOR'S RESPONSIBILITY -- The Contractor shall verify the location of all underground utilities and services, including potholing, before proceeding with the work, requesting in advance the services of inspectors from the utility companies in order to ascertain said locations. Damage to underground utilities resulting from neglect on the part of the Contractor shall be corrected and paid for by the Contractor. 7-1.03 COOPERATION AND COLLATERAL WORK -- The Contractor shall conform to the requirements of Section 7-7, "Cooperation and Collateral Work", of the Standard Specifications. 7-1.04 UTILITIES NOTIFICATION -- The Contractor shall notify all owners of public utilities seventy two (72) hours in advance of excavating around any of their facilities and substructures and shall also provide the same notice to Underground Service Alert of Southern California, telephone number 1/800/422-4133. SP-36 7-1.05 UTILITIES INTERFERENCE -- Utilities which are found, by exploratory location or by excavation, to interfere with the construction of this project will be relocated, altered, or reconstructed, or the Engineer may order changes in location, line or grade of the project structure, to be built in order to avoid said utility. The Contractor may coordinate the work with the utility owners. Abandoned utilities, which interfere with the construction of any portion of this project, may be cut by the Contractor, the interfering portion of the utility removed and open ends of the pipe sealed with a suitable plug or cap. 7-1.06 PAYMENT -- Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included in the prices paid for the various contract bid items of work involved and no additional compensation will be allowed therefor. SP-37 SECTION 8 8-1 DESCRIPTION OF WORK 8-1.01 DESCRIPTION -- The work to be done consists, in general, of clearing and grubbing, removal of various concrete improvements, including existing curb ramps, sidewalk, driveway approaches curb and gutter, cross gutter, and spandrels, reconstruction of existing curb ramp, installing curb ramp and by-pass sidewalk, cross gutter, spandrel, curb and gutter, driveway approach, cold mill grinding asphalt concrete pavement, application of asphalt concrete overlay, application of traffic striping and pavement markings, related road signs, adjustment of existing manhole frames and covers and CITY water utility enclosures, parkway culvert, NPDES and SWPPP requirements, traffic control, survey marking and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these Special Provisions, shall be performed, placed, constructed or installed. The work to be done shall include furnishing all materials, equipment, tools, labor, taxes and incidentals as required by the Contract Documents to construct the project. Addenda issued during the time of bidding shall become a part of the documents furnished to all bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the contract. Each Bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge Addenda may result in the Bid being rejected as not responsive. 8-1.02 ORDER OF WORK -- Blank 8-1.03 WORK SITE MAINTENANCE -- The Contractor shall comply with the provisions in Section 7-8, "Work Site Maintenance", ofthe Standard Specifications. The Contractor shall water down the site during periods of high winds as directed by the Engineer, including periods when the work is not actually in progress. Failure to respond to a directive to water the site in a prompt manner will result in the CITY making other arrangements to have this item of work done and the costs billed to the Contractor, or it shall be paid for by the Contractor as a deduction from his contract. SP-38 8-1.04 PROJECT LOCATION -- See separate bound Plans. 8-1.05 GEOTECHNICAL INVESTIGATION -- None 8-1.06 APPROVED MATERIALS -- Whenever the expression "or approved equal" is used, it shall be taken to mean the approval by the City Engineer of any substitution of material or material specified herein. All substitution requests shall state the reason for the request and the difference in price between the item specified and the requested substitution. All substitution requests shall be submitted to the City Engineer in writing five (5) working days prior to the bid opening. No requests for substitutions will be considered by telephone. The Contractor shall submit to the Engineer for review and approval six (6) copies of all shop drawings. The Contractor shall make any corrections to shop drawings required by the Engineer. 8-1.07 CITY-FURNISHED MATERIALS -- CITY furnished material, when applicable as specified in other sections of these Special Provisions, shall comply with the following: A. Materials, if furnished by the CITY, will be made available as specified in these Special Provisions. The Contractor is responsible for loading, unloading, hauling and handling, and placing CITY -furnished materials. B. The Contractor shall inspect and assure itself of the amount and soundness of such materials. C. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. CITY-furnished materials that are lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the CITY for the cost of replacing CITY-furnished material and such costs may be deducted from any monies due or to become due the Contractor. SP-39 8-1.08 PRE-BID INQUIRIES -- NO ORAL representations or interpretations will be made to any Bidder as to the meaning of the Special Provisions, Plans, any addenda, or other Contract Documents. Written requests for an interpretation, or to identify a potential omission, discrepancy, or misunderstanding will be accepted if received by 5:00 p.m. of the sth working day prior to the day of the proposed bid opening. If there are any questions regarding this project, please contact: City Engineer's Office San Bernardino City Hall 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Re: PLANS & SPECIAL PROVISIONS NO. 12796 PAVEMENT REHABILITATION ON MERIDIAN AVENUE FROM UPRR CROSSING TO FOOTHILL BOULEVARD (SS 11-002) Attention: Ted Rigoni Tel: (909) 384-5198; Fax: (909) 384-5190 E-mail: rigonUe@sbcity.org SP-40 SECTION 9 9-1 TRAFFIC CONTROL 9-1.01 GENERAL -- The Contractor shall comply with Section 7-10, "Public Convenience and Safety", of the Standard Specifications for Public Works Construction, latest edition, and these Special Provisions. Warning signs, lights, cones, barricades and devices for use in performance of work upon highways shall conform to the most recent "California Manual on Uniform Traffic Control Devices", The Contractor shall submit and obtain City approval for traffic control and traffic detour plans prior to the commencement of operations on a street. Traffic control plans shall be based on the most recent "California Manual on Uniform Traffic Control Devices". All temporary traffic striping and maintenance shall be done by the Contractor, including placement of temporary tape on all crosswalks. The Contractor shall restore all existing striping to original configuration, and as directed by the Engineer. All warning, regulatory and construction signs shall be fully reflectorized. The traffic cones to be used shall be thirty-six inches (36") in height, rubber or plastic, and be reflectorized. All work areas that remain after dusk shall be properly lighted to the satisfaction of the Engineer. The Contractor shall take all necessary measures to maintain a normal flow of traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. The Contractor shall be responsible for implementing the approved traffic control plan based on the most recent "California Manual on Uniform Traffic Control Devices". The Contractor shall make the necessary arrangements to provide and maintain barriers, cones, barricades, construction warnings, regulatory signs and any other safety control devices, including flagmen. The Contractor shall take measures necessary to protect all other portions of the work during construction and until completion, providing and maintaining all necessary barriers, barricade lights and striping, including crosswalks. In addition to the foregoing traffic control and safety measures, the Contractor shall immediately implement any measures requested by the Engineer defined as necessary to ensure the proper flow of traffic, the protection of the public and/or the safety ofthe workers. SP-41 The Contractor shall maintain at all times the ability to respond to calls from the Engineer, including during non-working hours to replace or provide additional traffic control or safety devices as required. All places of business and residences along the streets that are within the limits of any work shall be notified by the Contractor in writing at least seven (7) days prior to commencement of work. This notification shall explain the sequence of work and indicate any restrictions of parking and access. Written notification shall be given to all places of business and residences at least 48 hours in advance of commencing work that will affect access to and from their properties. The Contractor shall notify all local authorities of his intent to begin work, in writing, at least seven (7) days before work is begun. 9-1.02 TURN RESTRICTIONS -- The Contractor shall post appropriate signs restricting turns when directed to do so by the Engineer. 9-1.03 PARKING RESTRICTIONS -- Unless otherwise provided herein, the Contractor may post temporary "NO PARKING" signs within the area of work as required to facilitate construction operations, subject to approval of the Engineer. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time. The Contractor shall furnish, maintain, and install (seven days prior to the start of work) all "TEMPORARY NO PARKING" signs with the duration of the no parking time written on them. The Contractor will be responsible for posting, removing, and maintaining these signs as required for this project. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall obtain prior approval from the Engineer for removal of vehicles. 9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum width of 10 feet. A minimum shoulder width of 2 feet shall be provided adjacent to curbs, posts and other similar obstructions, and 5 feet shall be provided adjacent to any excavation, unless otherwise authorized by the Engineer. SP-42 9-1.05 PUBLIC CONVENIENCE -- During the progress of work, adequate provisions shall be made by the Contractor to accommodate the normal vehicular and pedestrian traffic along streets, roads, and highways, immediately adjacent to or crossing the work, so as to cause a minimum of inconvenience to the general public. Convenient access to abutting properties shall be maintained and remain open, unless approved by the Engineer. 9-1.06 FLASHING ARROW SIGNS -- The Contractor shall furnish and maintain flashing arrow signs (F AS) during lane closures or detours on streets. The Engineer shall determine when F AS is required at any location. 9-1.07 LANE CLOSURE -- The Contractor shall not close more than one (1) lane at a time. The Contractor shall submit traffic control plans and obtain written approval from the Traffic Engineer prior to lane closure. No traveled lane will be closed without authorized approval given by the Engineer. If any traveled lane or road is allowed to be closed by the Engineer, the Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of the lane or road closure. If lane closures are approved by the Engineer, the full width of the traveled way shall be open for use by public traffic from 4:00 p.m. to 8:30 a.m., all day for Saturdays, Sundays, and designated legal holidays; after 3:00 p.m. on Fridays (unless otherwise approved by the Engineer) and the day preceding designated legal holidays; and when construction operations are not actively in progress on working days. The Contractor shall furnish, install, and upon completion of the work, remove all signs and warning devices required for directing, protecting, and detour of the public during construction. Emergency vehicles shall be permitted access at all times to any street. Unless otherwise authorized by the Engineer, pedestrian access shall be permitted to pass through the work area, or an approved detour shall be provided. Safe and adequate pedestrian access to all business establishments shall be continuous and unobstructed unless otherwise approved by the Engineer. SP-43 9-1.08 PAYMENT -- Full compensation for furnishing and installing signs, lights, flares, barricades, traffic control plan and other traffic control devices, necessary to expedite passage of public traffic through the work area, shall be considered as included in the lump sum price paid for "TRAFFIC CONTROL", and no additional compensation will be allowed therefor. The provisions in this Section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. Such approved modifications or alterations shall be adopted immediately and shall be considered paid in full as a part of the lump sum contract bid price for "TRAFFIC CONTROL", and no additional compensation will be allowed therefor. SP-44 SECTION 10 10-1 MOBILIZATION 10-1.01 GENERAL -- Mobilization shall comply with the requirements of Section 9-3.4, "Mobilization", of the Standard Specifications. Mobilization may include, but not be limited to, the following principal items: I. Submittal and modification, as required, of the Construction Schedule. 2. Providing a Project Office. 3. Review ofthe Site. 4. Obtaining all required Transportation Permits. 5. Submittal of all required insurance certificates and bonds as required by these Specifications 6. Moving onto the site, including, but not limited to: a. Equipment b. Arranging for and erection of Contractor's work and storage areas. 7. Installing construction fencing and temporary construction power and wiring. 8. Providing a minimum of one restroom facility for each twenty-five (25) workers occupying the site. Facilities may include existing functioning restrooms, or portable chemical facilities, or any combination thereof, and shall count as one for each urinal or one for each water closet (as required). 9. Installing all temporary utilities (as required). 10. Establishing required fire protection provisions. 11. Posting all OSHA required notices and establishment of safety programs. 12. Posting of all Department ofLabor notices. 13. Having the Contractor's superintendent at the job site full-time and responding 24 hours per day. 14. Air and water quality protective measures, as necessary, and without limitation. 15. Potholing and other research and review as necessary to verify site conditions and utility locations. 16. Demobilization of the Site. 17. Any other item as specified. The cost of bonds, insurance, move in and move out costs, preparation and submission of submittals, obtaining encroachment permits, and miscellaneous incidental costs, shall be included in the Bid Item provided for mobilization and demobilization and incidental project costs as a lump sum item, for which 75 percent (75%) will be eligible for inclusion in the first progress payment, with the remaining 25 percent (25%) not eligible for inclusion until I 00 percent (100%) of the work has been completed and if progress of the work is satisfactory. SP-45 No work shall be started without prior approval of the submittals. Failure to comply with the preceding requirement will be sufficient ground for the Engineer to stop all work on the project until the requirements are met. 10-1.02 PAYMENT The contract bid lump sum price paid for "MOBILIZATION" shall be deemed to include all the cost of work in advance of construction operations, as defined within this Section and not directly attributable to any specific bid item, and no additional compensation will be allowed therefor. SP-46 SECTION 11 11-1 CLEARING AND GRUBBING. UNCLASSIFIED EXCAVATION. AND UNCLASSIFIED FILL 11-1.01 GENERAL -- Clearing and grubbing, unclassified excavation and unclassified fill shall comply with Section 300-1, "Clearing and Grubbing", Section 300-2, "Unclassified Excavation", and Section 300-4, "Unclassified Fill", respectively, 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, as specified in these Special Provisions, or as directed by the Engineer. The following items shall be classified as clearing and grubbing: 1. Removal and replacement or removal, capping and disposal, of removed landscape irrigation works where encountered and as directed by the Engineer. 2. Removal and disposal of interfering portions of trees, shrubs, plants and turf or other local features that interfere with the prosecution of the work, as directed by the Engineer. 3. Removal in full or in part existing driveway approaches and/or driveways, cross gutters, spandrels, access ramps, sidewalk, curb, and curb and gutter, per the Plans, including saw cutting, and as directed by the Engineer. 4. Removal and clean up of project area trash during the course of the project. 5. Grade existing roadway in preparation of placing new sub-base and asphalt concrete pavement, where shown on the Plans or as directed by the Engineer. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Section 7-10, "Public Convenience And Safety", ofthe Standard Specifications. All removed concrete and other materials, not specifically requested to be salvaged, shall become the property of the Contractor and shall be legally disposed of outside of the right-of-way in accordance with Section 300-2.2, "Unsuitable Materials", and Section 300-2.6, "Surplus Material", of the Standard Specifications. The Contractor shall deliver salvaged material to the CITY YARD, at 234 South Mountain View Avenue, San Bernardino, CA 92404. The Contractor shall contact the Engineer at (909) SP-47 384-5166, 48 hours prior to hauling. The Contractor shall provide equipment, as required, to safely load and unload the salvaged materials. Where unclassified fill and grading is necessary in preparation for laying concrete, it shall be made with clean material which shall be solidly compacted to avoid future settlement. The Contractor shall grade the roadway as required, provide all unclassified excavation and unclassified fill necessary for curbs, gutters, cross gutter and apron, sidewalk, driveways, driveway approaches, handicap ramps and street paving, as indicated on the Plans and described in these Special Provisions. Excess and/or unsuitable materials shall be removed from the site by the Contractor. Outside the traveled way, in areas to receive concrete, soil shall be compacted to a relative density of not less than 90%. Backfill under the traveled way shall be compacted to a relative compaction of a minimum of 90%. When asphalt pavement is to be placed directly on subgrade material, sub grade material shall be compacted to a relative compaction of95%. 11-1.02 PAYMENT The contract bid price paid for "CLEARING AND GRUBBING, UNCLASSIFIED EXCAVATION, AND UNCLASSIFIED FILL", shall be considered as full compensation for providing all the tools and equipment and for doing all the work involved in clearing and grubbing, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, and shall be considered as included in the various items of work involved and no additional compensation will be allowed therefor. The costs for 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. CONTRACTOR shall pay the price at the same rate that the CITY is charged by the Soils Testing Lab. 2. Tests which do meet the required relative compaction will be paid for by the CITY. SP-4S SECTION 12 THROUGH SECTION 13 BLANK SP-49 SECTION 14 14-1 ASPHALT CONCRETE 14-1.01 GENERAL -- Asphalt concrete shall comply with the requirements of Section 203-6, "Asphalt Concrete", and Section 302-5, "Asphalt Concrete Pavement", of the Standard Specifications and these Special Provisions. The Performance Grade of the asphalt concrete shall be PG 64-10. Where dense graded asphalt is being constructed in two layers or more, the asphalt concrete pavement for the base course shall be B-PG 64-10. Where dense graded asphalt is being constructed in a single layer or for a finishing course or asphalt concrete overlay, the asphalt concrete pavement shall be C2-PG 64-10. A tack coat shall be applied, as directed by the Engineer. 14-1.02 CRACK SEALING -- In project areas where an overlay of asphalt concrete is to be made on existing paving, all cracks larger than 1/4" shall be cleaned and sealed with a hot-applied rubberized asphalt sealant, prior to placing overlay. Within the project area, the Engineer shall make the sole determination as to which cracks shall be sealed. The crack sealing material shall be rubberized crack seal by "Crafco," or Engineer- approved equal. Cracks 1/2" inch wide, to 1- 1/2" wide, shall be cleaned full depth by blowing operations prior to applying sealant. The sealant shall be applied in accordance with the manufacturer's instructions. Cracks greater than 1-1/2" wide shall be cleaned full depth by routing and blowing operations prior to applying the sealant. A tack coat must be applied to the edges and filled with a fine asphalt concrete hot mix. 14-1.03 TACK COAT -- Tack coat shall be applied in compliance with Sub- Section 302-5.4, "Tack Coat" of the Standard Specifications, and as directed by the Engineer. 14-1.04 ADJUST MANHOLE FRAME AND COVER. AND WATER VALVE COVER. TO GRADE - Adjusting manhole frames and covers to grade after completion of paving shall be in accordance with Sub-Section 301-1.6 "Adjustment of Manhole Frame and Cover Sets to Grade", of the Standard Specifications, SECTION 46, "Adjust Manhole Frames And Covers To Grade" of these Special Provisions, and as directed by the Engineer. sP-so Adjusting water valve covers to grade after completion of paving shall be in accordance with SECTION 25A, "Adjustment of Water Facilities" of these Special Provisions, and as directed by the Engineer. All debris and foreign material shall be removed from the cover in accordance with Sub- Section 301-1.6 of the Standard Specifications. The pavement surrounding the frames and covers shall meet the smoothness requirement as specified in Sub-Section 302-5.8, "Manholes (and other structures)", of the Standard Specifications. 14-1.05 ADJUST NON-CITY UTILITY MANHOLENAULT -- Adjusting non- city utility manhole/vault frames and covers to grade after completion of paving shall be performed by others. 14-1.06 PAYMENT -- The contract bid unit price paid per ton for "ASPHALT CONCRETE PAVEMENT OVERLAY" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in placing and compacting pavement material, including crack sealing, tack coat, overlay, feathering, adjustment of manhole frames and covers to grade, as required, replacing survey markers (2 y." flat shiner and concrete nail) in new pavement, complete in place, per the Plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. Adjusting water valve enclosures to grade following the Contractor's paving operations shall be considered as included in the contract bid price paid per each for "ADJUST Existing WATER VALVE COVER To Grade", and no additional compensation will be allowed therefor. SP-51 SECTION 15 BLANK SP-52 SECTION 16 16-1 PORTLAND CEMENT CONCRETE 16-1.D1 GENERAL -- Portland cement concrete construction shall comply with Section 201-1, "Portland Cement Concrete", and Section 303-5, "Concrete Curb, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways", of the Standard Specifications, as shown on the Plans, CITY Standard Drawings, these Special Provisions, and as directed by the Engineer. Portland cement concrete shall be Class 520-C-25OO, with a maximum slump of four (4) inches. 16-1.02 PCC SIDEWALK Portland cement concrete sidewalk: shall be constructed in accordance with the CITY's Standard Plan 202, per Plan, and as directed by the Engineer. This work item includes Maintain ADA Access Around Utility Obstructions, as noted on the plans. 16-1.03 PCC CURB & GUTfER -- Portland cement concrete curb and gutter shall be constructed in accordance with the CITY's Standard Plan 200, Type "B", per Plan, and as directed by the Engineer. 16-1.04 PCC CROSS GUTfER -- Portland cement concrete cross gutter, 72" wide, and curb and spandrels, shall be constructed in accordance with CITY's Standard Plan 20 I, per Plan and as directed by the Engineer. As directed by the Engineer, the Second Street! Meridian Avenue intersection, easterly half of the intersection, the new cross gutter and spandrel are to be constructed in a straight angle (90 degrees) between the northeasterly and southeasterly returns (not as is currently in the field with an angle point in the cross gutter in the center of the street). 16-1.05 PCC DRIVEWAY APPROAGI -- Portland cement concrete Commercial Driveway Approach shall be constructed in accordance with CITY's Standard Plan 204, including ADA bypass, width per Plan, and as directed by the Engineer. 16-1.06 PCC CURB RAMP -- Portland cement concrete curb ramp shall be constructed in accordance with Standard Plans for Public Works Construction (SPPWC) Standard Plan 111-4, 2009 Edition, per Plan, and as directed by the Engineer. SP-53 As directed by the Engineer, at the Second Street! Meridian Avenue intersection, southeasterly quadrant, due to existing at grade utility facility impacts, the PCC curb ramp will only consist of the monolithic construction of a new cross gutter, spandrel and new curb. The access ramp at this location will be constructed outside of this contract, after the utility facility is adjusted to the new grade. The above-referenced CITY Standard Plans and Standard Plans for Public Works Construction (SPPWC) Standard Plans are included in the APPENDIX and made a part of these Special Provisions by reference. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence of the Engineer. It is the Contractor's responsibility to verify ramp-type selection, with concurrence from the Engineer, at every access ramp location, before proceeding to remove existing improvements. No removals shall be done until it has been determined by the Contractor that an access ramp can be installed that will meet all ADA requirements. The Contractor shall be responsible for modifying traffic signal and highway lighting conduit and conductors when adjusting pull boxes in ramp areas. The Contractor shall be responsible for replacement of any pull boxes and/or pull box covers damaged prior to and/or during construction. The Contractor shall protect all existing structures and facilities which are adjacent to the limits of the work to be done under this contract, in accordance with Section 7-9, "Protection and Restoration of Existing Improvements", of the Standard Specifications and these Special Provisions. 16-1.08 BONDING -- Joints between new and existing concrete shall be given surface preparation as follows: I. Joints made with the mass of existing concrete by cutting, chipping, or grinding shall be cleaned free of all loose deleterious material by thorough brooming and compressed air jetting. 2. Original surfaces or existing concrete shall be cleaned free of bitumens, grease, paint, and other deleterious materials and clean aggregate of at least 3/8-inch size shall be exposed by rock hammer abrasive blast cleaning or machine scarifying. SP-54 16-1.09 PAYMENT -- The contract bid unit price paid per square foot for "PCC SIDEWALK", "PCC DRIVEWAY APPROACH", and "PCC CURB RAMP" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in constructing Portland cement concrete sidewalk, driveway approach, and curb ramps, including work around the ramps saw cutting existing concrete, removing existing concrete, adjusting water valves and traffic pull boxes to grade, restoring irrigation system, performing unclassified excavation and unclassified fill, asphalt concrete repair, if required, per the Plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. There will be "No Pavment" of any kind for access ramps that do not meet the ADA Standards and the APW A Standard Drawing No. 111-4. The contract bid unit price paid per linear foot for "PCC CURB AND GUTTER" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in constructing Portland cement concrete curb and gutter, including saw cutting and removal of existing concrete, any unclassified excavation and/or unclassified fill, complete in place to meet existing, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. The contract bid unit price paid per each for "PCC CROSS GUTTER" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in constructing Portland cement concrete cross gutter and appurtenant spandrel and curb, including saw cutting and removal of existing concrete, any unclassified excavation and/or unclassified fill, complete in place to meet existing, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. Asphalt concrete that is used to fill the area from the Contractor's operations (area that is left after removing concrete forms from gutter, curbs or cross gutter) shall be considered as included in the contract bid price paid per ton for "ASPHALT CONCRETE PAVEMENT OVERLAY", and no additional compensation will be allowed therefor. SP-55 SECTION 17 17-1 COLD MILLING 17-1.01 GENERAL -- Cold milling operations shall be performed in accordance with Section 300-1.3, "Removal and Disposal of Materials" and Section 302-1, "Cold Milling of Existing Pavement", of the Standard Specifications and these Special Provisions. Existing asphalt concrete shall be milled at the locations and to the dimensions shown on the Plans and as included in these Special Provisions. The cold milling machine shall have a cutter head at least 30 inches wide and shall be operated so as not to produce fumes or smoke. The rotor teeth shall cut in an upward direction as to the direction of travel reducing the size of material until the desired gradation has been achieved. The depth, width, and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the milled area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way. The material milled from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed. The removal crew shall follow within 50 feet of the planer, unless otherwise directed by the Engineer. Milling of asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface milled irrespective of the number of passes required. After the cold milling operation, the Contractor shall pave/overlay the street with new pavement within 72 hours and/or as directed by the Engineer. Where transverse joints are milled in the pavement at conform lines, no drop-off shall remain between the existing pavement and the milled area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of public traffic, a temporary asphalt concrete taper shall be constructed. The asphalt concrete shall be placed to the level of the existing pavement and tapered on a slope of 30: I or flatter to the level of the milled area. SP-56 Asphalt concrete for tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Asphalt concrete tapers shall be completely removed, including removing all loose material from the underlying surface, before placing the permanent surfacing. Temporary tapers shall remain in place no longer than the above 72 hour limit required for the application of new pavement surfacing after cold milling. 17-1.02 PAYMENT -- The contract bid price paid per square yard for "COLD MILLING" shall include full compensation for conforming to the requirements of this Section, for furnishing all materials, tools, equipment and incidentals, and for doing all work involved in cold milling of asphalt concrete surfacing, including disposal of material milled from the site, per the Plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. Full compensation for furnishing asphalt concrete for temporary tapers and for constructing, maintaining, removing and disposing of the tapers, shall be considered as included in the contract bid price paid per square yard for "COLD MILLING" of asphalt concrete pavement and no additional compensation will be allowed therefor. SP-57 SECTION 18 THROUGH SECTION 19 BLANK SP-58 SECTION 20 20-1 THERMOPLASTIC TRAFFIC STRIPING. PAVEMENT MARKING. AND RAISED PAVEMENT MARKERS 20-1.01 GENERAL - The application of traffic striping, pavement markings and raised pavement markers shall conform to the requirements of Section 210-1.6, "Paint for Traffic Striping, Pavement Marking, and Curb Marking", Section 214, "Pavement Markers", Section 310-5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" and Section 312, "Pavement Marker Placement and Removal" of the Standard Specifications and these Special Provisions. Paint for traffic striping and pavement markings shall conform to the requirements of Section 210-1.6.2, "Thermoplastic Paint, State Specifications", of the Standard Specifications. The paint shall contain pre-mixed glass beads with additional glass beads to be mechanically applied when the paint is applied, in accordance with Section 210-1.6.5, "Reflective Material", of the Standard Specifications. Pavement markings and traffic stripes are to conform to pavement delineation plates. Thermoplastic material for traffic stripes shall be applied at a minimum thickness of 0.080-inch. Thermoplastic traffic stripes and pavement markings shall be placed a minimum of 6 working days after paving is completed. Raised pavement markers (RPMs), if required, shall be Stimsonite-Low Profile No. 953A (yellow) and No. 9538 (clear white) or approved equal. At the Second Street! Meridian A venue intersection, the existing cross walk with cross hatching is to be replaced following completion of the repaving work, with one foot wide white cross hatching, three feet separation, at a forty-five degree angle, per plan these Special Provisions and as directed by the Engineer. The CAL TRANS Standard Plans details referenced on the Plans and elsewhere within these Special Provisions, and the related figures from the California Manual on Uniform Traffic Control Devices (CA MUTCD) are included in the APPENDIX and made a part of these Special Provisions. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence ofthe Engineer. SP-59 20-1.02 PAYMENT The contract bid lump sum price paid for "THERMOPLASTIC TRAFFIC STRIPING" shall include full compensation for furnishing all equipment and materials, and for doing all work involved in the application of thermoplastic pavement traffic striping and pavement marking per the Plans, the CAL TRANS Standard Plans and the California Manual on Uniform Traffic Control Devices (CA MUTCD) Figures, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. The contract bid lump sum price paid for "RAISED PAVEMENT MARKERS" shall include full compensation for furnishing all equipment and materials, and for doing all work involved in the installation of raised pavement markers (RPM), per the Plans, the CAL TRANS Standard Plans and the California Manual on Uniform Traffic Control Devices (CA MUTCD) Figures, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-60 SECTION 21 THROUGH SECTION 23 BLANK SP-61 SECTION 24 24-1 PARKWAY CULVERT 24-1.01 GENERAL Parkway Culvert shall be constructed in accordance with City of San Bernardino Standard Plan No. 401, Case 111, as shown on the Plans, these Special Provisions, and as directed by the Engineer. 24-1.02 PAYMENT - The contract unit bid price paid per each for "PARKWAY CULVERT" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in constructing the Parkway Culvert, including saw cutting and removal of existing concrete walk and parkway culvert appurtenant items, any unclassified excavation and/or unclassified fill, complete in place to meet existing, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-62 SECTION 25A 25A-I ADJUSTMENT OF WATER FACILITIES 25A-l.OI GENERAL - Adjustment of water meter boxes and water valve covers shall be in accordance with the Plans, these Special Provisions and as directed by the Engineer. In general, the work includes the adjustment of water meter boxes and water valve covers that may exist in the project area. The Contractor shall notify the owner of the water facility a minimum of seven days prior to beginning work that will affect the water line system. The word "Water Department" shall mean the City of San Bernardino Municipal Water Department or the East Valley Water District, depending on the area of construction, 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 word "Contractor" shall mean the person, persons, partnership or corporation duly licensed as such in the State of California to enter into a contract for the performance of the work required. 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 Municipal Water Department or the East Valley Water District. SP-63 25A-1.02 CONDITIONS - The Contractor shall obtain copies of and comply with all applicable current statutes, laws ordinances, rules, regulations, and State of California, the County of San Bernardino, the City of San Bernardino, and any other governmental agencies having jurisdiction, and shall make application for all required permits and bear cost of same. In the event of conflict between the requirements of these Special Provisions and the requirements of the permits, it shall be understood that the more exacting requirements shall govern. The Contractor shall furnish to the owning Water Department copies of all required permits and licensed prior to initiation of the work. Upon completion of the work, the Contractor shall supply to the Water Department letter(s) of approval from the governing bodies having jurisdiction that the Contractor has met the requirements and conditions of the permits or licenses. 25A-1.03 CAL-OSHA SAFETY CODE - All work shall be done in a manner that complies with all CAL-OSHA Title 8 - Safety Codes. 25A-1.04 DEFECTIVE WORK OR MATERIALS - No work which is defective in its construction or deficient in any of the requirements of these Specifications will be considered as accepted in consequence of the failure of any inspector connected with the work to point out said defects or deficiency during construction. The Contractor shall correct any imperfect work without compensation from the City of San Bernardino or the Municipal Water Department before final acceptance ofthe work by the Water Department. 25A-1.05 MAINTENANCE OF EXISTING IMPROVEMENTS - Unless otherwise indicated in the Plans or these Special Provisions, or unless otherwise cared for by the owner of a public utility or franchise, all water, gas, oil, or irrigation lines, structures or house laterals, in place, and other surface or subsurface structures or lines, shall be maintained by the Contractor and shall not be disturbed, disconnected or damaged by him during the progress of the work. Should the Contractor in the performance of the work disturb, disconnect or damage any of the above, all expenses of whatever nature arising from such disturbance or in the replacement or repair thereof shall be borne by the Contractor. 25A-1.06 EXCAVATION, TRENCHING AND BACKFILL All excavation, trenching, and backfill shall be in accordance with Public Works Standards and shall be inspected by the Public Works Engineer. SP-64 25A-1.07 PAVEMENT REPLACEMENT - When necessary to break pavement in order to adjust water facility enclosures shown on the construction drawings, the existing pavement shall be cut vertically as nearly as possible to a straight line by a method approved by the City of San Bernardino, Department of Development Services, as shown on the Plans. The pavement so removed shall be hauled away and shall be replaced with like material. All pavement removal and replacement shall conform to the standards and specifications of the governing body having jurisdiction and shall meet with their approval. The Contractor shall be responsible for removing, disposing of, and replacing all pavement. All paving shall be inspected by the Engineer. 25A-1.08 INSTALLATION - All foreign matter and dirt shall be removed from the interior of the meter box or valve box prior to adjustment of the water meter box or water valve cover. The pipe shall be inspected for defects. Any defective, damaged, or unsound pipe shall be immediately reported to the Engineer. The Contractor shall at all times take care to protect and preserve all improvements. All pipe and materials which, in the opinion of the Water Department, have been damaged shall be replaced by the Contractor at his own expense. All existing gate valves shall be shut off by Water Department staff. All service, valves, and corporation stops shall be shut off by Contractor under Water Department inspection. All valves 4" and larger shall be operated by Water Department staff onlv. 25A-1.09 PAYMENT -- The contract bid unit price paid per each for "ADJUST Existing WATER VALVE COVER To Grade" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in adjusting water valve covers to grade following the Contractor's paving operations to meet the grade of project improvements, complete in place, per the Plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. The provisions contained in Section 3-2, "Changes Initiated by the Agency", of the Standard Specifications shall not apply to adjusting water valve enclosure and covers, and no adjustment shall, therefore, be made in the contract bid unit prices for increased or decreased quantities of adjusting utility facilities. SP-65 SECTION 26 THROUGH SECTION 45 BLANK SP-66 SECTION 46 46-1 ADJUST MANHOLE FRAME AND COVER TO GRADE 46-1.01 GENERAL Adjusting manhole frame and cover to grade, after completion of paving, shall be in accordance with Sub-Section 301-1.6, "Adjustment of Manhole Frames And Cover Sets To Grade", ofthe Standard Specifications, these Special Provisions, per the Plans and as directed by the Engineer. All debris and foreign material shall be removed from the cover in accordance with Sub- Section 301-1.6 ofthe Standard Specifications. The pavement surrounding the frame and cover shall meet the smoothness requirement as specified in Sub-Section 302-5.8, "Manholes (and other structures)" of the Standard Specifications. 46-1.02 ADJUSTING NON-CITY UTILITY MANHOLESN AUL TS -- Adjusting non-city utility manhole/vault frame and cover to grade after completion of paving shall be performed by others. 46-1.03 PAYMENT -- Full compensation for providing all the material, tools and equipment, and for doing all the work involved in adjusting manhole frame and cover to grade, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, shall be considered as included in the various contract bid items of work, and no additional compensation will be allowed therefor. The provisions contained in Section 3-2, "Changes Initiated by the Agency", of the Standard Specifications shall not apply to adjusting manhole frame and cover and no adjustment shall, therefore, be made in the contract bid unit prices for increased or decreased quantities of adjusting utility facilities. SP-67 SECTION 47 THROUGH SECTION 49 BLANK SP-68 SECTION 50 50-1 REMOVAL AND RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT 50-1.01 GENERAL - The Contractor shall comply with Section 7-9, "Protection and Restoration of Existing Improvements", of the Standard Specifications, latest edition, and these Special Provisions. All existing improvements (except utilities and street pavement) including, but not limited to curbs, gutters, cross gutters, spandrels, driveways and sidewalks, walls, fences, sprinkler systems, lawns, shrubs, trees, and traffic signs, traffic striping and traffic detector loops which are damaged or removed during the course of construction of the project, shall be restored or replaced to a condition equal to or better than, in all respects, the existing improvements removed or damaged, unless otherwise specified or noted on the drawings. The removal and restoration of existing improvements shall be in accordance with the applicable provision of these Special Provisions, the Standard Specifications, Standard Drawings and the following requirements: 1. In the event a portion of curb, gutter or monolithic curb and gutter is damaged by the Contractor's operations, a minimum of 10 feet of curb, gutter or curb and gutter shall be removed and replaced regardless of how short a length is damaged. The Contractor shall begin said 10-foot section, if possible, at an existing joint or scoring line. If said 10-foot section ends within 3 feet of an existing joint or scoring line, then the removal shall extend to said joint or scoring line. 2. If concrete cross gutter is damaged by the Contractor's operations, the cross gutter shall be removed in its entirety and replaced. 3. Concrete sidewalk, where noted on the plans, shall be removed in its entirety between scoring lines or between scoring line and joint. Prior to removal, scoring lines shall be saw-cut. 4. If a concrete driveway is damaged and is a single monolithic structure, it shall be removed in its entirety and replaced. SP-69 5. If a concrete driveway is damaged and is monolithic with the sidewalk, it shall be set off from the sidewalk by a saw cut along the edge of the sidewalk. The driveway shall then be removed in its entirety and replaced. 6. If the roadside signs are damaged during the construction, they shall be restored or replaced to a condition equal or better than the existing per the prior approval of the City's Traffic Section. New installation shall not impede into required ADA access distance around obstacles. A minimum clearance of 48" shall be maintained. 7. If existing fence is in conflict with the new construction, fence shall be relocated by the Contractor. Unless otherwise specified, all excess excavation or removed material shall become the property of the Contractor and shall be disposed of by him away from the site of work. 50-1.02 PAYMENT - Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included in the prices paid for the various contract bid items of work involved, and no additional compensation will be allowed therefor. SP-70 SECTION 51 THROUGH SECTION 62 BLANK SP-71 SECTION 63 MISCELLANEOUS CONCRETE REPAIR (EXTRA WORK) 63-1.01 GENERAL The roadway includes sections of existing Portland cement concrete curb and gutter, sidewalk, access ramps, cross gutters, and driveways, which may exhibit localized deterioration such as minor cracking, uplift, spalling, etc. Where and as directed by the Engineer, Contractor shall repair such deteriorated sections of existing Portland cement concrete through placement of concrete patching, minor grinding, or other Engineer-approved methods, on an Extra Work basis. This Extra Work item is separate from and in addition to the various Portland cement concrete remove and replace work items located elsewhere in these Special Provisions. All work shall be in accordance with Section 201-1, "Portland Cement Concrete," and Section 303-5, "Concrete Curb, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways," of the Standard Specifications, these Special Provisions, and as directed by the Engineer. 63-1.02 PAYMENT "MISCELLANEOUS CONCRETE REPAIR (EXTRA WORK)" shall be paid in accordance with Section 3-3, "Extra Work," of the Standard Specifications. SP-72 APPENDIX SOILS REPORT BLANK / STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION Welcome to the California DEPARTMENT OF INDUSTRIAL RELATIONS Back to search Description of apprenticeship Qualifications for apprenticeship How apprenticeship proQrams operate Steps an applicant should take Apprenticeship l.ideo - "Califomia's Best Kept Secret" Description of apprenticeship Apprenticeship is a system of learning while earning, and "learning by doing." It combines training on the job with related and supplemental instruction at school. Today, it is utilized chiefly in the skilled crafts. Each program operates under apprenticeship training standards agreed to by labor and/or management in accordance with State and Federal laws, under which a person works with a skilled worker and gains on the job skills and "know-how" and in tum becomes an important part of the occupation and industry. In those crafts in which management and labor organizations exist, each selects an equal number of members to seM on the joint apprenticeship committee. The joint apprenticeship committee determines the standards for training of its occupation and supenlises the training of apprentices. In many cases the local apprenticeship committees hale guidelines in the form of national and/or statewide standards recommended by the adl.isory organizations. But these are minimums and the local groups usually hale complete. autonomy in de\eloping and administering their own programs. Qualifications for apprenticeship To be successful, the indil.idual must hale perselerance, ambition, and initiatile. Like a college education, the successful completion of an apprenticeship term does not come easily, but is the result of hard work on the part of the apprentice. In practically e\ery skilled occupation, more than fundamental knowledge of arithmetic is essential. The ability to read, write and speak well is beneficial in any walk of life, but in some apprenticeship occupations it is more important than in others. In some occupations, indil.iduals seeking an apprenticeship will be at a decided advantage if they hale taken shop courses, hale some knowledge of mechanical drawing, physics, blueprint reading, drafting, higher mathematics, chemistry, electricity, welding or the like. Physical fitness, a good sense of balance, eye-hand coordination, color sense, agility, strength, ability to work at heights and mechanical aptitude are desirable qualifications in many skilled occupations and one or more of these are'essential in others. Ability to work with others, good personality, and neat appearance are necessary in most trades, particularty where contact with the public is im.olled. In many skilled occupations, persons with a high school diploma or its equivalent are preferred. Prospectile skilled workers usually like to work with their hands and to use various tools to build and repair things. They like to finish things once they hale started and donl care how dirty or greasy the job, so long as they get it done. They enjoy l.isits to shops and factories and like to talk to mechanics about the jobs they do and the problems they meet in their work. In school, they get along well in shop, science, mathematics and mechanical drawing classes, and enjoy working on practical problems in the classroom and at home. These are only some of the factors that may indicate an aptitude for the skilled crafts. How apprenticeship programs operate The training is supenlised by Joint Apprenticeship Committee (JAC) - sometimes called Joint Apprenticeship and Training Committee (JATC), or a Unilateral Apprenticeship Committee (UAC). Training is "spelled out" in apprenticeship standards deleloped by the local apprenticeship committees, with the assistance of consultants of the Dil.ision of Apprenticeship Standards, and registered with the State. The processes of the trade and the number of hours to be spent leaming each process are defined. The period of training is from 1 to 6 years, depending upon the trade. Most programs are for 4 years. Apprentices start at a percentage of the skilled workers wage and receil.e increases at regular intervals. Starting rates are usually 35% to 50%, and increases are gil.en el.ery six months in most trades. Apprentices attend classes of related technical instruction, usually in the public schools. This instruction, supplementing the training on the job, gil.es apprentices a comprehensil.e understanding of the theoretical aspects of their work. Related instruction is one of the fundamental features of apprenticeship and has been del.eloped and accepted as standard practice in el.ery trade. In most cases this means attending classes at night 4 hours each week, for at least 108 hours a year. The instruction includes such subjects as safety laws and regulations, mathematics, drafting, blueprint reading and other sciences connected with the trade. In class apprentices learn the theories of their trade; each day on the job they learn its practice, under the superv;sion of skilled workers, instruction in the use of the tools of the trade is also gil.en apprentices early in their training; in most trades they are not allowed to use any power-dril.en machinery until well advanced in their training. Apprentices are usually required to fumish their own hand tools. Each apprentice signs an apprentice agreement either with a JAC, UAC or an indilAdual employer. This agreement is filed with the DilAsion of Apprenticeship Standards. Upon successful completion of training, they are issued a "Certificate of Completion" by the State of Califomia. In a number of occupations and industries apprentices receil.e, in addition to their regular wages, fringe benefits cOl.ering vacation pay, health and welfare, pensions, etc. Through collectil.e bargaining in a number of instances, employers also pay certain regular amounts into apprenticeship funds, which are administered by boards of trustees. Coordinators of apprenticeship and field representatil.es are employed by these boards to superv;se the training of apprentices in a gil.en trade or area, process apprentice applications, keep records of progress, and the like. Where fund offices and staffs hal.e been established, they hal.e been of great value to the JACs, apprentices and the industry. Industry coordinators and apprenticeship consultants of the DilAsion of Apprenticeship Standards IAsit establishments to detemline on-the-job progress of apprentices, seek new apprenticeship openings, and discuss problems with apprentices, superv;sors and employers. The role of the state, through the DilAsion of Apprenticeship Standards, is consultatil.e and del.elopmental. The field and technical staffs of the DilAsion assist management, labor, JAC's and UAC's by seeking to promote and del.elop additional training programs, by prolAding technical data through research on current trends and training practices to improl.e and enlarge existing programs, and by serv;ng as the registration' and certification agency for apprenticeship in Califomia. The DilAsion carries out the regulations fomlulated by the Califomia Apprenticeship Council, which is charged by law to "foster, promote, and del.elop the welfare of the apprentice and industry, improl.e the working conditions of apprentices, and advance their opportunities for profitable employment;" (Shelly-Maloney Apprentice Labor Standards Act of 1939, as amended-Chapter 4 of DilAsion 3, Labor Code of the State ofCalifomia.) The Council's regulations are spelled out in Title 8, Chapter 2 of the California Administratil.e Code. Of particular interest are the sections pertaining to non-discrimination in apprenticeship. Sec. 212 defines the contents of apprenticeship standards to be approl.ed by the DilAsion of Apprenticeship Standards, including paragraph (b) (13): "ProlAsion for fair and impartial treatment of applicants for apprenticeship, selected through uniform selection procedures. " Sec. 215 prolAdes in part: "Selection procedures must be in writing, approl.ed by the apprenticeship program sponsor, and must meet objectil.e standards. " Apprenticeship programs must comply with the State of Califomia Plan for Equal Opportunity in Apprenticeship Adopted and amended by the Califomia Apprenticeship Council on NOl.ember 28, 1983, as though expressly set forth herein and shall be considered as an appendix hereto and appropriately marked as such, including the month and year of adoption. The DilAsion's State Plan del.eloped to meet the requirements of relAsed 29 CFR 30 is spelled out in the booklet, "State of California Plan for Equal Opportunity in Apprenticeship," which also contains administratil.e guidelines for implementing the Plan. Steps an applicant should take 1. Select an occupation for which you haw an aptitude or some previous experience and the physical ability to perform. 2. Find out if you meet the minimum qualifications for that occupation. 3. Decide whether you can work under the required job conditions, some of which may be hazardous, dirty, uncomfortable or otherwise unpleasant. 4. Apply for an apprenticeship either directly to an employer in the occupations, the JAC, UAC, the appropriate union, or the Califomia Employment Dewlopment Department. 5. Take aptitude or other tests where required. 6. If the apprenticeship committee has a waiting list of applicants, determine whether or not you are sufficiently interested in the occupation to wait for an opening, or whether you should seek other employment. 7. Some apprenticeship committees haw applicants find their own employment with a firm which participates in the apprenticeship program. Conditions of Use I Privacy Policy Copyright @ 2011 State of California STANDARD DRAWINGS <::.ITY of 5Ar-.! I3EIZIoJAIZ1:lI",",O ST.AI'JCAlZ.o &". 6Tt ~a TOPOQ fZ A",....-r' .1> c.8'N'nEr. tol Ne -~.... --- ~ITV L.IMITS at:! a:la\04T orr WAY UNI! "-s 1!I- w- D- elll~T'Na 5EWI!!& I'JtI~TlMG W"'TKlZ 1.INS EXISTING ~TOIZM D~'" C!.lCISTINCI GNI LltoIlt UloIo'Go. TII1..CC>IoIPUIT -~C.r _1'i"CON.. -'l."~ a,- _ -T-- _1&-'-O.COIler-IlZl&-;--- .It,..,: JIZ2'GiAT'IC:>... l..1...a V,,",P'aeD. ELIfCTtZlC COND. -tV e- _ -~.L..- - ___51cr,...---- __F.-- == ==1,"tO pc.e= = .. 6"IZS:ET LIGI4TIN", ~ "T.u.P'F'Ie SIGN"'\" .. I"I!Z& ...LAllrM .. CUL.vSIZ.T ....".... ....".... ....".... -,,- ...."........".... ~OAr:zo I"BIllCt!. _x-x-ll-x- 8A12:eBO Wltzlt "..wee.. CHAIN LINIS pr.hICE WOVl!tJ Wid FINe!!. P.c.c. l!ILOC~ WALL. IZAILcz.o~O TlZAC'i5 OlE. . .... ": " "'EOc;,~ '-"""-'1: -...-- OllZ..CTIO.... FLOW OIlZT ~ DIl;t5CTlO,,", !"LOW Plio"'. :nr - ..... - mr- -.... - 11l" TOP OF SLO"E _ ....._..L_.....-.JII.~ TOE 0" SLOPE - - - - - - a,UAllrO lZAILING ~. .~ P.C.c. SIDlEW"'L~ (D.Io<iHED) "! C.C. OlZlVliWAY P.C.C . eu!Z& e. &uTreJZ. Tlt~e. (tlI!CltlUOUS) I.vE!lZC.,/ZUN (PINE ,Ere) (;] ,,1041Z(,I& @ 4}f- P~LM 'If ~ fee ~l.^& I ~ UHCOYElZl!P L-- CITY OF SAN e.EI2NAI201I-JO 'I'U5LIC wo~ D !UILOlt.l<!, 00 0,"0. 6VMecLS uwll& MANHCK.& r,rwllL C:LUNOUT @ 4ToIIM DUIN Mtoll140LI 6:)or.[ ! J TILlip..oWI WNHOI.. DIl V.wLT @ [~J ~~ ......"'MOL. Oil VAULT @) [~J ""A11'1& M'..."OLi 0& VAULT @ :::(] IL'CTIZIC MAMMaL. all VAIILT o PI'. 1!l.ICTIZ.IC Oft 'TaL.PHON. POl.& r8I 11.8CT'1Z.Ic:. ,.ow.~ Em- ~ c::J- ~ ~ o p--o .. t:,. I:8:l - =-- t ... ~ :0:: ora ;<< A o 00 "_J..._,i &', & " De-PT. !)OWN GU't '1111. .......DU,.,T W.4T&lZ. IoI.T~~ W.4TElZ. "'.4l.VI GIM VAI.VS &l.rctll.O\.lllZ. ILltcrlZOL11.lZ, (UPll:'C!j104T ) (ON MMT AIEM) TII."",4: tlllNAI. ,.....",C ..Clio....,..L (Ow. MMT ~) PULl. .0lC 1'LV'I".c. ~Gl""L COflTICOLLli1l T.....FIC. 'kllltAL ])JlT!crolt, WALlS' WAIT SIGlN~L. "ArrlSl~ M.TaIL TCA"I"IC. 4IGN 'iT".Sr N~MI!. Sla.'" 'TO" 410101 LIZ... c<<D4I511oJ6 ~16tJ fLit. C:IZ04"IoIG, ~IGo"'A\.. "..I....~\..l!lZ. Io4IAO D!LTA MoI6LE ""I"4T , F'QU"T ON T~IJGI!"'T U.S.""""L to)( ~ S~T10N C:OlrNEIZ. '/4 COItNEIL AF'Prz"""~D AI,."..1...... 19'G. , - '0> 01 /".. J t..-v CITY ENa.lwEEIZ- ... ~ . 'l :e .~ 'i.., , :q l.. ~' -; ci .:: SfANVARV PLAN 50 I_RAL !lOTII' _'III cOIlPOUIlO IIlALL 81 _0 _liLY 011 ALL 11IlfACEI PIlIOll TO EVAPOR Of IUlII'ACI "TIR. . UI'AIISIOII JOINTS AT ENO RETURNI . ITRUCTUlEI W PLANE JOINTS EVER" 10 fT. OR AI INSTRUCTEO. . . ,. 2< /8" ~~ 2a . . c.. . j,' . . b. . TYPE liB" P.C.C. CURB a GUTTER 2/,1" /8" (,." NOTE CONCRETE MUST BE AT LEAST !l.' IACIl IIIX IUO-C- 2'001 AND HOLD 2'00 1'.1.1. IN 2B DAYS. Ro.r ~ ~ '.... ~ 0:057 ell. YD. "<F1r UN- rr. . .. . ,," R=J~ SLOPE Pia ~ R:;~ . Q .. "'" ~ . ~ 0.1>51 cu. YQ. . ~ P<F1i' UA/. FT: .1> 'I . I!.. . . .. TYPE "C" P.C.C. CURB a GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEER) ct" 24~ :/,2' :/" ... '_ '.0 ~ . . ..: .'. . ~ . bo. . ~ . .. . O.Ou'7 t:t/. YD. PEIi' UIV. ":r. TYPICAL SECTION ROLLED CURB IONL Y FOR SPECIAL APPLICATIONS AS APPROVED BY THE CITY ENGINEER) CITY OF SAN BERARDINO-PUBLIC WORKS DEPT. TYPICAL SECTION- P.C.C. CURB a GUTTER . "" . . ~ 0.031 ev YO. PE Ii' ilA/. FT. . . b . "- SO' . . TYPE "A" P. C.C. CURB APPROVED, f'./l.....y 2.7 19& SfANPARP PLAN too ~RMl.55A8LE AlTEA'WATIVE CURBF)lCEMAY VARY.4<<.oROIAl6 70 PLAN tTa>ht'RETE /.:J' Eo c..e - o7~ fl I~ I I rA -/.3' /.~. EYPAN5H>A/JOINT 5TRA/GHT L-AGRADE EJ'PAA/$/lJA! JtJ/NT -,""'w DIII4r~ PLAN, OF CROSS GUTTER ,p.i" FlU WffN A5P/lAL7IC JO/1II7 5L'ALER ,STEEr TROWEL F/AlI.5N . . sr__ .Jowr . . 'ce . -:T'.' , . :-1-... . . . .. I- . ~ . - .. . ", ,. . Z:.' I /" EXPANSION JOINT NOTE: 5TRA/6HT I$RADE BETWEEN BC.R'.5 MAY BE ALTEREO ION E,fCESSII/E GRAOE.5. SECTION "A-AII 3"- "',. 18" R::A,- ., ~ . . . .. . - .~. . ,p./-" - '. . ."J, o.orz cv. rD. PIH. tlAJ. F'r. , ClQ - .' '<l '. . '. ' . .. _~.' . 'Q - "0.. ':N ' .' . . - . ,,- b '.' " 'b. '. :~ ," . ~. ._, . . .i.. . ~ 'll. ' '., , . 0 .. .. . A. . .. .0 . _ . 36" P.C.C. CROSS GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEER) CITY OF SAN BERNARDlNO- PUBLIC WORKS DEPT. APPROVED. 3611 a 72" CROSS GUTTER Ms_v 27 1982 SfANPARP PLAN tOt CITY ENGINEER A2'Y. ... / ~II: ~"',"'- JOII/r . Rn:. '-~-., VARIES ti~ II' . ..".. ~ 1FT. - .' . '. ',' ~ " '. '. .'~ I LTYfl&4.l ,l4t:.1TIf)A/ UT/UTY TR.t'"NCII ~IHJA/. JV/5ifI:ENED ~E JOINT CASE ':4: Pi(lEPiF~~O 41NNAU' ,ttJCAT/()N VARIES ~:I.'Fr. JIKJJE gAVEL ~ A.t. I'J{f)IIII1ITJ! IN TNI$ .AREA ". 'UII06$TR!lfUP W/017( (,"H~ ;.: : ", '.- ...:.:.".. ~J" !'fIN. ~t!('. 4/PEWALK ~SE /3" /"fAY tJe U.!1~O: I.) JVIEN FKONTA6E /$ .t.ESS ThUN 1Gt)' ANt:' SAMe 4Et:TIO;V EXIP.!1 GW 60TH .!1/oe.!1 OP .t.OT. ~) FOo€' MEAAI/:JeA!J1116 $IPENAt.K4. 6tIJP: ~ "Wl[~j(~ I 'il I -,f, GENERAL NOTES: ~P046P "/P6~ L)C'ONt:KE'1E t:'J.A$$ -AIt)-(!.,r1OO L.) WEAKENED P/.ANE .I/)/NT.I Tb I"UTCH ~n J41NT ,11.1 PIRECTEDIY TNE. EAM/NBEJ? 1T.)CURIMSm.M'''''UNO 4N~ Be 9?MYEO UN/~LY 0,4/ ALL ExposeD 8U,('.9IC69 ~ ro THE EVA~IV V .IUKI'ifCE ~TEA? 'I. FNe TYPICAL SIOEA/ALK. TRANSIT/ON CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. ~,1983 SIDEWALK LOCATION. " 0/' STANPARP PLAN tot TYPE I PLAN ONSITE DRIVE AISLE CURB FACE X Y I\. 8" 2.11' 2.11' " f....~~'" ~ ~ Sli:>'w'A~" 10" 3.0' 2.0' l~ AI R/~.E <j. f1 "p.c.(!. _ - -- wlll5lf1E AtMAN&W,ep./tJ; '- ' ~ ~'E.,..b. ,.. ~ ~i1~.5 .... / ~-~~- ~ -- --T- ----, - --- - -- ~t~ ~ ---........- -I --,,'-- - , -- '- " I ). I 1fr...",.....N. i !t , I ~~ "'~ I "" 14t' E".. .n. ...~ ..IITIIII 011 PIIOPOIID 1rJQ;6 IIDIWALX ; I I IY1X t I A -.-J W 24' IIIN. 3S' MAX. CUlll PACI PULL N.IINT CUIII I TYPICAL) 1 X L.!..j I I .KIITIIII 011 PllOPOIID CUIlI AIID IUTTEII TYPE II PLAN ONSITE DRIVE AISLE CURB FACE x Y I . , I 8" 2.11' 1.0' 10" '.0' 1.0' _AA/#EI8/JJ~~...... "- ~WA~_\ '_,__ '- ---"---- "- - -- II. ;:l '" i~ ~::. A--, , " I ~S'll~" oIi'$P. ..N. ,., f~ h o !l , ~~ ~I~ I.IITIII. 011 PllOPOSED IIDIWAL X " A-.J W 24' MIN. 36 MAX. 3' UIITI.' 011 PIIOPOIID CUlll AIID 'UTTEII PULL NIIINT CUll I (TYPICAL) COMMERCIAL DRIVEWAY APPROACH STANUARU PLAN t04 IHIITIOf tlHllTl CITY OF SAN BERNARDINO I PUBLIC WORKS DEPARTMENT PARKWAY WIDTH .I-f1l'MAX. 9.25' M'N. h- PROPERTY 410' LINE ~ . .... SLOP. y..;.. I PT. IlAIIllICA' IV - "'.. t~. In 1IAlC. i::TE : :il.Mf~::: DRIVEWAY f'f! ~ E ~r Jo.;,t SECTION A-A (FOR PARKWAYS 14' OR LESS) PA~KWAY WIPTN G.......TER 771A,v /-fIl' I S.Z5 ,fUN. 4.D' J/,ulI/6_ IY-Plf. tJ<t'Y....r. MAll. _O"ERTY LIIIE ~ ~ , .... ~<JPI Y;. #/"r. --- --- I I L-~. &WNEWAY JJII~- ~ "E'JP. ..r.o.t .'. '..":. 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'-WIDE HANDICAP BY-PASS SHALL BE FREE OF OBSTRUCTIONS AND SHALL SLOPE NO MORE THAN 1/4" PER FOOT. 3. DRIVEWAY APPROACH SHALL BE CONCRETE 520-C-2500 UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 4. IN INDUSTRIAL OR Cot11\1ERCIAL AREAS WHERE THE REQUIRU'IENT ~OR 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. CITY OF SAN BERNARDINO/PUBLIC WORKS DEPARTMENT APPROVED COMMERCIAL DRIVEWAY APPROAC H ,1M6 SfANI1ARI1 PLAN 104 SHIlT10F1 SIIIfTS I I I ""w'. '-~ I I I I I I I A/W LIN(~ A ,L.. ." __:,.1 ~'('i' N-4'"(:.I, PIP(S \ su: ~;~TE 61--/..:.... .~W/-(c ~ 4-:_,. - I :'-""'tU). " , . . t J.~. . 'I la , "', I,; MIN. Cl.EAR.~f:CE ~ ~ .. :, .Y ~( /~ .. : ,,<;' I /.~r.~- - V-1 WALK (SEE NOTE ~l / I: ,':::::C..' ,"g. ~-)1 f;, f. :-:'0/:0 GAl V '/: /1.....':'7. _.~_/.J WliiE ~{:.i.;C (6 C.F.I , :' '-""':"'a' 1".1','- I ., ,.'; R/W~ !:.!';R ,,~;:,,~;~~'~'~~/'~~~~T MAX. SLept II- I MINGe COVER AT TOP or F~AME _~rC:~A_~~I'l.-!~ !fl.!"!~EJ COVER ~v.1 INLET PER CAst I,II,OR 11I- stt I HOTe I I . c:::?.... . L-.:.l~ :- ': '. d-: ."TYPICAL I- ! ,--z'.o" '''-j CASE I INLET lRANSITIO.~ STRI.:CTl.;!,E S(CTIOfl I/-R/W r :S::~::>TE, t -t..~~)' '1 --*;.-..,.,~~~ .-. tt c.: T'l'PICAL 1~-'':''Z'-o''''N ' J , I CASE II INLET NO.4 ElAR ,\ '.';"1"'- ~,.,. '''--1 l-rLO~V r--6"-1 I "SE( CURB PHOF'ILE5 eELO'.~ .r -TO? o~ CUE13 LINE ----" \ ---I -------, \ I / __--1 . E.G. r t:: I I L A ~I .... ;j PLAN 3 ~I ...; ORQt' I~~..ET CA":'CH BtISI:'. Sl::TiC:~ R/WfJ 2' 0" I R/W"\. ~ -ScE<bTET ! PARKWA't WIQTH PEn IMt'ROVEMENT PL.e.N -1 OPEN OITCH rt:n u.,o;;O"E\I~NT CR GI~:.OING PLAN- ~-- flNISHEO ..R"w.y OR,'OE- I II '7 T.e. LINE z ~r'C'C'W"LK(e.c.f.J-S[Ef.OOTE50 /. WALK:E :-;::....-1. . :; \P.C.C.W.L.I..CF.J-"'-(;OTE '-7 I" I ;;;:;..- ~.=. ~I ~ C.r. OR 8 C.F. ~... 6J;6-1CVIOGALV. WIR.E f~ERIC-1 ~.::e -~ _ ~~ .... N \ /.' "..!.... ~. r~o. 4 BAR ~ ~, '/ I I -&1. --tL~=;j~.====-=, CASE III INLET r'" ; _______J. j GRACED OlTeu SECTION , "-~L[l OETR'LS'J/- f---10"-;;:i r :-18' -!-....r,c. 1I"~ No.4eAR~~:J ...f>-; /'1 -.rL 4.C,I. PI?E, SEE NOTE 4 I "',. . - /. . []rl'~:jrtJ!~ ',~b=':~?] r CLEAR .J '.", ""L4.C.I.P:FE.~~.( ~;orE 01 ~OT[: APPLI(S TO Mn r.'J't3E.R OF rlrLS SECTION A-A NOTES: ,_ WHEN THE TOE OF SLOPE IS WITHIN THE RIW LINE. INLET CASE I BEGINS AT THE TOE RATHER THAN AT THE RNV UNE. CURB PROFILE 8" '"'C....\l.".;" CUriJ r~tE 2, FOR OPEN DITCH APPROACH (CASE III INLET), THE EXTENSION BEYOND THE RIW LINE IS NOT REQUIRED WHEN BACK OF WALK IS MORE THAN 2' FOM THE RMJ LINE 3. TOP OF INLET STRUCTURE (CASE I AND II) TO BE FLUSH WITH ADJACENT SURFACE WHERE PRACTICABLE. 4. CONSTRUCT P.C.C. WALK WHEN SPECIFIED ON PLAN, THE CONTRACT PRICE PAID FOR P,C,C. WALK ITEM SHALL INCLUDE WALK CONSTRUCTION IN CONJUNCTION WITH PARKWAY CULVERT. 5. "N"EQUALS NUMBER OF PIPES (MAXIMUM OF SIX) AS SPECIFIED ON PLAN. 6, lNlET CASE TO BE SPECIFIED ON IMPROVEMENT OR GRADING PLAN. 7. ANGLE "a" EQUALS 0 DEGREES UNLESS OTHERWISE SPECifiED. 8, TYPE, DIMENSIONS, AND ElEV ATIGNS OF P.C.C. CURB AND GUTTER PER IMPROVEMENT PLAN 1-.' ,..' -1-- ,..--.-5-.--, 1-;:1 L6. '. (' - 1.e. l1~;E NO.4 BAn --- r""'l . ... J I ':. ..L""~j ". L.r r.L. r-v..'1 ~-'-~ JC7., ,-10.,: ,. (-1,)(.) "u ~,,' L ..1-_ --". ~ ___ I t..~ J (CLEAn.-1 '....'.4wC.I. F'IF[S, ~[~ t~,)H " II01E:: l\"PI t[S TO ArlY M.,;'.':.:rl1 cr f'il r<; * r~D..t.lAL fC 1.1':'uC: ~ I',:: ~~ ::.,,'JI,'.'l D." f'I"JI'~LE CURB PROFILE G" tiorcMAl ~uROj ftoCE CITY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS PARKWAY CULVERT NO.2 ~;'U~..~ / C.IT-I' -.....L':;;INL.::.r;;:.r..;.:. STANDARD PLAN ArrRO'lI'[D c - / I 401 4' 3' R >-:J << ~~ '" lrU <u <L<L NOTE 8 SHEET 10' NOTE 2 SHEET 10' 4' 1220 mm) 3 915 mm) MIN 'TRANSITION 4:1 MIN x I I X I I )~4' (1220 mm) ~~<( A on:::; TYPE 1 MIN R >-:J << ~~ '" lrU <u <L<L STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMUL.GA1ED BY THE PtaJC WORKS STANDARDS IMe. GRfENBOOK COAIITTEE 1092 REV. 1996, 2000. 2005. 2009 GRADE BREAK x ~! N X . I x) 4' 'dZ20 ~m)' I ~~ A OR B SEE SHEET 7, THIS SECTION TYPE 2 CASE A CURB RAMP USE Yr11H STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSllRUCTION STANDARD PLAN 111-4 SHEET 1 OF 10 ~ E ",E --'0 ~gj u U 0...... ~ '> 2% MAX - BCR >- <( 3= '" 0:: <( 0.. ~~ PLANTING ;l:l AREA ~ . ~ ~ <::';' f\.C>~().. , ~'], vfv CJ ~~ ~~ <.:{3 ~ '?-& "4- "3 CURB CURB FACE WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP, USE CASE A, TYPE 6 z ~:;; E~ ",q --'0 <(Non 3=N_ -'" U U _ 0......'" >- <( 3= '" 0:: <( 0.. PLANTING AREA TYPE 3 2% MAX - 4' 3 GRADE BREAK x ~t ~'J ~ t:': CJ ~ r-..YJf ~ ~"H'" . ~ "'+~~ ~ <S"<S" <0" ""~ n9 fv i<JC' ~'V~ O~r;,"~ ~- " ~ i<J '?-k !f c,v OJ WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP, USE CASE A, TYPE 6 TYPE 4 CASE A STANDARD PLAN STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 111-4 CURB RAMP SHEET 2 OF 1 ~I~ "'S R R z I. "' I~~ I.~~'I &'il~.1 (1200 mm) A OR B SEE FIGURE 1. SHEET 8, lHlS SECTlON 4' 3 PLANTING AREA TYPE 5 I PARKWAY 'I R <( w 27- '" MAX <( " z F z <( -' CL IF PLANTlNG AREA IS NOT ADJACENT TO SIDE FLARE, USE 'x' PER TABLE 2 FOR lHAT FLARE TYPE 6 CASE A STANDARD PLAN STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 111-4 CURB RAMP >-':5 << ~~ '" a::u u "- NOlE 2 SHEl:T 10 c I Z=X r 3" (915 m'~ I MIN I Z-X I . . <(;;;:! ~~ Rl a::u <u "-"- NI~ "'~ ..m.............. .-................ ...m............. ..m.............. ................... ................... ................... ......mou....... ......m.... .... .............. .. .............. . ~.33" NO~ 8: ISHEET 10 NX ",< NI~ "'~ JR 8.33" - CUR CURB FACE I. X ~ .1. 4-' /"IX (1220 mm) ~ ~ C on TYPE 1 'l/0^ < . ~lE TYPE 2 CASE B STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP STANDARD PLAN 111-4 o SKEW ANGLE 0=45" OFFSET b=O UNLESS OlHERWlSE NOTED ON PLANS ) NOTE 2, SHEET 10 >- ~ '" 0:: < a.. CASE C z ~:;; E~ ",q --'0 ~NU') ~N- -'" o o _ a.. v I') SEE DETAIL A, B, C, OR 0 OTE B, SHEET 10 JA ~~ A ~'it 2 SHEET 10 8.33%~ .... 5'%MAx PLANTING AREA MIN REGRADE X=4' (1220 mm) IF ADJACENT TO PLANTING AREA, OlHEWlSE SEE TABLE 1 TYPE 1 y z :;; ~ E~ EE E o '" N- -'" ~ >-:5 <..: :=:= '" 0::0 <0 a.. a.. ;..;.-" ~ NOTE 2, SHEET 10 TYPE 2 CASE D STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP STANDARD PLAN 111-4 H T 5 OF 10 >- ~ '" I>: < Cl. v ~E ~E UO u'" Cl.~ !I '" NOlE 2, s 4' (1220 mm) 3' (915 mm) MIN ~LI <( A OR BLESS S I,z.r I 4' (1220 mm 3' (915 mm) M PLANTING AREA GRAOE BREAK XE~ E <( o '" ~ ~AX x A NOlE 2, SHEET 10 NOlE 8, SHEET 10 4' (1220 mm) ~!:;;: on", x MARKED CROSSWALK TYPE 1 S 2% MAX oJ 2% ....... MAk'm s Z OR C LES .~ z=X >-'" <--' ~~ '" I>:U <u Cl. x ~! '" ...::~:... x jju 5'%1.1Ax ;,. x ~ ~t:;;: on'" MARKED CROSSWALK TYPE 2 CASE E x RADE BREAK NOlE 8, SHEET 10 STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP MARKED CROSSWALK MARKED CROSSWALK STANDARD PLAN 111-4 SHEET 6 OF 10 SEE NOTE 6~ SHEET 10 R EXISTING ROADWAY 5% ~ Y 1 ROUNDE EDGE --=:8.33% \/IA)( A2-0 CURB AND GUTTIER SECTION A- A SEE NOTE 6 SHEET 10~ EXISTING I I ROADWAY 5% ~ USE FIGURE 1 TO DETERMINE WHICH OF SECTIONS A-A, B-B OR C-C IS APPROPRIA TIE. "~DEPRESS BACK OF WALK \ SEE DETAIL A, B, C OR 0, R 337,,-, - 2% AX / SHEET 10. A2-0 CURB AND GUTTE~ -' SECTION B-B SEE NOTE 6 SHEET 10~ I~ EXISTING I I ROADWAY 5% ~ PARKWAY Y L "~DEPRESS BACK OF WALK \ SEE DETAIL A, B, C OR D, / SHEET 10. -2% MAX A2 0 CURB AND GUTTIER --- -' SECTION C-C \ Z 4' Z I 1<1220 mmJ I I DEPRESS BACK OF WALK ~ 1:1~\ ? ~ol(-'l-\" .o~ '-PCC SIDEWALK SECTION R-R Z Z PCC SIDEWALK SECTION S-S STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 111-4 SHEET 7 OF 10 PARKWAY WIDTH, FT (m) 5' 6' 7' B' 9' 10' 11' 12' 13' 14' 15' 16' 17' lB' 19' 20' (1.5) (l.B) (2.1) (2.4) (2.7) (3.0) (3.3) (3.6) (3.9) (4.2) (4.5) (4.B) (5.1) (5.4) (5.7) (6.0) ................ )..... ~C0;- / ~ ~~ ~ () 'r<l""'>-.. ~ SECTION A-A r- v I- I <:1.1iDh ~ f LANDING 4' (1220 mm) I U ~Q 1- '" z I'('~ 0 I- I- ~ U ....... W - ~ / .............. .............. ~ /'" SECTION B-B .............. ............. CALCULATE Z DIMENSION "'" ....... "'" I PER FORMULA BELOW ~ ....... " ........... ~ E E 4' (1.2) 1" (25) 2" (50) ~ fJl 3" (75) W :r: 4" (100) '-> Z 5" (125) t5 6" (150) i? 7" (175) ~ 8" (200) ::::> '-> 9" (225) 4! 10" (250) :::2' 0::: 11" (275) o Z 12" (300) OR MORE FIGURE 1 - SECTION USAGE NORMAL CURB FACE, SECTION Y-Y INCHES (mm) X, FT (mm) Y, FT (mm) 2" (50) 4.00' (1200) MIN 2.63' (790) 3" (75) 4.00' (1200) MIN 3.95' (11 B5) 4" (100) 4.00' (1200) 5.26' (1580) 5" (125) 5.00' (1500) 6.58' (1975) 6" (150) 6.00' (1800) 7.90' (2370) 7" (175) 7.00' (2100) 9.21' (2765) B" (ZOO) 8.00' (2400) 10.53' (3160) 9" (225) 9.00' (2700) 11.84' (3555) 10" (Z50) 10.00' (3000) 13.16' (3950) 11" (275) 11.00' (3300) 14.47' (4340) 1Z" (300) 12.00' (3600) 15.79' (4735) SEE SHEET 9 FOR STREET SLOPE ADJUSTMENT FACTORS, ALL STREETS TABLE 1 - X AND Y VALUES TABLE 1 REFERENCE FORMULAS: X = CF / B.333% Y = CF / (8.333% - 2% WALK CROSS SLOPE) WHERE FIGURE 1 SHOWS USE OF SECTION B-B, FIGURE Z DIMENSION AS FOLLOWS: W = PARKWAY WIDTH L = LANDING WIDTH, 4' (1220 mm) TYP, 3' (915 mm) MIN Z = [(Y+L)-W] x 0.760 IF (HL) < W, THEN Z = 0 TABLE 1 SHOWS X FOR A FLARE SLOPE OF 8.33% AT THE CURB FACE. IF L IS 4' (1220 mm) OR MORE, X MAYBE MUL TIPUED BY 0.B33 FOR A MAXIMUM FLARE SLOPE OF 10% AT THE CURB FACE. STANOARO PLAN STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 111-4 CURB RAMP HEET 8 OF MIN Z.DOWN H I I.Z.url I ~x n< "!2 <Xl GRADE BREAK T . GUTIER SLOPE, S I ' X.DOWN.I 'L .1. X.UP .1 4' (1220 mm) TYPICAL CURB RAMP ~~ BACK OF WALK~~-:; ~ ~ GUTIER FLOW LINE SECTION T - T SLOPED SlREET FOR SLOPED SlREETS, MUL llPL Y lHE DIMENSIONS PARALLEL TO lHE SlREET, X AND Z, UPSlREAM AND DOWNSlREAM OF lHE RAMP, BY lHE FACTORS IN lHE FOLLOWING TABLE. FOR EXAMPLE, X.DOWN = X x K.DOWN S K.DOWN K.UP 0% 1.000 1.000 0.2% 0.977 1.025 0.5% 0.943 1.064 1% 0.893 1.136 2% 0.806 1.316 3% 0.735 1.563 4% 0.676 1.923 5% 0.625 2.500 TABLE 2 - SLOPE ADJUSTMENTS TABLE 2 REFERENCE FORMULAS: K.DOWN = 8.333% / (8.333% + S) K.UP = 8.333% / (8.333% - S) STREET SLOPE ADJUSTMENTS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP ST ANOARO PLAN 111-4 SHEET 9 OF 10 GROOVING DETAIL .~1@ @@@ ~ ~ in @@@@ E "l g 0 0.90" 'N E "'~@ @ @ @ (2~ ci.., f'n'{O SINGLE @ @ @ @ PATTERN '\::::Y "lRUNCA lED DOME" L J 2.35" ~) DETECTABLE WARNING DETAIL ~ ...-PAVED SURFACE CONSlRUCT FENCE OR HANDRAIL PER CONlRACT PLANS --...J 6" (150 mm) ~ PAVED SURFACE RETAINING CURB --.... I I I "-", Oz ><6 Uz <(.0( CD-' ~ DETAIL A DETAIL B GRADED ~~'";,:~ '"~^" \. ) DETAIL C DETAIL D GENERAL NOTES: 1. CONCRElE SHALL BE CLASS 520-C-2500 (310-C-17) CONFORMING TO SSPWC 201-1.1.2 AND SHALL BE 4" (100 mm) THICK. 2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDER WITH 1/4" (6 mm) GROOVES APPROXIMAlELY 3/4" (19 mm) OC. SEE GROOVING DETAIL. 3. THE RAMP SURFACE SHALL HAVE A lRANSVERSE BROOM ED SURFACE lEXTURE CONFORMING TO SSPWC 303-1.9. 4. USE DETAIL "A" OR B" IF EXISTING SURFACE BEHIND LANDING IS PAVED. 5. USE DETAIL "C" OR D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED. 6. R = 3' (900 mm) UNLESS OTHERWISE SHOWN ON PLAN. 7. ANGLE = l>/2 UNLESS OTHERWISE SHOWN ON PLAN. 8. CONSlRUCT DElECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MAlERIALS SHALL BE PER CONlRACT DOCUMENTS. STANDARD PLANS FOR PUBLIC WORKS CONSTlRUCTlON ST ANOARO PLAN CURB RAMP 111-4 SHEETlO OF 10 CALTRANS STANDARD PLANS , Lf"""\~ t ((am) i '}<il ",.."",,:;Ii t ~ ~ ~ ~ !:~~i lid l- - ~ ~!li ~ - UI ~ ~t- ~ ~ a~l ~ u o J C ~ C o u u ~ u o ~ ~ - ~ :::" '" .... "- ~ Jdn 2006 STANDARD PLAN A10A _n--: u o , u . , . , ~ <J ~!l 1l ~.~ - .., .~ E - ~o;';' ~:' ~jJ "'.....- .,!E" c: n" " + :~ B.~~ ~ '- "~a; 2 ~ ~1? ... _,_ OJ , j i "0 ~ 0" , - W ~ . , < < ~ . , " o " , < , i ~ ~ g. I. ~ '" '0 ~ 't ~ .: t' ~ c: n c., - OJ " ,., 2~~;.c~~~1 ~~2~'~!1'F! + " " .c i x I J:- ~ :g ~ " , . "-,,,0.. l- i:; u d d u u ~ " ~ ~ ~ . I ~ ~ " . , a + g. ~ o i ~ ir'~ "'~ II oH ,., ,-. E~ ~ .Ji <J.~ N + . , . f + , g . , ~ ~ ~ a g 'm .... .... ~ 'l t ~ ~ ~ 5 ~ ~ ~ ~ ~ ~ j;i1~~:~!i~::~:~~ g.~~:~g~~~~~ggl:~i ., ., ., ., ., ., ., ., ., w ., ., ., ., ., ., . . , . w w w ~~B~80~~ o , , + ~ -gcc- ~ "~ " .. , - . .0 t *~ .....:0-0 0'" eO . u .0 .- .,0 0.+ , -. c( o ... c( + . , & z o ~ ~~ ~~ ~~ ,+ ++ 00 u+ ~~ t;;~ ~ 011)- zzC\l C(O... U)t=o w ~~... ~ >->.... ~ ZW&II Z oa:w a:1II:z: UlIIII) c(c(_ , + ~ + o " . o . , 8 ~ u c u ~ 8- On '" .:' ... " ~ ~ :ii g " u E - " :5 :,:" ~ c~~~8~ ~ .g ~ <> ;:; t; " t; E " Z]~j~~~~! " " C OJ 0 0 " " OJ ~ ~ L ~ ~ e ~ 8 t ~ iH! t ~ lilt ~ ~; ~ f + ~ o _ , ~,o ~.~ i .~,:+1~." ~.~~~:~ !'i .!~~O"-<T",~~;o,~'+-wiw~ wwwwwwwwww . a 0 '0. 0 :' ~ +- ., 5 _ ~ ~ I ... 8 ~! ~ _,E =+:8: I; ! H ~ : - +-..~~]]~~ 8 S 8 u u u u U U & 'n " ~ , , " . . + + " f~; 088 u o o , o .;+= ~ ~ ~ ~ u . ! . , g j D L U , <II ~ .. g 2 ~ t 8 i . + ' <II "':0 ". , g.g.,:: " , u"'O "., ~~838888 , t I , I <;: " t,_ ! ~ ~." + > ::: ~ ~ ,~:! 8. :! ,'I:lQ.'O- '0- : ~ ~ t ~ "'" <= E += " L 0 0 - " ".... <;: "x c L L LO L ~,~~~~~ '0 .. 0 0 " 0 ~ . e o " . . :! ~ ~ ~ ~ i i ~ ~ ~ ~ ~ E ~ ~ g ~'~ ~ +' ~.e E :>.... <I>~,~~~~ ~,~~:~~ o 0 000 " ., . . . + , , o , ! o . + . " ~ c ~ ~ ~ 5 ~ ... ~ ~ "' 0, !!' R 6 .- fi <- '" 0; " ~ g 5 S ':i; ::: :: + ~ ~ ~ ~ ~ ~ + ",'go 3.3 .3 ~ ;:, ~3~S3 ., : ' ~ " 0 ~ ~ ~ ., ~i " ~ . g & 'n : . . + " ~ ~ : i!l fi"O ~ ~.~fi~ &&t;.{l,& ~ , " 1> + , ~ ~ l iJ ~ ,':' ~ ... .0 ~ ... L L <;: t 8 6 5 g -g .0 "" ~ 0 n ~ += '" <II ~ "'0 ~ ~ <;: <;: ~~Ee~~~~;E~ ~ 6 g2._~.'=.~E g E .... .... .... .... .... .... .... .... .... .... .... <II il 'g "'0 E ~ ~ ~ g g :~ ~ g. 8 L ~ 6 ., '" <II., ~ b :?"'O ~ <D <;: '.;;.~ ~ ~ ~ ~ ~ ~ 2 ~ M ~ , + , " + + , " ~ t 8t;. " u 00 , , . . ~ g ; 3 >< ~~ <;:~~ mmu~ ~"'m:>. ~ ~ ~ ~ ~ ~ ~ E ~ ~ ~ ~ e e ~ ~ ~ ~ ~ ~ .S ~ ~ [3 ~ . , + ~~ 33 " . i. ~ ~ 8 t + , . I " ,~ .e " ~ ~ ~ ~ .<: .8 ~ 50 [: .,., .., a 0 :g ~ ~ 8..~,~ ~ E E ~~~~Z8.8. .~ ~~il~~ L e "' OJ 0 0 0 :J " ~ i1 ~ E E " <1>+-+-......... f ~ g, &... L += L, (' ( ~ '" '" .t 5" ~ ::d ij ij i u u u 0 0 U 0 0 ,~ ~ ~ ~ " . ~ " .~ ~ ~ i U , E i . ~ ~ 't :: L r: ~ ;;: .~ '" L 5. .; +- E 1l g :' E g _ .. o.,~ II ~ t ~ .:: :0 :J 0" 00 ",.,:J .g ~ ~ '0 '0 '0 " .g " ~ ~ ~ - ti~ ~ ~ ~~ " 'U8!';L~~B;~lIl ~.::~ u ~uUU uUuu u'-" < a " . 000 - . coO '" '" .. ~ ,5 0 ~ . o < ~ . . , " . > + , , 'E ~ u . " t ~~ G" " .c..:: 0 5 .. g.o ~ t 8 ~ o....tj OL U 'j; a 0 " .'::' .0 .If ~.~b2a ~ ",E~~ ~ ~ t <;: E E ,l. g .c "'0 >< ::>><><".g'.! u '" {~zHhH~L!~ + . .- > 0" , , , - , , i; ~ <II < + " + " - . . ~'[~':e 1> ~ 1> 1: g ~! 8. ~ '0..0.", E E';;; f f 0 ~ L ~.~~~gi i1 'i ~ .8 :0 ~ ... ... \! .. f ' ~~~]~~ 88888:': " + , " . u <':>lIl"'u5~;<:.lfl;~3.?:::E lIlllllll<D"'lIl"''''lIl<DlIlmlll + ~;~~~~~~~~~~;(~~ , , L I>. :>. m ::E U II ~ '" I>. I>. <I> .o:~~~~~:~~~~e ... '" ~ U .g ~ ,i, ::r; i:C ~ j~~je~~ ~~ ", ~~ , D o J C + C o o ~ e . ~ " IJ )\ U !H aJ!~~ ~ '.~;J~ I >"r".~ f ,. . ~i ill i ~ ~~~ g ~i] ~ - ~ ~ll ~ ~~~~~ - ~1~ . ~ all E "l ~ i 00 ~ ~ u tieL ~ e ~ v :3 "8 e. ~. :g e- ~ gg~~ " . ~~"~:3 .."'E", ",:lEL ." ~ii:~ _E..o .... sE+:.!:': Z :lC.. W L",O", ~> : ~~; :: ]'bH E.,"-C "- ~~t'g. ~ ~:J.!.W .... "roel ~ ,>-0D..+ 0~!5 ~~+l;I 5:3"':5 z g'5 g !';; & " .~ co ! E ~ E g g ~ g ." 0 2006 ST ANDARD PLAN A 10B ~~~ t',:;:J"~ u" {!l ~~~ & sE,>- Lil" 00, ... .,E:;: ]'Sl ~ ~.eL" .... "'"c o.~ l:J'O.2 ..>.20 co, '" "~'5.{!l " E"'LOl ~3~5 .' u " ~~8~~ L .. .. ., " ~ .. ";;: L: ~ '" " 0 g U 5 U ill g : ~~&gg,.~g~~~g~o . u . o , o g ~~5<f~~b~~"':~ & ~ ~ 8. ~ ~~~~ o III 0 '" >,,> > . L D.. L 0 - g ~ ~ ~ " C '. 0 ~ "~ . o '. ~ ;; u ~ ~ g ~ i ~ I ~ co : "i u .0 :J '0 III ~ ~ : ~ i "i K ." . - o. . " > ~ t; ~ L'i:1: L ~ ~"r i o . . o. -" .. Co" _g 0 - ... 0 .e E ~ <J ., ",0 0"_ L L :>.0 ~ " 0" c- :J ~ ~., : ~ o L :8.8.8. ";;: :!8.{!ll;ll;l . "0; 0. ill. 3 3 5 ~ :;: It It 8. u ~ .8 "'., "'... ~ -" -" 0. 0..0 ; ~h[ UnU !t e e "i"i " d . . " >< x ~ o , ;; .. ! e , - ell "2 t . . ~ :: K '. . z . . ~ ~ ~ t i: "~ C o " i . " ~ 'E . ~ '" e 0 "OJ ., . ~l {~ ~ C ~ ";' g i . o '. . o " ~ , u ~ ~ ~ :" '0 " g t .<:: I j ~ ~ l;I f E ~ g ~ ~ l' . 0 o' o . ~ ~ . ." ~ 2 ~ _"~:tg~~ .2:: : ., 0. U U "u.... 0.0 CC ~ ~ ~ 0 L t; t; ~ , . . 'gr C u " e .!.2 o . C o ~ "~~ 1'1'2' 0" 08. tititi." ~ : :"~ t; t; t; L -:~ l' I : ~ ~ : ~ < '" ~i~~~~~~ ~~~~~~~j ~~~~~~~ffi+o~~~~~ e o "~ ~ a; t: J . e C l" 8- -:: t t 8 ,>-1 ~ B III e . . "-LO ~8.ii o ~ I ~o , ~ ~ , . > c o : ~.... ~ ~ ::: ii 2 _~ gL:"i:::.~t, : .i ; ~ ~ v , ." E ... 0> : 0 ~~!'~'6~~ 0.0-.... 0.0-0-0. ii::~~~~ > o '0 c c "~ ~ Co 00 " 0 , o \ z "i ~ o . , , , , g ~ " n '00:"2 . + U . . . " , "~l< ",5-0 <:~~Ll;I ~ ~ j j ::0 ~ 'i ~ ~ ~ Li . . ~ ~ .1: ~ i '" "Ol;l ~ "~ ~ .e f g III .. o.L L., 0. ~";~'e:.! o.~,~_ ~~~~~"~ ~8.~ ,; !!. 0. >'u > ... l;I 0:;: ~ ill i ~ L ~ ~ '" " .... " ,jo.'O~t'O 'O~",S'>-~ "~,;:55 ~ .,-L5";~ ~v=t;'tEL~g~'tE~~ "o.ti~6.!~~&.ti6.i!:.~~~ . > o . w ~ 1i' 1i' 1i' ~ . ~ u e o o c i ~ .. E.2 ~ i ~~]~!~ E E E E E E , . , ~ ~ ~ ~ ~ ~ : ~ ~ D..lI.D..D..lI.D..lI.D..D.. "~ . , . ~ ~ , , " :c c .0 o 0 . 5,+ '" o , -~ ....-= ~ ;;. ;;. 0; ,~ 2 ~ ~ +' ~ ~ 0 " 0 E E E E E e ~ ~ ~ ~ ~ i e . ~ g l . ,~ -" ,~ "~ c . t ~; , 0 . ~ i -g ~ 5 z 2 ~ ~ ;: ;: .0 .0 I.. I.. E E g g ~ ~ z ~ ~ ~ ~ ~ ~ u 0 g . ~,~'" U. UH! . . . > "~ ~ u 0 u u e e < . c o o .. ~ .8 o..~ l' ~ l' l' e ~ ~ ~ 8. g ~ ~ ~ 2 3 v v v ~!!~: o.e.e.e 2 "c cc Cl;l e~E"~"~~ . ~ ~ , o < . ~ ~ , <f U U U l;I 'ii ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ . . o " '0. ~ ~ ~ "OJ .e "s: 5.... g ~ g 2 ~l U ~ C . . . " o 0 . " o . 5 ~ ~ ~ { Ol ~ :3 ~ ~ ~ o u ~ g 5. ~ .,"0. c f .... L ! ~ o 0 " 0 w 8gg~gga%g C, ~~;:;; . . c . o . c' 00 +: i"g 0 ;.ro "c "0 "'0; ]2 u :>~ ~ ~~ .... l;I o' . " . E2 J 8' c~ ~~ c . ~ ~ ~ 'P :J ... - ~.! 5 'il~~g ~ "Q .0.9-"8 i ~ o C C ~ ~ c c + + o . u '0 ";' .. "f 8 ~ .e ~ ~ ~l , o Z ~ "C 2 ~ c . .~ o " ~ " e C 0 , . . 0 ~'S .e ~ III o .. c( t QUI- o zz'" I :~~ w : ::E::!:'" o! ...>> t;; o ZWI- 0 ~ Oa:W z ~ a::mW '0 Olll:!: Cl:CI:~ ~ . ' c o C > 2 E ... ~ ~ ~ ~ ~ ~ .e .e " ~ 'i 00 " , .. ~ ~ . . . "& ~ ~ ." 0 ~ ~ rf ! ~ <II g l' ~ ~ ~ o ....~ ggq~I:'~;!~:::~~~~g i ,j ~ g' t l;I ee"e~~~ ~"~ ~~~8~'a~~~ "u"ii "ii 'ii ~ ~ ~ 8 ~ L L L L L L L L ~ 'iig-1D~l;I"~>""" ~ ~ ~ ~ o i"8. '0 <lI " 0 ~ S e ~~E e " . ~ " , 'l . *......t~~~ "'.<:...... 0.<: ~LEe~E"E " . <J: '" .... .... ~ lr ~ ~ '" '" ~ i . > C , .. _ III 0 t ~~!"&i g'"~ ~~ G g ., ~ ~ ., 3 , '~t. ,,8t~'O eij'O "Ii : 3.... h g 3 ~ ~ .~ :J 8.:ii,,88. > c.... 0.. "0 ;! ~~u,,~ o:J~~ ~.8~....~i~l~f~~~: .,.e_t3-::::;:.e:;....~:i::::~- O>L_"_ <lI"_ L LIIl"_l;Il;Il;IL 0 8. ~ ~ 8. 6. 8. 8. ! 6. 8. & ! ! ! 6. + o ;i o a o 0 < . W 0.D..tl.tl. ii w " o 0 :> l;I -0 l;I Ii: ~ ~ ! ~ ~ 1>: w " 2006 STANDARD PLAN A20A 0( lI)lI) 0 Z I II:lIlll) N 0 IIlZ'" 0( W f-eL ,,'.-.."1 r 1.N1~-,,'YLll a.. lO:-- ..'" 11:...0( w.. :m 1]: o(o:u zo: u o. w -'f- ,. :2ii:C ~ ~ +:'" ~ W~ '. u OX , E" 1-11.... ~ w ", w " " Zo(o( 0 . , N eL . u.~_ r 11111:0 z . ---<'- f- . .' :21-- 'il-ii; ._0 III "- :J'o.<: >C> ." nO"- o(ZI- 0> ~~~ a ...0( " :;: '-'-=0 ..',(-,," I r w wi ;~i V1 !..9M-,,'Ytl!o... f- O..c:u ..J ~[I 0: o t:'::" .. z D~._ f- ir< w "Ir a z 0: W 0 '''' W eL r f- l."" . . ~ f- U > . > 0: W f" .~ > ~ .. 0: ? 'i' @0 . i '" I ~ > " " a :..- 018 . i ~ i ~ . > ~ 0 "" > i , r ;= i . ~ .. f- " "" c ~ i , , "" c > c > ,o~ V1 ~ , , ~ w "" . ~ . ~ ? c " Z "" ~ , , . . 0 ~ . . ! , , , , N "" . ~ ? . L ~ , ~ ~ ~ . ! . '-' "" 'i' 0 .. .. . 0 0 z < . u 0 0 r " "" < ~I ~ I w V1 ~I w w w w "lJI:-",,\11- V1 . . . . . ~ eL .. ;;; N ~ >- >- >- >- >- r N ~ ~ t f- eL ~ t ~ t O@ 1"1 III!/l II ~ ~ 0 ~ ~ z ~ f- f- f- W W W 0 0 0 YJr "l n p Tii "1i "lnp " z ~I 71i " " " 0 m 0 ? " " .." " " .." ? ? ~ f- ;.. ? ? 0 u " " * 0 . w '''' ? " " , , 0 0: ? ~m " ? ? " " ;.. '''' , ~ - " f- a N N Z o~ 0 "" ,," 0- " w ~I - ~ b b 0.' ';' " ~ 0 99 ? bo " ,," u ~~o~~ -' 0 . * z ? m T " ? 99 ::~ 0 " "" " ,," . '0 ;.. * ~ " 0, , . ? "~ . - "~ V1 V1 W " -" w :"0~J ~ :~ z ? ? br~ ~~ z ? : ; ? ~00'" ? ? 0 ;.. ? ? -' '" '" ' , 0... * N N , W ;" N 0 ! "" , '" ", z . 0, '-' ? " I " " .. " " " " z ? m '" ? -' ;.. " " "" " " "" V1 " ~ V1 " ~ :' ~ .. ::: w ~ 00 m 0 t t " t t t t t t~ ~ t~ ~ t~ ~ t~ ~ t~ ~ t N ~ t " " ~ ~ ~ ~ ~ ~ :;; ~ z :;; :;; f- f- f- f- f- f- f- f- f- f- W W W W W W W W W W 0 0 0 0 0 0 0 0 0 0 ? I ' "~ ~I " " ? 0 '" "'~ ? ~ ;.. ~ 5' -.;. ;.. ~ N '" ." ? '" ? J ? D 0 ? ? "1 , ? 01 ;.. ;.. u : ;.. . " , 0 . V1 ? I ? ? ~ ? " ? bbl JJ0,Vl ? 0 0'0 00 ? w z ;.. * ;.. * '" ~ " . N ~~0 ~ ;.. . N '" J " . ..J ., " 0: ? ~ " ..J ? 0 w ? :? 0, w ? ? f- ;.. ;.. " " z ;.. '" 01 z . " .. " 0 w ~ ? I " " ..J ~ ? ~ u ? ~ ? ? 0 ? ;.. " " " ;.. '" '" N - N 1 ~ ~ w ~ 0 " ~ t ~ t ~ t ~ t ~ t ~ t 00 t t m t t " t t - t t ~ ~ ~ " " " ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ f- f- f- f- f- f- f- f- f- f- W W W W W W W W W W 0 0 0 0 0 0 0 0 0 0 5 ~~ '. ~!? . ~ , , ~ , . ~ " YI r-J J ~ YI r-J J ~ YI r-J J YI r-J J YI r-J J 2006 STANDARD PLAN A24D ~ ~ ~ YI r-J J :~ " ~ ;;a1 r-J J ~; " ~ ;;a1 r-J "; YI r-J J YI r-J J "~ ~ g ~ ~ t ~ l ! g . D , o , ~ s~ ~!; ~.~ ~f ~~t ~ .... '-"01:<: :JOo" .,;~ .e e f.j E ~~ 3~~~~ !: ~;~i~ ~~ D~"~k" E'E :,;,...! ~o "' ~~ Hfl}~ .~ "'t "0... c: ~e~~o ~ ~E~~~ 'U ~l:ii ~ ~ c: t+-""" :'! ~'O~ ~l'J "~ ".... E 8. 0 Qlr:. Ill... ";,,- g"~~ g"O ~ fi}1! E g-~ \.. ~~g~~ ~ 1l~ ~:!" '" '0 ;F ," '" .~ Co 0> c. .0 D. , Eg C. .. '0 '. .!'ij, ~ ~ ~.~ o' 00 t~ .i'8 '+ ~~ H o. 8, &~ :iL- ., .0 ,. ~I ~1 N ,..; .; YI r-J J ~ YI r-J "I Ylr- j J ~ :>1 r-J iJ ~ 12 . ... '" 0,., N - -."", o . I/) Cl Z ll: a:: c(1/) w :EQ ::i a:: u 1-0 ~ ~~ '" ::Ii III > c( a. '>^ ~f.'l~S~ -"-el~~ . :"'::J~~ ~ " ~ z ~ ~g3~~ cl - '" "'...J " . @:~~~~~ o. .. ~:38~~~ >-~"'~:;l'" ~ ,.. ~'" >- '" ;N;;:;~"'~ ~~~S~~ _><~a<...J'" ~ ; Q .., N c( :;B1 1:1 " ~ FI r-j '~ :>1 r-j iJ ~ :>1 r-j iJ ~ 2006 STANDARD PLAN A24E . ~ 1 ~ , & ~ , , ~ , . , + --..,._ON'" g_ N N N_ ~ ~ ~~o~~:;!~ a:: _ '" '" '" 0 "- ~ " .....,."'..-.-... ~ gNN_NN o " 2w--' "'''- i':!:ig~":j~ -...JQ.uu'" ;01 r -1- ~q ~ -&1 '" ? n o , o :::.~:;: ~ ",+-:g . C '0;<: 8 ; 0 ~: R ~ " ~ ~ v "g n :Eil~ ~ '" u.... l " !~~~ +- &, L E L ~ ]) ., ~g:~ : ~ ~E ~ ~ g ~ .! -38- " .....{lo" '" "85l"~ n 1l~1!'~ ~ ..,.,.....- ~~~~ '5 "",+-", ~~ ~ ~ ~ 552:1' " ""'''E c ~ ~~1. . .. . "'0..." .<::l .8::'00; 0 ",Z!:Hi '5>~ g~.r~ "'-"LO L ~;f ~ ~ ,..; ..; . o ~ '? ~ g ,. :.~ o' ~ . c o , n . , o. c. ,. _0 0< E' 0' .+ ~:~ ~'i' .~~ ,0 00 og fo. o' >'~ '. ~~ " o .~: ". &~ Cu Oc '0 u~ '0 .. '. " n. ~~ .~.~ .?t f' 0, '0 o < + ., .!:!:: gt .< c+ t:il .!~ ,+ :!::8 ~~ .~-g . "o~ -2'-g~ .,0 '~~i ,yO ngt _no "",E <.' "':;: ~ ,'",0 "'::'':0 ~t" .00 ~~:E ~g~ 0<0 1:.~+- on 01',:;; ~~~ z o ~ ~~ ~~ ~~ c' "" 00 lI) lo: lI)..J CJ'" z:;= ~lI) a:lI) ",0 w :l! a: ~ 0;3 ~ I- 0 0 Zz z ~'" LUll) >0 "'a: c..o :;= LU '<I' N '" n , ~ , +0 .~ > "c cn ~~ .+ 6; .. OC <0 +! t.8 'n '5] 2' 'n .~ ~ 0+ ~.~ l+ a ~. .. 0' ~.~ N c' .'~ n. ,N ~: Co h t. .!i' 0+ 'Qg !!.:'? o' .~ . ~t 00 .0 F K~ ~g ""Ci. ., ~+ ~~ ",0 1..'-0 0+' ..::<< ~~g " +z ~i , ;01 r--1- ;01 r--t. ,I ; ~i . . +0 00 ~f 'C:", " " . :i . +. . W ~~ + ~ Z t> 9 --' r- t> 'ii w z ;01 r--1- ;01 r--1- --' t> .2~ --' "; ~i o~ - t::' 0 z 0 ~It> .+ ~~ .=<>- --' 00 ~ "". >- --' it> "" " " ;0, Vl !Tt] Vl 0 a: u "O-.f ;01 r--1- "ll :r1 ~--1 ~ ;01 r--1- ; 'I ~ " ..ll ;01 r--1- ;01 r--1- ~! 'Ii ,1 i " " 13 CALIFORNIA MUTCD STANDARDS California MUTCD (FHWA's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3A-4 Figure 3A-101 (eA), Centerlines - 2 Lane Highways FOR SPEEDS 65 "n ' \~: np' OR LESS DETAIL 1 _ ~J~"I c:J POLICY - I""" (4111 5.11.. Il.I4../ (1711 (7111 c:J 5.11111 (1711 12J~1 c:J Centerline pattern for use on lWO-lane streets MId hl= (normally used on local streets and hili ). DETAIL 2 I 1I.I4..(4Iftl I Ut.I2.l401 5.1.. 12.1101 u... _ (1.511 (7111 (l7ftl (7ftll(l.5fl1 o c:J c:J 0 Centerline pattern with pavement markers for use on two-lane streets and highways. - DETAIL 3 (Deleted) DETAIL 4 I tU,....ft) I 2.44_1 t44111 U... 12.44"12.44. _ (lftl 1111 (1111 1111 1111 o 000 000 0 - .[ ~1.72.(4111 ~ ~1.72.(4f1l Alternate to Detail 2. For use at problem locations where It Is difficult to place and maintain centerline because of moisture, sand, elI:. FOR SPEEes -4 ~ ~ 'I :t:,..." CR r1'~PE DETAIL 5 _ ~..(121l\ I I IU'.l4Il11 11.18..(311' ~"'.(121l\ I I Centerline pattern for uae on lWO-lane streets and =::.S (norma/Iy used on local streets and ). - DETAIL 6 I 1...'....11 I lAD.. I 3.. I 5.... - (1111 (1111 (1'11 0 I I 0 - DETAIL 7 I 14.l4lll4lfll I 5.... I t~. I 5... - ~'fIl (lIftl [J OOaO [J - ~ I-UZ.l4l11 Centerline pattern with pavement markers for USe on two-lane streeta and highways. Alternate to Detail 5. For use at problem locations where It Is difficult to place and __In centerline ~ of moisture, send, ete. LEGEND '] 100 _ (4 In) Yellow ~ DIo...'1Ion of TrweI o 1Wo-Way YeIIowR.L....rIIt..1I\,.MaIll_ o Non na.U..necuw Yellow MarIoers NOT TO SCALE Chapter 3A - General Part 3 - Markings January 21, 2010 California MUTCD (FHWA's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3A-7 Figure 3A-104 (CA). No Passing Zones - Two DIrection DETAIL 21 POUCY ... r;';:"::'7~:~".:",.c,;:,"z>,o~4.,,:c.-Y:,?)!'H:':>~?i1::;'-'-S'f':'ii:.L~'<'i", ; ~'1' ',:JI. Two-dlrectlon no-passing pattern for use on two-Iane slnlels snd ~ways (--ny used on local streets and h ghways). See Note 2. - 1;-?'-::w':W"';:;:,dl:f~ ";'?!-'P"!lt":;:;f:<,,;';1!Wj~::;~~~5>':h"f;;fft.;-~f.:~.., DETAIL 22 IF};;,;';;', '/>_,;?~. i{:}\': 1.32"12411I I [L.... (2 11I1 _ "~ :,;:-~>_;.'l 75"'1311I1 ",~'.-o '"":_'.-'1'1 0:=51... (211I1 lWo-d1nct1on no-pIMlng pattern wlth pavement markers for us. on two-lane streets and highways. See Notes 1 and 2. ... I 7.32.(2411) I CI m 1:';'j:;F\;.f'~j~' :;---,_~,{;-:;:,:;-'>;,.~;," - IJ t'J DETAIL 23 ... I 7.32.(2411 I 7.32..(2411) I C 00000 CJ 000001'.1-75_1311I1 Cl0:~(4~' rre OOf t:~:1I Ahemate to DetaIl 22. For use wlth either Detail 4 or c.taII 7. - NOTES: 1. Pavement markers shown off the solid IIna In DetlIIl 22 may be placed on the line. 2. A 75 mm (3 In) black One shall be placed between the 100 mm':'ln) yellow HIles on State highways and may be plaCid on slnlels and highways u r local Jurisdiction. LEGEND '''''''-''",:11100 mm (4 In) YeII_ [) 1Wo-Way Yellow Rebllo 611ect1ve IIartlers ... DhKlion of 1'nIVeI o Non RAllo. 6RnlM Yellow ...... NOT TO SCALE Chapter 3A - General Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3A-9 Figure 3A.106 (CA). Right Edge Line and Right Edge Line Extension Through Intersections DETAIL 278 Right Edge Line POLICY ~ 50_12'") Right Edge Line pMMrn for use on all State highways may be used on local streets and highways. It Is generally dropped at the beginning of the Intersection flares on conventional highways. See also Detail 27C. On freeways, It may be ftared In advance of the exit ramp as shown -In FIgIlnl 38-8 (CAI. - DETAIL 27C Right Edge Line Extension Through Intersections 1':;1 3Mm (12 tl 1':;1 111 m(12f1l CJ CJ EdgoolT_ WIf 1':;1 CJ Right Edge Line Extension Through Intersections pattern for use to extend the rlght edgelne through an Intersection where climatic coiHlltlons, such as areas of heavy fog, may requlre additional guidance. LEGEND I 100 mm (41nl WhIte _ Direction of Travel NOT TO SCALE {This space left intentionally blank} Chapter 3A - General Part 3 - Markings January 21,2010 California MUTCD (FHWA's MUTCD 2003 including Revisions 1 and 2, as amended for use in California) Page 3A-16 Figure 3A-112 (CA). Channelizing Line and Lane Llne/Center/lne ExtensIons DETAIL 38 - Channelizing Line zeo IIlIW (aIR) WhIle line III III I 1.32_1JI1Il I 1.32_12411 '"-'9h TratlIc - DETAIL 3M - Channelizing Line 200 IIlIW (81n1_ line III I 11_12101 I POUCY TyplcaJ channelizing line for use on Left- Tum or RIght-Tum.... on S_ h1ahways. Pavement Markers when used should be place on the through lr8fllc side only. typical channelizing line for use on Left-Turn or RIght-Turn lanes on local streets and highways anil freeway off-ramp tennlnals. DETAIL 38B - Channelizing Line at ExIt Ramps III III Ill-II l2inl Typical channelizing llna for use on Exit Ramps. 1- - ..........nt Mart<ers as shown may also be placed 200 mm (Bin) _ Line. on the line. III III 1lI-=50 nn 12 101 I l.32m l3l111 I 1.32 m 124ft1 I DETAIL 38C - Alternate to Detail 38 and 38B l8..8888f188888f1 I~I~I I mml24l) I DETAIL 311- BIke Lane Line ,. mm (6 In) WhlIe line DETAIL 39A - Bike Lane Intersection Line 1..1 lI_~.IIl""mI2llll) 1.1"'-- ~ I c:J c::::::J c::J .. I z:: I '~~ I ~'51I1111l(.InIMllleLlne DETAIL 40 - Lane LIne Eldenslon Through In1eIsectlons c:::J ~ c:::J The Lana Line Ext-mn TIll'OU\llllntersectlons ,....; U3 m , llna Is used to extend the lane line through an ~1l1 IIftl '..mm(4 In)_ line __on that might otherwtsa be confUsing to the __ DETAIL 40A - AltenNIte to DetaIl 40 o 0 ,,"-0 0 0 0 I':; I HeM "'~_4"'- WIllIe IIarIrars DETAIL 41 - Cenfl8r/fne Eldenslon Through IntrJt'sec1lons c:m ~ r:::::ll The C.......... ~ Throuth Intanactlons 1111' 'r; , '--1.. _ (4 In) YaIow line ::.=. ':.:.-:-.J:" ~":.~:; to the _let. DETAIL 41A - Alhrmate to DetaIl 41 o 0 '-0 0 0 0 I'f; I HeM AIt._4n ell 'I YaIow...... NOT TO SCALE LEGEND I I WlIIlII line 0 Non-RelI....~u.. WhIIa MwlutnI I" ;;X~Oj~ Yellow LIne 0 Non-RelI.....t\.dhre Yellow .......,. _ DINcIIon of T..... III One-Way Claar RelnINIIectt... MarIrers Chapter 3A - General Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-I CHAPTER 3B. PAVEMENT AND CURB MARKINGS Section 3B.01 Yellow Centerline Pavement Markin!!s and Warrants Standard: Centerline pavement markings, when used, shall be the pavement markings used to delineate the separation oftraffic lanes that have opposite directions oftravelon a roadway and shall be yellow, Option: Centerline pavement markings may be placed at a location that is not the geometric center of the roadway. On roadways without continuous centerline pavement markings, short sections may be marked with centerline pavement markings to control the position of traffic at specific locations, such as around curves, over hills, on approaches to highway-railroad grade crossings, at highway-railroad grade crossings, and at bridges. Standard: The centerline markings on two-lane, two-way roadways shall be one of the following as shown in Figure 3B-1: A. Two-direction passing zone markings consisting of a normal broken yellow line where crossing the centerline markings for passing with care is permitted for traffic traveling in either direction; B. One-direction no-passing zone markings consisting of a normal broken yellow line and a normal solid yellow line where crossing the centerline markings for passing with care is permitted for the traffic traveling adjacent to the broken line, hut is prohihited for traffic traveling adjacent to the solid line; and C. Two-direction no-passing zone markings consisting of two normal solid yellow lines where crossing the centerline markings for passing is prohibited for traffic traveling in either direction. The centerline markings on undivided two-way roadways with four or more lanes for moving motor vehicle traffic always availahle shall be the two-direction no-passing zone markings consisting of two normal solid yellow lines as shown in Figure 3B-2. Guidance: On two-way roadways with three through lanes for moving motor vehicle traffic, two lanes should be designated for traffic in one direction by using one- or two-direction no-passing zone markings as shown in Figure 3B-3. Standard: Centerline markings shall be placed on all paved urban arterials and collectors that have a traveled way of 6.1 m (20 ft) or more in width and an AnT of 6,000 vehicles per day or greater. Centerline markings shall also he placed on all paved two-way streets or highways that have three or more lanes for moving motor vehicle traffic. Guidance: Centerline markings should be placed on paved urban arterials and collectors that have a traveled way of 6.1 m (20 ft) or more in width and an ADT of 4,000 vehicles per day or greater. Centerline markings should also be placed on all rural arterials and collectors that have a traveled way of 5.5 m (18 ft) or more in width and an ADT of 3,000 vehicles per day or greater. Centerline markings should also be placed on other traveled ways where an engineering study indicates such a need. Engineering judgment should be used in determining whether to place centerline markings on traveled ways that are less than 4.9 m (16 ft) wide because ofthe potential for traffic encroaching on the pavement edges, traffic being affected by parked vehicles, and traffic encroaching into the opposing traffic lane. Option: Centerline markings may be placed on other paved two-way traveled ways that are 4.9 m (16 ft) or more in width. If a traffic count is not available, the ADTs described in this Section may be estimates that are based on engineering judgment. Chapter 3B - Pavement and Curb Markings January 21, 2010 Part 3 - Markings California MUTCD (FHWA's MUTCD Z003 including Revisionsl and Z, as amended for use in California) Page 3B-Z Standard: Centerline patterns shall be selected from those shown in Figures 3A-101(CA) and 3A-104(CA). Raised retroreflective pavement markers shall be used to supplement the centerline markings on State highways, except in snow areas. ' Supporl: On horizontal curves with radii less than 1000 m (3280 ft) and without street lighting, Detail 22 instead of Detail 21 can be helpful in improving the delineation for centerline markings as it indudes retroreflective raised pavement markers, Detail 22 can be applied in advance of the approach to the curve per Table 2C-4 and continued throughout the length of the curve, Refer to CVC 21460 for Double Lines. Refer to CVC 21460,5 for Two-Way Left-Turn Lanes. Standard: A left edge line shall consist of a solid 100 mm (4 in) wide yellow line, yellow reflective pavement markers or a combination of line and markers as shown in Figure 3A-105(CA). Option: Two normal solid yellow lines may be used as a left edge line on a divided roadway for more emphasis when motorists tend to use the shoulder for a through lane or where encroachments onto the shoulder occasionally occur. Support: Left edge line patterns for median islands are shown in Figure 3A-107(CA). Section 3B.02 No-Passin!! Zone Pavement Markin!!s and Warrants Standard: No-passing zones shall be marked by either the one direction no-passing zone pavement markings or the two-direction no-passing zone pavement markings described previously and shown in Figures 3B-l and 3B-3. When centerline markings are used, no-passing zone markings shall be used on two-way roadways at lane reduction transitions (see Section 3B.09) and on approaches to obstructions that must be passed on the right (see Section 3B.I0). O..iEian.e: I Where the "istan.e between s....essive ne paosing zenes is leos than 129 HI (199 It), ne paosiflg markiflgs sheul" .erHIe.t the zenes. Standard: If the gap between successive no.passing zones is less than the sight distance for the prevailing speed I shown in Table 3B.1, the no-passing zone shall be continuous. Where centerline markings are used, no-passing zone markings shall be used on approaches to highway-rail grade crossings in conformance with Section 8B.20. Option: In addition to pavement markings, no-passing zone signs (see Sections 2B.29, 2B,30, and 2C.35) may be used to emphasize the existence and extent of a no-passing zone. Support: Section 11-307 of the "Uniform Vehicle Code (UVe) Revised" contains further information regarding no-passing zones. The "UVC" can be obtained from the National Committee on Uniform Traffic Laws and Ordinances at the address shown on Page i. Standard: On two-way, two- or three-lane roadways where centerline markings are installed, no-passing zones shall be established at vertical and horizontal curves and other locations where an engineering study indicates that passing must be prohibited because of inadequate sight distances or other special conditions. On tbree-Iane roadways where the direction of travel in the center lane transitions from one direction to the other, a no-passing buffer zone shall be provided in the center lane as shown in Figure 3B-4. A lane transition shall be provided at each end of the buffer zone. The buffer zone shall be a median island that is at least 15 m (50 ft) in length. Chapter 38 - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-3 Guidance: For three-lane roadways having a posted or statutory speed limit ono km/h (45 rnph) or greater, the lane transition taper length should be computed by the formula L = 0.62 WS for speeds in km/h (L = WS for speeds in mph). For roadways where the posted or statutory speed limit is less than 70 km/h (45 mph), the formula L = WS21155 for speeds in km/h (L = WS2/60 for speeds in mph) should be used to compute taper length. Under both formulas, L equals the taper length in meters (feet), W equals the width of the center lane or offset distance in meters (feet), and S equals the 85th-percentile speed or the posted or statutory speed limit, whichever is higher. Standard: The minimum lane transition taper length shall be 30 m (100 ft) in urban areas and 60 m (200 ft) in rural areas. On roadways with centerline markings, no-passing zone markings shall be used at horizontal or vertical curves where the passing sight distance is less than the minimum necessary for reasonably safe passing at the 85th-percentile speed or the posted or statutory speed limit as shown in Table 3B-1. The passing sight distance on a vertical curve is the distance at which an object 1.07 m (3.5 ft) above the pavement surface can be seen from a point 1.07 m (3.5 ft) above the pavement (see Figure 3B-5). Similarly, the passing sight distance on a horizontal curve is the distance measured along the centerline (or right-hand lane line of a three-lane roadway) between two points 1.07 m (3.5 ft) above the pavement on a line tangent to the embankment or other obstruction that cuts off the view on the inside of the curve (see Figure 3B-5). Support: The beginning of a no-passing zone at point "a" in Figure 3B-5 is that point where the sight distance first becomes less than that specified in Table 3B-1. The end ofthe no-passing zone at point "b" in Figure 3B-5 is that point at which the sight distance again becomes greater than the minimum specified. Support: Refer to CVC 21750 through 21759 for overtaking and passing. Refer to CVC 21460 for Double Lines. CVC 21752 restricts passing (driving on left side of a two-way roadway) when approaching within 30 m (100 ft) of or when traversing any intersection or railroad grade crossing. CVC 21752 also restricts passing (driving on left side of a two-way roadway) when the view is obstructed upon approaching within 30 m (100 ft) of any bridge, viaduct, or tunnel. The patterns and policy for intersection markings are shown in Figure 3A-109(CA). Standard: No-passing zone patterns shall be selected from those shown in Figures 3A-103(CA) and 3A-104(CA). Guidance: The no-passing zone markings at intersections, when used, should be between 30 m (100 ft) and 90 m (300 ft) in length at the approach to an intersection and placed in a pattern as shown in Figure 3A-109(CA). Section 3B.03 Other Yellow Lonl!itudinal Pavement Markin!!s Standard: If reversible lanes are used, tbe lane line pavement markings on each side of reversible lanes shall consist of a normal double broken yellow line to delineate tbe edge of a lane in wbicb tbe direction of travel is reversed from time to time, such that each of tbese markings serve as tbe centerline markings of tbe roadway during some period (see Figure 3B-6). Signs (see Section 2B.25), lane-use control signals (see Chapter 4J), or both sball be used to supplement reversible lane pavement markings. . If a two-way left-turn lane that is never operated as a reversible lane is used, the lane Iiue pavement markings on each side of the two-way left-turn lane shall consist of a normal broken yellow line and a normal solid yellow line to delineate the edges of a lane that can be used by traffic in either direction as part of a left-turn maneuver. These markings shall be placed with the broken line toward the two-way left-turn lane and the solid line toward the adjacent traffic lane as shown in Figure 38-7. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHWA's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-4 Option: Pavement marking arrows may be used in conjunction with the two-way left-turn lane markings as shown in Figure 3B-7. GHiElaBee: Signs sheultI may be used in conjunction with the two-way left turn markings (see Section 2B.24). Standard: If a continuous median island formed by pavement markings separating travel in opposite directions is nsed, two sets of double solid yellow lines shall be used to form the island as shown in Figures 38-2 and 38-4. Other markings in the median island area shall also be yellow, except crosswalk markings which shall be white (see Section 38.17). On State highways, reversible lanes shall be separated by physical barriers or delineators. Support: A 'lNo-way left-turn lane is a lane reserved in the center of a highway for exclusive use of left or U-turning vehicles. Refer to eve 21460.5. It is normally used where there are many points of access. Standard: The two.way left-turn lanl! markings shall be selected from those shown in Figure 3A.108(CA). Option: Optional treatments at signalized, major and minor intersections as shown in Figure 3B-7(CA) may be used. Two-way opposing pavement arrows may be used as shown in Figure 3B-7(CA). The arrows may be supplemented by Two-Way Left Turn Lane (R67(CA)) sign at new installations and problem locations. Guidance: A gap in the markings should be made at all intersections. Support: For left turn channelization, see Figure 3B-101(CA) and Department of Transportation's Highway Design Manual, Section 405.2. See Section 1A.11 for information regarding this publication. Channelized left-turn lanes in combination with continuous raised-curb medians are used instead of 'lND-way left- turn lanes (TWL TL) if one or more of the following conditions exist: . Average daily traffic volumes exceed 20,000 vehicles per day . For remediation where there is a demonstrated crash problem. . Wherever a need is demonstrated through engineering study. Section 38.04 White Lane Line Pavement Markin!!s and Warrants Standard: When used, lane line pavement markings delineating the separation of traffic lanes that have the same direction of travel shall be white. Support: Examples oflane line markings are shown in Figures 3B-2, 3B-3, 3B-7 through 3B-13, 3B-22, ~3B-1 23(CA), and 3B-26. Standard: Where crossing the lane line markings with care is permitted, the lane line markings shall consist of a normal broken white line. Where crossing the lane line markings is disconraged, the lane line markings shall consist of a normal solid white line. Option: Solid white lane line markings may be used to separate through traffic lanes from auxiliary lanes, such as uphill truck lanes, left- or right-turn lanes, and preferential lanes. They may also be used to separate traffic lanes approaching an intersection. Wide solid lane line markings may be used for greater emphasis. Standard: Where crossing the lane line markings is prohibited, the lane line markings shall consist of two normal solid white lines. Lane line markings shall be used on all freeways and Interstate highways. Chapter 3B - Pavement and Curb Markings January 21, 2010 Part 3 - Markings I California MUTCD (FHW A's MUTeD 2003 including Revisions I and 2, as amended for use in California) Page 3B-5 Guidance: Lane line markings should be used on all roadways with two or more adjacent traffic lanes that have the same direction of travel. Lane line markings should also be used at congested locations where the roadway will accommodate more traffic lanes with lane line markings than without the markings. Standard: Lane line patterns shall be selected from those shown in Figure 3A-102(CA). Detail 9 or 10 (65 kmlh (40 mph) or less) or Detail 12 or 13 (70 km/h (45 mph) or more} shall be used on State freeways, expressways, freeway ramps, freeway to freeway connectors and collector roads, except when used in snow areas, the raised pavement markers will be recessed. Section 3B.05 Other White Lonlritudinal Pavement Markin!!s Standard: A channelizing line shall be a wide or donble solid white line. Option: Channelizing lines may be used to form channelizing islands where traffic traveling in the same direction is permitted on both sides of the island. Standard: Other pavement markings in the channelizing island area shall be white. Support: Examples of channelizing line applications are shown in Figures m-& 3B-8(CA),;;B-9 3B-9(CA), and 3B- 13. Channelizing lines at exit ramps as shown in Figure JB-& 3B-8(CA) define the neutral area, direct exiting traffic at the proper angle for smooth divergence from the main lanes into the ramp, and reduce the probability of colliding with objects adjacent to the roadway. Channelizing lines at entrance ramps as shown in Figure ;;B-9 3B-9(CA) promote reasonably safe and efficient merging with the through traffic. Standard: For exit ramps, channelizing lines shall be placed along the sides of the neutral area adjacent to the through traffic lane and the ramp lane. With a parallel deceleration lane, a 200 mm (8 in) wide dotted white lane drop line shaIl be extended from the beginning of the channelizing line upstream of the entire fer a distaD.. of ODe half the length of the full-width deceleration lane as shown in Figure ;lB-3 3B. 8(CA). Option: White chevron markings may be placed in the neutral area for special emphasis as shown in Figure m-& I 3B-8(CA). Guidance: For entrance ramps, a channelizing line should be placed along the side of the neutral area adjacent to the ramp lane. For entrance ramps with a parallel acceleration lane, a lane line should be extended from the end ofthe I channelizing line for a distance of OHe half the entire length of the full-width acceleration lane as shown in Figure;;B-93B-9(CA}. Option: For entrance ramps with a tapered acceleration lane, lane line markings may be placed to extend the channelizing line, but not beyond a point where the tapered lane meets the near side ofthe through traffic lane as shown in Figure ;;B-9 3B-9(CA). Standard: Lane drop markings as shown in Figure ~ 3B-10(CA} may shall be used iu advance oflane drops at exit ramps to distinguish a lane drop from a normal exit ramp or from an anxiliary lane. Option: The lane drop marking may consist of a wide, white dotted line with line segments 0.9 m (3 ft) in length separated by 2.7 m (9 ft) gaps. Guidance: Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions 1 and 2, as amended for use in California) Page 3B-6 Ifused, lane drop markings should begin 800 rn (0.5 mil in advance ofthe theoretical gore point. If the dropped lane is an auxiliary lane 0.8 km (1/2 mil or less in length, the lane drop line should extend throughout I the entire length. Option: Where lane changes rnight cause conflicts, a wide solid white channelizing line may extend upstream from the theoretical gore point. Standard: The lane drop line pattern shall be as shown in Figure 3A-111(CA). Support: See Figures 3A-111 (CA), 38-8(CA), 38-9(CA), 38-10(CA), 38-12(CA) and 38-107(CA) for further details of markings and signing. Option: A 200 mm (8 in) wide single solid white line preceded by a 200 mm (8 in) wide dotted white line may be placed in advance of an intersection where the outside lane is dropped at the intersection, and as a result, creates a mandatory turn lane. Standard: If used, diagonal lines shall be the same color as the edge line. Section 3B.06 Ed!!e Line Pavement Markin!!s Standard: If used, edge line pavement markings shall delineate the right or left edges of a roadway. Except for dotted edge line extensions (see Section 3B.OS), edge line markings shall not be continued through intersections or major driveways. If used on the roadways of divided highways or one-way streets, or on any ramp in the direction of travel, left edge line pavement markings shall consist of a normal solid yellow line to delineate the left edge of a roadway or to indicate driving or passing restrictions left of these markings. If used, the right edge line pavement markings shall consist of a normal solid white line to delineate the right edge of the roadway. Guidance: Edge line markings should not be broken for minor driveways. Support: Edge line markings have unique value as visual references to guide road users during adverse weather and visibility conditions. Option: Wide solid edge line markings may be used for greater emphasis. Standard: A right edge line shall consist of a solid 100 mm (4 in) wide white line. Guidance: The edge line should be placed 50 mm (2 in) in from the edge of traveled way, approximately 3.6 m (12 It) from the lane line or centerline on highway mainlines, ramps, and connectors. See Figure 3A-106(CA). Generally, the solid edge line should be dropped at the beginning of interseclion flares. Option: In heavy fog areas, or locations where additional guidance would be beneficial, a dotted 100 mm (4 in) wide white right edge line may be continued across an intersection. Support: Edge line is not used at turnouts. See Figure 38-1 08(CA). Standard: Exit and entrance ramps, including freeway connectors, shall be marked with a yellow edge line I supplemented with yellow reflective pavement markers on the left and a white edge line on the right. See Figure 3A-105(CA). Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-7 Section 3B.07 Warrants for Use of Ed!!e Lines Standard: Edge line markings shall be placed on paved streets or highways with the following characteristics: A. Freeways; B. Expressways; and C. Rural arterials with a traveled way of 6.1 m (20 ft) or more in width and an ADT of 6,000 vehicles per day or greater. Guidance: Edge line markings should be placed on paved streets or highways with the following characteristics: A. Rural arterials and collectors with a traveled way of 6.1 m (20 ft) or more in width and an ADT of 3,000 vehicles per day or greater. B. At other paved streets and highways where an engineering study indicates a need for edge line markings. Edge line markings should not be placed where an engineering study or engineering judgment indicates that providing them is likely to decrease safety. Option: Edge line markings may be placed on streets and highways with or without centerline markings. Edge line markings may be excluded, based on engineering judgment, for reasons such as if the traveled way edges are delineated by curbs, parking, bicycle lanes, or other markings. Edge line markings may be used where edge delineation is desirable to minimize unnecessary driving on paved shoulders or on refuge areas that have lesser structural pavement strength than the adjacent roadway. Standard: Edge lines shall be used on all State highways, except urban type streets with curbs and parking provisions. Option: The Two-Way Traffic (W6-3) sign may be used in conjunction with edge lines at locations where motorists could perceive that they are on a one-way roadway when, in fact, they are on a two lane. two-way highway. See Section 2C.34 for W6-3 sign. Section 3B.08 Extensions Throu!!h Intersections or Interchan!!es Standard: Pavement markings extended into or continued through an intersection or interchange area shall be the same color 8nd 8t 108st the S8me width as the line markings they extend (see Figure 3B-11). Option: A normal line may be used to extend a wide line through an intersection. Guidance: Where highway design or reduced visibility conditions make it desirable to provide control or to guide vehicles through an intersection or interchange, such as at offset, skewed, complex, or multilegged intersections, on curved roadways, or where multiple turn lanes are used, dotted line markings should be used to extend longitudinal line markings through an intersection or interchange area. Option: Dotted edge line extensions may be placed through intersections or major driveways. Guidance: Where greater restriction is required, solid lane lines or channelizing lines should be extended into or continued through intersections or major driveways. However, edge lines should not be extended into or continued through intersections or major driveways as solid lines. A single line of equal width to one of the lines of the double line should be used to extend a double line through an intersection. To the extent possible, pavement marking extensions through intersections should be designed in a manner that minimizes potential confusion for drivers in adjacent or opposing lanes. Support: See Figure 3A-112(CA), Detail 40 and 40A for lane line extensions. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21,2010 I I California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-8 Section 3B.09 Lane Reduction Transition Markin!!s Standard: Where pavement markings are used, lane reduction transition markings shall be nsed to gnide I traffic through transition areas where the uumber of through laues is reduced, as shown in Figure 3B- H-3B-12(CA). On two-way roadways, no-passing zone markings shall be used to prohibit passing in the direction ofthe convergence, and shall continue through the transition area. Guidance: For roadways having a posted or statutory speed limit ono km/h (45 mph) or greater, the transition taper length for a lane reduction should be computed by the formula L ~ 0.62 WS for speeds in km/h (L = WS for speeds in mph). For roadways where the posted or statutory speed limit is less than 70 km/h (45 mph), the formula L = WS2!l55 for speeds in km/h (L = WS2/60 for speeds in mph) should be used to compute taper lengfu. Under both formulas, L equals the taper length in meters (feet), W equals the width of the offset distance in meters (feet), and S equals the 85th-percentile speed or the posted or statutory speed limit, whichever is higher. Where observed speeds exceed posted or statutory speed limits, longer tapers should be used. Option: On new construction, where no posted or statutory speed limit is established, the design speed may be used in the transition taper length formula. Guidance: Lane line markings should be discontinued one-quarter of the distance between the Lane Ends sign (see Section 2C.33) and the point where the transition taper begins. Edge line markings should be installed from the location ofthe warning sign to beyond the beginning of the narrower roadway. Support: Pavement markings at lane reduction transitions supplement the standard signs. Typical lane reduction transitions (four lane to two lane) and transitions from two lanes to four lanes are shown in Figure 38-12 (GA). I Section 3B.I0 AODroach Markin!!s for Obstructions Standard: Pavement markings shall be used to guide traffic away from fixed obstructions within a paved roadway. Approach markings for bridge supports, refuge islands, median islands, and raised channelization islands shall consist of a tapered line or lines extending from the centerline or the lane line to a point 0.3 to 0.6 m (1 to 2 ft) to the right side, or to both sides, of the approach end of tlie obstruction (see Figure 3B-13). Guidance: For roadways having a posted or statutory speed limit of 70 km/h (45 mph) or greater, the taper length of the tapered line markings should be computed by the formula L = 0.62 WS for speeds in km/h (L = WS for speeds in mph). For roadways where the posted or statutory speed limit is less than 70 km/h (45 mph), the formula L = WS2!l55 for speeds in km/h (L = WS2/60 for speeds in mph) should be used to compute taper length. Under both formulas, L equals the taper length in meters (feet), W equats the width of the offset distance in meters (feet), and S equals the 85th-percentile speed or the posted or statutory speed limit, whichever is higher. Standard: The minimum taper length shall be 30 m (100 ft) in urban areas and 60 m (200 ft) in rural areas. Support: Examples of approach markings for obstructions in the roadway are shown in Figure 3B-13. Option: Where observed speeds exceed posted or statutory speed lirnits, longer tapers may be used. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-9 Standard: If traffic is required to pass only to the right of the obstruction, the markings shaD consist of a two- direction no-passing zone marking at least twice the length of the diagonal portion as determined by the appropriate taper formula (see Figure 3B-13). Optiou: If traffic is required to pass only to the right of the obstruction, yellow diagonal approach markings may be placed in the neutral area between the no-passing zone markings as shown in Figare 3B-I3. Other markings, such as yellow delineators, raised pavement markers, and white crosswalk pavement markings, may also be placed in the neutral area. Standard: If traffic can pass either to the right or left of the obstruction, the markings shaD consist of two channelizing lines diverging from the lane line, one to each side of tbe obstruction. In advance of the point of divergence, a solid wide white line or solid double normal white line shaD be extended in place of the broken lane line for a distance equal to the length ofthe diverging lines (see Figure 3B-I3). Option: If traffic can pass either to the right or left of the obstruction, additional white markings may be placed in the neutral area between the charmelizing lines as shown in Figare 3B-I3. Section 3R.tt Raised Pavement Markers Standard: A raised pavement marker shall be a device with a height of at least to mm (0.4 in) mounted on or in a road surface that is intended to be used as a positioning guide or to supplement or substitute for pavement markings or to mark the position of a fire hydrant. The color of raised pavement markers under both daylight and nighttime conditions shaD conform to the color ofthe marking for which they serve as a positioning guide, or for which they supplement or substitute. Option; Blue raised pavement markers may be used to mark the positions of fire hydrants. Support; Retroreflective and internally illuminated raised pavement markers are available in monodirectional and bidirectional confIgarations. The bidirectional marker is capable of displaying the applicable color for each direction of travel. Guidance; Nonretroreflective raised pavement markers should not be used alone, without supplemental retroreflective or internally illuminated markers, as a substitute for other types of pavement markings. Directional configurations should be used to maximize correct information and to minirnize confusing information provided to the road user. Directional configurations also should be used to avoid confusion resulting from visibility of markers that do not apply to the road user. The spacing of raised pavement markers used to supplement or substitute for other types of longitudinal markings should correspond with the pattern of broken lines for which the markers supplement or substitute. Standard: The "tRIBe of PiT for the spaeiBg of raised pll-yemeBt BUlf'lEen fOF a hrokeR OF dotted liRe shaD eftual the length of one line segment plas one gap. The valae of N refereneed for solid lines shall eqaal the N for the Inoken or dotted lines that might he adjaeent to or might extend the solid liB.s (.ee Seotion. 3D.13 and 3D.H). The widths and patterns of raised pavement markers shall conform to the details shown in Figures 3A- 101(CA) through 3A.112(CA). See Section 3A.05. Support; Figares 9-20 through 9-22 in the "Traffic Control Devices Handbook" (see Section 1A.11) contain additional information regarding the spacing of raised pavement markers on longitudinal markings. Chapter 3B - Pavement and Cmb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-1O Support: Raised pavement markers are not nonmally placed where snow plows would damage the markers and require an unusual amount of replacement. Guidance: When used in these areas, they should be recessed, as shown in Department of Transportation's Standard Plan A20-D. See Section lA.ll for information regarding this publication. Advance Markers Option: Advance Markers at exit ramps may be used to help motorists locate exit ramps in heavy fog areas. Support: The Advance Markers consist of a 3-2-1 countdown pattern of one-way clear reflective pavement markers. The pattern consists of three markers placed on the right shoulder 640 m (2100 It) in advance of the neutral area (gore), two markers at 425 m (1400 It) and one marker at 215 m (700 It). The markers are placed on a line perpendicular to the lane line at 0.3 m (1 It) spacing beginning 50 mm (2 in) off the edge of traveled way. Location Markers for Fire Hvdrants Option: Blue raised reflective pavement markers, may be placed on a highway, street, or road, to mark fire hydrant and/or water supply locations. Standard: The blue raised reflective pavement markers shall not be used for any other purpose. Local agencies shall not place blue reflective pavement markers on a State highway unless they first obtain an encroachment permit from the Department of Transportation. The agency responsible for the placement shall also be responsible for the maintenance and replacement. See Section 13060, of the Health and Safety Code. See Section 1A.11 for information regarding this publication. Guidance: In general, the blue reflective pavement markers should be placed 150 mm (6 in) from the centerline stripe, or approximate center of the pavement where there is no centerline stripe, on the side nearest the fire hydrant. When placed on expressways, freeways and freeway ramps, they should be placed on the shoulder, 0.31 m (1 It) to the right of the edge line, opposite the fire hydrant. Typical marker locations are shown on Figure 3B-I02(CA). Option: Because fire hydrants adjacent to freeways may be out of the right-of-way and, in many locations, out of view from the freeway, some fire districts may want to install small supplemental signs (S9(CA) and S10(CA)) or markings to identify the hydrant number or distance to the hydrant. These installations are optional and at the discretion of the Department of Transportation's Districts. Section 3B.12 Raised Pavement Markers as Vehicle Positionin!! Guides with Other Lon!!itndinal Markin!!s Option: Raised pavement markers may be used as positioning guides with longitudinal line markings without necessarily conveying information to the road user about passing or lane-use restrictions. In such applications, markers may be positioned between the two lines of a one-way or two-way no-passing zone marking or positioned in line with or immediately adjacent to singte solid or broken centerline or lane line markings. S"I'l'ert: /t tyflieal SfJaeiBg fer SlieR llfJJilieatieBs is 2)J, \~lhere N BEfHalS the length sf eRe line seglHeat plus eBe gal' (oee Seetien 3R!!). Option: Where it is desired to alert the road user to changes in the travel path, such as on sharp curves or on transitions that reduce the number oflanes or that shift traffic laterally, the spacing~' be reduced Ie N er less shown in Details 16, 17, 19,20,22 or 23 may be used. I I Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 20 to Califomia MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page3B-ll OB jfeew~'s ""a OJ'I'resS'::ays, a spaeiBg af 3N may Be usea far relatively straight ""d laval raaaway segmeRts wllere eugiBceriag judgmeRt iBdielltes that sHoll spaeiBg '.viII prayiae aae""lIte aelincatiaB BRaer Y/et Bight eeBmtieas. Standard: The widths and patterns of raised pavement markers shall conform to the details shown in Figures 3A. 101(CA} through 3A-112(CA}. See Section 3A.05. Section 3B.13 Raised Pavement Markers Supplementin!! Other Markin!!s Guidance: The use of raised pavement markers for supplementing longitudinal line markings should conform to the following: A. Lateral Positioning I. When supplementing double line markings, pairs of raised pavement markers placed laterally in line with or immediately outside of the two lines should be used. 2. When supplementing wide line markings, pairs of raised pavement markers placed laterally adjacent to each other should be used. B. Longitudinal Spacing 1. '.Vhea sup131ementiBg selia liRe marlaags, raisee pwremeat mad..eFs at a spaeiBg Be greater than ~r (see SeetiaB 3B.11) saauld Be used, ellOept '.ffieB sBJ'lplemeRtiBg left edge liBe marlffilgs, a spaeiBg af Ba gr-eater thaB N(2 DhaHld Be used. Raised marl'eI'D saauld Bet supplemeRt right edge liBe mllflaBgs. 2. ~'heB SllfJplemeBtiBg ereI;:eR liRe mar-kings, a sflaeiRg He greater than 3}T shauM be ased. Hew8'ler, ~;/heR sHf'plemeatiBg srakeR line mar-hiags iaeatifyiBg reversible laaes, a Sf'aeiBg sf as gFeater tRaa N DhaHld Be used. 3. When supplementing dotted line markings, a spacing appropriate for the application should be used. 4. When supplementing longitudinal line markings through at-grade intersections, one raised pavement marker for each short line segment should be used. 5. "'lieR sHf'fJlemeatiBg edge liRe eJt:teRSieBS threHgh free\~.'Rj' iBterehaeg:es, a spasmg arBB g:reaterthaB N shauld Be used. Standard: The widths and patterns of raised pavement markers shall conform to the details shown in Figures 3A- 101(CA) through 3A.112(CA}. See Section 3A.05. Option: Raised pavement markers also may be used to supplement other markings for channelizing islands or approaches to obstructions. Section 3B.14 Raised Pavement Markers Substitutin!! for Pavement Markin!!s Option: Retroreflective or internally iliuminated raised pavement markers, {}r nometroreflective raised pavement markers supplemented by retroreflective or internally illuminated markers, may be substituted for markings of other types. Guidance: If used, the pattern and color of the raised pavement markers should simulate the pattern and color of the markings for which they substitute. The normal spacing of raised pavement markers, when substituting for other markings, should be determined in terms of the standard length of the broken line segment. Option: The side of a raised pavement marker that is visible to traffic proceeding in the wrong direction may be red. Standard: If raised pavement markers are used to substitnte for hroken line markings, a group of three to I five markers ellHlll1y splleed lit II dbtsBee HO grellter than NiB (see Seetion 3D.Il) shall he used.1f.N-is other thlln 12 m (10 ft~, the mllrkers shllD Be ellulllIy sp".ed O'ler the line segment length (at 1.12 points Chapter 3B _ Pavement and Curb Markings January 21, 2010 Part 3 - Markings California MUTCD (FHWA's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-12 for 3 markers, at 1,(3 POiRts for 1 markers, aRd at 111 POiRts for!i markeF6). At least one rehoreflective or internally illuminated marker per group shall be used or a retroreflective or internally illuminated marker shall be installed midway in each gap between successive groups of nonretroreflective markers. WheR rai.ed pavcmeRt maFltcrs suh6titute for solid laRe liRe marlHRgs, the markers 6haD he equally spaeed at RO greater than N/1, 'Mith retrorel1eeti':e or internal~' illuminated units at a spaeing no greater fhaR Nfl. The widths and patterns of raised pavement markers shall conform to the details shown in Figures 3A- 101{CA) through 3A-112{CA). See Section 3A.05. Guidance: Raised pavement markers should not substitute for right edge line markings. Standard! I "'kea raised pa~.:emeRt mllrl~Fs substitute for dotted lines, they shaD be splleed at B8 greater tllaR N/1, with Rot Ie.. thaR ORe raised pa'/emeRt marl<er per dotted liRe. At least ORe raised marl.er c,'ery N shaD he refrorel1eetive or iRferRaUy iIlHmiRated. Option: When substituting for wide lines, raised pavement markers may be placed laterally adjacent to each other to simulate the width of the line. Standard: If used on State highways, internally-illuminated raised pavement markers shall be installed by an encroachment permit and include a maintenance agreement as a provision of the permit for the service life of the markers. Section 3B.15 Transverse MarkiBl!s Standard: Transverse markings, which include shoulder markings, word and symbol markings, stop lines, yield lines, crosswalk lines, speed measurement markings, speed hump markings, parking space markings, and others, shall be white unless otherwise specified herein. Guidance: Because of the low approach angle at which pavement markings are viewed, transverse lines should be proportioned to provide visibility equal to that oflongitudinallines. Standard: Pavement marking letters, numerals, and symbols shall be installed in accordance with the Pavement MarkiBgs chapter of the "Standard Highway Signs" book (see Section 1A.H). Crosswalk markings near schools shall be yellow. Refer to CVC 21368 and Part 7. Support: Refer to Department of Transportation's Standard Plans for pavement marking letters, numerals and symbols. See Section 1A.11 for information regarding this publication Section 3B.16 StoD and Yield Lines Standard: If used, stop lines shall consist ofsolid white lines extending across approach lanes to indicate the point at which the stop is intended or required to be made. If used, yield lines (see Figure ~ 3B-14{CA}) shall consist of a row of solid white isosceles triangles pointing toward approaching vehicles extending across approach lanes to indicate the point at which the yield is intended or reqnired to be made. Guidance: Stop lines should be 300 to 600 rom (12 to 24 in) wide. Stop lines should be used to indicate the point behind which vehicles are required to stop, in compliance with a STOP (RI-I) sign, traffic control signal, or some other traffic control device, except YIELD signs. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 I I I California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-13 The individual triangles comprising the yield line should have a base of31l1l te 600 mm (~24 in) I wide and a height equal to 1.5 times the base. The space between the triangles should be +S-t&- 300 mm (349 12 in). Option: Yield lines may be used to indicate the point behind which vehicles are required to yield in compliance with a YIELD (RI-2) sign or a Yield Here to Pedestrians (RI-5 or RI-5a) sign. Guidance: If used, stop and yield lines should be placed a minimum of 1.2 m (4 ft) in advance of the nearest crosswalk line at controlled intersections, except for yield lines at roundabout intersections as provided for in Section 3B.24 and at midblock crosswalks. In the absence of a marked crosswalk, the stop line or yield line should be placed at the desired stopping or yielding point, but should be placed no more than 9 m (30 ft) nor less than 1.2 m (4 ft) from the nearest edge of the intersecting traveled way. Stop lines should be placed to allow sufficient sight distance to all other approaches to an intersection. If used at an unsignalized midblock crosswalk, yield lines should be placed adjacent to the Yield Here to Pedestrians sign located 6.1 to 15 m (20 to 50 ft) in advance of the nearest crosswalk line, and parking should be prohibited in the area between the yield line and the crosswalk (see Fignre 3B-15). Stop lines at midblock signalized locations should be placed at least 12 m (40 ft) in advance of the nearest signal indication (see Section 4D.15). Support: Drivers who yield too close to crosswalks on multi-lane approaches place pedestrians at risk by blocking other drivers' views of pedestrians. Support: As defined in CVC 377, a "limit line" is a solid white line not less than 300 mm (12 in) nor more than 600 mm (24 in) wide, extending across a roadway or any portion thereof to indicate the point at which traffic is required to stop in compliance with legal requirements. Standard: For all purposes, limit line(s) as defined per eve 377shall mean stop line(s). A limit line shall be placed in conjunction with STOP (R1-1) signs on paved approaches, except where marked crosswalk exists. Guidance: If a sidewalk exists. the limit line should be placed in advance of an unmarked crosswalk area. Option: A limit line may be placed in advance of a crosswalk where vehicles are required to stop, in compliance with a STOP (R1-1) sign, traffic control signal or some other traffic control device. Support: If a marked crosswalk is in place, it would normally function as a limit line. Typical limit line markings are shown in Figure 3B-103(CA). Standard: The individual triangles comprising the yield line shall have a base of 0.6 m (2 It) wide and a height of 0.9 m (3 It). The space between the triangles shall be 0.3 m (1 It). Support: Figure 3B-14(CA) shows typical yield line layout for streets and highways. Section 3B.17 Crosswalk Markin!!s Support: Crosswalk markings provide guidance for pedestrians who are crossing roadways by defining and delineating paths on approaches to and within signalized intersections, and on approaches to other intersections where traffic stops. Crosswalk markings also serve to alert road users of a pedestrian crossing point across roadways not controlled by highway traffic signals or STOP signs. At nonintersection locations, crosswalk markings legally establish the crosswalk. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-14 Standard: When crosswalk lines are used, they shall consist of solid white lines that mark the crosswalk. They I shall he not less than ISO mm (Ii in) 300 mm (12 in) nor greater than 600 mm (24 in) in width. Guidance: If transverse lines are used to mark a crosswalk, the gap between the lines should not be less than 1.8 m (6 ft). If diagonal or longitudinal lines are used without transverse lines to mark a crosswalk, the crosswalk should be not less than 1.8 m (6 ft) wide. Crosswalk lines, if used on both sides of the crosswalk, should extend across the full width of pavement or to the edge of the intersecting crosswalk to discourage diagonal walking between crosswalks (see Figures 3B-15 and 3B-16). Crosswalks should be marked at all intersections where there is substantial conflict between vehicular and pedestrian movements. Marked crosswalks also should be provided at other appropriate points of pedestrian concentration, such as at loading islands, midblock pedestrian crossings, or where pedestrians could not otherwise recognize the proper place to cross. Crosswalk lines should not be used indiscriminately. An engineering study should be performed before they are installed at locations away from highway traffic signals or STOP signs. Because nonintersection pedestrian crossings are generally unexpected by the road user, warning signs (see Section 2CAI) should be installed and adequate visibility should be provided by parking prohibitions. Support: Section 3B.16 contains information regarding placement of stop line markings near crosswalk markings. Option: For added visibility, the area of the crosswalk may be marked with white diagonal lines at a 45-degree angle to the line of the crosswalk or with white longitudinal lines parallel to traffic flow as shown in Figure 3B-16. When diagonal or longitudinal lines are used to mark a crosswalk, the transverse crosswalk lines may be ornitted. This type of marking may be used at locations where substantial numbers of pedestrians cross without any other traffic control device, at locations where physical conditions are such that added visibility of the crosswalk is desired, or at places where a pedestrian crosswalk might not be expected. Guidance: If used, the diagonal or longitudinal lines should be 300 to 600 mm (12 to 24 in) wide and spaced 300 to 1500 mm (12 to 60 in) apart. The marking design should avoid the wheel paths, and the spacing should not exceed 2.5 times the line width. Option: When an exclusive pedestrian phase that permits diagonal crossing is provided at a traffic control signal, a marking as shown in Figure 3B-17 may be used for the crosswalk. Standard: Crosswalk markings near schools shall be yellow as provided in CVC 21368. See Part 7. Option: Pedestrian crosswalk markings may be placed at intersections, representing extensions of the sidewalk lines, or on any portion of the roadway distinctiy indicated for pedestrian crossing. Refer to eve 275. Guidance: In general, crosswalks should not be marked at intersections unless they are intended to channelize pedestrians. Emphasis is placed on the use of marked crosswalks as a channelization device. The following factors may be considered in determining whether a marked crosswalk should be used: . Vehicular approach speeds from both directions. . Vehicular volume and density. . Vehicular turning movements. . Pedestrian volumes. . Roadway width. . Day and night visibility by both pedestrians and motorists. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page3B-15 . Channelization is desirable to clarify pedestrian routes for sighted or sight impaired pedestrians. . Discouragement of pedestrian use of undesirable routes. . Consistency with markings at adjacent intersections or within the same intersection. Option: Crosswalk markings may be established between intersections (mid-block) in accordance with CVC 21106(a). Guidance: Mid-block pedestrian crossings are generally unexpected by the motorist and should be discouraged unless, in the opinion of the engineer, there is strong justification in favor of such installation. Particular attention should be given to roadways with two or more traffic lanes in one direction as a pedestrian may be hidden from view by a vehicle yielding the right-of-way to a pedestrian. Option: When diagonal or longitudinal lines are used to mark a crosswalk, the transverse crosswaik lines may be omitted. Standard: However, when the factor that determined the need to mark a crosswalk is the clarification of pedestrian routes for sight-impaired pedestrians, the transverse crosswalk lines shall be marked. Option: At controlled approaches, limit lines (stop lines) help to define pedestrian paths and are therefore a factor the engineer may consider in deciding whether or not to mark the crosswalk. Where it is desirable to remove a marked crosswalk, the removai may be accomplished by repaving or surface treatment. Guidance: A marked crosswalk should not be eliminated by allowing it to fade out or be worn away. Support: The worn or faded crosswalk retains its prominent appearance to the pedestrian at the curb, but is less visible to the approaching driver. Standard: Notification to the public shall be given at least 30 days prior to the scheduled removal of an existing marked crosswalk. The notice of proposed removal shall inform the public how to provide input related to the scheduled removal and shall be posted at the crosswalk identified for removal. Refer to eve 21950.5 Option: Signs may be installed at or adjacent to an intersection directing that pedestrians shall not cross in a crosswalk indicated at the intersection in accordance with evc 211 06(b). White PED XING pavement markings may be placed in each approach lane to a marked crosswalk, except at intersections controlled by traffic signals or STOP or YIELD signs. Section 3B.IS Parkin!! Soace Markin!!s Support: Marking of parking space boundaries encourages more orderly and efficient use of parking spaces where I parking turnover is substantial. Parking space markings tend to prevent encroachment into fire hydrant zones, bus stops, loading zones, approaches to intersections, curb ramps, and clearance spaces for islands and other zones where parking is restricted. Examples of parking space markings are shown in Figure 3B-l& 3B-18(CA). Standard: Parking space markings shall be white. Option: Blue lines may supplement white parking space markings of each parking space designated for use only by persons with disabilities. Support: Additional parking space markings for the purpose of designating spaces for use only by persons with disabilities are discussed in Section 3B.19 and illustrated in Figure JB..-l..9 3B-19(CA). Support: Refer to cve 22500 lhrough 22522 for parking space markings. Refer to Section 26.39 for Parking Regulations. Chapter 3B ~ Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions 1 and 2, as amended for use in California) Page3B-16 Policy on Parkina Restrictions Option: Local authorities may, by ordinance, provide for the establishment of parking meter zones and cause streets and highways to be marked with white lines designating parking spaces. Refer to CVC Section 22508. Standard: Where the proposed zones are on State highways, the ordinances shall be approved by the Department of Transportation. Local authorities shall furnish a sketch or map showing the definite location of all parking meter stalls on State highways before departmental approval is given. Support: The District Directors have been delegated the authority to approve such ordinances. The desirable dimensions of parking meter stalls are 2.4 m (8 ft) by 7.3 m (24 It) with a minimum length of 6.1 m (20 It). Guidance: At all intersections, one stall length on each side measured from the crosswalk or end of curb return should have parking prohibited. A clearance of 1.8 m (6 It) measured from the curb return should be provided at alleys and driveways. At signalized intersections parking should be prohibited for a minimum of two stal.llengths on the near side and one stall length on the far side. See Figure 38-18(CA). Standard: The departmental approval for the installation of the parking meters shall be covered by an encroachment penmit. Option: Local authorities may by ordinance permit angle parking. Refer to CVC 22503. Support: Department of Transportation does not approve ordinances establishing angle parking on State highways. Diagonal parking stalls are not pemnitled on State highways. Section 3B.19 Pavement Word and Svmbol Markin!!s Support: Word and symbol markings on the pavement are used for the purpose of guiding, warning, or regulating I traffic. Symbol messages are preferable to word messages. Examples of standard word and arroW pavement markings are shown in Figures;m..;!G 3B-20(CA) and ~ 38-21 (CA). Nomnally, pavement word and symbol markings supplement standard signing. Standard: Word and symbol markings shall be white, except as otherwise noted in this Section. Guidance: Letters and numerals should be 1.8 m (li ft) 2.44 m (8 It) or more in height. Word and symbol markings should not exceed three lines of information. If a pavement marking word message consists of more than one line of information, it should read in the direction of travel. The first word of the message should be nearest to the road user. Except for the two opposing arrows of a two-way left-turn lane marking (see Figure 3B-7), the longitudinal space between word or symbol message markings, including arrow markings, should be at least four times the height of the characters for low-speed roads, but not more than ten times the height of the characters under any conditions. The number of different word and symbol markings used should be minimized to provide effective guidance and avoid rnisunderstanding. Except as noted in the Option, pavement word and symbol markings should be no more than one lane in width. Of'tiSB: The ~CHOOL ,';oHllllllf"kiftg may elHeea to the -:;ialh ofnyo approaoh lanos (oee ~eelion ?C.Bli). I I Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisious 1 and 2, as amended for use in California) Page3B-17 GuidaBee: Wh.B the gCHOOL '.vefd maFkiBg is ."t.Bd.d Ie the width ef 1\':s llj!jlfsaoh I....s, the ehaFaet.fs she"ld h.3 !H (19 it) sr !Here iB h.ight (s.. SeetieB 7C.lls). Standard: If used, the SCHOOL pavement marking shown in Figure 3B.20(CA) and 7C-101(CA) shall be used and it shall be restricted to a single lane (See Section 7C.06). Word and symbol markings near schools shall be yellow as provided in CVC 21368. See Part 7. Option: Pavement word and symbol markings sheIHd may be proportionally sealed spaced to fit within the width of the facility upon which they are applied. Option: On narrow, low-speed shared-use paths, the pavement words and symbols may be smaller than suggested, but to the relative scale. Standard: The International Symbol of Accessibility parking space markings may shall be placed in each parking space designated for use by persons with disabilities. A blue background with white border may shall supplement the wheelchair symbol as shown in Figure JB-l9 3B-19(CA). If used, new construction of accessible off-street parking spaces, and, loading and unloading areas shall include pavement marking details shown on Figure 3B-19 (CA), or as shown on the Department's Revised Standard Plan A90A. The loading and unloading area shall be marked by a border and hatched lines. The border shall be painted blue and the hatched lines shall be painted a suitable contrasting color to the parking space (blue or white paint is preferred). If used, new construction of accessible on-street parking shall include a blue painted curb, as shown on the Department's Revised Standard Plan A90B. If on-street parking designated and designed for persons with disabilities includes a loading and unloading area, it shall be marked by a border and hatched lines. The border shall be painted blue and the hatched lines shall be painted a suitable contrasting color to the parking space (blue or white paint is preferred). Loading and unloading areas shall include the words "NO PARKING" within the blue border and shall be painted in white letters no less than 0.3 m (12 in) high (See detail in Figure 3B-19 (CA)). Refer to California Code of Regulations Title 24, Section 1129B.4. Standard: Where through traffic lanes approaching an intersection become mandatory torn lanes, lane-use arrow markings (see Figure ~ 3B.21(CA)) shall be used and shall be accompanied by standard signs. Lane use, lane reduction, and wrong-way arrow markings shall be designed as shown in Figure ~ 3B-21 (CA). Guidance: Where through lanes become mandatory turn lanes, signs or markings should be repeated as necessary to prevent entrapment and to help the road user select the appropriate lane in advance of reaching a queue of waiting vehicles. Option: Lane-use arrow markings (see Figure ~ 3B-21 (CA)) may be used to convey either guidance or I mandatory messages. The ONLY word marking (see Figure ~ 3B-20(CA)) may be used to supplement lane-use arrow markings (see Figure 3B-22). In situations where a lane reduction transition occurs, the lane reduction arrow markings shown in Figure ~ 3B-21(CA) may be used. Guidance: Where crossroad channelization or ramp geometries do not make wrong-way movements difficult, a I lane-use arrow should be placed in each lane of an exit ramp near the crossroad terminal where it will be clearly visible to a potential wrong-way road user (see Figure ~ 3B-23(CA)). Chapter 38 - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-18 Option: The wrong-way arrow markings shown in Figure ~ 3B-21 (CA) may be placed near the downstream I terminus of a ramp as shown in Figures ~ 3B-23(CA) aBQ 3B 21 to indicate the correct direction of traffic flow and to discourage drivers from traveling in the wrong direction. A yield-ahead triangle symbol or YIELD AHEAD word pavement marking may be used on approaches to intersections where the approaching traffic will encounter a YIELD sign at the intersection (see Figure 3B- 25). Support: Lane-use arrow markings are often used to provide guidance in turn bays (see Figure 3B-22), where turns mayor may not be mandatory, and in two-way left-turn lanes (see Figure 3B-7). Arrows: Standard: Where a turning movement is mandatory, an arrow marking accompanied by a regulatory sign shall be used. However, when an additional clearly marked lane is provided for the approach to the turning movement, the sign is not required. Refer to eve 22101. Support: Examples of entrance/exit ramp terminal signs and pavement markings are shown in Figure 3B-23(CA). Guidance: The Type V arrows and warning signs, as shown in Figure 3B-104(CA), should be used at locations where motorists could perceive that they are on a one-way roadway when, in fact, they are on a two lane, two-way highway. Following are some typical situations: . Construction sites where a two-lane highway is being converted to a freeway or an expressway. . Two-lane, two-way highways where ultimate freeway or expressway right-of-way has been purchased and grading for the full width has been completed. . Two-lane, two-way highways following long sections of multi-lane freeway or expressway. Exit Ramo Arrows: Standard: A minimum of two pavement arrows shall be placed on each freeway exit ramp lane, A Type V arrow shall be the first arrow, on the ramp, in the direction of travel when exiting the freeway. Where a mandatory movement is required, a Type I, II, III, IV, VII, or VIII arrow shall be placed with its point approximately 6.10 m (20 ft) preceding the limit line, crosswalk or "STOP" pavement legend. Where no mandatory movement is required, a Type V arrow shall be used at this location. All other additional arrows, when used, shall be a minimum of 7.32 m (24 ft) in length. All arrows shall be placed in the center of the lane and spaced approximately 30 m (100 ft) to 90 m (300 ft) apart, Guidance: The actual position and spacing should be determined in the field to provide the optimum visibility for traffic that may attempt to enter the exit ramp in the wrong direction. Support: See Figures 3B-21 (CA) and 3B-23(CA). Entrance Ramo Arrows: Standard: A minimum of one Type I arrow, not less than 5.49 m (18 ft) in length, shall be positioned in the center of each freeway entrance ramp lane so that it is clearly in view of a right-way driver. Guidance: The distance between arrows, when more than one per lane is needed, should be 30 m (100 It) to 90 m (300 ft). The Type V arrow should not be used on entrance ramps. Support: See Figures 3B-21 (CA) and 3B-23(CA). Additional information on signing of ramp terminals is shown in Section 2E.50. Chapter 38 - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page3B-19 Turn Lane Arrows: Standard: One directional arrow, a minimum of 2.44 m (8 ft) in length, shall be placed in the center of each turning lane near the point of entrance. Option: High approach speeds may justify the use of a longer arrow. Two or more arrows may be placed in long turning lanes. Support: See Figures 3B-7(CA) and 3B-101(CA). Support: Refer to Section 2E.50 for Wrong-Way Traffic Control at Interchange Ramps. Option: Word and symbol markings may include, but are not lirnited to, the following. Other words or symbols may also be used under certain conditions. A. Regulatory: l. STOP 2. RIGHT (LEFT) TURN ONLY 3. 40 kmIh (25 MPH) 4. Arrow Symbols B. Warning: I. STOP AHEAD 2. YIELD AHEAD 3. YIELD AHEAD Triangle Symbol 4. SCHOOL XING 5. SIGNAL AHEAD 6. PED XING 7. SCHOOL 8. RXR 9. BUMP 10. HUMP C. Guide; l. US40 2. STATE 135 3. ROUTE40 Standard: Except at the ends of aisles in parking lots, the word STOP shall not be used on the pavement nnless accompanied by a stop line (see Section 3B.16) and STOP sign (see Section 2B.04). At the ends of aisles in parking lots, the word STOP sball not be used on tbe pavement unless accompanied by a stop line. Tbe word STOP sball not be placed on the pavement in advance of a stop line, unless every vehicle is required to stop at all times. The yield-ahead triangle symbol or YIELD AHEAD word pavement marking shall not be used unless a YIELD sign (see Section 2B.08) is in place at the intersection. Tbe yield-ahead symbol marking shall be as shown in Figure 3B-25. Guidance: A STOP pavement marking should be placed on all but minor approaches to State highways not controlled by signals. Option: Pavement markings with appropriate figures may be used to supplement speed limit signs. See Section 28.13. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21,2010 Califomia MUTCD (FHW A's MUTCD 2003 including Revisions 1 and 2, as amended for use in California) Page 3B-20 Section 38.20 Speed Measurement Markin!!s Support: A speed measurement marking is a transverse marking placed on the roadway to assist the enforcement of speed regulations. Standard: Speed measurement markings, if used, shall be white, and shall not be greater than 600 mm (24 in) in width. Option: Speed measurement markings may extend 600 rom (24 in) on either side of the centerline or 600 rom (24 in) on either side of edge line markings at 400 m (0.25 mil intervals over a 1.6 km (I mil length of roadway. When paved shoulders of sufficient width are available, the speed measurements markings may be placed entirely on these shoulders. Advisory signs may be used in conjunction with these markings (see Figure 3B .w 38-1 05(CA)). Support: The California Highway Patrol patrols certain highways with both helicopters and fixed-wing aircraft. The purpose of the patrol is to monitor traffic, provide motorist assistance and initiate appropriate enforcement action. In order to make the air patrol effective, the California Highway Patrol and Department of Transportation have agreed upon markings and signs as shown in Figure 38-105(CA). Option: Speed measurement markings may be placed on the right shoulder in areas patrolled by aircraft as requested by the California Highway Patrol. Standard: Where there is an equation of more than 30 m (100 ft) in a 1.6 km (1 mil posting, a white 'X' pavement marking shall be placed at each end of the section to indicate the markings are less than 1.6 km (1 mil apart. Guidance: The SPEED ENFORCED BY AIRCRAFT (R48-2(CA)) sign should be used for both directions of travel and should be spaced at 40 km (25 mil intervals. Pavement marking should be placed on the shoulder in one direction only, except where the opposing roadway is widely separated. Option: In areas where identifying features are widely separated, white 0.91 m (3 ft) high post kilometer (mile) numbers may be placed at 8 krn (5 mil points where needed for aircraft reference. Standard: Markings shall not be on the traveled way. Option: If routes with narrow shoulders are requested for marking, the standard marking shape may be modified to provide an equivalent area without encroaching on the traveled way or the Alternate Marking System described. Support: The Alternate Marking System is a 200 mm (8 in) wide solid white longitudinal line, 6.1 m (20 ft) in length and in line with the right edge line. It is preceded and followed by a 6.1 m (20 ft) gap in the right edge line. Section 38.21 Curb Markin!!s Support: Curb markings are most often used to indicate parking regulations or to delineate the curb. Standard: Signs shall be used with curb markings in those areas where curb markings are frequently obliterated by snow and ice accumulation unless the no parking zone is controlled by statute or local ordinance. Where curbs are marked, the colors shall conform to the general principles of markings (see Section 3A.04). Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions \ and 2, as amended for use in California) Page3B-2\ Guidance: Except as noted in the Option, when curb markings are used without signs to convey parking regnlations, a legible word marking regarding the regnlation (such as "No Parking" or "No Standing") should be placed on the curb. Option: Curb markings without word markings or signs may be used to convey a general prohibition by statute of parking within a specified distance of a STOP sign, driveway, fire hydrant, or crosswalk. GuidaHee: RetrBFefle6ti~/e seliEl yelIs".7 markings sb:eula 8e f'laeea 8ft the Bases ef misea medians Bfl8 611fBS sf islands that are leeated ill the line ef !fame Rew wRere the ellfb seFves te ehlHlRel!fafHe te the Fight ef the 8BstmetisR. Retrerefleetive selid white mafiEing" "Reldd be ased .,ken !fame !Bay pa"s en either side ef the bland. Support: Refer 10 Chapter 3C (Object Markers) for marking noses of raised medians and curbs of islands. Optian: Laeal higll'::ay ageneies may proseriae Sl'eeial eeleFs fer earb mar~,iIlgs ta sHl'plemeBt standard signs fer parking regulatien. Refer to CVC 21458 quoted later in this section. Support: Since yellow and white curb markings are frequently used for curb delineation and visibility, it is advisable to establish parking regulations through the installation of standard signs (see Sections 2B.39 through 2B.41). Where the curbs ofthe islands become parallel to the direction of traffic flow, it is not necessary to mark the curbs unless an engineering study indicates the need for this type of delineation. Curbs at openings in a continuous median island need not be marked unless an engineering study indicates the need for this type of marking. Support: Refer to Section 28.39 for Parking Regulations. In California, curb markings are not used for delineating traffic. They are mainly used for parking regulations. Standard: The color of curb markings shall conform to eve 21458 quoted below: (a) Whenever local authorities enact local parking regulations and indicate them by the use of paint upon curbs, the following colors only shall be used, and the colors indicate as follows: (1) Red indicates no stopping, standing, or parking, whether the vehicle is attended or unattended, except that a bus may stop in a red zone marked or sign posted as a bus loading zone. (2) Yellow indicates stopping only for the purpose of loading or unloading passengers or freight for the time as may be specified by local ordinance. (3) White indicates stopping for either of the following purposes: (A) Loading or unloading of passengers for the time as may be specified by local ordinance. (B) Depositing mail in an adjacent mailbox. (4) Green indicates time limit parking specified by local ordinance. (5) Blue indicates parking limited exclusively to the vehicles of disabled persons and disabled veterans. (b) Regulations adopted pursuant to subdivision (a) shall be effective on days and during hours or times as prescribed by local ordinances. Parking regulations shall be covered by ordinance or order of the authority having jurisdiction over the street or highway. Option: Curb markings may supplement standard signs. Prohibitions or restrictions enacted by local authorities under Sections 22506 or 22507 may be indicated by marking curbs as prescribed by CVC Section 21458. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21. 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-22 Policy on Parkina Restrictions Support: Loading Zones - Local authorifies are authorized by Section 21112 of the eve to license and regulate the location of stands on streets and highways for use of taxicabs and other public carners for hire. Where such stands are located on State highways, and highway maintenance is not delegated to the local authority, the approval of the Department is required. The District Directors have been delegated authority to approve local ordinances establishing such stands. Loading zone ordinances restricted for certain segments of traffic such as "hotel patrons only" will not be approved. Bus stand ordinances are generally approved. Standard: Whenever practicable, bus stands shall be located on the far side of the intersection. Section 3B.22 Preferential Lane Word and Svmbol Markin!!s Standard: When a lane is assigned full or part time to a particular class or classes of vehicles, preferential lane markings shall be used. Signs or signals shall be used with preferential lane word or symbol markings. All preferential lane word and symbol markings shall be wbite. All preferential lane word and symbol markings shall be positioned laterally in the center of the preferred-use lane. Support: Preferential lanes identity a wide variety of special uses, including, but not limited to, high-occupancy vehicle (HOV) lanes, bicycle lanes, bus only lanes, taxi only lanes, and light rail transit only. Standard: Where a preferential lane use is established, the preferential lane shall be marked with one or more of the following symbol or word markings for the preferential lane use specified: A. HOV lane-the preferential lane use marking for high-occupancy vehicle lanes shall consist of white lines formed in a diamond shape symbol or the word message HOV. The diamond shall be at least 0.75 m (2.5 ft) wide and 3.7 m (12 ft) in length. The lines shall be at least 150 mm (6 in) in width. B. Bicycle lane-the preferential lane use marking for a bicycle lane shall consist of a bicycle symbol or the word marking BIKE LANE (see Chapter 9C and Figures 9C-l and 9C-3 through 9C-6). C. Bus only lane-the preferential lane use marking for a bus only lane shall consist of the word marking BUS ONLY. D. Taxi only lane-the preferential lane use marking for a taxi only lane shall consist of the word marking TAXI ONLY. E. Light rail transit lane-the preferential lane use marking for a light rail transit lane shall consist of the letter T. F. Other preferential lane use markings shall be identified in accordance with Section 3B.23. If two or more preferential lane uses are permitted in a single lane, the symbol or word marking for each preferential lane use shall be installed. Guidance: Engineering judgment should determine the need for supplemental devices such as lobular markers, traffic cones, or flashing lights. Support: The spacing ofthe markings is an engineering judgment that is based on the prevailing speed, block lengths, distance from intersections, and other factors that affect clear communication to the road user. Markings spaced as close as 24 m (80 ft) apart might be appropriate on City streets, while markings spaced 31111 ill (1,111111 it) 150 m (500 fl) might be appropriate for freeways (Refer to HOV Guidelines) and 56 m (180 fl) for onramps (Refer to Ramp Meter Design Manual). See Section 1A.11 for information regarding these publications. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-23 Olllien: The vekiele e6Sl:lfUHl6Y feEIHKemeats esta1:tlished fef a IHgk 866ufumey yehiele laBa may Be iBsHulea in seCLuenee after the mamBRa. symes} af HOY ".y:erd message. Support: For State highways, see Department ofTransportation's High Occupancy Vehicle (HOV) Guidelines and Ramp Meter Design Manual. See Section 1A.11 for information regarding these publications. High Occupancy Vehicle (HOV) lanes are lanes where usage is restricted to a class of vehicle occupancy. HOV lane assignments could be made on a full-time or part time basis. Freeway mainline HOV lanes can be operated as physically separated, buffer separated, reversible, contiguous, or as contra-flow facilities. HOV lanes can also be operated on county roads or city streets. The HOV lane symbol (diamond shape) is shown in Figure 3B-106(CA). Section 3B.23 Preferential Lane LODlrltudinal Markin!!s for Motor Vehicles Standard: Preferential lane longitudinal markings for motor vehicles shall be marked with the appropriate word or symbol pavement markings in accordance with Section 3B.22. Support: Preferential lanes can take many forms depending on the level of usage and the design of the facility. They rnight be physicalIy separated from the other travel lanes by a barrier, median, or painted neutral area, or they rnight be concurrent with other travel lanes and be separated only by longitudinal pavement markings. Further, physically separated preferential lanes might operate in the same direction or be reversible. Option: Preferential lanes may be operated either fulI-time (24 hours per day on all days), for extended periods of the day, or part-time (restricted usage during specific hours on specified days). Standard: The folIowing four items are presented in tabnlar form in Table ~ 3B-2(CA}: I A. Physically separated, nonreversible preferentiallane-,-the longitudinal pavement markings for preferential lanes that are physically separated from the other travel lanes by a barrier, median, or painted nentral area shall consist of a single normal solid yellow line at the left edge of the travellane(s), a single normal solid white line at the right edge of the travellane(s), and if there are two or more preferential lanes, the preferential travel lanes sball be separated with a normal broken white line (see Figure 3B-26a). B. Physically separated, reversible preferentiallane-,-the longitudinal pavement markings for reversible preferential lanes that are physically separated from the other travel lanes by a barrier, median, or painted neutral area shall consist of a single normal solid white line at both edges ofthe travellane(s), and if there are two or more preferential lanes, the preferential travel lanes shall be separated with a normal broken white line (see Figure 3B-26a). C. Concurrent flow (left side) preferentiallane-,-the longitudinal pavement markings for a full- time or part-time preferential lane on the left side of the other traveled lanes shall consist of a single normal solid yellow line at the left edge of the preferential travellane(s) and one ofthe following at the right edge ofthe preferential travellane(s): 1.... double solid wide wltite line where eros.lug is prohibited (see Figure JB 2(;b). I 2. A single solid wide white line where crossing is discouraged (see Figure 3B-26c). 3. A single broken wide white line where crossing is permitted (see Figure 3B-26d) at ingress/egress segments for physically separated full-time preferential lanes. 4. A single broken 100 mm (4 in) white line where crossing is permitted on preferential lanes that operate for only certain periods of the day. In these cases, markings shall conform to the purpose the lane serves a majority of the time. If there are two or more preferential lanes, the preferential travel lanes shall be separated with a normal broken white line. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-24 D. Concurrent flow (right side) preferentiallane--the longitudinal pavement markings for a full- time or part-time preferential lane on the right of the other travel lanes shall consist of a single normal solid white line at the right edge ofthe preferential travellane(s) if warranted and one ofthe following at the left edge ofthe preferential travellane(s): 1. ... douhle solid "ide white liBe where erossmg is prohihited (see Figure 3D Ifih). I 2. A single solid wide white line where crossing is discouraged (see Figure 3B-26c). 3. A single broken wide white line where crossing is permitted (see Figure 3B-26d) at I ingress/egress segments for physically separated full-time preferential lanes. 4. A single dotted normal white line where crossing is permitted for any vehicle to perform a right turn maneuver (see Figure 3B-26e). 5. A single broken 100 mm (4 in) white line where crossing is permitted on preferential lanes that operate I for only certain periods of the day. In these cases, markings shall conform to the purpose the lane serves a majority of the time. If there are two or more preferential lanes, the preferential travel lanes shall be separated with a normal broken wbite line. GuidaRse: Option: When concurrent flow preferential lanes and other travel lanes are separated by lRore lhaB 1.2 IR (1 It) 3.6 m (12 Il) or more, chevron markings s!letiId may be placed in the neutral area. Guidance: If used, the +he chevron spacing should be 39 1ft (199 It) 60 m (200 Il) or greater. OptiOH: For full time or paFt time eOHo_oRt lIew preforoatiallanes, the spaeiHg or skip pattem of the siBgle BTel::ea '.~/ide '.~:hite liRe may 1:16 redllead. The width sf the siRgle BrakeR ~;:ide white liRe may be inereasea. Support: The striping pattern for the lane lines between the HOV lane and the adjacent normal flow lanes will vary depending on the condition. See Department of Transportation's High Occupancy Vehicle (HOV) Guidelines and Ramp Meter Design Manual for the appropriate HOV lane line striping patterns and markings. See Section 1A.11 for information regarding these publications. Section 3B.24 Markin!!s for Roundabout Intersections Support: Roundabout intersections are distinctive circular roadways that have the following three critical characteristics: A. A requirement to yield at entry which gives a vehicle on the circular roadway the right-of-way; B. A deflection ofthe approaching vehicle around the central island; and C. A flare or widening of the approach to allow for proper operation as needed. Examples of markings for roundabout intersections are shown in Figures 3B-27 and 3B-28. Option: A yellow edge line may be placed around the inner (left) edge of the circular roadway. Guidance: A white line should be used on the outer (right) side of the circular roadway as follows: a solid line along the splitter island and a dotted line across the lane(s) entering the roundabout intersection. Edge line extensions should not be placed across the exits from the circular roadway. Where crosswalk markings are used, these markings should be located a minimum of7.6 m (25 ft) upstream from the yield line, or, if none, from the dotted white line. Option: Lane lines may be used on the circular roadway if there is more than one lane. A yield line (see Section 3B.16) may be used to indicate the point behind which vehicles are required to yield at the entrance to a roundabout intersection. Standard: Bicycle lane markings shall not be provided on the circular roadway of a roundabout intersection. Chapter 3B - Pavement and Curb Markings January 21, 2010 Part 3 - Markings California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-25 Section 38.25 Markin!!s for Other Circnlar Intersections Support: Other circular intersections include but are not limited to rotaries, traffic circles, and residential traffic calming desigos. Option: The markings shown in Figures 3B-27 and 3B-28 may be used at other circular intersections when engineering judgment indicates that their presence will benefit drivers or pedestrians. Section 38.26 Speed Hump Markin!!s Standard: If used, speed hump markings shall be a series of white markings placed on a speed hump to identify its location. Option: Speed humps, except those used for crosswalks, may be marked in accordance with Figure 3B-29. The markings shown in Figure 3B-30 may be used where the speed hump also functions as a crosswalk or speed table. Support: Per CVC 440, speed humps or bumps are not official traffic control devices. I Section 38.27 Advance Speed Homp Markin!!s Standard: If used, advance speed hump markings shall be a special white marking placed in advance of speed humps or other engineered vertical roadway deflections such as dips. Option: Advaoce speed hump markings may be used in advaoce of ao engineered vertical roadway deflection where added visibility is desired or where such deflection is not expected (see Figure 3B-31). Advaoce pavement wording such as BUMP or HUMP (see Section 3B.19) maybe used on the approach to a speed hump either alone or in conjunction with advance speed hump markings. Appropriate advaoce warning sigos may be used in conformance with Section 2C.24. Guidance: If used, advance speed hump markings should be installed in each approach lane. Section 3B.101(CA} DiaQonal and Chevron MarkinQs Guidance: Diagonal and chevron markings should be used, when in the opinion of an engineer, it is necessary to add emphasis or to discourage vehicular travel upon a paint formed roadway feature such as an unusually wide shoulder area, a pedestrian refuge island, or a traffic divisional or channelization island. Diagonal lines, when used, should be installed between an edge line and traffic island, or between pairs of double yellow lines. Chevron markings, when used, should be installed between channelizing lines for traffic flows in the same direction. Support: The applicable channelizing lines for chevron markings are shown in Figure 3A-110(CA), Details 36, 36A and 36B and pairs of lines shown in Figure 3A-112(CA), Details 38 and 38A. The diagonal lines or chevron markings are normally 300 mm (12 in) wide. Standard: Diagonal lines and chevrons shall be the same color as the line or lines to which they connect and shall point at a 45-degree forward angle. Diagonal lines or chevrons, if used, shall be the same color as the edge line. Option: The spacing between these lines may vary from 0.3 m (1 Il) in a pedestrian crosswalk to 60 m (200 Il) for vehicular traffic. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-26 Section 3B.l02(CA) Passino Lanes Standard: When a passing lane is provided, a two-direction no passing marking (see Figure 3A-l04(CA)) shall be used when the Average Daily Traffic (ADT) exceeds 3,000. See Figure 3B-l07(CA). Option: Passing in both directions may be provided by alternating the direction ot the middle lane at about 1.6 km (1 mil intervals. A one-direction no passing marking (see Figure 3A-l 03(CA)) with one or more YIELD TO UPHILL TRAFFIC (R55(CA)) signs may be used when the ADT is 3,000 or less. Section 3B.l03(CA) Truck Lanes Standard: When a climbing lane is provided on an upgrade and it is necessary to prohibit trucks trom passing slower moving vehicles, a 200 mm (8 in) solid white line shall be used in place of the standard lane line stripe. The TRUCKS RIGHT LANE ONLY (R53B(CA)) sign shall be placed at the beginning ot the restriction and at approximately 0.4 km (1/4 mil intervals. When the restriction is necessary only during certain hours, the Specific Hours/Days Plaque (R82A(CA)) shall be placed below the R53B(CA) sign. The TRUCKS RIGHT LANE ONLY (R53B(CA)) sign shall be placed at the beginning ot the restriction and at approximately 0.4 km (1/4 mil intervals. When the restriction is necessary only during certain hours, the Specific Hours/Days Plaque (R82A(CA)) shall be placed below the R53B(CA) sign. A TRUCK LANE (R4-6) sign shall be placed in advance of the truck lane. An END TRUCK LANE (R53A(CA)) sign shall be placed at the end of the restriction. See Figure 3B-12(CA) for signing and marking the end ot an extra lane. Section 3B.l04(CA) Turn Lanes Support: Reter to CVC 21460.5 tor Two-Way Left-Turn Lanes. For details ot Imo-way left-turn lanes, see Figure 3B-7(CA). For left turn channelization, see Figure 3B-l 01 (CA) and Department ot Transportation's Highway Design Manual, Section 405.2. See Section 1A.11 tor intannation regarding this publication. Standard: Left-turn or right-turn lanes shall be separated from the through lanes by a single solid 200 mm (8 in) wide white line as shown in Figure 3A-112(CA). Section 3B.l05(CA) Turnouts Guidance: Paved turnouts should be marked WITh a 200 mrn (8 in) wide single solid white line belmeen the through iane and the turnout. The line should not extend through the entry and exit areas. See Figure 3B-l08(CA) and Department ot Transportation's Highway Design Manual, Section 204.5 (4). See Section lA.11 tor intonnation regarding this publication. Turnouts should be 60 m (200 ft) to 150 m (500 It) in length including a short taper ot 15 m (50 ft) at each end. Turnouts should not be longer than 150 m (500 It). The right edge line should be dropped throughout the length ot the turnout. Option: Turnout length may be increased 30 m (100 It) on down grades over 3%. Section 3B.l06(CA) Rumble Strips Support: Rumble strips are bands at raised material or indentations tonned or ground into the traveled way, on the centerline or shoulders. Rumble strips call the motorisfs attention to standard warning or regulatory devices or otherwise alert drivers by transmitting sound and/or vibration through the vehicle. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHWA's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-27 Option: Rumble strips may be used in the traveled way on California's streets and highways if the traffic engineer considers their use as the optimal solution to the identified problem. Rumble strips may be used upstream of stop-controlled or signalized intersections if one or more of the following conditions exist: . Engineering judgment indicates a special need due to sight distance restriction. . High approach speeds. . History of Ran-Stop-Sign crashes. Guidance: The use of rumble strips on State highways should be reviewed by the Department of Transportation's District Traffic Engineer or their representative. Option: Rumble strips may be incorporated into rehabilitation projects to replace existing rumble strips without an extensive review. Guidance: Requests should include a description of location, reasons for use, the altematives which were considered, collision history and a discussion of standard traffic control devices which have been or are in place. Traveled Wav Rumble StriDS: Support: Rumble strips on the traveled way are 19 mm (0.75 in) or less in height if raised or 25 mm (1 in) or less in depth if rolled-in indentations, 8.5 mm (0.33 in) +1- 1.5 mm (0.06 in) if ground-in indentations and generally extend across the travel lanes. A ground in rumble strip with the dimensions shown above has been field reviewed to confirm rideability for bicyclists & motorcyclists. There are several significant disadvantages to the use of rumble strips across the travel lanes. These include: . An abrupt rise in the roadway can present problems to bicyclists and motorcyclists. For this reason, there should be provisions made for cyclists to safely traverse through or around raised rumble strips. . Nearby residents may be subjected to noise. T ypicallocations where rumble strips on the traveled way have been used include: . End of a freeway. . In advance of toll booths. . Within a construction zone in advance of the workers. . In advance of a '1" Intersection where the motorist is not expecting to stop. Shoulder Rumble StriDS: Support: Shoulder rumble strips are 19 mm (0.75 in) or less in height if raised 25 mm (1 in) in depth for rolled-in indentations and 8.5 mm (0.33 in) +1-1.5 mm (0.06 in) for ground-in indentations that extend along the highway shoulder. The maximum width of shoulder rumble strips is 300 mm (12 in) for both rolled-in and ground-in indentations. Guidance: Where bicycles are permitted, shoulder rumble strips should not be used unless approximately 1.5 m (5 ft) of clear shoulder width for bicycle use is available between the rumble strips and the outer edge of the shoulder. Standard: Ground-in rumble strip treatments that are greater than 8.5 mm (0.33 in) +/-1.5 mm (0.06 in) depth shall not be installed on shoulders where bicyclists are allowed. Option: Research findings indicate that the use of rumble strips on shoulders of freeways in remote areas may reduce drift- off-road collisions. Drifting off the road is most likely to be a problem on freeways with few interchanges and long tangents. Rumble strips may be used on other roadway types as well to address drift off roadway collisions at locations where they are a concern. The rumble strips may consist of grooves rolled into the hot mix as part of a resurfacing project, ground-in indentation in Portland Concrete Cement or Asphalt Concrete in existing roadway shoulders, or the application of a raised and inverted profile thermoplastic. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21.2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-28 Guidance: When roadways in remote areas are to be resurfaced, consideration should be given to the drift-off-road problem and the use of rumble strips considered. Option: Table 3B-101{CA) may be used by the District Traffic Engineer as a guide to detenmine the appropriate rumble strip treatment for various shoulder types. Centerline Rumble Strips: Support: Centerline rumble strips are currenijy being used experimentally at 2 and 3 lane locations in California and across the nation as a tool to address drift across the centerline collisions. Option: The District Traffic Engineer may consider the use of centerline rumble strips with other considerations as a means of addressing drift across the centerline collisions. (This space left intentionally blank) Chapter 38 - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-62 Figure 38-20 leA). Examples of Elongated Letters for Word Pavement Marlcings (Sheet 1 of 2) ~'lll 1""" 'I . ~1I11 IPllIUHI I R ,I! " ',n I"".nnlftlnn 'i! III III IIII! ""ltll"""-" I 111'"' 1'1 I IIN 111111111/ 'Vjill.t 1'\ 1~1l1l: !1!!IIlUl lII'ilN 1,ILillllil."ll' IOIftlO I ,III 11../" ' 1I1IIMI.I1I!:' ',U~' ! i LU"d 111'111 UI. I"IU" 1'101 '"IUI I ,VA! !I I J;' 'Ill ..- ,,,., ,'1._ _,. fClll) -- .... -- .'" ..... ..'" .- "., .- "'" -.... -".., .- ..'" ..-. IUd iLl, :1 :";1 .'1 ''I. :tIll ill "iI i 1\ """0"= 1,111111, n" flil:II\.. illlcl: I. if"lIlft!1I !!~"II" 1!!lIlmtll 11111'1111_ IllIi!,IU1! '11""hl 1"'I,:tt ! ;UA ~f '.- '.", Al ttl ,,, ,'fl' 'I' 'i l"li lUll .. ~~f,i ,-iii .&1 \ flU i '...1 i Ill) I 'ill'l. tit!.! ~ II !, \ I' , II H: II"', ',II iVJ:llIIllUll ! U/IU.I.... V' illl! 11l1li ..-- _ 41'" - ..'" t__ .'" .- "Iol _I !... II ""'I"'''''U11 tf: i 1'."1,11 It '~ n I' i .lft'llI ;11 It'lI,II'j I .. M: IIlfJ " II tli flU I! . ,,; I (III ~u W\'-'1 II IU' Ifjih\l ~l .- ..", .... 14'" ~~.... .'" .- ~.., -- II'" .- 14.1 ..- 14'" "" ..- 14'" NOTTO SCALE j~-- II'" .... ~'" NOTES: 1. All..... and n.......... should be In confonnInce wIIh the stancilli'd alphllbels for highway .... and pIV"__ ma....... ~4....d by Dljlltob.... of'1ftnlportatlOn. 2. The dIsItIn ...... for YMous __ ....1Iso __In DeplIt1mInt of TnlnspcIItlIIIon's 8laI\JIIInf~. Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions I and 2, as amended for use in California) Page 3B-63 Figure 38-20 (eA). Examples of elongated Letters for Word PlW8lflflnt Marlcings (Sheet 2 of 2) -. "OJ -. "OJ -- ... -. ... -. ... '= ' ~ IlIl i. t ." ill.'1 II I It II 1J:l1 Lfll.!.1 In 1Il Ulhl lttllJi!:1I , II"iut '11:,.11 ,..- "" -. "OJ -. ... _. ... _. "" -. ."' 1M. ... ',tf'l t 'J II ,I Iii ~I II .~ fill , ',t! 'I "I ., A ,11 _. ... MOTTO SCALE . ." 'It! hi <l ~ ," I 1 I. I: tilt illl v _... ""' NOTES: 1. A111eUers IIIld I1IIlMI'lIlIIlhouId be In confol__ willi the standard ...... for hllIhway e1gns _ plI.~.-Id.... ......_<Id by DeperlIMIII 01 T~. 2. The deeIgn dMldIa for various __ are eI80 soo- In o..-1lMnt 01 Tra~""""'s StoIloldllid Pl_. a. Half4llt "BIKE LANE" I,.,nds are .... on figure IC-I (CA). Chapter 3B ~ Pavement and Curb Markings Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-65 Figure 38-21 (eA). Examples of Arrows for Pavement Markings (Sheet 1 of 2) -+I :::: I+- 1 " ~ . . - ! ~=-j .._".... +I 1+-."" TYPE I ARROW j+-- ".""--1 ..._".... - I 1_ ...... ............". TYPE" (B'-OW -l :::: I- =-=1 -- -l :::: I- ~...." -+J " ;( . ~ " ~ . ,-- - _J5 ~ - - --- , . " II . ~ 1- ._111.... _ I 1_ ..... t4-Ul-41lll TYPE H ILl ARROW (FOA"tvPeltR) -, USE..... ~) 1+<".""'*1 -;-1 ,.-,- - .. . ~ 1 " ;{ . !! __Ctflt~ !.-....U81 __1111.... -+l \.-...". TYPE I ARROW __(flit_ -.J I+...~. TYPE I ARROW ~'....~ ~Ul.tlt"-----1 TYPE lYIL'A_ CFORTYl'ENlIlI_ --- NOT TO SCALE NOTE: The dHIgn ...... for YUlouI--....1Io 8'-n In 0-,....._01 ofT~" SllInd8rd...... Chapter 3B - Pavement and Curb Markings Part 3 - Markings " a . ~ " a . !! ----+------>-~- __........-+1 k-...f11t --"..--+t ~........ TYPE" 1.1_ CFOR-.lIlI - --- TYPEII(BI_ January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-86 Figure 38-103 (eA). Examples of Intersection Marlrlngs O.3Om(1 ft) A) (Set Note 1) . R1-1 (See _ 2) E o .., 2 - LANE MULTI - LANE LEGEND .... DlrectIOn of Travel NOT TO SCALE NOTES: 1. The UmlI U... Is optloMl. refer to SectIon 38.1&. The UmlI Une on wlde side raeds on long raclius comers Ill8Y be _ at a 45":1: angle for tratlIc making a rIghl1Um. 2. WIlen a Stop AhMd (W3-1) or STOP AHEAD (W3-1a) olgn Is used, a STOP AHEAD pavement _Ing may be pIac:ed to supplement the aIiIn IICCClI'dlnO to Sectlon 38.19. (This space left intentionally blank) Chapter 3B - Pavement and Curb Markings Part 3 - Markings January 21, 2010 PROJECT LOCATION SURVEY DOCUMENTS 1~~-;j'lT c.otl /fr sr ~ 5CIi€w /,J /(/tp. 37.0') 3(,,93 ~I 60,26 <b -YI,N 2-3!J2- ~ , /.-{7 Zt- /J."r 3. c-,I(. :35,'1'1 el NE/i'lomt1!. A't/G: ./,C! /1b-t cJed: Lj-6/~/'?'85 G77ef ./b ".of f;:f r>"Ar-<-5 "'j /"1..#. rV{';-e.l ,,-,or.. ;,., (';, QS /e- 3- 30-7C! ~ 56/(G,.-J frY ClAlZS 1'1- 61-/;>85 If.) i,tiP, 353;) -:0 25./V /"7. //, ,.pC' y -/:ie..f .5d X- -r/ef ~Gt<l I,J CAA~Jf /) f',t,j:, 7"~s sef s- 4-8':J by XDav;.$", NOTE: T;~ d;5fa"c~s lYieas"r~d by E.D.H. FD. SCR[W IN R.4 O. <E FOOTHILL SEr L.cAP' Tile K. IN RAD. NOT/:: TII/.5 1.5,4 NGw CUR13 ReT. TIE SC"T PIC/OAf! TO THIS O/iT€ H4vE BEEN OcfTA!O't'ED. s- O """ '<So '\.f.;' 'tJ ~ < ItJ ::"1 't 0) \/~ \(0) ,:<:, ~ ..... t::l ..... Q( I.U ~ ~ MER/D/AN AVENUE 1'12- 3,r Fl). .5CREW IN .e/iJ) , FD. C/lIZ. "x" ~ 8.C. R. lP~ '0~ ~ 1.9 (g C) BOUL EYIIRJ) Fl). I "If Is. B. Co. Surv.fa5J {"/t.(sk No ref'erence; r;~.f remaind ;"q i-,.~s. Accepted ,n I,ew o-f" S?;Ke .( C. S. 8. vvdS"er sd 0 V'f'r a boN p<?r C/fy i/es. 0;;;- "'~ ~~ ~-> FD, CJ.llz."X"OA/RAlJ 1=D. LeAD( T/U;II< IN /?AD ;OTE: THE TIE DISTIJ.vC;'; flOw~ ON CITY TIE Sf/lic' b3.99) APPEARS TC) Be A TR.ANS!"oS/T/t:>N WITf.I TfI LEADtTACK. OIZIGINI4LLY S6 IN TH6 S.W. QU14DIUINrUI/7I. DE5rpeWGD, ' h~-r /-//?L- .;; """-/((; a> ft//1/L //U /fAD, L!:L.cF~/ ..o@~ /7' yes; 11/2 -3(, T I l \\J i/ L/c/~ /5';55 5G,f'Evd //V ,P,A.P. C/;l/Z, K (!b" ,(f';cJ?_ C;;;~,77 - .---&yp, ~- -/2-j",/r /",r h~5 w/f-77,,-, d';Y J F.{. r;..#/':::J J ser .::r/t:(~ / mf"; n. Sur-lac" -mY7'd c'-;j,. "',< f,~ 63:~ <:J;;s-/ (fJ -r -'N /11 !<19!J, '-- r r- ! .l--- AVE &M: 5c:r-.eK-' )/fL- .... F_+bill e J\4~":i.l 0'''; \''Z.o1_'S: .AlSL X I c. Sc:"e.w Chi-s )C; =h;sX ......, =ur Sc:::.r-e."'-' 'Z-'! , Sc:,,-Co....,. "" Sc=~e"..... 13"-,, Scre~ s/W' C ,~~ """'e,.;diQ" ul}o. oc;" M51-. &W PIS HE c:.-r. 2.i.......+_ !f Mer\d~.e....... u"lo . e.c.. c:::.h..s X t~ c:........r....~d. P"S'I;"'Ec::~ .....C1'.1 I" C"\.J.-b iZ'.-d. "'. , SURVEY MONUMENT PRESERVATION GUIDELINES CALIFORNIA LAND SURVEYORS ASSOCIATION & CONSULTING ENGINEERS AND LAND SURVEYORS OF CALIFORNIA Joint Professional Practice Committee - Riverside/San Bernardino and Desert Chapters ( In Cooperation with the Riverside & San Bernardino County Surveyors Office) PREFACE: The preceding public survey documents are provided from a search of records on file in the City of San Bernardino, Office of the City Engineer. All work is to be performed by a person or under the supervision of a person authorized to practice Land Surveying (refer to Sub-section 6-1./0 "SURVEYING SERVICE" of these Special Provisions). All new and replaced survey ties shall be by transit method. The following regarding public works construction in the Public Right of Way is extracted from letter from the above agencies, dated April 13, 2007: NEW & RECONSTRUCTION PROJECTS A. PRIOR TO CONSTRUCTION (1.) The survey crew shall diligently search for all survey monuments of record and on the surface of the road. It is suggested (that) the search (sh)ould include the use ofa metal detector. When the detector indicates the possibility of a buried survey monument, then digging below the surface to uncover the monument within 2" of the road surface is recommended. (2.) The survey crew shall properly reference all found survey monuments, which may be disturbed or covered during construction, to stable surface points. (3.) The authorized surveyor shall properly complete a Comer Record or Record of Survey for the monuments noted in (I)tem (2.), above. Prior to the start of any construction work, the original or a print of the Comer Record or Record of Survey shall be submitted to the County Surveyor for review, signature and filing. B. AFTER CONSTRUCTION AND PRIOR TO RECORDING NOTICE OF COMPLETION 1. All covered and disturbed monuments shall be reset with the same or more durable type of monument as the original, in the surface of the construction. Key monuments shall be a minimum 1" inside diameter iron pipe of appropriate length. 2. A monument box or other protective structure is recommended to be placed around key monuments (section comers, quarter section comers). 3. The authorized surveyor shall properly complete a Comer Record of Record of Survey for all set monuments with a change in character, including tag number, and submit it to the County Surveyor for review, signature and filing. NOTE: Parentheses above indicate changes to original text. CONTRACT AGREEMENT AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this _ day of City of San Bernardino (owner and hereinafter "CITY"), and , 20_, between the (hereinafter "CONTRACTOR"). 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and perfonned by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of which is hereby acknowledged, the CONTRACTOR agrees with the CITY, at the CONTRACTOR's own proper cost and expense in the Special Provisions to be furnished by the CITY, to furnish all materials, tools and equipment and perfonn all the work necessary to complete in good workmanlike and substantial manner the PAVEMENT REHABILITA nON ON MERIDIAN AVENUE FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SS 11-002) in strict confonnity with Plans and Special Provisions No. 12796, and also in accordance with Standard Specifications for Public Works/Construction, 2009 Edition, on file in the Office of the City Engineer, Public Works Department, City of San Bernardino, which said Plans and Special Provisions and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. The CONTRACTOR agrees to receive and accept the prices as set forth in the Bid Schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the manner and according to the Plans and Special Provisions, and requirements of the Engineer under them. 3. The CONTRACTOR herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on the basis of race, color, national origin, religion, sex, marital status, or ancestry in the perfonnance of this contract, nor shall the CONTRACTOR or any person claiming under or through him or her, establish or pennit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the perfonnance of this contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the tennination of this contract or such other remedy, as recipient deems appropriate. AGREEMENT: PAVEMENT REHABILITATION ON MERIDIAN AVENUE, FROM UPRR OVERCROSSING TO FOOTHILL BOULEVARD (SS 11-002 ) 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: BY: CHARLES E. MC NEELY, City Manager City of San Bernardino BY: TITLE: ATTEST: MAILING ADDRESS: RACHEL G. CLARK City Clerk PHONE NO.:L-) ATTEST: APPROVED AS TO FORM: ,~ SF. PENMAN, City Attorney Secretary NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest.