Loading...
HomeMy WebLinkAbout17-Public Works CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Dept: Public Works - Engineering Resolution awarding a contract to DB X, Inc., for Traffic Signal Installation and Street Improvements at Medical Center Drive and Magnolia Avenue (TC07-001), per Plans and Special Provisions Nos. 1203 I & 12031A. From: Nadeem Majaj, Director Subject: Date: August 10, 20 I I File No. TC07-001 MCC Date: September 19, 201 I Synopsis of Previous Council Action: 06/29/201 I The Mayor and Common Council adopted FY 2011-12 to FY 2015-16 Capital Improvement Program (5-Year CIP). Recommended Motion: I. Reject the bid of Moalej Builders, Inc. as non-responsive; and 2. Adopt Resolution. ~ 1/f7 ~ Signature Contact Person: Robert Eisenbeisz, City Engineer Phone: 5203 Supporting data attached: Staff Report, Resolution & Vicinity Map Ward: 6 FUNDING REQUIREMENTS: Amount: $260,000 Source: (Acct. No) Acct. Description: 242- 160-5504-7716-0025; 258- 160-5504- 7202-0025 Medical Center Dri ve and Magnolia Avenue Traffic Signal (LSP) Finance: Council Notes: Agenda Item No.Jl D4-[Q-UJ! ( (2qUu~ '{>a8t5 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT: Resolution awarding a contract to DBX, Inc., for Traffic Signal Installation and Street Improvements at Medical Center Drive and Magnolia Avenue (TC07-001) per Plans and Special Provisions Nos. 12031 & 12031 A. BACKGROUND: This project consists of construction of a new traffic signal and related street improvements at the intersection of Medical Center Drive and Magnolia Avenue. The project was originally requested by the Mt. Vernon Neighborhood Association. Public Works engineering staff evaluated the request and determined that the intersection meets warrants for a traffic signal. The intersection is currently four-way stop-controlled. On July I, 2009, the San Bernardino Associated Governments (SANBAG) approved a $3\.4 million Local Stimulus Program (LSP) for the local agencies within the County of San Bernardino. The City of San Bernardino has been approved for an allocation of $2,898,703 by the SANBAG Board of Directors. On March 10,2010, the City Council approved adding this project to a list of projects to receive funding under the City's approved LSP. SANBAG has approved $200,000 for this project. After completion of construction, SANBAG will reimburse the cost of the project in accordance with rules of the program. Local advertising included the San Bernardino County Sun Newspaper, F. W. Dodge, Construction Data Hot Sheet, Reed Construction Data, Bid America, Construction Bid Source, and the San Bernardino Area Chamber of Commerce. Information was also posted on the City's website. A total of nine bids were received and are listed below: Name of Bidder City Amt. of Total Bid Moalej Builders, Inc. Sherman Oaks $196,375.00 DBX, Inc. Temecula $202,426.00 California Professional Engineers, Inc. La Puente $206,998.00 Steinv and Company, Inc. Baldwin Park $208,192.00 C.T. & F., Inc. Bell Gardens $213,105.79 Flatiron Electric Group, Inc. Chino $215,989.00 PTM General Engineering Services, Inc. Riverside $216,016.00 TSR Construction and Inspection Rancho Cucamonga $245,953.00 Sully-Miller Contracting Co. Brea $252,239.00 En~ineer's Estimate $203,139.00 2 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued After an evaluation of the nine sealed competitive bids and verification of mathematical calculations and certifications, staff has determined that Moalej Builders, Inc., the apparent lowest bidder, provided incomplete bid information and recommends that the apparent low bid be considered non-responsive. The specifications and special provisions for this project require bidders to provide unit prices in writing, both in words and numerical figures. They also clearly state that the written words shall govern over the numerical values. Because the apparent lowest bidder, Moalej Builders, Inc., failed to provide unit prices in written words, staff is recommending that their bid be considered non-responsive. DBX, Inc., is the apparent second lowest bidder and has met the minimum requirements of the specifications and bid guidelines. Staff is recommending that the contract be awarded to DBX, Inc. The estimated project costs are as follows: Total Cost Bid Amount $202,426.00 Contingencies $30,365.00 Subtotal Construction Cost $232,791.00 Construction Management & Inspection $27,209.00 Total Estimated Construction Cost $260,000.00 If approved, this project is expected to begin construction in October 201 I and be completed by April 2012. FINANCIAL IMPACT: Funding for this project is available in the FY 11-12 Budget with $193,300 being funded by "TC07-001 Medical Center Drive and Magnolia Avenue Traffic Signal (LSP)" (Account No. 242-160-5504-7716-0025), and $66,700 being funded by "SS-B Construct Accessibility Improvements at Various Locations" (Account No. 258-160-5504-7202-0025). Account: 7.47.-160-5504-7716-0025 Budgeted Amount: $ 193.300 Balance as of 08/09/11: $ 193.300 Balance after approval ofthis item: $ 0 Please note this balance does not indicate available jUnding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed. Account: 258-160-5504-7202-0025 Budgeted Amount: $ 140.000 Balance as of08/09/11: $ 140.000 Balance after approval of this item: $ 73,300 Please note this balance does not indicate availablejUnding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed. The cost of this project will be partially reimbursed in the amount of $200,000 by SANBAG under terms of the Local Stimulus Program (LSP). This project reimbursement review has already been included in the FY 2011-12 CIP adopted budget. 3 CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION STAFF REPORT - Continued RECOMMENDATION: I. Reject the bid of Moalej Builders, Inc. as non-responsive; and 2. Adopt Resolution. ATTACHMENTS: I-Attachment "A" - Vicinity Map 2-Resolution 4 U5 .. 'E ~ $ " ,.<> tVirglnlaSt .l.V(' it CITY OF SAN BERNARDINO PUBLIC WORKS DEPARTMENT .....r-. ,. "\VIS\ \f<J ~v <' 'v ,. ~~ :r '" 8 ~ \2 z ~ 3- [ l VII Gilbert St z ;: . ~ ~ , !.; z :i ~ o !a W Magnolia Ave Z " i5" i West Virginia St ~ \2 W Home Ave Mnrtin Luther KIr\Q If. Middle School W Baseline Rd BobbV Ray', n BAr-B-QlI~ BLif(g~r King fI Nadeem Majaj P.E. -DIRECTOR 300 Norlh 'V"Street San Bernardino, CA 92418-0001 909.384.5140 ,,',,''''-.>''''-'''' . Catp.r1nll & Bi'lt"\fjuet W Evans 81 w G.lben S1 z ~ l!? .. 3 >- < ~ W 151hSl Magno'ia Ave W Magnolia Ave West Vlrgima 51 z > W Home Ave OJ , ii ~ ll- , l!? < 15 c .. >- < .. 1!' EI Super San. . . Bernollrdwlo W Base Line 51 W ATTACHMENT "A" VICINITY MAP MEDICAL CENTER DRIVE TRAFFIC SIGNAL AND STREET IMPROVEMENTS (TC07-00l) I RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO DBX, INC., FOR TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE (TC07-001) PER PLANS AND SPECIAL PROVISIONS NOS. 12031 & 12031A. 3 4 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 7 SECTION 1. DBX, Inc., 42024 Avenida Alvardo, Suite A, Temecula, CA. 92390, is 8 the lowest responsible bidder for Traffic Signal Installation and Street Improvements at Medical Center Drive and Magnolia Avenue (TC07-001) per Plans and Special Provisions Nos. 12031 & 12031A. A contract is awarded accordingly to said bidder in a total amount of $202,426.00, 9 10 11 with a contingency amount of $30,365.00, but such contract shall be effective only upon being 12 fully executed by both parties. All other bids, therefore, are hereby rejected. The City Manager 13 14 is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as 15 though set forth at length. 16 SECTION 2. This contract and any amendment or modifications thereto shall not take 17 effect or become operative until fully signed and executed by the parties and no party shall be 18 obligated hereunder until the time of such full execution. No oral agreements, amendments, 19 modifications or waivers are intended or authorized and shall not be implied from any act or 20 21 course of conduct of any party. SECTION 3. The authorization to execute the agreement is rescinded if the parties to 22 the contract fail to execute it within sixty (60) days of passage of this resolution. 23 IIII 24 25 1/// 26 . I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO DBX, INC., FOR TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE (TC07-00I) PER PLANS AND SPECIAL PROVISIONS NOS. 12031 & 12031A. 2 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 meeting thereof, held on the Common Council of the City of San Bernardino at a , 20 II, by the following vote, to wit: AYES NAYS ABSENT ABSTAIN 17 City Clerk 18 19 The foregoing resolution is hereby approved this day of , 20 II. 20 21 Patrick J. Morris, Mayor City of San Bernardino 22 23 Approved as to Form: 24 25 26 , (;l~":/r;/I.>./~,r? {:., FILE NO. 1.7716 ACCT NO. 242-160-5504-7716-0025 CITY OF SAN BERNARDINO STATE OF CALIFORNIA BID AND CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO. 12031 & 12031A FOR TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE (TC 07-001) DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO JULY 2011 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M. ON AUGUST 9 ,2011 E~II/8/T ~ tf 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 (I) separately bound set DRAWING NO.l203! Sheets! of3 DRAWING NO. l203!A Sheets! of! TRAFFIC SIGNAL INSTALLATION & STREETIMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA A VENUE (TC 07-001 ) CITY OF SAN BERNARDINO Contents for Bid and Contract Documents.doc TABLE OF CONTENTS PART I ADMINISTRA nON 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 TRAFFIC SIGNAL VENDOR INFORMATION WORKERS' COMPENSATION INSURANCE CERTIFICATION NON-COLLUSION AFFIDAVIT FORM OF BID BOND MBEIWBE INFORMATION - GOOD FAITH EFFORTS REFERENCES B-1 B-2 C-I C-2 C-3 C-3A 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 - AWARD AND EXECUTION OF CONTRACT SP-II 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 & GRUBBING, UNCLASSIFIED EXCAVATION & UNCLASSIFIED FILL SP-47 SECTION 12 THROUGH SECTION 13 BLANK SP-51 SECTION 14 - ASPHALT CONCRETE SP-52 SECTION 15 - AGGREGATE BASE BLANK SP-54 SECTION 16 - PORTLAND CEMENT CONCRETE SP-56 SECTION 17 - COLD MILLING SP-59 SECTION 18 THROUGH SECTION 19 BLANK SP-61 SECTION 20 - THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING AND RAISED PAVEMENT MARKERS SP-62 SECTION 21 THROUGH SECTION 22 BLANK SP-64 SECTION 23 - ROADSIDE SIGNS AND POSTS SP-65 SECTION 24 - TRAFFIC SIGNALS SP-66 SECTION 24A - INDUCTIVE LOOP DETECTOR SP-91 SECTION 24C - PREEMPTION AND PRIORITY CONTROL SYSTEM INFRARED ACTrv ATED, DATA-ENCODED SP-95 SECTION 24D - SPREAD SPECTRUM INTERCONNECT SYSTEM SP-102 SECTION 25A - RELOCATION AND REPLACEMENT OF WATER FACILITIES SP-106 SECTION 26 THROUGH SECTION 37 BLANK SP-109 SECTION 38A - IRRIGATION SYSTEM (MODIFY EXISTING) SP-110 SECTION 39 THROUGH SECTION 49 BLANK SP-115 SECTION 50 - REMOVAL & RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PA YEMENT SP-116 APPENDIX STATE OF CALIFORNIA, DEPARTMENT OF INDUSTRIAL RELATIONS APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION SOUTHERN CALIFORNIA EDISON COMPANY NEW METER SERVICE CONSTRUCTION DRAWING MANUFACTURER INFORMATION & INSTRUCTIONS PUBLIC WORKS STANDARD DRAWINGS CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS) STANDARDS CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) STANDARDS PROJECT LOCATION SURVEY DOCUMENTS CONTRACT AGREEMENT PART I ADMINISTRATION Engineer's Estimate (Range Only): $175.000 to $200.000 NOTICE INVITING SEALED BIDS CITY OF SAN BERNARDINO Owner NOTICE IS HEREBY GIVEN that the City of San Bernardino (CITY) will receive bids for: TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE (TC 07-001) in accordance with Special Provision No. 12031 & 12031A in file in the Office of the City Engineer, Third Floor, San Bernardino City Hall. Plans and Specifications may be obtained from the City Engineer's Office, Third floor, City Hall, 300 N. "D" Street, San Bernardino, CA 92418, upon a non-refundable payment of~15.00 for each set if picked up in person. Upon request. the Plans and Special Provisions may be mailed for an additional charge of$10.00 per set. Electronic copy of the above documents are available upon request by contacting the City Engineer's Office and by providing a firm name, physical address, contact person, phone number and fax number f('lr 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, AUl!ust 9. 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 nAn 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 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 refuses to execute said contract, the use by the public of the improvements will be delayed, and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damages. Therefore, the CITY and the bidder agree that the above sum of ten percent shall be paid to the CITY upon the condition above set forth as liquidated damages and not as forfeiture. All bonds furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version ofU. 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 of MBEslWBEs 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 ofIndustrial 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.govIDAS/PublicWorksForms.htm. The City of San Bernardino reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within 60 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 of San Bernardino City Engineer's Office Public Works Department 300 North "D" Street, Third Floor San Bernardino, CA 92418-0001 SUBJECT: TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE PLANS & SPECIAL PROVISIONS NO. 12031 & 12031A (TC 07-001) Attention: Mirela Grigorescu Tel: (909) 384-5202; Fax: (909) 384-5190 E-mail: grigorescu _ mi@sbcity.org Inquiries or questions based on alleged patent ambiguity of the Plans or the Special Provisions must be communicated as a bidder inquiry prior to the bid opening. Any such inquiries or questions, submitted after the bid opening, will not be treated as a bid protest. Written responses will only be provided to written questions. No written response will be provided to verbal questions. CITY OF SAN BERNARDINO Q~ h. CtuJe '--RACHEL G. CLARK City Clerk NOTICE TO ADVERTISE: SPECIFICATION NO. 12031 & 12031A SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE 07/19/11 & 07/25/11 ( MIN 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 TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE (TC 07-001) in strict conformity with Plans and Special Provisions No. 12031 & 12031A, of the Department of Public Works for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids" for this project. 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. 12031 & 12031A TRAFFIC SIGNAL INSTALLATION & STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA A VENUE (TC 07-001) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. OUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES l. LS MOBILIZATION, at the Lump Sum price of l\.DC>~~ Dollars ~ (a:DeJ:;) & ? .e.K'O Cents LS $ 2. LS TRAFFIC CONTROL, at the Lump Sum price of ~V'~u~ ~ pCj0 ~ ~ d Dollars & L.. e..-.:> Cents LS $ 3. LS CLEARING and GRUBBING, UNCLASSIFIED EXCAVATION and UNCLASSIFIED FILL, at the Lump Sum price of CYr--e ~U~ Dollars 1 I 0 tlO O.s> & ~ Cents LS. $ 4. 4 EA REMOVE Conerete Cnrb Ramp and Adjacent Sidewalk, Including saw cut along spandrel per PLAN, at G...; ~\- "" l lIT\d.reO Dollars 00 ~aoo~ & -Z =r'O Cents per EACH $'OOO-/EA $ l 5. 4 EA PCC CURB RAMP, perSPPWCStd.PlanlI1-4 Complete In Place, To Meet Existing Improvement' at ~<? 4"J:>U~ Dollars (],;I 11)" & 1...~ Cents per EACH $3c:oDl EA $ \ 'd.., oat> - 6. 72 SF REMOVE Sidewalk and Tree Roots as required and CONSTRUCT PCC SIDEWALK to Meet Existing, per CITY Std. Plan 202, at "i-e n Dollars 00 O~ & "t-e rO Cents per SQ. FT. $ I\:)- I SF $ -=:J ~() - 7. LS TRAFFIC SIGNAL SYSTEM, Complete In Place, per PLAN, at the Lump S~ price of_ ()~~ ~- ~ O!.. Dollars 1"5a,~ & .., ;C.-{O Cents LS. $ B-2 BID SCHEDULE PLAN NO. 12031 & 12031A TRAFFIC SIGNAL INSTALLATION & STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE (TC 07-001) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. OUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES 8. 49 SY REMOVE Existing Asphalt Pavement, per PLAN, at fi~'I:I-.\ Dollars $S:/:!:?ISY 02415009 & ..,~ Cents per SQ. YD. $ 9. 197 SY COLD MILL Existing Asphalt Pavement, per PLAN, at 'tOu..r~-ef"l Dollars $ 14 ~ SY ;;tl~'C ()~ & "l..-ero Cents per SQ. YD. $ 10. 15 TN CRUSHED AGGREGATE BASE (6" Thick) at orvi" ~rl 'eA~1 Dollars co & 7~;(<:> I Cents per TON $\'60-/TN $ ~1'"I\:)Oq;:> 11. 7 TN ASPHALT CONCRETE PAVEMENT ( 2.5" Thick), at 'tt'\0e-e h I l/rIc\...rQd) Dollars 01:> l:lI;> & -, ~ N"C Cents per TON $ 3tlO -I TN $ ~ I \ CO TN ASPHALT CONCRETE PAVEMENT OVERLAY (1.5" Thick) per PLAN, at ,*",rE"'P hllA-I~ 'e.A~ Dollars Ol>> \q~D~ & ~ Cents per TON $3BD I TN $ 12. 21 13. LS THERMOPLASTIC TRAFFIC STRIPES, PAVEMENT MARKING & RAISED P A YEMENT MARKERS, at the Lump Sum price of be0-e.r- ~U~ 'to, 'X. ~a.-w.~ ~ ~1 Dollars & 1 -e.n""> Cents LS. a>> $ I,Lo~'O 14. EA ROADSIDE SIGN on Single Post, "SIGNAL AHEAD (W3-3), at T\A,J\::> ~~ ~ ~ IR v-l' Dollars & "'Z.~A~ Cents per EACH !;P $J.'55 lEA $ ~ffirn. B-3 BID SCHEDULE PLAN NO. 12031 & 12031A TRAFFIC SIGNAL INSTALLATION & STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE(TC 07-001) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. OUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES 15. EA ROADSIDE SIGN on Elisting Street Ligbt Standard, "SIGNAL AHEAD" (W3-3), at_ bn~ ~~ -ror'<M \=; ~ Dollars tlC:> \45~ & ~ Cents per EACH $ \l\'5 TEA $ 16. 2 EA ROADSIDE SIGNS on Single Post, "DIP" (W8-2) & "10 MPH" (WI3-1), at ~Y"ee ~ ~ Dollars ~ \sR5C"ti> & L.; Cents per EACH $CaS lEA $ 17. 2 EA REMOVE Roadside Sign (W3-1) from Street Ligbt Standard and Salvage to CITY YARD, at ~ t"'c.u ~~ Dollars $45<;&1 EA cv . qa- & "/_€' <'C Cents per EACH $ 18. 4 EA REMOVE Roadside Signs (RI-I & RI-3) and Single Post and Salvage to CITY YARD, at_ 'ti~ ~~ Dollars I:l:l <Xl & "2.~ Cents per EACH $ 8'0 -lEA $ "Ma - 19. 2 EA ADJUST Water Valve Enclosure To Grade, at -ru.rohl ~d Dollars <:b 40a as. & 'L.~ Cents per EACH $~tI lEA $ 20. LS MODIFY Elisting Landscape Irrigation System, at tbe Lump Sum price of B ~ h 1 l1Y'.~J. Dollars E)CCQ.. & I~A'\':) Cents LS. $ B-4 BID SCHEDULE PLAN NO. 12031 & 12031A TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE (TC 07-001 )) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. OUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES 2l. LS SURVEYING SERVICE, per SECTION 6-1.10 at the Lump Sum price of ~~\"^---' Dollars ;)..,OC)C)W & '7 !'P..N"\.:::t, Cents LS $ 00 r TOTAL BID $ -a.\..)~, 4.:tl.n - BID NOTES: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shall govern over extended amounts, and "WORDS" shall govern over "UNIT" figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to complete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID DOCUMENTS section as their bid to the CITY. Failure to do so will result in the bid being non-responsive. Any situation not specifically provided for will be determined in the discretion of the City of San Bernardino (CITY), and that discretion will be exercised in the manner deemed by the CITY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. B-5 BIDDER'S INFORMATION AND SIGNATURE: It is the understanding of the undersigned that the work hereinabove described shall be commenced within JJL working days from the date of the "Notice to Proceed", and shall be completed within 120 working days from the date of said notice, as directed in SECTION 4 of these Special Provisions.. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guaranty accompanying this bid shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor, LICENSE NO.: 01..40'541 CLASSIFICATION: A- ~ c- \ 0 EXPIRATION DATE:~ FIRM NAME: "DlO^ Tf'I C- o BUSINESS ADDRESS: 4-;;l..Dd-..4- Allen.'ldD. A\Vl1.rat\.h, ~-k...A 'T-em.ec..u1Ck I CA G\ d.:~ C\ C BUSINESS PHONE: q~\- aqlD-qqQGl FAX: q~I-d...Q.lD-qq1~ CELL: qO~-\:I.'-40;l..\ 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 ~q) ~rO.Xi Qr"\ Legal Status of Firm Is Bidder currently a certified DBE? Yes 0 No g--' NAME (S) Ji~ p.erY~ prg I ~ .. -SAc.. \ir€O.~ . :Ja.tneS C. ~rr'j Y i c..e re..s; 6- ADDRESS IES) 4iUl~ ~~A\v~ Sw~A 'TerY\e~, cP ~sct c SIGNATURE OF BIDDER: " Dated: Augu.S-r ~ ,20~ BIDDER'S INITIALED ACKNOWLEDGEMENT OF ADDENDUMS: ADDENDUM NO.1 DATE: ADDENDUM NO.2 DATE: ADDENDUM NO.3 DATE: ADDENDUM NO.4 DATE: C-l ****************************************************************** SPECIAL NOTICE ****************************************************************** The bidder's attention is directed to the section entitled, "Required Listing of Proposed Subcontractors", in Section 2 of the special provisions regarding the requirement that proposed subcontractors be listed in the bidder's Bid Documents. Instead of listing only subcontractors for signal and lighting work as in the past, all subcontractors are now to be listed in the Designation of Sub-Contractors for items of work or portions thereof to be subcontracted in excess of one- half of one percent of the total bid or $10,000.00, whichever is greater. In the case where a bidder claims an inadvertent clerical error in listing sub-contractors, a notice of the claim must be submitted to the Office of the City Engineer in writing within 2 working days after the time of the bid opening and send copies of the notice to the subcontractors involved. The bidder shall provide the actual dollar "Sub-Contract Amount" as submitted by each listed sub-contractor, keeping in mind that the prime contractor for this project is required to provide or perform, with his own organization, contract work amounting to at least 50% of the total contract bid price. Material required for any of the contract work of this project that is purchased directly by the prime contractor is considered as included in the prime contractor's 50% requirement. If material purchased directly by the prime contractor is to be used by a listed sub-contractor in performing contract work, the dollar amount of such purchased material should not be included in the dollar amount listed for said sub-contractor. C-2 \) 6/<. ::I:r"\c.. 1 BIDDER'S FIRM NAME DESIGNATION OF SUB- CONTRACTORS PLANS & SPECIAL PROVISIONS NO. 12031 & 12031A 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 MBEIWBE CERr. Sub-Contractor's Sub-Contract Work to Be (If Applicable) Phone-No. Amount Performed: l.C.L~UX~~ ~\ \.l.:lfu\t: 'i:..\--e \l~ (U2..1"\~Cu~ ~co. - ,..., $ n,,^~ 4~-4d.OV .,uv m(:)(\~ ~uoJi~ 2. Cta.n.ch O-oc.k-Wp- fC f';)c> X \CS'e\.o [OW1.~ q"5 \ - ~t:>- ~S $ ~'5Q!> "1""Nl.r~ lc.t,s.,n c.. ~ p.o~, ~l)eme...d ~~) rClJ.~-ed I <;'C(Y\<:;; 3. $ 4. $ 5. $ 6. $ IF ADDITIONAL SPACE IS REQUIRED, PLEASE DUPLICATE THIS SHEET DO NOT WRITE ON THE BACK C-J I ~ l:l e = o z ~ .( ~ = ~ rIl '"" o ~ ~ - u J ~ ~ ~ - ~ ~ o f;I;o i!i = o l:l Z foil > :2 z l:.:l - rIl t.J ~ i . Z !" ~ i .. 18~!i.!! .." l'l 8- ~"rt.i I-oOS~ ~<I.l p:: 0' . llol'ls 8 '0 I:Q~~--;' Z . ~8~~.i !=>-ui~ ~ E E .:"H o~;;:l'!..cI ~fil~~l t: ~ :r~ rn~~llo.g ~..,,:l~~ o t; ~11r11 ~&'~I A"~I ! g : ~ v 1\1 II -t. ~ :i . '" .. . ;; !. o ... ii ,- ~ ~~~ 3 B '.~ ;,,' ~ 9 d Po-'- ljJ _w.; g :J~ (/\- {t .0 $ -::2 .,- ~ :.:a c ~-<D ',L d 3'Vi a: <::. >. s:~ ~o u~ ~fIort.i Oz =9 ..li~ ~ili .."Nllo ac"! o"'~ !j:'C ~o~ ~5: o~; u=!= ~~~ <oj ",Q" IllW::!: 101..... ~ -<Ill S:~W ..-> ;l~a Q (1) Ill>W~ O!:"'z ...u='o o ~ III r:c .. :z III ::E e. g :;;! :z..: il8 u:Z ~~ ....0 o:J Ill.... ~~ Ill~W~ O_rlJz "'\"I='o ~ z 9 '" u ~ .. .... o .; z '" :z o :z: . ....~ ol:l:i "'.... "'.... ;l~ Ol- OZ <'" .::E "'... ::;:= <0- z'" .. e... . <0 "':z !z::;: 0'" e...t= 1.9 ~ > ~ o -- -- I '5 i~ ~<<g ?~ il r. i1J -:J~ ~~ C ~~~ 9'$ J1~~ ~~,.\ 6E -Xl _erCc, ~ ..J If' ~-:; ~ I f~. CJ..~.9 ",- ( j~~,.(\",~ - /:;.- VlR~f.-~.3 (\ 3i~ vg-J.. ~Qj'.J 0' ""r-~v'..f>o ore! E1b-S1ot-l[ O~1r y_ ~0 ,~ € I~ -cr {I"{\ 8. a. B,. o .~ y .!!J .. ~::; ,~ ~ L/l.g u . .. ... -0( ~I t~ i;; ! It C-3A 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: BY: TITLE: G'r-e,s, O-~ DATE: ~\6\ \\ 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 perfonning 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 thereofto effectuate a collusive or sham bid. '06')( I ::me... ~ame . '- '--.---. Signature of Bidder Jim0er(~ ~id-9"\t Print Name and TItle 4~"\ AVe.ruo..o.. A\IfOJ"D-il.b .:tt:A \{)me~ I CA- c,d--S'\<;) Business Address ';lPA\<;;; IJC1N\J........~Or.a ~lfhlJ')to\cA Place of Resi ence Subscribed and sworn to (or affinned) before me this B'4:l:.\. day of A \.l..~1- , 20 i.L the above proved to me on the basis of satisfactory evidence to be the person who appeared before me. Signed N~t3ry~i~~~ My Commission expires on A\J.. ~ \ lli -\- \ \ &D\~ , Year fI PHYLLlSSI>. M!,RTZ . ,. . .# \"'. ""7 ..',...~:tI \':;Oil1ff1i:;'::.IOi'i ,,' 1,)v6tJ,::. i ...' M~f~ Not:1ry Public -- California ~ I !~ Riverside COunty ~ 1... _ . _ _ !A! ~O~r1~. :xp~r:s ~U? ~1, 2~1~ l 'R~\r~ . , State of California. C-5 BOND 118-B PREMIUM NIL FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, DBX: INCORPORATED as Principal, andTHF. GUARANTEE COMPANY OF NORTH AMERICA USA as Surety, are hereby and fumJy bound unlllthe Qtv of SaD Bero.~IRn . S1a~ of California, benliDafter referred to as "Obligee" in the penal sum ofteo pen:ent (10%) of the tO~ amuilbt of tho bid of the Principal submitted to the ObUgee for the work described below, for the PllY.lllent of which SU/Il we hereby jointly and sevorally bind oW'Selves, our beln, ~, administnllors, SUDQOSsors end assigns. THE CONDmON OF TIllS OBIJGATItlN IS SUCH, THAT: WImREAS, the Principal bas submitted to Obligee, a certain Bid; al1I\ched here(o and hereby made a part hereof to eu inlll aconlraCthiwriting, forlbe TRAFFIC STGNAL INSTALLATION AND STREET IMPROVEMENTS MEDICAL CENTER DRIVE & MAGNOLIA.AVENUE' PROJECT NO.: TC. 07-001. ,- ", (Copy here the exact title description qf work. iiiclUdiflg"loCatinn. as it appears on Ihe Bid amt Co1i1mci DOC1IIiIJllts) for which hids aie 10 be opened on . 8-9-11 (Insert date of openl1!g) . . .; ; NOW, THEREFORE, a. If said Bid shall be rejected, or in the alternate, b. If said Bid sbaIl be accepted lIlId the Principal shall execule a conllacl in the Form of contract attached hereto (proper\y ~pllltedhi &iCordance with said D!d) and shall furnish a boqd fur his lili1hful pedimnance ofsaid, contract, an.d sbaIl in all other respects perform the agreement crealedby tbeacc~ce of said Bid, . then this 'ooligation .hall be 'lQid; otherwise, the SlllDe sbau remaiJi in Corce and effect; it being eXpressly..understood and ~ dial lbeJabiIity of the Surety Cor any and all claims herewulcr shall, in no event, im:eed the pcnaIlIlIiount of this oliiigaflon as bl:tCin stmd. The Surety, for value received, hereby stipuJalesend agre~1!lallhe. obligatiOns of saidSuretyJliul i1s bond shall be in 110 way impaired oriitrecled by any exwnsion oflbe time within which the Obligee Ma): ac"'pt such aid; and said S~ly does hereby waive notice of any suob exteilsion. Signed, this 2ND day of AUGUST , 20.!i.-. D.BX'CORATED. .,'. .,~...~.. . Sign . '. .Jim ~~I fres; o..~ Printed NO/tlI! and Trt/e IN WITNESS WHEREOF, the Principal and the I!urety ha~e.~,set their bQnda an4 seals, and such or them as !I!'C corporations have caused their corponi(esilals 1Q be beret!> affilICd!endtbese prese.ots to be.igJied by their p~ officers, the day and yead'irst mentioned. . '.' ..-: .'. . . . ..: . . . . . THE GUARANTEE. .COMPANY OF .... (S~), .NORT~AMERICA U:;A '. (SEAIi),' ".. (,.F:(~'Jl"- 7~'l' ....... IiJ:.'W~~.. : -.' . - . . CHARLES L. FLAKE/ATTORNEY-IN~FACT Prlnted Name and Title NOTE: NllIarization ofPrincipaJ and Surety signetures ami Power of Attorney of the SurCty SballllCCOlllpany Ihis fmm. C-6 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT County of RIVERSIDE } State of Camomia On e~\l before me, PHYLLISSA MARTZ, NJrARY PUBLIC Here In8ert Name and Tille of the Offic:er personally appeared JIM PERRY Name(a) of S9ler(a) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(aj isf8f6 subscribed to the within instrument and acknowledged to me that helSl-lelthllY executed the same in hisfl-lerllheir. authorized capacity!ies), and that by hlslh..llu,ei't slgnature(a) on the Instrument the person~). or the entity upon behalf of which the person(a) acted. executed the instrument. . PHYLLlSSA MARTZ . Commission # 1806627 i ... Notary Public .- Califorma ~ Z Riverside County ~ J.... _.... .~:o~~.:xp:r:s~u~~1._2~1~1 I certify under PENAL TV OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Slgnature;~~ Placil Nobuy _....... _ at Nobuy """" .' OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and coutd prewmt f18udulent f8ITJOvst and reattachment of this fonn to another document. Description of Attached Document Title or Type of Document Document Date: Signer(s) Other Than Named Above: C8paclty(les) Claimed by Slgner(s) Signer's Name: JIM PERRY ex Corporate OffICer - Trtfe(s): PRESIDENT o Individual o Partner - 0 Umiled 0 General Top of th<Jmb here o Attomey in Fact o Trustee o Guardian or Conservator o Other: Number of Pages: RIGHT THur,lBPRlfH OF SIGNER Signer's Name: o Corporate Officer - TllIe(s): o Individual o Partner - 0 Umned 0 General Top of lhumb here o Attorney in Fact o Trustee o Guardian or Conservator o Other: RIGHT THur.1BPRINT OF SIGNER Signer Is Representing: Signer Is Representing: 02009 National Notary AslIodation. NaIionaJNotary.otg -1-8OO-US NOTARY (1-8QO..87&.6827) .... tS907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ~_;- ~ "" "" ~r-.~ - - ,....= -~..c => -::~~""""^'''''''''~ .~...~ State of California } County of Orange On 8-2-11 before me, Jan C. Moran, Notary Public Here Insert Name and TrtIe of the Offlcer Dale personally appeared Charles L. Flake Name(s) of Signer{s) ) ~ 0 'AN ".oMORAN . l o COMM. # 1789349 .. ". . NOTARY PUBLIC. CALIFORNIA (j) :! ORANGE COUm'( 0 } ~ _ _ _ c~~. EXP~E~F~B. ~7, ~~2 r who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislher/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~C.~ Place Notary Seal Above OPTIONAL Ja C. MorS~~ture of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Tille or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Top of thumb here Signer's Name: o Individual o Corporate Officer - Tille(s): o Partner - 0 limited 0 General o Attorney in Fact o Trustee o Guardian or Conservator o Other: Signers Name: o Individual o Corporate Officer - Title(s): o Partner - 0 limned 0 General o Attorney in Fact o Trustee o Guardian or Conservator o Other: RIGHTTHUI,1BPRINT OF SIGNER RIGHTTHUt18PRINT OF SIGNER Top 01 thumb here Signer Is Representing: Signer Is Representing: ~"~";~,~~;,~,,S'~~~~ """""""""~ _;__","",~~~~~~_~~~~"'S;;;;1 -~~ 02007 National Notary Association" 9350 De Soto Ave., P.O.Box 2402 .Chatsworth,CA 91313-2402' www_NationaiNotary.org "em Iffi907 Reon:ler:GaIIToII-Free 1-800-87&-6a27 -l THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW All BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and exisling under Ille laws of the State of Michigan, having its prindpal office in Southfield, Michigan, does hereby constitute and appoint David L. Culbertson, Charles L. Flake, Richard A. Coon Culbertson Insurance Services, Inc. its true and lawful attomey(s}-in-fact to execute. seal and deliver tor and on Its behalf as surety. any and all bonds and undertakings. contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed. required or permitted by law. statute. rule. regUlation. contrad or ot~erwise. The execution of such instrument(s) in pursuance of these presents. shan be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly etected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX. Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 3111I day of December. 2003. The President. or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize lhem to execute on behalf of the Company, and attach the Seal of the Company thereto. bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereot, and 2. To revoke, at any time, any such Attomey-in-fad and revoke the authority given, except as provided betow 3. In connection \'Vith obligations in favor of the Kentucky Department of Highways only. it is agreed Ulat the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least lhirty (30) days prior to the modification or revocation. \ Further, this power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting '\ duly called and held on the 31- day of December 2003, of whidl the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond. undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF. THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 1st day of May. 2008. THE GUARANTEE COMPANY OF NORTH AMERICA USA ~~./ k. I STATE OF MICHIGAN COunty of Oakland On this 1st day of May, 2008 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to saJd instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. Stephen Dullard, Vice President Randall Musselman, Secretary f1~ {}. 7~ I. Randall Musselman. Secretary ofTHE GUARANTEE COMPANY OF NORTH AMERICA USA. do hereby certify lhat the above.and foregoing Is a true and correct copy of a Power of Attorney executed by lHE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effecl . , IN WITI!JESS WHEREOF, I have thereunto set my hand and attached Ille seal of said Company this 2nddayof Augus t . Cynthia A. Takal Notary Public, State of Michigan Coonly of Oaklend My Commission Expires February 27. 20f2. AcUng In Oakland County IN WITNESS WHEREOF. I have hereunto sel my hand at The Guarant.. CompallY of North America USA offices the day and year above written. 2011 k RandaU MussGlman, Secretary PART II SPECIAL PROVISIONS SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION 1 1-1 SPECIFICATIONS AND PLANS 1-1.01 GENERAL -- The work embodied herein shall be done in accordance with the Standard Specifications for the Public Works Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids" for this project, and City of San Bernardino Standard Drawings, insofar as the same apply and in accordance with the following Special Provisions. 1-1.02 DEFINITIONS -- Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Ae:encv The City of San Bernardino. Board The Mayor and Common Council for the City of San Bernardino. City Eoe:ineer The City Engineer for the City of San Bernardino. Laboratory The laboratory to be designated by the City of San Bernardino to test materials and work involved in the contract. Office ofthe 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 3'd 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, rd Floor San Bernardino, CA 92418-000 I Resident Enl!ineer - Enl!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 Advertisinl! 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, "Defmitions", in the Standard Specifications. 1-1.03 STANDARD SPECIFICATIONS - The Standard Specifications for the Agency are contained in the most current edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, "GREEN BOOK", as written and promulgated by the Public Works Standards, Incorporated, a mutual benefit corporation comprised of five members representing the American Public Works Association, and four members from the Associated General Contractors of California, the Engineering Contractors Association, the Southern California Contractors Association, and BNi Publications, Incorporated. The Standard Specifications set forth above will control the general provisions for this Contract except as amended by the Plans, Special Provisions, or other contract documents. Only those Sections requiring amendment or elaboration or specifying options are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. SP-2 References in the Special Provisions to "CAL TRANS Standard Specifications" shall mean the Standard Specifications (MAY, 2006) of the State of California, Department of Transportation. References in the Special Provisions to Standard Plans shall mean the Standard Plans for the City of San Bernardino or other governing agency as specified. Applicable Standard Plans for this project are contained in the "Standard Drawings", section of these Special Provisions. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place, that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment, and incidentals and do all the work involved in executing the Contract. The Contractor shall meet or exceed the applicable Public Works Policies and Procedures unless directed otherwise by these Special Provisions or as directed by the Engineer. The plans and specifications of this project shall conform to the requirements of the City of San Bernardino Municipal Code and Public Works Construction Policies, the latest editions of the Standard Specifications for Public Works Construction (green book), the American Concrete Institute (ACI), the current California Building Code, the current California Plumbing Code, Caltrans Standard Specifications, and these Special Provisions. Wherever reference it made to any of the standards mentioned above, the reference shall be construed to mean the code, order or standard that is in effect on the first day of the advertised "Notice Inviting Sealed Bids". 1-1.04 TAXES -- No mention shall be made in the proposal of Sales Tax, Use Tax, or any tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. 1-1.05 INTERPRETATION OF PLANS AND DOCUMENTS -- If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the services to be performed, they may submit a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery by 5 :00 p.m. of the 5th working day prior to the day of the proposed bid opening. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be faxed and mailed or delivered to each person of record as receiving a set of such documents. The CITY will not be responsible for any other form of explanation or interpretation of the proposed documents. SP-3 1-1.06 ADDENDA OR BULLETINS -- All Bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each Bidder shall be fully responsible for informing themselves as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid and said addenda shall be made a part of the Contract Documents and shall be returned with them. Failure to cover in a bid any such addenda issued may render the bid irregular and may result in its rejection by the CITY. 1-1.07 PLANS AND SPECIFICATIONS TO BE PROVIDED -- The CITY will provide the Contractor with five (5) sets of Plans and Specifications at no cost after the Award of Contract. The Contractor shall obtain all additional sets at its own cost. SP-4 SECTION 2 2-1 BID REQUIREMENTS AND CONDlTlONS 2-1.01 GENERAL -- Bids must submitted on the bid foOll contained herein. All bids shall be signed, sealed and accompanied by cash, cashier's check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder, to whom the contact is awarded, refuses to execute said contract, and/or fails to file the necessary bonds and insurance certificate within ten (10) working days following the date of the CITY's Notice of Award letter, the Bidder shall be considered as not fully executing the contract. By not executing the contract, the use by the public of the improvements will be delayed and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix the amount of said damage. Therefore, the CITY and the bidder agree that the bid guarantee of 10% of the bid shall be paid to the CITY as liquidated damages and not as forfeiture. Bid bonds shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The FoOll 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 foOll. 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 (MBEIWBE) was adopted by Resolution No. 95-409 of the Mayor and Common Council of the City of San Bernardino, on 11-20-95. This outreach program superseded Resolution No. 93-411 and the Standard Operation Procedures dated January 1994. Bidder's outreach efforts (good faith efforts) must reach out to MBEs, WBEs and all other business enterprises. Prime bidders could reasonably be expected to produce a level of participation by interested subcontractors of i % MBE and.JL % WBE on this project. Bidders shall make every reasonable effort to solicit bids from MBEIWBEs. A justification shall be provided to support the rejection of any bid from a minority or women's business enterprise, certified by Caltrans. SP-5 2-1.03 MINORITY. WOMEN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS -- It is the policy of the City of San Bernardino to provide Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs) and all other enterprises an equal opportunity to participate in the performance of all CITY contracts. Bidders shall assist the CITY in implementing this policy by taking all reasonable steps to ensure that all available business enterprises, including local MBEs and WBEs, have an equal opportunity to compete for and participate in CITY contracts. Bidders' good faith efforts to reach-out to MBEs, WBEs and all other business enterprises shall be determined by the following factors: (1) The bidder attended pre-solicitation or pre-bid meetings, if any, scheduled by the CITY to inform all bidders of the requirements for the project for which the contract will be awarded. The CITY may waive this requirement if the bidder certifies it is informed as to those project requirements. (2) The bidder identified and selected specific items of the project for which the contract will be awarded to be performed by sub-contractors to provide an opportunity for participation by MBEs, WBEs and other business enterprises. The bidder shall, when economically feasible, divide total contract requirements into small portions or quantities to permit maximum participation of MBEs, WBEs and other business enterprises. (3) The bidder advertised for bids from interested business enterprises not less than ten calendar days* prior to the submission of bids, in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media specified by the CITY. (4) The bidder provided written notice of its interest in bidding on the contract to those business enterprises, including MBEs and WBEs, having an interest in participating in such contracts. All notices of interest shall be provided not less than ten calendar days* prior to the date the bids were required to be submitted. In all instances, the bidder must document that invitations for sub-contracting bids were sent to available MBEs, WBEs and other business enterprises for each item of work to be performed. Certified minority (MBE/WBE) subcontractors and material suppliers for the San Bernardino area located in Caltrans District 8 are listed on the California Unified Certification ,Program (CUCP) DBE Directory and can be obtained by accessing the directory on the California Department of Transportation DBE website at http://www.dot.ca.gov/hq/bep/ftndJertified.htm. SP-6 (5) The bidder documented efforts to follow up initial solicitations of interest by contracting the business enterprises to determine with certainty whether the enterprises were interested in performing specific portions of the project. (6) The bidder provided interested enterprises with information about the Plans, Specifications and requirements for the selected sub-contracting work. (7) The bidder requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs and other business enterprises not less than fifteen days* prior to the submission of bids. (8) The bidder negotiated in good faith with interested MBEs, WBEs and other business enterprises and did not unjustifiably reject as unsatisfactory bids prepared by any enterprises, as determined by the CITY. As documentation the bidder must submit a list of all sub-bidders for each item of work solicited, including dollar amounts of potential work for MBEs, WBEs and other business enterprises. (9) The bidder documented efforts to advise and assist interested MBEs, WBEs and other business enterprises in obtaining bonds, lines of credit, or insurance required by the CITY or Contractor. If the CITY has established expected levels of participation for MBE and WBE sub- contractors, failure to meet those levels shall not be a basis for disqualification of the bidder. A determination of the adequacy of a bidders' good faith effort must be based on due consideration of the indicia of good faith as set forth above. In the event that the CITY is considering awarding away from the lowest bidder or not awarding a contract to a proposed bidder because the bidder is determined to be non-responsive for failure to comply with the good faith indicia set forth above, the CITY shall, if requested, and prior to the award of the contract, afford the bidder the opportunity to present evidence to the Mayor and Common Council in a public hearing of the bidders' good faith efforts in making its outreach. In no case should the CITY award away pursuant to this program if the bidder makes a good faith effort but fails to meet the expected levels of participation. For the purposes of this Policy, "minority" shall be synonymous with "minority person" as defmed in California Public Contract Code Section 2000(f). Nothing herein restricts the discretion of the CITY to reject all bids in accord with Charter Sections 140 and 238 or Chapter 3.04 of the San Bernardino Municipal Code. The directions set forth herein shall take effect immediately, and all CITY Departments shall modify their implementation programs to the extent such programs are inconsistent with this policy. SP-7 2-1.04 SUBMISSION OF MBEIWBE INFORMATION - GOOD FAITH EFFORTS - The Contractor may submit the MBEIWBE INFORMATION - GOOD FAITH EFFORTS document with the contract Bid Documents prior to the hour of the bid opening. If this document is not submitted with the Bid Documents, it must be submitted to the Public Works Department, upon request, by 4:30 p.m. on the fourth working day following the day of the bid opening. *In the case short bid opening periods, proof of faxes requesting MBE, WBE participation and faxed requests for assistance in recruitment ofMBEs 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 in 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 fr~m 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 fmds 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: I. The site of the proposed work. 2. Access to the site. 3. All other data and matter requisite to the fulfillment ofthe work. 4. The Bidder's own knowledge of existing facilities on and in the vicinity of the site of the proposed work under the Contract. 5. The conditions to be encountered. 6. The character, quality, scope and complexity of the proposed work. 7. The quality and quantity of the materials to be furnished. 8. The requirements of the Specifications, Plans, any addenda, or any other Contract Documents. D. The information provided by the CITY is not intended to be a substitute for, or a supplement to, the independent verification by the Bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the Bidder. SP-9 2-1.08 DESIGN ENGINEER MAY NOT BID ON CONSTRUCTION CONTRACT No engineering or architectural fIrm which has provided design services for a project shall be eligible to bid on the contract to construct the project. The ineligible to bid include the prime contractor for design, subcontractors of portions of the design, and affiliates of either. An affiliate is a fIrm which is subject to the control of the same persons, through joint ownership or otherwise. 2-1.09 WITHDRAWAL OF BIDS -- A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the ''Notice Inviting Sealed Bids" or an amended date and hour stipulated in a signed addenda to the Special Provisions. The withdrawal of a bid will not prejudice the right of the Bidder to submit a new bid, providing there is time to do so. Bids may not be withdrawn after said bid opening hour without forfeiture of the bidder's bid guarantee. 2-1.10 IRREGULAR BIDS -- Unauthorized conditions, limitations, or provisions attached to a bid will render it irregular and may cause its rejection. The completed bid forms shall be without interlineations, alterations, or erasures. No oral, telegraphic, or telephonic bid, modifIcation, or withdrawal will be considered. SP-IO SECTION 3 3-1 A WARD 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 A WARD OF CONTRACT -- Following a review of the bids, the CITY shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as determined solely by the CITY. Additionally, the CITY reserves the right to reject any or all bids, to accept any bid or portion thereof, to waive any irregularity and to take the bids under advisement for the period oftime stated in the legal Notice Inviting Sealed Bids as may be required to provide for the best interest of the CITY. The Contractor's original signature on the Bid Form shall constitute a commitment on the part of the Bidder to furnish the items as set forth in the Bid Form, the Special Provisions-Instructions to Bidders, the Plans, the Standard Specifications, the Notice Inviting Sealed Bids and Addenda, together with any attachments. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the Mayor and Common Council. The Bid Form, the Special Provisions-Instructions to Bidders, the Plans, the Standard Specifications, the Notice Inviting Sealed Bids and Addenda, together with any attachments, shall be considered as part of the contract between the CITY and the Contractor to whom the contract is awarded. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. 3-1.03 CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall be filed with the Engineer before the Notice to Proceed is executed by the CITY. In accordance with Section 2-4, "CONTRACT BONDS", of the Standard Specifications, the contract bonds, including Payment Bond (Material and Labor Bond) and Performance Bond shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Contractor shall provide to the CITY three (3) original "wet" copies of Payment and Performance Bonds equal to 100% of the award amount of the contract. SP-ll 3-1.04 DISQUALIFICATION OF BIDDERS -- In the event that any Bidder acting as a prime contractor has an interest in more than one submitted bid, all such submitted bids will be rejected and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal bid as a prime contractor. No contract will be executed unless the Bidder IS licensed in accordance with the provisions of the State Business and Professions Code. The Contractor shall fill out all documents contained in the Bid Document section, and comply with all the requirements of the Bid Documents and specifications contained in the Special Provisions. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to BMP/SWPPP, traffic control and detour plans or escrowed bid documents, where applicable, will delay the issue of the Notice to Proceed, and such delay will subject the bidder to a negative determination of the bidder's responsibility should the bidder choose to participate in future public works bid offerings. SP-12 SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL -- Attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work", Section 6-7.1, "Time of Completion", Section 6-8, "Completion, Acceptance and Warranty" and of Section 6-9, "Liquidated Damages" of the Standard Specifications and these Special Provisions. 4-1.02 PRE-CONSTRUCTION MEETING -- The Pre-Construction Meeting shall be within 10 working days of the notification of the award of the contract by the Mayor and Common Council. The Contractor shall, at the time of the notification of award, inform the Construction/Survey Manager of any special circumstances or conditions that might prohibit the Contractor from attending a Pre-Construction Meeting during this period, or from commencing work as scheduled. 4-1.03 NOTICE TO PROCEED -- The Notice to Proceed shall not be issued until all required documents have been submitted and approved by the CITY. The Contractor shall immediately notify and obtain the approval of the Construction/Survey Manager, prior to the Pre-Construction Meeting, should special circumstances or conditions exist that might prohibit the Contractor from providing all required documentation and commencing work as scheduled within 10 working days of the Pre-Construction meeting. Required documentation shall include the Contractor's applicable NPDES plan (for required submittal time refer to Section 6-1.03 of these Special Provisions), the proposed Construction Schedule, Traffic Control Plan and Traffic Detour Plan (as required). The Construction Schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. The schedule shall be in the form of a tabulation, chart or graph. 4-1.04 WORKING DAYS -- The Contractor shall diligently prosecute the work to completion before the expiration of 120 WORKING DAYS from the date of the "NOTICE TO PROCEED". SP-13 4-1.05 PERMITS AND LICENSES -- Prior to issuance of a ''Notice to Proceed", Contractor shall obtain a CITY Business Registration from the City Clerk's Office, San Bernardino City Hall, 300 North "D" Street, 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 of the number of working days prescribed above. In case all the work called for is not completed in all parts and requirements within the time specified, the CITY shall have the right to grant or deny an extension of time for completion, as may seem best to serve the interest of the CITY. The Contractor will not be assessed with liquidated damages during the delay in the completion of the work caused by acts of God or of the Public Enemy, acts of the State, fire not due to acts of Contractors or Subcontractors, epidemics, quarantine, restrictions, freight embargo, unusually severe weather, or delays of Subcontractors due to such causes provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the CITY, in writing, of the cause of the delay. The CITY will ascertain the facts and the extent ofthe delay, and the fmdings 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 Accountin~". of the Standard Svecifications is suverseded bv these Special Provisions. The Engineer or his/her designee will make a daily determination of each working day to be charged against the contract time. Per the Contractor's written request, the Engineer will provide working and non-working days to the Contractor. 4-1.08 INSPECTION -- The Contractor is responsible to notify the Public Works Department Inspection 48 hours prior to the start of any work. Any work performed without inspection by the CITY is subject to rejection and removal of work performed and, at the Contractor's expense, the work will have to be reconstructed. At the CITY's request, and the Contractor's expense, any pipes less than 24" must be inspected by camera for joint grouting and any other inspection. For inspection after regular working hours, see Section 6-1.06 "HOLIDAYS, WORKING DAYS AND HOURS", of these Special Provisions. SP-14 SECTION 5 5-1 LEGAL REQUIREMENTS 5-1.01 INSURANCE REQUIREMENTS -- The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The Contractor shall indemnify and save harmless the City of San Bernardino, the County of San Bernardino, the State of California, and/or any incorporated city from all claims or suits for damages arising from the prosecution of the contract work, as more fully described in Subsection 5-1.07, "Contractor's Liability", of these Special Provisions.. The Contractor agrees to protect, defend and indemnify the City of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, its employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at its option, may include such coverage under Public Liability coverage. 5-1.02 LIABILITY INSURANCE -- The Contractor's attention is directed to Section 7-3, "Liability Insurance", of the Standard Specifications, providing that the Contractor shall furnish the CITY with a policy or certificate of liability insurance prior to execution of the contract. All of the Insurance Policies shall name the City of San Bernardino as an additional insured. The endorsement shall be provided by the broker or agent of the insurance company and shall be notarized to that effect. ACCQRD Forms are not acceptable, nor forms signed by the broker, unless they have Power of Attorney to bind the insurance provider. (See attached sample forms.) Contractor shall maintain minimum limits of insurance no less than: 1. General 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. Employer's Liability: $1,000,000.00 per accident for bodily injury or illness; 5. Course of Construction: Completed value of the project. 5-1.03 WORKERS' COMPENSATION INSURANCE -- The Contractor's attention is directed to Section 7-4, "Workers' Compensation Insurance", of Standard Specifications, providing that the Contractor shall file a signed Certificate of Workers' Compensation Insurance before execution of the contract. 5-1.04 PAYMENT OF PREVAILING WAGE RATE -- The Contractor and all subcontractors shall pay each craft or worker employed on this project not less than the prevailing wage rates specified in Resolution No. 90-358 ofthe 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 ofthe "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: (I) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the Engineer on a weekly basis. It will be the Contractor's responsibility to submit the records enumerated in subdivision (a) for all his subcontractors, in addition to his own employees. Failure to submit the records enumerated in subdivision (a) on a timely basis shall constitute good and sufficient reason for withholding the partial payments for work accomplished. 5-1.06 EMPLOYMENT OF APPRENTICES -- This project is subject to the State of California Division of Apprenticeship Standards (DAS) requirements for the employment of apprentices. The Contractor's attention is directed to the provisions in the following section of the California Labor Code concerning employment of apprentices on public works projects: 1773.3 An awarding agency whose public works contract falls within the jurisdiction of Section 1777.5 shall, within five days ofthe 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-I? The Contractor shall not encroach on private property adjacent to this project in any phase of the construction without fIrst obtaining a signed Right Of Entry document from the property owner and submitting this Right Of Entry to the Engineer for approval, prior to any entry or encroachment onto private property. The Contractor shall be responsible for any injury to any person or damage to property resulting from any defects or obstruction occurring any time before project completion and fInal acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor and Common Council, the City Manager or the City Engineer from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the CITY may be retained by the CITY until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due, or becoming due, the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety . 5-1.08 DIFFERING SITE CONDITIONS -- During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specifIc differing conditions before they are disturbed and before the affected work is performed. Upon written notifIcation, the Engineer will investigate the conditions, and if the Engineer determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profIts, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his determination whether or not an adjustment of the contract is warranted. SP-18 No conflict adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. No contract adjustment will be allowed under the provisions specified in this section for any effects caused on unchanged work. Any contract adjustment warranted due to differing site conditions will be made in accordance with the provisions in Section 3-4, "Changed Conditions", of the Standard Specifications. 5-1.09 ATTORNEY'S FEES AND ARBITRATION -- The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all attorney fees, court costs and necessary disbursements in connection with that action. The costs, salary and expenses of the City Attorney and members of his office, in connection with that action, shall be considered as attorney's fees for the purposes of this Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.10 CITY BUSINESS REGISTRATION CERTIFICATE -- The Contractor warrants it possesses, or shall obtain, and maintain during the term of this Agreement, a business registration certificate pursuant to Title 5 of the City of San Bernardino Municipal Code, and any and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required of contractor/consultant/vendor to practice its profession, skill or business. Contractor shall obtain a City of San Bernardino Business Registration at his/her own expense. SP-19 ACORD FORM INSURANCE SAMPLE: ACCORD CERTIFICATE OF INSURANCE DATE (MMNYIDD) 00/00/00 PRODUCER THIS CERTIFICATE ISSUED AS A MATTER OF INFORMA nON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE 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., INe. 1226 EAST LA PALMA AVENUE ANAHEIM, CA 92807 (714) 524-4949 FAX: (7145) 524-4940 INSURED YOUR COMPANY NAME AND ADDRESS COVERAGES TIllS IS TO CERTIFY TIlAT lHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOlWlTHSTANDING ANY REQUIREMENT, TERM, OR CONDmON OF ANY CONTRACT OR O'IHERDOCUMENT wrrn RESPECT TO WHlCH nus CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY lHE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALle 1HE TERMS, EXCLUSIONS AND CONDmONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ~-ii TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIYYIDD) POLICY EXPIR DATE (MMIYYIDD) LIMITS GENERAL LIABILITY EACH OCCURRENCE $1000000 X COMMERCIAL GEN LIABILITY FIRE DAMAGE (ANY ONE FIRE) A $ 500000 CLAIMS MADE OCCUR MED EXP ANY ONE PERSO $ 5000 x OWNER'S & CONTRACTOR'S PROT 102267576 02/0]/98 02101199 PERSONAL & ADV INJURY $1000000 GENERAL AGREGATE $ 2 000000 PRODUCTS-COMP/OP AGG $2000000 AUTOMOBILE LIABILITY COMBThffiD SINGLE LThMT $1000000 X AUTO BODILY INJURY erPeJ50n B ALL OWNED AUTOS THE PROPRIRETORl PARTNERSlEXECUTIV E OFFICERS ARE: !NCL BOOIT.Y INJURY ident BAP 5197135 02101198 02101/99 SCHEDULED AUTOS $ HIRED AUTOS NON-OWNED AUTOS GARAGE LIABll..ITY $ ANY AUTO ACCIDENT other than auto only: WORKERS COMPENSATION AND EMPLOYER'S LIABITJTY AGGREGATE WORKERS COMP X STATUTORY LIMITS C E.L. EACH ACCIDENT $1,000,000 02101199 E.L. DISEASE - EA EMPLOYEE $1,000,000 $1,000,000 EXCL E.L. DISEASE POLICY LIMIT OTHER DESCRIPTION 01' OPERATlONSJLOCATlONSIVEHICLESlSPEClAL ITEMS JOB WCATION: ALL CALIFOBNIA OPERATIONS OF THE NAMED INSURED RE: (INSERT PROJECT NAME) BELOW NAMES AS ADDmONAL INSURED WITH RESPECT TO GENERAL LIABILITY AS REQUIRED BY PROJECT CONTRACT CERTIFICATE HOLDER CANCELLATION SHOULD ANY Of THE ABOVE DESCRIBED POUCIES BE CANCFl.JB) BEFORE THE EXPIRATION DATE lHEREOF, THE ISSUEING COMPANY WIlJ.. MAIL -1ll DAYS WRITTEN NOTICE 10 THE CERTIFICATE HOlDER. NAMES TO THE LEFT. THE CITY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS 300 N. "0" STREET, 3'" FLOOR SAN BERNARDINO, CA 92418-0001 AUJ'HORIZED REPRESENTATIVE JOHN E. SMITH (Signature) ACCORD 25-S 1/95 o ACCORD CORPORATION SP-20 COMMERCIAL GENERAL LIABILITY NAMED INSURED: POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED ------ OWNERS LESSEES , OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART-OCCURRENCE SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS 300 NORTH "D" STREET, 3RD FLOOR SAN BERNARDINO, CA 92418-0001 OilY (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN 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 11 85 Authorized Representative for CNA Insurance Group Golden Eagle Insurance Company SP-21 SECTION 6 6-1 GENERAL 6-1.01 INCREASED OR DECREASED OUANTITIES -- If the total pay quantity of any item of work subject to the provisions in Section 3-2.2, "Contract Unit Prices", of the Standard Specifications varies by more than 25 percent, compensation payable to the Contractor will be determined in accordance with said Section 3-2.2.1, "General", of the Standard Specifications and these Special Provisions. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $1,500 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. Should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate, therefor, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. The payment of the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SOUND CONTROL REQUIREMENTS -- Sound control shall comply with Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions. The noise level from the Contractor's operations between the hours of 9:00 p.m. and 6:00 a.m. shall not exceed 86 dbA at the distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise levels Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that 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) REOUlREMENTS -- The Contractor shall strictly adhere to Sections 7-8 and 7-10 of the Standard Specifications for Public Works (Green Book) throughout the entire project. The Contractor, without limitation, shall be responsible for providing and implementing Best Management Practices to comply with National Pollution Discharge Elimination System (NPDES) standards and practices. The Contractor shall be responsible, to the fullest extent possible, for preventing any contaminants, including soil, from entering any drainage system. The Contractor shall be responsible for having sufficient materials on hand and being prepared to provide erosion and sediment controls capable of preventing erosion from being washed into the storm drain system. The Contractor shall be responsible for maintaining equipment so that oil, grease, gasoline, diesel fuel, et 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: 1. Handle, store and dispose of materials properly. 2. Avoiding excavation and grading activities during wet weather. 3. Construct diversion dikes and drainage swales around working sites. 4. Cover stockpiles and excavated soil with secured tarps or plastic sheeting. 5. Develop and implement erosion control plans. 6. Check and repair leaking equipment away from construction site. 7. Designate a location away from storm drains for refueling. 8. Cover and seal catch basins whenever working in their vicinity. 9. Use vacuum with all concrete sawing operations. 10. Never wash excess material from aggregate, concrete or equipment onto a street. 11. Catch drips from paver with drip pans or absorbent material. 12. Clean up all spills using dry methods. 13. Sweep all gutters at the end of each working day. Gutters shall be kept clean after leaving construction site. 14. Call 911 in case of a hazardous spill. 15. Keep a running log of all activities in connection with the Storm Water Pollution Prevention Plan (SWPPP). 16. Name a person, on site, responsible for complying with SWPPP. BEST MANAGEMENT PRACTICES ( BMPs ): Best Management Practices shall be defmed 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 VEIDCLEANDEOUWMENTMANAGEMENT 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 StabilizerlDust 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-off from other sources may occur. STORM WATER POLLUTION PREVENTION PLAN (SWPPP ): A Storm Water Pollution Prevention Plan (SWPPP) shall be defined as a report that includes site map(s), identification of construction and contractor activities that could pollute storm water, and a description of measures and practices to control the potential pollutants. The preparation and implementation of the SWPPP is intended to ensure that the Contractor will make every reasonable effort to prevent the pollution of water resources during the period of construction. All projects, regardless of size, shall have a SWPPP developed prior to the performance of any soil disturbing activities. SP-25 Projects over one acre are placed under the regulations of the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharge Associated with Construction Activity. In the State of California, these regulations are adopted by the State Water Resources Control Board and as such projects that fall into this category must submit a Notice of New Construction (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.govlhqlconstruc/stormwaterlmanuals.htm. SWPPP's over one acre shall be prepared under the supervision of, and signed by, a Civil Engineer registered by the State of California. All SWPPP's shall include and incorporate BMPs that address contractor activities, erosion, and sedimentation control. The SWPPP shall also include and incorporate appropriate BMPs for run-off generated by construction activities and other non-storm water sources. During all periods of construction, excavated soils which are stored on-site shall be completely covered with waterproof material and gravel bagged or bermed in order that, in the event of a storm, no soil becomes mixed with or transported by storm water run-off. If, during construction operations, field conditions change in a manner which, in the opinion of the Engineer, significantly deviates from how the SWPPP, as approved by the CITY, addressed the current construction operation, the Engineer may direct the Contractor to revise the current construction operation and/or the SWPPP. Such directions will be made in writing and will specify the items of work for which the SWPPP is inadequate. No further work on these items will be permitted until the Contractor revises the construction operations to the satisfaction of the Engineer and/or until the Contractor submits a revised SWPPP and receives CITY approval. The Engineer shall notify the Contractor of the acceptance or rejection of the revised SWPPP within seven (7) working days from the date of submittal. The BMP (Best Management Practices) and/or SWPPP (Storm Water Pollution Prevention Plan) shall be submitted to the CITY for review and approval a minimum of ten (10) working days prior to the commencement of construction operations in accordance with this Section 6-1.03 of these Special Provisions. The CITY, as Permittee, is subject to enforcement actions by the State Water Resources Control Board, Environmental Protection Agency, and private citizens. The CITY may assess the Contractor a penalty of $1,000 for each calendar day that the Contractor has not fully implemented the BMP(s) or SWPPP specified for the Contract and/or is otherwise in noncompliance with these provisions. In addition, the CITY will deduct, from the fmal payment due the Contractor, the total amount of any fmes levied on the CITY, plus legal and staff costs, as a result of the Contractor's lack of compliance with these provisions and/or less than complete implementation of the specified BMP(s) or SWPPP. SP-26 THE CONTRACTOR SHALL COMPLY WITH THESE REQUIREMENTS AND CITY ENGINEER'S DIRECTIONS DURING THE COURSE OF CONSTRUCTION. The Contractor shall provide to the CITY, prior to beginning construction, the name and telephone number(s) of the Contractor and/or the Contractor's NPDES representative, which can be reached and will respond to calls 24 hours/day for emergencies during construction activity. Full compensation for the implementation of BMPs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials to comply fully with NPDES requirements shall be considered as included in the other contract bid prices paid for the various bid items of work, and no additional compensation shall be allowed therefor. Full compensation for preparation of the SWPPP, revisions to the SWPPP, and all other related costs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials to comply fully with NPDES requirements shall be considered as included in the other contract bid prices paid for the various bid items of work, and no additional compensation shall be allowed therefor. 6-1.04 PERMITS AND LICENSE -- The Contractor shall pay for and obtain a City Business Registration prior to the execution ofthe contract. Contractor shall obtain a City of San Bernardino Business Registration at his/her own expense. Prior to the commencement of work, the Contractor shall obtain a construction permit at no cost from the City of San Bernardino, Public Works Department, located at San Bernardino City Hall, 300 North "D" Street, 3'd Floor, San Bernardino, California. The permit shall be kept in a readily available place on the job site at all times during construction. While no fee will be charged for the permit, no permit will be issued unless the Contractor provides a code reference number from USA. The Contractor shall obtain all required permits from all other City of San Bernardino Departments/divisions and/or agencies including, but not limited to the Community Development, Building and Safety Division, the Public Works Department, Street Division, any involved water agency, county flood control, railroad, Caltrans, Fish & Game, Corp. of Engineers, Regional Water Quality Board, etc., at his/her own expense, unless otherwise stated in the Plans and Specifications. These fees and permits shall include water and sewer hook-up, meter, inspection and flagging fees. SP.27 6-1.05 EXTRA WORK AND MARKUP -- Any extra work done shall conform to the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the restrictions of Section 20452 and 20455 of the Public Contract Code. A. Work 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 by Subcontractor When all or any part of the extra work is performed by a Subcontractor, the markup established above shall be applied to the Subcontractor's actual cost of such work, also a markup of 10 percent on the first $5,000.00 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000.00 of the subcontracted portion of the extra work may be added by the Contractor. 6-1.06 HOLIDAYS, WORKING DAYS AND HOURS -- The Contractor's activities shall be confmed to the hours between 7:00 a.m. and 4:30 p.m., Monday through Thursday, 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 1st, the third Monday in January, the third Mond~ in February, the last Monday in May, July 4th, 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 offmal payment and/or bonds. 6-1.08 PROJECT APPEARANCE The contractor shall maintain a neat appearance to the work including use of street sweeping and graffiti removal. The Contractor shall inspect the project site each working day and be prepared to remove debris and graffIti from all surfaces, including security fencing, on the day of occurrence. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly unless otherwise specifIed. The Contractor is encouraged to recycle all materials. The Contractor shall provide the CITY all documents as to the weight of materials removed during excavations in accordance with the requirements of AB939. 6-1.09 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL -- Unless otherwise specifIed, all excess excavation or removed material shall become the property ofthe 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 of the 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 Corner Records or Records of Survey shall be delivered to the CITY within 30 days of such filings. Full compensation for preparation of the survey documents, revisions to the survey documents, and all other related costs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials to comply fully with these Special Provisions and the CLSA shall be considered as included in the contract bid lump sum price, or if no specific bid item, the contract bid prices paid for the various bid items of work, and no additional compensation shall be allowed therefor. 6-1.11 CLAYTON ACT AND CARTWRIGHT ACT -- Section 4551 ofthe 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 [mal 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-3! 6-1.16 SAFETY SUPERVISOR AND MEETINGS -- A. The Contractor shall appoint an employee as safety supervisor who is qualified and authorize to supervise and enforce compliance with the Safety Program. The Contractor shall notify the Engineer in writing prior to the commencement of work of the name of the person who will act as the Contractor's Safety Supervisor. B. The Contractor will, through and with his Safety Supervisor, ensure that all of its employees, and its subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Supervisor shall be a full-time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. C. The Contractor and its affected subcontractors shall attend safety coordination meetings. The minutes of their meetings shall be submitted to the Engineer. 6-1-17 MEETINGS -- A. The Contractor shall attend weekly progress meetings at the project site. B. In general, these meetings will be attended by the Contractor, the Engineer or his designee, and any subcontractors, suppliers, distributors or other concerned individuals with issues or items to discuss. C. Meeting minutes will be taken by the Engineer or his/her designee. The meeting minutes will be available to the Contractor at the following weekly meeting. The Contractor shall be responsible to distribute the meeting minutes to all parties performing work under his contract. D. The Engineer shall have the authority to require that a mandatory meeting be held at any time during normal work hours. E. These meetings shall be attended by the Contractor, the Engineer or his/her designee, and any subcontractors specified by the Engineer. 6-1.18 PAYMENT -- Full compensation for conforming to the requirements of Section 6 shall be considered as included in the prices paid for the various contract bid items of work involved, and no additional compensation will be allowed therefor. SP-32 SECTION 7 7-1 UTILITIES 7-1.01 GENERAL -- The location of all utility substructures that may affect the work shall comply with Section 5, "Utilities", of the Standard Specifications and these Special Provisions. The Contractor shall notify the Engineer immediately of any conflict. The Contractor shall match existing products. The Contractor is responsible for coordinating work with the utility owners. Certain companies, governmental agencies, or their contractors may be working within the construction area. Certain utility facilities at various locations within the project limits may be removed, relocated, abandoned, or installed by companies' or agencies'. contractors. The Contractor shall coordinate his work with utility owners and their contractors. The Contractor shall exercise due caution to prevent any damage t%r movement ofthese 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 TEL COM OF CALIFORNIA (ADELPHlA; 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 7. TIME WARNER TELECOM OF CALIFORNIA 3281 Guasti Road, Suite #350 Ontario, CA 91761 Attn: Mark Davenhauer Phone: (909) 456-3697 Attn: Richard Wilkerson Cell: (714) 801-6141 8. AT. & 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 AT. & T. - Cable Hazards Center Phone: (800) 252-1133 or AT. & T. - Plant Protection Services Phone: (909) 381-7385 Attn: John Bradley 9. A.T. & T. (SBC - PACIFIC BELL TELEPHONE) ATTN: Right-of-Way Liaison 1265 N. Van Buren Street, Room #180 Anaheim, CA 92807 Phone: (714) 666-5401 Attn: Susan Morgan SP- 34 10. SPRINT COMMUNICATIONS Attn: Outside Plant Engineering 282 South Sycamore Street Rialto, CA 92376 Phone: (909) 874-7450 Attn: Lynn Durrett 11. MCI - Western Region OSP Outside Plant Construction 157 S. Lilac Street Rialto, CA 92376 Phone: (909) 421-5309 Attn: Chuck Trimble 12. CHARTER COMMUNICATIONS 7337 Central Avenue Riverside, CA 92504-1440 Phone: (951) 343-5139 Attn: Dean Vandever 13. EAST VALLEY WATER DISTRICT 3654 Highland Avenue, Suite # 18 Highland, CA 92346-2607 Phone: (909) 888-8986 Attn: Justin Parker 14. SAN BERNARDINO COUNTY INFORMATION SERVICES NETWORK SERVICES Attn: Randy Miller, Division Chief 670 E. Gilbert Street San Bernardino, CA 92415 Phone: (909) 388-5910 Attn: Michele Watson 15. OMNITRANS 1700 W. 5th Street San Bernardino, CA 92411 Phone: (909) 379-7153 Attn: Allen Wild - Stops & Station Changes SP-35 16. CITY OF SAN BERNARDINO INFORMATION TECHNOLOGY NETWORK GROUP 300 North "D" Street, 4th Floor San Bernardino, CA 92418 Phone: (909) 384-5947 Attn: Larry Martin 17. CITY OF SAN BERNARDINO PUBLIC WORKS DEPARTMENT STREET DIVISION 234 S, Mt. View Avenue San Bernardino, CA 92408 Phone: (909) 384-5143 Attn: John Van Havermaat 18. CITY OF SAN BERNARDINO PUBLIC WORKS DEPARTMENT TRAFFIC SIGNALS & STREET LIGHTING 234 S. Mt. View, #110 San Bernardino, CA Phone: (909) 384-5129 Attn: Clemente Elizalde 7-1.02 CONTRACTOR'S RESPONSIBILITY -- The Contractor shall verify the location of all underground utilities and services, including potholing, before proceeding with the excavation work, requesting in advance the services of inspectors from the utility companies in order to ascertain said locations. Damage to underground utilities resulting from neglect on the part of the Contractor shall be corrected and paid for by the Contractor. 7-1.03 COOPERATION AND COLLATERAL WORK -- The Contractor shall conform to the requirements of Section 7-7, "Cooperation and Collateral Work", of the Standard Specifications. 7-1.04 UTILITIES NOTIFICATION -- The Contractor shall notify all owners of public utilities seventy two (72) hours in advance of excavating around any of their facilities and substructures and shall also provide the same notice to Underground Service Alert of Southern California, telephone number 1/800/422-4133. SP-36 7-1.05 UTILITIES INTERFERENCE -- Utilities which are found, by exploratory location or by excavation, to interfere with the construction of this project will be relocated, altered, or reconstructed, or the Engineer may order changes in location, line or grade of the project structure, to be built in order to avoid said utility. The Contractor may coordinate the work with the utility owners. Abandoned utilities, which interfere with the construction of any portion of this project, may be cut by the Contractor, the interfering portion of the utility removed and open ends of the pipe sealed with a suitable plug or cap. 7-1.06 PAYMENT -- Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included in the prices paid for the various contract bid items of work involved and no additional compensation will be allowed therefor. SP-37 SECTION 8 8-1 DESCRIPTION OF WORK 8-1.01 DESCRIPTION -- The work to be done consists, in general, of clearing and grubbing, removing portions of sidewalk and tree roots under sidewalk, constructing concrete sidewalk, removing curb ramp and adjacent sidewalk, installing concrete curb ramps and by-pass sidewalk, removing asphalt concrete, grinding asphalt concrete, applying asphalt concrete over crushed aggregate base and asphalt concrete overlay, installing traffic signal system, including installing traffic signal standards, pull boxes and conductors, constructing traffic signal standard foundations, installing controller service equipment enclosure, installing radio based interconnect system, installing emergency vehicle preemption system, applying traffic striping and pavement markings, removing and installing roadside signs and posts, modifying existing irrigation system disturbed by project work, and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these Special Provisions shall be performed, placed, constructed or installed. The work to be done shall include furnishing all materials, equipment, tools, labor, taxes and incidentals as required by the Contract Documents to construct the project. Addenda issued during the time of bidding shall become a part of the documents furnished to all bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the contract. Each Bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge Addenda may result in the Bid being rejected as not responsive. 8-1.02 ORDER OF WORK -- The first order of work shall be to place the order for the traffic signal equipment. Within one (1) week of the NOTICE TO PROCEED, the Contractor shall furnish the Engineer with a statement from the vendor that the order for said equipment has been received and accepted by the vendor. All other works shall be considered second order of work. As stated in Section 21-1.02, "4. Service", of these Special Provisions, the Contractor shall also contact Southern California Edison regarding service by the 16th working day of this project. All other works shall be considered as second order of work. 8-1.03 WORK SITE MAINTENANCE -- The Contractor shall comply with the provisions in Section 7-8, "Work Site Maintenance", of the Standard Specifications. The Contractor shall water down the site during periods of high winds as directed by the Engineer, including periods when the work is not actually in progress. Failure to respond to a directive to water the site in a prompt manner will result in the CITY making other arrangements to have this item of work done and the costs billed to the Contractor, or it shall be paid for by the Contractor as a deduction from his contract. SP-38 8-1.04 PROJECT LOCATIONS -- See separate bound Plans. 8-1.05 GEOTECHNICAL INVESTIGATION -- None. 8-1.06 APPROVED MATERIALS -- Whenever the expression "or approved equal" is used, it shall be taken to mean the approval by the City Engineer of any substitution of material or material specified herein. All substitution requests shall state the reason for the request and the difference in price between the item specified and the requested substitution. All substitution requests shall be submitted to the City Engineer in writing five (5) working days prior to the bid opening. No requests for substitutions will be considered by telephone. The Contractor shall submit to the Engineer for review and approval six (6) copies of all shop drawings. The Contractor shall make any corrections to shop drawings required by the Engineer. 8-1.07 CITY-FURNISHED MATERIALS -- CITY furnished material, when applicable as specified in other sections of these Special Provisions, shall comply with the following: A. Materials, if furnished by the CITY, will be made available as specified in these Specifications. The Contractor is responsible for loading, unloading, hauling and handling, and placing CITY-furnished materials. B. The Contractor shall inspect and assure itself of the amount and soundness of such materials. C. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. CITY-furnished materials that are lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the CITY for the cost ofreplacing CITY-furnished material and such costs may be deducted from any monies due or to become due the Contractor. SP- 39 8-1.08 PRE-BID INQUIRIES -- NO ORAL representations or interpretations will be made to any Bidder as to the meaning of the Specifications, Plans, any addenda, or other Contract Documents. Written requests for an interpretation, or to identify a potential omission, discrepancy, or misunderstanding will be accepted if received by 5:00 p.m. of the Slh 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, 3'd Floor San Bernardino, CA 92418 Re: PLANS & SPECIAL PROVISIONS NO. 12031 & 12031A TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE (TC 07-001) Attention: Mire1a Grigorescu Tel: (909) 384-5202; Fax: (909) 384-5190 E-mail: grigorescu _ mi@sbcity.org SP-40 SECTION 9 9-1 TRAFFIC CONTROL 9-1.01 GENERAL -- The Contractor shall comply with Section 7-10, "Public Convenience and Safety", of the Standard Specifications for Public Works Construction, latest edition, and these Special Provisions. Warning signs, lights, cones, barricades and devices for use in performance of work upon highways shall conform to the most recent "California Manual on Uniform Traffic Control Devices". The Contractor shall submit and obtain CITY approval for traffic control and traffic detour plans prior to the commencement of operations on a street. Traffic control plans shall be based on the most recent "California Manual on Uniform Traffic Control Devices". All temporary traffic striping and maintenance shall be done by the Contractor, including placement of temporary tape on all crosswalks. The Contractor shall restore all existing striping to original configuration, and as directed by the Engineer. All warning, regulatory and construction signs shall be fully reflectorized. The traffic cones to be used shall be thirty-six inches (36") in height, rubber or plastic, and be reflectorized. All work areas that remain after dusk shall be properly lighted to the satisfaction of the Engineer. The Contractor shall take all necessary measures to maintain a normal flow of traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. The Contractor shall be responsible for implementing the approved traffic control plan based on the most recent "California Manual on Uniform Traffic Control Devices". The Contractor shall make the necessary arrangements to provide and maintain barriers, cones, barricades, construction warnings, regulatory signs and any other safety control devices, including flagmen. The Contractor shall take measures necessary to protect all other portions of the work during construction and until completion, providing and maintaining all necessary barriers, barricade lights and striping, including crosswalks. In addition to the foregoing traffic control and safety measures, the Contractor shall immediately implement any measures requested by the Engineer defined as necessary to ensure the proper flow of traffic, the protection ofthe 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. Verbal notification shall be given to all places of business and residences at least 18 hours in advance of commencing work that will affect access to and from their properties. . The Contractor shall notify all local authorities of his intent to begin work, in writing, at least seven (7) days before work is begun. 9-1.02 TURN RESTRICTIONS -- The Contractor shall post appropriate signs restricting turns when directed to do so by the Engineer. 9-1.03 PARKING RESTRICTIONS -- Unless otherwise provided herein, the Contractor may post temporary "NO PARKING" signs within the area of work as required to facilitate construction operations, subject to approval of the Engineer. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time. The Contractor shall furnish, maintain, and install (seven days prior to the start of work) all "TEMPORARY NO PARKING" signs with the duration of the no parking time written on them. The Contractor will be responsible for posting, removing, and maintaining these signs as required for this project. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall obtain prior approval from the Engineer for removal of vehicles. 9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum width of 10 feet. A minimum shoulder width of 2 feet shall be provided adjacent to curbs, posts and other similar obstructions, and 5 feet shall be provided adjacent to any excavation, unless otherwise authorized by the Engineer. SP-42 9-1.05 PUBLIC CONVENIENCE -- During the progress of work, adequate provisions shall be made by the Contractor to accommodate the normal vehicular and pedestrian traffic along streets, roads, and highways, immediately adjacent to or crossing the work, so as to cause a minimum of inconvenience to the general public. Convenient access to abutting properties shall be maintained and remain open, unless approved by the Engineer. 9-1.06 FLASHING ARROW SIGNS -- The Contractor shall furnish and maintain flashing arrow signs (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. '<P_41 9-1.08 PAYMENT -- Full compensation for furnishing and installing signs, lights, flares, barricades, traffic control plan and other traffic control devices, necessary to expedite passage of public traffic through the work area, shall be considered as included in the lump sum prices paid for "TRAFFIC CONTROL", and no additional compensation will be allowed therefor. The provisions in this Section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. Such approved modifications or alterations shall be adopted immediately and shall be considered paid in full as a part of the lump sum contract bid price for "TRAFFIC CONTROL", and no additional compensation will be allowed therefor. SP-44 SECTION 10 10-1 MOBILIZATION 10-1.01 GENERAL -- Mobilization shall comply with the requirements of Section 9-3.4, "Mobilization", of the Standard Specifications. Mobilization may include, but not be limited to, the following principal items: 1. Submittal and modification, as required, of the Construction Schedule. 2. Providing a Project Office. 3. Review of the Site. 4. Obtaining all required Transportation Permits. 5. Submittal of all required insurance certificates and bonds as required by these Specifications 6. Moving onto the site, including, but not limited to: a. Equipment b. Arranging for and erection of Contractor's work and storage areas. 7. Installing construction fencing and temporary construction power and wiring. 8. Providing a minimum of one restroom facility for each twenty-five (25) workers occupying the site. Facilities may include existing functioning restrooms, or portable chemical facilities, or any combination thereof, and shall count as one for each urinal or one for each water closet (as required). 9. Installing all temporary utilities (as required). 10. Establishing required fire protection provisions. 11. Posting all OSHA required notices and establishment of safety programs. 12. Posting of all Department of Labor notices. 13. Having the Contractor's superintendent at the job site full-time and responding 24 hours per day. 14. Air and water quality protective measures, as necessary, and without limitation. 15. Potholing and other research and review as necessary to verify site conditions and utility locations. 16. Demobilization ofthe Site. 17. Any other item as specified. The cost of bonds, insurance, move in and move out costs, preparation and submission of submittals, obtaining encroachment permits, and miscellaneous incidental costs, shall be included in the Bid Item provided for mobilization and demobilization and incidental project costs as a lump sum item, for which 75 percent (75%) will be eligible for inclusion in the first progress payment, with the remaining 25 percent (25%) not eligible for inclusion until 100 percent (100%) of the work has been completed and if progress of the work is satisfactory. SP-45 No work shall be started without prior approval of the submittals. Failure to comply with the preceding requirement will be sufficient ground for the Engineer to stop all work on the project until the requirements are met. 10-1.02 PAYMENT The contract bid lump sum price paid for "MOBILIZATION" shall be deemed to include the cost of work in advance of construction operation and not directly attributable to any specific bid item, and no additional compensation will be allowed therefor. ~P_4(\ SECTION 11 11-1 CLEARING AND GRUBBING UNCLASSIFIED EXCAVATION AND UNCLASSIFIED FILL 11-1.01 GENERAL -- Clearing and grubbing, unclassified excavation and unclassified fill shall comply with Section 300-1, "Clearing and Grubbing", Section 300-2, "Unclassified Excavation", and Section 300-4, "Unclassified Fill", of the Standard Specifications and these Special Provisions. Clearing and grubbing shall include, but not be limited to the following items as shown on the Plans or as specified in the Special Provisions. PART "A" The following items shall be classified as clearing and grubbing: 1. Remove existing vegetation and features, per the Plan, and as directed by the Engineer, including miscellaneous items that can be removed by hand. 2. Remove all existing traffic stripes, crosswalks and pavement markings as designated and directed by the Engineer. NOTE: Where blast cleaning is used for the removal of painted traffic stripes and pavement markings, or for removal of objectionable material and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after contract between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. PART "B" The following items are classified as separate bid items of work: 1. Remove existing asphalt concrete pavement and/or concrete pavement material, including saw cutting, as shown on the Plans, and as directed by the Engineer. 2. Remove existing concrete curb ramp and adjacent sidewalk, including saw cutting, as shown on the Plans, and as directed by the Engineer. SP-47 3. Saw cut and remove part of existing concrete sidewalk and any tree roots under the sidewalk, per the Plan, and as directed by the Engineer. 4. Remove and salvage existing roadside signs, per the Plan, and as directed by the Engineer. 5. Remove and salvage existing roadside signs and single posts, per the Plan, and as directed by the Engineer. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Section 7-10, "Public Convenience And Safety", of the Standard Specifications. The Contractor shall deliver salvaged material to the CITY YARD, at 234 South Mountain View Avenue, San Bernardino, CA 92404. The Contractor shall contact the Engineer at (909) 384-5166, 48 hours prior to hauling. The Contractor shall provide equipment, as required, to safely load and unload the salvaged materials. All removed concrete and other materials, not specifically requested to be salvaged, shall become the property of the Contractor and shall be legally disposed of outside of the right-of-way in accordance with Section 300-2.2, "Unsuitable Material", and Section 300-2.6, "Surplus Material", of the Standard Specifications. The Contractor shall grade and compact as required following removal of items of this Section, providing all unclassified excavating and unclassified fill necessary for removal of existing improvements, as indicated on the Plans, as described in these Special Provisions, and as directed by the Engineer. Excess and/or unsuitable materials shall be removed from the site by the Contractor. The CITY neither warrants nor implies that there will be an earth balance on this project. All embankments and subgrades shall be compacted in accordance with Section 300-4.7, "Compaction" of Standard Specifications and these Special Provisions. Subgrade for asphalt concrete shall be compacted to a relative density of not less than 95%, for a depth not less than 1.5 feet for main roadways and 1.0 feet for driveways. Where unclassified fill and grading is necessary in preparation for laying concrete, it shall be made with clean earth which shall be solidly compacted to avoid future settlement. 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 sub grade material, subgrade material shall be compacted to a relative compaction of95%. SP-48 11-1.02 PAYMENT -- The contract bid lump sum price paid for "CLEARING AND GRUBBING and Unclassified Excavation and Unclassified Fill" shall be considered as full compensation for providing all the material, tools and equipment, and for doing all the work involved in clearing and grubbing, including miscellaneous unclassified excavation and unclassified fill, removing traffic striping and marking and providing, relocating and removing temporary construction fencing, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. The contract bid unit price paid per square yard for "REMOVE Existing Asphalt Pavement" shall be considered as full compensation for providing all the material, tools and equipment, and for doing all the work involved in the removal of existing asphalt pavement in the roadbed, including saw cut, 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 "REMOVE Concrete Curb Ramp and Adjacent Sidewalk" shall be considered as full compensation for providing all the material, tools and equipment, and for doing all the work involved in the removal of existing concrete curb ramp and adjacent sidewalk within the right of way and existing asphalt pavement in the roadbed, including saw cut of concrete spandrel, 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 "REMOVE Roadside Sign from Street Light Standard and Salvage" and "REMOVE Roadside Signs and Single Post and Salvage" shall be considered as full compensation for providing all the material, tools and equipment, and for doing all the work involved in the removal of existing roadside signs, and the removal of existing single posts and salvaging these items to the CITY yard, including the unclassified excavation and unclassified fill involved, complete in place, per the Plans, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. Full compensation for providing all the material, tools and equipment, and for doing all the work involved in the removal of existing concrete sidewalk and any tree roots underneath, including saw cut, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, shall be considered as included in the c.ontract bid unit price paid per square foot for "REMOVE Sidewalk and Tree Roots as required and CONSTRUCT PCC SIDEWALK", as defmed in Section 16, "PORTLAND CEMENT CONCRETE" of these Special Provisions, and no additional compensation will be allowed therefor. SP-49 Cost of compaction testing ordered by the Engineer shall be paid for in the following manner: 1. . Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. The Contractor shall pay the price at the same rate that the CITY is charged by the testing soils lab. 2. Tests which do meet the required relative compaction shall be paid for by the CITY. SP-50 SECTION 12 THROUGH SECTION 13 BLANK SP-51 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 soil sterilant shall be applied per SECTION 15, as directed by the Engineer. A tack coat shall be applied, as directed by the Engineer. 14-1.02 CRACK SEALING -- In areas where an overlay of asphalt concrete is to be made on existing paving, all cracks larger than l/4" shall be cleaned and sealed with a hot- applied rubberized asphalt sealant, prior to placing overlay. The Engineer shall make the sole determination as to which cracks shall be sealed. The crack sealing material shall be rubberized crack seal, "Crafeco" or "Percal Polymerles" or approved equal. Cracks 1/2" inch wide, to 1-l/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-l/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. SP-52 14-1.04 ADmSTING MANHOLE FRAMES AND COVERS TO GRADE AND WATER VALVE ENCLOSURES 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, per the Plans and as directed by the Engineer. Adjusting water valve enclosures 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 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 ADmSTING NON-CITY UTILITY MANHOLESNAULTSNALVES -- Adjusting non-city utility manhole/vault frames and covers or valve enclosures 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" and "ASPHALT CONCRETE PAVEMENT OVERLAY" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in crack sealing, tack coat and placing pavement material , including overlaying and feathering 2' minimum width (as required), to meet existing, complete in place, per the Plans, the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no additional or separate compensation will be allowed therefor. Payment for "ADJUST Water Valve Enclosure To Grade" is a separate bid item of work per Section 25A of these Special Provisions. Cost of compaction testing ordered by the Engineer shall be paid for in the following manner: 1. Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. The Contractor shall pay the price at the same rate that the CITY is charged by the testing soils lab. 2. Tests which do meet the required relative compaction shall be paid for by the CITY. SP-53 SECTION 15 15-1 AGGREGATE BASE 15-1.Ql GENERAL -- Aggregate base shall comply with requirements of Section 200-2, "Untreated Base Materials", and Section 301-2, "Untreated Base", of the Standard Specifications and these Special Provisions for crushed aggregate base. Crushed rock for aggregate base shall be 3/4 inch. A soil sterilant shall be applied to all soil in the areas to receive bituminous concrete pavements as directed by the Engineer. Before application of soil sterilant or aggregate base material, the subgrade shall be prepared in accordance with Sub-Section 301-1.2, "Preparation of Subgrade", of the Standard Specifications. Subsoil under the traveled way shall be compacted to a relative compaction of a minimum of95%. 15-1.02 SOIL STERILIZATION -- Soil sterilant shall be "Poly-Bor-Chlorate", or Borascu", with colored marker dye, manufactured by Pacific Coast Borax Company or approved product of other manufacturer provided they are of non-flammable type. After all fme grading, checking, shaping and compacting of the subgrade has been completed, all soil in the areas to receive bituminous concrete pavements shall be thoroughly treated with soil sterilant and thoroughly sprinkled to distribute the chemical through the first two or three inches ofthe subgrade. Soil sterilant shall be applied in accordance with the manufacturer's recommendations. The Contractor shall provide all necessary protection to prevent injury to animal or plant life and property occasioned by the application of the soil sterilant. The Contractor will be held responsible for all personal injury or property damage caused by the application of soil sterilant or the storage of same. SP-54 15-1.03 PAYMENT -- The contract bid unit price paid per cubic yard for "CRUSHED AGGREGATE BASE", shall include full compensation for providing all the material, tools and equipment, and for doing all the work involved in placing aggregate base material, including soil preparation, soil compaction and application of soil sterilant, per the Plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. Cost of compaction testing ordered by the Engineer shall be paid for in the following manner: 1. Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. The Contractor shall pay the price at the same rate that the CITY is charged by the testing soils lab. 2. Tests which do meet the required relative compaction shall be paid for by the CITY. SP-55 SECTION 16 16-1 PORTLAND CEMENT CONCRETE 16-1.01 GENERAL -- Portland cement concrete construction shall comply with Section 201-1, "Portland Cement Concrete", and Section 303-5, "Concrete Curb, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways", of the Standard Specifications, as shown on the Plans, Standard Drawings and these Special Provisions. Portland cement concrete shall be Class 520-C-2500, with a maximum slump offour (4) inches. 16-1.02 PCC SIDEWALK Portland cement concrete sidewalk shall be constructed in accordance with the CITY's Standard Plan 202, and as directed by the Engineer. 16-1.03 PCC CURB & GUTTER -- Portland cement concrete curb and gutter shall be constructed in accordance with the CITY's Standard Plan 200, Type "B", per the Plans, and as directed by the Engineer. 16-1.04 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, as shown on the Plans, and as directed by the Engineer. 16-1.05 CURB RAMP DETECTABLE WARNING SURFACE -- Preparation of existing concrete curb ramp and installation of yellow detectable waming panels on the ramp shall be constructed in accordance with Standard Plans for Public Works Construction (SPPWC) Standard Plan 111-4 and Masco CASTinTACT@ Detectable Warning Standard, or approved equal, per the Plans, and as directed by the Engineer. 16-1.06 PCC RETAINING CURB. 6" WIDE -- Portland cement concrete retaining - . curb, 6" wide, shall be constructed in accordance with the Standard Plans for Public Works Construction (SPPWC) Standard Plan 111-4, per the Plans and as directed by the Engineer. SP-56 The above-referenced CITY Standard Plans, Standard Plans for Public Works Construction (SPPWC) Standard Plans and Masco CASTinTACT@ Detectable Warning Standard are included in the APPENDIX and made a part of these Special Provisions. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence of the Engineer. It is the Contractor's responsibility for the ramp-type selection with concurrence from the Engineer, at every access ramp location, before proceeding to remove existing improvements. No removals shall be done until it has been determined by the Contractor that an access ramp can be installed that will meet all ADA requirements. 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-57 16-1.09 PAYMENT -- The contract bid unit price paid per square foot for "REMOVE Sidewalk and Tree Roots as required and CONSTRUCT PCC SIDEWALK" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in removing sidewalk damaged by tree roots and any roots below damaged sidewalk and constructing Portland cement concrete sidewalk, including saw cutting existing concrete, removing existing concrete, performing unclassified excavation and unclassified fill, adjusting pull boxes, if required, complete in place, per the Plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. The contract bid unit price paid per each for "PCC CURB RAMP" shall include full compensation for furnishing all materials, tools, equipment and incidentals, and for doing all the work involved in constructing Portland cement concrete curb access ramp to meet existing, including performing unclassified excavation and unclassified fill, and, if used, preparing the new curb ramp for detectable warning surface panels and installing the detectable warning surface panels on the curb ramp and adjusting pull boxes to grade 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 Payment" of any kind for access ramps that do not meet the ADA Standards and the APW A Standard Drawing No. 111-4. SP-58 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", ofthe Standard Specifications and these Special Provisions. Existing asphalt concrete shall be milled at the location 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 inunediately removed. The removal crew shall follow within 50 feet ofthe 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: 1 or flatter to the level of the milled area. SP-59 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 MILL" 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 MILL" of asphalt concrete pavement and no additional compensation will be allowed therefor. SP-60 SECTION 18 THROUGH SECTION 19 BLANK SP-61 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), ifrequired, shall be Stimsonite-Low Profile No. 953A (yellow) and No. 953B (clear white) or approved equal. The CAL TRANS Standard Plans details referenced on the Plans and in the BID DOCUMENTS, and the related figures from the California Manual on Uniform Traffic Control Devices ( CA MUTCD ) are included in the APPENDIX and made a part of these Special Provisions. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence of the Engineer. SP-62 20-1.02 PAYMENT The contract bid lump sum price paid for "THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING & RAISED PAVEMENT MARKERS" shall include full compensation for furnishing all equipment and materials, and for doing all work involved in the application of thermoplastic pavement traffic striping and pavement marking, and the installation of raised pavement markers (RPM), per the Plans, the CALTRANS Standard Plans and the California Manual on Uniform Traffic Control Devices (CA MUTCD) Figures, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-63 SECTION 21 THROUGH SECTION 22 BLANK SP-64 SECTION 23 23-1 ROADSIDE SIGNS AND POSTS 23-1.01 GENERAL -- Installation of roadside signs and posts, installed at the locations shown on the Plans or where. directed by the Engineer, shall conform to the Standard Specifications, the California Manual on Uniform Traffic Control Devices (MUTCD), and these Special Provisions. Roadside signs on single post, or existing street light standard, shall be installed in accordance with the CITY's Standard Drawing No. 504, and as directed by the Engineer. "SIGNAL AHEAD" (W3-3) "DIP" (W8-2) "10 MPH" (W13-1) The Contractor shall obtain approval from the Engineer regarding type of material and required installation prior to placement of any sign posts. New installation shall not impede into required ADA access distance around obstacles. A minimum clearance of 48" shall be maintained. 23-1.02 PAYMENT - The contract bid unit price paid per each for "ROADSIDE SIGN on Single Post", "ROADSIDE SIGNS on Single Post" and "ROADSIDE SIGN on Existing Street Light Standard" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all the work involved in installing roadside signs on new single posts, and on existing street light standard, all complete in place, per the Plans, as specified in the Standard Specifications, the California MUTCD and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. The removal and salvage of existing signs and posts, per the Plans, are separate bid items of work included in the contract bid price paid per each as described in SECTION 11, "CLEARING AND GRUBBING, UNCLASSIFIED EXCAVATION AND UNCLASSIFIED FILL" of these Special Provisions. The Contractor shall refer to SECTION 11 of these Special Provisions for instruction regarding the salvage of material. SP-65 SECTION 24 24-1 TRAFFIC SIGNALS 24-1.01 TRAFFIC SIGNALS -- Traffic signals and highway lighting shall confonn to the provisions in Section 86, "SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS", of the Specifications entitled, "State of California, Department of Transportation (Caltrans), Standard Specifications", dated MAY, 2006, and the Caltrans Standard Plans, dated MAY, 2006, the Standard Specifications (Green Book), latest edition, and these Special Provisions. Traffic signal work is to be perfonned at the following location: MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE 24-1.02 EQUIPMENT LIST AND DRAWINGS -- The Contractor shall provide one (I) copy of the Traffic Signal Plan for each controller cabinet. Record Drawings shall be evaluated by the CITY's Representative before copies of the Traffic Signal Plans are prepared. The size of the plan shall be 1.2" smaller than controller door, on all sides. The plan shall be a reduced copy of the Traffic Signal Plan of record for the project. In the event the data is not legible when the Plan is reduced, data numbers and symbols shall be enlarged. The Plan shall be a black line print. When completed and approved, the Plan shall be hennetically sealed between two pieces of plastic, each a minimum of 20 mils thick. The Plan shall be mounted using Velcro tape so that, when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram SP-66 (g) Geographical layout of components (h) Schematic diagram (i) List of replaceable component parts with stock numbers 24-1.03 FOUNDATIONS -- Foundations shall conform to the provisions in Section 86-2.03, "FOUNDATIONS", of the Caltrans Standard Specifications, and these Special Provisions. Portland Cement Concrete shall conform to Section 90-10, "MINOR CONCRETE" of the Caltrans Standard Specifications, and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 590 pounds of cement per cubic yard. 24-1.04 STANDARDS. STEEL PEDESTALS AND POSTS -- Standards, steel pedestals, and posts shall conform to the provisions in Section 86-2.04, "STANDARDS, STEEL PEDESTALS AND POSTS", of the Caltrans Standard Specifications, and these Special Provisions. Where the Plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon may be substituted. 24-1.05 CONDUIT -- Conduit shall conform to the provisions in Section 86-2.05, "CONDUIT", ofthe Caltrans Standard Specifications and these Special Provisions. All conduit on this project shall be rigid metal type. Conduit from pedestal to point of electrical service shall be 3" conduit with pull rope per current Southern California Edison Company electrical service standards. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable drill bits for size hole required. When a standard coupling carmot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2.05C, "Installation", of the Caltrans Standard Specifications, or a concrete-tight split coupling or concrete-tight set screw coupling shall be used. SP-67 24-1.06 PULL BOXES -- Pull boxes shall be #5 (except as shown on the Plans) and installed flush with top of curb or concrete sidewalk. Plastic pull boxes will not be allowed. Mark all covers "CITY OF SAN BERNARDINO" and "TRAFFIC". Pull Boxes shall be secured with a locking pull box cover, as manufactured by Lighting Security Products, (866) 922-5661, or approved equal. The manufacturer's recommended installation instructions are included in the APPENDIX of these Special Provisions. 24-1.07 CONDUCTORS AND WIRING -- Conductors and wiring shall conform to the provisions in Section 86-2.08, "CONDUCTORS", and Section 86-2.09, "WIRING" of the Caltrans Standard Specifications and these Special Provisions. Nylon-jacketed conductors shall not be used. Splices shall be insulated by "Method B" as provided on Caltrans Standard Plans ES.13A. 24-1.08 SOLID-STATE TRAFFIC ACTUATED CONTROLLER -- Solid-state traffic actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions in Section 86-3, "CONTROLLER ASSEMBLIES", of the Caltrans Standard Specifications and these Special Provisions. Solid-state traffic actuated controller shall be furnished and installed at the following intersection: MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE The Type 170E Controller Assembly consisting of a Modell70E controller unit with BI- Trans 200SA program module, completely wired Model 332 controller cabinet, Model 22C or 22D inductive loop detector sensor units, Model 242 isolators, Model_210 conflict monitor, Model 200 switch packs, Model 204 flasher units, and such other equipment required to provide for a complete control system shall be furnished and installed. SP-68 The Contractor shall construct the controller cabinet foundation (including furnishing and installing anchor bolts), shall install the controller cabinet on said foundation, and shall make all field wiring connections to the terminal blocks in the controller cabinet. In addition to the provisions in Section 86-3.03, "MODEL 170 AND 2070 CONTROLLER ASSEMBLIES", of the Caltrans Standard Specifications, the complete control system, including the Model 332 cabinet, shall conform to State of California, Business and Transportation Agency, Department of Transportation, "Traffic Signal Control Equipment Modifications", latest edition, and subsequent addendums. The above-referenced document is available from the State of California, Bids and Documents Section in Sacramento, for a fee. Each controller shall have a local controller package consisting of I Model 400 Modem, I Model 412 AZ with extended memory 2-64K SRAM chips (Dallas DS-1225) and 1-27256 blank program EPROM chip and C-2 Connector. A full complement of EPROM chips shall be furnished for each controller program module. Two (2) complete manuals and four (4) complete cabinet wiring diagrams shall be supplied in accordance with the above-referenced Standard Specifications, latest edition. The convenience receptacle shall have ground-fault circuit interruption as defined by the Code. Circuit interruption shall occur on less than 4 milliamperes of ground-fault current. The Contractor shall arrange to have a signal technician qualified to work on the controller and employed by the controller manufacturer, or his representative, present at the time the equipment is turned on. New service pedestal with dual service meters for traffic signal system and highway street lighting shall be installed per the Plans and in accordance with CITY Standard Drawing SL-2 and Southern California Edison requirements. Copies of the CITY Standard Drawing and the Southern California Edison Construction Drawing are provided in the APPENDIX of these Special Provisions. The Contractor shall arrange with the service utility to complete service connection. Such request shall be submitted not less than 45 days before service connections are required. All fees charged by the Southern California Edison Company will be paid by the CITY. SP-69 24-1. 09 TRAFFIC UNINTERRUPTED POWER SUPPLY ( UPS ) OVERVIEW The traffic UPS is a turnkey, true on-line, power conditioner and uninterruptible power or battery backup system ( UPS-BBS ) designed for transportation and traffic applications. The traffic UPS-BBS shall be capable of operating, up to its rated power level, in extreme environments with existing equipment on the street today, including any and all signal heads (i.e., Incandescent, LED, Neon, etc.). Where shown on plans, the Traffic UPS-BBS shall be mounted on the back side of the controller cabinet, per the manufacturer's instructions. The UPS-BBS shall be Model 22 BBS from Tesco Controls, Incorporated, 3409 52nd Avenue, Sacramento, CA 95823, telephone 800- 948-3726, or in all reference within, approved equal. Refer to the Tesco System Specifications in the APPENDIX ofthese Special Provisions. The UPS-BBS cabinets shall conform to the provisions in Section 86-3.04A, "Cabinet Construction", ofthe Caltrans Standard Specifications and these Special Provisions. The UPS-BBS shall be furnished and installed in conformance with the following specifications: 1.0 Operation A. The traffic UPS-BBS shall be capable of producing - simultaneously - fully regenerated, conditioned and true sine wave, standby and continuous AC outputs. B. Suggested operating mode for respective outputs during power failure: Continuous output provided for signal controllers and modems: Standby output provided for signals in flash mode operation (optional delay timer available for short-term battery run under full cycling operation). C. Up to the maximum rating, the Traffic UPS shall be capable of running any combination of signal heads, whether Incandescent, LED or Neon, by any manufacturer, regardless of power factor, without overdriving the poorer power factor LED heads which may cause early degradation, low luminosity or early signal failure. SP-70 24-1. 09 Continued: D. Upon loss of utility power the Traffic UPS-BBS shall insert battery power into the system via a supplied Power Interface Module (PIM). In case of UPS-BBS failure and/or battery depletion, the PIM will ensure that the UPS-BBS will drop out and, upon return of utility power, the traffic control system will default to normal operating mode. E. The Power Interface Module shall enable removal and replacement of the Traffic UPS-BBS without shutting down the traffic control system (i.e. "hot swap" capability). Connectors shall be equipped with a "safety interlock" feature. F. For l70E, 2070L or "California" style cabinets, upon loss of power the Traffic UPS-BBS shall actuate the existing Flash Transfer Relays (RTFs) and Mercury Contactor (MC) to force the traffic control system into Flash Mode operation. G. Existing Flasher Modules and Flash Transfer Relays shall be utilized. H. To facilitate emergency crews and police activities, the Traffic UPS-BBS shall be compatible with police panel functions (i.e. "Signals Ofe' switch must kill power to the field wiring even when on UPS-BBS/Battery power). 1. The Traffic UPS-BBS shall not duplicate or take over flash operation or flash transfer relay functions. 1. The Traffic UPS-BBS shall be capable of providing continuous, fully conditioned, regulated, sinusoidal (AC) power to selected devices such as signal controllers, modems, communications hubs, NTCIP adapters and video equipment. SP-71 24-1.09 Continued: 2.0 Description The Traffic UPS-BBS shall consist of three major components, the Electronics Module, the Power Interface Module, and the Battery System. 2.01 The Electronics Module shall consist of the following: A. True sine wave, high frequency inverter utilizing IGBT technology; B. 3-stage, temperature compensated, battery charger; C. For connection from the Electronics Module to the Power Interface Module and Battery System, dedicated harnesses shall be provided with quick-release, keyed, circular connectors and braided nylon sleeving over all conductors; D. Local and remote control ofUPS-BBS functions; E. Local and remote communications capabilities; F. Be capable of accepting and NTCIP ready adapter or a Spread Spectrum Radio modem; G. Separate Power Interface Module (PIM) for inserting power safely and reliable. 2.1 Mounting/Confil!UI'ation 2.1.1 Mounting method shall be shelf-mount. 2.1.2 170 Style: mounting method shall be 19" rack-mount. Shelf angles or rails, typically supplied by others, are available as optional accessories. SP-72 24-1. 09 Continued: 2.2 Battery System 2.2.1 The battery shall be comprised of extreme temperature, deep cycle, AGMNRLA (Absorbed Glass MaWalve Regulated Lead Acid) batteries that have been field proven and tested by the U. S. military. 2.2.2 The battery system shall consist of one or more strings (typically 4 or 6 batteries per string) of extreme temperature, deep cycle, AGM/VRLA (Absorbed Glass MaWalve Regulated Lead Acid) batteries. 2.2.3 Batteries shall be certified to operate at extreme temperatures from -370C to +740C. 2.2.4 The batteries shall be provided with appropriate interconnect wiring and a corrosion-resistant mounting trays and/or brackets appropriate for the cabinet into which they will be installed. 2.2.5 The interconnect cable shall be protected with abrasion- resistant nylon sheathing. 2.2.6 The interconnect cable shall connect to the base module via a quick-release circular connector. 2.2.7 For purposes of safety and proper operation, the circular battery connector shall have interlocking pins to prevent turn-on if batteries are not connected, and to shut off the UPS-BBS should the batteries be disconnected. 2.2.8 Battery construction shall include heavy-duty, inter-cell connections for low-impedance between cells, and heavy- duty plates to withstand shock and vibration. 2.2.9 The top cover shall use tongue and groove construction and shall be epoxied to the battery case for maximum strength and durability. 2.2.10 An optional lifting handle shall be available on most battery models. SP-73 24-1.09 Continued: 3.0 Electrical Specifications 3.1 Input Specification: Nominal Input Voltage Input Voltage Range Input Frequency Input Configuration Input Current (Max. draw) Input Protection 3.2 Output Specification Nominal Output Voltage Power Rating Output Voltage Regulation Output Frequency Output Configuration Output Wave Form Overload capability Fault Clearing Short circuit protection Efficiency Load Power Factor SP-74 120 V AC, Single Phase 85 VAC to 140 VAC 50 or 60 Hz (+/- 5%) 3 Wire (Hot, Neutral & Ground) 7.2 amps, Power-Factor Corrected Input Fuse (12 amps) 120 V AC, Single Phase I k VA (1000V A/700W) +/- 2% for 100% step load change and from High battery to Low battery condition 50 to 60 Hz (+/ - 5%) Keyed, circular connectors and duplex receptacle True Sinewave 100% for 10 minutes 200% for 1/2 second Current limit and automatic shutdown Current limit and automatic shutdown 85% at fullload .7 lagging through unity to .7 leading 24-1.09 Continued: 4.0 Phvsical Specifications. UPS-BBS Electronics Module 4.1 Dimensions: Rack-mount: (See Tesco System Specifications in APPENDIX) Shelf-mount: (See Tesco System Specifications in APPENDIX) Wall-mount/Unistrut Rail mount: (See Tesco System Specifications in APPENDIX) Separate Power-Interface Module: (See Tesco System Specifications in APPENDIX) 4.2 Weight: UPS-BBS: (See Tesco System Specifications in APPENDIX) 5.0 Environmental Specifications 5.1 The UPS-BBS shall meet or exceed NEMA temperature standards from -370C to +740C. 5.2 The UPS-BBS shall be certified and field proven to meet or exceed NEMA temperature standards. A certificate of compliance shall be made available upon request. 6.0 Battery Specifications 6.1 The battery system shall be certified and field proven to meet or exceed NEMA temperature standards from -370C to +740C. 6.2 Ampere-Hour ratings: (See Tesco System Specifications in APPENDIX) 6.3 Hydrogen gas emissions: must meet Mil-Spec #MIL-B-8565J 6.4 Dimensions: (See Tesco System Specifications in APPENDIX) 6.5 Weights: (See Tesco System Specifications in APPENDIX) SP-75 24-1.09 Continued: 7.0 Communications. Controls & Diagnostics 7.1 Alarm Function Monitoring: The traffic UPS-BBS shall come standard with a DB-9F connector with open collectors (40V @ 20 mA) indicating: 7.1.1 Loss of Utility Power, 7.1.2 Inverter Failure, and 7.1.3 Low Battery. 7.2 An RS232 Interface shall be provided via a DB-9F connector allowing full, interactive, remote computer monitoring and control of the UPS-BBS functions. 7.3 Front Panel controls: Power ON, Cold (DC) Start, Alarm Silence, Battery Test, Bypass Breaker, and DC/Battery Breaker. 8.0 Reliabilitv 8.1 Calculated MTBF is 100,000 hours based on component ratings. 8.2 When Bypass and Power Interface Module are included, system MTBF increases to 150,000. 9.0 Battery Mounting 9.1 Battery Tray mounted on standard RETMA rails: (See Tesco System Specifications in APPENDIX) 9.2 Swing-out Battery Box: (See Tesco System Specifications in APPENDIX) SP-76 24-1. 09 Continued: 9.3 Adjustable Delay-timer to provide up to 10 hours of full cycling while on battery before switching to flash mode (only available where 100% low-power/LED signals and pedestrian heads are used). Batteries must be sized properly to fully utilize this feature. 9.4 Service pedestal-mounting option. 9.5 One-shot ground pulse to trigger External Start upon return of AC power. 9.6 Dial-out modem for wireless or land line communication. 9.7 Enhanced battery charger provides accelerated charging capacity (Contact factory for details and proper application). 10.0 Serviceability & Maintainability 10.1 MTIR (Mean-Time-To Replace or Repair) 10.1.1 Electronics: 15 minutes or less 10.1.2 Battery System: 15 minute or less 11.0 Warranty The Manufacturer shall provide a two (2) year factory-replacement parts warranty on the entire Traffic UPS-BBS. Batteries shall be warranted for full replacement for two (2)-years. The warranty shall be included in the total contract bid lump sum price for the installation of the traffic signal system, per the Plans, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-77 24-1.10 FUNCTIONAL TESTING provIsions in Section 86-2.l4C, "Functional Specifications, and these Special Provisions. Functional testing shall conform to the Testing", of the CALTRANS Standard The complete control system including the cabinet shall be delivered to the City of San Bernardino Signal Maintenance Yard, 234 South Mountain View A venue, San Bernardino, CA 92408, for operational testing and adjustment. The exact location of delivery shall be designed by the City Engineer. Prior to testing, the materials delivered must display or provide the following information: (a) Project Identification (b) Job Location (c) Contractor's Name, Address and Telephone Number (d) Manufacturer's Name, Address and Telephone Number (e) Controller Program Identification (f) All auxiliary equipment shall be provided prior to testing (sensors, isolators, conflict monitors, etc.) The Contractor shall notify the Engineer a minimum of 48 hours prior to delivery of equipment to be tested. When notified by the CITY, the Contractor shall pick up the complete control system within 48 hours and haul same to the office of the work at his own expense. The Contractor shall allow a minimum of 10 working days for operational testing and adjustment, with the added provisions that if the equipment should fail, an additional 10-day period shall be allowed for retesting. All testing and transportation and/or shipping costs for the complete control system shall be borne by the Contractor. Costs for controller testing shall be paid for in the following manner: I. Controller systems which do not pass testing shall be paid for by the Contractor as a deduction from his contract. 2. Controller systems which pass testing will be paid for by the CITY. SP-78 24-1.1 0 Continued: Controller systems which fail the testing shall be picked up by the Contractor for repairs and then redelivered to the testing lab for retesting. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. This shall include camera vehicle counting, counting equipment, interconnect wireless and hardwire. 24-1.10(a) TRAFFIC SIGNAL TURN-ON -- Traffic signal turn-on shall conform to the provIsions in Section 86-1.07, "Scheduling of Work", of the CALTRANS Standard Specifications, and these Special Provisions. The traffic signal turn-on schedule shall be approved in writing by the City Engineer a minimum of four (4) working days prior to turn-on. All traffic signal equipment shall be provided and in place including, but not limited to, signal cabinet equipment, traffic signal equipment, signal interconnect, phone drops, modems, counting equipment, striping and signing. The Engineer, as well as representatives of the Public Works Department, Street Maintenance Section and Traffic Signal Section, shall be present at the traffic signal turn-on. 24-1.11 TRAFFIC DETECTION -- Traffic detection shall be by inductive loop detector and shall conform to the provisions in Section 24A, "INDUCTIVE LOOP DETECTOR" of the these Special Provisions. 24-1.12 VEHICLE SIGNAL FACES -- Vehicle signal faces shall conform to the provisions in Section 86-4, "TRAFFIC SIGNAL FACES AND FITTINGS" of the CAL TRANS Standard Specifications and these Special Provisions. Mast arm and arrow signal heads shall have 12" glass lenses. Pole mounted signal heads shall have 12" glass lenses. All lamps for traffi(; signal units shall be LED and furnished by the Contractor. All LED lamps must be hardwired ( Type I). Signal section housing shall be metal type and backplates shall be metal louvered type. SP-79 24-1.13 LIGHT EMITTING DIODE (LED) SIGNAL MODULES -- LED signal modules shall conform to Section 209-5.511, "Circular Light Emitting Diode (LED) Signal Modules" of Standard Specifications (Green Book) and these Special Provisions. Each module shall consist of an assembly that utilizes LEDs as the light source in lieu of an incandescent lamp for use in traffic signal sections. The modules shall be rated for a minimum useful life of 48 months. All modules shall meet all parameters of this specification during this period. LED modules will have EP A Energy Star compliance ratings. When a current of 20 mA AC *or less) is applied to the unit, the voltage reading across the two leads shall be 15 V AC or less. The modules and associated on-board circuitry must meet Class A emission limits referred in Federal Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations concerning the emission of electronic noise. The assembly and manufacturing process for the LED signal assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. Material used for the lens and signal module construction shall conform to ASTM specifications for the materials. 24-1.13(a) PHOTOMETRIC REOUIREMENTS-- The minimum initial luminous intensity values for the modules shall be as stated in Table 2-1 and Table 2-3 at 250C. The modules shall meet or exceed the illumination values as shown in Table 2-2 and Table 2-4, throughout the useful life based on normal use in a traffic signal operation over the operating temperature range. SP-80 24-1.13 Continued: Table 2-1 Minimum Initial Intensities for Circular Indications (in cd ) 8" 12" Anl!le Iv h) Red Yellow Green Red Yellow Green 2.5, +/- 2.5 157 314 314 399 798 798 2.5, +/-7.5 114 228 228 295 589 589 2.5, +/-12.5 67 133 133 166 333 333 2.5, +/-17.5 29 57 57 90 181 181 7.5, +/- 2.5 119 238 238 266 532 532 7.5, +/-7.5 105 209 209 238 475 475 7.5, +/- 12.5 76 152 152 171 342 342 7.5, +/- 17.5 48 95 95 105 209 209 7.5, +/- 22.5 21 43 43 45 90 90 7.5, +/- 27.5 12 24 24 19 38 38 12.5, +/-2.5 43 86 86 59 119 119 12.5, +/-7.5 38 76 76 57 114 114 12.5, +/- 12.5 33 67 67 52 105 105 12.5, +/-17.5 24 48 48 40 81 81 12.5, +/- 22.5 14 29 29 26 52 52 12.5, +/- 27.5 10 19 19 19 38 38 17.5, +/- 2.5 19 38 38 26 52 52 17.5, +/-7.5 17 33 33 26 52 52 17.5, +/- 12.5 12 24 24 26 52 52 17.5, +/- 17.5 10 19 19 26 52 52 17.5, +/-22.5 7 14 14 24 48 48 17.5, +/- 27.5 5 10 10 19 38 38 Table 2-2 Maintained Minimum Intensities for Circular Indications (in cd ) 8" 12" Anl!le lv, h) Red Yellow Green Red Yellow Green 2.5, +/- 2.5 133 267 267 339 679 679 2.5, +/- 7.5 97 194 194 251 501 501 2.5, +/- 12.5 57 113 113 141 283 283 2.5, +/- 17.5 25 48 48 77 154 154 7.5, +/- 2.5 101 202 202 226 452 452 7.5, +/-7.5 89 178 178 202 404 404 7.5, +/- 12.5 65 129 129 145 291 291 7.5, +/-17.5 41 81 81 89 178 178 7.5, +/- 22.5 18 37 37 38 77 77 7.5, +/- 27.5 10 20 20 16 32 32 12.5, +/- 2.5 37 73 73 50 101 101 12.5, +/- 7.5 32 65 65 48 97 97 12.5, +/- 12.5 28 57 57 44 89 89 12.5, +/- 17.5 20 41 41 34 69 69 12.5, +/- 22.5 12 25 25 22 44 44 12.5, +/- 27.5 9 16 16 16 32 32 17.5, +/- 2.5 16 32 32 22 44 44 17.5, +/- 7.5 14 28 28 22 44 44 17.5, +/- 12.5 10 20 20 22 44 44 17.5, +/-17.5 9 16 16 22 44 44 17.5, +/- 22.5 6 12 12 20 41 41 17.5, +/- 27.5 4 9 9 16 32 32 SP-81 24-1.13 Continued: Table 2-3 Minimal Initial Intensities for Arrow Indications (in cd/m2 ) Red Yellow Green Arrow Indication 5,500 11,000 11,000 Table 2-4 Minimum Maintained Intensities for Arrow Indications (in cd/m2 ) Red Yellow Green Arrow Indication 5,500 11,000 11,000 The measured chromaticity coordinates of the modules shall conform to the chromaticity requirements of Table 2-5, throughout the useful life over the operating temperature range. Table 2-5 Chromaticity Standards (Cm Chart) Red Y: Not greater than 0.308, or less than 0.998 - x Yellow Y: Not less than 0.411, nor less than 0.995 - x, nor less than 0.452 Green Y: Not less than 0.506 - .519x, nor less than 0.150 + 1.068x nor more than 0.730 - x 24-1.13(b) MODULE IDENTIFICATION Each module shall have the manufacturer's name, trademark, model number, serial number, date of manufacture (month- year), and lot number as iden6tification permanently marked on the back ofthe module. The following operating characteristics shall be permanently marked on the back of the module: Rated voltage and rated power in Watts and Volt -Ampere If a specific mounting orientation is required, each module shall have prominent and permanent marking(s) for correct indexing and orientation within a signal housing. The markings shall consist of an up arrow, or the word "UP" or "TOP". SP-82 24-1.13 Continued: 24-1.l3(c) TRAFFIC SIGNAL MODULE - LED traffic signal modules shall be designed as retrofit replacements for existing optical units of signal indications and shall not require special tools for installation. The following specification requirements apply to the Type I (hard wired) module only. All general specifications apply unless specifically superceded in this section. FACE Size: 12" circular (Red, Yellow, Green) 12" arrow (Red, Yellow, Green) The maximum weight ofa Type I module shall be 1.8 kg (4Ibs.). Two secured, color coded, 600 V, 20 A WG minimum, jacketed wires, conforming to the National Electric Code, rated for service at +1050C, are to be provided for electrical connection for each Type I LED signal module. Conductors for Type I modules shall be I-m in length, with quick disconnect terminals attached and shall conform to Section 86-4.0IC, "Electrical Components", ofthe Standard Specifications. If specified in the purchased order, the module will be equipped with an adapter that will screw into the medium base, lamp socket. The adapter shall be able to accept the quick disconnect terminals at the end of the conductors for the module. The electrical contacts ofthe adapter shall be made of brass. The LED signal module lens shall be UV stabilized and shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum period of 60 months without exhibiting evidence of deterioration. If a polymeric lens is used, a surface coating or chemical surface treatment shall be used to provide front surface abrasion resistance. 24-1.l3(d) LIGHT EMITTING DIODE (LED) 12" ARROW -- LED arrow signal modules shall conform to Section 209-5.511.6, "Arrow LED Signal Modules" of Standard Specifications (Green Book) and these Special Provisions. SP-83 24-1.13 Continued: 24-1.13(e) QUALITY ASSURANCE The modules shall be manufactured in accordance with a manufacturer quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of the modules built to meet this specification, and a documented process of how problems are to be resolved. QA process and test results documentation shall be kept on file for a minimum period of seven years. LED signal module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. Design qualification testing shall be performed by the manufacturer or an independent testing lab hired by the manufacturer on new LED module designs, and when a major design change has been implemented on an existing design. A major design change is defined as a design change (electrical or physical) which changes any of the performance characteristics of the module, results in a different circuit configuration for the power supply or changes the layout of the individual LEDs in the module. A quality of two units for each design shall be submitted for design qualification testing. Test units shall be submitted to the CITY after the manufacturer's testing is complete. Manufacturer's testing data shall be submitted with test units for the CITY's verification of design qualification testing data. The sample modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, at a temperature of +740C (+ 1650F) before performing any design qualification testing. Any failure of the module, which renders the unit non-compliant with the specification after burn-in shall be cause for rejection. For design qualification testing, all specifications will be measured including, but not limited to: Rated initial luminous intensity and chromaticity (color) shall be measured over the operating temperature range. SP-84 All specified electrical parameters shall be measured and used for quality comparison of production quality assurance on production modules. (rated power, etc.) Modules shall be tested for comparability with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to the output of a standard load switch connected to an AC voltage supply between the values of 95 and 135 V AC with the input to the load switch in the "off' position. The AC voltage developed across each LED signal module so connected shall not exceed 10 Vrms as the input AC voltage is varied from 95 Vrms to 135 Vrms. Mechanical vibration testing shall be as per MlL-STD-883, Test Method 2007, using 3 four-minute cycles along each x, y, and z axis, at a force of2.5 Gs, with a frequency sweep from 2 HZ to 120 HZ. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. Temperature cycling shall be performed as per MlL-STD-883, Test Method 1010. The temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be performed with a 3D-minute transfer time between temperature extremes and a 3D-minute dwell time at each temperature. Module(s) being tested shall be energized and functioning throughout the duration of the test. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on all modules mounted in a standard type "A" pedestrian housing per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 24-1.l3(f) PRODUCTION QUALITY CONTROL TESTING -- Production quality control testing shall comply with Section 209-5.5.11.7, "Testing Requirements" of the Standard Specifications (Green Book) and these Special Provisions. Production quality assurance tests shall be performed on each new module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. Test results shall be retained by the manufacturer for seven years. Bum-in period shall consist of each signal module being energized at rated voltage for a 3D-minute stabilization period before the measurement is made. Each module shall be tested for rated initial intensity after bum-in. A single point measurement, with a correlation to the intensity requirements of Table 2-1 for circular modules, may be used. Each module not meeting minimum luminous intensity requirements per Table 2-1 or Table 2-3 shall be cause for rejection. The ambient temperature for this measurement shall be +250C (+770F). SP-85 24-1.13 Continued: Each module shall be tested for required power factor after bum-in. Each module shall be measured for current flow in amperes after bum-in. The measured current values shall be compared against rated values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated value. Each module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defect shall be cause for rejection. The CITY may perform random sample testing on all shipments. Random sample testing should be completed within 30 days after delivery to the specified location on the purchase order. Arrow modules shall be tested as per California Test 3001 and as described herein. All optical testing shall be performed with the module mounted in a standard traffic signal section or in a standard Type "A" Pedestrian Housing, but without a visor or hood attached to the section or housing. The number of units tested (sample size) shall be determined by the quantity of each model in the shipment. The sample size shall conform to ANSI/ASQC Z1.4. The Caltrans METS shall determine the sampling parameters to be used for the random sample testing. All parameters of the specification may be tested on the shipment sample. 24-1.13(g) WARRANTY -- In addition to meeting the performance requirements for the minimum period of 60 months, the manufacturer shall provide a written warranty against defects in materials and workmanship for the modules for a period of 60 months after acceptance of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the CITY. All warranty documentation shall be given to the CITY prior to random sample testing. SP-86 24-1.14 PEDESTRIAN SIGNALS -- Pedestrian signals shall comply with Section 209-5.6, "Pedestrian Signal Sections" of the Standard Specifications (Green Book) and these Special Provisions. Pedestrian signals shall be Type "A". If shown on Plan as applicable, the audible pedestrian signal shall supplement the visible "WALK" symbol indicated and shall be mounted within the housing of the pedestrian signal on the walk symbol side. Output (electric current) shall be generated from the field conductors to the associated pedestrian signal head. Audio output shall be adjustable. Additional audio output shall be adjustable from adjustable low to an adjustable high, and shall be responsive to external ambient noise. Directional audio outputs for right-of way designations shall be presented by 2 distinct bird chirping sounds. The Northerly and Southerly phase(s) shall utilize a "CUCKOO" sound. The Easterly and Westerly phase(s) shall utilize the "PEEP-PEEP" sound. Operation parameters shall be: 115V AC +/- 25%, 60Hz, 3 watts 120 C temperature range 90/db watts at I meter (max) output 24-1.15 LIGHT EMITTING DIODE PEDESTRIAN SIGNAL FACE "UPRAISED HAND" MODULE -- The pedestrian signal face "Upraised Hand" shall be installed in each Type "A" pedestrian signal. The light emitting diode (LED) module for the pedestrian signal shall conform to Section 209-5.6.6, "LED Pedestrian Signal Section "UPRAISED HAND" Module", ofthe Standard Specifications (Green Book) and these Special Provisions. 24-1.16 PEDESTRIAN PUSH BUTTON -- Pedestrian push button housings shall be the metal type. Pedestrian push buttons shall be Type "B". SP-87 24-1.17 ADA PEDESTRIAN PUSH BUTTON -- The push button unit shall be Synchronex Part No. IASY2021-40, ADA-2. The housing for the push button shall be either machined aluminum, or die-cast aluminum. All housing shall be coated with powered paint, matching colors of Federal Standard No. 595b, and shall be shock and rain proof. The housing shall be "Bull Nosed" in shape to reduce vandalism. The pedestrian push button switch shall be a precision type, single pole, single throw, expandable to three poles, single throw operation, having pressure type terminals, rated at 120vac, and capable of IX106 operations. The switches shall be UL listed, CSA certified, and meet the requirements ofNEMA ICS-I, ICS-2. The switch shall have the following characteristics: A. The switching unit shall have a stainless steel, aluminum, or structural plastic operator and shall be mounted within the housing with a stainless steel, non- corrosive, temper-proof, fastening device. It shall be of such a size to permit recessed mounting in most existing standard type pedestrian push buttons without any modifications to either unit. B. The actuator shall be conical in shape with the cone extending 7/16" to y," above bezel of the switch housing, and 2" in diameter. C. The switch shall have an operating force of 9 to 13 ounces and a minimum release force of 4 ounces. Pretravel shall be 1/64 inch maximum. Overtravel shall be 7/32 inch minimum. Differential travel shall be .0004 to .002 inch. 24-1.18 LUMINAIRES -- Luminaires shall conform to the provisions in Section 86-6.01, "High-Intensity Discharge - Luminaires", of the Standard Specifications and these Special Provisions. All luminaire to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in: (I) a vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts. (2) a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak-to-peak sinusoidal loading (same as 0.75-g peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. SP-88 24-1.19 MAST ARM-MOUNTED REFLECTORIZED STREET NAME SIGN -- Mast arm-mounted reflectorized street name signs shall be Type SG. Sign panel surfaces, including lettering and borders, shall be 3M Brand Visual Impact performance (VIP 3990) reflective sheeting or approved alternate. Reflective sheeting shall be applied in such a manner as to maintain light transmission levels specified in the Caltrans Specifications. Sign legends shall be white on green as shown on the Plan. Minimum copy size for the legends shall be 8" V.C. and 6" series D. Minimum sign panel width shall conform to the. Standards established by Caltrans. "Periods" shall not be used on abbreviations. Full-size layouts for each legend shall be submitted to the Engineer for approval prior to fabrication. Sign panels shall be .063 gauge 5052H38 aluminum with chromate conversion coating as per Caltrans Specifications. Sign frames shall be constructed of 6061 T6 aluminum channel: loW' X loW' X 1/8" The frame shall be welded on all four comers. Sign faces shall be aluminum rivets. A face will appear on both sides of frame. The Contractor shall provide and install all the necessary hardware and mounting brackets to install the mast arm-mounted reflectorized street name signs. The Contractor shall provide Safeway Sign bracket EZ-L telescoping mast arm sign bracket with swing assembly, or approved equal, by the City Traffic Engineer. All modifications to standard equipment must be documented. The Contractor is responsible for generating the desired documentation in the event that it is not available from the manufacturer. , high molecular weight polyethylene with a minimum of 0.060-inch (1.52 mm) jacket thickness, which shall be resistant to sunlight and chemicals, shall withstand temperatures of -20oC. and shall conform to the requirements of Specification PE-22 latest edition. The nominal outside diameter of the cable shall be approximately 0.52-inch (13.1 mm). Interconnect cable shall not be spliced. SP-89 24-1.20 TRAFFIC SIGNAL INTERCONNECT SYSTEM -- The interconnection of the traffic signal system shall be by spread spectrum radio interconnect system and shall conform to the provisions in Section 24D, "SPREAD SPECTRUM INTERCONNECT SYSTEM" of these Special Provisions. 24-1.21 EMERGENCY VEHICLE PREEMPTION Emergency vehicle preemption and priority system shall be installed at this traffic intersection and shall conform to the provisions in Section 24C, "PREEMPTION AND PRIORITY CONTROL, INFRARED DATA-ENCODED" of the these Special Provisions. 24-1.22 PAYMENT -- The contract bid lump sum price paid for "TRAFFIC SIGNAL SYSTEM" shall be considered as full compensation for furnishing all materials, tools and equipment and for executing all the work involved in the installation of the traffic signal and street lighting system, including traffic signal inductive loop detection, interconnect and emergency vehicle preemption priority systems, complete in place, per the Plans, the Caltrans and Greenbook Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-90 SECTION 24A 24A-l INDUCTIVE LOOP DETECTOR 24A-1.01 GENERAL - Inductive loop detectors shall confonn to the provisions in Section 209, "Street Lighting and Traffic Signal Systems" and Section 209-5.8, "Detectors" of the Standard Specifications (latest edition), the Caltrans Standard Specifications and Standard Plans (latest edition), and these Special Provisions. The traffic signal work includes installation of new inductive loop detectors and detector lead-in-cables as shown on the Plan and/or as directed by the Engineer, and shall confonn to Section 209-5.8.2, "Inductive Loop Detectors" of the Standard Specifications, and these Special Provisions. 24A-1.02 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEM - Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:00 p.m. The Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdowns. All signal faces shall be covered when the system is shutdown overnight. Temporary "STOP AHEAD" and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall confonn to the provisions in Section 12-3.06, "Construction Area Signs", of the Standard Specifications. Minimum size of "STOP" signs shall be 36 inches. One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. For two lane approaches, two "STOP" signs shall be placed. Location of signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary "STOP AHEAD" and "STOP" signs and for covering signs and signal faces not in use shall be considered as included in the contract lump sum price paid for the signal items involved, and no additional compensation will be allowed therefor. SP-91 24A-1.03 PULL BOXES - Pull boxes shall be #3-1/2 (except as shown on the Plans) and installed flush with top of curb or concrete sidewalk. Plastic pull boxes will not be allowed. Mark all covers "CITY OF SAN BERNARDINO" and "TRAFFIC". Pull Boxes shall be secured with a locking pull box cover, as manufactured by Lighting Security Products, (866) 922-5661, or approved equal. The manufacturer's recommended installation instructions are included in the APPENDIX of these Special Provisions. 24A-1.04 CONDUCTORS - Conductors and wiring shall conform to the provisions in Section 209-5.8.2.3, "Conductors", and these Special Provisions. Loop wire shall be Type 2. Loop detector lead-in shall be Type C. Nylon-jacketed conductors shall not be used. Splices shall be insulated by Method "B" as provided on Caltrans Standard Plans ES-13A. 24A-1.05 INDUCTIVE LOOP DETECTOR - Inductive loop detectors shall conform to the provisions in Section 209-5.8.2, "Inductive Loop Detectors" ofthe Standard Specifications, and these Special Provisions. The Contractor shall install a 6 foot diameter circular loop, Type E, at the locations as shown on the Plans and as directed by the Engineer. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 1-5/8 inch. Slot width shall be a maximum of 5/8 inch. Loop wire for circular loops shall be Type 2. Slots of circular loops shall be filled with elastomeric sealant or hot-melt rubberized asphalt sealant. 24A-1.06 SEALANT - Elastomeric sealant or hot-melt rubberized asphalt sealant shall conform to the provisions in Section 209-5.8.2.4, "Sealants" of the Standard Specifications, and these Special Provisions. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. SP-92 Slots shall be filled with elastomeric sealant or asphaltic emulsion sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all surfaces of slots in accordance with the provisions in Section 302-5.4, "Tack Coat", ofthe Standard Specifications, and as directed by the Engineer. Temperature of sealant material during installation shall be above 700F. Sealant placed in the slots shall be compacted by use of an 8-inch diameter by lI8-inch thick steel hand roller or other tool approved by the Engineer. Compacted conductor coverage shall be one inch. Excess sealant remaining after rolling shall not be reused. On completion of rolling, traffic will be permitted to travel over the sealant. 24A-1.07 TESTING The Contractor shall test inductive detector loops in accordance with Section 86-2.14B, "Field Testing", of the Caltrans Standard Specifications, and as directed by the Engineer. An operating test consisting of five (5) days of trouble-free operation shall be satisfactorily completed prior to acceptance by the Engineer. Functional testing shall conform to the prOVISIOns in Section 86-2.14C, "Functional Testing", ofthe Caltrans Standard Specifications and these Special Provisions. The Contractor shall test the detectors with a motor-drive cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles, of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication in response to this test. 24A-1.08 REMOVING ELECTRICAL EQUIPMENT - Removal of any existing electrical equipment shall conform to the provisions in Section 86-7.01, "Removing Electrical Equipment", of the Caltrans Standard Specifications and these Special Provisions. Any existing electrical equipment removed shall not be reused, especially conductors, detectors and fuse boxes, and they shall become the property of the Contractor. SP-93 24A-1.09 PAYMENT - Full compensation for furnishing all the materials, tools and equipment and for doing all the work involved in the installation of the inductive loop detector system, including all the appurtenant facilities, saw cutting, splicing, testing, complete in place, per the Plans, the Standard Specifications (Green Book), the Caltrans Standard Specifications and Plans, these Special Provisions and as directed by the Engineer, shall be considered as included in the contract bid lump sum price paid for "TRAFFIC SIGNAL SYSTEM", and no additional compensation shall be allowed therefor. SP-94 SECTION 24C 24C-I TRAFFIC CONTROL PREEMPTION AND PRIORITY CONTROL SYSTEM INFRARED ACTIVATED. DATA-ENCODED 24C-1.01 GENERAL -- The priority control system for authorized emergency and transit vehicles shall employ data-encoded infrared communication to identify the presence of designated priority or probe vehicles. All equipment supplied as part of this system intended for use in the controller cabinet shall meet the electrical and environmental specifications spelled out in the NEMA Standards Publications TS2 where applicable A record of system users by vehicle classification and identification number shall be created. In priority vehicle mode, the data-encoded communication shall request the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. In probe vehicle mode, no traffic signal priority will be requested, only a record of the probe vehicle's presence will be generated. A single given traffic intersection within a complete priority control system shall consist of a matched system of data-encoded emitters, infrared detectors, detector cable, phase selectors, system software and applicable system accessories from a single manufacturer. The system shall be the Opticom Multmode EVP system (MMPS) manufactured by Global Traffic Technologies (GTT), or pre-approved and compatible equal. The manufacturer's specifications are provided in the APPENDIX of these Special Provisions. The system emitters shall be capable of generating a user programmable infrared, data- encoded signal as well as the standard base frequency for emergency and transit bands. The data- encoded signal shall be detected and recognized by the infrared detectors at or near the intersection over a line-of-sight path of up to 2,500 feet (762 m) under clear atmospheric conditions. The phase selector shall process the electrical signal from the detector to ensure that the communication is: 1. a valid base frequency, and/or 2. is correctly data-encoded, and 3. is within user-settable range If these conditions are met, the phase selector shall generate a priority control request to the traffic controller for the appropriate ,intersection approach to request a "green light" for the approaching priority vehicles, or record the presence of approaching probe vehicles by classification and identification number. SP-95 The system shall not require action from the vehicle operator other than to activate (turn on) the infrared emitter. The system shall operate on a first-come, first-served basis. High priority requests will override low priority requests. The system shall interface with the 170 and 2070 traffic signal controller equipment and their associated cabinet systems, and shall not compromise normal operation or existing safety provisions. 24C-l.02 SYSTEM COMPONENTS -- The priority control, data-encoded, infrared communications system shall be comprised of five (5) basic matched components: data-encoded emitter, infrared detector, detector cable, phase selector and system software. In addition, a card rack and electromechanical interface card shall be available if required. To ensure system integrity, operation and compatibility, all components shall be from the same manufacturer. The system shall offer compatibility with most signal controllers, e.g., electromechanical, National Electrical Manufacturers Association (NEMA), 170 or 2070. The system shall be capable of interface with most globally available controllers using the RS232 interface or with the card rack, using designated external inputs. Interfacing to an electromechanical controller may require the use of an interface card. A. DATA-ENCODED EMITTER - The data-encoded emitter shall trigger the system. It shall send the encoded infrared signal to the detector. It shall be located on the priority or probe vehicle. B. REMOTE CODING UNIT - The remote coding unit shall remotely program the data-encoded LED infrared emitter without the use of a computer. The remote coding unit shall not be available for use with the OEM version of the data- encoded LED emitter. C. INFRARED DETECTOR - The detector shall change the infrared signal to an electrical signal. It shall be located at or near the intersection. It shall send the electrical signal, via the detector cable, to the phase selector. D. DETECTOR CABLE - The detector cable shall carry the electrical signal from the infrared detector to the phase selector. E. PHASE SELECTOR - The phase selector shall accommodate data-encoded communications and shall validate, identify, classify and record the signal from the infrared detector. It shall be located within the controller cabinet at the intersection. It shall request the controller to provide priority to the requesting vehicle and/or record the presence of a probe vehicle. SP-96 F. SYSTEM INTERFACE SOFTWARE - The system software shall provide windows and menus for setting vehicle ID subgroups and codes, range settings, intersection and channel names, timing parameters, desired green signal indications during priority control operation and for viewing and downloading logged information. It shall be a Windows™ compliant program. G. SYSTEM CENTRAL MANAGEMENT SOFTWARE - This database software shall support remote system configuration and gathering and reporting of operational information. This software shall be capable of running on a Windows™ 2003 server or Windows™ XP or Windows™ 2007 operating system. H. CARD RACK - The card rack shall provide simplified installation of a phase selector into controller cabinets that do not already have a suitable card rack. 24C-1.03 SYSTEM COMPONENT SPECIFICATIONS -- A. DATA-ENCODED INFRARED EMITTER and PROGRAMMING SOFTWARE 1. The data-encoded emitter shall generate the infrared signal which serves as the trigger to the rest of the priority control system. The infrared signal generated by the data-encoded emitter shall be a series of infrared pulses from an array of infrared LEDs with an integral power supply. The flash signal shall consist of a fixed frequency base signal and a coded overlay signal that can be used to transmit information. 2. The data-encoded LED emitter shall be powered by the DC voltage supplied from the battery of the vehicle. The emitter power supply shall operate from 10 to 32 volts DC. The unit shall be equipped with a weatherproof in-line fuse holder and a weatherproof quick-disconnect plug. 3. The unit, including all electronics, shall be miniaturized to a size no greater than 5.9 inches (15 cm) wide by 3.8 inches (9.7 cm) high by 3.5 inches (8.9 cm) deep to accommodate standalone and internallightbar installation. a. Alternately, for a data-encoded LED based emitter intended for Lightbar Original Equipment Manufacturers (OEMs), the unit, including all electronics, shall be miniaturized to a size no greater than 5.7 inches (14.5 cm) wide by 1.2 inches (3 cm) high by 1.6 inches (4 cm) deep to accommodate internallightbar installation. SP-97 4. The data-encoded emitter shall be supplied complete with a 25 foot (7.5 m) installation cable. a. The installation cable for the LED OEM version shall be provided by the OEM. 5. The flash sequence generated by the data-encoded emitter shall carry three (3) types of information: a. The fIrst function shall be to transmit the industry standard carrier frequency for High priority Emergency band signals (14.035 +/- 0.03 Hz) or Low priority Transit band signals (9.639 +/- 0.003 Hz), or approximately 12 Hz for Probe frequency. b. The second function shall be to transmit a vehicle identifIcation signal, added to the carrier frequency either by modulating the carrier frequency or by interleaving extra pulses between the standard carrier frequency pulses. c. The third function shall be to effect range adjustment of the system using either coded or non-coded optical emitters positioned at the desired distance, while the optical signal processor/phase selector range adjustment features are activated in the traffIc cabinet. The range of each system intersection approach shall be adjustable between 200 feet (90m) and 2500 feet (762m) for both high and low priority signals. 24C-1.04 OPTICAL DETECTOR -- The optical detector shall be manufactured from black glass-fIlled, UV stabilized polycarbonate suitable for all weather use. The detector shall be designed and sealed to prevent the entrance of rain, sleet and snow. The optical detector shall sense and transform optical energy from optical emitters into electrical signals to be decoded by the optical signal processor/phase selector and shall sense optical emitter signals over an adjustable range of up to 2500 feet (762m) in optimum atmospheric conditions. It shall transmit electrical signals to the optical signal processor/phase selector via up to 1000 feet of optical detector cable. It shall have an internal terminal strip with wiring label for convenient positive connection to the detector cable. The optical detector shall have as a minimum a conical eight (8) degree or greater fIeld of view centered about the view port normal axis. Should wider viewing fIelds be necessary, the vendor shall supply the equiprnent/hardware to achieve the detection area that is needed for the specifIc application. SP-98 24C-1.05 OPTICAL DETECTOR CABLE -- The optical detector shall be either three (3) or four (4) conductor shielded control cable, with foil shield overall and ground wire. It shall the requirements ofIPCEA-S-61-402/NEMA WC5, Section 7.4, 600-Volt Control Cable, rated for 75 degrees Celsius, Type B, and the following: Wire Quantity Wire Gauge CONDUCTORS 3 A WG #20 (7 x 28) stranding Conductor Material Individually tinned copper strands PVC, 80C, 600V, 25-mil minimum average thickness Insulation Wire Color 1 Blue, 1 Orange, and 1 Yellow 4 AWG #20 (7 x 28) stranding Individually tinned copper strands PVC, 80C, 600V, 25- mil minimum average thickness Blue, Orange, Yellow, and Other Shield shall be aluminized polyester film or approved equal, applied with a nominal 20% overlap to provide 100% shield coverage Drain Wire shall be A WG #20 (7 x 28) stranding gauge. Material shall be individually tinned copper strands, non-insulated and in contact with the shield conductive surface. Drain and conductor DC resistance shall not exceed 11.0 ohms per thousand feet. Capacitance from 1 conductor to the other 2 conductors and shield shall not exceed 48 pf/ft at 1000 Hz. Jacket shall have a minimum average wall thickness of .045", temperature rating of 80C, voltage Rating - 600V. Material shall be PVC, Black with a nominal O.D. over jacket - .35" maximum. The optical detector cable shall be of durable construction to allow the following types of installation: Direct burial; Conduit and mast arm pull; or Exposed overhead, as with span wire. 24C-I.06 OPTICAL SIGNAL PROCESSOR/PHASE SELECTOR -- The optical signal processor/phase selector shall be installed in the traffic controller cabinet to decode the electrical signals from optical detectors. The optical signal processor/phase selector shall interface directly with 170 and 2070 series controllers with compatible software, and NEMA TS- 1 and TS-2 with suitable system interface equipment and software and associated cabinet systems. SP-99 24C-1.07 ENVIRONMENTAL -- All equipment supplied as part of the optical preemption traffic control system intended for use in the controller cabinet shall meet the electrical and enviromnental specifications spelled out in the NEMA Standards Publications TS2- 1992 Part 2 where applicable. 24C-1.08 QUALIFICATIONS -- The manufacturer or their qualified agents shall supply a list of at least three preemption system users having experience with the various types of preemption system components available from the manufacturer for a minimum of three years. The manufacturer shall be able to demonstrate the ability to provide on going technical and product warranty support. A tour of the manufacturer's production facilities shall be made available for a maximum of two inspectors from the CITY upon request. The manufacturer shall have an independent quality control department that has complete authority to monitor product integrity and is answerable only to a senior officer of the manufacturing organization. 24C-1.09 RESPONSIBILITIES The manufacturer or the manufacturer's representative shall provide responsive service before, during and after the installation of the priority control system. The manufacturer or the manufacturer's representatives shall provide training to the system installer and maintenance department of the CITY. Training shall consist of proper installation and operating procedures for the system hardware and software. The manufacturer or the manufacturer's representative shall, at the request of the CITY, assist with field surveys of the traffic system intersections to insure that all traffic control system equipment shall interface with the manufacturer's preemption system components. The necessary number of preemption channels and the appropriate location of the optical detectors, for optimum system operation shall be determined at this inspection. The manufacturer or the manufacturer's representative shall assist the installer or the CITY's Traffic Operations to insure that all traffic controllers are properly programmed for preemption system interface. Preemption system maintenance and operational manuals shall be provided to the purchasing agency and system installer. The manufacturer or the manufacturer's representative shall provide an Emergency Vehicle Driver Training Course to all qualified personnel who will use the preemption system, at the request of the CITY. At least one copy of the materials used for the driver training course shall be provided to the CITY for future review. Sp.IOO The manufacturer shall warrant, provided the preemption system components have been properly installed, operated, and maintained, that matched system components that fail due to material flaws or workmanship shall be replaced or repaired under manufacturers published warranty provisions. The protection period against system component failure shall have a total duration of not less than 10 full years (1 year for emitter lamps) according to provisions set forth in the manufacturers published warranty. The manufacturer shall provide, upon request, a certificate of product liability insurance for $5,000,000. The manufacturer of the preemption system shall certify on request from the CITY that all the component products in their system are designed, manufactured, and tested as a system of matched components and shall meet or exceed the requirements of the specification. 24C-l.l 0 PAYMENT - Full compensation for the installation of emergency vehicle preemption and priority system, including furnishing all materials, tools and equipment and for doing all the work involved in the installation of the preemption and priority, infrared activated, data-encoded system, including all the appurtenant facilities and testing, complete in place, per the Plans, per the Standard Specifications (Green Book), the Caltrans Standard Specifications and Plans, these Special Provisions and as directed by the Engineer, shall be considered as included in the contract bid lump sum price paid for "TRAFFIC SIGNAL SYSTEM", and no additional compensation shall be allowed therefor. SP-lOl SECTION 24D 24D-l SPREAD SPECTRUM INTERCONNECT SYSTEM 24D-1.01 GENERAL - Traffic Signal Spread spectrum interconnect system shall conform to the provisions in Section 209, "Street Lighting and Traffic Signal Materials" and Section 307, "Street Lighting and Traffic Signal Systems" of the Standard Specifications (latest edition), the Caltrans Standard Specifications and Standard Plans (latest edition), and these Special Provisions. 24D-1.02 TRAFFIC SIGNAL INTERCONNECT SYSTEM -- The interconnection of the traffic signal system shall be by spread spectrum radio interconnect system and shall consist of antennas, cables, interface units, modems, radios and all other appurtenances to provide a fully functional communication system to operate with Model 170E or 170 masters and local Model170E or 170 controller units. 24D-1.03 INSTALLATION -- The Contractor shall install master and slave radios in the controller cabinet at the locations shown on the Plans. The antenna for the radios shall be installed by the Contractor on a signal pole as shown on the Plans and as determined in cooperation with the Engineer and the manufacturer. All cabling and connections from the radios to the antennas shall be installed by the Contractor in coordination with the Engineer. 24D-1.04 RADIO -- Spread Spectrum Radio shall be P-Com Corporation Airlink Model 19MP-E or approved equals. Each radio shall meet FCC Part 15.247 requirements for unlicensed use and shall operate with a communication protocol that is fully compatible with the traffic signal controller system's equipment communications protocol. The radio shall be able to operate as either a master or as a slave, and the use direct sequence to spread the radio frequency (RF) carrier. The radio shall be encased in a hardened unit and meet the National Electrical Manufacturer's Association (NEMA) TS-l environmental standards for traffic signal equipment. SP-I02 Other features to be provided are as follows: Data Interface Slaves Power Re uirements The radio supplier or its authorized representative shall verify by written certification that said radios are fully compatible with said traffic controller equipment; certification shall be prior to installation. All radios supplied shall be of the same type (manufacturer model, series, etc.). A shelf shall be provided for each cabinet for the radio. One extra radio will also be provided. 24D-l.05 COAXIAL CABLE -- Coaxial cable shall be installed from each antenna to the controller cabinet. At least 10' of coax shall be left in the cabinet. For routing of said coaxial cable, refer to Exhibits for conduit information. NOTE: The Exhibits are not to scale; it will be the Contractor's responsibility to determine length of coaxial cable required. The coaxial cable shall be Times Microwage System LMR 400 or approved equal. The coaxial cable shall be designed for underground installation and shall meet or exceed the following specifications: 1m edance Attenuation Core Insulation Outer Diameter Shield Outer Jacket Minimum Bend Radius 50 Ohms 3.9 db/lOO ft 900 Mhz Foam 01 eth lene core 405" outer diameter 100% shield coverage > 90dB RF shieldin Black Polyethylene, UV rotected 1.0" SP-103 24D-1.06 ANTENNA -- The antenna shall be a directional Yagi antenna compatible with the Spread Spectrum Radio System (900 Mhz). The antenna shall have 50 OHM impedance, an N type female antenna post and shall have a gain of 15 dB!. 24D-1.07 ANTENNA MOUNT -- Directional antennas shall be installed on the existing traffic signal pole mast-arms and/or pole shafts as selected by the Engineer. The antenna mount shall be band-strapped to the mast-arm or pole shaft. 24D-l.08 CONNECTORS -- The connectors shall be AmphenoI82-202-1006. Male type "N" or approved equal. 24D-1.09 LIGHTNING PROTECTOR The lightning protector shall be a Polyphaser IS-50NX-C2 or approved equal. A lightning protector shall be provided for each radio. It shall be mounted in the traffic control cabinet. 24D-1.l 0 MODEM -- An external type 202 modem shall be installed at the master radio location. This modem shall meet all NEMA TS-l enviromnental standards. 24D-1.l1 CABLES -- Cables shall be provided for the following: Master Radio:DB25 to DB9; C2 to 4 wire; 4' drop coax. Slave Radio: DB25 to C2; 4' drop coax. ALL CABLES SHALL BE WIRED FOR PROPER OPERATION WITH SPECIFIED EQUIPMENT. 24D-1.l2 SPREAD SPECTRUM TESTING -- To assure path feasibility and spectrum availability for proper operation of the Spread Spectrum Radio System Interconnect, the following tests shall be performed: a. A spectrum analysis to determine spectrum usage and availability within the 902-928 Mhz frequency range shall be conducted by the radio supplier or an authorized representative in the presence of the Engineer or his representative. From the results of this analysis and after conferring with said representative, the Engineer will determine the appropriate frequency to be used. This analysis shall be performed prior to antenna and radio installation. SP-I04 b. To determine the quality of data transferred over the RF link, a BERT reading shall be taken and logged for each maser to slave link. This BERT shall follow the industry standard test pattern for BERT measurement. The documentation shall include initial BERT readings, error readings and return BERT readings. Each shall be logged by listing the ending points of the link along with BERT reading. c. Each link shall have an R.S.S. reading logged for proper determination of path integrity. This reading shall b in D.C. volts and shall reference an average Bit error Rate. The R.S.S. shall be monitored for at least 10 minutes. 24D-1.13 MAINTENANCE AND SERVICE MANUAL -- This manual shall be assembled in volumes of 3D-ring binders of 3" maximum thickness and shall be indexed item by item. Several items may be covered in a single binder. The manual shall document in detail the maintenance and service aspects of the equipment on an item by item basis with clearly detailed illustrations including schematic diagrams. The manual shall contain comprehensive lists of parts and costs, with illustrations if necessary, as well as a troubleshooting guide to enable CITY technicians, or others to carry out maintenance operations down to the module level. The Contractor shall furnish one manual. 24D-1.14 INSTALLATION AND OPERATION MANUAL -- This manual shall be assembled in volumes of 3D-ring binders of3" maximum thickness and shall be indexed item by item. Several items may be covered in a single binder. The manual shall document in detail the installation and operation of the equipment on an item by item basis with clearly detailed illustrations. The Contractor shall furnish one manual. All modifications to standard equipment must be documented. The Contractor is responsible for generating the desired documentation in the event that it is not available from the manufacturer. 24D-1.15 PAYMENT - Full compensation for furnishing all the materials, tools and equipment and for doing all the work involved in the installation of the spread spectrum interconnect system, including all the appurtenant facilities and system testing, complete in place, per the Plans, the Standard Specifications (Green Book), the Caltrans Standard Specifications and Plans, these Special Provisions and as directed by the Engineer, shall be considered as included in the contract bid lump sum price paid for "TRAFFIC SIGNAL SYSTEM", and no additional compensation shall be allowed therefor. SP-IOS SECTION 25A 25A-l ADmSTMENT OF WATER FACILITIES 25A-1.01 GENERAL - Adjustment of water meter boxes and water valve enclosures 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 enclosures 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-I06 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 specifications 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 of the work by the Water Department. 25A-1.05 MAINTENANCE OF EXISTING IMPROVEMENTS - Unless otherwise indicated in the Plans or these Special Provisions specifications, 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-I07 25A-1.07 PAVEMENT REPLACEMENT - When it is 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, Public Works Division, 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 necessary pavement. All paving shall be inspected by the Public Works Division Engineer. It is understood by the Public Works Division that all pavement replacement by this construction is not the responsibility of the Municipal Water Department. 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 offby Contractor under Water Department inspection. AU 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 Enclosure To Grade" shall be considered as full compensation for providing all the material, tools and equipment, and for doing all the work involved in the adjustment of water valve enclosures to meet grade of project improvements, complete in place, per 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 Provisions shall not apply to adjusting water valve enclosure and water meter box and covers, and no adjustment shall, therefore, be made in the contract unit price for increased or decreased quantities of adjusting utility facilities. SP-l0R SECTION 26 THROUGH SECTION 37 BLANK SP-109 SECTION 38A 38A-l IRRIGATION SYSTEM (MODIFY EXISTING) 38A-1.0l GENERAL -- Landscape irrigation shall comply with the Standard Specifications, Section 212-2, "Irrigation System Materials", Section 308-5, "Irrigation System Installation", Section 308-7, "Guarantee" and these Special Provisions, as shown on the Plans and as directed by the Engineer. The work includes, but is not necessarily limited to, the relocation of existing irrigation system, including any incidental work not shown or specified, including all incidental work not shown or specified which can reasonably be inferred as part ofthe work and necessary to provide a complete and functional system. . The Contractor shall coordinate irrigation sprinkler work with all underground utilities and other trades responsible for their installation. The Contractor shall use extreme care in excavating and working near existing utilities. Contractor is responsible for damages to utilities which are caused by his operation or neglect. The Contractor shall notify the Engineer in writing describing all unacceptable conditions and will not proceed with work until unacceptable site conditions are corrected or existing utilities are located. The Contractor shall furnish all necessary labor, materials and equipment required to complete the work of installing a fully functioning landscape irrigation system in accordance with the Plans, these Special Provisions and as directed by the Engineer. The Contractor shall use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. The Contractor shall provide whatever temporary system is necessary to provide adequate watering of existing landscape area during the time of relocation of existing irrigation system. Additional water shall be performed in the event of unusually hot/dry conditions or during a prolonged high temperature period during the summer months, as directed by the Engineer. SP-IIO 38A-1.02 IRRIGATION SYSTEM MATERIALS -- All materials and components used shall be new and without flaws or defects and of quality and performance as specified. Prior to installation of any irrigation work, the Contractor shall submit a list of all materials and components the Contractor proposes to use for approval by the Engineer. The Contractor shall relocate, repair, replace, clean, adjust, straighten, raise and lower the sprinkler and irrigation system components, including the existing irrigation control valves, as directed by the Engineer. The Contractor shall, at no cost to the CITY, repair or replace any damaged sprinkler and lor irrigation system component damaged due to the Contractor's own negligence. Any replacement must conform the type and kind of the existing system. Any deviation must be approved in writing by the Engineer. 38A-1.03 TRENCHING - The Contractor shall dig trenches and support pipe continuously on bottom of ditch. Lay pipe to an even grade. The Contractor shall plan trenching excavation and shall follow layout indicated on plan and as noted. Where lines occur under paved areas, consider dimension to be below the subgrade. Piping shown in paved areas shall be installed in sleeves. The Contractor shall provide not less than 6 inches clearance between sprinkler lines, and lines of other trades, and shall not install parallel lines directly over any other line. Minimum width of any trench shall be four inches, or 1.5 times the diameter of pipe, whichever is greater. If rock is encountered, excavate four inches deeper and backfill to pipe grade with well-graded sand. Keep trenches even and free of obstructions and debris that may damage pipe. The Contractor shall not mix sub-soil with top-soil. All pressure supply lines and control wires shall have a minimum cover of24". All other non-pressure lines shall have a minimum cover of 18" Under vehicle bearing paving, all lateral piping and pressure lines shall have a minimum cover of 30" from top of pavement. SP-ll1 38A-1.04 BACKFILLING -- Initial backfill (first 6") on all lines shall be of a fine granular material, with no foreign matter larger than 3/8" in size. Backfill material shall be tamped in four-inch layers, under the pipe unifonnly on both sides for the full length of the pipe. Materials shall be sufficiently damp to pennit thorough compaction under and on each side of the pipe, to provide support free of voids. Backfill for trenching shall be compacted to dry density equal to the adjacent undisturbed soil, and shall confonn to the adjacent grades without dips, sunken areas, humps, or other irregularities. In proper types of soil, the Engineer may authorize the use of flooding in lieu of tamping. Under no circumstances shall truck wheels be used for compacting soil. 38A-1.05 FLUSHING - Pressure and non-pressure lines shall be thoroughly flushed after all irrigation pipe lines and risers are in place and connected and prior to installation of equipment and heads. The Contractor shall not proceed with the installation until lines have been flushed to the satisfaction of the Engineer. 38A-1.06 PRESSURE TESTING - All hydrostatic tests shall be made only in the presence of the Engineer, or other duly authorized representative of the CITY. No pipe shall be backfilled until it has been inspected, and approved in writing. Pressure supply lines shall be tested under a hydrostatic pressure of 150 pounds per square inch for a period of two hours. Non-pressure lines to be tested under hydrostatic pressure of 100 pounds per square inch for one hour. The Contractor shall furnish necessary force pump and all other test equipment. If leaks develop, repair and repeat pressure test until system is water tight. 38A-1.07 ADmSTING OF SYSTEM - The system shall be adjusted to minimize pressure loss. All back drainage of heads shall be stopped with "Valcon ADV" check valves, or approved equal, in riser. Heads shall be flushed and adjusted to prevent over spray onto adjacent paving and/or structures as much as possible. Adjusting shall include valves and alignment and coverage of sprinkler or emitter heads. The Contractor shall make final adjustments to the system including addition of sprinkler heads or emitters and emitter housings as necessary to provide for irrigation of all plant material as shown on the Plans. These changes or adjustments shall be made without additional cost to the CITY. Sp.112 38A-l.08 COVERAGE TEST -- When the sprinkler system is complete, the Contractor shall perform a coverage test in the presence of the Engineer to determine if the water is complete and adequate. The Contractor shall furnish all materials and all work required to correct any inadequacies of coverage due to deviations from Plans, or where the system has been willfully installed as indicated on the Plans when it is obviously inadequate, without bringing this to the attention of the Engineer. 38A-l.09 FINAL INSPECTION -- A [mal inspection of the work shall be made by the Engineer in the presence of the Contractor, at the time when all the work is completed. A notification of work completion and request for a final inspection shall be made by the Contractor, in writing, four (4) working days in advance of such inspection. 38A-1.l0 COMPLETION CLEANING -- Upon completion of the work, the Contractor shall make the ground surface level, remove excess materials, rubbish, debris, etc., and remove construction and installation equipment from the premises. 38A-1.l1 GUARANTEE - All work shall be guaranteed against all defects in workmanship, materials, and equipment for one (1) year from date of [mal inspection and acceptance. Any and all damage, resulting from the faulty materials or workmanship, shall be repaired by the Contractor to the satisfaction of the Engineer, at no expense to the CITY. All problems related to these defects and called to the attention of the Contractor by the CITY during this period, shall be corrected by Contractor within 15 days of notification. The CITY shall have the right to make emergency repairs without relieving the Contractor of his guarantee obligation. This guarantee also covers sinking of trenching below adjacent grade, and breaking or settlement of paving and other structures and planting due to sinking of trenching. 38A-1.l2 PAYMENT -- The contract bid lump sum price paid for "MODIFY Existing Landscape Irrigation System" shall include full compensation for providing all the material, tools and equipment and for doing all the work involved in modifying the existing landscape irrigation system affected by the work of this project, complete in place, per the Plans, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-113 GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the modified sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship. The work has been completed in accordance with the drawings and specifications (ordinary wear and tear and unusual abuse or neglect excepted). We agree to repair or replace any defects in material or workmanship which may develop during the period of one (1) year from date of fmal acceptance. We also agree to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the CITY. We shall make such repairs or replacements within fifteen (15) days after receipt of written notice. In the event of our failure to make such repairs or replacements within the specified time, we authorize the CITY to proceed to have such repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. PROJECT: LOCATION: SIGNED: CONTRACTOR FIRM NAME: ADDRESS: TELEPHONE NO.: DATE OF ACCEPTANCE: SP-114 SECTION 39 THROUGH SECTION 49 BLANK SP-llS SECTION 50 50-1 REMOVAL AND RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT 50-1.01 GENERAL - The Contractor shall comply with Section 7-9, "Protection and Restoration of Existing Improvements", of the Standard Specifications, latest edition, and these Special Provisions. All existing improvements (except utilities and street pavements) including, but not limited to curbs, gutters, cross gutters, spandrels, driveways and sidewalks, walls, fences, sprinkler systems, lawns, shrubs, trees, and traffic signs, traffic striping and traffic detector loops which are damaged or removed during the course of construction of the project shall be restored or replaced to a condition equal to or better than, in all respects, the existing improvements removed or damaged, unless otherwise specified or noted on the drawings. The removal and restoration of existing improvements shall be in accordance with the applicable provision of these Special Provisions, the Standard Specifications, Standard Drawing and the following requirements: I. In the event a portion of curb, gutter or monolithic curb and gutter is damaged by the Contractor's operations, a minimum of 10 feet of curb, gutter or curb and gutter shall be removed and replaced regardless of how short a length is damaged. The Contractor shall begin said 10-foot section, if possible, at an existing joint or scoring line. If said 10-foot section ends within 3 feet of an existing joint or scoring line, then the removal shall extend to said joint or scoring line. 2. If concrete cross gutter is damaged by the Contractor's operations, the cross gutter shall be removed in its entirety and replaced. 3. Concrete sidewalk shall be removed in its entirety between scoring lines or between scoring line and joint. Prior to removal, scoring lines shall be saw-cut. 4. If a concrete driveway is damaged and is a single monolithic structure, it shall be removed in its entirety and replaced. SP-116 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-ll7 APPENDIX STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION BXCDPTS I'RO. TBB CALII'ORlIL\. LABOR CODB RBLATDlG TO APr_-tJ:CB8 OK PUBLIC WORKS Chaptv 1 01 DnIaIoa 3 APPRBIITICBS OK PUBLIC WORKS 1773.3. An ~ _ ..baR pubUc ....... contnICt .. wilhln the jurioodidIon or Seclion 1777.5 _. within ..... dl\yo 0( the a........ """" a """" of the ........ to the DIftoIaa 0( Appo-.........,p _ Wben __.....~ requeoted by a ""* joint __p c:oaunI_. the _ oIoaIl DOtiI'r the Ioca1 jaiftt _tk:abip - "'88ftIinI aD ouch ....,.,-da app1V-..... to the joint _ticeobIp -- IIIaIdns the ~ Within ..... Up of a ftndlnc of...y dioaqlaney ~ the ratio or __ to jourIIqIIlea. punu...t to the _ _ number of _lice. tojoumeymen, the IlW1Udlnc _ obaJl DOtiI'r the DmoIon 0( "-tioeobip _.. 1776. (01 E8<:b con_ and .u-'_ obaJl keep _Ie ~ -. ........... the -. _... oodaI oeel1ri13"number. _ ...-...-....... tllraf&ht _ and__ ......... __ -. do,y and -. and the """,01 per diem _ pUd to _ jou_ _ntlce. _. or other......-.,,_ ~ by blm or bee In connection with the public -. _ P"IJ"III .-.I _ c:ontoin or be __ by a written _ _ it io mode under penaIt;y ofpesjwy. otatin& both or the ~ (1) The ~ _ in the ~ _ io ln1e and c:om:cL (2) The employer boo complied with the __nb of Sectiono 1771. UIII. and 1815 fill' any __ pedtmu:d by hio or bee....," ~_ on the public""'" ptqject. lbl The P"IJ"III _. enu__ under oubdloioion (01 _ be certilied and oltaD be avollable for i__ at aD _...... _co at the principal oIIi<e of the con_ on the following buio: II) A cortl6ed """" of ... empio,roe'. P"IJ"III _ obaJl be mode aonUIabIe far ~ or fUmlobed to the emploJoec or blo or bee 0_ .CjlI__ on ~. (21 A --'K1lOd COP.!' of aD ~ _ enumerated in..._ (01 obaJl be mode .. . L" far...... ..... or lUmiobed upon requeot to a ..-- of the body .........uns the contnlc., the 0i0rWaa oIl.abar StaDdarde ~, -t, and the DWWoa fIl Ar__"L ...11. ~ of the Depllrtment of' __ _. (3) A certiIied copy or aD ~ __ enumerated in IIIIbdiYioion (a) obaJl be mode ..aDaI>Ie upon JelIueal by the pubUc for In............. or for copio. tbereoC. _. . -' by the public obaJl be mode throucb eitber the body ~ the _t, the Olvloion of "-tioeobip 8tandarda. or the Divialon 0( Labor Standanla _to If the .......- ~ _ hue not been ..._ld.d punuent to porocrapb (2). the requeatlna parIy obaJl, prior to belna ...__ the -*. ___ the _18 0( _lion by the contnlctDr. IItlbconlnoctDro. and the CIlIiIy lbrou&h which the requeot _ ...-. The pu- - - be Pen """".. to the _. at the prindpaI ..... o(the....-. (c:lThe certilied ~ _ obaJlllo on ....... ,.._. ..-" by the Dioloion ol Labor Standanla Enforcement or ohaDc:ontointhe__ ~ ..the_,.._I~ 1bythe_. (d) A _ or ouboo<lv.;- maD IIIe a certilied """" or the recorda enumerated in l1li_ (01 with the enIiIy _.......- tile _ __ 10 cIIIp __ ~ ora written requeoL (e) Any c:apy of _ __ ...- ... ~ .. ..... - lllmiabed upon requeot to the pubHc or _ pu_ _ by the a. ........ the DWlolan 0( Ap,.....1I IJp _, ...the Dloiolan 0( Labor Standanla .................t obaII be __ or .... _ to _t _re of... indIriduol'. ......., _. and oociaI oecurity attmber. TIle _ __ o(tbe -'" . __ the __...the oubeen_.~ the ........... obaII not be __.....wt>.. . , ,...,c:apyol_ _ _ Ioriaop"tio.. by. or _ tIO. ajaifttlo1Jor- --....-_t .".-...m-..,-1.'" ......-at tD the IIdenl LHor..... .u -'";: CoopcatiDD Act or 1978 (8eetion IT5&. o(TitIe 29 01 the _ _~... Ilo __ ....eLI.. ,.~ IlII\r tIO _tdilodooure or...lndioiduaI'. name mad -.xW 8IeCUrit;y nu.ber. A jolnt labor -- JI. .,t . I ...,. .....tmn lID IIdian. in a ClOUd or eam.petent jwiodietion oplnot ... O'"'r''''''' ...... _ to comply with Seclion 1774. '!'be court _ ........ _lion to an _ " " ,,__ fDI' UDp8id .... ud ..., ..... tbe jMilt labor -- __ lI>..t COID81ittec .. ...." ~...""... aDd ~ in<:Urred in mainlalnlnll the .:lion. AD _ under _ -_ _ not be ..... on tile emplo,ot'. -' ~ .~ ... 0I1Ile _ oIa _ .. iIo ...- P"IJ"III _. Hothb1lIin _ 1IIIbdl....... Ilmito any otbcr ............ "'1 ....'.i.. ~af""""', "The _1>.___ tbe \loolr-...the.....tno:to(the _0I1Ile _en__ __.. 101. ~ t,~ 11M __.... - '-"liY. - obaJl, wlthln..... ~do,yo, pmide a - ofa cllanFof__- . !liThe ....._111' ~b_. _ hue 10'" in which tIO comply _bIeqtlmt to recolpt 01. written _ .....--.. the .-. .....- In ..bdloIolan 101. In the _t _the con_ or ___ _ to comply _ the lo.do,y period. .... ... obe obaJl, .. a"""'" to the _ ... poIIllcaJ .._.. __ _ the ...._ '" _... _...<Ied, fodeIt ~.Ihe doIIon 1*251.... _ _ do,y, or portlan IheRol, far - -. UDII1 oldot .'1 - ,".1" .. Upoa die __ oil die Ditlolaoa or Appnmtioeobip IItaDlIe<da or the 0i1rlII0n of ....... S' .. AI - - - . .... JI w- .... lie . -.. ........ ......~. k '- ....... due. A CIIIItndlII' iI not. ..lIJIect tIO a ......., , ... t .. lIIia __ _ to ... ........ 0( a AI' !Jat: - tIO comply with lbio --. lIII The.... __ .... tbe __......... Ilo _ ill the __....... ,. .. _ lbio --. fil TIle ~........ ruIoo ".,1 1 t wlIIt the CaBxnIa PIlblle __ -. l~ 3.5 ~no:inII: with Section 6:l5Ol, Di'riaion 7, TItle I, Government Code) and the Informalion _llctaU9'77. (I'ltIe t.81 h' . OCwithSection 1798). -'4. Dtrioion 3. CiwilCada) pemiDgthe",_of _ .-da. iar:1udiac the .,-.........-. al...,.-..... _ to be duqod for n:producln& c:opleo al n:conI. n:quin:<! by---- (j) nu. -. _ n:main In.- aa\y until J.......,. I, 2003, and _ al_ _ ;. n:pcooIed, uDlcu .Ialer ...- _Ie, _ Ie...-....... J.......,. 1,:1003,"""'" or_ -_. 1T16. laI Each __ and ."bccm_ _ keep an _ul'llle pe.yroI1 n:conI. .-... the -, -. oaciaI oecurity number, _ c",! - ..".." and......... lima and.....rtime houra __.- dl\Y and wad<, and the ociual per diem _ poId to.-jou_. _lice, _, arother empIayee eDlJlIoJ<d by him arber In canneelian with the public: _, (bl 1ba pe.yroI1 n:conI. .....1D01'8lOCI under ."bdtrioion (aI .hoII be certlIied and o1ud1 be Il1'OiIabIe br in__ at 011 __ houra at the princ:ipaI a8Ice of the __ on the loIIowiDa booio: (I) A eertlIied ~ of an employoe'. pe.yroI1 n:conI _ be mode available lor Inspaction III" furni8hed ta the enapJa,oe or blo ar her outbarilled ...",__ OIl n:queot. (21 A certlIied ~ al on pl\JIOII n:conI. enumeralled In .,,_ laI ohoIJ be mode ...- .... ........Ii..' 1IC lUmiobed upon n:queot ta a .......-,tatm of the ~ .......-clIng the _tract, the Di'riaion al Labor S_ __t, and the Diriaian al Appn:nticeobip 8-. al the Department 01 InduolriaI ............. (3) A __ _ of on pe.yroI1 n:a>rda enWllllralled In .,,- laI _ be made ..- upon n:queot by the public: for ..... .. " or.... copie. _. ~, a _t by the public: ohoIJ'be mode through either the ~ .......-clIng the _tncl. the Dtrioion of Apprenticeobip StandenIa, III" the Dtrioion of Labar StandanIs _~t. If the __ __ ......... "- not been /1...._ purouant ta ~ (2). the n:queatlng perty aboD, prior to bein& ...~ilIt.d the n:a>rda, __ the _ of pre_lion by the __. ."bccmtractora. and the entiIJ tJuou&b which the n:queot _ mode. 'Jbe public: aho1I not be pon -... ID the ......... at the principal a8Ice of the .....-. (cl1ba certlIied pa.yn>II n:a>rda ohoIJ be on forma pmridad by the DtrIalon of Labor _ E>di>....,...,.,t or aho1I contain the __ .......wioa _ the forma ...u.ldoAI by the__ (d) _ _ ahallfiIe a eertlIied copy 01 the recorda enumeralled in aubdmaion (al with the entity that __ the n:a>rda within 10 dl\YO after n:eeipt of a written _t Ie) Any c:apy of......... mode avoJJable i>r 1n"P"""- a. capiea and fumiabed upon n:queot ta the public Dr _ public: _ by the -.rdiDIl~. the Dlviaion of Apprenticeahip Standarda, or the Diwiaioo of Labar StandanIs _...........t _ be _ or obIiteralled ta prevent _un: of an individual's _. addreaa, and oaciaI accurity number. 1ba .-. and _ al!be _ __ the _tract III" perlcnnin& the _tract ohoIJ not be - III" .-..od>.d. /my _ al .-. made _ for ............... by. or fumiabed 110, a joint Iabor__t . ,"... _""-'-' pursuant ta the -..1 Labar u__._-> C."",. .', Act alt978lgection 175aof'lltle 29 of the UniIled Statea Code) _ be ........ 1IC Dbliteralled aa\y to _t diacJoaun: of an _oriduaI'. oaciaI ~ DUIIlber. IQ 1ba con_ _ infann the ~ awudJnc the _tncl of the IocatiOll of the n:a>rda enWllllralled under aubdirialOD laI, IncIudln& the _ _. cit;y and CDIJIIt;y, and abaII, within lift -.. dlIY". __ a notice of a c","- of location and addmoa- fIl1ba __ _ ...... 10 dl\YO in which ta cmnp!;y aubaequcnt to receipt of_ notice .,....i{tb.g in what reapecta the __ muat comply with thlo acclion. In the ......t _ the contractar _ ta compI;Jo within the to-day period, be 1IC abe _. .. . penaIt;y to the alale III" political aubdirialOD on _ _the coatrad is mode or __. forfOit ~,h _ l*25l i>r each caJondar .. or portion tbeIeol, for .- -. untD .trict ",""",,"_ ;. eIIectuaIOd, Upon the n>queat 01 the Oiwiaion al Appnmticeahip Stand_ .. the DiYialDn of Labor Stondarda __I, _ ......- ahaD be wltbbeJd liam _ _to tben due. (hI 'll1e ~ ........una: the __ ahaII couac to be inacrlled in the _tract atipuIaliona 110 _Ie tbio __ Tbeac ~....... ahaII fiIc the ._. ......tit;y i>r .,....,1",.- with thio """lion on the pm. -_. (II The _ _ edopt ruloo canaiateDt with the CaIifomla Public: _-. 1~3.S c->mcncin& with _ 6250t. Oiwiaion 7. 'lltIe I, ~ C4*) _ the_ _Actof 19'77, (T\tIe 1.8 ~ .. ""'__ 1798), -'4. Diwiaion 3, ClwiICodel.......,matbe ..._of _ .-da. """"....... the ............-t of_~.- .... to be cbarpd .... repI<lClucinc c:opleo of n:a>rda n:quin:d by--- CD 'I'bt. MCtiDD ..... become ~..tic .JaDWIIY 1. 2003. tm.s. laI JIotbinc in thlo cbapter _ prevent the _....._at of-W I L ..d ........t>...4 upon pubIOc warka, (bl -.y ......v.dice ~ upon public _ _ be paid the po"""'" .... of po< diem _ .... ~.. _ in the trade to which be or abe is .~"" __ be v . . . .,.-.l aa\y at the _of !be ...a.. trade ID which be (It abe is .........<1. le) Only IIjljloIIIDdoo.. _ doIinocI ia _ 3IY17, ...... an: in ~ under ......tfo....bip -- that have been ......_-4 b:r the Chief" tile Diriekm of Appr-~.L. . T 8. .......... .-d who are ..... to writ:teD ...-entice ......-.... under CllIIi*I' 4 r-- . '... with _ 3070) of DiwiaiOIl 3 an: ....... to be eDlJlIoJ<d at !be _tlco:...... .... on pulJlic -a. 1ba _~ _........ of each _tlco:'" be in __ with _ It) the ......<MIl.. . ~l ............ and _lice .... .- under - be .. .... is lDiDin& or (lIl tho ruloo and "'lPl"",""" ortho C. 1"' ...AppIenllceahlp Council. (lII- the ......~-,.tD __ the _tract is -mad by tho _ or _ poIiIlcal...-. In .-......... _ olthe ~ under the -. ~ __ in _ ....,...,L~.... ad.. trade. the ........- ahaD eaopIoy ......_ in at _ the ratio aot finth in thio acclion _ ..., apply to _ .. ."'.. ...... __in 2 the craft .... _ _ aon ~ __ to the oi1e of the public -" for a certllk:alle .......u.h.g tbe c:ootnl<:tor under 11M: _ticcobip _ ilr 11M: .......,...... .- traiDIn& 01 __ in the an:a .... indually afrocIled. H_. the dec:ioiIm 01 11M: -w<".... ..... _ to __ .... deny a __ ohaIl be aubject to _ by the Adminlalrator of """,..f ....W. TIle ~ _ .... _ upon llpJII"OOina the .....,,""tor. ohaIl __ for the ~~h 01__ to tbe _. A contnctm "'""""" by... _~ _'s __ ohaIl not be ......- to submit """ __ appIleatlan In onIer to iaclude .............., public -- __ under that ___ .Ap.....- craft llI" _: .. used In _ oection. ....... a craft or _ __ 88 ... __.......... oecupaIloD In _dalue with I11Ioa .- .............. pn:acribed by tbe California Apprentioeahlp Council As used in _ -*t. 'con""""" _ """ __ _ a con_ who perIbrma any public _ not excluded by an_ 101. lei Prior to ......-c _ OIl a _baCt ilr public -. cnry __ ohaIl an_t contract award Infonnatinn to ... appIicabIc _ticeahip _ !bat can suppl.y __ to the _ 01 11M: public work. The Infonnatinn su_ __... _ ofjaumeyman boura to be .........- u-.. _ _ the number of_tlce. "'L~' ~ to be _j>IOJlOd, and the _..d>-te _ the _--- be ~. A copy of_ lnfimnatIan ohaIl ... be submitted to the --. bod.Y if __ by the awudlntl body. W"dhin 60 deJa allI:r c:ancIudinc _ 00 the exmtract. eadI __ .- an_ ohaIl submit to the .w....!b." bod.Y. if requeal1<d, .- to 11M: __........hlp _ a __ ....~-t of the joumeyman _ _tlce _ po.6:0.....d on tbe ___ Tbe __ under _ su_ abaD be public. Tbe IIppIeIlticcobi ___ ohaIl _ this In_for 12_. (Il The __........Ip _ _ can supply _tinea to the .... of 11M: _ of the public worl< abaIl ensure equal em...,.....t.- _ _In_ticeahip Ibr........,.- minorities. III The raiIo of _ .........- by ......~. to journeym"" ....pIoJed in a particular craft or tmde on tbe public _ _ be DO blfIhet than the raiIo atipuJated In the _tlceabip _ under which tbe _ticcobip___-the---to be bound bythoac_.. but, _..otherwise prorided in this _. In no caae abaD 11M: raiIo be _ than one baur of appnmtlce work i>r cnry _ baura of joumoylnan wad<. (hi ThIs raiIo of IIppIeIltb: -" to joume,yman work - aw\Y durin& """ d8,y or portinn of a cI8,y wilen any journeyman ;. .' ,-4 at the jobaite and ahaII be computed on the bIlaia of the hours _ durin& the d8,y by joumc:ymen 80 .........,...t. Any -" performed by .journeyman In __ of.....t bours per d8,y or 40 hours per _ abaD not be used to .,........... 11M: raiIo. Tbe contraetor abaIl employ appnm_ lor the number of hours computed 88 ..- bei>re the end of the contract..... in the _ of a anbeootnoctor. beiJ", 11M: end of the subeootnu:t. H........r. the exm_ shaD ....do...._. to the ..- _t po88ibIe. to II1IIpiaIy __ durin& the """'" time period that !h" joumc:ymen in 11M: _ craft .... _ .... _.' ,cd at !he jobaIte. Wbere ... hourly apprelIticeabip ndIo is not feaJaDle for a particular craft or trade. the Chief of the Division of A_tIceahIp SlandanIs. upon ~ of ... appnmtioeahlp -. _onIeramlnianlm raiIo of not _ than one _lice foreadl _journeymen in a craft 01' trade ,. OR. ..l..IltII~ (iJ A exm__ by _ _ _baa.....,.t to be - by... _tIceahIp _'. __ _ tbe '-'- of the ~ _. at that baa been --...aIy ......~d for 811 apprentic:eahip _ in the craft or trade, shaD empIuy 11M: nunlher of __ or the raiIo of .........- to jClUl'DClJllU'l1 stipulated in the "pp"'-"'" _tk:eabip atandoud.. but in DO _ _ than the 1-_ ndIo __ by su_lII. . flI Upon _ -. by a __ _ he or"'" employs __ in a particular craft or tmde in the _ 011 .. ofbla II< her _.t._ on... 811111181 a_ of not _ than..., bour of ......_tlce _ for """y 6.., _ of_""- by jounIeJ8en. the Chief oftbe DiIIaion of AppnII-. __... _....t a_ _tins 11M: __ _ 11M: 1-10-5 _rIy ratio. as BBt forIh In _..- for thet craft ...._. ~ An f...... ,utL..+" pIUI;JMl .... the 4it.....~ to IJ'IIBt to . .....t~.:i~ tL.. contractor or con.tractor .............. a _.I~ .. _ __ be ~ to the __ of the AdminlatnItI>o' of ApprentIceahIp. ........,Al>. the __ _ 11M: 1_ raiIo BBtforlh .._1I8Ctiaa _It_ ___of the iA._h.a..oudi1iona Is met: (11 U- j' Ji -t .... lite ........ I 1 W duM --th period in the area exceedlI all ........ of 15 percent. (21 The number of __In ttalniaC in tile area __ a'- 01110 5. (3) '"""'" is. -"lhat the appreII_ craft or trade la '., . 'III at _ one-IhirtleIh of i1a Jow_ -lr tIJrouF IIppIeIlticcobi traiain8. either 011 a -- _ or 011 a _-. 141 Aaaip......t of an ~r .......... _ work ........- under a pubIlc - --- en=ate.-U.u- that wouldjeopAnlile JUaor her life or the Hit,....... 01' praped;y'ollaUDw'-t.a. Jill. or the pubJic at .... or the apadIic _ lD _ the .....~dllo,., is 10 be - V-:d Is of a __ that trainIn& _ be __ by a jmi.~1 -, (II WMn an _pdan ia......... parMI_t .. eabdi9WDn Ikl to ~ .....~ tbat ""I" t. CDIltmctonl in a apocIIk: _ _ .... 1-"":; raiIo 011 a _ '" __ _, the __ __ _not be __ to ___ .... .. _....__..._joInt.. ~-_.iflheyareahaly"'"""""byllM: __tioeahlp..........cIo. (ml (1) A ___ a _baCt Is A__Jvl. who, in ............... """ of the work under the_ empIoya .low-...- .... __ In """ .,.......tioeabIe craft .... _ __ c:aatribule to the CaIliImla Appnmtloeabip Coundl!he __ _nt tbat the _ ___ is the ..... .. 'I _ of __......hlp trainIn& __ In the area oC 11M: public _ site. A __ ... .... as a ~ for ......_,Jt8 to !he COOIIICIJ _ _tB paid by !he __ to... .......aed .. .,. 'F _ _..... 8UIIPlJ __ to the site of !he public __ ~. The __ _ .,!II the _ of the __ in CGIIIpUtiJII IDa or her bid forthe_ 3 (2) At !be concluoion 01 each _ ~, !be CaIIfomia Apprenticeship Council - _bole training COl1lriI>utkma _ by the ........n UIllIIer tbIo oubdiwiolon, Ie. !be "'1'""'- of !be DMoion of A~ship StaDdordIo for odmini8lI:rin& tbIo oubcliYioioo, by makiDc _Ie to appmved app<ellticeship ___ fi>r !be purpooe of trainin& appnmticeo. The Iimdo oIWI be __ .. - (AI If _ 10 lU1 approved multiempJoyer _tiOe8bIP JlIOlJ1'lIIIl ..mnc !be __ cnoft or lr8dc 8Dd ......."""Ie IIR& for which !be traiDlng contribulion. were made to !be _nell, a grant to _ __ _ be made. (8) If !be.. .... two or mo.. approved multiemployer _tioe8bIp ___ ..mnc the ....... cnoft or lr8dc 8Dd ~ IIR& i>r which !be trainin& contributiooa_.. _ to !be COl1JIciI, the grant IhaJJ be diridod _ _ __ baaed on !be number af ~ '...........d in each __. (C) All traiDlng _tributiooa IU!t diltribu"'" under au............. (AI 8Dd (Bl1haJJ be uaed to defray the tutu.. ___ 01 admlnilterinc !hi. oubdioialon. (3) AU traiDlng contributiooa _ punlUlU1t to this oubdl. '..... oIWI be ~"'" in the Apprentioe8blp Tr8ining Contribulion PIlad, which Nad i. .....by c...."'" in !be _ Tn:aItuy. ~ Section 13340 of the Government Code. .u money in the ApprentieeWp Tr8ining Contribulion PIlad i8 bereby _tinuoualy appropriated h the purpooe of c:anying out thi8 1UIxti"rilion 8Dd to _the _olthe _ in adm-.,gthilIUbdfriaimL (n) The boc\y -.-ding the __ ahaIl C&UIO to be inaertecI in the contract otipuIationIto effectuate IhiI -. The otipuIationIlhaJJ fix the ....,.,...w;ntY of compliance with thII _ for 111 apprentieeable """"potion. _the prime __. (oj TbII_ __ _ oppIy to __ of senenJ con__ or to con_ of opedaJl;y contnu:tors not bidding b- ~ tIJrou&h . ~ or prime ....._ wben the contracil af ..- con-' or - opeciaI\y conlrllcton _ .... than Ihir\Y thou_ - ($30.000). (plAII deciaionJo of lU1 apprenticeahip __ uader _ _ ... IUqect to Section 3081- 1777.6. It oIWI be u_1 h lID employer or . Iahor union to n:N1O to accept othe...... quoIi6ed employeel .. re&isfcrcd appnloticee 011 any public worD. 011 the pound. of the race. retiPJua creed. color. national origin, an.ceatry, ..... or IF. except.. ...~idcd in Section 3rYT7, at ouch employee. 1777.7. (0) (I) A con_ or IU__ thet iI determined by the Chief of the llioiaion of Apprenticeship S_to....... __.- Seetiuo 1777.5 _ forIi:it... ciril penoI\y on omount not ............ng one buadn:d dollln ($1001 ... each tuD eoJondor dlI,Y of """"",,,p"-nce. The amaunt of_ JlCDIl\Y moy be ..dueed by the Chief if the amount ol !be JlCDIl\Y -.Id be di.p.__ to the ...m\y of the oiolation. A 001I_ or 1Ubc:nn_r -1mowin&1Y oommIle . oecond or ouboequent oiolalion at Section 1777.5 within. tbree-year period, when: !be noncompllaDc:e .....1tIl in _tiOe8bIP traiDlng not being provided.. """,- by thiI clulpter. IhaJJ forfeit .. a ciriJ JlCDIl\Y !be OIl. ol not """" than _ buadn:d dollln ($300) i>r each NU caIendIIr dlI,Y 01 noncompliance. NotwitboIlmdinc Section IT:1.7. upon ..ceipt of a _rmination tbot . civiJ penllO;y b.. been intpoaed by the Chief. the owudin& boc\y oIWI w1thbo1d the ..-mt or the ciriJ penoI\Y from _trKt __ poymenle then due or to beeome due. (2) In .... ol!be peaaJty proYided for in IhiI IUbdmoion, the Chief moy. for a Iirot-tlme violation and with the ~ at an _tiOe8bIP __ dncrlbed in .ubdtrioinn (d). order the 001I_ or 1Ubc:nn_ to proride appren_ mnpIaplent equ_t In the ~ hours that wauId ba.... been pmri<Ied b app<entic:ea during the period of noncomplilnc:e. (b) In the e'leftt a contractor or IIUbcontraCtor is determined by the CIder to bave JmowincIy l'ftft'In'littNt a oeriou. _ of any ...",_ of Section 1777.5. the Chief may aloo deny In !be 0DIltnlel0r or IUbc:onlrllctnr, and to ita _...... oIIicora, the right to bid on or be awarded or peri>rm ~ .. a aubcon_ on any publlc worke __ lOr .. period or up to one ~ b !be fiI1It violalion and for . period of up to _ years fi>r a aeeond or aubaequent YioIatlon. _ period ol ~t IhaJJ tun _ !be date the determination of noneomplilnc:e by the Chief b....... a linaJ onIer 01 !be A.dminlattalnr of ApprentieeWp. (c:l (1) An ~ ""'_. au__. or n:apmeibIo oIJicer moy obtain a _ of !be detennination 01 the Cblef impoaIng the debarment or ciriJ penllO;y by tranamittin&. writlen requeet to the oIIice of !be AdmlniItratnr within 30"'" after _ of !be datIenaination ol debarment or clvll penally. A copy ol tbie report - alae be - OIl the Cblef. lithe ,Ad_In_tor"" _ .- a timely requeat for review of the do_lion of debannent or civi1 penaJtJ'made by the CbIot the onIer _ become the final Older of the Adminia_. (2) Wltbln 20 doyo of !be timely reeeipt ol a requeet lOr _. the cbief IhaJJ provide !be ....-. 011_-. or reepona1ble oIIic:er the ~nIty m _ any v.l I n the Chief _ after at the bearing. The CIIicf oIWI alae ...-411, - any noapriYiloelld _to obtained _ the :;KkIoy time limit at . time lOt _ for 0lIlCi>anF of eoidenee by the ~. (3) Within 90 dlI,Ya of the timely reeeipt of a nqueat b _. . bearing _ be ..,...-......... - the __...... ~ --. QllIcet i ......... by !be ........In_ and P--_II!be 'P................. of an .... . ............ law Ju4F ....- In MI.' .. _ Ibl of Section 11502 of !be -....at Code. The alfected ......._. eu__.. '"1"'"'''''''''...... __ the bunJenof~ ..I~ - of_p".n~ - Section 1777.5. f4I Within 4S dlI,Ya of the _I-'- ol the --.. the __ - iaIUe a - dedaion al6rmin& -n......... . ~...the"''''' ..........ol_torciriJponaity.The__contein._tolthe ___IepI_ for the.- and _onIer. TbIa__ be _on an partleeand!be awanIlna;bocIy punuant In Seetlon 1013 ol the Code olCloll Procedunr by __ - at !be - -- -- of the J>lIIV thet the parW _ _ with the ...._.............. Within 15 doyo ol ....,....... ol !be _. the _r may .--....... or.....the .-. CD __... error. -.opt _. _ error _be con_ at any time. (5) An ~ aatNdiDr, ..~ . r_l!.r. 01' .1... ..... aIIcer who bu timeIJ requnIIed nme. and ......'-d . decWon _ .._...... f41""", _.... elthe __ ofthe~ by ~.. petition b a writ of--.....to the .. ........ __.-It.......-t CD 8ectIon 1094.5 olthe Code ofCloll "'-'!we within 4S d8,ya _ eo_ of Ihe ~ J ill. Ii an timIlI:r ~ III' a writ ol - .... Ia _. !be _ IhaJJ _ !be tiDal onIer 01 the 4 _. 'lhe deciIdon of !be __ obaIl be aflinncd u_ !be petitioner _ Ibat the AdminiBIraIor abuKd hia or her _. If the potitioner _ that !be findinp .... not aupported by the evidence, abu.. of _ is e__ If the court __ that !be ~ are not aupporlAld by aubotantiel evidence in lisht of the entire _. (6) 'lhe cmef _ certify a copy of the Iina1 order of the Admloiatrator aiuI file it with !be clerk of !be auperio< court in aoy OOUD\Y in wbJcb the aftOded _traetor or au__ '- ...u..... ~ 0< ...... or had a place of buaineaa. The clerk, irn--t.ly upon the liIiD& obaIl enter ju~t fo< the _ apinat !be peraoo ..- in the amount _ OIl the cmtiIied Older. A judpleDt -.ed purauaot to this aection obaIl bear the ......, ra" of interest and obaIl hue the ....... _ aa other j......-.. and be ,pen the __ prefeleDCO allowed by the law on olber judpleDta n:Ddered fOr _Ibr ___ The clerk obaIl DOt....... ilr !be aemce .....a........t by him or her purauaot to this oectloa. An awanIiDc body _ haa withlleld I\mda in _ to a cIeIenPination by the Cbief """"",,,I a penalw UDder _ aection obaIl, upon receipt of a cmtiIied copy of a lina1 order of the Admloiatrator, pIODlIlt\y - !be withheld _a, up to !be amount of the cmtiIied Older, to the _. (eIIlf a au_tractor. fouad to ...... _ Secticlo11777.S. the prime contractor of the ~ Is DOt liable for lU1Y ponaJtIea UDder aubcJ_ (ai, unleaa the prime .....- bad 1t.nool1,~1P' of the aubcon_a fili1ure to ~ with the prvriaIona of Section 1777.5 0< unIeaa !be prime _traetor faIIa to comply with _ of the i>IIowing R!CI"h.......u..: (11 'lhe _tract.......1led be_n the __ aDd !be au_ or the performance of work on thepub1ic _project obaIl incJude a copy of the ....._ ofSectiona 1771,1775,1776, 1777.S. 1813, and 1815. (2J The contradO< obaIl oontinu8ll7 monitor a au__a uee of __a requlred to be ....pIayed OIl the public _ project purauant to aubcJ_ leII of 8eetion 1777.5, includia& but DOt _ to, periocIIc review of !be cmtiIied payroU of the au_tractor. (3) Upon bec:ominI aware of al'ailwe of!be .._ to entpIo,' the required number of apprenticea, the __ obaIl _ _._live _, indudin& but DOt Iimiled to, retJlininc timda due the au__ ilr work ",.formed on the public _ project until the l'ailwe Ie correclled. 141 Prior to making the Iina1 ~t to the au__ ilr work .-"'...-d on the public _rka Jl"O!iect, the contra<tor obaIl obtain a _lion ...... under penalty of perjurY .-.- the aubcontractor thaI the aubcontractor '- employed the required number of appnmtlcea on the public - prqjec:t. te) Any lIIada withbelcl by the awanJinl body purauant to thla aection aball be ~ in the Genend Fund If the awardinc body . a atate entity, or in the equi9alenllland of ao awanIiDc body If the awanIiDc body is an entity other than the _. IQ 1be Cbief obaIl conaider, in aettinB the amount of a monetaty peoall;y, in cIetenDlDinIwbelber a violation Ie aerioua. and in deterInininIwbether and fo< _ Iont: a party abouId be debamld fa< rioIatiD& thla aection, all of the foIIowin& c:irc:umataocea III Whether the _ waa inllentional. (2) Whelber the party ...... committed other vioIatlona of Section 1777.5. (3) Whether, upon notice of the violation, the party _ aile,. to.oJuntarily remedy the .J.Mdoo. 14) Whether, and to _ _t, the _ reaullled in Ioat traininl ~itiea for apprentlcea. (S) Whether, and to what _t, the _ __ harmed appnmtlcea 0< apprenticeehip JlI1lIRIIIla. If a party ....ka review of a cJecioion by the Cbief to im_ a monetary pena1ty or period of debannent, the AdminiatraOOr ohaII decide de IlOYO the ............_ pena1ty, by _rinK the ......, factora eet forth abcm:. III The in1Upretation of 8eetlon 1777.5 and thla _n ohaII be in aa:ordance with the __ of the CalIfornia ~lp CounciL The Adm_ may adopt __ to .- .......-- for the impoaition ol_taty pcnaItlea and perioda of debarment and _ deaip1ate preccdentiel _ under 8cctlon 114:15.60 of the o-nment Code. NOTE: THE ABOVE c.&l.lVOUIA LABOR CODE SECTIONS ARE AVAILABLE FROII THE Il'fTBRlIET tiil_.dIr.ca.Jr:ov/. DAB 10 (RoY. 04-(2) 5 Division of Apprenticeship Standards - Public works information Page lof2 Welcome to the California DEPARTMENT OF INDUSTRIAL RELATIONS Division of Apprenticeship Standards -Important notice - Change to Code of Regulations Setlon 230.1 Notification of Change In Regulation 230.1 Regarding Employment of Apprentices on Public Works. ~> Regulation 230.1 has been amended. The change will affect projects bid after June 30, 2009. Projects bid on or before June 30, 2009 will still be controlled by the prior version of 230.1. ..l> The change requires all contractors (who are not already employing suffICient epprentices) to request dispatch (etther consecutively or simultaneously) from all approved apprenticeship programs in the geographical area of the project. "l> The change also requires that contractors who employ apprentices but are not meating the required ratio for their craft must request dispatch from any other programs In their craft that exist in the geographical area of the project ..l> The change also requires contrectors to give the approved apprenticeship programs written notice of the request for dispatch at least 72 hours in advance. Previously 48 hours advance notice was required. EffBctlve on projects bid July 1. 2009 Reg. 230.1. Employment of Apprentices on Public Works. (a) Contractors, as defined In Section 228 to Include general, prime. speciatty or subcontractor, shall employ registered apprentice(s), as defined by Labor Code Section 3077, during the performance of e public work project in accordance with the required one hour of work performed by an apprentice for every fIVe hours of labor performed by a joumeyman, unless covered by one of the exemptions enumerated in Lebar Code Section 1777.5 or this subchapter. Unless an exemption has been granted, the contractor shall employ apprentices for the number of hours computed above befora the end of the contrect. Contrectors who are not already employing sufficient registered apprentices (as defined by Labor Code Section 3077) to comply wtth the one-to-Iive ratio must request the dispatch of required apprentices from the apprenticeship commtttees providing training In the applicable craft or trade and whose geographic lIAKl of operation includes the site of the public work by giving the commtttee written notice of at Ieasl 72 hours (excluding Saturdays, Sundays and holidays) before the date on which one or more apprentices are required. If the apprenticeship committee from which apprentice dispatch(es) are requested does not dispatch epprentices as requested, the contractor must request apprenlioe dlspatch(es) from another committee providing baining in the applicable craft or trade in the geographic area of the site of the public work, and must request apprentice dispatch(es) from each such convntttee, elther consecutively or simultaneously, until the contractor has requested apprentice dispatches from each such commtttee In the geographic area. All requests for dispatch of apprentices shall be In writing, sent by ftrst class mall, facsimUe or emall. If a non-.ignatory contractor declines to abide by and cornpIy wtth the terms of a local committee's standards, the apprenliceehlp committee shell not be required to dispatch appranllces to such contractor. Conversaly, if in response to a written request no apprenticeship cornmiltee dispatches, or egrees to dispatch during the period of the public works project any apprentice to a contractor who hes agreed to employ and train apprentices in accordance with either the apprenticeship committee's standards or these regulations wIIhin 72 hOUI1l of such request (llllCluding SaluIdays, Sundays and holidays) the contractor shall not be considered in violation of this section 88 a result of failure to ~Ioy apprentices for the remainder of the project, provided that the contractor made the requeat in enough time to meet the abovlHllIled nKio. If an apprenticeship committee dispatches fawer lIpprenlicea than the contractor requested, the contractor shall be considered in compliance if the contractor employs thoM apprentices who are dispatched, provided that, where there is more than one apprentlces~ oommillee able and willing to unconditionaHy dispatch apprentices, the contractor has requested dispatch from all commiltees providing tralnlng In the applicable craft or trade whose geographic area of operation include the In of the public work. Nolhing In this section shaD atract the right of a contractor who participates in and employs reg/elered apprentices from progrems appllMld under Labor Code Sac:tion 3075 oulllide the geographic area of the public work from employing said apprentice(s) on the sRe of the public work in order to http://www.dir.ca.gov/DAS/PublicWorksImpNot230-1.htm 01/05/2011 Division of Apprenticeship Standards - Public works information Page 2 of2 meet the ratio requlllllllent of labor Code Section 1777.5. (b) Apprentices employed on public works shall be paid the applicable apprentice pl8Vailing per diem wage rate, available from DAS, and derived from the Director's survey of wages paid on public works in the geographic area of the craft or trade. DAS shall refer complaints alleging any contractor's failure to pay the proper apprentice prevailing wage rate on a public works project to the Division of Labor standards Enforcement for investigation and appropriate action. . (c) Appl8fllices employed on public works can only ba assigned to perform work of the crall or trade to which the apprentice is registered. Work of the craft or trade consi818 of job duties normally assigned to journeymen in the apprenticeable occupation. Where an employer employs apprentices under the rules and regulalions of the California Apprenticeship Council, as set forth in Labor Code Section 1777.5(c) (2), apprentices employed on public works must at all times work wMh or under the dkecl supervision of journeymanlmen. The on-the-job training shall ba in accordance wMh the apprenticeship standards and apprenticeship agreement under which the apprentice is training, provided that a contractor shall not be subjact to any financial or administrative obligations to a trust fund or employea banefit plan unlass the contractor has so agreed. (d) The provisions of this regulation shall not apply to contractors on public works projects that were bid prior to July 1, 2009. Such contractors shall comply wMh the version of this regulation that was in effect prior to July 1, 2009. Note: AulhorMy cMed: Saclion 1777.7, Labor Code. Reference: Sedion 1777.5, Labor Code. June 2009 Conditions of Use I Privacy Policy Copyright C 2011 State of California http://www.dir.ca.govIDASlPublicWorksImpNot230-1.htm 01/05/2011 Division of Apprenticeship Standards - Public works infonnation Page 1 of2 Welcome to the California DEPARTMENT OF INDUSTRIAL RELATIONS DIvision of Apprenticeship Standards. Public works Infonnatlon In general, public works refers to construction projects that 1118 paid for in whole or In part out of public funds, or if private funds are used, more than 50 percent of tha square footage Is leased to a public entity. Because of this, there are laws regardIng many aspects of the construction projects to protect the pubRc's Interest. One of tha legal requirements for wortdng on a public works project is the employment of apprentices. The Division of Apprenticeship Standards provides assistance to contractors in employing apprentices on public works sites. Important Notices Changes to r.nriA of ReguIatlons Section 230.1 9~ing the employment of appnsntices on Public Works. Effective for projects bid on or after 7/112009. Exemption Reauest for Ooerating Enolneers & laborers Basics Are you interested in bidding on e public works project and not sure where to start when tt comes to complying wtth the law and hirinq IIDDI'8nlices? Have you been _aroed a public works contract? Click here to _ a listing of contractors and individuals who have been debarred Freouentlv Asked Questions Interactive databases 1. If you are looking to check the apprenticeship status of an individual this database can give you the information you need. 2. If you are looking to fmd apprentic:eable crafts and the contact infonnalion for those apprenticeship orograma in your area this dat.....e IOI't8 by county and craft and gives you contect Infonnation. 3. If you are looking to find out if trainino funds have been paid by a contnrinr working on s public works projact this datallasa can provide you Information. 4. If you are looking for the additional apprenticeship wags infonnation as noted in the general prevailing wage appnsnticeship schedules, pubtlahed by tha Division of Labor Statistics and Rasearch . Forms 1. PubUc Works ConlnIcl AWMllnfonnation - DAS Form 1.010). version . WIIill!l 2. _ Request lOr Dispatch of an AppNntice . DAS Form 142 ). :i!!!Ii!m. ~ 3. Training Fund Contributions - CaHfomIa Appnsnliceship CouncY - CAe Form 2 (Rev 6103) ). (.pelf format, 181kb) 4. 'iractious to complete CAC form 2 (UPDATED 6/10) 5. If you are M ~ body, 1Il18 18 the form you need: To contract to oerform pubic works under Lebar Coda section 17n.5 - DAS FORn 13 -(Rev 5I01)(.pelffonnst, 16kb) For more information on public works: ~~ from ItIe ,................ ........C'- A~ to ~ on Public Works - DAS10 (Rev 4102)}. (.pelf format 55kb) Laws and Regulallons http://www.dir.ca.govIDAS/PublicWorksFonns.htm 01/05/2011 Division of APJI.."dio:eship Standards - Public works information Page 2 of2 The Division of Labor Standards Enforcement enforces labor law related to the payment of prevailing wage and working conditions. The Division of Labor Statistics and Research conducts labor research and provides statisllcs for public works projects. Files in Adobe Acrobat PDF ). format are viewed wfth Ababa Acrobat Reader. If you do not already have Adobe Acrobat installad on your computer, you should download the free Acrobat Reader from Adobe's web sfte at www.adobe.com. download Instrucllol18 are available on the Adobe web sfte. Once you have downloaded the Acrobat Reader you can view PDF documents In your web browser If ft supports plug-ins or, if ft does not support plug-ins, you can save the Iile(s) to your hard drive and view them by opening them in Acrobat Reader. Km!wn Prinllng Problems. June 2010 Conditions of Use I PrivacY Policy Copyright Cl 2011 State of California http://www.dir.ca.govIDASlPublicWorksForms.htm 01/05/2011 SOUTHERN CALIFORNIA EDISON COMPANY NEW METER SERVICE CONSTRUCTION DRAWING NOTE; A 48.HOUR ADVANCE NanCE IS REQUIRED FOR UNDERGROUND INSPECTION. CONTACTSCE INSPECTOR. INSPECTOR: Bob Hove 909 -841-7943 CF: Customer to furnish and install 60' of'$' conduIt from X5291E to pedestal with~.. yellow pull rope inside duel EX: X529' E '5/'2 e/L ~ f> ~ TO J;:'J Pad -.J ~I ~ N gl ~I EX: 120 # 4A Vicinity Map ~ o ~ OJ ~ C OJ U o .S' -0 OJ ::< r ;, ~ J ~ DIS'JRICT 31 - REDlANDS FllREIlAN l.4a nolia Ave Raisin 12KV Sixteenth Street CUSTOMER NOTE: 1. SCHEDULE 40 pvc 2- 2-%" &3" DUCT'" 36" SWEEPS 4' DUCT = 46" SWEEPS 3- SCHEDULE 80 SWEEP AT RISER POLE 4- DUCT TO BE MINIMUM30" BELOW FINISHED GRADE 5- INSTAll }Ii" POLY PUll ROPE IN DUCT FOR MANDRELLING 6- DUCT MUST BE INSPECTED BEFORE BACKFILLING 7- DUCT MUST BE MANDRELLED AFTER BACKFILL Magnolia ove UNDERGROUND SERVICE ALERT 1-80~22-4133 or 1800-227-2800 CeU USA for underground locating 2 wortclng days before you dig. TRENCH DETAIL !;;.1oI....IIADIW.Y -LFROI.ITaJX\lCATv '---. RISER DETAIL EX: 4380439E t RISER: 30' RUN: 60' TOTAL: 90' EX: X5291E 4(}' EX: 15Kva Trns 120/240 1P - 12KV IN: (1) 3" to 2" Riser IN: (') 1 P , /0 Hy-Plug Kit (ZUOT -002) IN: 90' 3-1/C 2-'/0 & 1 #2 (237E To Pod) IN: (2) Zt.4TR-'08 t~ NOT TO SCALE PR<l.1 .... PIIllN[ TRUCl< NO. P 1J.i1,1-'2.QQQ O~Q~O IlESIGN N~ 2t8II2 0.81 ASSOCIAlED DESIGN NO. 0..:>>' Vi Inlo St CSD 140 ~ 8Y-PASS EXlSllNG coor CHANGE n> PRODUCT NO. 432I23-NEW IIETER SERVICE " Ii 8 '" . ~ '" N~ 432123 PROPOSED ca.lS'TRUC1IOtI (LOCATION) '602 MAGNOLIA AVE SAN BERNARDINO. CA 92411 SHfET .KlB NO. PAX f APPROIIED BY DATE QoIECKED BY DRAWN BY Southem Collfornia Edison Com an 266592 0.01 '" MANUFACTURER INFORMATION & INSTRUCTIONS MASCO CASnnTACTe DETECTABLE WARNING 2 EACH 2' x 2' PANELS ~ ~ 1:1TAPER. NORMAl ~ SIDEWAlXWlDENING (WHEN REQUIRED) 1220mm (48') PERPENDICULAR RAMPS OPTION 4 (FOR NARROW SIDEWAlXS) 2% StOPE THE SELECllON AND USE OF THIS DRAWING WHILE DESIGNATED IN ACCORDANCE WlTIl GENERAU. Y ACCEPTABLE ENGINEERING PlUNCIPL.ES AND PRACTlCES, IS THE SOLE RESPONSIBILITY OF THE USER AND SHOl.lD NOT BE USED WITHOUT CONSULTING A REGISTERED PROfESSIONAL ENGINEER. . GENERAL NOTES 1. SIDEWALK RAMP DETAILS AIRE BASED ON UNITED STATES ACCESS BOARD STANDARDS. 2. PlACE lRUNCATED DOME DElECTABLE WARNING PANElS AT THE BASE OF CURS RAMP. INSTAU.ACROSS FUll WIDTH OF RAMP A MINIMUM 81_ (241 IN DEPTH AND SET BACK2lIIlmm (8') FROM GRADE BREAK. 3. SIDEWALK CURS RAMP SLOPES SHOWN AIRE RELATIVE TO THE TRUE L.EVB. HORIZON (ZERO BUBBLE). 4. SIDE FlARES THAT AIRE NOT PART OF THE PATH OF TRAVEL MAY BE ANY SLOPE. 5. FOR THE PUllPOSES OF THIS DRAWING, A CIJlIl RAMP IS CONSIDERED 'PERPENDICULAR' IF THE ANGLE BETWEEN THE lONGrruDlNALAXIS OF THE _ AND A TANGENT TO THE CURBATTHE RAMP CENTBlIS 75 DEGREES OR GREATER. 6. JOINlSAIRE REQUIRED AT AU. SIDEWAlJ( RAMP SLOPE BREAKS. EXPANSION JOINTS AIRE RECOMMENDED BETWEEN EXISTlNG CONCRETE AND NEW CONCRETE WHEREAPPUCABLE. (REFER TO N:I. 360R) 7. SIDEWAlJ( RARE IS NOT NECESSARY WHERE THE RAMP IS PROJECTED FROM PEllESRIAN CROSS TRAVEL 8. THICKEN CONCRETE UNDER DElECTABLE WARNING PANEL 9. IN EXTREME CUMATES LEAVE 3/16" GAP BETWEEN SQUARE CUT PANEL JOINTS AND SEAL WITH COMPATIBLE ELASTOMERlC SEALANT. 10. ONLY USE DETAlLSAU.OWED BY JURISDICTION. E.J. = EXPANSION JOINT CJ. = CONTROL JOINT ""''''''__vIIll: CASTlnTACT.com ~ MASCO MASONS SUPPLY REVISED '"' September 11, 2003 TESCO TRAFFIC 22 BBS 1400XL-6 Traffic Signal Uninterrupted Power Supply Project: Traffic Sie:nal Battery BackuD System SDecifications: ENCLOSURE SPECIFICATIONS: Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full-length piano hinge, pad-lockable draw latch (center area on door-latch side). There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46" H x 20" W x 10.25" D. Weight 250 lbs with batteries. BBS shall be mounted in an interior tilt out housing with 800 lb rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure will include one transfer bypass switch for BBS bypass. All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identiJY all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. DDS PANEL MINIMUM FEATURES: . System shall provide 700 watts of full control run time for two (2) hours. In addition the system shall provide six (6) to eight (8) hours of flash. . BBS bypass and BBS isolation switch. . Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation fuses for each battery pre-wired with phenolic nameplates. . All nameplates shall be screwed on phenolic engraved type. . All wire terminating lugs shall be full wrap around type. . All batteries shall be captive spaced from external captive sides in earthquake proof buckets. . Cabinet ventilation shall be by (qty. 2) 4" x y.." louvers top and bottom with encapsulated bug screens, cleanable filters and a I OOcfrn fan to completely exchange air 25 time minimum per minute. . All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. . Event Counters & Total Run Time Counter. Page 1 of4 DDS UNIT MINIMUM SPECIFICATIONS: BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot-swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on-line operation for a minimum input of 92 to 145 V AC, provide full load output of 120V AC - 10% / +4% at 60 Hz +/- 0.05% over a temperature range of _370 C (optional adder) to +740 C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. DDS UNIT MINIMUM FEATURES: . 1400V A 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the inverter are unacceptable). . Surge energy withstand 480 Joules, 6.5kA . Common mode clamping 0 ns < 5ns typical UL 1449 . Conditioned power - Computer quality . Transient lighting protection - 160 Joules . Transfer to battery time - 2 ms . Retransfer to utility - 2 ms . Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. . Fan cooling shall be fused for locked rotor current. . Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. . BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. . Includes USB & RS232, DB9 Computer Interface Ports. . Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). DDS COMMUNICATIONS MODULE: All inverter connections shall be made without the use oftools. This includes: AlC-Input, AlC-Output, Normally-Open, and Normally-Closed progranunable contacts. Smart Slot Relay VO Module; Input #1 Turn the BBS on. Input #2 Turn the BBS off. Input #3 Start the BBS self-test. Input #4 Shut down the BBS (when on battery). Output #1 The BBS is on-battery (during a power failure, self-test or run time calibration). Output #2 BBS has a low battery - Progranunable. Output #3 The protected load is not receiving power from the BBS. Output #4 Replace the BBS batteries. Output #5 The BBS is overloaded. Output #6 Any BBS fault or self-test failure. Page 2 of 4 BATTERIES: Batteries shall be maintenance-free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre-wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs are not acceptable. ENCLOSURE TEMPERATURE COMPENSATION: Operating temperature shall be a minimum -370 C to +740 C. POWER SYSTEM ANALYZER AND CONFLICT RESOLUTION MODULE: The 1400XL incorporates an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verifY stability and return to normal operation. The system provides automatic BBS failure detection and automatically isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. TRIPLE BYPASS SYSTEM FOR OFFLINE BBS: I. SP ACT - Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. 2. PCM - Power Conflict Monitor 3. The PCM is a totally redundant failsafe system. The PCM monitors load bus power available continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. 4. Watchdog Timer - Redundant 5 ms delay and hard transfer to utility power. 5. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. 6. Onboard Smart I/O module will execute lockout of battery back up system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for backup. 7. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. SMART BATTERY CHARGER: Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 1200. The battery charger shall utilize Smart Cell Technology to extend battery life. Page 3 of 4 INTELLIGENT BATTERY MANAGEMENT: Cell Guard means longer battery life - Improved reliability results from a precision battery charging system, and automatic true-load battery tests. Redundant overcharge protection contributes to longer battery life. Smart Boost and SmartTrim regulate under and over voltages without switching to battery. Battery Replacement Warning prevents downtime - 1400XL-BBS automatically performs a self-test every two weeks. This ensures that you will be alerted to degrading batteries before they wear out. Through software, or the push of a button, self-tests may be performed at anytime. Faster Recharge Time - 1400XL-BBS battery charging systems are microprocessor controlled to precisely charge batteries in less time than legacy BBS systems. This makes the system available more quickly for subsequent power disturbance. HOT-SW APPABLE BATTERY REPLACEMENT: The 60 second, user friendly, hot-swappable battery replacement system - Saves the time and expense of returning the BBS to the factory for battery service, and allows safe and easy replacement of batteries while your system is up and running. Replacement battery packs ship in a reusable box for conve WARRANTY: Manufacturers shall provide a two (2) year factory-replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two (2) years. The warranty shall be included in the total bid price of the BBS. ADDITIONAL DESIGN OPTIONS TO BE INCLUDED: . Automatice Transfer Switch (ATS) with BBS bypass and 30-amp external reverse service plug. . Web SNMP card with Ethernet Phone Tesco Controls, Inc. Pedestal Sales Department for digital copy of this specification. 916-395-8800 PedestalslWtescocontrols.com Page 4 of 4 DIMENSIONING FORM - V AUL T All street lighting poles are equipped with a series of light poles connected together by copper wire that terminates in junction boxes, normally buried in the ground. These junctions boxes, also referred to as pull boxes, are typically made of concrete with a metal or composite material cover which is held in place by two bolts In order to ensure we send you the correct size Locking Vault Access Covers for your specific application, it is essential we have accurate inside dimensions for the vault. Please complete the information below per the dimensioning drawing. If you have any questions, you may call our sales department at 702-358-1331. Manufacturer: Style: [ ]3.5 [ ]5.5 [ ]N9 [ ]N16 [ ]N30 L1d:[ ] Cast Steel ~ [ ] Stamped Diamond Tread Ste.1 [ ] Solid Concrete [ ) Composite DIMENSIONS A B IN V IN W IN IN C IN X IN Y IN Z IN When Complete, Please Fax To: 888-742-7316 Thank YOU! INSTALLATION INSTRUCTIONS LOCKING PULL BOX COVER 1. Clear the bottom of the pull box such that the securiug legs can fit under the bottom of the vault walls. 2. Select four of the eight possible mounting positions for the Securing Legs on the underside of the Pull Box Cover Frame considering where clearance is needed inside the vault to allow installation without interference with existing conduit and wire. Loosely attach the four Securing Legs to the underside of the Pull Box Cover Frame in the four positions selected, using either the 3/8" bolts and/or nuts and washers provided so the legs have flexibility of movement. 3. Insert the Pull Box Cover Frame assembly into the vault, with the Securing Legs loosely attached, taking care to clear the existing conduit and wire. When the Frame is in place, tap the securing legs outward into position under the walls of the vault. 4. Pull upward on the Frame until it is just under the ledge that supports the existing pull box lid. Tighten all of 3/8" bolts that connect the Securing Legs to the frame in turn until the frame assembly is level with the top and bottom of the vault, and equally spaced from each side. Finally tighten all of the nuts and/or bolts securely. 5. Install the Pull Box Security Cover using the tamper proof counter sunk torques screws provided. Install the cylinder lock into the Lock Tube and onto the Lock Receiver in the Security Cover. Remove the key and snap the attached weatherproof cap over the lock. Install the original pull box cover over the security cover using the 2 5/16" X 2" brass bolts and washers provided. Discard the cover mounting bolts used previously. If you have any questions, please call 702-294-1854 - Global Traffle Technologies, LLC (GTT), formed in 2007 from 3M's pioneering Intelligent Transportal/on Systems business, Is the manufael11rer of Opl/eomN priority control systems and CanogaN fraffle sensing systems. 0P110QM'" PRtORm' CONfftOl.SYSfEM ..............-......... OPT/COM SYSTEM COMPONENT FOR ENVIRONMENTS WITH INFRARED AND GPS TECHNOLOGY Description The OpticomN Model 764 Multimode Phase Seiector is a plug-in, four-channel, dual-priority, multimode encoded signal device designed for use with both Opticom N infrared system emitters and detectors and OpticomN GPS radio/GPS intersection units and vehicle equipment. It can be installed directly into the input files of Type 170 trafiic controllers equipped with priority phase selection sofiware and in virtually any other traffic controller equipped with priority phase selection inputs and related sofiware. Phase selectors are powered from AC mains or 24 VDC and contain their own internal power supply to support OpticomN infrared system detectors and OpticomN GPS radio/GPS units. The OpticomN Model 764 may be used in iR only applications, GPS only applications, or IR and GPS appiications simultaneously. The OpticomN Model 760 Card Rack is required when input file space is not available. When used in GPS only mode, the Modell 040 card rack may also be used. Opticom'" Model 764 recognizes and discriminates among three distinct OpticomN IR emitter frequency rates via OpticomN detectors: high priority, low priority and probe priority. Within each of these three frequency rates, the phase selectors further discriminate among 10 classes of vehicle identification codes, with 1,000 individual vehicle codes per class - 10,000 total per frequency rate. The OpticomN Model 764 also recognizes three different priority levels transmitted by Opticom'" GPS vehicle equipment: high priority, low priority and probe priority. Within each of these three priority leveis, the phase selectors further discriminate among 254 agency IDs, 15 classes of vehicle identification codes, with 10,000 individual vehicle codes per class - for more than 38 million total per priority level. OpticomN Model 764 Phase Selector internally records each system activation. Each entry contains: . Intersection name . Date and time of the activity . Vehicle class code of the activating vehicle . Activating vehicle's 10 number . Agency 10 (GPS only) . Channel called . Priority of the activity . Final green signal indications displayed at the end of the call . Time spent in the final greens . Duration of the activation . If preempt has been requested and reason if not . Turn signal status at the end of the call (GPS only) . Entry, exit and average speed (GPS only) . Relative priority level . Capability to playback up to the last 250 seconds of the 1 00 most recent calls ~ ~ Building critical traffic connections'm ~. ~TT Building critical traffic connections"" Global Traffic Technologies, ltC 7800 Third Street North St. Paul, Minnesota 55128-5441 1-800-258-4610 651-789-7333 'M'M'.gtt.com Global Traffic Technologies Canada, Inc. 157 Adelaide Street West Sufie 448 Toronto, ON M5H 4E7 Canada 1-800-258-4610 OPTICOM™ MODEL 764 MULTIMODE PHASE SELECTOR OPT/COM" SYSTEM COMPONENT FOR ENVIRONMENTS WITH INFRARED AND GPS TECHNOLOGY . Features .IR only operation, GPS only operation, or simultaneous IR and GPS operation . Four channels of detection . Two auxiliary detectors per channel ~R) . Records green signal displayed at end of preemption . Compatible with encoded signal and non-encoded signal Opticom'" IREmitters . High and low priority as well as probe frequency discrimination . "First-come, first-served" priority within each priority level . Priority-by-class setting via the interface software . Priority-by-direction setting via the interface software . Direct installation into CN~ Type 170 input files . Automatic range setting using an encoded emitter OR} . Call bridging for both IR and GPS calls including mixed mode . Low.priority output may be configured for first-come, first-served or all-channel active . User-adjustable range setting up to 2,500 feet of operation . Compatible w~h most traffic controllers . 1011 OOMb Ethernet communication on the front panel . use 2.0 communication on the front panel . RS232 communications front port, and rear backplane and Auxiliary Interface Panel . User-selected communications baud rate of 1,200 to 230,400 bits per second . Customizable ID cooe validation . Flexible programming options for priority control parameters . Detailed current Opticom'" System parameter information . History log of most recent Opticom'Y Infrared and GPS system actMties {10,OOO entries} . Call playback-logs 100 of the most recent caUs-250 seconds long .30,000 frequency/claS&lvehicle code ID combinations OR} . More than 38 million agency/class/vehicle code combinations (GPS) . Front panel switches and diagnostic indicators for testing . Accurate infrared signal recognition circuitry . Precise output pulse . Definitive call verification . Regulated detector power supply OR) . Optically isolated outputs . Two character display and keypad to enable diagnostics and test calls to each channel . Display LED Indicators - Hlgh- and low-priority test calls - Reset to default parameters - Range setting . User-settab~ Iange setting by ETA andlor distance (GPS onM . Varied outputs depending on turn signal status of requesting vehicle (GPS onM . Diagnostic test . AcNanced bulb.ln diagnostics and testing . Tested to NEMA and caltrans environmental and electrical test specifications Accessories . On.site Interface software package . Model 768 Auxiliary Interface Panel . Optlcom'w Model 755 Four-Channel Adapter Card (optionaQ . 760 Card Rack Operating Parameters . Four dual-priortty and probe frequency channels . "First-come, first.served" for vehicles with the same priority level (high or low) . Priority override: always higher over lower . Opticom'Y GPS Radio/GPS Unit input . Opticom'" Infrared System Detector input(s): one per channel on the card edge connector and two auxiliary per channel through the Model 768 auxiliary interface panel . Optional interface software for flexible programming options and call history . LED indicators -Status - Radio (GPS mode) - Unk (GPS mode) - High signaVcal1 per channel - Low signaVcall per channel - Two-dig~ status display . Two character display and keypad to enable diagnostics and test calls to each channel . Voltage: 89 to 135 VAC, 60 Hz at up to 500mA or 24 VDC at up to 1 Amp . Temperature: -3rc to +740C (-34.60F to + 165.20F) . Humidity: 5% to 95% relative . CE certified . NEMA TS-2 compliance . FCC compliance Physical Dimensions Length: 7.0 in. (17.8 em) x 8.2 in. (20.8 em) including handle Width: 2.3 in. (5.8 em) Height: 4.5 in. {11.4 em) Weight: 0.60 Ibs.(272 g) For complete wammty information visit www.gtt.com. Opticom and the GTT logo marK are trademarks of GlobalTraffic Technologies, LlC. Used under license In Canada. Please recyde. PrInted In U.S.A. CGIobalTrafficTechnologles,LlC2011 All rights reserved. 79-1000-oS24-0(A) GLOBAL TRAFFIC TECHNOLOGIES (CURRENT JUNE, 2011) Multimode Priority Control System Description A multimode priority control system shall operate in a manner that allows Infrared, and GPS/Radio priority control technologies to interoperate and activate one another in a consistent manner. The priority control system shall consist of a matched system of vehicle equipment and intersection equipment capable of employing both data-encoded radio communications to identify the presence of designated priority vehicles, as well as data-encoded infrared signaling communications. In priority vehicle mode, the data- encoded communication shall request the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. A record of system usage by agency identification number, vehicle classification and vehicle identification number shall be created. The system software shall support call history analysis and reporting across any subset of intersections and/or vehicles independent of activation method. System software shall also support both onsite and remote programming and monitoring of the priority control system. The vehicle equipment may include a GPS radio unit and vehicle control unit or a data encoded infrared emitter employing either a strobe or LED based light source. The GPS receiver on the vehicle shall obtain vehicle location, heading and speed from the U.S. Department of Defense (DoD) operated satellites. The vehicle equipment shall also monitor the vehicle's turn signal status. A 2.4 GHz spread spectrum/frequency hopping radio in the vehicle equipment shall transmit this data to nearby intersections, only when it is within radio communication range of an intersection, which is received by a similar radio located at the intersection. The vehicle radio shall communicate to intersection radios at distances up to at least 2,500 feet (762 m) with no obstructions. If an infrared data-encoded emitter is employed on the vehicle, it shall send an encoded infrared signal to the detector, with a range capability of2,000 feet minimum. Intersection detection equipment will consist of either a GPS receiver and radio transceiver or an infrared detector or both connected to a multimode phase selector located in the intersection controller cabinet. The GPS radio unit receives the data-encoded radio signal from the GPS radio equipped vehicle and transfers the decoded information through detector cable to the multimode phase selector for processing. The intersection radios also communicates to vehicles and other intersection radios at distances of up to at least 2,500 feet (762m) with no obstructions. The infrared detector receives the data-encoded infrared signal from the infrared equipped vehicle and transfers information through detector cable designed to convert Infrared light energy at the proper wavelength into analog voltage signals that can be evaluated and decoded by the multimode phase selector. The multimode phase selector shall be capable of receiving data encoded signals from either or both infrared and GPS radio detection equipment and combine the detection signals into a single set of tracked vehicles requesting priority activation. The multimode phase selector will process the vehicle information to ensure that the vehicle is (1) in a predefmed approach corridor, (2) heading toward the intersection, (3) requesting priority, and (4) within user-settable range. The multimode phase selector shall treat the combined, single set of tracked calls with first come first served priority methodology within a given priority level. Arbitration between infrared signal intensity and GPS radio distance/ETA shall be first come first served methodology based on time of detection as each equipped vehicle reaches its programmed threshold. When these conditions are met, the phase selector shall generate a priority control request to the traffic controller for the approaching priority vehicle. If the approaching vehicle has an active turn signal, the approach intersection shall relay the priority request to the next nearest in-range intersection in the direction of the approaching vehicle's turn signal. The output ofthe phase selector may also be varied depending on the state of the approaching vehicle's turn signal. Page 11 79-1000-05l8-0A To ensure priority control system integrity, operation and compatibility, all components shall be from the same manufacturer. The system shall offer compatibility with most signal controllers, e.g. NEMA (National Electrical Manufacturers Association), 170. The system can be interfaced with most globally available controllers using the controller's preemption inputs. RS-232, USB and Ethernet interfaces shall be provided to allow management by on-site interface software and central software. The central software shall manage the region's priority control system as a single, integrated system, independent of the particular activation method or methods (infrared or GPS/radio) used within the region. The central software shall allow each intersection within the region to be confignred with one or more phase selectors with varying methods of activation; e.g., one infrared phase selector and one GPS/radio phase selector or a multimode phase selector. The central software shall allow each vehicle within the region to be configured with priority control equipment with varying methods of activation; e.g., an infrared emitter and a GPS/radio vehicle control unit. The central software shall support analysis of priority control activity at an intersection and/or for a vehicle as it is migrated between activation methods (e.g., migrated from infrared to GPS/radio). This analysis shall allow the user to readily determine whether the priority control system has retained its effectiveness across the migration. When a phase selector is removed or replaced at an intersection (e.g., replacing an infrared phase selector with a GPS/radio phase selector or multimode phase selector), call history and configuration history from that phase selector shall still be available for use in analysis and reporting in the central software. The central software shall provide a means to filter the display such that only the information relevant to the activation method in use is shown to the user. Matched System Components As stated above, the Opticom system is comprised of matched system components. These components are further described as follows: I. Opticom GPS Components a. Vehicle/Intersection radio/GPS module, Radio/GPS Antenna with factory terminated SMA connectors, and vehicle control unit. The radio/GPS module shall obtain the vehicle position, speed and heading information and transmit this information only when within range of a GPS intersection. The vehicle control unit shall communicate with the radio/GPS module and provide the interface to the vehicle in order to monitor the vehicle's turn signal status, provide activation and disable inputs as well as regulate the vehicle power provided to the radio/GPS module. b. Intersection Radio/GPS Module. The intersection radio/GPS module shall transmit a beacon every second and receive the data transmitted by the vehicle equipment and relay this information to the phase selector as well as other system-equipped intersections. It shall also obtain position information from the GPS satellites. c. Radio/GPS Cable. The radio/GPS cable shall carry the data received from the intersection radio/GPS unit to the phase selector. It shall also carry the power for the radio and GPS components provided by the phase selector. The same cable shall be used to carry the data between the vehicle radio/GPS unit and the vehicle control unit. The cable used to connect the radio/GPS unit to the phase selector shall be a shielded 10 conductor data cable; the use of coax cable is not permitted. 2. Opticom Infrared Components a. Data-Encoded LED Infrared Emitter. The data-encoded emitter shall trigger the system. It shall send the encoded infrared signal to the detector. It shall be located on the priority or probe vehicle. Page I 2 79-1000-0518-OA b. Remote Coding Unit. The remote coding unit shall be capable of remotely program the data- encoded LED infrared emitter without the use of a computer. The remote coding unit will not be available for use with the OEM version of the data-encoded LED emitter. c. Infrared Detector. The detector shall change the infrared signal to an electrical signal. It shall be located at or near the intersection. It shall send the electrical signal via the detector cable to the phase selector. d. Detector Cable. The detector cable shall carry the electrical signal from the detector to the phase selector. 3. Opticom System Multimode Components a. Multimode Phase Selector. The multimode phase selector shall recognize inputs from both infrared and GPS/radio activation methods at the intersection and supplies coordinated inputs to the controller. The multimode phase selector shall process the data in order to validate that all parameters required for granting a priority request are met. It shall be located within the controller cabinet at the intersection. It shall request the controller to provide priority to a valid priority vehicle by connecting its outputs to the traffic controller's preemption inputs. b. Card Rack. The card rack shall provide simplified installation of a phase selector into controller cabinets that do not already have a suitable card rack. c. Auxiliary Interface Panel. The auxiliary panel shall provide additional preemption outputs if needed. It shall also provide a connection point for the phase selector to monitor the status of the intersection's green lights (green sense). Additional RS-232 communication ports may also be accessed via this panel. If additional outputs are not required, an auxiliary harness shall be used to monitor the status of the intersection's green lights. d. Base Station. The Base station module is used at fire stations that are located very close to intersections. When the base station is activated, all nearby equipped intersectionls or only those intersections in the planned direction of travel shall immediately begin requesting preemption from the traffic controller. The base station shall wirelessly communicate to intersections near the station that can be activated from the base station controller and/or passing vehicles that are equipped with GPS radio vehicle equipment. Multimode Phase Selector I. The multirnode phase selector recognizes inputs from both infrared and GPS/radio activation methods at the intersection and supplies coordinated inputs to the controller. 2. The multirnode phase selector is designed to be installed in the traffic controller cabinet and is intended for use directly with numerous controllers. These include California/New York Type 170 controllers with compatible software, NEMA controllers, or other controllers along with the system card rack and suitable interface equipment and controller software. 3. The multimode phase selector will be a plug-in, four channel, multiple-priority, multi-modal device intended to be installed directly into a card rack located within the controller cabinet. The multi-mode phase selector shall be capable of using existing Opticom IR or Opticom GPS card racks, 4. The multimode phase selector may be powered from either +24 VDC or 120V AC. 5. The multimode phase selector shall support front-panel RS-232, USB and Ethernet interfaces to allow management by on-site interface software and central software. An RS-232 port shall be provided on the rear card edge of the unit. Additional RS-232 communication ports shall be available using the Auxiliary Interface Panel. 6. The multimode phase selector shall include the ability to directly sense the green traffic controller signal indications through the use of dedicated sensing circuits and wires connected directly to field wire termination points in the traffic controller cabinet. This connection shall be made using the auxiliary interface panel. 7. The multimode phase selector shall have the capability of storing a minimum of 10,000 priority control calls. When the log is full, the phase selector shall drop the oldest entry to accommodate the new entry. The phase selector shall store each call record in non-volatile memory and shall retain the Page I 3 79-IOOO-0518-0A record if power terminates. Each preemption record entry shall include the following points of information about the priority call: a. Agency: Indicates the operating agency ofthe vehicle. b. Classification: Indicates the class type of vehicle. c. Identification number: Indicates the unique ill number of the vehicle. d. Priority level: Indicates the vehicle's priority level (High or Low priority). e. Direction: Channel A, B, C, or 0; indicates the vehicle's direction of travel. f. Call duration: Indicates the total time in seconds the priority status is active. g. Final greens at end of call: Indicates which phases are green at the end of the call. h. Duration of the final greens: Indicates the total time fmal greens were active at the end of call. i. Time and date call started and ended: Indicates the time a priority call started and ended, provided in seconds, minutes, hours, day, month, and year. j. Turn signal status: Indicates the status of the turn signal during the call. k. Priority output active: Indicates if the phase selector requested priority from the controller for the call. I. Historical no preempt cause: Indicates a history of conditions, which may have prevented a call or caused a call to terminate. m. Speed of vehicle: entry speed, exit speed, average speed through call, n. Relative priority: relative priority of vehicle class logged at time of call, o. Directional priority: directional priority logged at time of call, p. Preempt output used q. Signal intensity: maximum and minimum infrared signal intensity during call. 8. The multimode phase selector shall support a minimum of 5000 code pairs (agency ill, vehicle ill) for unique vehicle identification. 9. The multimode phase selector shall include several programmable control timers that will limit or modify the duration of a priority control condition, by channel. The control timers will be as follows: a. MAX CALL TIME: Sets the maximum time that a channel is allowed to be held active by a specific vehicle. It shall be settable from 60 to 65,535 seconds in one-second increments. The factory default shall be 360 seconds. b. OFF APPROACH CALL HOLD TIME: Sets the amount of time a call is held on a channel after the vehicle has left the approach. It shall be settable from four to 255 seconds in one- second increments. The factory default shall be six seconds. c. LOST SIGNAL CALL HOLD TIME: Sets the amount of time that a call is held on a channel after the intersection has lost contact with the vehicle. It shall be settable from one to 255 seconds in one-second increments. The factory default shall be six seconds. 10. The multirnode phase selector shall have the ability to enable or disable all calls of both priority levels. This shall be independently settable by channel. II. A unique intersection name, which shall be broadcasted, shall be settable for each rnultimode phase selector. 12. Up to 25 different radio channels shall be available to be assigned to the multirnode phase selector. 13. The multirnode phase selector shall operate in a mode that shall vary the output based on the status of the approaching vehicles turn signal. Additional outputs available on an Auxiliary Interface Panel may be needed. Settings shall be available for this mode as follows: a. Output mappings for each charmel. b. Separate setting for each of the four charmels. c. Separate settings for each left turn, right turn or straight signal status for each of the above four charmels. 14. The multirnode phase selector's default values shall be programmable by the operator on-site or at a remote location. 15. The multirnode phase selector shall be capable of three levels of signal discrimination, as follows: a. Verification of the presence of the signal of either High priority or Low priority. Page I 4 79-1000-0518-OA b. Verification that the vehicle is approaching the intersection within a prescribed Estimate Time of Arrival (ETA). c. Determination of when the vehicle is within the prescribed range, either by intensity level or distance from the intersection. 16. The multimode phase selector shall include one opto-isolated NPN output per channel that provides the following electrical signal to the appropriate pin on the card edge connector: a. 6.25Hz 010 O.1Hz 50% on/duty square wave in response to a Low priority call. b. A steady ON in response to a High priority call. c. The phase selector will also have the option of providing separate outputs for High and Low priority calls for controllers that do not recognize a 6.25 Hz pulsed Low priority request. d. Additional outputs or output modes shall also be available on the auxiliary interface panel. 17. The multimode phase selector shall accommodate three methods for setting range thresholds for High and Low priority signals: a. Based on the approaching vehicle's Estimated Time of Arrival (ETA). This shall be settable between 0 and 255 seconds in one second increments. The factory default shall be 30 seconds. The ETA threshold shall be independently settable by each of the following parameters: vehicle class, approach channel and priority level. b. Based on the approaching vehicle's distance from the intersection. This shall be settable between 0 and 5000 feet in one foot increments. The factory default shall be 1000 feet. The Distance threshold shall be independently settable by each of the following parameters: vehicle class, channel and priority level. c. Based on infrared emitter intensity the system shall accommodate setting a separate range from 200 feet (6Im) to 2,500 feet (762m) with 1200 range set points for both High and Low priority signals. 18. The multimode phase selector shall support three types of green sense logging. a. Preemption impact logging which measures and records the impact of an individual signal preemption upon a measured green cycle time. b. TSP impact logging which measures and records whether a TSP advantage was gained during a request and the amount of early or extended green applied. c. Green cycle logging records changes in the average green cycle time. When the average time is measured to have changed, a new log entry is made. 19. The multimode phase selector will have the following indicators: a. A STATUS indicator that illuminates steadily to indicate proper operation. b. A link indicator on the multimode phase selector illuminates green if other radios are within range. c. A radio indicator that indicates the status of the communication between the vehicle control unit and the radio/GPS unit. The indicator illuminates amber to indicate that there is communication between the vehicle control unit and the radio/GPS unit. The indicator illuminates green to indicate that a GPS signal has been acquired and the 2.4 GHz radio is on the air. d. LED indicators (one for High priority, one for Low priority) for each channel display active calls as steady ON and pulse to indicate pending preemption requests. 20. The phase selector shall have a test switch for each channel to test proper operation of High or Low priority. 21. The multimode phase selector shall utilize the time obtained from the GPS satellites to time stamp the activity logs. The user will set the local time zone (offset from GPS time) via the interface software. 22. The interface software shall have the capability to set the multimode phase selector to automatically adjust the GPS time offset for changes in daylight savings time. 23. An auxiliary interface panel shall be available to facilitate interconnections between the multimode phase selector and traffic cabinet wiring as well as provide additional outputs. Page I 5 79-1000-0518-0A 24. A multimode phase selector port may be configured to output GPS data at a user selectable baud rate in the NMEA 01 83format. It will output the following messages (depending on the baud rate): a. GGA - Global Positioning System Fix Data (2400 baud and higher) b. GSA- GPS DOP and active satellites (2400 baud and higher) c. GSV - Satellites in view (4800 baud and higher) d. RMC - Recommended Minimum Navigation Information (1200 baud and higher) For traffic controllers that are capable of interpreting GPS data in the NMEA 0183 serial format, this GPS data may be used to synchronize the controller's clock using the GPS date and time. Additionally, a discrete output from the phase selector may be used to reset the traffic controller using the clock reset function/input of the controller. This output shall be available on the Auxilliary Interface Panel. This output shall be referenced to the GPS date and time. This output may be configured as follows: a. Enabled or Disabled b. Time of day reset is activated (12:00 A. M. to 6:00 A.M. in 30 minute increments) c. Duration of reset pulse (100-2000 milliseconds) d. Repeat every I to 30 days 25. The multimode phase selector shall provide the user with call play-back logs for the last 100 priority activation requests. Each log shall contain up to the last 250 seconds of a call. The call play-back logs shall include: a. GPS/radio based calls shall record vehicle speed, heading, sigual quality, GPS location, coded rD, green sense state, call status (active, pending, disabled), approach channel and turn signal status and priority information. b. Infrared based calls shall record intensity, coded rD, green sense state, call status (active, pending, disabled), approach channel and priority information. c. Data shall be recorded once per second. Recording terminates at call end. 26. The following diagnostic tests are incorporated in the multimode phase selector a. Power up built in test b. Communications port tests c. Preemption output test call d. Detector response test 27. The multimode phase selector shall be capable of call bridging. Call bridging enables the treatment of two vehicles requesting priority activation to have their calls linked together to hold a call to the controller so that they may traverse the approach together. 28. The multimode phase selector shall be capable of directional priority. Priority for calls may be assigned to individual approach channels such that calls in a particular direction will be given priority over calls in competing directions within the same priority level. 29. When used with a GPS Radio Unit, the multimode phase selector shall relay a priority request to the next adjacent intersection based on the direction indicated by the vehicle's turn signals. 30. The multimode phase selector shall be capable of utilizing time plans to allow users to vary priority activation by time of day, or for a specific time period such as special events. Time plans shall be configured via system software. 31. The multimode phase selector shall support evacuation mode for low priority calls. Upon activation of this mode from the central management software, low priority vehicle calls shall be recognized by the multimode phase selector as if they were high priority vehicle calls for a temporary period of time as defined by the user. This mode shall be supported for both infrared and GPS radio emitters. Vehicles transmitting high priority signals shall continue to maintain priority over the evacuation mode priority vehicles. Page I 6 79-1 000-05 I 8-OA 32. The multimode phase selector shall allow relative priority. Relative priority allows emitter classes to be used as an additional level of prioritization within priority levels (i.e. high and low priority levels have different sets of relative priorities). Relative priority shall support IS unique classes in each priority level (High and Low). Relative priority class level 15 will have the highest weight and I the lowest weight in each. If relative priority is enabled, a priority call will be granted to the caller with the higher class level within high and low priority levels. A vehicle with a call granted, shall be able to have its call taken away by a higher level class vehicle. The system shall provide a lockout threshold that once met, shall disallow higher relative priority calls from taking away a call. Separate thresholds for infrared and GPS/radio calls shall be provided. Infrared call thresholds shall be specified as an intensity with a default value of 1000. GPS/radio call thresholds shall be specified as an ETA in seconds. The default is ETA shall be 12 seconds. Threshold values for both types of calls shall be settable via system software. High priority calls will always be served over low priority calls regardless of either's relative class. Preemption for vehicles with the same base priority (high, low) and the same relative priority is done using the default first come, first served mechanism. Relative priority is capable of being enabled or disabled using system software. Relative priority for high and low can be separately enabled or disabled using system software. The default settings for all relative priority (high and low) values will be IS. Relative priority shall be disabled by default for both high and low priority. On-site Interface Software I. Interface software shall be provided to manage the multimode phase selector while on-site at the intersection. 2. The on-site software shall be provided on CD-ROM or via download from the vendor's website. 3. The on-site software shall be supported on WindowsTM XP and Windows™ 7 operating systems. 4. The vendor shall provide minimum hardware configuration information for computer(s) running the on-site software. 5. The on-site software shall provide context-sensitive online help. 6. The on-site software shall allow the user to view and update all programmable configuration parameters of the multimode phase selector. 7. The on-site software shall allow the user to provide intersection name and approach names for each of the four channels and store these as part of the multimode phase selector configuration. 8. The on-site software shall allow the user to view and update valid and blocked vehicle codes for the multimode phase selector. 9. The on-site software shall allow the user to create preemption zones directly on a GIS map. Provided the map data is complete, it shall not be necessary to drive a vehicle to create the preemption zones. In areas where map data is incomplete or incorrect, it shall be possible to record points to be used as a reference to create the preemption zones. 10. The on-site software shall allow the user to save the configuration from the multimode phase selector to a file. II. The on-site software shall allow the user to restore the configuration for a multimode phase selector from a saved configuration file. 12. The on-site software shall allow the user to print the multimode phase selector configuration. 13. The on-site software shall allow the user to view the activity log from the multimode phase selector. 14. The on-site software shall allow the user to save the activity log to a file. IS. The on-site software shall allow the user to print the activity log. 16. The on-site software shall allow the user to update firmware for all upgradable modules of the multimode phase selector. 17. The on-site software shall display current status of all vehicles within radio range of the multimode phase selector, both in table format and displayed on a GIS map. The following details shall be tracked: a. The approach channel Page I 7 79-1000-0518-0A b. Agency ID, vehicle class, and vehicle ID c. Priority level d. Preempt / priority status e. No preempt cause f. Turn signal status g. Signal strength serial number h. Radio channel i. ETA, distance, heading and velocity of vehicles in approach corridor j. Source of the call: vehicle or intersection k. Green phase monitoring with information on the current greens 1. Active preemption / priority output 18. The on-site software shall display current status of all other intersections within radio range of the multimode phase selector. The following details shall be tracked: a. Name b. Radio channel c. Signal strength d. Number of vehicle tracked e. Number of satellites heard f. Fix type g. Horizontal and position dilution h. Serial number 19. The on-site software shall display current status of visible GPS satellites. The following details shall be tracked: a. Intersection latitude and longitude b. Fix type c. Horizontal and position dilution d. Satellite number, elevation, and azimuth Central Management Software I. The central management software shall be provided with installation support services to interface with phase selectors via customer communication architecture. 2. The central management software shall be provided on CD-ROM. 3. The central management software shall be supported on Windows™ 2003 Server, Windows™ XP, and Windows™ 7 operating systems. 4. The vendor shall provide minimum hardware configuration information for computer(s) running the central management software. 5. The central management software shall provide context-sensitive online help. 6. The central management software shall provide the functionality detailed for the on-site software above, allowing the user to configure and monitor individual multimode phase selectors remotely, except that configuration settings directly related to intersection wiring shall only be modifiable via the on-site software. 7. The central management software shall track all configuration changes made through the central system, including the user who made the change, the date and time of the change, and the specific configuration information changed. 8. The central management software shall provide for management of the priority system by jurisdiction, intersection, agency and vehicle. 9. The central management software shall provide asset inventory information of all configured phase selectors, including component serial numbers and firmware versions. 10. The central management software shall provide asset inventory information of all configured vehicles, including component serial numbers. Page I 8 79-1000-0518-0A II. The central management software shall allow the user to directly manage the security of the priority control system. Supported security levels include I) all vehicles allowed, 2) all vehicles allowed except uncoded vehicles, 3) all vehicles allowed except uncoded and default-coded vehicles, and 4) only those vehicles allowed where mutual aid agreements exist. 12. The central management software shall allow the user to block access to the priority control system by specific vehicle, vehicle code, or agency. 13. The central management software shall allow the user to schedule a job to update security settings in each phase selector, or within a selected jurisdiction or intersection set. 14. The central management software shall allow the user to schedule a job that updates firmware in each phase selector, or within a selected jurisdiction or intersection set. IS. The central management software shall allow the user to schedule a job to periodically collect log information and current configuration from each phase selector, or within a selected jurisdiction or intersection set. 16. The central management software shall store all collected log and configuration in the central database, and augment all log data to include agency, vehicle, and intersection information as configured by the user. 17. The central management software shall provide ad-hoc and scheduled reports for system usage, usage by vehicle and intersection, unauthorized vehicles, unregistered vehicles, and excessive green time. 18. The central management software shall support analysis of all system log data through sorting, filtering, and pivot table analysis of all log fields. 19. The central management software shall allow the user to configure multiple evacuation plans, including set of intersections to be placed into evacuation mode and the time and duration of the evacuation plan. 20. The central management software shall display the current (when last polled) operational status of each multimode phase, as well as recent calls and system events. 21. The central management software shall manage the replacement of phase selectors from central by provisioning the specific configuration for the intersection from the central management software database. 22. The central management software shall support user roles such that each user is allowed to perform only those operations essential to their position Page I 9 79-1000-0518-0A PUBLIC WORKS STANDARD DRAWINGS c:.ITY OF' 5AN BE.IZIoJAlZ:OINO STA-f\.JOAIZO E-". STI ~a --4 TC Fl'OQ t2' A pI'......,.. c.lJN~~ l.1t.le a/w --- CITY L..IMITS lZIG~T OF WAY L.INE -E:. L.. 1-5 -.:'ct s- 'N- -WCO"'~. 0- a,- - 'L"M - -T-- -It"r.o .COlllh-lIr~.,.-- -TV E- - -'So.L...-- ---514..----- --F.-- I == ==""10 PC:C= = --c- ---c- -0- -0- -C-.,..- -X-:lC-)(-)(- O~ . II " 1-"--'1;----- ~ I QIr--..r-1IIJ'"-.....--mr _..AL_--"_JUL._~_ - - - . - - ~- -~ I 0 4jHIZU6 'U. I oflO P.4LM ~ fce 41.",& I ~ uNCOYEnD @ -'If elCl.TING &EWEsz. ~XI~TIMG w....TEIZ L,INE EXISTING 5TOIZM DlZAlH \!"';TINQ GN5 I.I....E ..,"'D'GD- TeL.. Cc:>\oolCUIT E)(~T. SCZlitIG;ATu::ou L.I"'~ Llt-IP'ClIP. ELIfCTIZ/C COt\IO. " 6"'1'lZEET LIGI-IT'N<=J " TIXAFF"IC 5IG""....L. .. Fllze "'LAIZ'M CULVEIZ.T 00 0,"0. &YM50LS nw~1t MANWOLI! ...ewl!~ CLUWOUT @ '1TOlDd DUn,l MJoIIIlOLE (!)ot[! J TEL'P""'1ol1! ~""'~OLI Oll VAUl.T @ ~~J ~~ MA"'~OL. 02 VAULT @l [~J w....T&"1t MAIoIHOLE O~ VAULT @ :C ELrCTlZlC MAIol~l..li Oil VAULT Q I'P" I!LICTIZ.IC O~ 'T~LIPHOW. P~li ~ ILICT~C. ,..:lWEIt Em- l> c:JWM ~ &l:I tr Q-o .. r:,. CES:l - ~ ,. ~ + ~ :0:: ora lie 8 o 0>0 '5 -----L 4 &1' S .' CITY OF SAN e.EI2NAI2DII-JO -PUBLIC WOl2.}SS DePT. .. ":" ~ &OAfZD "E"'C:~ I5AIZ&lED wlln: pl-loJeE. Cf.U,IN 1.11011$ ,....NCE WOVEt..I WI cu: FliIolC~ P.c'C. 8LOCIS WAL\.. ~IL<<.oAO TttAC'SS ~EOc;,~ OIr:tE.CTIOt-l FLOW Olin' DIl~aCTlO"" ,.LOW PAV. TOP OF 5L..Ol"e; TOE "F' SLDPE Gu....IZ'O G!:.4IL.IAlG ~C.C. SlnW...Ui (D.4~HEP) ~C.C. OlZIV~WAV ".C.C .CUrz& e. ~relZ. . Trz.ltE. (tl!CIOUOClS) !.velZC-.lZl!EJ\/ (PINE, &TC ~ D 8UlLtlll.K!j DOWN GU.... FltzI, io4....DUr-lT WATErz. METE.IC.. WATEIt ""LVIt ~ VAL..VEt lIL.rCTII.OL.IErt EL;:CTIZCL..II.IZ. (UPIZIGHT ) (ON MMT IIEM) TIZ...........C "G~AL TUflFIC S'ClIoI"'L (ON ""MT MrM) I I"ULL. aO)( I ,""","Ie ~CiIill"'L CONTII:Ot..LIiIlt ! TU"F,' lOIGHA\. J)IIrECTOlt ' W"L'S . WAIT S'G1N~L- .....1rIS'~ M.TEtfZ, ""...F/e. C;IGN 'iTIt&1iT NAMe. I'a."" 'TOP 4lON Lit. C",U,JoI(a "6'" /t.r.. e1ZO~41W4 ~1"~.4L. ~l"IIUN~\..Elt Iot.AD DILT'" ""'(oLE ,..OI..T , 1"0"'''1' 0... T~I!"'T U.S. MAIL. eex SECTION COIlHE~ ~ .... , { . ~ :e .0 OJ .~ 'd "il tJ ~~ '/4 COUlE" ".,.PrrPVIIJD ^'~". ..1.... 19 , " , - 9d.l.,J:,~ C:IT'( ENGIWE~ - ,; 'z <II STANVAItV PLAN 50 _UI. NOTES' 2, QlIl'NI cOIlPOUlllI _u. IE ...wED _ilL" 011 ALL .....CES PR_ TO EVAPOR Of' SUIlI'ACE WATER. /8" 21" . UPANIION JOINT' AT END RETURNS . STRUCTURE' W PLANE JOINTS EVER" 10 FT. OR AS I"STRUCTED. . TYPE "B" P.C.C. CURB a GUTTER 2"'" /8" ,,0 NOTE CONCIIETE MUST BE AT LEAST 50. SACIC MIX 1820-C- 2.001 AND HOLD 2'00 P.S.I. .N 28 DAYS. . 0:057' cu. YO. ~H L/N, ~ . -Ioi ~. R.J" . SLOPE J:18 ~ R:,J" . q " -'" O.l>~i/ ca YO. . ~ ~ .. P~1i' UIV. FT: . 'I . .t- 0 . .- l>. TYPE "c" P.C.C. CURB a GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEERl /2." 24" .. .. .. . .. . 0.0.'7 et./. YD. PE~ LIM Fr. TYPICAL SECTION ROLLED CURB IONL Y FOR SPECIAL APPLICATIONS AS APPROVED BY THE CITY ENGINEER I CITY OF SAN BERARDINO-PUBLIC WORKS DEPT. TYPICAL SECTION- P.C.C. CURB a GUTTER " o ,," ,.oJ-H 4' n R'J' Ii':}' . 0.031 e(/. YO. ~ PEIi'l11V. FT. TYPE "A" P.C.C. CURB APPROVED, ""....y 27 19& SfANPAlP PLAN ZOO PERM1.55A8LE AlTERNATIVE ~KJ:T ~V~~ I ~r I CUR8h4CEMAY VARY Aa"OR.o/.Al6 I. :J' T.o PLAN IT IVAt'RETE )lZDW&".v8~ _ E.~.1l -7jOi ",0/ :I~ ~ ~ I I rA /.~. EYPAN5/D.AlJO/NT STRAIGHT L-AGRADE E.YPAAI.5/(J,v JtJlNT /.3' -,.~w &1lllerAM/ PLAN. OF CROSS GUTTER FILL WITN ASP/lALT/C JOINT 5EALER STEEr tROWEL F/Al1511 .JU.6/"p .. Ft: .:.~ ~.(:9<:~~; "'" :..; ._~.:'.. '~'. ~~ /" --11- . . -. - . --l I" B"C<:WCRETE SECTION "A-A" EXPANSION JOINT NOTE: 5Tli!A16Hr GRADE BETWEEN BC.1i'. '.5 MAY DE ALTERED 0/0/ E-rCE55IVE GRAOE5. ." 3'" '8u ~ . .. , ", .. . ~N . , . .. ., . . '" -. . ~. . K';-" ,I.!" R=A.- 4 ~ '. O.O?2Ct/.ro. ,P~;I? LlA/. h: . CIQ .". . . 'bo... ;tJ.. :. . ,._ ._., '" "', ... , ..,. . ~ - . 36" P.C.C. CROSS GUTTER I LOCAL STREETS WHEN APPROVED BY THE ENGINEER I CITY OF SAN BERNARDINO- PUBLIC WORKS DEPT. APPROVED I 3611 a 72" CROSS GUTTER M,sy 27' 1982 srANPA~p PLAN tOI CITY !NGINEER .. . Rn:. "~-II / VARIES (i~ (i' ~ 1n: . .~ .... '. I LTJ?"/&4' .L4t:1TKW U71UTY TRfNCN . . '.' ..' ~rl'1/,l/. WfACENlfo I'f(.MJE JOINT CASE ':4: ~""4'"A'lrm .4IQEJtlA~ .tOCATIOAI VAZIES '" 'UIt'lJ6$l'BKTEO NIOf'N ,,""HAl. .JV.4'" ."'T. ...;.... - JIJ().!E 6J!'AVIJ. (J,;II. Co I'JffJMIN1I!'D IN 111/4 AREA fJr !"fIN. ~ef. .JI08VAJ.K ~SE '1}- /"lAY tJE U.!1E[): I.) NHeN F,<<)NT.A6E 1$ .tE~ T/MN /00' A;IIP SAHe 4eCT/tJIII EXI41".!1 GW 60TH .!1/PE.!1 0,... .tOT. .t.) rtJZ H4'"AN~1t!IIU5 .8/oeNAt.K4. .wr. ~ ."-':141& T1I'~ I 'II I -~ GENERAL NOTES: L)f.'rJNUFTE t:'l.AI4 -Nt)-{!-I.!1(){) ~)WEAKlNIfD I'%ANE .K>NT.I TO I"UTeN ~n .Jt1INT.4.1 ORECTEDIY TN/1. EM!IIN6EAi'. e.:>cuRIAAS a11'1;t)UI\IO .I~ Be ~I'JtHYEO ~/FDetft.Y ON,4/.J.. EXI"(JS./FO 6V~MC6.1 __ TO THE EVA~IV OF .IdlL'l'i4C6 ~TER. ,P;('OPD46P ~mI_ '46 P,ME TYPICAL S/OEJVALK. TRANSITION STANPARP PLAN tot ARTERIAL / ARTERIAL OR ARTERIAL / LOCAL . MOUN TED TO SIGNAL POST :., ~ ABBREVIA TIONS Avenue =Ave Alloy =Alloy Boulevard =Blvd Center =Ctr Circle =Cr Court =Ct Drive =Or Highway =Hwy Lane =Ln Place =PI Pal'i<woy =Prkwy Rood =Rd Stote Route =Rte Street =5t Trail =Tr Way =Way . <0 ':' -,Ii r ':'n.,-, ,!;.'(Y~"X[;, ,,,,., \AI~ :(\~~IML(:u~ <.~1~:.Q) Ii CITY LOGO ~" BORDER. ~" FROM ALL EDGES ~ . ~ 14" BLADE (SlGNAUZED) INTERSECTION ,~l~ <,in~t 2 CITY LOGO 6" ARTERIAL / ARTERIAL OR ARTERIAL / LOCAL L.--.rJ/6' I t~, }-J ., a:. BLADE :" (UNSlGNAUZED) INTERSECTION CITY LOGO r '1}-.fu :"" :c'trl" 1 ~" BORDER. )6' FROM TOP &< BOTTOM ~ ~ SIGN BLADE MOUNTING HOLE PATTERN ~I r 10);1 fl: ~;U ;ji ~lo'; ",'J CITY LOGO 2" 2" 4 NOTE: STREET NAME &< NUMBER SHALL BE CENTERED BOTH VERT &< HORIZ (WITH 2)4" CLEAR ON ENDS) ON SIGN BLADE- MIN LETTER SPACING = 7511 (F.H.W.A. STANDARD) 24" MIN 36" MAX OR AS .APPROVED 6" (9") SIGN BLADE SHALL BE 6 GAUGE (.126) FLAT ALUMINUM ALLOY WITH DOUBLE FACE FINISH Mil TE LETTERS &< BORDER ON GREEN BACKGROUND. SIGN BLADE SHALL BE F ABRICA TED USING HIGH INTENSITY REFlLECTlVE SHEETING AND PERIMAN OVERLAY. (SEE SHT 2 FOR INSTALLATION). (14") (16") SIGN BLADE SHALL BE 6 GAUGE (.126) FLAT ALUMINUM ALLOY SINGLE FACED WITH Wl-iITE LETTERS &< BORDER ON GREEN BACKGROUND. SIGN BLADE SHALL BE FABRICATED USING HIGH INTENSITY REFlLECTlVE SHEETING AND PERIMAN OVERLAY. (SEE SHT 4 FOR INSTALLATION). UPDAlED. RE'II!ED . REDM" sm d'o 11/1/2007 DETAIL CITY LOGO STANDARD NO. 504 CITY OF SAN BERNARDINO DEVELOPMENT SERVICES -PUBLIC WORKS/ENGINEERING STREET NAME SIGN " OF 5 c@ o II II RlL 1 II II II I '" f- a '" @; iE 0 '" Oi ... '" . i1! '" ... 0 '" '" . ,..: ... ... (I) '" '" x '" '" => x ~ 0 '" '" 2s 24" ':- ... " . . . '. z . 'i 0 '" . '" ANCHOR: TELESPAR ~" SQ x 30" @ H.D. tJIOAlID. AE\4IlED . REDRA* S1D d'c 11/1fJ1J111 ARTERIAL I ARTERIAL OR ARTERIAL I LOCAL a:. BLADE (UNSIGNAUZED) IN11:RSECTION ID~ :11 ID~~ ~ .. ~1 o ATTACH SIGN BLADES TO SIGNAL POLE AT 96" FRClIl SIDEWAll< USING BRACES WHEN SIGN BLADE IS 36" OR LONGER IN LENGTH. @ SlGN- TO-SIGN BRACKET; 11:LESPAR 514TCf200 (FOR SIGNS UP TO lB" LG), 11:LESPAR 120TCX2DD (FOR SIGNS O'JER lB" LG). .2BO" \\lDE SLOT. VANDAL-PRUF BOlTS 2NVPAI2. @ POST - TO-SIGN BRACKET; SUPR-LOK 2N97 SQX2. .2BO" \\lDE SLOT. VANDAL. PRUF BOlTS 2NVPAI2. @ SIGNPOST; 11:LESPAR 2' so 12 GA. HELD TO A ~" SQ x 30" 30 GA. H.O. ANCHOR. @ FOUNDATION; PORTLAND CONCRETE CLASS 5OD-C-25OD lAAX SLUlAP-5". NOTE: USE ZUIotAR INDUSTRIES (OR APPRO'JED EQUAL). CITY OF SAN BERNARDINO DEVELOPMENT SERVICES -PUBLIC WORKS/ENGINEERING APPROVED N'~ 4, .-., ~~ alY STANDARD NO. 504 STREET NAME SIGN 2IF. 1 ." RADIUS 66" MIN WHITE GREEN 1. WIDE WHITE BORDER UNE ~D 0 [?[?@ 6. NON-IllUMINATED STREET NAME SIGN DETAil FOR MAST ARM INSTAllATION NTS 8" DETAil CITY lOGO NTS NOTE: 1. SEE SPECIFIC ENGINEERING PLAN FOR PROPER SIGN NOMENCLATURE. 2. FULL -SIZE LAYOUTS OF EACH SIGN LEGEND SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL PRIOR TO FABRICATION. 3. SEE SHT 1 OF 5 FOR MATERIAL REQUIREMENTS. 4. SEE SHT 4 OF 5 FOR APPROPRIATE INSTALLATION. , UF'OATED. RE'MED . REllRA_ SlD t:h 11/1/2007 CITY OF SAN BERNARDINO DEVELOPMENT SERVICES-PUBLIC WORKSIENGlNEERlNG STREET NAME SIGN APPROVED My. ~,Zeb? pt-7! CllY STANDARD NO. 504 3(1" CD CITY STREET SIGN CY SlGNFlX MEDIUM EXTRUSION (SX0073) Q) 3M DOUBLE BACK TAPE @ SlGNFlX MODIFIED CHANNEL CLAMP (SX 0222) @ STEEL BANDING @ MAST ARM BRACKET (SA -1000) (SA - 100D EXTENSIONS) ZAP MANUFACTURING. INC. VIEW B NTS ! L AL TERNA TE INSTALLATION o o o r-- B C-{=A -CA SIGNAL POST VIEW A NTS MAST ARM INSTALLATION PREFERRED g NOTE: USE ZAP MANUFACTURING. INC. (OR APPROVED EQUAL) FOR MAST ARM PREFlERRED INST ALLA TlON. USE ZUMAR PROOUCTS (OR APPROVED EQUAL) FOR ALTERNATE INSTALLATION. t! -< ... ~ '" ~ iii 0-' '" X w ... 0 Q. ~ 0 lIPDAlm. IIlE-..D . REDRA" SJD oPe l1/t1/2D07 CI1Y OF SAN BERNARDINO DEVELOPMENT SERVICES-PUBLIC WORKS/ENGINEERING STREET NAME SIGN APP~2t-.. STANDARD NO. 504 . OF . 2' ~ * I - -i-MAdeR- - - --+-SfREH I I I ~ l BCR '" (,) '" CR '" (,) '" BCR '" (,) '" I ~ z f ___1__- i,1 ( '" (,) '" ----I--Mlt~OR II F~ "T" INTERSECTION LEGEND . DOUBLE SIGNS WITH OR WITHOUT R-t ~TR[-E+----l +, ~ I '~n INTERSECTION ItL" INTERSECTION . SIGNLE SIGN WITH OR WITHOUT R-l NOTE: LOCA TlON OF STREET NAME SIGNS ARE SHOYttol APPROXIMATE. AL lERNA lE LOCA TlONS TO BE APPROVED BY THE ENGINEER. TYPICAL LOCA 11ONS: ON BCR OF NE ole SW CORNER OF INlERSECTlONS. FOR UNNAMED PRIVATE STREETS. THE WORDS "PRIVA lE STREET" SHALL BE 4" HIGH AND CENlERED WITHIN THE SIGN. MAJOR STREET = ARlERIALS MINOR STREET - COLLECTORS ole LOCALS l.A)AlED. RE\aED . IEIRA.. sm d'o 11/1/21107 STREET NAME SIGN .., STANDARD NO. 504 CITY OF SAN BERNARDINO DEVELOPMENT SERVICES-PUBLIC WORKS/ENGINEERING QTY '11" IU " Of m 0: ~ &'7 1/4" I r---- , , , , l___ IU ~ -' D.- ~ In In >= IU " U IU U In .. -' ... -' -' :> m D.- .. LOAD -' .. SIDE ... PULL In SECTION &16" I -I BROOKS NO.3 1/2 PULLBOX, OR APPROVED EQUAL. COVER TO BE INSCRIBED WITH "STREET LIGHTING" /- f '\ \ I \. / z i ID ID .. 48" CONDUIT DO NOT PLACE IN DRIVEWAY OR ROAO. WAY, 3' MIN. FROM FIRE HYDRANT. SPACE EQUALLY ON RUNS NOT TO EXCEED 200'. z i PULL BOX DETAIL .i...:.J C' PAOMDUNT MOUNTING SLEEVE . . .:.' p.e.c. !560-C-3250, PER SEC. 201 STD. SPECS. FOR P.W. CONST. 2" M'N. CONDUIT TO UTIUTY SERVICE. INSTALL 5/8" l 8' BLACKBURN COPPER CLAD, OR EQUAL, "GROUND CLAMP AND NO.8 Awe BARE COPPER SOLID BONDING CONDUCTOR FOR GROUNDING OF PEDESTAL.. ". . . .. '. .01 . SERVICE PEDESTAL DETAIL NOTES: & I. SERVICE PEDESTAL SHALL BE MYERS ELECTRIC PRODUCTS MEUGa - II looe/S5 OR EQUAL. 2. CIRCUIT BREAKERS SHALL BE SUITABLE FOR USE ON 120-240 VOLT SERVICE AND SHALL BE APPROVED BY lNOERWRITERS LABORATORY. 3. CABINET SHALL BE BONDED TO CONDUIT WITH COPPER GROUND WIRE EQUIVALENT TO NO.6 A.W.G. 4. PULLBOX SHALL BE INSTALLED NEXT TO BASE WITH I 1/2" CONDUIT MINIUM. 5. CONDUITS SHALL EXTEND INTO CABINET I" ABOVE FLOOR AND HAVE APPROVED CONDUIT BUSHING. B. CONTRACTOR SHALL MAKE ARRANGEMENTS WITH UTILITY FDA: 120-240 VOLT SERVICE AND SHALL BE RESPONSIBLE FOR ANY CHARGES BY THE UTILITY FOR ANY WORK. 7. PULLBOXES SHALL BE PLACED ON ONCOMING TRAFfiC SIDE OF POLES. TOP TO BE FLUSH WITH ADJACENT GRADE. KNOCK OUT OPENING TO BE SEALED WITH GROUT AFTER CONDUIT INSTALLATION. & P4DesrA~ 1(/1. , D4MWoSM"v$ NO. REVISION CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPROVED ~ ~ I s- erg ~ STREET LIGHT SERVICE PEDESTAL STANDARD NO. SL-2 AND PULLBOX DETAILS 4' 3 R >-:5 H '" <>:u <u "-"- 4' 1220 mm) 3 915 mm) MIN 'TRANSITION 4:1 MIN x I I X I I 1~4' (1220 mm) ~~<( A .,.,'" TYPE 1 A~B MIN R H H I ~~ I GRADE BREAK x ~! '" X '1~14' 'd220 ~m) '1 ~~ A OR B SEE SHEET 7, THIS SECTlON TYPE 2 CASE A >-'" <...J ~~ '" <>:u <u "-"- STANDARD PLANS FOR PUBLIC WORKS CONSTRUCllON PROMlA.OA1ID BY 1HE PUEII..fC WORK$ STANDARDS !Ne. tlREENKJCl(ccMnTT'EE ,... REV. 1we. zooo. :ZOOS. 2009 CURB RAMP USE WITH STANDARD SPECIFlCATlDNS FOR PUBLIC WORKS CDNSTRUCTlDN ST ANOARD PLAN 111-4 SH 10 ~ E :sE <0 ~~ () () 0-... \ 2% MAX - BCR >- ~ '" '" < 0- ~~ PLANTING ;:il AREA ~ -i' "<.<: '\.1' '~<o "- Q A!!l:- fIc-<V ~ Cj 0cY ~ '?-c,& CURB CURB FACE WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP, USE CASE A, TYPE 6 z :E E~ ",q """'0 <"'''' ~"'~ ~a> () () - 0-"'''' >- ~ '" ~ PLANTING 0- AREA TYPE 3 2~X GRADE BREAK CURB CURB FACE 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 H T20F [aTE 2, SHEET 10 r &eX ~ ('\1<( '" !1f PLANTING AREA CURB CURB FACE ~I?S "'S R R z " 8.33% I t( I~ - N~ DE BREAK t(~ "'S PLANTING AREA I'~~'I ~I~.l (1200 mm) A OR B SEE FIGURE 1, SHEET 8, THIS SECTION TYPE 5 I PARKWAY R <( '" 0:: <( '" z F z :'i "- 2% MAX 4' 3 PLANTING AREA IF PLANTING AREA IS NOT ADJACENT TO SIDE FLARE, USE 'x' PER TABLE 2 FOR THAT FLARE TYPE 6 CASE A STANDARD PLAN STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 111-4 CURB RAMP SH T NOTE 2 SHEET 10 c I Z=X r 3' (915 m ,h I !.tIN z=X --' ~~ '" O::U <(u 0..0.. ~~ JR ~<( ..,b "'~ Rl 8.33% 6.33% NOTE 8'ISHEET 10 X . I. X ~ .I- 4' /' 'IX (1220 mm) ~ :;! C ~ TYPE 1 >,'" <(-' ~~ '" O::U <(u 0.. 'If+AA < '~TE TYPE 2 CASE B STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP STANDARD PLAN 111-4 10 SKEW ANGLE 0=45' OFFSET b=O UNLESS OlHERWlSE NOTED ON PLANS >- ~ '" a:: < a.. CURB CURB FACE ) NOTE 2, SHEET 10 CASE C z ~:;; E~ osq o ~Nl.O >N- _en U U _ a.....'" SEE DETAIL A, B, C, OR 0 OTE a, SHEET 10 JA ~I~ A NOIjt 2. SHEET 10 PLANTING MIN AREA REGRADE a.33'1V" 5'%"MAx X=4' (1220 mm) IF ADJACENT TO PLANTING AREA, OlHEWlSE SEE TABLE 1 TYPE 1 y z :;; E~ q o '" N- _en ~ >-os ~~ '" a::u <u a.. a.. ~io) ~ TYPE 2 CASE D STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP STANDARD PlAN 111-4 H T OF 10 <( Z OR A OR 8 LESS S I z.r I s RADE BREAK [ ~ '" '" < a. ... :-lE ~E UO u'" a.~ x ~! '" 4' (1220 mm) 3' (915 mm) MIN ~11 XE~ E <( ~AX MARKED CROSSWALK ~ 4' (1220 mm 3' (915 mm) M PLANTING AREA x A R NOTE 2, SHEET 10 NOTE e, SHEET 10 4' (1220 mm) ""I~ "'''' MARKED CROSSWALK x TYPE 1 S 2% MAX s. { ul!. 2% ...... z OR MAX:: C LES ......... ,~ .~m x tiU 5* MAX ';t MARKED CROSSWALK NOTE 2, SHEET 10 x ~! '" x x >-'" <-' ;;=< ",;;= "'u <u x NOTE e, SHEET 10 ~ ""I~ "'''' MARKED CROSSWALK TYPE 2 CASE E STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 111-4 SH T 6 OF 10 SEE NOTE 6 SHEET 10~ EXISTING I I ROADWAY 5% ~ ROUNDE EDGE .---08.33% MAX A2-0 CURB AND GUTTIER SECTION A-A USE FIGURE 1 TO DETERMINE WHICH OF SECTIONS A-A, B-B OR C-C IS APPROPRIATE. ",.........-DEPRESS BACK OF WALK \ SEE DETAIL A. B. C OR D. _ 2% AX ) SHEET 10. A2-0 CURB AND GUTTIER- / SECTION B-B PARKWAY Y I -2% MAX A2 0 CURB AND GUTTIER ",.........-DEPRESS BACK OF WALK \ SEE DETAIL A, B. C OR D, / SHEET 10. --- / SECTION C-C ~ Z 4' 1220 mm /J DEPRESS BACK OF WALK ~J I~\ ( ~A(-1.\' .o~ '-PCC SIDEWALK SECTION R-R ~ ~Z OR LESS Z ~ ~ j(1220 mmJI 1(1220 mm) DEP~~~S BACK OF WALK ~~-1.\' Z~J-1K ~~.~"~ ( ~ ~ ~ SIDEWALK Z SECTION S-S STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 111-4 SH T70F1 PARKWAY WIDTH, FT em) 5' 6' 7' 8' 9' 10' 11' 12' 13' 14' 15' 16' 17' 18' 19' 20' (1.5) (1.8) (2.1) (2.4) (2.7) (3.0) (3.3) (3.6) (3.9) (4.2) (4.5) (4.8) (5.1) (5.4) (5.7) (6.0) ................ )... ~f'~ / "" ~~ D ~~'....... ...J SECTION A-A l ,- I ~G'~ / LANOING 4"(1220 mm () ,- z '" 0 ~.~ I- f- () ........."'~....... 1- W ~ / .............. .............. '-.. ---- SECTION B-B v .............. f:::: CALCULATE Z DIMENSION ............ to............... / PER FORMULA BELOW to... I 1'..... l'....... E E '-' 3" (75) (f) w I 4" (100) () Z 5" (125) t5 6" (150) ~ 7" (175) ~ 8" (200) :J () 9" (225) <i. 10" (250) ~ lY 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' (1185) 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) 8" (200) 8.00' (2400) 10.53' (3160) 9" (225) 9.00' (2700) . 11.84' (3555) 10" (250) 10.00' (3000) 13.16' (3950) 11" (275) 11.00' (3300) 14.47' (4340) 12" (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 / 8.333% 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 (Y+L) < 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 MAY BE MULTIPUED BY 0.833 FOR A MAXIMUM FLARE SLOPE OF 10% AT THE CURB FACE. STANDARD PLAN STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 111-4 CURB RAMP H T GUTTER I. X.DOWN, I. L 4' .1. X.UP . 1 SLOPE, S (1220 mm) Z.DOWN H I MIN I rU'p1 I "x "'<< "1:::> <Xl GRADE BREAK T TYPICAL CURB RAMP X.DOWN ,~, n~~ ~ ~ r I X.UP J ~' ~ ~GUTTER FLOW LINE SECTION T T SLOPED SlREET FOR SLOPED SlREETS, MULTIPLY THE DIMENSIONS PARALLEL TO THE SlREET, X AND Z, UPSlREAM AND DOWNSlREAM OF THE RAMP, BY THE FACTORS IN THE FOLLOWING TABLE. FOR EXAMPLE, X.DOWN ~ X x K.DOWN S 0% 0.2% 0.5% 1% 2% 3% 4% 5% K.DOWN 1.000 0.977 0.943 0.893 0.806 0.735 0.676 0.625 K.UP 1.000 1.025 1.064 1.136 1.316 1.563 1.923 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 STANDARD PLAN 111-4 SH 9 GROOVING DETAIL ~@ @ @ @ ~ ~ . E E '" @ @ @ @ ~~ 0.90" ~ E "'~@ @ @ @ (2~ 0", ~O SINGLE @ @ @ @ PATTERN ~ "1RUNCATED DOME" L J 2.35" ~) DETECTABLE WARNING DETAIL ~ ~ ,--PAVED SURFACE CONS1RUCT FENCE OR HANDRAIL PER CON1RACT PLANS ---..j 6" (150 mm) ~ PAVED SURFACE RETAINING CURB ---... I I I "-" Oz :.:15 Uz <(<( m--, DETAIL A DETAIL B GRADED SLOPEM;~~ SURFACE 6" (150 mm) . RETAINING CURB----... n UNPAVED SURFACE \ ) DETAIL C DETAIL D GENERAL NOTES: 1. CONCRETE SHALL BE CLASS 520-C-2500 (31O-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 APPROXIMATELY 3/4" (19 mm) OC. SEE GROOVING DETAIL. 3. THE RAMP SURFACE SHALL HAVE A 1RANSVERSE BROOMED SURFACE TEXTURE 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 UNPAVEO. 6. R = 3' (900 mm) UNLESS OTHERWISE SHOWN ON PLAN. 7. ANGLE = 1:>./2 UNLESS OTHERWISE SHOWN ON PLAN. 8. CONS1RUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERIALS SHALL BE PER CON1RACT DOCUMENTS. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 111-4 H T OF 10 CALIFORNIA DEPARTMENT OF TRANSPORTATION ( CAL TRANS) STANDARDS ~~ ~t t gt t :t t ~t t I- f- ~ I- W W l,iJ W coo c r' 2008 STANDARD PLAN A20A :t~ ; f Z :J: 0 , 1 ,"',lI I r w I-a. I ,,1/,t-..'I(ll g: ;/ ..'" w<< fill (]: . zo: ~ gi . " f -'I- -~ ~ 1 w _ .h ox , I w t~.: w I '. w a. I Zu. o. >- . . ::;0 s:= l- I . ).: , . WW :a ZU ::II';.!:: , ..z .sii -';:; -,0 2~] 0 .... .!-+- W ...'08 ~r Uz ~~:I '" D~ ii:- -' ~~ >- I- a-. .. 0- I- iP ,~~ ~p- W ''l r 0 Z 0: W 2 a. .. " .... W >- I- L.... . '" I- U > r r 0: W r" i " " << 0: , Y."" r v v '" C . .... ! " ~ ~ ~ 0 0 v >- .... > i ~ . .. '"' " I i i ~ .. I- ".. V " 0 I ... S / . ~ ~ ~w '" I 0 i . ,u~O~ W ... . . : : 0 Z I' I i " ~, 0 ;" .. ~ rn ~ ! N .. ~ ? i : ~ : . '" .... i I .U ~ ;. " Z "" ~ 0 '" ~I.;n~~~ ~Dlf .'lhOA II- W a. '" N ~ ~ ~ ~ :: /: :: :: .... >- << ~ f t ; I t ~f t I- a. ~IO.ESIllI~1I 0 Z ~ ~ l- I- I- "' "' "' c c c .. .. · t; ~ B !5 c :<1r Z B rJr " I TlFfr-r .. . "l Ff f":l .. . :<1i ... . ifl I' 0". .. .' ee . ee e .. .'.. I' . .. . . .. z .' e'1l. 'b., . e..:t .' .... .. : :.:r' ~I ~ .. t~1 t~f I- I- "' "' c c .. .. .' . I' .. .. I- OUZ5',', ~. .' , -ji "'. *~ ...Jj: .. !J!~ .. -' .'.' g3-'" 0, W Z o I '" W Z o N '" Z '" '" .. t~ Z zl ~ I · .... a . . , \f8 ~ ,\fn . :t o~ ':iU 0, I' .. jl .. " .. .. j I on ~f ~ . "' c .. .. . . .. . < ~ .. t ~ f I- "' C N ~ ~ ~t t ~t t ~t t ~t t- I- I- f- LU W l,iJ W 000 0 m t ~ I . "' c ~ m .. i;o - ! 0 ~ B 3 .. .. ~ 1 .. ~I I~; o ~ ~ 'TO ~I .. a " o ..~o , .. . . o . "., . 1 .. - 81V) ~ . W! e z 2 ~ i ~ z" - <<;: -'! ! " ',I ' , . "'- ~~ ::;! 0:. ~! z" w. U - z I g I t g It j Q C z 0 .'.' ~ ,. .. ., ,It ~D ;" ~I "1 ;1 t ~I t ~I t ~I 't I- I- I- I- LIJ l,iJ W W o 0 0 0 i10 .. .. a a 5 C o N C 0f1l a:l&lfIl ~:!::! ca:-IC n ;~~ ~ ~~ !E ~ -' ~ gj 1&Ia:~ z .~ :11-- . 1&1 L ">Q>- CZI- LC ~ r Ii i I ! Tlr ... . ~ 8 ~ " .. o e .' '! 8.. ::!". o:~ ~ .. e, e ... ~ t ~ I t ~ I- "' C ..~ o Or o ~~ ..;; ]0 .. , ;. .0 Z OT ,0 ~ ~ .. .. 2006 STANDARD PLAN A20B ! ! : ~ ':.- Q ~~IJ l " i !~ is :j t~ > . c ~I; ~ ~ 'jilll 9 V> o z <( ...J ~ Z <( o w ~ m N ~ J .... w c > ~ 7i :'i ~ ~ 1; ~ ! z;;; - > ...J: ~~ 0' we c t-E "-" w ...J ~ N ;;; .... ~ c f I . . << t , ! . t > , ~ o . i.~ ,'c ,=. ~:.: ~ II .' Xi r- :<"11"' ,T(F!P ".,"'p- & & && .. .. .' .. .. .. Bill ".. jo. .' .... " 1.. 1.1; ; .., >- "- :;r1 r- rll- ~ &11I >- .. <( .. ~ .. , .. 0 .. ~ B& .. .. .. .. .. BB .' & & .., B & I wn~b~~~ '" .., 1"'~6~:~ N J t t ~ "" .... w '" c = I ;;; , .... w c ~.... ..z:....~ 1r:z i , " BT . ~ i , i c . 1; j bi & ;;'i ~ "I III ~r:r :r-' - r-::z ~- "z-J~,., ,,,2 ~ -I ~ _! ~ ! ~ N > , 0 B'J.& , " .!Y 0, ~' ~l ~ j 1 i . , e lr1 + :, ; I ~ I 11...1 liT ~ , " , . , e b . ' " ~ ..., So ! ~ I .1 .J. t "" ~ ,~ "' "' N N t N t N t = t ~ ~ ~ "" "" "" "" .... .... .... .... w w w w '" '" c c V> ...J ~:- , r7~ :S: ! tl Ii "Ll..JI <( >- w o ....h.~. :- '" w "" '" <( ~ ,.r- i "I' : .' -j ;::I!: , i "'~I ~ F~ !iU~ , "I/,~'..Y.I ' D'. ,;0 "'.- f.W :'(0.. ".'" .,- >- , . I- ~ IF! ,.%~.,% I i ~~ ~ tiiJ ~O~ ,'1<-..', i- """'~rl '~r< 1 I .' I:' 1 ~o-,Zl-"o-,Oll I ,0-.21-,,0-011 r ~?~i'~~S~ ~Ir; ~~ I' 1>. .' .. .' 8 '- .' :1 - : I" I .., .. & .' III III:.':B _. .8 . . .'. b . .... .. . . 8b lB. 11" . . 8'" . .' . .'. ~ . ". . .e b -. .8.,8. s- ~ e. .. .. .' 8 ' . . . b . - . 81 B .' III B. . . t": - : " ....J.. e. .e B.~o .B . ' . 0.... -. ';'. . "'It It . . 11I11I 81 B.' B . ~ ~ II ::t'1r;-~ ::ri~~ tr I~ (~ f i~. rr :~ :' I 11! T8 G ~ I ,I t. .3 ,I 1 .i~! ~ I :1:~' ~ ~ i b'~ 1.1,. I l~t. 11 ~i ~'~I t. .).i I~ g ~;~ '1' ; fl I?I ill >- z u. j L . III~,L I....,. uw ~ ~ ----~i..."'5"!Uj;5ii....~.uI......j.U~---- ~~J .,1 ~t. L-. z .- j~1 :' ~ .' ....1.. II ? J II .' ~ 8 !~I ~ I ".. 'I tt ~ILt:~,lt ~Jt , ~ :<< ::{ ::{ .c( I- I- I- I- ..J ~ ~ g:: ~ z '" ::J >- I ...nw6~J~ N t '" t ~J t '" J ~ J t ~ ;;; "" .... .... .... w '" '" c '" '" " ~ O'i ~- '-' ::J 0 '" .' I 0' " >- N' 0 Z O} V> : w , Ov> z . -z 0 ~g ';" 5' ...J ~ W w>- of '-' " >-u 0 Xw w :! Wv> w'" ~ >- ZW j I ->- '-' ...JZ 0" '" w- '-' 0; I ID 0 U -, ~, w ~ ~ t >-i ~ t ~I "" ~ .... .... w w c c 6 B . <II ...J OCC z"" CC~ ~:~ 3~~ ~ a: A. 'j .: c>- j ; :IE"" "' o ;....<11 z .Zlll ~lIIz ":IE:; lIIu >- CCu.. A.u.. CC a: .... lD o N CC B.' II B ~' . . ',","' . .. .( ".:;'~" ~ '. . ~ ..~; ..'l-" " ; , ; i i ~ , . III 0- '" <( '" t- . X " W ~ t- i <( 0- 0 " '" c w Z <( ...J . I " , \ ~ . ! w ~u . . " l . . i , t- Z W '" t- <( W '" t- ~ ~ ~B ~! 26 -.. r!a: !S &. w '" o '" : E~ e I.~ '" J~ <( w '" <( ...J <( '" t- ::> w Z 0- '" <( '" I;r ;.~. 7 = I / ~ t . .iI :'5 -II:. 2008 STANDARD PLAN A20C . ~ ~ :~ ~ ~.. lJiY. j~ ~ J~ :,~~ o m ... '" ~ :;: 0- W o o ~ : o , ~ ;; ~ 03" ~~ O~ o m tot . l t- Z !Ii w '" t- o <( > w ~ '" t- W '" '" w '" <( w ! '" <( ...J W <( '" i t- o ::> ~ w Z . ~ 0- '" & <( ~ '" w u Z <( '" t- Z t w '" "' '" == '" 0- W 0 . ~ ~ ~~ .i .=" .: ~S 68 ~ --'r-...._/ i- .' !i' : If - ::: ~~ Ii if n ,~ L 0- ~j l- ii <( t. 0- :] * ~ :~ "'=:] ~? m '" '" '" '" m '" '" '" '" '" ... '" ~ ~ m :;: t ::: t 0- W 0 ~ . ] f i I ~ ! ~ . ! : ; i i <:-cj ~ ~~i i~.. I~~ ..> " ~ f i o ~ . ~ ~ l : , ~ ( "8 .~ 25 &. J~ l . t ! "= ~ 0 " : ~ i) 7 ~ ,lh L '" ". -8 '?I'or-CD ~C1 ~ II;: ~ ~ j: o &~ : r!a: _ J~ m J~ III Z 2 t- U W III '" W t- Z' - .. w z <( ...J <( w '" <( ...J <( '" f-- ::> w z 0- '" <( '" w u z <( '" f-- Z W o t o ~ 0 t E m i ! ~l m~ O=:] ~~ 0]" o '" m u ... ... ~ 0 ~ ~ ~ :;: '" 0- 0- W W 0 0 f-- Z W '" f-- <( W '" f-- w z <( ...J Z o ;: <( '" W ...J W U U <( ~ 1 . ] ~ f . . i i ~ I , . ~ 0 f ~ . .,t "' '" ~ '" 0- W o . I "8 ON -- 25 0- l ., J~ : ~~ ~ : . n. \ '" '" '" '" m '" '" < a "'. ], ~ "'~ :~ '" , '" '" m ~ 1 t (/) a::UI(/) wz... ~~::i- -a:: oC U oC!:!l;; w ~1:llI.a ;i u'" I&" U ~~ 1-<... V> s; :a::< ~ tis :l1-!:! 'wall. ~>z>- <<l- ll. " " . E '" '" "~-"IIIr- ~ ~ill IlJ ~I ~ III ...J ~ "'.hili r- w 0 c . '" " w " '" '" <( '" ~ : D~f . II ~O~ .~-...A I...... . I.:z \~ " "l ~ .I I I ~ ~ " . ~ " " , 0 I ~ : " > 2 / : J ~ i " ~ . " 0 1; . i i , . . - " 0 ~ " " w gj , , , ~ ~ ~ " OS!!! I i , . . > ~ J I ~ i ~ i i ~ . j i ;; " ~ 0 , . ~ i ! : . i : i ::; 0 > ~ . c . a ~ r w ~ ~ ;; ~ Z' ~ > "'~ ~ .. " tJl o.~IJ ~ ~i 'I I, ! "1 LU ::; z . , , ., --' i ., '" . ~ N Z , N "j t --' LU Z Z -'I '; .. ;::;j .. :c ! > u < "J l" ~ 2006 STANDARD PLAN A20D . i J ~ b II &; !f. i~; .o. !.. 'jii ~ '" , '" Z o ;: u w '" -4> ~ 1 ' ~!~:ij'~~";I'h D.. c 0. ill- e-1i ' "2 ,~ ih! ~ I t~t " . i r J ~ j b -c i " , . ~ -c J . 0 ZI1'N R. Z &. !~. 0 !l. ' -<<....& ;: ~ o! i~ i-I u i'.: ,- w _,i i ~ti.. '" to. 0 > b.' ai'li iii ~h -0 3 ~ . ~rnr iii ~I t ! ~ ~ /1 Ii A I-I~J . ! ::; : ! i ::; . : i. . < ~ I ~ , ~~ < >- w " VI --' .. t- LU o 0: W >< 0: .. ::Ii :Z"I:-1P' " I i ~ .i ~ .J '" ~ ~ . ~ -c ~ w o > -c w .. > >- "'--r CO , CO ! OJ ~ ~-l 00 J 00 ~ ~ ::r 1 ~ ",3 ~ < ~ w o 0: LU >< 0: < ::Ii o:t- OZ "-w ::Ii --'w <~ ~"- Ow VI:: Vlt- wu UW W--' 0:"- W 0: o 0: t- W 0: ~ E: . i ~ -i:. S g e ~ !t.-:: ii,;~-;: ~! =U~' H" 10> '" i' ,.-.- '-A ~ ~~".N _~~:f i-- ~ 1't;IO' i ~,~ =!~ 4. .. ~"it~ ;;: V.!i i~1. 2 Obiio ~i!2: 'li!b~ c ~~."I ....'-. .. ~ ~.~~ +-il+-K t-!C ~ r~!!' !'.!, ,)=1 t'j Ji~i! ~b~~ !~~i ~ ..: .... ,.; Q o N < '" 0: W w >< .. o:z ~ 40 a,1 :E;:= t-< ~ Z--' W W--' ll.. N ::E <( > Wt- >- ~ ~!,2 - a.- Iblb a:WIb WZ..J ~. ll:-- a:..J< n ;~~ 5 ~l!l to- u.... III ;~ Z<c ~ _! wa:u .~ :11-- ;; WQ~ >ZI- << II. 1i..'l!',,\! 1.../,,-..,1 ~I~ .IJJ ~ ~I ~ ~I~ : U -I1'l!_..\! 6J . o i w1 .. > >- .. WO >w _VI t-VI uw wu --,W ,,-0: W 0:0: 00 0:"- t- W 0: u w .. > >- i t " l' d w a. ~~ '" ~"! 0: W ~ 00 I 1~ ot- >- I '.h 0 ~~ ~ WVl z . ii i ~ ~ ~ ~. 2.&. . ;; ;; ~ ~ l.L.. cD t;) 3E N ~ I..LJ ~ 1:5 ~: -E~ 0 . 0 ,i 0 i:. E > ~ a:: a: a.. -1 '-c 0 . 0 c Ii 1-'" i 2 lIE 0 ! 0 ~ ;" ~ u : a: ~E' ~U . "- - i w .i Hi 0 0 > ~ ~ .... :r: to ~ !1~ y:J 0 f ...J (/) II- '3 'l;i '1 41{ <II C _to :! oct ~1. <(..J w ~I ~H I-- a. Vl... ~iB -c 0 ~.. ~ I..LJ 0 Vl J:> !'-- 0 TO ;; fO {f O:lE ~ 8. I-t! .. .','f f5 ~ c .; ",VI ~ VI", ~ .:. :;; Zz :c ZZ 20 -c t- 02 >- >- W VI- W -t- O zt- 0 "'u Zw wu W'" t-LU 0' t-o: x'" 0, wo: iil Xw w ~I Wt- 0 wt- I wZ zZ ! . z- ! t~ -:r: ::; "':c 0 --'", . 0:'" . ::J > w::J , ~~ zO 0 i t-O . ~ ! <to: . zO: . W ::; w ",:r: WX ,J Z Z t- rI ut- : --' i ~w z z w ~ S! < loj z '" >- <t Uw --' :!i>< bfO r. W ",- ~' >< wlIl l ~ >- ~ .', \. III '" ~ ~ t "LO .- .- '" 0, ;i;>' ~ v ~ = ~~ ~ ....J~ < < -c :;; >- ~ ~ ~ w W w w " 0 " '-' 8 r 2008 STANDARD PLAN A24A ~ ,-~ i>I ~ it t<O( >_ n ;~ VI/ ;- ~UJ - ~ I .... ~ '- ~~[I~-"~\: f I i ::. I , - \ . ;' ~.~f 1"1 . .1, . , · "'<< I ---:::... -____-, " ~i ,!;II ;.-:::::--~ if- ~~ !d! ~ I~~::-- , ; ':11:, - -.J ; · 'l!l!I' "-.f . I r-- .a-,il ~ " / - , r- ~...' .o-,.~, 1---17 ;- .- - t- "" I ~O-,Oi [ ..... I--- t- ....: I ~ ';> ~:;; ~ 1f9 Q . I iLTi~ ::. "'" ::: >- .... I' f -l- I f - I ~O-."iI: ...., .0.,11 H? "O-."l I. ~ .a: "'" --+~~ "n. :: e . N e - "f-.LL III c:l z !~ " a: II;~ 5 n....a: V> ~I z a: ~ " we ~ 2 ~w > e a.. { -~~ _O-,i:1 I 1l ~ - r i~ !I ~; -; Q ".. ~. ; ~ ~~ r- -, .... ..... ~ .. ...., f - '\ I\. ....- v I r-- -........ / ~11!ii III .0-.' I J - ~ !:ii R 2 - 'rf ~ 1 ~ ~ \ i: ~ ~ I ~.L 'T is . ~ ...~ e ~ ~.~ ~ ~ .~~ ~/. I ..0-,' I ~t; ~_ / !ii! / T' -~ " ~ "'- -iI ';> I I~ "i!j ~- "If .. I'-- --> "!= '" i- s ~I!l :ts ,/ Ii "'" ~::I ,,~ I\. . ~ ~ Z> '" .' 0.. 3~ -. - - ~!: g~ q ~ i~ - I a: "fW a: (; ~ ~ ... z :; i ll. .- '0 I.' :r 7~ " 5 ~ UJ ~ ~ "- >- .... I "'" ll."' .. .. 0 .. i..1 - '" t j w- e ~ ~ It I . >- . .... 9 (~YI"_U ~ f -. .. . \~ I/h ~I~"~! I 'I~ & r- I~ 1m: I I~ g I: il! I I ~ ;1.11 } 'r _ I'li Il!ill !! 2~ STANDARD PLAN A24B ..0-,'& / ..... " jJ T i~ It . )0- s .... ~ .' III " N C CO _ " z t- . ~ II ;i ~ u...a: '" j!!1 za: i . wc ; :. ~w > c A. <;j " .. ! rl .,11-,., ! V , , , .... 1/ r-- ~ j ~ ~ r- "I- ~ ~; - ,. ~~ r-.. 1~ . .... ...... ... ii "- ..- ~ '- ::i g! I- -~ <;j h " .!~ .. ! U I ~O-..iI I] Li a 0::'" ~I i~ l,..- T ..... i.; t.: ~ \> !~ ~ ;. ... ..- 1 I/o El " ,..... ~~ ....~ '" 0 I !:o I 10 I-? t-... V I, ..... J..- ... '- I' , , , , ! ~I ~i -=t !il# T ~~~ ~I= - i il~: " ~ '- .... '" o !:o ..0-,.1 ~ I" .;' ..- ~ 1"- 2008 STANDARD PLAN A24C ,. ---L t u . A'....~ 'e- Jm~ f \ " I ., I.hl;:j . a .. :e- (i. J~! l h....II'., 1 ::::~ 3 N ~ t; II) C ..J ! U II)c - .~W ~ ~;!Il "r f p CIa: . ZIII . g :~~ '~i ( !j !~::E I i , ~ g:;~ i .,~" j :{ . - ~ ~ .. ~; II cZ '" ~ : f ~ - . . -I 3 2Q 5 . 0 n" . i' I, . . - 'I I ." u,..z V> ! 5 II: 'I - ii Ii- fj ~I ZC !i! : I \.'r. l !~i!l iiI -. ~ Wco ~I'l h ~ ::E..J i ~11:! 11I0 >1lI c::E 11.>- II) I ,,'Ii-," , ,- I' ..6-,[ I 1 ~O-,[ I - ..J t '- 0 If CD :2 " ,.. ,; ,: V> "' \ - . '" 5 :: . ,C ~ .."" ..'1 . .a: Iflfe N t--- ~ In '" ~ h c 0- :, --r- ;:,.-' ~ ii!iVJ -..l r-+ I .. "':!!~ ~ iiiVJ .0-,' --a: -? '\ I) . ..... 0- f c - .... ~~j ...J , CD - ... V> C ' w - '- i I ./J-,tl I ...J ". 0 ..21 CD 5:2 '-r- c .,.. ii~ 'IV' I -..l r-:.. - b" _0 ~ i~ .0-,' r- ..... ~ c I ,,'-,I 1 t - ~ If ...J . 0 . ~ CD i :2 ,.. . tv> ~; If.... ..:J. , .z ~... =f---1 , ...J , .... -..l ~ - I I "" I I I I CD .0-,' . -- ~ ~ < h h I i~1 .o-.t1 1 .O-,oz r=I i~ r I' .0-,' I r ..... Ir- .... ~ ~ ~ 1'-- f- """ l.- I' r. ..... ~ .... * ww ~ """ i~ ~~ , I -I , , ~ ,..... .r,.- ~ e ~ i~ -+'~ e- . , " , .\. ;..- - >..... 1'-- -. 5 i ~~ L~ :;;::r J....- v r- +... )\... ..... t- I- , ~ ~~ : I ...1---1 I -+J i If' l- T ~. * 11 ~~, i :!I ~I , I, , ~ ::rt r-.J i;f ::rt 1-...1 ~ ::rt r-.J i;f ~ ::rt r-.J i;f :i " .. ::rt r-.J .~ 2008 STANDARD PLAN A24D ~ :i " .. ::rt r-.J i;f:; " .. ::rt r-.J i;f :; " .. ::rt r-.J .~ ::rt r-.J ~ ::rt r-.J ~ , j . , ~ . I; HH ~ i iuhc lIt i~ iHfi f: (J ti'O~E .B f~ ~I I;~P f ~l Ii ,.!~. ~ ' ~~ Hhi ~ H !~ UhJ i -I ~ i'Olil ~ :: l~ i~Cai ~ if 00' .uJ.. _~ ~ ~~ uW ~ ~i ~.: N ..; .; ::rt r-.J ~ ; ::rt r-.J .~ ::rt r-.J ~ ~ ;;t1 r-.l iJ ~ 12 . ... .O..,N --.... i ~a~ia -~u; o ... N C . "'on"'N.. In r N N_ l ~H~!; c --;;(",:1 '" t/) Cl z ! iii . a: II Ct/) w ~ :EO;;! ~ II: U V> ~~ too 0 0 ~ii ffi~ z ~i :E QUI > C A. . c'" .....N.... l!i iN "'... N N "' ~~ ~I! -... ......: . iN,;;~..:e '1I~~.ii !:;c~=3R " ~:l " .. ::rtfJ 1 ~ ;i'1 r-.J iJ ~ ; ;i'11"""" J iJ ~ I I I I I_r~ I :rl r- J.. ~~ ~ :rl r- J.. ~~ ~ :rl r- J.. ~ ; _.., 4- "I,. J... ~T ~ ~ 2008 STANDARD PLAN A24E - ......_0...'" ~"''''N_ . ~ " Z::II ...", ~ I- ~~o~=>z. a::: _:It "'... 0'" .. :>, c......"....... ......._NN '" C ~:I ~ Q. "t~.W" ~...fjd~ :rl r- J.. ~~ ~ :rl r- J.. ~j :rl r- J.. ~~ ~ :rl r- J.. ~~ ~ .rl 4- ... . J.. ~T ~ ~ 13 . g.! J j ~ .~~ i i I h:~ . l! 8! ! I!;' ,~ I !~ ~ go a i. ~v 2i ~ :_;~; ~ J 'll ~; , ,." ~ ' - , ~ . -; S LoS ~ f .! .... !j ~! l,!i i ,!!,~ ~~ ::~j i ~ ; :i i~ -! ia~i 8 B 0 -~ .!:~. si tiii ! j. I. fi 1i~ h ! ~.~ . =~ '1 n I.; -! fO' · .- -~ -s !j l~ !.e~ ~ R~ f, It hi' ...- St~! ,J.. oi 118 .- ol ~-~! I: l! +-. ,0.= ._..~ ~. l~~; ~ il I! ~~ ~~! ~i Itl: , ;~ ~ ~~ ~~E .~ ~!8t~ ! g.. al i~ ic~ ~ a. ti ..2 . .0 ~... 3~il ~ 0 ~a ,.. ~~$ i. U hH J ~i is l~; l~i ~~ ~;lt j ~, b~ ~~I !!~ .: N ,.;"; '" oJ ,..: '" loll: "'..l (lIC ~ !~ . loIl:'" . a:'" i~ cO ... ~J :Ea: ~ 3. (J <l ~l!I I- v:a l:~ zQ ~ ;!! wZ .~ ~c ~ LII", >0 ca: 400 ~ LII .... N C : 'Or ., .- ~I ~ .;1 w i_ ;!; C> ...I fo- C> ~ w Z ...I. C> r :; at ~t~ a Z! 'IC> .1;: ...I :J ~ ao W 1C> ;: ...I .. ~ III fC>i III 0 a: ~ u ." :rt 1---1 .. ~ .Zl ~i J ~ ~ ~ I I I I 2006 STANDARD PLAN ES-5A x o .0 o <L Z ::I~ ~j x ~;: o ~ .0 i": o I I ~ "- "~"., ~ IP=1 ;;,[ . . r::::(1 x I ~ I .8 ! - o _ " 0 ~ . "- ,,~~., .u ,,1 . u -1. I x <C U 2 1,,0-,9 3 o Bff~.<L o :;: .. b ~1;fl;;,[' . o W ,,0-,9 w '" ::> o w u o '" D- Z e I- '" ..J ..J '" l- V> Z .. ~~ ~ !~ ~ 1l~ ~ e7 o " !;.! 2.0 '0 I! 3 :i OJ '0 f H i ;:; 8 ~~ ~ ~ o~ E ~ 81; .= s ;:e ! : ~J ~ i ,!;!"". tl i :1l! K I;;, ! , f,. c .. 1I"i.> i ~ g21l ~ o~_ ; .~ ;i-2 ~ ", o~., D- o o ..J - '" ,..; i E ~ , .. ~ q ~ . ~ ~ g a f . "i! g 1 t} ~ 11 ~~ .. ., ~ 2 Co ~ : !i !.. ~ ~k" l5~ - . ! !;; x~ III _+- 8_ ... _. _"C o .P:-= +.. l ;~ ji ~ ~~ ~:5 ";'.n .,; , ~ ! ~ ~ J! , . o " : ,t E~ g~! =8li il,< .!~~ ~;~ -." .'E~ L_' i.... ~. !:Uj5 '_0 0.' L-, ud' !r~ ...L"go O!o ;~; 000 00 :-f~ ;:-;: Of 0 I-~ -,- , .!I .:.:: ~ ~~ ~b I ~ , !1~ ~ ~ <. c +.8 E.:: ~! :! ~ .::: _~ 8 ~ b :~ 11 ~ E:'&. _ c ~ ~.! !I f g cf": i .. -_I: 'tI ... j;1 : ; ~'::2 : On j8: . 8~H ~!; i i~~ ~ _:1:'0 ::!: " .; , . c 3 " .;.;i.;.;.;5 ~~~t~2~ ! c:c:o.cc:.c5, E nt~~it ; E-=~EE.Eg ~ lSl5Ea15a5 -- 1..---+ v>.. tti"ttti: --1 g I...LiL.LL+ ;: t ~f c~tf~-; !":-; ~ ga:E15l515~2 LU _ !JUOUUU_",- o i 88~8g8~ 6 ~ --...--- 0 l: ~ l;; -c...gc....o....2 ~ i &&o.8.&~o.. <C ~ ~~g~~>-.;5 V1 --~---ai1;l I ;~b:;"'~ '" ....~......&~ & H-~~P. ,.,+-+-_+-+-+-.,c ~ .' ~ ~~~e~~3'i z ",/S ~~ '" w~ "-~ ,.'" ~~ ~ i": z o ",- N~ '" w~ <L~ ,.'" ~~ ~ i": z o "'- ~ -", w~ <L~ ,.'" ~~ ~ z ]! o :;; -0 ~. 0- ,3 o' ~.e en c:i , ~, .. lE ~~ o E! ", ge -! <- ~~ 6E~ 'E. ,~= . ., ~;..,: ~!: ~E~ P. .- '.. 0__ ~.=~ ~R8 -Ou ~~~ 00. :;-2 ~l; ~!~ ~N"'......", o ~ o 1 ~ o i ~ ~i ~~ ~. 'E ~= ~~ Ii c. ~s .- ~~ ul . ~; gg .~ t~ ~~ , " o V> ..J "'. I- 0 W 0 0: , ~~ "-~ ~ ~ 8. . " ,; / I i ! ~ : , if . jj ~ ,; , 0 a , . ~ ~ E / ! ~ ~ . 8 0 8 . 1; 2 " . , ;;: if q c 0 " 0 . 8 " ~ ifi 0 !" l' ~ .t , .. ~! .!i ~- . B< o' Ii , \'= ,E . 0' ~i E g ~: 0 ~; 1; h 3 ~ o~ CC . .e: 0' ! '0 ., 0 ~~ 32 i' ,. f ~g ,~ o~ 00 '0 ~ f: ", .E !& 8- 3~ 0 _0 i' '=:0 o' .f " ., :! &~ ~ " 'c 0_ ~~ .~ c' e~ ~. !~ .e-e o. 0- g~ .' .il -, .L DB .' ,~ =:D ~l t~~ ro E8 . . ilo- 0- C It 00- ~r .. 008 i~ '!' .= 'c gg 8+-2" -0 " ~! 00 .~ -.....:; _0 ,00 '" t"! ~~ , l~~ ~~ ~~ 00 .- ,..; .,; - - - .; ,: cD 423 V> z_ o' _s 1-- u3 w. Z! z. o. u: a...~ 8 ~ --'. --.J~ "', 8~ D-g >-- I- , o ! . 3 C f o , g' -t -. 8.6 ,.,0 e ~ 8" .e ~- ~- i'i 1: 8~ - ~ ~ "'-~ W ~I- 8i: 8: a... ~~ I=~~( ~: ~ff: ~~ ;':~i 1 I j~ ~ ~ sil I-- ~i g ~:;~ ~3 ~ ~~~ i-~ .. E~~ 0'- g ~6l -' ""00 I ... --:iAl L i! "";!':"~" ~u:~y , "i <~ U !:~ ~ c '" , (/) (/) III :E III z 1-- 0 ~ (/)(/) .~ >-a: .~ ~~ (/)0 w ~~ I- ~ .. '" u~ ..Iu u .. c(1lI ~ ~~ ul- e .ffi z :;;i! -Ill ; a:Q 1-- U III ..I III ~ i . . " ~ .! ~ . . ~ ~ ~ -:0 u , u", zo Sf- ~u u::> we ~z o u D- o o --' N V> --' '" f- ",w ,0 '" zl- 2~ ~V> u w ~ I' " I I ,'I '1 .- " 8 'r ~tO"1~ " I ;: 'I i I=~:~ I I ~ : L , ','1 'y ': t tE f' 5':5 f j, , ~i : 'H' ii!' nt[""'J' I ~ ~ ~ l'U~ ~8 ~i7 "O,L ~ f- U W f- W Cl ~ <t5 ~Cl D...J ~<< Ow z"- i~ " bl " "', "-...J"" Z 0% z ~O ::c~ ~<< wet: D;:> ~'" =>- ULL '"z ~o "'u et: o f- U W f- w Cl 2006 N ES-5B PLA STANDARD ~ ~ ~ w II CI ~~ . D Z ., I z 0]3 9 .J b << <:> ~~ ]:! <2 ~~ ]<i <>~ >- z S o j b!..J .' I <( Btt; Oz. _ c ~ .3 YI <( .! c~ .,. -', w" ----1ll...iJi Dbf~ ~i -' J<< o ~ ,.. >- ~ '" ~ W D ~ => U '" ~ "' 1,,0-,[11 T7DJYi <;>1 J "L i7 "O-,L' z o >- << et: ;:> '" LL Z o U et: o ~ U w f- W o "- o o .J z ~O ;(j:: ~<< wet: D:> ~'" =>- ULL '"z "'0 "'u II) :E III ~ ~- ~ mCl) ..t; >- a: l~ (1)0 ~ ~~ ... ~ ~:= "'u V'l ~~ Cw 0 ~~ ~I- Z ~2 a: W ....~ C ~ ~- o U III ... III ~ a: o f- u w f- W o u w "- ,.. f- , , o ~ . ; " K ': t +E I, 5b ~ 0_.'" g, ~o D.J ~w Ow z"- -,.. '"f- ': t ~~ ,. 00 424 z S ~~ ~et: ~:> ~2 ~LL =>z Uo '"u ~ "'et: o f- U w f- W Cl . ;~ z ~O :ij:: ~<< wet: D:> ~'-' =>- U,,- '"z ~Cl "'u ~ -"- ~o ~o D...J ~Cl Ow z"- -,.. '"f- ~ -a. ~o ~o D.J ~a Ow z"- ~~ "~o'" ~5", I >Carl o...J a::: '1f~' " ~:~ ~ L >~8 ~ 0 z 0 x "I <(<.:II-- ~"o.... ...J..;{ <( ;5~ 0- C; z o ~ . -g j it<< O~ ~~ ] ~E O-g ~ ~ ~I ;;i ~u O~ et: o f- U w f- w Cl ~ "i g ~g ~ {i~ 8 :t:;:; $ Sf: "" & g.<; o c' g :"i .... "i ~ 15~ . .c Ii -5 $ ~~ ~ ~~i ~ ,~;;;;5 . . " ! ,~~ ... 0..... l5 !'e: : 155<:: ~ cCO g '1.. ... i_& o "~2 ~ ~5b ! ........' ~ ,.",,,,, u __ >< ~ ~E, ~~i;> ~ 55", " 2006 STANDARD PLAN ES-13A ~ ~ <I: eol f ... t , '0 . ;; . 0 ." 0 , .c . t g f ~ 0 w ~ ., tt~ l 8 > 0 . ::E- e 0 0 . W0 . c -., . ~ ~ . 0 .,~'- ~ 0 . 0 . ~ >- i 0 " 1-= ~ "-. " t 0 c . % 0 &.N~ 0 ~ ~ 0 0 0 0<1: . ] . ~ ~ t ~ 0 .co ~ ~ ::,', I '" '" . 0" L . 0 .~ >1- , ' . -:;:1....... . , . , %0 "' C 0 0 "it' 0'- ~ ., > .> , > g ~. 0W ", 0 :;~: L w . x 0" ?: 0 '" 0" "' ?: .~ Q ~ . , ~.e .- - ~ eo .. I o' 4 0- W .. " . 0 w <- !:.<:1: 8: w 0' 8: u~ ...I 0 l' ~ ~ " ., c~.E <- ., 0 g ., <l:CI '" ~ 0 ~~ ~ . 3~ ~ " . 00 0' E z u 0.0 2_ .!!! 0 ~ u~ UZ 0 i 0 L ~~ . l' u 0-0 ~c . l' ~z z :r.! ." 8 ." .u -- . 0 g, .. L E .. t;~ ;; , 0- .0 l5 leU "' D 4 .0 CiO= , . 0 .. . ; ~ . '. .0 0 '. .. ~ 0 1-- .. ~ " CO -'0 2 =-;., . LO .. =,:, u...I 0 ~-:;: Co_ 'c ~=s ~:; Oc '" 0' e " <- 83 '.. '" 0 -' c '" wlL . co. c 00 0 . .-, . 00 <- 08 ,- . 00 ...I~ . 0 0 ~ >. ~-F<= > c, >. ~g ~ c, >- -> 0 t~ 0 ~~ 0 ~ .0 - . .0 0 >- 'Eo, W ~ . Hi N' _ ~~ " . " 0" ~: >c > ~c ~ 0 ~~ ". > L ~3 B 0 --0 _0 , ~ ~ le " ," " x g;-=g. 3~ 8E " 8:5 n 0- u= .,- X - " W - " ..; .. " ..; .. " . l . l o o { , g "L '0 ~ 00 .. _"'2 ~g w u --' " 0-- 0 v> . . . 0- . " W c 0-- ~ >- 0- w u --' ~ 0-- v> ~ in 0 . W . 0-- . . >- . 0- ,c !:;!:.! ,OlE E2 ::::': Ol..- , .0 En gg> ~ "'+ ~ 20 5~ .= ~ I;:;: .f- ~: L c' ""'; 8i '1 ~ . ~ :!:] ~ ~ ~2 _._... 0", <>1... - 8,g. ..,0 ~: g-g 00 ~n "'0 0", ,::::!: :>5- ] ~g 5~~ _ . 0 '-en '-.. 0_ 0<:: ....c "-_ ~ i< 0 - ., l:ii .L. 21 ~ .,--- ""1 ~ 03.JO _"'!IOS , . . o o ! 0 0 . 0 L 'i L :2 0 'i ~ , ~~ 8 $ . ~c c ~8 o.l' 0 s=: 0 20 g :"g " o~ pg 5 .eti w w 0 . U U g , "0 0' i'i:i --' ~ --' ~ .' 0-- 0-- L' v> " v> ., ~ . " E "tAi 0- ~ ,- u 0 Y' ., 0 , I w ~ w f i '" 0-- . 0-- >- t ~ >- -'---'- \ 0- eO!1 I 0- 0 D9...l0 ~ ! 30!1 0 ~ .' l =. . u 1; .. ~ > 00 . . "'3+ 2 l~~ u > 0,.0 . './ 1;.:!:1... -00 ~~K 464 ----------/ CALIFORNIA MANUAL ON TRAFFIC CONTROL DEVICES ( MUTCD ) STANDARDS California MUTCD (FHW A's MUTCD 2003 including Revisions 1 and 2, as amended for use in California) Page 3A-4 Rgure 3A-101 (CA). Centerlines - 2 Lane Highways FOR SPEEDS 65 V'T1'h (40 ,,'ph) OR LESS DETAIL 1 __ ~J~I Ic,_cl lU4mll811l 5.1101 It.14m! (11111 t71111 c;;:J - POLICY 5.1101 (1111I I'-J~1 [leU Centerline pattern for use on two-lane streets and highways (normally used on local streets and hlgltways). DETAIL 2 I 14.1401(411) I 2.59ml2.14~ 5.t8111 l2.14~ 19m _ crill 1~1II1 (Hill I t7.I~ II.5I11C - Centerline pattern with pavement markers for use on two-lane streets and highways. DETAIL 3 (Deleted) DETAIL 4 I 14.14. (48ft) I 1.41.1 '-41011 ".1811 11.41'"1'-4101 _ (1ft) l811l ("I) (II) (II) o 000 000 [J - -I 1-1.2210(41) -I !-In.14ft) Alternate to Detail 2. For use at problem locations where It Is difficult to place and maintain centerline because of moIsture, sand, etc. FOq SPEEDS 70 krn rl (45 mph lOR MORE DETAIL 5 _ ~6&.(ltll [ I IU4ml4lft) 11.11. 136ft) - DETAIL 6 _I o 5.-48.. (,111I 14.14. (41ft) I Ulm I ICS2~);1 - DETAIL 7 I [J - ~.16" (12"1 I J Centerline pattern for use on two-lane streets and highways (normally used on local streets and highWays). 5.49m (Ill) I [] Centerline pattern with pavement markers for use on two-lane streets and highways. 5.411. I (18ft) [] Alternate to Detail 6. For use at problem locations where it Is difficult to place and maintain centerline because of moisture, sand, etc. 5.48. 1181) lU4.lI811l I 3.... I (1211I OOO@ -I 1-1.22..(41) - LEGEND F<T~,"~!1100 mm (4 In) Yellow ~ DIrection onravel CI Two-Way YeUow Retroreflectlve Markers @ Non-RetrorelleCtlve Yellow Markers Chapter 3A - General Part 3 - Markings NOT TO SCALE January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions 1 and 2, as amended for nse in California) Page 3A-7 Figure 3A-104 (CA). No Passing Zones - Two Direction DETAIL 21 POLICY .... Two-dlrectlon no-passlng pattern for IIse on twcHane streelS and highways (1IOnIIIIIIy IEOd on local streets and highways). See Note 2. ... 15_(3iR! DETAIL 22 I . 1J2.(Z41l1 I . 1J2.(Z4fll I --51_12 In) 15... (3 In) ._51_12 In) 1Wo-directIon no-passlng pattern with pavement m8rkers for use on two-18ne streets and highways. See NotH 1 and 2. .... -- . . DETAIL 23 - I 1.3:/.(24fll I 1.J2m(24ft) I .............- ....... ... ..._15_13In) l.22m~nH I- -J 1-1.22..~1) Alternate to DetaIl 22. For use with either DetaIl 4 or DetaR 1. -- NOTES: 1. Pavement markers shown off the solid Hne In l)etall 22 may be placed Oft the line. 2. A 15 mm (3 In) black line shall be pJaced beb.Nlen the 110 mm (4 In) yellow Ones on State highways and may be placed Oft streets and highways under local jurisdiction. LEGEND 110 mm (4 In) Yellow . ..-.way Yellow RetJo.etlective Markers __ Dlfectloftaf1hNel . Non~","_"eca..e YeIIowMartlerS NOT 10 SCALE Chapter 3A -General January 21,2010 Part 3 - Markings California MUTCD (FHW A's MUTCD 2003 including Revisions 1 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.... (z..) Right Edge Line pattern 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 elso Detail 27C. On freeways, It may be flared In advance of the exit ramp as shown In Figure 38-8 (CA). ~ Edge oITmeltd Way DETAIL 27C Right Edge Line Extension Through Intersections IS:;I 3.&6m(1Zft) 1':;1 3.&6 " (1ZfQ ~ ~ 1':11"1 ~ Right Edge Line Extension Through Intersections pattern for use to extend the right edgeUne through an Intersection where cnmatic conditions, such as areas of heavy fog, may require additional guklance. LEGEND I 100 mm (4 In) White _ Direction of Travel NOT TO SCALE (11zis space lql intentionally blank) Chapter 3A - General Part 3 - Markings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions 1 aod 2, as amended for use in California) Page 3A-16 Figure 3A-112 (CA). Channelizing Line and Lane LinelCenterline &tensions DETAIL 38 - Channelizing Line 200 nun (8 in) While Line [I [I I 7J2-1ZI11l I l.32_lUlIl Through TratIic ~ DETAIL 38A - Channelizing Une 200 nun (8 in) While Una I [I_SD'"12 inl I POLICY Typical channelizing line for use on Left. Turn or RIght-Turn lall85 on Slate highways. Pavement Markers when used should be place on the through traffic side only. T~plcal channelizing line for use on Lell- Tum or RIghi-Turn lanes on local streets and highways ~n(I freeway off-ramp terminals. DETAIL 38B - Channelizing Line at exit Ramps [I [I [I 58"- ) Typical channelizing line for use on Exil Ramps. I ..... In Pavement Markers as shown may also be placed 200 mm (8 in) White Line. on the line. [I [I [1_50....(2;.) I 7.32"1ZI11) I 7J2_12411l I DETAIL 38C - Alternate to Detail 38 and 38B ~88888~88888~ 1~lil I 7J2mlUIIl I DETAIL 39 - Bike Lane Line 150 mm (6 in) White Line -<- DETAIL 39A - Bike Lane Intersection Line '''I 31m~OOft)to60m(2001) I [=:J ~ [=:J I 2.4,," I t~ft)ml .... !I III ,.. 150 mm (6 in) While Line DETAIL 40 - Lane Line Extension Through Intersections c:::J ~ c:::J The lane Une Extension Through Intersections '1.3I1lli 1.8310 I IiIl8 is used 10 extend the lane line through an (1 ftll "ftj 100 mm (4 In) White Line Intersection that might otherwise be confUsing . to the mo_. DETAIL 40A - Altemate to Detail 40 o 0 Q 0 0 0 0 1':.: I "- IIon-RelroreIlective WhiIB ~ DETAIL 41 - Centerline &tension Through Intersections Ir:;:~ U3m I~ ~ ~:~:': =::=~ ~'1'1ne~0:: 1111l ISII I ~oo nun (4111) Yellow line Intersection that might otherwise be confUsing to the motorist. DETAIL 41A -Alternate to Detail 41 I':.: i '- :~ne:.:"Markers I~- NOT TO SCALE LEGEND o Non-Retroreflectlve WhIte Markers e Non-Retronoflective Yellow Markers _ Direction of Travel [J One-Way Clear Retrore1lective Markers January 21, 2010 Chapter 3A - General Part 3 - Markings California MUTCD (FHW Ns MUTeD 2003 including Revisionsl and 2, as amended for use in Ca\ifornia) Page3B-I CHAPTER 3D. PAVEMENT AND CURB MARKINGS Section 3D.OI Yellow Centerline Pavement Markin!!s and Warrants Standard: Centerline pavement markings, when nsed, shall be the pavement markings used to delineate the separation of traffic lanes that have opposite directions of travel on a roadway and shall be yellow. Option: Centerline pavement markings may be placed at a location that is not the geometric center of the roadway. On roadways without continuous centerline pavement markings, short sections may be marked with centerline pavement markings to control the position of traffic at specific locations, such as around cmves, 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 3D-I: 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; D. One-direction no-passing zone markings consisting of a normal broken yellow line and a normal solid yellow line where crossing the centerline markings for passing with care is permitted for the traffic traveling adjacent to the broken line, but is prohibited for traffic 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 available shall be the two-direction no-passing zone markings consisting of two normal solid yellow lines as shown in Figure 3D-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 ADT of 6,000 vehicles per day or greater. Centerline markings shall also be placed on all paved two-way streets or highways that have three or more lanes for moving motor vehicle traffic. Guidance: Centerline markings should be placed on paved urban arterials and collectors that have a traveled way of 6.1 m (20 ft) or more in width and an ADT of 4,000 vehicles per day or greater. Centerline markings should also be placed on all rural arterials and collectors that have a traveled way of5.5 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 stody indicates such a neeci Engineering judgment should be used in determining whether to place centerline markings on traveled ways that are less than 4.9 m (16 ft) wide because of the potential for traffic encroaching on the pavement edges, traffic being affected by parked vehicles, and traffic encroaching into the opposing traffic lane. Option: Centerline markings may be placed on other paved two-way traveled ways that are 4.9 m (16 ft) or more in width. If a traffic count is not available, the ADTs described in this Section may be estimates that are based on engineering judgment Chapter 3B - Pavement and Curb Marldngs Janwuy 21, 2010 Part 3 - Marl<ings California MlITCD (FHW A's MlITCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-2 Standard: Centerline patterns shall be selected from those shown in Figures 3A-101(CA) and 3A-104(CA). Raised retroreflective pavement markers shall be used to supplement the centerline markings on State highways, except in snow areas. Support: On horizontal curves with radii less than 1000 m (3280 ftl and without street lighting, Detail 22 instead of Detail 21 can be helpful in improving the delineation for centerline markings as it includes retroreflective raised pavement markers. Detail 22 can be applied in advance of the approach to the curve per Table 2C4 and continued throughout the length of the curve. Refer to CVC 21460 for Double Lines. Refer to evc 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 lend 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 Markinl!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). Guia-ee: I Where the EHstaBee betw'CeB SHeee55Yle "" I'lISSiBg zeRes io leos thae 129 Bi (199 it), "" I'llSOieg IBIlfIi:iBgs shealtl eeBB:eet 1Be ~aes. Standard: If the gap between successive no-passing zones is less than the sight distance for the prevailing speed I shown in Table 38-1, 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 2R29, 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 'Vniform Vehicle Code (UVC) Revised" contains further information regarding no-passing zones. The 'VVC" can be obtained from the National Committee on Uniform Traffic Laws and Ordinances at the address shown on Page i. Standard: On two-way, two- or three-lane roadways where centerline markings are installed, no-passing zones shall be established at vertical and horizontal curves and other locations where an engineering study indicates that passing must be prohibited because of inadequate sight distances or other special conditions. On three-lane roadways where the direction of travel in the center lane transitions from one direction to the other, a no-passing bnJIer 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 bnJIer zone. The bnJIer zone shall be a median island that is at least 15 m (50 ft) in length. Chapter 3B -Pavement and Curb Markings January 21, 2010 Part 3 - Markings Califurnia MUTCD (FHW A's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-3 Guidance: For three-lane roadways having a posted or statutory speed limit of 70 kmIh (45 mph) or greater, the lane transition taper length should be computed by the formula L = 0.62 WS for speeds in kmIh (L ~ WS for speeds in mph). For roadways where the posted or statutory speed limit is less than 70 kmIh (45 mph), the formula L = WS2I155 for speeds in kmIh (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 nrban areas and 60 m (200 ft) in rnral 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-l. 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-S). Similarly, the passing sight distance on a horizontal curve is the distauce measnred 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 3D-S). 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-l. The end of the no-passing zone at point "b" in Figure 3B-5 is that point at which the sight distance again becomes greater than the minimum specified 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 rn (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!itndinal Pavement Markin!!:s Standard: H reversible lanes are used, the lane line pavement markings on each side of reversible lanes shall consist of a normal double broken yellow line to delineate the edge of a lane in which the direction of travel is reversed from time to time, such that each of these markings serve as the centerline markings ofthe roadway dnring some period (see Figure 3B-6). Sign. (see Section 2B.2S), lane-use control signals (see Chapter 4J), or both shall be used to supplement reversible lane pavement markings. H a two-way left-turn lane that is never operated as a reversible lane is used, the lane line pavement markings on each side of the two-way left-turn lane shall consist of a normal broken yellow line and a normal solid yellow line to delineate the edges of a lane that can be used by traffic in either direction as part of a left-turn maneuver. These markings shall be placed with the broken line toward the two-way left-turn lane and the solid line toward the adjacenttraflic lane as shown in Figure 3B-7. Cbapter 3B - Pavement and Cmb Markings Part 3 - Marlrings Januaty 21, 2010 California MUTCD (FHW A~s MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-4 Option: Pavement marl<ing arrows may be used in conjunction with the two-way left-turn lane markings as shown in Figure 3B-7. Cui ..J--ee: Signs sfteald may be used in conjunction with the two-way left turn markings (see Section ZH.24). Standard: If a continuous median island formed by pavement markings separating travel in opposite directions is used, two sets of double solid yenow lines sball be used to form the island as shown in Figures 3B-2 and 3B4. Other markings in the median island area shall also be yenow, 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 two-way left-turn lane is a lane reserved in the center of a highway for exdusive use of left or U-turning vehides. Refer to CVC 21460.5. It is normally used where there are rnany points of access. Standard: The two-way left-turn lane marldngs 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-1 01 (CA) and Department of Transportation's Highway Design Manual, Section 4052. See Section 1A 11 for information regarding this publication. Channelized left-turn lanes in cornbination with continuous raised-curb medians are used instead of two-way left- turn lanes (TWL TL) if one or more of the following conditions exist: . Average daily traffic volumes exceed 20,000 vehides per day . For remediation where there is a demonstrated crash problem, . Wherever a need is demonstrated through engineering study. I 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 of lane 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 discouraged, the lane line markings shall consist of a normal solid white line.oOption: 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 nsed on all freeways and Interstate highways. Chapter 3B - Pavement and Curb Markings IamJal}" 21,2010 Part 3 - Markings California MUTCD (FHW A's MUTCD 2003 including Revisionsl 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 marl<ings should also be used at congested locations where the roadway will accommodate more traffic lanes with lane line markings than without the D;larkingS. Standard: Lane line patterns shall be selected from those shown in Figure 3A-102(CA). Detail 9 or 10 (65 km/h (40 mph) or less) or Delail12 or 13 (70 kmIh (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, 1he raised pavement markers will be recessed. Section 38.05 Other White Lonl!itudinal Pavement Markin!!s Standard: A ch,mnelizing 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 3B-& 38-8(CA), 3B-93B-9(CA), and 3B- 13. Channelizing lines at exit ramps as shown in Figure 3B-& 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 3B-9 38-9(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 nentral 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 shall be extended from the beginning of the channelizing line upstream of 1he entire for a distaRee of ORe IuIIf the length of the full-width deceleration lane as shown in Figure ,JB.-3 38- 8(CA). Option: White chevron markings may be placed in the neutral area for special emphasis as shown in Figure 3B-& 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 of the I channelizing line for a distance of SflC Iialfthe entire length of the full-width acceleration lane as shown in Figure 3B-9 3B-9(CA). Option: For entrance ramps with a tapered acceleration lane, lane line marl<ings may be placed to extend the channelizing line, but not beyond a point where the tapen:d lane meets the near side of the through traffic lane as shown in Figure 3B-9 3B-9(CA). Standard: Lane drop markings as shown in Figure;m...lD 3B-10(CA) may shall be used in advance of lane drops at exit ramps to distinguish a lane drop from a normal exit ramp or from an auxiliary lane. Option: The lane drop marking may consist of a wide, white dotted line with line segments 0.9 m (3 ft) in length separated by 2.7 m (9 ft) gaps. Guidance: Chapter 3B - Pavement and Curb Marldngs 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-6 If used, lane drop markings should begin 800 m (0.5 rni) in advance of the theoretical gore point. If the dropped lane is an auxiliary lane 0.8 kIn (1/2 mil or less in length, the lane drop line should extend throughout I the entire length. Optiou: 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-l11(CA), 3B-8(CA), 3B-9(CA), 3B-I0(CA), 3B-12(CA) and 3B-I07(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 resulL creates a mandatory turn lane. Standard: If used, diagonal lines shall be the same color as the edge line. Section 3B.06 Eth!e Line Pavement Markin!!s Standard: H used, edge line pavement markings shaD 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 continned through intersections or major driveways. H used on the roadways of divided highways or oue-way streets, or on any ramp in the direction of travel, left edge line pavement markings shall consist of a normal solid yeDow line to delineate the left edge of a roadway or to indicate driving or passing restrictions left of these markings. If nsed, the right edge line pavement markings shaD consist of a normal solid white line to delineate the right edge ofthe roadway. Guidance: Edge line markings should not be broken for minor driveways. Support: Edge line markings have unique value as visua1 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 oftraveled way, approximately 3.6 m (12 It) from the lane line or centerline on highway mainlines, ramps, and connectors. See Figure 3A-I06(CA). Generally, the solid edge line should be dropped at the beginning of intersection 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 38-108(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 Janumy 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 ofEdl!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 stody 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 GOuld 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 Throul!h Intersections or Interchanl!es Standard: Pavement markings extended into or continned through an intersection or interchange area shall be the same color ltBd at leasttke same widtk as the line markings they extend (see Figure 3B-ll). Option: A normal line may be used to extend a wide line through an iotersection. Guidance: Where highway design or reduced visibility conditions make it desirable to provide control or to guide vehicles through an intersection or ioterchange, such as at offSet, skewed, complex, or multilegged iotersections, on curved roadways, or where multiple turn lanes are used, dotted line markiogs should be used to extend longitodinalline 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 ioto or continued through iotersections or major driveways as solid.lines. A siogle 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 iotersections 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 Marlcings Part 3 - Marlcings January 21, 2010 I I California MUTCD (FHWA's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-12 far 3 mllrkers, at 1.'3 (10mb for 11B1lrHrs, ed at 1/1 (loiBt5 for 5 IBllrlier!). At least one retroretlective or internally illuminated marker per group shall be used or a retroretlective or internally illuminated marker shan be instaned midway in each gap between successive groups of uonretroretlective markers. When raised pavemeat maFlien s1:llJsatute far solid tHe liBe maftiiBgs, the mftl'lieFs skRIIlJe e"ullDy splleed at no greater thlln N/1, with retroFelleetive or iBteroaIly illuminllted UBits at Il splleiBg 00 greater thllo Nt::!. The widths and patterns of raised pavement markers shall confonn 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. 8taBdllrd: I 'WIteK raised Jla~;emeDt mark-eFs suhstitute for dotted JiRes, theJT skalllle spaeed at D8 gFeatef" tk8B N.'i, with B8t less than eDe raised pltVemeDt marker pel' dotted liRe. ~\:t least aDe raised mBPlrer every:N shaII be retToreReem'e or mtemlllly iIIumiBated. 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: I If used on State highways, internally-illuminated raised pavement markers shall be installed by an encroachment pennit and include a maintenance agreement as a provision of the pennit for the service life of the markers. Section 3B.15 Traosverse Markin!!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 uiJIess otherwise specified herein. Guidance: Because of the low approach angle at which pavement markings are viewed, transverse lines should be proportioned to provide visibility equal to that of longitudinal lines. Standard: Pavement marking letters, numerals, and symbols shan be instaned in accordance with the Pavement Markings chapter of the "Standard Highway Signs" book (see Section 1A.H). Crosswalk markings near schools shall be yellow. Refer to evc 21368 and Part 7. Support: Refer to Department of Transportation's Standard Plans for pavement marking letters, numerals and symbols. See Section 1 A.11 for information regarding this publication I Section 3B.16 StOD and Yield Lines Standard: H used, stop lines shall consist of solid white lines extending across approach lanes to indicate the point at which the stop is intended or required to be made. H nsed, yield lines (see Figure aB-14 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 required to be made. Guidance: Stop lines should be 300 to 600 mm (12 to 24 in) wide. Stop lines should be used to indicate the point behind which vehicles are required to stop, in compliance with a STOP (RI-I) sign, traffic control signal, or some other traffic control device, except YIELD signs. I Chapter 3B - Pavement and Curb Markings Part 3 - Markings lanuary21,201O California MUTCD (FHW A's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-!3 The individual triangles comprising the yield line should have a hase of 3110 te 600 mm (~ 24 in) I wide and a height equal to 1.5 times the base. The space between the triangles should be +.5-te-300 mm (34& 12 in). Option: Yield lines may be used to indicate the point behind which vehicles are required to yield in compliance with a YIELD (R1-2) sign or a Yield Here to Pedestrians (R1-5 or Rl-5a) sign. Guidance: Ifused, stop and yield lines should be placed a minimum ofl.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. Ifused 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 Figure 3B-15). Stop lines atmidblock 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 while 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 limilline 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. Typicallimilline 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 ft) wide and a height of 0.9 m (3 ft). The space between the triangles shall be 0.3 m (1 ft). Support: Figure 3B-14(CA) shows typical yield line layout for streets and highways. Section 3D.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 nouintersection locations, crosswalk markings legally establish the crosswalk. Chapter 3B - Pavement and Cnrb Markings Part 3 - Markings January 21,2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page3B-16 Policv 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 ft) with a minimum length of 6.1 m (20 ft). 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 ft) measured from the curb return should be provided at alleys and driveways. At signalized intersections parking should be prohibited for a minimum of two stall lengths on the near side and one stall length on the far side. See Figure 3B-18(CA). Standard: The departmental approval for the installation of the parking meters shall be covered by an encroachment permit. Option: Local authorities may by ordinance permit angle parking. Refer to CVC 22503. Support: Department ofTransportation does not approve ordinances establishing angle parking on State highways. Diagonal parking stalls are not permitted on State highways. Section 3B.19 Pavement Word and Symbol Markin!!s Support: Word aod symbol markings on the pavement arc used for the purpose of guiding, warning, or regulating I traffic. Symbol messages are preferable to word messages. Examples of staodard word aod arrow pavemeut markings are shown in Figures ~ 3B-20(CA) aod;;B-R- 3B-21(CA). Normally, pavement word and symbol markings supplement standard signing. Standard: Word and symbol markings shan be white, except as otherwise noted in this Section. Guidaoce: Letters aod numerals should be 1.8 m (6 ft) 2.44 m (8 ft) or more in height. I Word aod symbol markings should not exceed three lines of information.. If a pavement marking word message consists of more thao 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-tom iaoe 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 thao ten times the height of the characters under aoy conditions. The number of different word aod symbol markings used should be minimi7:ed to provide effective guidaoce aod avoid misunderstaoding. Except as noted in the Option, pavement word aod symbol markings should be no more thao one iaoe in width. OpasB: The SCHOOL ware HlfIfIffiIg may mend te the wi6lh aft..'a npproaeh "mea (see Sectian 7C.96). I Chapter 3B - Pavement and Curb Markings Part 3 - MaIkings January 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisionsl and 2, as amended for use in California) Page 3B-17 GuidaBee: ~eHtBe 8CIIOOL weal IBfH'lffilg is e3'fteaamI is tHe vr.'idth eft\\T~ llf'fJfeaeB IBB:es, tBe ehametefs sheultl be 3 iii (IB it) ar _0 iB height (-see Sealien 7C.B6). 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. Oplion: Pavement word and symbol markings sheItM may be proportionally seeleft 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 nse by persans with disabilities. A blue background with white barder may shall supplement the wheelchair symbol as shawn in Figure 3B49 3B-19{CA). If used, new construction of accessible olf-street parking spaces, and, loading and unloading areas shall include pavement marking details shown on Figure 3B-19 (CA), or as shown on the Departmenfs 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 Departmenfs 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 Tille 24, Section 1129B.4. Standard: Where through traffic lanes approaching an intersectian become mandatory tom lanes, lane-use arrow markings (see Figure ~ 3B-21 (CA)) shan be used and shall be accampanied by standard signs. Lane use, lane reductian, and wroug-way arrow markings shall be designed as shown in Fignre ~ 3B-21 (CA). Guidance: Where througb 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 sitoations 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 movemenls difficult, a I lane-use arrow should be placed in each lane of an exit ramp near !be crossroad tenuinal where it will be clearly visible to a potential wrong-way road user (see Figure ~ 3B-23{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-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) 1IIl<I3B 2<1 to indicate the correct direction oftraflic 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 tom bays (see Figure 3B-22), where toms mayor may not be mandatory, and in two-way left-tom 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-{)f-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 RamD 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 (CAl and 3B-23(CAl. Entrance RamD 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, wihen more than one per lane is needed, should be 30 m (100 Il) to 90 m (300 Ill. 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 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 38-19 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 Conlrol at Interchange Ramps. Option: Word and symbol markings may include, but are not limited to, the following. Other words or symbols may also be used under certain conditions. A. Regulatory: L STOP 2. RIGHT (LEFT) TURN ONLY 3. 40 km/h (25 MPH) 4. Arrow Symbols B. Warning: L 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. ROUTE 40 Standard: Except at the ends of aisles in parking lots, the word STOP shall not be used on the pavement unless accompanied by a stop line (see Section 38.16) and STOP sign (see Section 28.04). At the ends of aisles in parking lots, the word STOP shall not be used on the pavement unless accompanied by a stop line. The word STOP shall not be placed on the pavement in advance of a stop line, unless every vehicle is required to stop at all times. The yield-ahead triangle symbol or YIELD AHEAD word pavement marking shall not be used unless a YIELD sign (see Section 28.08) is in place at the intersection. The yield-ahead symbol marking shall be as shown in Figure 38-25. 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 limn signs. See Section 28.13. Chapter 3B ~ Pavement and Curb Markings Part 3 - Markings Jan1l3I}' 21, 2010 California MUTCD (FHW A's MUTCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-25 Section 3B.25 Markin!!s for Other Circnlar Intersections Support: Other circular intersections include but are not limitcd to rotaries, traffic circles, and residential traffic calming designs. Option: The markings shown in Figures 3B-27 and 3B-28 may be used at other circular intersections when engineering judgment indicates that their presence will benefit drivers or pedestrians. Section 3B.26 Sneed HumB Markin!!s Standard: If nsed, 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 he used where the speed hump also functions as a crosswalk or speed table. Support: I Per CVC 440, speed humps or bumps are not official traffic control devices. Section 3B.27 Advance Sneed Humn Markinl!S Standard: If used, advance speed hump markings shall be a special white marking placed in advance of speed humps or other eugineered vertical roadway deflections such as dips. Option: Advance speed hump markings may be used in advance of an engineered vertical roadway deflection where added visibility is desired or where such deflection is not expected (see Figure 3B-31). Advance pavement wording such as BUMP or HUMP (see Section 3B.19) may be used on the approach to a speed hump either alone or in conjunction with advance speed hump markings. Appropriate advance warning signs may be used in conformance with Section 2C.24. Guidance: If used, advance speed hump markings should be installed in each approach lane. Section 3B.l0l(CA) Diaaonal and Chevron Markinas 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 !ravel 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-ll O(CA), Details 36, 36A and 36B and pairs of lines shown in Rgure 3A-112(CA), Details 38 and 36A. 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 Marlcings 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-62 Figure 38-20 (eA). Examples of Elongated Letters for Word Pavement Marlcings (Sheet 1 of 2) ....... t- (Iii) 1m. 14"' 50... (2/0) -- fOI) "'.. "., 1IlO_ 14/0) ...... .... ...... 14"1 ...... ".. IN- .", 101_ ".. "'- (4i11) ...... f4i11 NOT TO SCALE '5O- "101 "'- .", "'.. 14.. ...... ... -- (I") ..... 14'" ..... "ill} -- II'" _.. ...., i.__ II" .'- "") NOTES: 1. All letters and numerals should be In conformance with the standard alphabets for highway signs and pavement markings approved by Department of Transportation. 2. The design details for various words are also shown In Department of TransportaUon's Standard Plans. 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-63 Figure 38-20 reA}. Examples of Elongated Letters for Word Pavement Markings (Sheet 2 of 2) ..... ~.l ..... ~.. -.... ""' .... ""' "'- ~.. ,.. ~.. "'.. ... -- ~.. -:-- ~.. ,"- ".. 1"_ ~.. "'.. ... '2113~ : (s.., "'- ~.. -- ~'" "'.. ... '''- ".. -~ .... ..... ('" NOTES: 1. An letters and numerals should be In conformance with the standard alphabets for highway signs and pavement markings approved by Department of TransportatiOn. 2. The design details for various words ara also shown In Department of Transportation's Standard Plans. "'.. -.iRl ...- ~.. NOTTO SCALE 3. Half-size "BIKE LANE" legends are shown on Figure 9C-6 (eA). Chapter 3B - Pavement and Curb Marlcings Part 3 - Markings JlUI1lllI)' 21, 2010 CaIifurnia MUTCD (FHW A's MUTCD 2003 including Revisions! aud 2, as ameuded for use in California) Page 3B-65 Figure 38-21 (eA). Examples of Anows for Pavement Markings (Sheet 1 of 2) -+l ::; I- :Im: :1 II. 1--1-: ! ~ . ! :~l -+l -+/ ::; I+- "'. ..... I- 1 +-+. .-1 -i---t ! ~ ! ......J - +-+ __nlS'" -+l I--uo.... TYPE I ARROW .. a J: :! ~ .- - -= __t1_lirdf -+I j..-..... TYPE I ARROW . --""QMi -+I j..-...~.. TYPE 1 ARROW !+- "''''''---1 ro---- .....,..-+\ t-- ..D...+! ~--r---r--, .. 11 . !! ------- .. il . !! ................-." .-~-.- ~..._~ - ....,--r ---.,-- "--'--+-~ -r-'--'-- +- , ! t+, ; I ) . , --~"_.I I. ~ 14-"."11 _...ct.... -+J J.-...tHIt __fl".... -..I 1+....tt.. TYPEUISINlROW TYPE. tLJ- _nft.JIq USE .JIll;';; !Lo."") TYPE -1S1 ARROW I-'-"..If ~ --+-< -~; , --(1---+1 ~....<<.. TYPE U ft.IARROW (RIRfif'E.tRl useu:lfA_ f+<.........-{ '-t . ' 1 , " E ~ I " .. . !! __('t..~ J..-u..ttlt TYPE=- (RIR moelV _ USE _ NOT 10 SCALE NOTE: The deSIgn ...... for va"- _ .,. 8Il1o s'-t In IJ'.~ . b...nt of T..ISpOrlIIIon's 818n4a1011...... Chapter 3B - Pavement and Curb MlIIkings Part 3 'MlIIkings Jannary 2!, 2010 California Ml.ITCD (FHW A's Ml.ITCD 2003 including Revisions! and 2, as amended for use in California) Page 3B-86 Figure 38-103 (CA). Examples of Intersection Marlcings 0.30 m (1 ft) -{!-1 (See Nole1) 0.30 m (1ft). J (See Nole 1) . R1.1 (See Note 2) E co ~ .. !E E co ~ 2 - LANE MULTI - LANE LEGEND ... Dlrec:llon of Travel NOT TO SCALE NOTES: 1. The Limit Une is optional, refer IiO Section 38.16. The LImit LIne on wide side roads on long radius comers may be bent at a 45":1: angle for traftlc making a right turn. 2. When a Slop Ahead (W3-1) or STOP AHEAD (W3-1a) sign Is used, a STOP AHEAD pavement marking may be placed to supplement the sign accOrdIng IiO Section 38.19. (Thjs space lqi intentionally blank) Chapter 3B - Pavement and Curb Marlrings Part 3 . Markings January 21,2010 California MUTCD (FHW A's MUTCD 2003 Revision 1, as amended for use in California) Page 2C-30 Figure 2C-4. Roadway Condition and Advance Traffic Control Signs W3-1' W8-1 W8-5 W8-9a W3-2' W8-2 W8-7 W8-12 W3-3' W8-3 W8-8 W8-13 W3-4 W8-4 W8-9 W17-1 'An optional word message sign is shown in the 'Standard Highway Signs' book. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision 1, as amended for use in California) Page 2C-31 Figure 2C-4 (CA). Roadway Condition and Advance Traffic Control Signs I , , i , W38 (CA) W3-3a orW41A(CA) W43 (CA) W50-1 (CA) SW28 (CA) SW45 (CA) W55 (CA) W55B (CA) SW32 (CA) SW35 (CA) SW46 (CA) SW54 (CA) W50 (CA) SW26 (CA) SW41 (CA) SW54-1 (CA) SW54A (CA) SW54B (CA) SW54C (CA) Chapter 2C - Waming Signs Part 2 - Signs Sep<<anber26,2006 California MUTCD (FHW A's MUTCD 2003 Revision I, as amended for use in California) Page 2C-32 Figure 2C-5. Advisory Speed and Speed Reduction Signs .........1. \ . . ,..; .' .. W3-S II~II W13-1 W3-Sa OR OR W13-2 W13-S W13-3 Figure 2C-5 (CA). Advisory Speed and Speed Reduction Signs W728 (CA) Chapter 2C - Warning Signs Part 2 - Signs SW4-1 (CA) SW17-1 (CA) September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision 1, as amended for use in California) Wl6-1 Figure 2C-11. Supplemental Warning Plaques Page 2C-38 W16-3a Wl6-4 W16-8 WI6-8a W16-10 W16-11 . I W16-5p WI6-Sp WI6-7p W16-9p W16-13p W16-2 W16-2a WI6-3 Chapter 2C - Warning Signs Part 2 - Signs Figure 2C-11 (CA). Supplemental Warning Plaques W34A (CA) W66B (CA) (!his space left intentionally blank) September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision I, as amended for use in California) Page 2C- I CHAPTER 2C. WARNING SIGNS Section 2C.OI Fnnction ofWarninl! Sil!ns Support: Warning signs call attention to unexpected conditions on or adjacent to a highway or street and to situations that might not be readily apparent to road users. Warning signs alert road users to conditions that might call for a reduction of speed or an action in the interest of safety and efficient traffic operations. Section 2C.02 Application ofWarninl! Sil!ns Standard: The nse of warning signs shall be based on an engineering stndy or on engineering jndgment. Guidance: The use of warning signs should be kept to a minimum as the unnecessary use of warning signs tends to breed disrespect for all signs. In situations where the condition or activity is seasonal or temporary, the warning sign should be removed or covered when the condition or activity does not exist. Support: The categories of warning signs are shown in Table 2C- I. Warning signs specified herein cover most of the conditions that are likely to be encountered. Additional warning signs for low-volume roads (as defined in Section 5A.OI), temporary traffic control zones, school areas, highway-rail grade crossings, bicycle facilities, and highway-light rail transit grade crossings are diccussed in Parts 5 through 10, respectively. Option: Word message warning signs other than those specified in this Manual may be developed and installed I by State llIullacal highwllY agcncies Department of Transportation (See Section 2A.06). Warning signs may be supplemented with a yellow flashing beacon. Section 2C.03 Desil!n ofWarninl! Sil!ns Standard: All warning signs shall be diamond-shaped (sqnare with one diagonal vertical) with a black legend and border on a yellow backgronnd nnless specifically designated otherwise. Warning signs shall be designed in accordance with the sizes, shapes, colors, and legends contained in the "Standard Highway Signs" book (see Section IA.H). Option: Warning signs regarding conditions associated with pedestrians, bicyclists, playgrounds, school buses, and schools may have a black legend and border on a yellow background or a black legend and border on a fluorescent yellow-green background. Support: Sign design details are contained in FHWA's Standard Highway Signs book and Department of Transportation's California Sign Specifications. See Section 1A.11 for information regarding these publications. Table 2G-101 (CA) shows a list of California Warning Signs. Tabie 2C-102(CA) shows a list of MUTCD Warning Signs. The use of educational plaques to supplement symbol signs is described in Section 2A.13. Section 2C.04 Size ofWarninl! Sil!ns Standard: The sizes for warning signs sI>llII should be as shown in Table 2C-2. I Guidance: The Conventional Road size should be used on conventional roads. The Freeway and Expressway sizes should be used for higher-speed applications to provide larger signs for increased visibility and recognition. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision I, as amended for use in California) Page 2C-2 Option: The Minimum size may be used on low-speed roadways where the reduced legend size would be adequate for the warning or where physical conditions preclude the use of the other sizes. Oversized signs and larger sizes may be used for those special applications where speed, volume, or other factors result in conditions where increased emphasis, improved recognition, or increased legibility would be desirable. Standard: The minimum size for supplemental warning plaques shall be as shown in Table 2C-3. Option: Signs larger than those shown in Tables 2C-2 and 2C-3 may be used (see Section 2A.12). Section 2C.05 Placement ofWarninl! Sil!ns Support: For information on placement of warning signs, see Sections 2A.16 to 2A.21. The total time needed to perceive and complete a reaction to a sign is the sum of the times necessary for Perception, Identification (understanding), Emotion (decision making), and Volition (execution of decision), and is called the PIEV time. The PIEV time can vary from several seconds for general warning signs to 6 seconds or more for warning signs requiring high road user judgment. Table 2C-4 lists suggested sign placement distances for two conditions. This table is provided as an aid for determining warning sign location. Guidance: Warning signs should be placed so that they provide adequate PIEV time. The distances contained in Table 2C-4 are for guidance purposes and should be applied with engineering judgment. Warning signs should not be placed too far in advance ofthe condition, such that drivers might tend to forget the warning because of other driving distractions, especially in urban areas. Minimum spacing between warning signs with different messages should be based on the estimated PIEV time for driver comprehension of and reaction to the second sign. The effectiveness of the placement of warning signs should be periodically evaluated under both day and night conditions. Option: Warning signs that advise road users about conditions that are not related to a specific location, such as Deer Crossing or SOFT SHOULDER, may be installed in an appropriate location, based on engineering judgment, since they are not covered in Table 2C-4. Standard: I Warning signs shall be installed in accordance with the general requirements for sign placement as described in Sections 2A.16 to 2A.21 and as shown in Figure 2A.1(CA). Section 2C.06 Horizontal AIil!Dment Sil!ns (WI-I throul!h WI-5. WI-H. WI-IS) Option: The horizontal alignment Turn (WI-I), Curve (WI-2), Reverse Turn (WI-3), Reverse Curve (WI-4), or Winding Road (WI-5) signs (see Figure 2C-l) may be used in advance of situations where the horizontal roadway alignment changes. A One-Direction Large Arrow (WI-6) sign (see Figure 2C-I and Section 2C.09) may be used on the outside of the turn or curve. If the change in horizontal alignment is 135 degrees or more, the Hairpin Curve (WI-ll) sign (see Figure 2C-I) may be used. If the change in horizontal alignment is approximately 270 degrees, such as on a cloverleaf interchange ramp, the 270-degree Loop (WI-15) sign (see Figure 2C-I) may be used. Guidance: The application of these signs should conform to Table 2C-5. When the Hairpin Curve sign or the 270-degree Loop sign is installed, either a One-Direction Large Arrow (WI-6) sign or Chevron Alignment (WI-8) signs should be installed on the outside of the turn or curve. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision 1, as amended for use in California) Page 2C-9 In the case of an arch or other structure under which the clearance varies greatly, two or more signs should be used as necessary on the structure itself to give information as to the clearances over the entire roadway. Clearances should be evaluated periodically, particularly when resurfacing operations have occurred. Option: The Low Clearance sign may be installed on or in advance of the structure. If a sign is placed on the structure, it may be a rectangular shape (WI2-2p) with the appropriate legend (see Figure 2C-3). Standard: The Low Clearance (W12.2) sign shall be used to warn motorists of low structure clearances. For clearance 4.7 m (15.5 ft) or less, in addition to the W12.2P, two advance Low Clearance signs shall be installed on the right side of the roadway. The first W12-2 sign shall be placed in advance of the nearest intersecting street or highway or wide point in the road at which a motorist can detour or safely turn around. Guidance: A Distance Ahead (W34A(CA)) plaque should be placed below the W12-2 sign at this location. Standard: The second W12.2 sign shall be placed in advance of the structure. Support: No W34A(CA) plaque is needed at the second location. Standard: The W12.2 sign shall display the same clearance as shown on the W12.2P sign. Guidance: The Distance Ahead (W34A(CA)) plaque when used, should be placed below a W12-2 sign. Standard: The _ FT _IN plaque (W12.2P) shall be used to warn motorists of structural clearance 4.7 m (15.5 ft) or less. Guidance: The W12-2P plaque should be centered over the traveled way on the approach side of all underpasses. overheads, viaducts, overcrossings, undercrossings, and grade separations for state highways. Standard: The W12.2P plaque shall not encroach over the shoulder area. The W12.2P plaque shall display the minimum vertical clearance to the nearest inch, not exceeding the measured value. The CAUTION, VERTICAL CLEARANCE _' _" Arrow sign (W34C(CA)) shall be used on all blind approaches to structures with clearances 4.7 m (15.5 ft) or less. Support: The W34C(CA) sign is used to warn motorists of low structure clearance around corners. Guidance: The W34C(CA) sign should be placed at a location where the motorist can detour or safely turn around before making the turn. Standard: The W34C(CA) sign shall display the same clearance as shown on the W12.2P sign. Support: See Figure 2C-3(CA) for the W34C(CA) sign. Section 2C.23 BUMP and DIP Sums MS-!. WS-2) Guidance: BUMP (W8-1) and DIP (W8-2) signs (see Figure 2C-4) should be used to give warning of a sharp rise or depression in the profile of the road. Option: These signs may be supplemented with an Advisory Speed plaque (see Section 2C.46). Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision I, as amended for use in California) Page 2C-1O Standard: The DIP sign shall not be used at a short stretch of depressed alignment that might momentarily hide a vehicle. Guidance: A short stretch of depressed alignment that might momentarily hide a vehicle should be treated as a no- passing zone when centerline striping is provided on a two-lane or three-lane road (see Section 3B.02). Section 2C.24 SPEED HUMP Sl!m (wI7-!) Guidance: The SPEED HUMP (WI7-I) sign (see Figure 2C-4) should be used to give warning ofa vertical deflection in the roadway that is designed to limit the speed of traffic. If used, the SPEED HUMP sign should be supplemented by an Advisory Speed plaque (see Section 2C.46). Option: If a series of speed humps exists in close proximity, an Advisory Speed plaque may be eliminated on all but the first SPEED HUMP sign in the series. The legend SPEED BUMP may be used instead of the legend SPEED HUMP on the WI7-1 sign. Support: Speed humps generally provide more gradual vertical deflection than speed bumps. Speed bumps limit the speed of traffic more severely than speed humps. However, this difference in engineering terminology is not well known by the public, so for signing purposes the terms are interchangeable. Section 2C.25 PAVEMENT ENDS Sil!n (w8-3) Guidance: A PAVEMENT ENDS (W8-3) word message sign (see Figure 2C-4) should be used where a paved surface changes to either a gravel treated surface or an earth road surface. Option: An Advisory Speed plaque (see Section 2C.46) may be used when the change in roadway condition requires a reduced speed. Section 2C.26 Shoulder SilIns (w8-4. W8-9. and W8-9a) Option: The SOFT SHOULDER (W8-4) sign (see Figure 2C-4) may be used to warn of a soft shoulder condition. The LOW SHOULDER (W8-9) sign (see Figure 2C-4) may be used to warn ofa shoulder condition where there is an elevation difference of less than 75 mm (3 in) between the shoulder and the travel lane. Guidance: The SHOULDER DROP OFF (W8-9a) sign (see Figure 2C-4) should be used when an unprotected shoulder drop-off, adjacent to the travel lane, exceeds 75 mm (3 in) in depth for a significant continuous length along the roadway, based on engineering judgment. Additional shoulder signs should be placed at appropriate intervals along the road where the condition continually exists. Standard: When used, shoulder signs shall be placed in advance ofthe condition (see Table 2C-4). Support The low shoulder condition (elevation difference up to 75 mm (3 in) between shoulder and the travel lane} is not treated as a penmanent condition on State highways. Standard: The black on yellow background LOW SHOULDER (W8.9) sign shall not be used on State highways. Chapter 2C - Warning Signs Part2 - Signs September 26, 2006 California MUTCD (FHW A's MUTCD 2003 Revision 1, as amended for use in California) Page 2C-II Option: The black on orange background LOW SHOULDER (W8-9) sign may be used on State highways to warn of a shoulder condttion where there is an elevation difference of less than 75 mm (3 in) between the shoulder and the travel lane. See Section 6F.42. I Section 2C.27 Slippery When Wet Sil!n IW8-5) Option: The Slippery When Wet (W8-5) sign (see Figure 2C-4) may be used to warn that a slippery condition might exist. Guidance: When used, a Slippery When Wet sign should be placed in advance ofthe beginning of the affected section (see Table 2C-4), and additional signs should be placed at appropriate intervals along the road where the condition exists. Option: The WATCH FOR SNOW SLIPPERY (SW46(CA)) sign may be used to warn road users of conditions where snow may be on the roadway surface, but chains are not yet required. The SW46(CA) sign may be placed in advance of areas where such conditions may exist, and intermittently as needed where such conditions may exist for long sections of highways. The SW46(CA) sign may be displayed when weather conditions are such that it would be reasonable to assume that snow on the roadway would be a possibility. Guidance: The SW46(CA) sign shouid be removed when such conditions are no longer present. Support: See Figure 2C-4(CA) for the SW46(CA) sign. Section 2C.28 BRIDGE ICES BEFORE ROAD Sil!n IW8-13) Option: A BRIDGE ICES BEFORE ROAD (W8-I3) sign (see Figure 2C-4) may be used in advance of bridges to advise bridge users of winter weather conditions. The BRIDGE ICES BEFORE ROAD sign may be removed or covered during seasons of the year when its message is not relevant. The ICY (W43(CA)) sign (see Figure 2C-4(CA)) may be used in advance of locations where an icy condition requires extra caution. Guidance: The W43(CA) sign should be used on mountain roads, which may be continuously in the shade and where ice forms during the greater part of the winter. This sign should be covered or removed at the end of the winter season or when the icy condition no longer exists. The sign should be located in advance of the beginning of the icy sections. Section 2C.29 Advance Traffic Control Sil!ns IW3-1. W3-2, W3-3. W3-4) Standard: The Advance Traffic Control symbol signs (see Figure 2C-4) include the Stop Ahead (W3-1), Yield Abead (W3-2), and Signal Ahead (W3-3) signs. These signs shall be installed on an approach to a primary traffic control device that is not visible for a sufficient distance to permit the road user to respond to the device (see Table 2C-4). The visibility criteria for a traffic control signal shall be based on having a contIpuous view of at least two signal faces for the distance specified in Table 4]),,1. Support: Permanent obstructions causing the limited visibility might include roadway alignment or structures. Intermittent obstructions might include foliage or parked vehicles. Guidance: Where intermittent obstructions occur, engineering judgment should determine the treatment to be implemented. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 California MUTCD (FHWA's MUTCD 2003 Revision I, as amended for use in California) Page 2C-12 Option: An Advance Traffic Control sign may be used for additional emphasis of the primary traffic control device, even when the visibility distance to the device is satisfactory. Word messages (W] la, Vi] 2n, W3-3a) may be used as alternates to the Advance Traffic Control symbol signs. A supplemental street name plaque (see Section 2C.49) may be installed above or below an Advance Traffic Control sign. A warning beacon may be used with an Advance Traffic Control sign. A BE PREPARED TO STOP (W3-4) sign (see Figure 2C-4) may be used to warn of stopped traffic caused by a traffic control signal or in advance of a section of roadway that regularly experiences traffic congestion. Standard: When a BE PREPARED TO STOP sign is used in advance of a traffic control signal, it shall he used in addition to a Signal Ahead sign. Olltie,,: The BE PREW.RED TO 8TOP sign may be SI'lllllemelltoB with a v.'lll'Hing beneen (Geo SeetieR 4K.03). GiliaMee: WhoR the \\ ami"g beaeeR is illtofoeflHeetee with a traffie celltfel sigaal ef '1ucHe deteet;eR G)'stom, the BE PREP-t~'illD TO STOP sigH shoHld be slijllllemeHleB ."ilh a WIlEN FLASHING lllaqHe. Standard: A warning beacon or WHEN FLASHING (W16.13p) plaque shall not be used to supplement the BE PREPARED TO STOP (W3-4) sign. Studies indicate that these devices are generally not effective as warning devices for motorists approaching signalized intersections. The non-use of a warning beacon or WHEN FLASHING (W16-13p) plaque also addresses the situation when a warning beacon is inoperative for any reason. Guidance: The Stop Ahead sign (W3-1) should not be used in the approach to an intersection where there is channelization and the majority of the traffic turns to the right without being required to stop. Option: The STOP AHEAD pavement markings may be placed in accordance with Section 38.19. The SIGNAL AHEAD sign (W3-3a) may be used for overhead mastarm and overhead structure mounted locations. The SIGNAUSTOP AHEAD Arrow sign (SW26(CA)) may be used in the head-on position where W3-1 and W3.3 signs have proven ineffective. Guidance: The W3-1 and W3-3 signs should be left in place when the SW26(CA) sign is placed. Support: See Figure 2C-4(CA) for W3-3a sign. Section 2C.30 Speed Reduction Silins CW3-S. W3-Sa) Guidance: A Speed Reduction (W3-5 or W3-5a) sign (see Figure 2C-5) should be used to inform road users of a reduced speed zone when engineering judgment indicates the need for advance notice to comply with the posted speed limit ahead. Standard: If used, Speed Reduction signs shall be followed by a Speed Limit (R2-l) sign installed at the beginning of the zone where the speed limit applies. The speed limit displayed on the Speed Reduction sign shall he identical to the speed limit displayed on the subsequent Speed Limit sign. Option: The TRAILERS-CAMPERS-GUSTY WIND AREA NEXT _ MiLES (SW17-1(CA)) sign may be used where known or potential wind collision problems exist. Support: See Figure 2C-5(CA) for SW17-1(CA) sign. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 I California MUTCD (FHW A's MUTCD 2003 Revision 1, as amended for use in California) Page 2C-20 Guidance: If the access to the playground area requires a roadway crossing, the application of crosswalk pavement markings (see Section 3B.17) and Nonvehicular signs (see Section 2CAl) should be considered. The PLAYGROUND (SW49(CA)) sign should not be used alone. Option: The SW49(CA) sign may be used in combination above the Speed Limit (R2-1 (25)) sign or WHEN CHILDREN ARE PRESENT (S4-2) sign on any street or road, other than a state highway, with a speed limit greater than 40 kmlh (25 mph) that is adjacent to a children's playground within a public park. Refer to CVC 22357.1. Support: See Figure 2C-10(CA) for SW49(CA) sign. Section 2C.43 Use of Supplemental Plaques Option: A supplemental plaque may be displayed with a warning sign when engineering judgment indicates that road users require additional information beyond that contained in the main message of the warning sign. Standard: Supplemental plaques shall be used only in combination with warning or regulatory signs. They shall not be mounted alone or displayed alone. If used, a supplemental plaque shall be installed ou the same post(s) as the warniug sign. Sectiou 2C.44 Desil!n of Supplemental Plaques Standard: A supplemental plaque shall have the same color legend, border, aud background as the warning sign with which it is displayed. Supplemental plaques shall be square or rectangular. Section 2CAS Distance Plaques !W16-2 series. W16-3 series. W16-4. W7-3a) Option: The Distance Ahead (WI6-2 series and W16-3 series) plaques (see Figure ZC-ll) may be used to inform the road user of the distance to the condition indicated by the warning sign. The Next Distance (W7-3a and WI6-4) plaques (see Figures ZC-Z and ZC-II) may be used to inform road users of the length of roadway over which the condition indicated by the warning sign exists. The Distance Ahead (W34A(CA)) plaque may be used to infonm the road user of the distance to the condition indicated by the warning sign. Guidance: When the distance is in miles, the mileage shown should be to the nearest 1/4 mile for a distance of less than 1 mile and to the nearest mile for distances over one mile. The text "MILE" should be used for a distance of one mile or less. The text "MILES" should be used for distances over one mile. Section 2C.46 Advisory Speed Plaque !W13-l) Option: The Advisory Speed (WI3-1) plaque (see Figure ZC-5) may be used to supplement any warning sign to indicate the advisory speed for a condition. Standard: The Advisory Speed plaque shall be used where an engineering study indicates a need to advise road users ofthe advisory speed for a condition. If used, the Advisory Speed plaque shall carry the message XX km/h (XX MPH). The speed shown shall be a multiple of 10 km/h or S mph. Except in emergencies or when the condition is temporary, an Advisory Speed plaque shall not be installed until the advisory speed has been determined by an engineering study. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 California MUTCD (FHWA's MUTCD 2003 Revision I, as amended for use in California) Page 2C-21 Guidance: Because changes in conditions, such as roadway geometries, surface characteristics, or sight distance, might affect the advisory speed, each location should be periodically evaluated and the Advisory Speed plaque changed if necessary. Option: The advisory speed may be the 85th-percentile speed offree-flowing traffic, the speed corresponding to a 16 aegt'ee ball bank indicator reading, or the speed otherwise determined by an engineering study because of unusual circumstances. Suppe!'t: P. 19 aegt'ee ball banI< ieaicaler reooiag, fefflicfly usca ie acteffliieiag advisery speeas, is basea ee researeh fTem the 1939s. 18 medem .,'ekieles, 1ke 85tk f]efseetile spees 8ft 6l::lp:es ~flreH.4Hlates a Ie elegres reaaieg. This is the speea at whieh Hlesl ari'/crs' juagmeel reoegeizes incipient instability aleeg a fllHlp er - Standard: If used, the speed shown on the W13.1 plaque shall not be in excess of the posted or maximum speed limit. The adviSOry speed shall be determined in accordance with Section 2C.101(CA). The Advisory Speed Plaque shall not be used in conjunction with any sign other than a warning sign, nor shall it be used alone. When used, it shall be positioned below the warning sign. Section 2C.47 SUDDlemental Arrow Plaques (W16-5D. WI6-6D. WI6-7D) Guidance: If the condition indicated by a warning sign is located on an intersecting road and the distance between the intersection and condition is not sufficient to provide adequate advance placement of the warning sign, a Supplemental Arrow (WI6-5p, WI6-6p, WI6-7p) plaque (see Figure 2C-II) should be used below the warning sign. Standard: Supplemental Arrow plaques (see Figure 2C-2) shall have the same legend design as the Advance Turn Arrow and Directional Arrow auxiliary signs (see Sections 20.25 and 20.26) except that they shall have a black legend and border on a yellow or fluorescent yellow-green backgrouud, as appropriate. Section 2C.48 Hill-Related Plaques (w7-2 Series. W7-3 Series) Guidance: Hill-Related (W7-2 series, W7-3 series) plaques (see Figure 2C-II) or other appropriate legends and larger signs should be used for emphasis or where special hill characteristics exist. On longer grades, the use of the distance plaque (W7-3a or W7-3b) at periodic intervals of approximately 1.6 km (I mil spacing should be considered. Option: I The WATCH DOWNHILL SPEED (SW4-1 (CAl) sign may be used on long downhill grades to remind motorists to maintain the posted speed. Section 2C.49 Advance Street Name Plaque (W16-8. WI6-8a) Option: An Advance Street Name (WI6-8 or WI6-8a) plaque (see Figure 2C-II) may be used with any Intersection sign (W2 series) or Advance Traffic Control (W3 series) sign to identify the name of the intersecting street. Section 2C.50 CROSS TRAFFIC DOES NOT STOP Plaque (w4-4D) Option: The CROSS TRAFFIC DOES NOT STOP (W4-4p) plaque (see Figure 2C-8) may be used in combination with a STOP sign when engineering judgment indicates that conditions are present that are causing or could cause drivers to misinterpret the intersection as an all-way stop. Chapter 2C - Warning Signs Part 2 - Signs September 26, 2006 PROJECT LOCATION SURVEY DOCUMENTS r~. SET 9.5' <. --c{?:::D-e.."'O+f:5 ""Ti-~nS,1 Lllie.. ffoL.-ds oVCy DISf/t,.J;.e -;rc s cJ, ~d-d 1: l- ll< Cl 2 I LNf; O~~[t' t~ ~ 0"-> ~ O'~, mR6 NOLI f} '~VE. S ET L t T D N 'To L. <t.!\- S:LY 0 F E.C. R --"--- . '--./' " 1~3-..2.0 T 7-Z5 -'is- , t\,: "- ~ I ~ ltJ h ~ ll..J \J --If CI:: ~ - D kJ E: mEDILRL LEA/TEte. ct, TI1:5 ser q -S-SCj BY'" ".D.lt), NbTE: FILl.,. TIE DI5TIHIJLES mE1I5URED BY Eorn. Set Lt T 11/Y TL I s_~'N'LV DF E.L.R '~ J: ~ ;~D.I' r.P.? C..5. B, TAl[ DN,D.U ,'._ PER L\!V TfES 5ET 5P/~E E. L5. 0 IJJfl5HE~ TOSU/l.f'lfL.G 0' ->. ~v' 5 E T L? TON 7.L - 10.3 o;'L'f 0 F i'lL. I\. SURVEY MONUMENT PRESERVATION GUIDELINES CALIFORNIA LAND SURVEYORS ASSOCIATION & CONSULTING ENGINEERS AND LAND SURVEYORS OF CALIFORNIA Joint Professional Practice Committee - Riverside/San Bernardino and Desert Chapters ( In Cooperation with the Riverside & San Bernardino County Surveyors Office) PREFACE: The preceding public survey documents are provided from a search of records on file in the City of San Bernardino, Office of the City Engineer. All work is to be performed by a person or under the supervision of a person authorized to practice Land Surveying ( refer to Sub-section 6-1. 10 "SUR VEYING SER VICE" 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 Aprili3, 2007: NEW & RECONSTRUCTION PROJECTS A. PRIOR TO CONSTRUCTION (1.) The survey crew shall diligently search for all survey monuments ofrecord and on the surface of the road. It is suggested (that) the search (sh)ould include the use of a metal detector. When the detector indicates the possibility of a buried survey monument, then digging below the surface to uncover the monument within 2" of the road surface is recommended. (2.) The survey crew shall properly reference all found survey monuments, which may be disturbed or covered during construction, to stable surface points. (3.) The authorized surveyor shall properly complete a 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 I. 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 I" 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 performed by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of which is hereby acknowledged, the CONTRACTOR agrees with the CITY, at the CONTRACTOR's own proper cost and expense in the Special Provisions to be furnished by the CITY, to furnish all materials, tools and equipment and perform all the work necessary to complete in good workmanlike and substantial manner the TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE & MAGNOLIA AVENUE (TC 07-001) in strict conformity with Plans and Special Provisions No. 12031 & 12031A , and also in accordance with Standard Specifications for Public Works/Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids" for this project, on file in the Office of the City Engineer, Public Works Department, City of San Bernardino, which said Plans and Special Provisions and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. The CONTRACTOR agrees to receive and accept the prices as set forth in the Bid Schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the manner and according to the Plans and Special Provisions, and requirements of the Engineer under them. 3. The CONTRACTOR herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on the basis of race, color, national origin, religion, sex, marital status, or ancestry in the performance of this contract, nor shall the CONTRACTOR or any person claiming under or through him or her, establish or permit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as recipient deems appropriate. AGREEMENT: TRAFFIC SIGNAL INSTALLATION AND STREET IMPROVEMENTS AT MEDICAL CENTER DRIVE AND MAGNOLIA AVENUE (TC 07-001 ) 4. CITY hereby promises and agrees with the said CONTRACTOR to employ, and does hereby employ the said CONTRACTOR to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators, and assigns, do hereby agree to the full performance of the covenants herein contained. 5. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said CONTRACTOR, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties of these presents have executed this contract in four (4) counterparts, each of which shall be deemed an original in the year and day first above mentioned. CONTRACTOR NAME OF FIRM: CITY OF SAN BERNARDINO BY: CHARLES E. MC NEELY, City Manager City of San Bernardino BY: TITLE: ATTEST: MAILING ADDRESS: RACHEL G. CLARK City Clerk PHONE NO.: L--) APPROVED AS TO FORM: ~~<:,~ ATTEST: Secretary NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest.