Loading...
HomeMy Public PortalAboutThe West Hillsdale Boulevard/Route 92 Ramp ModificationsP80013-0 CITY OF SAN M41E0 DEPARTMENT OF PUBLIC WORKS. • • • • SPECIAL PROVISIONS NOTICE TO CONTRACTORS PROPOSAL AND CONTRACT FOR THE WEST HILL.SDALE BOULEVARD/ROWE 92 RAMP MODIFICATIONS IN SAN MATEO COUNTY, IN SAN MATEO FOR USE IN CONNECTION WITH STANDARD SPECIFICATIONS DATED JANUARY, 1978, AND STANDARD PLANS DATED MARCH; 1977 OF THE CALIFORNIA DEPARTMENT CF TRANSPORTATION AND STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1979 PREPARED BY LKS ASSOCIATES 405 14TH STREET, SUITE 610 Q41Q.AND,-CALIFORNIA 94612 • OCTOBER 1981 SUMMARY OF BIDS RECEIVED FOR CITY OF SAN MATEO, CALIFORNIA. WEST HILLSDALE BOULEVARD/ ROUTE 92 RAMP MODIF/CATIONS OPENED Nov. 17, 1981 REQUISITION NO. P.O. NO. BID ITEM DESCRIPTION OF ITEM QUANTITY ESTIMATE ENGR'S. ESTIMATE KEYCO ENGRG. CORP. PIAZZA CONST. CO- RAIBQI 9mpnipp • • a LITON ••NST, CO, FIRE SITE DTA CO- CORP. UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL .QUILT UNIT TOTAL 1. Maintaining Traffic LUMP SUM_LS .18,000 7 500 nn 7,500. 7,500.00 52,645. 2,645.00 10,500.00 3.000 7,000100 4 ' 2. Mobilization UMP 0 1st 410 ,. •, 2 500.00 2 500. 2 500.00 2,470. 2,470.00 2 500.00 2 500 2.500 •• 6 .2.1• 14 108 11 6 162.16 Illlllll, iii.- Cld f Irrigation Sys�e� UMP SUM LS IIIIIIII it Mil IIIIIIIIIIIIPII lellg a • • • 160. 160.00 300. 300.00 500.00 500.00 500 500.00 454 05 3.500 3.500. J non 00 4 00 4.000 00 2.000 - 2.900.00 5,775. 5 775.00 2 2 100 00 5. Clearing and Grubbing UMP SUM LS .• 7.500 • •,• 00 1 •• 1 500 n0_ 3,450 3,450,00 5L625. 5,625.00 ® , •. 6. Roadwa Excavation 300 CY 40 12 000 ,,• , 15. 4 500.00 13.20 3 960.00 `E ' 19 49 5 847.00 7. Structure Excavation Er Erirrill rilligliMil WI III 30. 7 230.00 MI IIIII IIIIIIIIIIIIII 8. • 7 (F) 8 structure Barkfill (Fl ISO a 13 500 7 ,fin nn 7.6. • a 110 00 6 120 •, 17.60 3.1.68,00 5- 21.24 3 823.20 9. lass 2 Aggregate Base 165 TONS 40 6,600. •, 3,135.00 16.0• 2,640.00 5,610.00 18.00 2.970.00 2 475 nn g 2 gin An 16.51 2 724.15 10. sphalt Concrete (Type }15 TONS 60 6,900. • .• 5,750.00 60.0• 6,900.00 7,015.00 54.20 6,222,00 4-21n n 5 75n nn 59.24 6 812 60 11. lass A Structure 73 CY 200 14,600, 270.0. 19 710.00 4 65 '36 95 17 297. 5 (Ret. Wall) • (F) MIoncrete garAr Reinforcement F 1 • •. , •, 0.60 0.65 2 418 13. reeable Material 160 TONS 30 4.800. 20 n,, a 20n on n a non n0 a-nnn n 2 • 3.728 •, 3,520 0• JS n 7 400 00 iS 00 (Class 2) - nn 2 Ran on 14. inor Concrete 19 CY 200 3.800. 175.00 3.325.00 200 •, 3 800 00 S., •• •, 312.00 SSJB 00 4,275 00 380 00 7.220 00 •24,32 6,162.08 Miscellaneous Const. 25. :tai Beam Guard Rail/ ' 150 1.2 4.500 3.000.00 •, 2 250 00 iR s^ypn nn 2.475.00 •• 2.400.00 47.00 7.050 00 2,919.00 (Wood Post) 16. .tal Beam Guard Rail- 1 EA 440. ,• 450.00 450 on ann ann nn ,• 'inn no 800.00 1.800 00 I ' 378.38 'ng Anchor (Breakaway . 115 nn VPe A) 17. tal Beam Guard Rail- 1 EA 370. 100 on inn nn 45 350.00 • 205 nn 300.00 1.800 1.800.00 324.32 'mg Anchor (Breakaway B) • ..J , •• a „• . n, a 20000 20000.00 , , • • 2 ,•, ,, ,, ,. 21,309.19 • „ •,. BUbto al 130.280.00 Contingencits (3.6 ) 4,720.00 • AL 135,000.00 qn nAn nn .gayan nn 98,755,00 $99,617 35 105,864,00 $107,950.00 •108,942.44 CITY OF SAN MATEO, CALIFORNIA. WEST BILLSDALE BOULEVARD/ SUMMARY OF BIDS RECEIVED FOR ROUTE 92 RAMP MODIFICATIONS OPENED Nov- 17, 1981 REQUISITION NO. P.O. NO. RL NO. SID ITEM DESCRIPTION OF ITEM QUANTITY C.P. ESTIMATE 'NGR'S ESTIMATE ARCHIBALD ipAyAND err/EaGRADINGp3NCMc ar„ a . J_ , 5.,- _,,,o •• , UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL 1. Maintaining Traffic LUMP SUM LS 18,000 $ 18,000. $7,500 $ 7,500.00 L.S. 9,500.00 ,., 7,000. 17,000.0..$-0- 7,500.00 2. Mobilization MP SUN IS 5.000 5.000 2.500 2,500.00 L.S. 2,500.00 2,500.00 2,500. 2,500.0, -0- 2,500.00 3. AaJUSt unaaTaraln Mise to grade 1 Ma 5 ,, 99n 0' ,. 600.0, 600.00 ' . , ,. 170. 170.0, 400.0, 400.00 q, sfex Irrigation LIMP SUM LS 3.500 ., MN ... n - ,., „ . n 6 300. 6 0, 0. . n, .. ... .. 5. Clearing and Grubbing IMP SUN LS 7300 7.500 2,000.00 L.S. 7.500.00 7 500 7 500 00 15,000. 15,000.0, .175 12175 00 .■ 6. ation xcavation0 300 CY 40 12,000. 15,000.00 13.00 1900.00 21.4 6. 0' 13.0, 3.900.0, 38. . 550.00 7. RRoadwayrEadway 241 • 025 00 14.00 3 374.00 57.10 22.0. 5 302.0. M3. 9 278,50 (F) R Stnmture RArkfill IFI 1Mo ry 75 11 Snn 5,400 00 17 00 3,060.00 25 4 590 0n 38.0. 6,840.0. 10 . S S17 nn_ 9. lass 2 Aggregate Base 165 TONS 40 6,600. 3.300 00 13 50 2 227 50 IR 1 052 50 28.0. 4.620.,. 32.8• 5,421.90 10. -Sphalt Concrete (Type 115 TONS 60 6,900. 6.900 00 62 50 7.107.50 55.5, 6,382.50 60.0. 6,900.0. 64.3 7,400.25 ) 11. lase A Structure 73 CY 200 14,600. 26,645.00 425 00 31 025 00 425,0, 31.025.00 20 01 23.360.0. 386 .0, 28,178.00 •aerate (Ret. Wall) (F) 12. ar Reinforcement (F) 3.720 705, 1 3.720. 2,790.00 2 00 7 440 00 0.52 1.934.40 1.00 3.720.0. 0 .. 2 232.00 13. -rmeable Mater al 16, L,,. , . n . .. ., , .. 22.60 3 616.00 36.00 5,760... 32/8• 5,257.60 (Class 2) 14, inor Concrete 19 CY 200 ,,,800. •, •, 3.800.00 300.00 5,700.00 195.00 3,705.00 250.00 4,750.0' 436.0' 8,284.00 (Miscellaneous Conat.I - 15. -tai Beam Guard Raili • 150 LP 30 - 0, • ,.. 2.400.00 15 7n 7 155 on 16.75 2,512.50 16.00 2,400.0. 20.0, 3,000.00 (Mood Post) 16. . tal Beam Guard Rail- 1 EA 44' 440. 350.00 300.00 300.00 378.00 378.00 310.00 310.0. 520.0, 520.00 nq Anchor (Breakaway A) 17. -tai Beam Guard Rail- 1 FA 370 370 300.00 280.00 280.00 325.00 325.00 290.00 290.0' 520.0' 520.00 n•.An hor Breaka _ RIIIIIIIIIMIMMIIII, bi' i. Mew= E 5,0 16 500.00 L.S. 21 000.00 •0,8]1. 20,871.00 000. 16,000.0.NM 21 682.00 = _ Subto .1 M , 280 ,0 Contingencies (3.6 ) 4,720.00 • AL 135,000.00 _, .• , ,. 113 669.0'_ 120 549.00]_IPMMIR IIIIIIIII♦ Ii-_- Ern WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN.MATEO, CALIFORNIA Engineer's Estimate Item Description Estimated Unit Total Amount No. of Work Quantity UNITS Price of Item 1. Maintaining Traffic LUMP SUM LS $ 18,000.00 $ 18,000.00 2. Mobilization LUMP SUM LS $ 5,000.00 $ 5,000.00 3. Adjust Underdrain Riser to Grade 1 EA $ 590.00 $ 590.00 =4. Modify Irrigation System LUMP SUM LS $ 3,500.00 $ 3,500.00 5. Clearing and Grubbing LUMP SUM LS $ 7,500.00 $ 7,500.00 6. Roadway Excavation 300 CY $ 40.00 $ 12,000.00 7. Structure Excavation (F) 241 CY $ 60.00 $- 14,460.00 8. Structure Backfill (F) 180 CY $ 75.00 $ 13,500.00 9. Class 2 Aggregate Base 10. Asphalt Concrete (Type A) 165 TONS $ 40.00 $ 6,600.00 115 TONS $ 60.00 $ 6,900.00 11. Class A Structure Concrete (Ret. Wall) (F) 73 CY $ 200.00 $ 14,600.00 12. Bar Reinforcement (F) 3,720 LBS $ 1.00 $ 3,720.00 13. Permeable Material (Class 2) 160 TONS $ 30.00 $ 4,800.00 14. Minor Concrete (Miscellaneous Construction) 19 CY $ 200.00 $ 3,800.00 15. Metal Beam Guard Railing (Wood Post) 150 LF $ 30.00 $ 4,500.00 16. Metal Beam Guard Railing Anchor (Breakaway Type A) 1 EA $ 440.00 $ 440.00 1%. Metal Beam Guard Railing Anchor (Breakaway Type B) 1 EA $ 370.00 $ 370.00 18. Modify Traffic Signal LUMP SUM LS $ 10,000.00 $• 10,000.00 P-PWx-25 P -2a Subtotal $ 130,280.00 Contingencies (3.6%) 4,720.00 Total $ 135,000.00 Manager Attorney J'lerk 'II 1 ROUTE TO Admin. Services (J.deR.) Date of Opening %Y&J r 7, (98i ,A AV' FROM: Bruce 17 Nor i (Person Opening Bids) RE: BID RESULTS INFORMATION • Project Title Time: 2:00 PM W. HJkdak MlucVs-haft- Roo - 92 Rail MJ;{cgIcws O Department Coordinating RAolic Woricr, (Person) • City Estimated Cost t I3s 000 Funding Source -90-81 Zy 25sDDtxs/ADDRESS BASE BID ALTERNATES I TOTAL BID IBO Cone ie-,Tnc I33/PIG.2 39151 zwissic Waco - union C'J+j,CA 94587 7_1n1.10ald Pcavi✓`a Inc . 109 I30.0 Pb 5ok 37 Redwood CAT, CQ 94o6t Li 1es FaviAigrGrading/Inc. I13,64?cc YC SI2L1 N knl-f-on AV e R I rd1CA 74s LI (over) (NOTE: FOR COMPLEX BIDS USE REVERSE SIDE) Follow-up Responsibilities: A) Recommendation of Award Memo B) Affirmative Action Name/Department C) Resolution (Rejection Only), D) Contract/Bonds/Insurance E) Purchase Order 2/17/78 4y ClerL BIDDERS Name/Address RESULTS C A ne- Sr1r Jab e vr) C— 12 al Markel Si. (079So.c `pan crrnicito ,CA :coec� Lnre-e-ri Cott 90 06a( 11270 old BD y o Rival B f -lumen. CA 940/0 i4on Cc,.ncrucfjon Cr, (os BGL4.c Po Ro)c 1409 artcf- ,cA 9s/o9 .C. Jams 4 .,-NS 99,G►7.9 15oRu4S4. RecLeieri CA 914710 Quico Cisfip 19 7�7.? 399 Freda_ Si- ' tog/9H2.L. Sag) Locke) cM 94677 E. KA!Iin / C \ ru.c...4:;5,n/ibnc_. 12s1/22.cc 951440- A\,_. Mouerfa in V1P.i CA 94090 :ise,lek re- 9g/ 7SS, rpSgrticit Pd Box 22310 Sin ce/ GA 95109 Li- F �h udio.n,Ine. 1 I2 SC 3737 Broadwa 12.9 re.-1re.-19.0:59.0 nn /' tta za Con ntfidion CO 9�i,630.00 Pc3. Box 73SSo Sour Soa/CA 961 SR 0 0 as As (coed CITY OF SAN MATEO, CALIFORNIA. SUMMARY OF BIDS RECEIVED BID DESCRIPTION QUANTITY ITEM OF ITEM ESTIMATE WEST HILLS➢ALE BOULEVARD/ (Pg. 1 of 2) FOR ROUTE 92 RAMP MODIFICATIONS t2ENED Nov. 17, 1981 REQUISITION NO. P.O. NO. R.I. NO 7 -1 1 ENGR'S. ESTIMATE PIAZZA COAST. CO. KEYCO ENORG. CORP. UNIT TOTAL UNIT TOTAL UNIT TOTAL 1. Maintaining Tra 2. Mobilization MAR SUM LS 5UJus1 unaerarain (User 3 to Grade 4, %ax Irrigation 5. Clearing and Grubbing .IIMP SUM IS 6. Roadway Excavation 300 CY 7. Structure Excavation 241 CY c LUMP SUM LS Po .UMP SUM IS (F) B Ctructure Brokfill If) Inn 'v 9. Class 2 Aggregate Base 165 IONS )18,000 5.000 S00 3.500 7.500 40 60 75 40 $ 18 000 (57_566 A 'LSnn nn 5.000. 2.500. 2,500.00 590 3.500. 7.500. 12 000 14.460. 13.500 6,600. 10. Asphalt Concrete (Ty }15 T4S 60 6,900. A) 11. Class A Structure 73 CY 200 14,600. 4 non 4,11 17 5 100 00 12.050.0 1 700 6 1 700 nn 1'.000 1.000.00 00 300 00 1 000 1 O00 on R non on .00 5 eQ 3615.00 RATACA,OTRACTOReo UNIT I TOTAL 37,500. 5 7.500.00 2,500. 160. 2.000 3.450. 15. 30 2,500.00 160.00 2,000.00 3,450.00 4,500.00 7,230.00 0 C JONES 6 SON;_, LITON (DNST. CO. EMPIRE ITE ➢EV.CORJ.QUICO CORP. UNIT $2,645. 2,470. 300. 5_,775. 5,625. 13.20 14 3n TOTAL UNIT $ 2,645.00 $ L.S. 2,470.00 L.S 300,00 500.00 5,775.00 .S.- 5 625.00 L S 3,960.00 9 p0 3 446 30 12 nn TOTAL $ 10,500.00 2,500.00 500.00 2,200.00 10,060 00 2 200 00 2 AO, nn UNIT TOTAL UNIT 'TOTAL $ 3.000 $ 3,000.00 lig308 ,11814 108 1). 2.500 2.500.00 6162.16 6,162.16 500 500.00 454.05 454.05 2,7nn 2.700.00_ 3.31124 3.243.24 3.500 3,300 00 p 91764 9 917 84 16 4.800_00- 19.49 5,847.00 in a 3-n on 8 97 2.161 77 6 en 4,77n nn 12 na 2,16n 011 16.00 2,640.00 19.00 3,135.00 60.00 6,900.00 270 OE 19 710.00 50.00 5,750.00 4 34 34 61 6.320 00 5,610.00 7,015.00 17.60 18,00 54.20 3,108.00 26 an 2.970,00 15 an 6.233.00 54 00 5 nan.00 2 475 nn R 218 an 48 R 640 00 21,24 3,823.20 IA 2 gin nn 16.51 2,724.15 5a 5,75n_1n 59.24 6,812.60 Concrete (Ret. Wall) (F) 12. 42ar Reinforcement (F) 3.720 LBS 13. Permeable Material 160 TONS (Class 2) 14. Minor Concrete 19 CY (Miscellaneous Const.) 15. (decal Beam Guard Railing 150 LF (wood Post) 1 30 200 30 3 720 4 800 3 BOO 4 500 1 OC 3 720 00 19.or 1 040 00 200 0C 3 Ran no 1 Dm \ OD on 20 n0 3 200 nn 175.0Q, 3.325.00 00 14.600 00 433.65 31.656.45 140 an 24.820.00 250 1A 250 in 836.95 17.297.35 25 1.72n 00 a flnn on n H1 21,30 3,087.60 T co,nn 3.728 00 22,00 2 712 00 3,520 00 0.60 2.232,00 0.65 2,418.00 15 no 2.400 00 3R on ',Ann 00 100 6. inn nn 312 00 5 320 00 225.00 4.225 00 38900 7.220,06 1124.32 6,162,06 A 1. Ann nn 16.50 2 475 pa 16,00 2.400.00 47.00 7.050.00 19.46 2,919.00 6. Metal Beam Guard Rail- 1 EA lnq Anchor (Breakaway A) 7. Metal Beam Guard Rail - lug Anchor (Breakaway Ype 5) EA 1$. dodifv Traffic Signal LUMP 50M LS 440 370 10.000 440 370 10.0110 50 nr 350 00 Inn OS 100 an 4 000 14 000 no 350 00 350.00 0000 400. Ann nn 1)5 nn 115 04 100,._00 nn nn 800.00 1.80n 00 3378.38 378.38 n 350.00 295 OQ 7q5 00 300.00 300.00 1 1,800, 1.900 00 324.32 324 300 21.300 00 20,000 20,000.00 15 540 15 540 nn L 5 23 000.00 2R 500 2H 50n 00 .21 13419 21,309.19 Subto al Contingencies (3.6 '130 280 00 4,720.00 TO' AL Ad]ustment for Bid Ite7 51 (Specifications called Sir minimum bid of $7,500.00) *As corrected. (Revised 11-30-81) 135,000.00 '94,636 nn n 060 an 5,000.00 95,860,00 8,755.00 $99.617.35 4,855.00 105,864 00 07,950.00 5108,942.44+ 4,500.00 04,472.35• 112,450.00* CITY OF SAN MATEO, CALIFORNIA SUMMARY OF BIDS RECEIVED FOR ' (Pg. 2 of 2) WEST NTLLSDALE BOO EVARO/ ROUTE 92 RAMP MODIFICATIONS OPENED Nov. 17, 1981 REQUISITION NO. R I NO DID DESCRIPTION _ OF ITEM QUANTITY ESTIMATE MGR'S. ESTI NATB 4 C.F.ARCIIIBALO I RAE GRADINGPINCNG 1 5 r A.E. am, _ . ,hzITEM v. UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT„ TOTAL UNIT TOTAL UNIT TOTAL 1. Maintaining Traffic LUMP SUM LS '18,000 $ 18,000. 51,500 •2.500 2,500.00 9,500.00 ... ., 000 11 -0- b 7,500.00 2. Mobilization Adjust unoorarain Rise �UMP SUM L9 5.000 4 nog 1, 1 „ -0- 2,500.00 3 1 Fa Son son ,2 11 ,1 .. .. .. 1 1„ 400.00 400.00 4. �todGradee S a el Irrigation e L. 'll , ea. is 5. clearing and Grubbing ,OMP SIMM IS 7.500 7.500 S 000 2.000.00 L S. 7,300.00 7 500 7 500 1, 11000 . 15,000.01 175 12.175 00 6. Roadway Excavation 300 CY 40 12.000. 50. 15,000.00 13.00 3,900.00 21 45 6.415-00 13.00 1,900.0. 38.50 11.550.00 7. Structure Excavation 241 CY 60 14.460. , 25 6.025,00 14.00 3,374.00 13.1C 3.157.10 22.00 5,302.01 38-5C 9,278.50 (F) a CTrurjur,. Rai -159111 (Fl 1RA ry 75 11 500 In 4 400 00 17 00 3 060 00 25 SC 4.590 00 38.00 6.840.01 in 65. 5 517 no 9. Class 2 Aggregate Base 165 TONS 40 .6,600. 20 3 300 00 11.50 2 227.50 3R 5( 3 n52 50 28.00 4.620.0. 32.86 5,421.90 10. Asphalt Concrete (Type 115 1CklS 60 6,900. 60 6.900.00 62.50 7.187.50 55.5C 6.382.50 60.00 6.900 00 64.35 7,400.25 A) 11. Class A Structure 73 CY 200 14,600. 365. 26,645.00 425.00 31.025.00 425.0C 31,025.00 340.06 23.360 01. 386.00 20,178.00 Concrete (Ret. Wall) (F) =a Reinforce-, . 1 2 790.00 1, . . 1 ,, 0.52 1,934.40 1.00 3 720.01 1 . 13. Permeable Material 160 TONS 30 4 800 22 OQ 3.520.00 17 nn 9 79n nn 22.60 3,616.00 36.00 5,760.01 32/8E 5,257.60 (class 2) 14. Minor Concrete 19 CY 200 3 800 200.00 3.800.00 300.00 5,700.00 195.00 3,705.00 250.00 4,750.01 436.00 8,284.00 (Miscellaneous Const.) 15. Metal Beam Guard Railii (Wood 150 LF 30 4 500 16.0Q 2.400.00 15 70 J 155 00 16.75 2,512.50 16.00 2,400.0, 20.0C 3,000.00 Post) 16. Metal Beam Guard Rail- 1 EA 440 440 ,T50.0Q 350.00 300.00 300.00 378.00 -378.00 310.00 310.01 520.00 520.00 I Inc, Anchor (Breakaway PYPe A) 17. Metal Beam Guard Rail- 1 EA 370 370 300.00 300.00 280.00 280.00 325.00 325.00 290.00 290.0, 520.0C 520.00 anq Anchor (Breakaway type B) 48. Modify Traffi Signal LUMP SUM LS 10.000 10.000 16.500 16,500.00 L.B. 21,000.00 0,871. 20,871.00 15,000. 16,000.01 21,602. 21,682.00 Subto al 110 280 00 Contingencies (3.6 ) 4,720.00 TO AL •135,000.00 <lOq lie no $113,669.00 120,549.00 5125 122 5 111 416 25 I *As corrected. 4 NOTICE INVITING SEALED PROPOSALS WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for West Hillsdale Boulevard/Route 92 ramp modifications and other work as shown on the Contract Drawings No. 4-24-26 (4 sheets) and as described in the Special Provisions and APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $10.00 per set is required. 3. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not -less -than ten percent (10%) of the aggregate amount of the bid. is notified that he shall comply with the requirements for as set forth in Special Provisions SP -7-2.3.1 through 4. The Contractor Affirmative Action SP -7-2.3.9. r 5. The time of completion for this contract shall be fifty (50) working days, beginning from the date of Notice to Proceed. 6. The right is reserved, as the interest of ;he City may require, to reject any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. 7. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk. The Contractor is required to post the latest wage determination at the job site. 8. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., November 17, 1981, and they shall be opened and read by the City Manager at said date and time at a public meeting called by him. R 9. Said City Manager shall report the Council at a later date; at which time to the lowest responsible bidder as so dictate, City Council may exercise its any or all bids. results of the bidding to the City the City Council may award the contract reported; or as the City's interest may right to modify the award or to reject 10. The City reserves the right to retain the Contractor's ten percent retention for a period of thirty-five (35) calendar days beyond the filing of the Notice of Completion with the County. Dated: October 1981 P-PWx-22 /s/ DONNA S. RICHARDSON, MAYOR NOTICE INVITING SEALED PROPOSALS WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for West Hillsdale Boulevard/Route 92 ramp modifications and other work as shown on the Contract Drawings No. 4-24-26 (4 sheets) and as described in the Special Provisions and.APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto. • 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California.. A non-refundable fee of $10.00 per set is required. 3. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not -less -than ten percent (10%) of the aggregate amount of the bid. 4. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3.9. • 5. The tine of completion for this contract shall be fifty (50) working days, beginning from the date of Notice to Proceed. 6. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. 7. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk. The Contractor is required to post the latest wage determination at the job site. 8. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., November 17, 1981, and they shall be opened and read by the City Manager at said date and time at a public meeting called by him. 9. Said City Manager shall report the Council at a later date, at which time to the lowest responsible bidder as so dictate, City Council may exercise its any or all bids. 10. The City reserves the right to retain the Contractor's ten percent f. retention for a period of thirty-five (35) calendar days beyond the filing of the Notice of Completion with the County. Dated: October 1981 P-PWx-22 results of the bidding to the City the City Council may award the contract reported; or as the City's interest may right to modify the award or to reject /DONNA S. RICHARDSON, MAYOR - Proposal °orm - Schedule of Bid Items - List of Subcontractors - Bidder's Statement - Certificate of Nondiscrimination P -I P-2 P-3 P-4 P-6 - Certificate of Payment of Prevailing Wage Scale P-7 - Agreement for Public Improvement - City of San Mateo P-8 P-PWx-23 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIF[CAT'ONS CITY OF SAN MATEO, CALIFORNIA. PROPOSAL FORM TO THE HONORABLE CITY COUNCIL .CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF computed from the unit and/or (use figures only) lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown on the Contract Drawings. All work shall conform to the lines, grades and dimensions shown on said drawings and shall be done in accordance with the Special Provisions -and the APWA-ACC Standard Specifications for Public Worke Construction, 1979 Edition, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for.Public Works Construction, 1979 Edition, and all addenda thereto; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (1 sheet) and'BIDDER'S STATEMENT (2 sheets). The work shall he paid for at the. unit and/Or lump sum prices shown on the attached SCHEDULE OF BID'ITEMS. Contractor's Signature Date I p P-1 P-PWx-24 WEST 'ILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN MATEO, CALIFORNIA Schedule of Bid Items Item ➢escription Estimated Unit No. of Work Quantity UNITS Price Total Amount of Item 1. Maintaining Traffic LUMP SUM LS $ 2. Mobilization LUMP SUM LS S 3. Adjust Underdrain Riser to Grade 1 EA $ $ 4. Modify Irrigation System LUMP SUM LS $ $ 5. Clearing and Grubbing LUMP SUM LS $ $ 6. Roadway Excavation 300 CY $ $ 7. Structure Excavation (F) 241 CY $ $ 8. Structure Backfill (F) 180 CY $ $ 9. Class 2 Aggregate Base 165 .TONS $ 10. Asphalt Concrete (Type A) 115 TONS $ $ 11. Class A Structure Concrete (Ret. Wall) (F) 73 CY $ $ 12. Bar Reinforcement (F) . 3,720 LBS S $ 13. Permeable Material (Class -2) 160 TONS 14. Minor Concrete (Miscellaneous Construction) 19 CY $ 15. Metal Beam Guard Railing (Wood Post) 150 LF $ 16. Metal Beam Guard Railing Anchor (Breakaway Type A) 1 EA $ 17. Metal Beam Guard Railing Anchor (Breakaway Type B) 1 EA $ $ 18. Modify Traffic Signal LUMP SUM LS S $ P-2 P-PWx-10 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN MATEO, CALIFORNIA LIST OF SUBCONTRACTORS Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Government Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one (1) percent of the general contractor's total bid. 2. The portion and dollar amount of work which will be done by each subcontractor. DOLLAR NAME ADDRESS SPECIFIC WORK AMOUNT (if none, insert the word "none") P-3 P-PWx-26 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN MATEO, CALIFORNIA The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file said contract together with the necessary bonds and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within ten (10) days of receipt of the notice to proceed, and to complete the work under said contract within the specified number of working days from the date of the notice to proceed. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. The undersigned has checked carefully all the above figures and understands that the City, will not be responsible for any errors or omissions on the part ofthe undersigned in making up this bid. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named. herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. BIDDER'S STATEMENT -- SHEET 1 P-4 P-PWx-27 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN MATEO, CALIFORNIA Enclosed find bond or certified check or cashier's check No. of the Bank for Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of thirty (30) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN; OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. SIGNATURES FOR BIDDER: If CORPORATION, Sign Below If INDIVIDUAL, Sign Below (Show Names of Non -Signing Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered If PARTNERSHIP, Sign Below (Show Names of Non -Signing Partners) PRESIDENT Date Name of Partners Signature SECRETARY Date Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT -- Sheet 2 P-5 P-PWx-28 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN MATEO, CALIFORNIA CERTIFICATE OF NONDISCRIMINATION • • On behalf of the bidder making this proposal, the undersigned certifies that. there will be no discrimination in employment with regards to race, color, religion, sex or national origin; that all Federal, State and local directives and executive orders regarding nondiscrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. (Bidder) By: • (Name and title of person making certificate) • i • • Dated: P-6 P-PWx-29 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SAN MATEO, CALIFORNIA CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE S On behalf of the bidder making this proposal, the undersigned certifies that either the Prevailing Wage Scale, adopted by City Council Resolution 35 (1980) dated March 5, 1980, or Federal Area Wage Determination, Decision #CA 81-5132 (including all modifications), whichever is higher, will be paid to all craftsmen and laborers working on this project. A copy of the applicable wage determination is available in the Public Works Department. • Title of. Project Bidder O By 1 Date (Name and Title of Person Making Certification) Note: Contractor will be obligated, per Federal Requirements, to submit weekly pay sheets for Federal Verification, if applicable. P-7 P-PWx-30. AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and ® between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "City," and • hereinafter called "Contractor," as of the , 19 RECITALS: day of (a) City has taken appropriate proceedings to authorize construction of the public work and improvements herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given., on the date hereof,.the of said City awarded the contract for the construction of the improvements hereinafter described to Contractor, which Contractor was found to be the lowest responsible bidder for said improvements. IT IS AGREED, as follows: • 1. Scope of Work. Contractor shall perform the work according to the specifications therefor entitled: • 2. Contract Price. City shall pay, and Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is de contained in Contractor's bid. or materials furnished in addi 0 Contractor's bid and the speci materials will be paid for at termined by the unit prices In the event work is performed tion to those set forth in fications herein, such work and the unit prices therein contained. P-8 P-PWx-31 " 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; Notice Inviting Sealed Proposals; the Accepted Bid; the complete plans, profiles, detailed drawings, the Special Provisions, the American Public Works Association and Associated General Contractors of California Standard Specifications for Public Works Construction, 1979 Edition, the California Department of Transportation Standard Specifications, 1978 Edition and Standard Plans, 1977 Edition, and all addenda thereto; Faithful Performance Bond, and Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. " All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the " complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. " t " 4. Schedule. All work shall be performed in accordance with the schedule provided by the City Manager or his authorized representative, and under his direction. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of, Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the P-9 P-PWx-32 " performance of such work. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. The minimum compensation to be paid for labor upon all work performed under this contract " shall be the general prevailing wage scale established by City. The provisions of Section 1775 of the Labor Code of the State of California shall be complied with. Where the Federal prevailing wage scale (Davis -Bacon Act) is higher, it shall be paid. 8. Employment of Apprentices. Contractor shall also be responsible for compliance with California Labor Code Section 1777.5 relating to employment of apprentices for all apprenticeable occupations when the contract amount exceeds $30,000 or 20 working days or both. 9. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 10. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage. prepaid. " " " " " CONTRACTOR: CITY OF SAN MATEO, a municipal corporation By " ATTEST: Notices required to be given to City shall be addressed as follows: City Manager City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. By (Typed Name of Person Signing) City Clerk P-10 " P-PWx-33 TABLE OF CONTENTS SPECIAL PROVISIONS SECTION TITLE PAGE Part I - General A-1 SP -2-1 Award of Contract SP -2-4.1 Guarantee SP -2-5 Plans and Specifications SP -2-6 Work to be Done A-2 SP -2-6.1 Examination of the Site SP -2-6.2 Encroachment Permit and Surety Bond SP -2-6.3 Changes in Drainage Pattern SP -5-1 Location of Utilities A-3 SP -5-1.1 Utilities Not Shown on Plans SP -6-1.1 Construction Schedule SP -6-6.1 Delays and Extensions of Time SP -6-7 Time of Completion SP -7-2.2.1 Hours of Labor SP -7-2.3 Affirmative Action Guidelines A-4 SP -7-2.3.1 Policy SP -7-2.3.2 Lowest Responsible Bidder SP -7-2.3.3 Pre -Award Conference SP -7-2.3.4 Standards of Nondiscrimination A-5 SP -7-2.3.5 Certificate of Nondiscrimination SP -7-2.3.6 Notice to Sources of Employee Referrals SP -7-2.3.7 Affirmative Action by Prime Contractors SP -7-2.3.8 Affirmative Action by Subcontractors A-6. SP -7-2.3.9 Posting Notice of Affirmative Action and Nondiscrimination in Employment P-PWx-34 ! • ! SECTION TITLE SP -7-2.4 Weekly Payroll Submission SP -7-3.1 Liability Insurance SP -7-7 Cooperation and Collateral Work SP -7-10.1 Traffic and Access SP -7-15 Notice of Potential Claim SP -9-1 Measurement of Quantities SP -9-3.1 General Part II - Construction Materials 8-1.01 General 8-2 Concrete 8-2.01 Portland Cement 8-2.02 Aggregates 8-2.03 Concrete Aggregate Gradings 8-2.04 Concrete Aggregate Sand Equivalent and Cleanness Part III - Construction Methods ! 10-1 General 10-1.01 Order of Work 10-1.02 Maintaining Traffic ® 10-1.03 Mobilization 10-1.04 Existing Highway Facilities 10-1.04A Adjust Underdrain Riser to Grade ! 10-1.04B Modify Irrigation System 10-1.05 Clearing and Grubbing 10-1.06 Earthwork 10-1.07 Aggregate Base 10-1.08 Asphalt Concrete PAGE A-7 B-1 B-2 B-3 B-6 C-1 C-2 C-3 C-6 C-7 C-8 P-PWx-35 SECTION TITLE PAGE 10-1.09 Concrete Structures C-8 10-1.10 Reinforcement C-9 10-1.11 Permeable Material 10-1.12 Miscellaneous Concrete Construction 10-1.13 Metal Beam Guard Railing C-10 10-2 Signals C-11 10-3 Signing and Striping C-17 Irrigation Details Appendix A Encroachment Permit C-25 • Appendix B Applicable State Plans C-31. P-PWx-36 WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA PART I GENERAL - The work embraced herein shall be done according to the APWA- AGC Standard Specifications for Public Works Construction, 1979 Edition, and • all addenda thereto, and according to these Special Provisions. These Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. • • Whenever the letters "SP" are used as a prefix in section numbering (e.g., SP - 1 -2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 1-2). SP -2-1 AWARD OF CONTRACT - The contract may be awarded to the lowest responsible bidder. In determining lowest responsible bidder careful consideration by City shall be given to each item of bid. The City reserves the right to amend or reject any or all proposals and also to select or reject any of the bid items as City sees in its best interest. SP -2-4.1 GUARANTEE - The Contractor warrants and guarantees that all material • and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. • In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefor immediately upon demand. • The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. • • SP -2-5 PLANS AND SPECIFICATIONS - The plans for this project are as follows: Title Drawing No. Construction Details New Retaining Wall Traffic Signal Modifications A-1 C-1 (4-24-26) S-1 (4-24-26) T-1 (4-24-26) • P-PWx-37 STANDARD PLANS Title See sheets C-1 and T-1 for list of plans Standard Electrical Plans (25 sheets) Drawing No. Appendix B Specifications for street lighting and traffic signals in PART 3 - Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of • California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated January 1978, and all addenda thereto, shall be used in lieu thereof. An encroachment permit, including General Provisions and Underground Special Provisions, issued by the State of California Department of Transportation to • the Peninsula Office Park as Permittee, is attached to and made part of this contract. (See Appendix A.) In case of conflict between the permit special provisions and the contract special provisions, the contract special provisions shall govern. The "District Special Provisions" mentioned in the permit have been incorporated into the contract special provisions. • Wherever it states in the permit or these special provisions that the Permittee shall carry out certain requirements, the Contractor shall act for the Permittee in carrying out these requirements. Full compensation for performing the work in these requirements shall be considered as included in the contract prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. SP -2-6 WORK TO BE DONE - The project involves construction of a second left turn lane from the westbound Route 92 off -ramp onto West Hillsdale Boulevard. Items of work include curb and paving removals, excavation, paving with asphalt concrete and aggregate base, reinforced concrete retaining wall construction, traffic signal modifications, street lighting service modifications, irrigation • system modifications and other miscellaneous items. • Upon completion of the work provided herein, the Permittee shall send one set of reproducible "as -built" plans to: Permit Section Department of Transportation P.O. Box 3366, Rincon Annex San Francisco, CA 94119 SP -2-6.1 EXAMINATION OF THE SITE - The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and 4 contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of work to be performed, the quantity of materials to be furnished, and as to the requirements of the proposal, plans, specifications and contracts. • A-2 P-PWx-38 S S S S SP -2-6.2 ENCROACHMENT PERMIT AND SURETY BOND - The Contractor for the Permittee shall apply for an encroachment permit for the work authorized herein, and the application shall be accompanied by a surety bond in the amount of $5,000. SP -2-6.3 CHANGES IN DRAINAGE PATTERN - Any change in the existing drainage pattern, whether occasioned by increase or diversion, and the cost of any damage, repair or restoration of the State highway right-of-way shall be the responsibility of the Permittee. SP -5-1 LOCATION OF UTILITIES - The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations at least two (2) days prior to commencing work. SP -5-1.1 UTILITIES NOT SHOWN ON PLANS - Should the Contractor, while performing the work under the contract, discover utility facilities not identified in the contract plans or specifications, he shall immediately notify the Inspector in person or by phone, and also shall immediately notify the City in writing. SP -6-1.1 CONSTRUCTION SCHEDULE - A preconstruction conference will be held at a location selected by the City approximately three (3) days after receipt of the construction schedule for the purposes of review and approval of said schedule and to discuss construction procedures. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP -6-6.1 DELAYS AND EXTENSIONS OF TIME - In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may S request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. S S S SP -6-7 TIME OF COMPLETION - The Contractor shall prosecute and work to completion before the expiration of 50 working days. The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. SP -7-2.2.1 HOURS OF LABOR - Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion. The Contractor shall notify the City Engineer in writing twenty-four (24) hours prior to any non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the City Engineer --said sum to be deducted from any monies due the Contractor or paid directly to him. A-3 P-PWx-39 0 • • SP -7-2.3 AFFIRMATIVE ACTION GUIDELINES - This section is the City's adopted Affirmative Action Program. SP -7-2.3.1 POLICY - It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. To prohibit discrimination because of race, color, religion, sex or national origin, all bidders shall be prepared to demonstrate that they and their subcontractors have undertaken a positive and continuing program to promote the full realization of equal employment opportunities. SP -7-2.3.2 LOWEST RESPONSIBLE BIDDER - In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefor for the least amount of money; provided the bidder has the ability, capacity and, when necessary, the required State or other license and that he and his subcontractors have undertaken an affirmative action program to promote the full realization of equal employment opportunities meeting the minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and shall be substituted. SP -7-2.3.3 PRE -AWARD CONFERENCE - A pre -award conference will be required of. the potentially lowest responsible bidder and his subcontractors when the following conditions exist: A. Prime Contractor 1. The total contract amount is greater than $20,000 with 10 or more employees. ® 2. The prime contractor has not filed an approved affirmative action plan with the City in the past 6 months. If an approved plan has been filed, the general contractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. • • -or- 3. The project is Federally funded. B. Subcontractors 1. The total amount involved in the subcontract is greater than $10,000. 2. The subcontractor has not filed an approved affirmative action plan with the City in the past 6 months. If an approved plan has been filed, the subcontractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. -or- 3. The project is Federally funded. A-4 P-PWx-40 Each potentially lowest responsible bidder and his subcontractors who meet the above conditions, will be:expected to meet with the City at a pre -award conference to be held between the time the bids are received and opened and to be referred to the Council for consideration and award. SP -7-2.3.4 STANDARDS OF NONDISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to insure that applicants are employed, and that employees are treated • during employment, without regard to race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. • C. In all hiring, the successful bidder and each subcontractor shall make every effort to hire qualified workmen from all races and ethnic groups. SP -7-2.3.5 CERTIFICATE OF NONDISCRIMINATION - Each bidder on any public works contract shall sign the certificate of nondiscrimination which is a part of the proposal form. • Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -7-2.3.6 NOTICE TO SOURCES OF EMPLOYEE REFERRALS - The successful bidder and each subcontractor will send to the State of California Employment Development Department and to each labor union, employment agency and representative of workers with which he has a collective bargaining agreement or other contract or understanding and from which he expects employee referrals, a notice, as provided by the City, with a copy to the City, advising of the commitments under these specifications. SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS - At the pre -award conference, the potentially lowest responsible bidder shall demonstrate that he meets the following minimum standards of affirmative action: A. File with the City his affirmative action plan indicating the steps he is taking to encourage and assist members of minority groups to become qualified workers. Such a plan will include practices with respect to: recruitment; employment; compensation; promotion or demotion; and selection for training. Practices with respect to the above shall demonstrate the extent to which. the contractor has or participates in a training program to assure potential • employees ample opportunity more fully to qualify for jobs and to assure existing employees adequate opportunity for upgrading and equal opportunity for advancement and promotion. A-5 • P-PWx-41 B. File with the City evidence that he has notified his supervisors, foremen and other personnel officers and all subcontractors of the commitments to be assumed under these specifications. C. File with the City evidence that he has notified all sources of employee referrals of the commitments to be assumed under these specifications. • • • • • • D. File with the City the name of the person designated to serve as Equal Employment Officer who is authorized to supply reports and represent the contractor in all matters regarding the Affirmative Action Plan. SP -7-2.3.8 AFFIRMATIVE ACTION BY SUBCONTRACTORS - Each subcontractor shall, prior to entering into a contract to perform any work or supply materials for a public works project of the City of San Mateo, file with the prime contractor and with the City his Affirmative Action Plan in the form set forth in Section SP -7-2.3.7 above. The requirements of these specifications shall be considered a part of each contract entered into by subcontractors, the services of which equal $5,000 or more of the basic contract. The successful bidder shall include the provisions of these specifications in every first -tier subcontract and require each subcontractor to bind further subcontractors with whom he enters into a contract. SP -7-2.3.9 POSTING NOTICE OF AFFIRMATIVE ACTION AND NONDISCRIMINATION IN EMPLOYMENT - Each successful bidder shall post on the job site and in the field office or offices maintained by him, the notice provided by the City regarding Affirmative Action and Nondiscrimination in Employment. SP -7-2.4 WEEKLY PAYROLL SUBMISSION - Each contractor and subcontractor and any lower -tier subcontractor shall submit weekly payrolls for each workweek from the time he starts work on the project until he completes his work. If he performs no work on the project during a given workweek, he may either submit a payroll with the notation "no work performed during this workweek" or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven work days following completion of the workweek. SP -7-3.1 LIABILITY INSURANCE - The coverage shall provide the following minimum limits: bodily injury - $250,000 each person, $500,000 each occurrence, $500,000 aggregate products and completed operations; property damage - $100,000 each occurrence, $250,000 aggregate. A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. The insurance policy shall specify the City of San Mateo, its elective and appointive boards, commissions, • officers, agents and employees as additional insureds. SP -7-7 COOPERATION AND COLLATERAL WORK - The City will be installing electrical conduit concurrently with contractor's operations. In addition, the City, at its convenience, may obtain other contractors to do additional or supplementary work on same job and/or job site at same time as Contractor without penalty or cost to City. • A-6 P-PWx-42 SP -7-10.1 TRAFFIC AND ACCESS - The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Public Works "Manual. of Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," latest edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses and buildings along the line of work shall be maintained. No more than one-half (1/2) of the roadway shall be closed to traffic at any time and two lanes of traffic, one in each direction, shall be maintained at all times. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow • during hours when no work is being performed. SP -7-15 NOTICE OF POTENTIAL CLAIM - The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of • potential claim as hereinafter specified, provided, however, that compliance with this Section SP-7-15shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion", in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. • The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or 41 failure to act by the Engineer, or in all other cases within 15 days after the-, happening of the event, thing or occurrence giving rise to the potential claim. , It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. • SP -9-1 MEASUREMENT OF QUANTITIES - When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. • SP -9-3.1 GENERAL - Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the . various items of work and no separate payment will be made therefor. A-7 41 P-PWx-43 PART II CONSTRUCTION MATERIALS All construction materials shall be in accordance with the applicable provisions of the California Department of Transportation Standard Specifications, 1978 Edition and these Special Provisions. SECTION 8-1.01. GENERAL All materials are to be furnished and installed by the Contractor, except that all signing, striping, and traffic control work shall be performed by CALTRANS personnel. SECTION 8-2. CONCRETE 8-2.01 PORTLAND CEMENT. --The first paragraph in Section 90-2.01, "Portland Cement," of the Standard Specifications is amended to read: Unless otherwise specified, portland cement shall be either "Type IP (MS) Modified" or "Type II Modified." "Type IP (MS) Modified" cement shall conform to the specifications for Type IP (MS) cement in ASTM Designation: C 595 and shall be comprised of an intimate mixture of "Type II Modified" cement and not more than 20 percent of a pozzolanic material. "Type II Modified" cement shall conform to the specifications for Type II cement in ASTM Designation: C 150. In addition, "Type IP (MS) Modified" and "Type II Modified" cement shall conform to the following requirements: (1) The cement shall not contain more than 0.60 percent by weight 'of alkalies, calculated as the percentage of Na20 plus 0.658 times the percentage of K20, when determined by either direct intensity flame photometry or by the atomic absorption method. The instrument and procedure used shall be qualified as to precision and accuracy in accordance with the requirements of ASTM Designation: C 114. (2) The autoclave expansion shall not exceed 0.50 percent. (3) Mortar, containing the portland cement to be used and Ottawa sand, when tested in accordance with California Test 527, shall not expand in water more than 0.010 percent and shall not contract in air more than 0.048 percent except that when portland cement is to be used for precast prestressed concrete piling, precast prestressed concrete members or steam cured concrete products, the mortar shall not contract in air more than 0.053 percent. The third and fourth paragraphs of Section 90-2.01, "Portland Cement," of the Standard Specifications are deleted. Subject to the following conditions, pozzolan may be used to replace up to 15 percent of the required portland cement in concrete: Pozzolan shall not be used to replace Type IP (M5) modified portland cement or Type III portland cement. B-1 P-PWx-44 In addition to other requirements, when concrete is completely mixed in paving or tilt drum stationary mixers, the pozzolan shall be weighed in a separate weigh hopper and cement and pozzolan shall be.introduced simultaneously into the mixer proportionately with the aggregate. The weight of pozzolan used shall be equal to or greater than the weight of the portland cement replaced. • Pozzolan shall conform to ASTM Designation: C 618, Class N or Class F, except that the loss on ignition for Class F pozzolan shall not exceed 4 percent. The weigh hopper, charging and discharge mechanisms used to proportion pozzolan shall conform to the requirements for portland cement weigh hoppers, charging and discharge mechanisms in Section 90-5.03B, "Proportioning for Structures," of the Standard Specifications and in ASTM Designation: C94. • In determining the maximum amount of free water that may be used in concrete, pozzolan shall be considered to be cement. s • • a f The pozzolan used in the manufacture of concrete for exposed surfaces of like elements of a structure shall be of the same brand and of the same percentage. The pozzolan shall be protected from exposure to moisture until used. Sacked pozzolan shall be so piled as to permit access for tally, inspection, and identification for each shipment. The Contractor shall make arrangements with the manufacturer of ready mixed concrete or precast concrete products to provide adequate facilities to assure that pozzolan meeting the requirements specified in these special provisions shall be kept separate from other pozzolan in order to prevent any but the specified pozzolan from entering the work. The Contractor shall also make arrangements with said manufacturer to provide safe and suitable facilities for sampling pozzolan at the weigh hopper or in the feed line immediately before entering the hopper. If pozzolan is used prior to sampling and testing as provided in Section 6- 1.07, "Certificates of Compliance," of the Standard Specifications and .the pozzolan is delivered directly to the. site of the work, the certificate of compliance shall be signed by the pozzolan manufacturer. If the pozzolan is used in ready mix concrete or in precast concrete products purchased as such by the Contractor, the certificate of compliance shall be signed by the manufacturer of such concrete or product. Pozzolan furnished without a certificate of compliance shall not be used in the work until the Engineer has had sufficient time to make appropriate tests and has approved the pozzolan for use. 8-2.02 AGGREGATES. --The third paragraph of Section 90-2.02, "Aggregates," of the Standard Specifications is amended to read: The Contractor, at his expense, shall provide safe andsuitable • facilities, including necessary splitting devices for obtaining samples of aggregates. B-2 P-PWx-45 8-2.03 CONCRETE AGGREGATE GRADINGS.--Section 90-3.01, "General," of the Standard Specifications is amended to read: • The grading of all aggregates will be determined by California Test 202. Before beginning concrete work, the Contractor shall submit in writing to • the Engineer the gradation of the primary aggregate nominal sizes which he. proposes to furnish. If a primary coarse aggregate or the fine aggregate is separated into 2 or more sizes, the proposed gradation shall consist of the gradation for each individual size, and the proposed proportions of each individual size, combined mathematically to indicate one proposed gradation. Such gradation shall meet the grading requirements shown in the table in this section, and shall show the percentage passing each of the sieve sizes used in determining the end result. Gradations proposed by the Contractor shall be within the following • limits: • • • • • • Primary Aggregate Nominal Size Sieve Sizes Limits of Proposed Gradation Percent Passing 1 1/2" x 3/4" 1" 19-41 1" x No. 4 3/4" 52-85 1" x No. 4 3/8" 15-38 Fine Aggregate No. 16 55-75 Fine Aggregate No. 30 34-46 Fine Aggregate No. 50 16-29 Should the Contractor change his source of supply, he shall submit in writing to the Engineer the new gradations before their intended use. The results of aggregate grading tests shall conform to said Sections 90- 3.02 and 90-3.03. If the results do not fall within the limits shown under "Operating Range," but meet "Contract Compliance" limits, the placement of concrete shall be suspended at the completion of that pour until tests or other information indicate that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of tests taken do not fall within the limits shown under "Contract Compliance," the concrete which is represented by the tests shall be removed, except that if the Engineer determines that said concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State $2.00 per cubic yard for paving concrete and $4.00 per cubic yard for all other concrete for such concrete left in place and the Department may deduct such amount from any moneys due, or that may become due, the Contractor under the contract. No single aggregate grading test shall represent more than 300 cubic yards of concrete or one day's pour, whichever is smaller. B-3 P-PWx-46 Section 90-3.02, "Coarse Aggregate Grading," of the Standard Specifications is amended to read: The grading requirements for coarse aggregate are shown in the following table for each size of coarse aggregate: 1 1/2 Sieve Operating Sizes Range 2" 100 1 1/2" 88-100 1" X+ 18 3/4" 0- 17 3/8" 0- 7 No. 4 No. 8 Percentage Passing Primary Aggregate Nominal Sizes x 3/4" 1" x No Contract Operating Compliance Range 100 85-100 X+ 25 0- 20 0- 9 100 88-100 x+ 15 X+ 15 0- 16 0- 6 . 4 Contract Compliance 100 86-100 X+ 22 X+ 22 0- 18 0- 7 In the above table, the symbol X is the gradation which the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." Coarse aggregate for the 1 1/2" Max. combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," shall be furnished in 2 or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately provided that if the materials were combined they would conform to the grading requirements for that particular primary aggregate nominal size being separated. When the 1" Max. combined aggregate grading as provided in Section 90- 3.04, "Combined Aggregate Gradings," is to be used, the coarse aggregate may be separated into 2 sizes and stored separately provided that when combined the material shall conform to the grading requirements for the 1" x No. 4 primary aggregate nominal size. Section 90-3.03, "Fine Aggregate Grading," of the Standard Specifications is amended to read: Fine aggregate shall be graded within the following limits: Sieve Sizes 3/8" No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 Percentage Passing Fine Aggregate Nominal Sizes Operating Contract Range Compliance 100 100 95-100 93-100 65- 95 61- 99 X+ 10 X+ 13 X+ 9 X+ 12 X+ 6 X+ 9 2- 10 1- 12 0- 5 0- 7 B-4 P-PWx-47 In the above table, the symbol X is the gradation which the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." In addition to the above required grading analysis, the distribution of the fine aggregate sizes shall be such that the difference between the total percentage passing the No. 16 sieve and the total percentage passing the No. 30 sieve shall be between 10 and 40; and the difference between the percentage passing the No. 30 and No. 50 sieves shall be between 10 and 40. Fine aggregate may be separated into 2 or more sizes and stored separately, provided that when the materials are combined they will conform to the grading requirements specified in this Section 90-3.03. Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications is amended to read: Combined aggregate grading limits shall be used only for the design of concrete mixes. Concrete mixes shall be designed so that aggregates are combined in proportions that will produce a mixture within the grading limits for combined aggregates as specified in this Section 90-3.04. Within these limitations, the relative proportions shall be as ordered by the Engineer, except as otherwise provided in Section 90-1.01, "Description." Grading Limits of Combined Aggregates Percentage Passing Sieve Sizes 1 1/2" Max. 1" Max. 2" 100 1 1/2" 90-100 100 1" 50- 86 90-100 3/4" 45- 75 55-100 3/8" 38- 55 45- 75 No. 4 30- 45 35- 60 No. 8 23- 38 27- 45 No. 16 17- 33 20- 35 No. 30 10- 22 12- 25 No. 50 4- 10 5- 15 No. 100 1- 3 1- 5 No. 200 0- 2 0- 2 The combined aggregate grading used in concrete for structures and other concrete items, except when specified otherwise in these specifications or the special provisions, shall be 1" Max. grading. Changes from one grading to another shall not be made during the progress of the work unless permitted by the Engineer. B-5 P-PWx-48 8-2.04 CONCRETE AGGREGATE SAND EQUIVALENT AND CLEANNESS. --Attention is directed to Section 90-2.02, "Aggregates," of the Standard Specifications. Coarse aggregate will meet the following quality requirements: Tests California Test Requirements Loss in Los Angeles Rattler 211 45% Max. (after 500 revolutions) Cleanness Value 227 Individual Test Result 68 Min. Moving Average 71 Min. and fine aggregate meeting the following quality requirements: Tests California Test Requirements Organic Impurities 213 Satisfactory1 Mortar Strengths Relative 515 95% Min. to Ottawa Sand Sand Equivalent 217 Individual Test Results 68 Min. Moving Average 71 Min. 1 Fine aggregate developing a color darker than the reference standard color solution may be accepted if it is determined by the Engineer, from mortar strength tests, that a darker color is acceptable. will be accepted for use if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificate of Compliance," of the Standard Specifications certifying that: (1) coarse aggregate sampled at the completion of processing at the aggregate production plant had a Cleanness Value of not less than 82, when tested by California Test 227, (2) fine aggregate sampled at the completion of processing at the aggregate production plant had a Sand Equivalent value of not less than 82, when tested by California Test 217, and (3) prequalification tests, performed in accordance with California Test 549, indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent (based on concrete). B-6 P-PWx-49 PART III CONSTRUCTION METHODS The following methods and requirements of constructing the project shall be in accordance with the applicable provisions of the California Department of Transportation Standard Specifications, 1978 Edition and these Special Provisions. SECTION 10-1. GENERAL 10-1.01 ORDER OF WORK. --Order of work shall conform to the provisions in • Section 5-1.05, "Order of Work" of the Standard Specifications. 10-1.02 MAINTAINING TRAFFIC. --Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," 7-1.092, "Lane Closure," 7-1.093, "Portable Delineators," and 7-1.095, "Flagging Costs," of the Standard Specifications and these special provisions. Nothing in these special • provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7-1.09. Minimum bid for this item is to be seventy-five hundred dollars ($7,500). Payment shall be made in proportional payments which shall be contingent on the • proportional completion of other contract items of work. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders, including any section closed to public traffic. Three days before work is begun, notice shall be given to, and approval of • construction details, operations, public safety, and traffic control shall be obtained from the Senior Highway Maintenance Superintendent, P.O. Box 4306, Foster City -- (415) 572-0911. The Contractor shall notify local authorities of his intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local • authorities relative to handling traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or • equipment and along the edge of the pavement at 25 -foot intervals to a point not less than 25 feet past the last vehicles or piece of equipment. A minimum of 8 cones or portable delineators shall be used for the taper. A C22 (Men Working), C23 (Road Work Ahead), or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. • Whenever a lane closure has been made in conformance with said Section 7-1.092, "Lane Closure," for the purpose of making an excavation within six feet of the traveled way and said excavation will be left open during nonworking hours, the traffic cones or delineators shall not be removed from the site of the work at the end of each working day. Said traffic cones or delineators shall be placed and maintained as specified for portable delineators in said Section 7-1.093, "Portable Delineators. - C -1 P-PWb-2 Traffic striping, pavement markings and signs shall be furnished and placed by State forces, and the cost shall be borne by the permittee who shall be billed therefor at the completion of the work. At least five working days' notice shall be given to the State's representative before work is needed. The permittee shall contact State's representative before placing structural section materials for the roadway pavement. A minimum of one (paved) traffic lane, not less than 12 feet wide, shall be open for use by public traffic. When construction operations are not actively in progress, not less than two such lanes shall be open to public traffic. Any • necessary lane closure shall be made by State forces with the cost to be borne by the permittee. Excavations made within the limits of the highway shall be backfilled before leaving the work for the night unless otherwise authorized by State's representative. After backfilling the trench, temporary surfacing shall be • placed if required by State's representative. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. Permitted time of work adjacent to the ramp shall be from 9:00 a.m. to 3:00 p.m., Monday through Friday. Designated legal holidays are: January 1st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, and December 25th. When a designated legal holiday falls on ® a Sunday, the following Monday shall be a designated legal holiday. When November 11th falls on a Saturday, the preceding Friday shall be a designated legal holiday. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if in the opinion of the Engineer public traffic will be better served and the work expedited. Such deviations shall not be adopted until the Engineer has indicated his written approval. All other modifications will be made by contract change order. The contract lump sum price paid for maintaining traffic shall include full ® compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in maintaining traffic, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.03 MOBILIZATION. --Mobilization shall conform to the provisions in • Section 11, "Mobilization," of the standard specifications. The maximum allowable price bid for mobilization shall be $2,500. 10-1.04 EXISTING HIGHWAY FACILITIES. --The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. C-2 P-PWb-3 Section 15-2.03, "Disposal," of the Standard Specifications is amended to read: Removed facilities that are not to be salvaged shall become the property of the Contractor and shall be disposed of as provided in Section 7-1.13, •, "Disposal of Material Outside the Highway Right -of -Way." 10-1.04A ADJUST UNDERDRAIN RISER TO GRADE. --An existing underdrain riser shall be relocated to a point behind the new curb and gutter and reconstructed to grade in accordance with the provisions in Section 15-2.05, "Reconstruction," of the Standard Specifications, and the detail shown in these special provisions. • • • • 10-1.04B MODIFY IRRIGATION SYSTEM. --Modify irrigation system consists of relocating, removing, or abandoning portions of the existing irrigation facilities, connecting to new water lines, and installing new facilities to complete the installations, all in conformance with the details shown on the plans and these special provisions. New irrigation system components shall be furnished and installed as provided in Section 20-5, "Irrigation Systems", of the Standard Specifications, as shown on the plans, and as provided in these special provisions. Removed irrigationfacilities that are not to be salvaged shall become the 'property of the Contractor and shall be disposed of as provided in Section 7-1.13, "Disposal of Material Outside the Highway Right -of -Way". The Contractor shall notify the Engineer at least 4 days prior to shutting off the water supply to any portion of the existing irrigation system. The Engineer shall also be notified when the water supply is returned to said portion of the irrigation system. Water supply for maintaining existing plantings shall be maintained until the permanent water supply or a temporary water supply system, approved by the Engineer, has been provided. If existing plantings are to be maintained by the • State and Contractor from the same water supply, sufficient water shall be supplied to State landscape maintenance forces for watering plantings as necessary to maintain a healthy condition throughout the life of the contract. If the modification work causes a continuous interruption of water supply for more than 3 consecutive days, the Contractor shall water at his expense all • existing plantings in the area irrigated from that water supply as often as necessary to maintain healthy plant growth. • • Where work is performed on an existing irrigation system, the system shall be checked by the Contractor for proper operation after the work is completed and the pipelines have been thoroughly flushed out. Portions of the existing irrigation systems that are more than 6 inches below the surface of the ground in the area of completed work may be abandoned in place. Immediately after disconnecting an existing irrigation facility that is to be removed from a facility that is to remain in place, the remaining facility shall be connected to the new irrigation facility, capped, or plugged. C-3 P-PWb-4 Pipe removed from the existing irrigation system shall be disposed of. The sprinklers, galvanized steel risers, and control valve shall be relocated as shown on the plans. The 25th paragraph of Section 20-5.03, "Installation," of the Standard Specifications is amended to read: Pressure testing for leakage shall be performed on all pipelines. Rigid pipelines to be tested shall be installed and all open ends of the pipeline and fittings shall be plugged or capped prior to testing. Pressure tests shall be performed in one or more operations. Pressure testing procedure for leakage shall conform to the following: The Contractor shall notify the Engineer at least 24 hours prior to performing any pressure test. Pressure tests shall be performed only between the hours of 8:00 a.m. and 5:00 p.m. except that no pressure test shall be made on Saturdays, Sundays or legal holidays, unless otherwise approved in writing by the Engineer. Each pressure test shall be approved by the Engineer. Pipelines required for testing shall be fitted with water and a pressure gage connected to the pipeline. The pipeline shall then be placed under a pressure of 125 pounds per square inch by air or water pressure, after which the source of pressure shall be cut off leaving the line under the required pressure. The pressure gage shall be calibrated from 0 to 200 pounds per square inch in 5 -pound increments with a tolerance of one percent full scale. The pipeline shall be tested under the required pressure for a period of one hour. The pressure gage shall remain in place until each test period has been completed. All leaks shall be located and repaired after each test period when a drop of more than 5 pounds is indicated by the pressure gage. After all leaks have been repaired, the one hour pressure test shall be repeated until the pressure remains at 120 pounds per square inch or more. Until acceptance of the contract, all leaks that develop in any portion of the irrigation system installed by the Contractor shall be repaired and all defective material shall be replaced by him. The entire system shall be checked for uniform and complete coverage after installing sprinklers. Steel pipe, couplings, and fittings shall conform to the provisions in Section 20-2.10, "Pipe," of the Standard Specifications, except that the weight of the zinc coating shall be a minimum of 90 percent of that specified in ASTM Designation: A 120. Plastic pipe shall conform to the provisions in Sections 20-2.10, "Pipe," and 20-5, "Irrigation Systems," of the Standard Specifications and these special provisions. C-4 P-PWb-5 Plastic pipe (supply line) shall be polyvinyl chloride (PVC) 1120 or 1220 pressure rated pipe with a minimum pressure rating (PR) of 200 pounds per square inch. Plastic pipe shall be placed in trenches at a sufficient depth to provide the following minimum cover over the top of the pipe: Supply line with solvent cemented joints -12 inches. Fittings shall be installed in accordance with the printed recommendations of the pipe and fitting manufacturers. A copy of such printed recommendations • shall be furnished the Engineer before any of the pipe is installed. All threaded PVC pipe shall be wrapped with 2 layers of teflon tape around the male portion of each threaded connection. Existing water line crossovers and conduits shall be extended -as shown on the • plans and in conformance with the provisions in Section 20-5, "Irrigation Systems," of the Standard Specifications and these special provisions. Water line crossover and conduit extensions shall match existing material and sizes. • Water line crossovers shall be tested as specified for pressure testing for leakage under "Irrigation System" of these special provisions. Immediately after testing, the water line crossover supply line shall be connected to the new irrigation system or capped. The ends of the conduit extensions shall be capped with heavy construction paper secured with galvanized wire after installing and testing the supply lines. Payment • • • The contract lump sum price paid for modify irrigation system shall include' full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in modifying irrigation systems, installing new portions of the system, extending crossovers and conduits, all as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. 10-1.05 CLEARING AND GRUBBING. --Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. Included in this item of work shall be curb, sidewalk and island paving removals, to be removed in accordance, with the provisions of Section 15, "Existing Highway Facilities," of the Standard Specifications. Ground cover shall be cleared and grubbed only within 4 feet of the wall center line and 4 feet from paved areas. All existing ground cover, outside the areas to be cleared and grubbed, shall be protected from injury or damage resulting from the Contractor's operations. P-PWb-6 t-5 Ground cover which is damaged or removed by the Contractor's operations outside the specified limits shall be replaced and watered at the Contractor's expense. Replacement ground cover plants shall be from flats and shall be planted 12 inches on center. Planting and watering of replacement material shall conform to the provisions in Section 20-4.05, "Planting," and Section 20-4.06, "Watering," of the Standard. Specifications. All activities controlled by the Contractor, except cleanup or other required • work, shall be confined to the graded areas of the roadway. Nothingherein shall be construed as relieving the Contractor of his responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. 10-1.06 EARTHWORK. --Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. The first paragraph of Section 19-2.02, "Unsuitable Material," of the Standard Specifications is amended to read: • • • • Unsuitable material encountered below the natural ground surface in embankment areas or below the grading plane in excavation areas shall be excavated and disposed of as directed by the Engineer. Unsuitable material is defined as material the Engineer determines to be: (1) of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content; or (2) too wet to be properly compacted and circumstances prevent suitable in -place drying prior to incorporation. into the work; or (3) otherwise unsuitable for the planned use. The presence of excessive moisture in a material is not, by itself, sufficient cause for determining that the material is unsuitable. The first paragraph of Section 19-3.04, "Foundation Treatment," of the Standard Specifications is amended to read: When no piles are used and footing concrete, culverts, or other structures are to rest on an excavated surface other than rock the following shall apply: Care shall be taken during excavation to prevent disturbing the foundation. If ground water is encountered during excavation, dewatering shall be commenced and shall proceed in advance of or concurrently with further excavation. The foundation shall be kept free of ground and surface water prior to and during the placement of footing concrete, culverts or other pipes, or structures, including the filling of any pipe joints, and as long thereafter as directed by the Engineer. C-6 P-PWb-7 The methods used to remove and control ground and surface water encountered in excavation areas shall be such that the stability or bearing capacity of the existing foundation material is not reduced. At the option and at the expense of the Contractor, and solely for his convenience in removing ground or surface water from excavations, material below the bottom of the excavation that would otherwise be considered suitable may be removed and replaced with a suitable replacement material in accordance with.. the placing and compacting requirements for structure backfill. Said suitable replacement material shall be Class 2 aggregate base, conforming to the provisions in Section 26, "Aggregate Bases," unless the Engineer determines that a different class or type of material is required to provide the equivalent bearing capacity. • When undisturbed original material at the planned grade of the excavation is determined by the Engineer to be unsuitable material, as defined in Section 19-2.02, "Unsuitable Materials," the Engineer will direct corrective work and the cost of such corrective work, other than structure excavation and backfill within the limits described in Section 19-3.07, "Measurement," will be • paid for as extra work as provided in Section 4-1.03D. • 10-1.07 AGGREGATE BASE. --Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications. At the option of the Contractor, the grading for either the 1-1/2 inch or 3/4 inch maximum size aggregate may be provided, except.that once a grading is selected it shall not be changed without the Engineer's written • approval. Subsequent to the original excavation and foundation preparation, if suitable foundation material has been disturbed by the Contractor's operations or has been damaged by water, the foundation shall be restored by the Contractor, at his expense, to a condition at least equal to the undisturbed foundation. • • • Full compensation for aggregate base placed under wheelchair ramps and curbs and gutters shall be considered as included in the contract price paid per cubic yard forminor concrete (miscellaneous construction) and no separate payment will be made therefor. 10-1.08 ASPHALT CONCRETE. --Asphalt concrete shall be TYPE A and shall conform to, the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. The measurement and storage requirements of Section 39-3, "Storing, Proportioning, and Mixing Materials," of the Standard Specifications shall not apply to the dust collected in skimmers and expansion chambers (knock -out boxes) or to the dust collected in centrifugal (cyclone) collectors. Dust from these collectors may be returned to the aggregate without being measured or stored separately, provided the dust is returned uniformly at a point in advance of the sampling device in batch -mix and continuous pugmill mixing plants or between the sampling device and the drier -drum mixer in drier -drum mixing plants. The first paragraph in Section 39-3.03B, "Proportioning for Continuous Mixing," of the Standard Specifications is amended to read: • When continuous pugmill mixing or drier -drum mixing is used, asphalt C-7 P-PWb-8 binder shall be introduced into the mixer through a meter conforming to the requirements of Section 9-1.01, "Measurement of Quantities." The system shall be capable of varying the rate of delivery of binder. During any day's run, the temperature of asphalt binder shall not vary more than 50° F. The meter and lines shall be heated and insulated. The storage for binder shall be equipped with a device for automatic plant cut-off when the level of binder is lowered sufficiently to expose the pump suction line. The first, second, third, and fourth paragraphs in Section 39-5.02, "Compacting Equipment," of the Standard Specifications are amended to read: For each asphalt paver the Contractor shall furnish a minimum of one steel -tired roller weighing not less than 8 tons and, except for placing Open Graded asphalt concrete, one steel -tired roller weighing not less than 12 tons and one pneumatic -tired roller. Each roller shall have a separate operator. All rolling equipment shall be self-propelled and reversible. The minimum number, weight, and type of rollers required may be reduced or modified in accordance with the provisionsofSection 39- 6.03, "Compacting," for low rates of production or when alternative equipment is approved by the Engineer. Prime coat and paint binder will not be required. Prime coat shall be liquid asphalt, MC -70. 10-1.09 CONCRETE STRUCTURES. --Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these Special Provisions. Portland cement concrete for retaining walls shall be produced from commercial quality aggregates and cement and shall contain not less than 564 pounds of cement per cubic yard. 10-1.10 REINFORCEMENT. --Bar reinforcing steel shall conform to the provisions in Section 52, "Reinforcement," of the Standard Specifications and these special provisions. The first paragraph in Section 52-1.02A, "Bar Reinforcement," of the Standard Specifications is amended to read: - Reinforcing bars shall be deformed billet -steel bars for concrete reinforcement conforming to the specifications of ASTM Designation: A 615, Grade 60, or low alloy steel deformed bars conforming to the specifications of ASTM designation: A 706. In addition to the above, all reinforcing bars conforming to ASTM Designation: A615 shall also conform to Supplementary Requirement S1 of that designation, except that No. 11 or smaller bars meeting the S1 testing requirements will be acceptable with either N or S markings. 10-1.11 PERMEABLE MATERIAL. --Permeable material for extension of the existing subdrainage blanket shall be Class 2 and shall conform to the provisions in Section 68-1.025, "Permeable Material," of the Standard Specifications. C-8 P-PWb-9 10-1.12 MISCELLANEOUS CONCRETE CONSTRUCTION. --Curb and gutter, wheelchair ramps, and retaining wall gutter construction shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications and these special provisions. The second paragraph in Section 73-1.06, "Extruded Curb Construction," of the Standard Specifications is amended to read: The combined aggregate for the concrete placed by the extrusion method shall be of such size that the percentage composition by weight as determined by Test Method No. Calif. 202 will conform to one of the following gradings, at the option of the Contractor: Percentage Passing Sieve Sizes 1" Maximum 3/4" Maximum 3/8" Maximum 1 1/2" 100 1" 90-100 100 3/4" 55-100 90-100 1/2" 100 3/8" 45- 75 60- 80 85-100 No. 4 35- 60 40- 60 60- 80 No. 8 27- 45 30- 45 . 40- 60 No. 16 20- 35 25- 40 30- 45 No. 30 12- 25 15- 25 20- 30 No. 50 5- 15 5- 15 6- 16 No. 100 1- 5 1- 5 1- 5 No. 200 0- 2- 0- 2 0- 2 The first sentence of the fourth paragraph in said Section 73-1.06 is amended to read: If the 1" maximum grading or the 3/4" maximum grading is used, the concrete shall contain a minimum of 470 pounds of cement per cubic yard. Sidewalk shall be broken and removed to the closest scoremark and replaced in kind. The curbing shall be broken and removed to the closest scoremark on each side of the proposed wheelchair ramp and replaced in kind. 10-1.13 METAL BEAM GUARD RAILING. --Metal beam guard railing shall conform to the provisions in Section 83-1, "Railings," of the Standard Specifications and these special provisions. Line posts and blocks shall be wood. The ninth paragraph in Section 83-1.02B, "Metal Beam Guard Railing," of the Standard Specifications is amended to read: Steel posts and blocks shall be fabricated from steel complying with the requirements of ASTM Designation: A 36, unless otherwise specified. Steel tubing used for post blocks shall conform to the requirements of ASTM Designation: A 500, Grade B, or A 501. Two certified copies of mill C-9 P-PWb-10 test reports of each heat of steel from which steel posts and blocks are formed or fabricated shall be furnished to the Engineer. The tenth paragraph in said Section 83-1.02B, "Metal Beam Guard Railing," is deleted. • Metal beam guard railing will be measured by the linear foot along the face of the rail element from end post to end post of the completed railing at each installation. The point of measurement at each end post will be the center of the bolt attaching the rail element to the end post. When metal beam guard railing is connected to structures, walls or abutments, the structure, wall or abutment will be considered the end post and the point used for measuring the rail length shall be the midpoint between the 2 bolts attaching the rail element to the structure, wall or abutment. The fifth paragraph in Section 83-1.03, "Measurement," of the Standard • Specifications is amended to read: • The quantity for payment of metal beam guard railing constructed with Type 2 flares shall be the total length of rail elements installed, including the rail elements installed on the back of the guard railing, but excluding the length of terminal, end, and return sections. The measurement shall be made along the face of the rail elements without allowance for overlap at rail splices. The quantities of return and end sections and the various types of terminal sections will be determined as units from actual count. The contract unit prices paid for return sections, end sections, and the various types of terminal sections shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing return, end, and terminal sections complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. SECTION 10-2. SIGNALS SPECIAL PROVISIONS 10-2.01 DESCRIPTION. --Furnish, install, and modify the traffic signal and highway lighting system at the intersection of Route 92 westbound off -ramp and • West Hillsdale Boulevard, City of San Mateo, California, in accordance with the provisions in Section 86, "Signals and Lighting," of the State of California, Department of Transportation, Standard Specifications dated January 1978, and these special provisions. At least five working days before starting work on any signal or lighting • facilities under this permit, State's representative shall be contacted for approval of construction and operational details. Traffic signal modifications to be performed include installation of one signal standard, installation of 4 sets of detector loops, removal of 2 sets of detector loops, installation of 2 new detector sensor units, and removal and installation of conduit, conductors and pull boxes for traffic, signal and safety lighting equipment. C-10 P-PWb-11 After the modifications are complete, the system shall operate as it did before modification in terms of signal phasing, vehicle detection, and safety lighting. Ownership and maintenance of new electrical facilities shall be vested in the State. 10-2.02 EQUIPMENT LIST AND DRAWINGS. --Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86-1.03, "Equipment List and Drawings," of the Standard Specifications and these special provisions. • The Contractor shall furnish a maintenance manual for all auxiliary equipment and vehicle detector sensor units. 10-2.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS. --Maintaining existing and temporary electrical systems shall conform to the provisions in • Section 86-1.05, "Maintaining Existing and Temporary Electrical Systems," of the Standard Specifications and these special provisions. Traffic signal system shutdowns shall be limited to periods between the hours of 10:00 a.m. and 3:00 p.m. • The Contractor shall pay all costs for providing electrical energy and maintaining all temporary systems to be installed and removed by the Contractor. At least three working days prior to performing any work on existing State systems, the Contractor shall notify the Department of Transportation • Electrical and Signal Maintenance Superintendent, telephone 415-468-1300 and the City of San Mateo, Department of Public Works, telephone 415-574-6790. 10-2.04 SCHEDULING OF WORK. --Scheduling of work shall conform to the provisions in Section 86-1.06, "Scheduling of Work," of the Standard Specifications and these special provisions. All traffic signal and safety • lighting must be coordinated with all street improvements defined for the intersection. • • 10-2.05 FOUNDATIONS. --Foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the Standard Specifications and these special provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. 10-2.06 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 Standard Specifications and these special provisions. All lighting standards or combined signal and lighting standards shall be • provided with handholes and handhole covers. C-11 P-PWb-12 10-2.07 CONDUIT. --Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. Non-metallic type conduit shall not be used. 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. • At locations where conduit is to be installed by jacking or drilling as provided in Section 86-2.05C, "Installation," of the Standard Specifications, and if delay to any vehicle will exceed 8 minutes, conduit may be installed as follows: Conduit shall be placed under existing pavement in a trench approximately • 2 inches wider than the outside diameter of the conduit to be installed. Trench width shall not exceed 6 inches. The top of the installed conduit shall be a minimum of 9 inches below finish grade. Areas of pavement to be removed shall be cut with a rock cutting excavator • specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, to not less than 0.20 -foot below • the pavement surface for asphalt surfaced roadways. The top 0.20 -foot of asphalt surfaced roadways shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Calcium chloride shall not be used in concrete which will be in contact with metal conduit. • • Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the street shall be completely backfilled at the end of each workday. Conduit runs shown on the plans behind sidewalks, curbs, or asphalt concrete dikes, may be placed in the street adjacent to the front edge of the curb or dike with pull boxes located behind the sidewalk curb or dike. 10-2.08 PULL.BOXES.--Pull boxes shall conform to the provisions in • Section 86-2.06, "Pull Boxes," of the Standard Specifications and these special provisions. • In addition to the methods for fastening marking strips to metal pull box covers specified in the fourth paragraph of Section 86-2.06B, "Cover Marking," of the Standard Specifications, strips may be fastened with 1/4 inch stainless steel rivets. C-12 P-PWb-13 10-2.09 CONDUCTORS AND WIRING. --Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications and these special provisions. The third paragraph in Section 86-2.08, "Conductors," of the Standard Specifications is amended to read: Wire sizes shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. 411 s • • • • Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the standard plans. Splices shall be insulated by "Method B." 10-2.10 FUSED SPLICE CONNECTORS. --Fused splice connectors as specified in Section 86-2.095, "Fused Splice Connectors," of the Standard Specifications will not be required. 10-2.11 BONDING AND GROUNDING. --Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding and Grounding," of the Standard Specifications and these special provisions. Grounding jumper shall beattachedby a 3/16 inch or larger brass bolt in the signal standard or controller pedestalandshall be run to the conduit, ground rod, or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on -foundation. 10-2.12 SERVICE. --Service shall conform to the provisions in Section 86-2.11, "Service," of the Standard Specifications and these special provisions. The new service conduit and conductor runs shall be installed at the beginning of the modifications to insure that the existing traffic signal operates during roadway reconstruction. All costs incidental to the re -installation of the service, including fees charged by the utility company, shall be considered as included in the contract price and no additional compensation will be allowed therefor. Contractor shall coordinate with the electric company for the service installation as necessary. 10-2.13 TESTING. --Testing shall conform to the provisions in Section 86-2.14, "Testing," of the Standard Specifications and these special provisions. 10-2.14 PAINTING. --Painting shall conform to the provisions in Section 86-2.16, "Painting," of the Standard Specifications and these special provisions. 10-2.15 SOLID-STATE TRAFFIC ACTUATED CONTROLLERS. --Solid-state traffic actuated auxiliary equipment shall conform to the provisions in Section 86-3, "Controllers," of the Standard Specifications and these special provisions. P-PWb-14 C-13 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 two additional detector sensor units are installed and the controller is reactivated. 10-2.16 SIGNAL FACES AND SIGNAL HEADS. --Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Sections 86-4.01, "Vehicle Signal Faces," 86-4.02, "Directional Louvers," 86-4.03, "Backplates," and 86-4.06, "Signal Mounting Assemblies," of the Standard Specifications and these special provisions. 10-2.17 DETECTORS. --Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special provisions. Sensor units shall be Type A or Type B. The first paragraph of Section 86-5.01A(4), "Construction Materials," of the Standard Specifications is amended to read: • • • • Conductor for each inductive detector loop shall be continuous, unspliced, Type RHW-USE, neoprene -jacketed or Type USE cross -linked polyethylene insulated, No. 12, solid or stranded copper wire. The third paragraph of Section 86-5.01A(4), "Construction Materials," of the Standard Specifications is amended by the addition of the following as a third sub -paragraph: Type C lead-in cable shall consist of 2 No. 14 stranded copper conductors with each conductor insulated with 27 mils, minimum thickness, polyethylene. The conductors shall be twisted together with approximately 2 turns per foot and the twisted pair shall be protected with a shield of tinned copper -brass, or aluminum -polyester. A No. 16 minimum, stranded tinned copper ground drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a polyvinyl chloride jacket with a thickness of 27 mils minimum and shall be UL listed, Style 2106. The diameter of the cable shall be 0.35 -inch, maximum. Loop detector lead-in cable shall be Type A, Type B, or Type C. In lieu of the epoxy sealant specified in Section 86-5.01A(5), "Installation Details," of the Standard Specifications slots may be filled with an elastomeric sealant conforming to the following: The sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the following performance characteristics: C-14 P-PWb-15 " Property and Results Hardness (indentation) -- 65-85 Tensile Strength -- 500 psi, minimum Elongation -- 400%, minimum Flex at -40�F -- No cracks Weathering Resistance -- Slight chalking Salt Spray Resistance -- 500 psi, minimum tensile; 400%, minimum elongation Dielectric Constant -- Less than 25% change over a temperature range of -30�C to 50�C Chemical Resistance: Chemical and Results De-icing Chemical -- No effect Gasoline --Slight swell Hydraulic Brake Fluid -- No effect " Motor Oil --No effect Calcium Chloride (5%) -- No effect Measuring Standard and Conditions ASTM D 2240 Rex, Type A, Model 1700 77�F (25�C) 50% relative humidity ASTM D 412 Die C, pulled at 20 IPM ASTM D 412 Die C, pulled at 20 IPM 25 mil Free Film Bend (180�) over 1/2" Mandrel ASTM D 822 Weatherometer 350 Hrs. Cured 7 days at 77�F (25�C) 50% relative humidity ASTM B 117 28 days at 100�F (38�C) 5% NaCl, Die C, pulled at 20 IPM ASTM D 150 Test Method ASTM D 471 ASTM D 471 ASTM D 471 ASTM D 471 ASTM D 471 Tests conducted on deaerated, 20 mil (0.020") (0.51mm), dry film liquid � immersion. 28 days at 77�F (25�C). The number of sensor units and lead-in cables detection shall be installed. The Contractor shall test the detectors with a motor -driven cycle, as defined " in the California Vehicle Code, that is licensed for street use by the C-15 P-PWb-16 required to achieve the specified 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 drivethe 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. • The Stopline detectors 3BI and 21BI, to be installed this contract, shall operate as detector 3BI presently operates. Advanced detectors 19B1 and 20B1, to be installed this contract, shall operate as detector 19BI presently operates. 10-2.18 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 luminaires directly or indirectly affected by the modifications shall operate after the modifications, exactly as they did before modifications. • • • • • • 10-2.19 SALVAGING AND REINSTALLING OR STOCKPILING ELECTRICAL EQUIPMENT. -- Salvaging and reinstalling or stockpiling electrical equipment shall conform to the provisions in Section 86-7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment," of the Standard Specifications and these special provisions. All salvaged material to be returned to CALTRANS at the direction of the Engineer. 10-2.20 BALLASTS. --Ballasts shall conform to the provisions in Section 86-6.10, "Ballasts," of the Standard Specifications. 10-2.21 PAYMENT. --Payment for signals and lighting shall conform to the provisions in Section 86-8, "Payment,' of. the Standard Specifications and these special provisions. 10-3. SIGNING AND STRIPING All signing and striping modification relocation of 2 "One -Way" signs onto will be performed by CALTRANS except for he new signal standard. C-16 P-PWb-17 GROUND LINE e •+tee. • • • • THREADED SCH. 80 PLASTIC NIPPLES t-' ° I l` . ] UNION CD x a 2 1--_-I ANGLE 4 L VALVE P.V.0 - PLASTIC PIPE (SUPPLY LINE ) SECTION PORTLAND CEMENT CONCRETE . 2"MIN. FROM VALVE CONTROL VALVE & VALVE BOX INSTALLATION " " " " " 36" NO.4 REINFORC- ING BAR (TIE BAR) GROUND LINE RELOCATED IMPACT SPRINKLER REDUCER OR COUPLING L AS REQUIRED ELEVATION 14 GAUGE GALV. STEEL WIRE. GALV. STEEL RISER RISER WITH TIE BAR " " " " " " " SECTION EXTEND WATERLINE CROSSOVER " " " " (continued) Certain details of work authorized hereby are shown. on  City of San Mateo submitted. with request for permit. In addition to fee, the permittee will be billed actual cos s for Review " Inspection ( Yes No; Field work � Yes No; The following. attachments are also Included as part of thispermit � Yea (If any Coltrane Wort expanded) a) General Provisions: � Yes (Check ��oWlicabN:J b) Utility Maintenance Provisions: El Yes �N c) Special -Provisions: �Yes 0 N No. 221 d) A Cal" OSHA permit required prior to beginning work: Yea " The information in the environmental documentation has b reviewed and been considered prior t0 permit. �Yea Q'N.A. eppmval of this This permit is -void unless.the work is completed before December31 This permit is to be strictly construed and no other work Other than y 19 81 No Project wok shall be commenced until ell other neoes�� spandloalir nleental c la clearherebyances ts,. d, " . !yY permits and environmental elsarMeea havebeen obtained. OF TRANSPORTATION ICALTRANa1 -ENCROACHMENT PERMIT DM.M-P" 101A IREV. 1 11 In compliance with (Clock omak:. � Your application 01 0 Utility Notice No, QAgreement No  _ TO: R/W Contract No. March 17 of Of of ,SUN 2   3b r Mr. Frank Mikesh Peninsula Office Park 2755 Campus Drive L San Mateo, CA 94403 and subject to the following, PERMISSION IS HEREBY GRANTED to: perform the following work for the City of San Mateo: place curb, gutter, base, pavement, and wheelchair  ramps; construct a retaining wall; and modify signals at the west Hillsdale Boulevard off -ramp on State Highway 04-SM-92, Post Mile 9.4, Three days before work is started under this permit, notice shall be given to, and approval of construction details operations, and traffic control shall be. obtained From Senior Highway Maintenance Superintendent T. J. Halley, P. 0. Box 4306, Foster City, 572-0911. " Your attention is directed to the District Special Provisions, Nos; 1, 2, 8, 11, 15, 19, 20, 23, 28, 30, and 31, which must be complied with. Permitted time of work adjacent to the ramp shall be from 0900 to 1500 hours, Monday through Friday. 19 81 19 " 1 , 19 PERMIT NO. 481- DIST R T PM 04-SM-92 9.4 DATE DATE June 25 P OND AMOUNT S ONO COMPANY 1981 D POSIT 1 J , PERMITTEE Pr: JOHN WEST , District Director R. L. CASHION , District Permit Engineer Permit No. 481-7CD0082 Page 2 of 2 Any necessary lane closure shall be by State forces with cost borne by permittee. • Ownership and maintenance of new electrical facilities shall be vested in the State. DEPARTMENT OF TRANSPORTATION (CALTRANS) GENERAL PROVISIONS TO ENCROACHMENT PERMIT OM -fa -P -202B (REV wail I. Authority: This permit is issued in accordance with Chapter 3 of Divi- sion I. commencing with Section 660. of the Streets and High- ways Code. 2. Revocation: • Except as otherwise provided for public corporations. franchise holders. and utilities. encroachment permits an revocable on five days' notice. These General Provisions. Utility •Maintenance Provisions, and this Encroachment Permit Issued hereunder are revocable or subject to modification or abrogation at any time. without t.reJudice, however, to prior rights. deluding - those evidenced by joint use agreements franchise rights or reserved right for operating purposes in a grant of highway easement. 3. Permits for Record Only: If occupation of highway right of way Is under joint use. agreement or under prior easement, encroach- ment permits will be issued to the permittee for the purpose of providing Coltrane with notice and a record of work. and for the terms and conditions relating to public safety No new or different rights or obligations are intended to be created by the permit in such cases, and all such prior rights shall be fully protected. Encroachment Per- mits Issued In such cases shall have designated across the face therof "Notice and Record Purposes Only." (District Office of Right of Way must give approval for this designation). 4. Responsible Party: No party other than the named permittee- or contractor of the permittee Is authorized to work under this permit. 5 Acceptance of Provisions: it is understood and agreed by the permittee that the doing of any work under this permit shall con- stitute an - acceptance of the provisions of this permit and all attachments. t. No Precedent Established: This permit is issued with the under standing Ihat any particular at is not to be considered as establishing any precedent (l) nn the question of the expediency of permitting any certain kind of encroachment to be erected within right of way at state highways. or (21 as to any utility. of the acceptability of any such per units as to any other or future situation. Notice Prior to Starting Work: liefoie starting work under the L•ncroael tment Permit. the permit ter shall not llv the District Director urn other designated - employee three . working days prior to initial start of work. When work i nas been interrupted. an additional 24 hour inn ifh•at ion Is squired before rest al l log work. Ii Keep Permit on the Work: llhr Encroachment Permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHAU. BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 9. Conflicting Permits If a prior encroachment conflicts with the proposed work. the new permittee must •arrange for any necessary removal or relocation with the prior permittee. Any such removal, or relocation will be at no expense to the State. 10. Permits From Other Agencies: The party or parties to whom a permit is -issued shall. whenever the same is required by law, secure the written order or consent to any work under a permit from the Public Utilities Commission of the State ol California. Cal -OSHA or any other public agency having jurisdiction and any permit shall not be valid until such order or consent Is obtained. II. Protection of Traffic: Adequate provisions shall be made for the protection of the traveling public. The warning signs, lights and other safety devices and other measures required for the public safety. shall conform to the require- ments of the. Manual of Traffic Controls or any sign manual issued or to be issued by Caltrans and/or the current Coltrane Standard Specifications. Traffic controt for day or nighttime lane closures will be In conformance with Caltrans standard plans for Traffic Control System. Nothing in the permit Is Intended, as to third parties, to impose on permit tee any duty. or standard of care. greater than or different than, the duty or standard of care Imposed by law. 12. Mldmam Interference With Treble: All work shall be planned and carried out so that there will be the least possible inconvenience to the traveling. public. Permitter is authorized to place properly attired flagmen to stop and warn conventional highway traffic for necessary protection to public safety. but traffic shall not In• unreasonably delayed. Flagging procedures shall be in confornma ncc with the instructions to Maggie% pamphlet andiut Manual of 'Traffic Controls issued by Callrans. 13. Storage of Materials: Nu con strucl lon material shall be stored. nor equipment parked, within len 110) feel nom the edge of pavement or traveled way Utilities are subject to the p ENisiuns of Sect loo 22512 of the Vehicle Code. 14. Clean Up Right of Way: Upon emnplet ion of the work, all brush. thither. s.r:ups, material rat., shall be entirely removed and the right of way shall be left in as presentable a condition as existed before work started. IS. Standards of Construction: All work performed within the highway shall conform to recognized stan- dards of construction and the the current Caltrans Standard Specifications and any special provisions relating thereto. 16. Impaction andApprovaibyCahrnnar All work shall be subject to Inspec- tion andapproval by Caltrans. The permitter shall notify Caltrans when the work has been completed. 17. Actual Cost Billing: When the permit tee is to be billed actual costs (as Indicated on the face of the permit). such costs will Include salaries, traveling expenses. - incidental expenses and overhead. 18. Future Moving of Installations a) Installations Requested by Permtttee. If the Encroachment Permit was issued at request of the permittee. It is understood that whenever construction, recon- struction or maintenance work on the highway may require. the installation shall, upon request of. the Department, be Immediately moved by and at the sole expense of the permittec. except as other wise provided by law, or by any applicable ' permit provisions. b) Utility Moues Ordered by Caltrans. If the installation made under a permit is being relocated in accordance with Caltrans' "Notice to Relocate Utility Facility." the permitter shall have the- same and no greater rights as relocated as it enjoyed prior to moving at Colt rans' order. c) Utility in Freeway. This see lion and the other sections of these General Provisions are subject to Article 2.5 of Chapter 3 of Division 1 of the Streets and Highways Code and other appllca hie law, and in the case of any inconsistency. the said Article 2.5 or other applicable law shall control the removal I tom or relocation of utility McInnes In freeways. d1 Future Moving of Installation. It is understood by the permitter that whenever construction. retnn struction or maintenance work cm the highway may rrqu he, the btstal latlotI provided for hereon Shall. upon request ol Coltrane be moved by the permitter. the cost of the move to be borne by the party. legally responsible therelor 19. Responsibility for Damage: ns• State of California and all officers and employees thereat. Including but not limited to the Direct of al Transportation and the Chid Engineer, shall not be auswenible ur accountable in ally manner tor injury' to or death of any person Including but not limited to the permit tee. persons employed by t he. permit tee, persons act lug lit behall of the permitter. 01 for damage to property from any causewhich might have been prevented by the permittee. those persons employed by the permitter, or persons acting In behalf of the permittee. The permittee shall be responsible S for any liability imposed by law and for injuries to or death of any person. including but not limited to the permittee, persons employed by the permittee, persons acting In behalf of the permittee. or damage to property arising out of work permitted and done by the • perm It tee under a permit. or arising out of the failure on the permit - lee's part to perform his obligations under any permit in respect to maintenance or any other obliga- tions, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work or at any subsequent time work is being performed under the obligations provided by and con- templated by the permit The permittee shall indemnify and save harmless the State of Califor- nia and all officers and employees thereof. including but not limited to the Director of Transportation and the Chief Engineer. from all claims, suits or actions of every name, kind and description brought for or on account of injuries to or death of any person. Including but not limited to the permittee. persons employed by the permitter persons acting in behalf of the per- mitter and the public, or damage to property resulting from the per- formance of work under the permit, or arising out of the failure on the permittee's- part to perform his obligations under any permit in respect to main tenance or any other obligations. or resulting from de- fects or obstructions. or from any cause whatsoever during the prog- ress of the work or at any subse- quent time work is being performed under the obligations provided by and contemplated by the permit. except as otherwise provided by i statute. The duty of t he permit tee to indemnify and save harmless In- cludes the duties to defend as set forth in Section 2778 of the Civil Code. The permitiee waives any and all rights to any type of express or Implied indemnity against the Stale. its officers or employees. It Is the Intent of the parties that the pennittee will indemnify and hold harmless the State. Its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence. whether active or passive. primary or secondary. on the part of the State. the permitter, persons employed by the permit tee or per. sons acting in behalf of the-pemtlttee. 20. Bonding: This permit shall not be effect ive for any purpose unless and until the permit tee files with the Grantor. a surety bond in the form and amount required by said Grantee. A bond is not ordinarily • • • • • required of any public corporation or publicly or privately owned utili- ty. but will be required of any utility that falls to meet any obligation arising out of the work permitted or done under an Encroachment Per- mit, orfalls to maintain its plant. work, or facilities. 21. Maklag Repair: In every came the pennittee shall be responsible for restoring to Its former condition as nearly as may be possible any por- tion of the highway which has been excavated or otherwise disturbed by permlttee, except where caltrans elects to make repairs to paving and except where provision to the con- trary is made in the written portion of arty permit. The permittee shall maintain the surface over facilities placed under any permit fora period of one (1) year after completion of work under the permit. If the high- way is not restored as herein provided for, or it Caltrans elects to make repairs, pennittee agrees by acceptance of permit to bear the cost thereof. 22. Care of Drainage: If the work con- templated in any Encroachment Permit shall interfere with the established drainage. ample provi- sion shall be made by the permittee to provide for it as may be directed by Caltrans 23. Submit Plan: For installation of all underground facilities. and all sur- face workof consequence. the permitter shall furnish a plan show- ing location and construction details with its application. Upon completion of the work as -built plans of sufficient accuracy shall be submitted to the District to deter- mine location of the facility. 24. Maintenance: The permittee agrees by acceptance of a permit, to main- tain properly any encroachment placed by it in the highway and in inspecting for and preventing any injury to any portion of the highway resulting fromthe encroachment. 25. Coat of Work: Unless otherwise stated on the permit or separate writ- ten agreement, all costs incurred for work within the State right of way pursuant to this Encroachment Per- mit shall be borne by the permitter. and pennittee hereby waives all claims I'or indemnification or contribution from the State for such work 26. Federal Civil Rights Requirements For Public Accommodation: (A)The permlttee. for himself, his personal representatives. successors In Inter- est, and assigns, as . part of the consideration hereof, does hereby covenant and agree that (I) no person on the ground of race. color. or national origin shall be excluded from participation In, be denied the benefits ol. or be otherwise sub- jected to discrimination in the use of said facilities, 12) that in connec- tion with the construction of any improvements on said lands and the furnishing of services thereon. no discrimination shall be prac- ticed in the selection of employees and contractors. by contractors in the selection and retention of first - tier subcontractors in the selection of second -tier subcontractola. (3) that such discrimination shall not be practiced against the public in their access to and use of the fa- cilities and services provided for public accommodations (such as eating, sleeping, rest, recreation. and vehicle servicing) constructed or operated on, over, or under the space of the right of way. and 14) that the permittee shall use the premises in compliance with all other re- quirements imposed pursuant to Title 15, Code of Federal Regula- tions. Commerce and Foreign Trade, subtitle A,Offlce of the Secretary of Commerce. Part 8115 CFR. Part 8). and as said Regulations may be amended (B) That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to re-enter and repossess said land and the facilities thereon, and hold the same as if said permit had never been made or issued. 27. Arehseobgiea& The permittee shall cease work in the vicinity of any archaeological resources that are revealed. The Permit Engineer shall be notified immediately. A qualified archaeologist, retained by the pennittee, will evaluate the situation and make recommendations to the Permit Engineer concerning the continuation of the work. Department of Transportation (Caltrans) SPECIAL PROVISIONS TO ,ENCROACHMENT -.PERMIT - UNDERGROUND.' DM -M -P-221 (Rev. 12/80) PIPES, CONDUITS, AND UNDERGROUND FACILITIES UG1 Crossing Roadway: Pipes shall normally be jacked or otherwise forced underneath pavement 'without disturbing same. 'Pavement•or/roadway shall not be cut unless specifically allowed by the permit. Service pipes will not be permitted inside of culverts used as drainage structures. UG2 Highway Structures: The permittee will pay for any damage to highway structures caused by gas mains or other pipe lines carrying flammables. This includes, but is not limited to, explosion or fire resulting from such installation regardless of causation. If repairs are not feasible, complete replacement of the structure may be necessary. The permittee will idemnify and hold the State harmless from any and all claims for injury to person or damage to property' resulting from such installation. UG3 Limit of Excavation: No excavation is to be made closer than ten (10) feet from the edge of the pavement except as may be specified in the permit. UG4 Tunneling: Except in effecting emergency repairs on utilities, no tunneling will be permitted, except on major installations as may be specifically set forth by the permit. UG5. Underground Facilities: Shall be in accordance with Caltrans' "Policy on high and low risk underground facilities within highway rights of way." Facilities other than high or'low risk must have a minimum of 30 inches of rover. UG6 Backfilling: Except as otherwise authorized on the permit, all back - filling shall conform to applicable sections of the current Caltrans' Standard Specifications pertaining to the backfilling of structures. Any required compaction tests will be paid for by the permittee and the report furnished to Caltrans. UG7 Roadway Surfacing and Base Material: Surfacing and base material and thicknesses thereof shall be as specified in the permit. .UGB. Damage to Tree Roots: No tree roots over two (2) inches in diameter shall be rut when trenching or other underground work is necessary adjacent to roadside trees. The roots that are two inches or more in diameter shall be carefully tunneled under and wrapped in burlap and kept, moist until the trench is refilled. Trenching machines may not be used under trees if the trunk or limbs will be damaged by their use. If the trees involved are close together and of such size that it is impractical to protect all roots over two inches in diameter, special arrangements may be made whereby pruning of the tree tops to balance the root loss can be done by the permittee under the closesupervision of the District Landscape Specialist or District Tree Maintenance Supervisor. Manholes shall not be installed within 20 feet of any tree trunk. UG9 Pipes Along Roadway: Pipes and conduits paralleling the pavement shall be • located outside of pavement, as specified in the permit. UG10 Borrow and Waste: Only such borrow and waste will be permitted within ' the :limits as set forth in this permit. U011 Required Markers: Except as hereinafter provided in paragraph (c) of • this subsection, all underground installations of pipes, cables, and conduits in a highway right of way shall be marked and designated as follows: • • • a) All New-.lnstallations,of Underground Crossovers, Except Service Laterals. A timber or other suitable marker shall be installed and - maintained by-permittee -outside the ditrh line at locations suitable to the Distrirt.Director where no curbs exist, which marker. shall extend 30 inches above the roadway surface and have stenciled thereon the. nature of the underground obstruction and.thename or identifying symbol-of:the permittee. ;Where.curbs exist, the crossover shall be identified by description and name of owner stenciled on curb in black letters on white background in a compact and legible manner. b) All New Longitudinal Installations of Underground Pipes; .Cables or Conduits. Where no curbs exist, timber or other suitable markers shall be placed adjacent to the conduit or offset to such distance as may be specified and at intervals not in excess of 1,000 feet, at earh angle poitt, or where nonconcentric with the highway improvement, at least every 300 feet. Whese the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch line at locations suitable to the District Directur.with an offset distance given. Where curbs exist, the information shall be stenciledonthe curb near each intersection. r.) Markers should be placed so as not to interfere with vehicle recovery areas. - d) Exreptions...in counties and incorporated cities where the permittee has filed a map or maps with the County Surveyor, City • Engineer, District Director of Caltrans showing the ownership and description of the underground facilities mentioned.in subsections (a) and (b) -above in accordance with ordinances, other regulations or established practice, it will not be necessary to mark or designate said fa'ilitiesas required.above. • 14G12 Cathodic Protection: The Permittee,shall perform stray current interference tests on underground utilities under cathodic protection. The permictee.shalltnotify Caltrans prior to the tests and perform any necessary corrective. measures recommended by Caltrans. " " " " " " N W RETURN SECTION h16" Dia. a 1K Gam nun one or both sides, ION 0.106% ��R" f ro2NG' Horn TERMINAL SECTION TYPE "A" 7 5/B" O RECESS NUT 5/8"9SBUTTON HEAD BOLT TERMINAL SECTION TYPE "Ba 39 " IYC Buttn Mad pal shoulder hots wits INt recessed b nits -Toed, B per splice and 4 pr terminal section lapin duration of lief ie RAIL SPLICE PLAN oar Nom. SECTION THRU RAIL ELEMENT rr!9 ."er INcemarIO Isle Tamil wiltI`IGd pat nap an each side al the Nat Post spa ins 6.-3" C N C. LINE POSTS FLAT PLATE WASHER NOTES. 6"s6'6bck6Mwen pat and roll an all posts ELEVATION I. For end rwMraas details see Snwlderd Plan AT? -Ow , AT9-C. A79 -D. 2 Terminal Nations will nat be installed m the trailing end of putrid rail plated 0000401 10 one -Nay railways. STATE Cf CAuFO NIA BRSNESS Aso TRANSPORTATION AGENCY DERNTNENT OF TRANSPORTATION WOOD POST METAL BEAM GUARD RAILING I A77-C.BW " � " " " " *air" mN 3- 2 6 Ns( Sas VON Mote TERMINAL CONNECTOR Relent Section 16'x8 $ 1441414 2" ,,1.I14 Slots for Spun Boll. TormYNl Cmcla S 2% 1214 IC r IL=' OPTIONAL DESIGN TERMINAL SECTION TERMINAL SECTION -ELEVATION bF �� 36" Wen 45" i-TI 2I5. TERMINAL SECTION DETAIL A 2 oar 2b4''Dgb concrete a Traffic - Cements Anchor 4> Steele Mood Lino Posts Typical Post Spacmg 6'-3 Tops, or Flan according to Pleas SO' Minima PLAN SWAGED FITTING AND STUD 6',B'.9-ebEP et 6'se'a5'-4b.F Post Sip Carriage bell whe t M cad cut masts Ceaclala Astor 24 -No. concrete looting Sir.* of Roil ter Slrmeln Suction - 12't 6 aaosd for BreManoy Code Reelect 6'.B'OF Posts TYPE A--"" MM 5 5. Mu. r -r r t-1." ..e,.s Dcsmbr1D 1976 No. rut lot 54,baN weld or full pd7ofr . wet bondb p MMrasfree bee mead " Wm ... smMrea free fan at *sand meal cram 1A' F-. lA" Pm 4 Far Ste Boll eanuMaals " 21t" W 14 weld all east Nes M tall Rua lnprmrrtl ,uuwl IIP1 rap. 4 Plate Monrd u4 MOM Bean Guardrail SECTION A -A Aree Standard emend br3ycedt ANCHOR PLATF DFTAD f NOTES 4> I. and .la Steel or Wood Post GuaNMl. 2. For 'Roiling and al Realm!, adjacard to se -sere macs amt TbMno Section. Nest to WM pmt b tee Line flint. S. For detains not shown w Sbnd.d Plane 4. Palle rote ca.eed M aaNMs fooling. '" _ _ -. "" " " -.-' '-n.qr=��-so STATE OF CALIFORNIA LL �� 6" 6$6/6 . 4-it--JL _1, "" " �� BUSINESS AND TRAP6PORTATION IDENCY Wela.a. fibre r ld DEPARTMENT OF TRANSPORTATION" ��_i'=_" 1_.r-24'Oia Concrete Anders ��i`_��__t_j Fonsoocml in awcmt ter�ewe 6'.e'PnloPSm. CABLE ANCHOR ASSEMBLY (Two Posts Only), I wncnteattend 6'.9'Pmtnmpnd Wtl tees ofW Peeled Carom. CPU.. Foe*. 1,,,p -L4 expanded polyFrynm town Steen% - (BREAKAWAY) I A77 -E.4 01 Per I'JJ/r5-Nord sotrinder V.ot i5: Ailoo a+e mat asernecne.rl " " " _ Sons. fade c.rgoN.i V " I  f se NM vms12'ao .ATb..e. E D Pad Mon lt'��rt 3F S _l / Srx T A was Nse TYPE 4 FLARE r1T rPm' -lycb[ 1 I ���� ��} /Mwn1 EdP ' Dr pad r 50' napne TYPE 3 FLARE Pob[p:M [ Onion red r ChM. bl.�� TYPE 2 FLARE Oar It taro TO .KM OF hrtnpT Inca MOT ,03-1.0"._. .;DF le eno wade se en 5��e" r M -so IS ea: Oasis  Furs E LA' D.r ono OF BMA Fs San. IISSaintost 'LOCKOUT DETAB-ELEMTION SECTION A -A MFTAL BE AM RAIL OBSTRUCTION DETAILA Ira 4N5Eal1 550 *SO ST. TOO COLI C ur .lLnv roml DETAIL 8 ./Pos.atEdr Pusan Edee of An w Seaght Sods 37-C pameol. 052'-6' Redd TrnSwr TYPE 5 FLARE sWrvy Fs 5' Mr C.rn, Poe GENERAL NOTES, p��.f& P����1a+ 1. U. Silber dints without Sad. elves roil b all cleanse isles Ifs, Dr(Sr Detail Al. L ��l 2. Wes Ws, foal es bean I'4 end 5'r gels pool load be /JJ��)%-�� embedded lee tote 5' em rod Ins than 2-9- in cis 6 [Cc. veer Weis .- ,. saw sus on a is an leans 0-4 from wrlar, Sock la Sing tent lye-rrttns c.enrlion Doled -Standard Wen Sheol ATM). wads Otest. 101978 3. Au tests end Motes In r r shown on Standard Won. 4. All guard red pad " mint to be 8'a" ante Is caw arm on soled. S. HeigLI of raft ail mrimum roes awM owl pa s tel b grade of shoulder. 6. Oration of IMIo inicaed by arrow T. For connection ashes e. stared Pon AT9t or AT9-0. B. Fr anchor detail. es SlsMerd Plan ATT-D A Cot DE Pone old Mocks shall @46[85 Sod Mb N Boys may Mmdil's Mae rglo051.. IrdrD.F. Post.  rube D.F. "So sled. WM15.5 51M  N T.5. Cat.I'-2'10.1615'tNrt BW SMOY Ce rpoNP.0 ,dY5 apdoMe.(St SWIMS Poe ATT-CAI 10. Terminal Sates 51111 M b. MWled to traels H so yard roll deced Mist bar way sweet I I. Porralo peon @4 Tyro 1 Rats wed at m" ome N alrrbaYrnt tad roll. ft _ dos of decd shYwr`" - u. reset. - 5o'dn-n Tyrnd c��'.b51e Y.w.b ;07171' rw" s" ��7 act. t. . . " skirlShn3nmime TYPE? FLARE b ww[d a swbr woe SS 051 edl.@4 aMdr_ SHOULDER INSTALLATION AT SIGN STANDARDS Cool. MCN ieidy Remo, i.Ssoy Ty e'B' 1 iL 6 " {. ob F+" er b'.Cc Sr " Fe s'r LS " M. Type SOBS Flan .Mn pwrd roe Nor 1,m BlrsLn. Soucew Slapmt RIO Fora ern alCobaneatlYaN CoOi15'L4 D.FRAN03'-Dt ce.labe red I belea *Sums u -B'.+t.e Twe's' DETAIL C 6WrF lts R R R 3 R N tVDF f} N" Ma -9rwlear gr 'S0'feNma " Smite Eea.' Sla 'IA ` 4, Lr TYPE 8 FLARE TYPICAL PARABOLIC LAYOUT T Pune t lde. B' Sea Bock M Rad b Sh@4grd Sects -F CYO SIMN SrwY5 DOSS COS, of AMeen. Sr Nw T TYPE I FLARE t Posed SS 0 910.4 `eMde fay De II dgr ICS MEDIAN INSTALLATIONATA Canna. `RID O ti SIGN STANDARDS SHOULDER ENCROACHMENTS BIT. or LT./ lone.w, Ear\ a is He 5 Cable Hewett Bsaeq -1st -E-32-CPwasels--1 -MAIMS 0 Pons' Eagr-. TYPE 6 FLARE STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION GUARD RAIL FLARES IA 79 A.9 " " " 0 " " " " " " eamoommoNIMIN W V Cable Terminal Braalar " OIEAbolmnl, Bridge Roll Nmoo point lln. Wall. *throne Rail (pre. Pets" Pets e ShDE otscirr 37'-B' Paean!. cOy Mr of Pool Footing Face at Rail L�%6 II -Edge ��yofShoulder Y T Road Mare b IIwiM EMBANKMENT WIDENING DIAGRAM fn'ar Blalock Taper sere to ante by IM Enemon EM al penmen EMN pnnmrnl * SO Tap. rb.A Tin, length s entree/ by me EENndet Cable Terminal 9nakmay Carat. a're' aF. Paso s BeFn 6" Y " " _3" d'-!_ 6-5 U Bak NISI a Sear Sat " 6- Paean.  Cerx.r ar Ancepp.. For ASIA.... Plane Sae kwidarb Piers AT -C, A79 -D. isxwmnas.5 abhor. TIMBER POST w" " " .5 Steel Muss Srs 6" _3" E- 5 6.-3. 6-5" It -6' wind tar Rabl. Terminal Br.akeny Cable TamCBp ) 6-.111:1.:."1" \ajPee Back it Rol a SITasM S.al " Peobo. `Corder w Amlmrep No *reboots aloha Sts SIenea. Pala An -c. 679-0 STEEL POST (Alternative Installations) Cable Terminal PEDESTRIAN WALKWAY APPROACH Len TO BRIDGE SIDEWALK CASE I Full YAWN Budge Shoulder Coke- StsN " 9 See la deals 7 �� :O tow e tor.Mll CASE 2 Partial Width Brrag Shoulder NOTES' I. For guard roll aamis.� Standen Plans ATT-C S, An -OW. A77 -DS and AT -OW. 2. Depress pole 0.2 (pot. 3. Walkway collide ears at shoulder to to pond whim shaman Typical Cron Sadden. R. Guard roll past spacing NM 6'-3"mnl.r to center u dne otherwise note. 5- Cae.rsk4 nut and washer and ends of bolts shall to flush with post. 6. Top of roil to be 27"masimum upon sad of rood. 7 For connection d.telle,.se Standard Plan A79 -C or A79 -D. 8. For end anchors, see Standard Plans AT -DS and ATT-Dw or A77- E. 9. When nsne.ery bSoca dike in front of pane raflanty It. 0.17'Ngt eta may to deed. 10. Use timber shims wlmoul pats store roll to wall c abutment clearance is Nn Man 15' (Standard Wan " 79-A,D.tSl For pHs and columns use separate posts. II. remind sections *lane be Installed on Its trallIng end of ward red adjacent to one way roadway. Q. Cartl.F. Posts end Blocks ih mn,W6a6.5 9fas Potts and Blocks May to .psolfle when opplicabo.. NI"A IO"DE Posts and S-a0-D.r Blocks shown.W6 x15.5 Steel Posts an TS.61611-2'10.I975Ytob) Blocks may too specified when Gaellnb..1Sn Adnon" 77-CS). 13. Far Type B Floes debits, See Standard Plan A79 -A. See End o rml bane..n .pp - ��Sn Slandutd Plan ATT-DS tad 477 -OW Is. 4;10115. " " GUARD RAIL IN CUT MHO rr.r December p.I1M3 See NM3 r t SECTION A -A (Bch Cereal Ni eke pw. In Saws. him 6n LINE POSTS 6=SCK STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION GUARD RAIL FLARES AND MISCELLANEOUS GUARD RAIL DETAILS !A79 -B.8 All weepy _-a5'ata Se. NJN9 lean PYNd b co m " " " e " WZ" 1-2"1 variable AI.6 - -- A2-6" curbnnrpe G-��` TYPE AI -8 A NOTE: Type 133 S4erinpoted as stifling oatmeal. B2 w4 Longitudinal lost���� ) 04 Dowel Wuced 83 TYPE B h length B" 4_ raffia " �% 017 deb Type A-2 orb CURB TRANSITION -TYPE A-2 TO TYPE G A2-8 TYPE E 8 Y 2 29" 31h �� 1 E  z or vaeiaNf Ra i 5. R.I 1 84 s " TYPE H ION BRIDGES) Varies Varies Warp when needed Ntirp when neeMa 41 I % SCesIolkisr I Teiller omits Bourn of Curb/ ELEVATION DRIVEWAYS Depnn are edge sidewalk 0%mad. V2"R CASE C Depress entire sidewalk SECTIONS sidewalk Vertical Sedge deck ..,.... December 9.976 TYPE G ION BRIDGES) nm H2"R 6. cmil skip l of ales sWfwnnt. andopa paint on CURB QUANTITIES CY per 6nO Typs Al -6 A2-6 Al -9 A2 -S 002565 005903 003084 006379 0.02930 0.06171 0.01071 0.05709 Type E CY per. In. B. 006661 BI B2 83 64 2 CO NOTES' I. Cafe A menially applies. " 2. UN Case B when rasp flop.. ,Mead ION in Cale A. 3 Use Case C When adwmdk flops mould rued 6% is Cafe B. lapildnal Sopa W warped a.aa adjacent bAirway pall not lrory mow Item 6% Imo the to glld'nol wade Neat the sidewalk. 4. X.3'-0" wept ter curb Ie1phf a.r q"Well 4.1 slopes shall be used an web slope S Sidewalk and romp Midrnms.T.at *Meese NNI be 4" for 1eiden1bl and 6" b mnwditial CASE B the roadway 5Mham Nether line shall nal exceed 15%. Reduce *Nemay renm elope, r 9u 1" INTRA San MAiM. STATE Of CALIFORNIA BUSINESS AND TRANSPORTATION s6ENCY DEPARTMENT OF TRVISPOITATION CURBS AND DRIVEWAYS N8-A.I " " " 4 " " x to6' I 4. to 6' % I to 6' JWn Gutter grade "-Bott m of curb ELEVATION (Case D - Existing Curb and Sidewalk) Varies dLii sp w I Note 3 Fmeedge (d.Nwdk Removal of gutters Wus al contractors wane Case D option unless sss on Edstlna curb ad sfewolk otMnun contract pions. Varies_, leap when needed !See Np1e W 4'106' x I'lo6' Straight grade ts PLAN 0 x I'��o6 I r II' lob' (toe' , Ifro6' I Std all ab Wider geode Baton of cub ELEVATION " WHEELCHAIR RAMP. 4 Case B Case A Nynwl sidewatk rwwwse Decants 9 1976 NOTES: I Cate A namalll Gppuee. 2. Use Cote B when ramp slopes would awed 833%bl Car A. 3. would nowt Use Con Case when Longitudinal elope of warped area adjacent to ramp shall not vary more Mon 6% from the longitudinal war Inn of the sidewalk. Depressed e4ewaa 4. Sidewalk and mmp Mlckrwte5Tasidl be 4.. IJ. S. Cole 0 applies when modifylrq ekislinc and cab sidewalk for WheelchairRaep.. Orrm one edge sidewalk Case C Depress entire seen' SECTIONS STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY', DEPARTMENT OF TRANSPORTATION WHEELCHAIR RAMP DETAILS INS  B.1 z 93 a S 4/ E L EC TR OL IE RS CO co 0 STANDARD 15 ROADWAY IS STRUCTURE 21 STIUCTIAE 30 ROADWAY 31 ROADWAY 32 ROADWAY NOTES: I : All Lunindm Yell be provided with o 200-rOt HPS Lomp,pans otherwise specified or indicated. 2 . All Luminaires shall be ANSI Tyypepe/ 91 MedIum otherwise Off LLightingDlsiribulion, unless specified or Indicated. 3. Variations noted edjoceat to symbol stn Project Plane. �-- Electrolier (See Project Notes). Q'--. Existing Electrolier to Remain in Place unless Otherwise specified or Yldbaled ABBREVIATIONS AND EQUIPMENT DESIGNATIONS PROPOSER XISTIN AC+ AC- AWG G DLC dlc EMS F HS hb HPS LB lb MA ma MC me MLC mlc M/M m/m MT ml NC NO PEG pea Ped PEU Phi PPG Ppb RIS rle RL Rod rm $8 $81 SBA eft SR SP lip SW Sc WP ep %FMR emir An Ungrounded Conductor. A Grounded Conductor. Ameriean.Wlre Gage Conduit. Loop Detctor Lead in Cable. Extinguishable Meeeoge Sign. Flasher Unit. High Beam Sign Lighting Fixture High Pressure Sodium. Low Beam Sign Lighting Fixture. Most Arm. Mercury Contactor. Mognelometer Detector Lead In Cable. Multiple to Multiple Transformer. Conduit with Pull Wire or Rope Goy. Normally Closed. Normally Open. Pinto Beattie Control. (Type LII,M or DI as Shown). Pedestrian. Plato Electric Unit. Pedestrian Push Button. Radio Interference Supprene. Relocated Equipment. Romp Meering. Stip Base. Sip Ewes Hnn, Series a Multiple Mande/mutt Solid Neutral. $Hulce Point. Switch. Weather Proof. Transformer. SOFFIT AND WALL MOUNTED LUMINAIRES Pasant. 70 Watt HPS Pendant, 100 Watt HPS Flush, 70 Wall SOPS Flush, 100 Watt HPS Wall Surface, t00 Watt HPS Existing Soffit or Wall Lumiaire to Remain Unmodified. Existing Saltily Wall Lumeoir Is be Modifiedas specified or indicated. NOTES: I. All Luminaires shall be provided with a HPS Lmnp,unlm otherwise specified or indicated. 2. Arrow indicates `Strnl Side"of Luminolre or Glassware. 3. Varlatione noted adjacent to Symbol on Project Plane. STANDARD NOTES in Abandon. R applied to CaMjil,Remore Conducts. © Install Pull Box In Existing Conduit Run. ©B Install Conduit Into Existing Pull Boo. CC Connect New and Existing Canduil Remove Existing Conductors and Install Conductors as Indicated. 0 Conduit to remain for Future Use. Remove Conductors. Install put wire or rape. El. IMtall Lighting Canlrol. ® Metering Point. C:1 It Glare Shield Required ® No Slip Bon on Slondard. ® Photoelectric Control. ® the cperty of M Contr . Becomepment to be Removed and actar RE Remove Electrolier and Bottast. Tape DinmMth. flR . Remove and Reuse Equipment. ail Remove and Salvage Equipment. ® Install Sip Base an Standard. © Splice New to Esstino Cordu:lar,. © Standard to remain for Future Use. Remove Luminohe, Pole Conductors and Sallast. Tap Disconnects. Q Service Dhcanoecl I 1 I i geeahnrpta pace. wmw" ...am Jut Y 1 1900 EQUIPMENT IDENTIFICATION llMsnated Sign identification Number: I Sign Mather -Plan on Poll or Sbu:ture. Sign No. 51234 M I, OHB, 32. 1A T T �TmtlmmarRating(KVA). l TYPO of Sign Control. I St NOT Placetun N mber Ob Type of FIRM'''. Svnaard u Structure. Electrolier or Equipment Idenllllcalien Number. 132145-2Sr Most Arm Length in Feet. if shown, Do Not Place on t V Standard or Structure. Equipment Number -Place on Standard or Structure. !VC, 2,E1,15R14,2DLC Conduit and Conductor Identification, N mire and S ie of Conductors and Cables. S'ae of Conduit In Senn. el, o2, e2W, et, Traffic Phase Menlllicolion for Signal Faces, Defectors and Phase Diagrams. Project Note Numbers- See Applicable Notes. Equipment Oeecrlpton, Initallotlon or lien Numbers Conduit Run Numbers -See Conductor Schedule. 1, 9A, - ,3. - ,TO Signal and Lighting Standard (YokelaHgnation). Wind Veracity"TO MPH top 5 Arm Loading Standardises Etc Standard Plan SeaSeaNumber Wail Numbr or Leiter STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SYMBOLS AND ABBREVIATIONS ES -I A " " " " e 03 CONDUIT PROPOSED EXISTING      CeeMI-Lghlina.untns otherwise Indicated or Noted. - -- ----- Trofnt Beryl' ta,dull.    a   Caaminkotbn Crandall.  S--  s-- Sprinlllr Catrol Condor. nl" dgne cimull. Fins Alarm Gondull. -   j   -3 Conduit Termination. I Detail C, ES -TB In Stroclwes),  F--  I-- L-u Conduit Rah Struclum. SERVICE EQUIPMENT PROPOSED EXISTING  - -   - -  Overhead Limn - 3 4 -o-u Wood Pols.U' Indicates Utility Owned. J--- Pals Guy- With Anchor. Pad Mount for Ground- � Mounted Utility Transformer. Service Cabinet Type. W 'no gogmm Number Service Cabinet. Door Sum is Shown. POLE -MOUNTED SERVICE DESIGNATION % Type at Intlallallon. /  Wang Diagram Nara TYPE R -3 -23'  Pole Height atW Grade. SIGN LIGHTING EQUIPMENT PROPOSED EXISTING U fpf}�� 0 8 D 1 0 I # Illuminated Sip -Single Post. Illuminated Sign- Two Pat. illuminated Sip -Mounted On Structure. inminaled Sign With Road- way Luminaire Attached_ incandescent Sign Light. PROPOcQ 0 F  y PV  I ,SIGNAL EQUIPMENT FxtsnNG IU) Pednlrim Sand. Pediatrlm Plan Button Post. F--i Pedestrian Barricade. -- a Traffic SNnal Fece,3-SKllen: B'hd,Yeller and Green Section. :.'"4-- Wank Signal Fate With ArMe NKr. Q-- Modifications of Basic Symbol: L'Indiwb All Non -Arrow Sections Louvered. 'LG'h,dltates Lammed Glen Section Only. 'PV' bdkates 12 -hate MKrammoi VNBIMy Sections. 'Q'bdicatesAR 12 -Inch Sectbm Trf aSaral Few WRB>JI Plate. Traffic Signet Fact W111112- Inch Left Green Arrow and 0- Inch Red and Villas Sections. <L':: Traffic Signal Foes WHO 12- Inch Up Green Arrow. Trot Bo Moral Fact (S-SectbnlWA 12 -Ind, nibs and Goren Right Arrows ono 8- Inch Red,Ye lbw ad Green Sections. R TypeI Swdgrd and Al Inched a -C Signals. -0 Standard W th Signal Mast dim 44 V ]V- and Attatlpd Signals, 4PV4PV **VPVVrPV Telt-T3. Stahl and and Sign laded, Type Tu. to/ r- Slur lord W MtamMre ad Shawl Mast Armand Attached Signals. Cm9teler Fleselne Beacons. Type 9 Frame, Union ORmeise Specified ca Indicated. hV FbsNng BeamnPe-Way I -Section 'lr-- With 12 -Inch Lens and Visor. "R " Indicates Red Lens, "Ye Indicant Yellow Lem. Controller Cabinet. Door saga =Shown. PROPOSED EXISTING C7 C.7 d sAj��l 0 3-Pm.34E S" Ne.S T " ta.T(GIPnp Pull Boa) B " No.0 (Pendant Soffit Poll EMI/ 9" NI..9 9A" No.SA PULL BOXES I I I 1 " .., w..��s�� Pull Boa -Has Wets Ott 'ln Indicated NSW as Below. Pull Boa -Add lanal DdpvXms a Denatlfl (C) " Camudwtbne Pull Bee. (E) " Pull Box with Extent& 1181 " Anchor Boll and Canddl for Futile Installation al Type IS Standard. (S) " Sprinkler Control Pull Boa. (2O " Anchor or olStmdaUSull far Feta Melalbaw 21 (T) " Pull Box with Traffic Cover. VEHICLE DETECTORS Dram Tm . Metter Wnd9MYa mate Vehicle Detector for Traffic Signal. -Inductive Loop Ddectw,UNess Olhsnls Mutated. IPUpr Islam. NA Nate In Inpul File. WWIN(IrJ) Rose Watt BM Mae C" MeTlat R" Ygmmwor Ts of hpMm (aleF 4A,IA4SC) Ir e " e etednesa w."�� e��- Angst JULY 11910 3.e e e Inductive Loop Detector. Outline and Location of Somali shown. MagnelamM Detectors Magnetic Deleclor. Pressure Detector SWKript'0" Indicates Directional Type Termination Pull Box-Na3 for Detector - Cables. STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY CERTRTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SYMBOLS AND ABBREVIATIONS f ES-IB rn DI w 8 Permanently label equipment. voltage and function on Lnebwrea 1st' Exterior Plywood _ (Snaa1ne8pipe Sheet Meta (at -n - iced) Ires� S8 NEMA 3R Enclosure Utility Co. Wed PoN Conduit pd roinlighl Conduit Pub as reacted by Utility Co. 100 Amp 600 WII enclosed Sias Sachet sits ➢st Sock Shell (outdoor (dal factory eyed. 12"Border Cohan iW Nipple IW'R®niplll Conant IS INs4lead Mod Strew iv/Washer (typical) 1/2-Cardull Groud'vy COMIC tar It must extend to Ground Electrode toprowl Candutter Iran meWnical Injury 4fcordwr-.r) r - -4/e' Wound Electrode To Plot Bmec_'/ mN.r Imey ode locoad Pull Boo if permitted be Utility Co) • TYPE SCE -1 SERVICE 12 Go Gale Sheet Metal Strap wiled so Pole 8 Service Forme (radium - plated Nuts B Washers I Strap Frame to PS PSIS Utility Co Wood Pole Conduit ,end Ralntighl Conduit Hoe as mama by Utility Ca ea 4"' 2e' Relnlinl Whitney INC Insulated Birthing (typical) Gasket (typicall • Permanently label equlpmm,le Whoop• and fonclpnan Deism Yq'Exleriw Plywood (pointed) or a Cope Sneed )told Kam/Fran Min NEW 3R encbwre I Weibel tor almiyd l Nipple Imo Ile'Iainligh Conduit Nue Ityp) Heiollecd Wooed SUM w/Waslwr (typical) 12`Cgoddt. Grwting Conductor Cordell must extend a Ground Electrode to protect Gourd Conductor tram mechanical Injury Clans R'Wound Eiectrade To Pull Bur cco' ( (may be Waited In Adl beat permitted by Utility Co t TYPE SCE -2 SERVICE w TYPE A TYPES TYPE E TYPE F TYPE H TYPE TYPE TYPE K TYPE SERVICE FLASHING SE)BACE SERVICE SERVICE JBJM JMA SERVICE SMUD BEACON SERVICE SERVICE SERVICE Palk pl teeter socket A Conduit, nee as required. © Sant* *Sewed GO Amp. she mlWm m,wlese otherwise shown. la) Utility veined pals. Service Neer lone emtaepr with PEC where required) IurNMM and Walled by Utility. IN Slate awned pole. Swig rises and all other required equipment is nIa ed and Stalled by Contractor. TYPE PGE (SERVICE ) it aroma conduit, ma" C. I• tem MG bon popper. See 'SERVICE GROUNDING' delan, ® FlaMIng Beacon Control. © Service pull boa (aS Wa wins alheNse need) furnished B Installed by Contractor. Exact location determined by utility. POLE MOUNTED SERVICE INSTALLATIONS aar"ai'er is ..mwro July I 1980 -_ Cabinet TYPE I TYPF n TYPE D TYPES OF SERVICE (TYPICAL) Type I Service Equipment Cabinet mounted on Pedestal Type Wiring Gutter. TypeII Service Equipment Cabinet mounted on side of a Garrotter Cabinet. Typo0 Complete Free -Standing Service Equipment Cabinet' I9Cadd It Conduit Ground chimp end requited linings nun be meessibie.Condeit peal Send to Qglheledbah la melee rywnd do from eecnWgl In)ury. ' to Wound electrode •e�Fope of wood pole Deface of gMele foSdallm for steel pole. TYPE A TYPE B SERVICE GROUNDING Cola. precast concrete Is. Inscribe "GROUND` on covet Grant camp electrode Use where serving utility requires 18"cleorarlce between electrode and pate Of service cabinet. Installation shown is for sidewalk or paved ores,. In unpaved areas, omit spacial box and locale ground clamp above grand or aeon ground Clomp in nearest pull boa. STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY. DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SERVICE EQUIPMENT ES— 2A " " " " " See Sealable Boll Detail W"a 20 Cod. Bat a required 0060" Sheet Metal Bookplate 0060' Sheet Metal Divider 1,06" 1/4" 12" I f" SECTION A -A 4" Steel Plate WO hole SECTION 8-8 Provide 2-I"holes at, hushing, 0135' Sheet Metal 2142"a 9" Cut -Out 1a Conduit 0060 Top Pate IOW* 3316; SIDE Ci ll hole for wire TOP PLATE DETAIL, (TYPICAL) Meter Socket stall meet the - requiremenls of the serving utility Cram Breaker Enclosure 0135' Sheet Metal 38"6 ale"Sotvoniced Anchor Bola. Thread A" with I -nut am I -washer each. Length does sal include A" 90" Bad Load conduit Service Conduit Gram Rod with Ground C FRONT LEFT SIDE Sept FFT SIDE TOP SEALABLE BOLT DETAIL RallnpNp 125 A. Solely Saaket A -Jaw hi 4"D Hev. Bolt with Nut See Rp Rate Detail Sealable Bat left side only Hasp ler Padlock Drib far W Sell Taps Screws Typical NB and right side Finished Grade TYPE I SERVICE EQUIPMENT CABINET 12" I.D. FRONT SIDE heal Lap Typ Safely Socket Aseemal 125 A. 12 Circuit InoMR Ground vat Terminal Ten Btpa teal -IBondobld Bard Strop i-4-3 Inc Line 914 1- 1-250 l -250 MLM T Fa F 6 Neat Lay -In ��_- I Service CM. Terminal FRONT VIEW ( LESS COVERS li DEADFRONT ) FOR METERED CIRCUITS ONLY Safety Sacket A,ambq 4mdrzmopinT vwrwe. WN I. 960 Tat Gyps Femmes 100 100 titer's, 6terior Metered Intesete Metered Unmelersd Neutral _ Bard Strop Samoa' " Equipment cLInc Lino . Ground p Terminal .1 ��TmMrwl Pert 6 Neut. 16 Nat. Lay -In Service Gra Terminal RONT VIEW (LESS COVER d DEADFRONT) FOR ' METERED AND UNMETERED CIRCUTS TYPE II SERVICE EQUIPMENT CABINET EQUIPMENT ENCLOSURES NOTES I. Sella Ed apoent Enclosures stall cordovan to Sedion 86-2.11, "Service", of the Standard Speaficatioe. Ranting Nap conform to Section 86-2.16,"PUMIng".' 2. Service Equipment Encl and metering egepment staltmeet the reqirementsel the semis utility. 3. Service Equ iamenl Cabinets shall be bclary wired and conform to NEMA sander'. 4, All Control Wiring shall be No TW 19 -Strand Machine Tool Wire unless otherwise noted. 5 An engraved phenolic nameplate Slatting the bmctian of each circuit breaker shall be installed on the dead front panel adjacent bee breaker. An external NamepMe shall indicate service post samba and udlo e. 6. A Plastic lminoted Mire Dear shall be provided and attached b the inside W Front Door. 7 All Service Equpment Cabinetesholl be NEMA 3-R Construction and shall be provided with Dead Front Panel and provisions far padlocking. & All seamen" applied shall be a currently manufactured Item. 9. Type 1 end II Service Equipment Cabinets Noll be provided with Dead Front Panels and Outside Top -Hinged Rotolight Cores removable without the use 01 icoe. 10 Mien the Utility provides both metered she umhaared circuits, IM Service Cabinet shall be provided with a sepamle bus for each circuit. IL b unpaved colas, a raised PCC pad at N"14"a width of tow/ohan shad be paced in front of Type I and III Service. " It Type I and Type IL Service Equipment Cabinets shell be fobaceted from Q0130' minimum thicknesstins cooled lent steel. All external and internal cows shall be fabrIcated tram 0.060emimmum thickness zinc coaled 'heel steel. . STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY CEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SERVICE EQUIPMENT ES -2B " " " " " " CO N To ewr ;at r son 46v (w I Sri2llghaa{ L- na., . sena 12/ Wry P OCT BKR V 1-4 -- FEriq beams lrssn Pole led Unwind 5N Cpinns'bogs M WNW waxbill PPE Valk -.- nit d -W- E) CeMoct r cal -N- rotww n PN0 PMC OV-SigaN -120V-Rap mains Said neutral KleTe mmol ��a4 471L I Waft rise Cedsta, sailed PE Pole armdly duly 120/240 SERVICE WIRING DIAGRAM (TYPICAL! TYPE 0A SERVICE (120/2401 EQUIPMENT LEGEND ITEM NO COMPONENT NAMEPLATE DESCRIPTION O IMMal Lag � Landing Log ET Twl oppau foCILINt YAIo Sacks. and SNperl S Tarawa Mocks () Sand NtWrol Lo F) Gas Lug 2 Gala Rod () 30A.2PN0, Moron Contact, Paw ENdnc ail 11 IMA, W, Toil Solhh Sign hgKleq awl taileh a[i CA Funs with Wooing Lap Sign Wimp contra' OA. 120E w OCT SKR Fluting users 304, 24OV, 2P CKT DKR Sign WWI 'E) II 00A. 240V, 30 CKT WA Is' Bioko (net 40A, 24OV. 2P CKT EKR /WWI WI MEMO 404120E IP CKT BKR Siwlaa R 20A-1205, P CKT ma Blew m1EM Knob oil saw for P CKT SKR BA Fula with ndeobq rap N1tttgy WOW cardnl t Mob Dolor wit NSA, E; Tot SW. I19haoy IOMpg 1w WEN 60.4. 2PND, MOW C nest,. SEW* credit say area Skint gal Ws SECTION A -A SN 240V I. ��S" 10 OWN Soma Tomiinhon P Wr Ssdi SaNa Sidi b Est a wide mooting Poor 0.104" sass RanaWa con Hoe Kos for ouNr as B Wienart papal OWN. Wilily WIWI onion Nan IN.. 6P SEA . Co -Suds as moored _Eng _L ��ZF LIPY T Law arcid nho miry a WOO ONNIA NOTE:Teinhuts��, Conduit ma saw lop of Z loaraISn. isuhalw DETAIL 4 own Wiled AR OWE annotK lrroin re FRONT VIEW TYPE DFA SFRVICE EQUIPMENT CABINET UIN boobs a 1It aI0.IS/8ntgaullfpai.4N' wn s - eon Load cadu I to nrul anew Sow away Mar WO ONO Boll Is smite spclipt ba VC a20 Wd-4 Mows. wan W -20 one -4 OWI bear 0104pOW Awe' Iron/ parry *visa pail 0.10E E GlaMrg bathing wadi a radar or... iI mm, wp JULY 1.1930 EQUIPMENT ENCLOSURE NOTES I Sidle Erstionere Ealoena shall co -Winn b SEW, 66.2 1' 1w d  Ma SNMad 3wrilcala,s. Po -now Noll conform In Sacliw 66-214'Poning. 2Tra Senate nnothial. Ecupnwil Cabnal Nall a labw4 of that, NW Witness al a) AO Orb pima NN aw a mnura.a IltcWa of OM". bl An Iva wpm dual and last, Nat Oro a omen Nous NO OF TM meinmood aMEW shall hot a slalahle, b[Lobt, rcin-ophl cow INN pan a ol Molt 4 Tr so And hal panels bur Neel shall ate o twno a stYaes, Nod Non O soured in I to al wit" 2 ante afa.. Ta pawl in Pant d to Meows shall sha b will a IwW latch captors van. Mt lower pone Nall a 5 Ti. elm We shall boa provisos for padwanp with a SIGN-fwn dod rh Tad q]M ON shall a a minimum diamslo d Top rO 6. Castle barony h wimmua d mom owl m (II KVA Wall Non insca Wasted warm Wire at dot Ns No filly ware inches Seem Nall a s��int�� u r porno orwithrno c aat Nastfoursin made and hoare. 020' Cormier m. pa withpa T Cued Brookes Nall a the mddid tale, th maI mapwa. bee. lops.mr ot tlMlsL tS nYdig cwan2 d 10�u_ M.Pnana ad wan to mums a a Al card rip than be 600well 60" C, No.14 MTW abound moans led aria Wan WWI Is I uiq. a Ord WWII be asp b All min bare We a YES anoint mad eras ion only Oran math swat b A Was brgld NON Wnwan Shall b ao.OE ma i brass matting iwy ES ad allachad M IS fads al Si front Oar wilh looks In pomp removal mantras to we Iadt II. ^ dWp Malt M1mneplaemm Mnt Ldaa Ilea won Nan a COMM d Monet b WNW. a OWN WOW NN a as show n the o0406 M M to of mealor  par isScdip mown No. WlegtpLenW and neat of passe. Clear No Mall a a mnimm of Vs. 12 Ta pm taws Ma 0Mrmncw Wolin of dirt.. Spa me tebyn. Conpanonk e ae�� hit rpareaM, Want,, as arrerems sawn OW it* aoeiq Macrame. ad Saab a =Waned n In wood was a 241rFit foodatian shot tie Bad F Na a new rulweNdbred PCCnPdMali lil qelivatea al Impaction. I. Terri,ol hugs Wall be rapacr.Wane-pmsdoWwymsaa woad lamina, llrlp MO aim be ar opppo erer or th awmnaum��anducilronmend col rd lotollm ��I conductaapNwn on m. Nan The Nrmiaa shun Include put not be limited to: al looming lemineb Bond lusol. bl Neutral lugs. d Sad social lemma .hip dl Ground tug. al Termmel Enos la ranoW ort with me cabiml 15. RAalaldr Ammo p'p_ by Won be wardmaualdp paollpe.m Wool lamb nalialant aw 2WBOI- bap OW at sepoaalga. Tho Moo MO a miWalip plan It Sense Emigrant OKbas and meow; awgam Nall mool Ile regiments d Non srnq tWty 1] All b u ss, ell, bah and wash shat a Minim ala1. a The prows Nall have no Krems, ands or boa a w err STATE OF CALFORNU BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OE TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS " SERVICE EQUIPMENT I ES -2C CD A Plan View of Other Side MouwNBrys o on S VS V=I -T -T SV- SV GD 7 TV -I SV-2-TC SV-2-TD 1010 4T-t7ED SV-213 SV-2-TB c n arao SV-3-TC II S Q ED -51340 - LtV SV-24 SV-2 TA SIDE MOUNTINGS °-En r° rt 1N IIIN I TV -I -T TV -2 TV -2-T TV•3-T TOP MOUNTINGS Uri SV 3 TA VEHICULAR SIGNALS AND MOUNTING OP S V-4 TA TV -4 T Backplate Programmed visibility signal rentals otherwise elect) la tats InlorseoMen Red louvered nation Yellow louvered section rraen-errs unleavened eon s LT -2-7 LT-2 LEFT TURN MOUNTINGS ABBREVIATIONS TV Top mousers: Vesicular stgnole I. SV Side mounted Vehicular signals MAT Nart Atm mid. vehicular signals -Tap altoaamant 2 MPS Most Arm mtd. vehicular signals -Side attachment LT Left Turn signals 3 T Terminal cemgatlmsal 1,2,3,4 Number of clanal faces (3 -section, unless soherwise indicated) es roaa.,kp, u•es a AB I. 9130 Mast arm /BUOploFe 45) MAT Mpg Top Itacnment Sid ollachmem Sliprimor MAST ARM MOUNTINGS NOTES Ott arm Mountings snail be attested m prase de mammum harrsontal Clearance to adjacent roadway. Brat set turns shall be land enough la Parma proper alignment of signals and Backplate installation See Standard Plan E5- 3D tar attachment ❑pings derails. 4 All arrow indicalions and an mast am indications shall be l2 -frith. 5 All maul arm mounted signal heads and all programmed risibility signal heads doll be provided with backploles STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS ES -3A " " " " CD N 8 �� F3 TP-I TP-T TP-T TOP MOUNTINGS SP -I SP 2 SP -2-T SP -2 -CS SP  I -T SP -I -CS SIDE MOUNTINGS PEDESTRIAN SIGNALS Stet for mounting bone PEDESTRIAN SIGNAL  INTERNATIONAL SYMBOL (To be used only when specified.)  f' CS' Mounting shown is' typical" sae united plans for maenuaa rsam�mete.) PEDESTRIAN SIGNALS AND MOUNTINGS 4 k Lellero Minimum PEDESTRIAN SIGNAL FACE POLE PLATE TERMINAL COMPARTMENT CLAMSHELL MOUNTING HARDWARE (CS) (To be used only when speafied.) MESSAGES r_rr _.1-41:2 fret r r;, my IC, sn emem�4ULT I. 1950 ABBREVIATIONS TP Top mounted Pedetrian signal SP Side mounted Pedestrian signal CS Gamihsll mounting hardware T Terminal compartment 1.2.3,4 Nvmber al signal face - NOTES I. Mountings shall be Nienled to provide maximum horlaental clearance la adjacent roadway. 2. Pedeelrlan signals 'hall be pesIlloned en Dm side of menders nurse crosswalk C0111/0111d. 3. me4M arms shall be long enough to permit seer alignment of signals. 4. Se Standen! Plan ES -3D for otiaclmsnl fillings stalls. STATE OF CALIFORNIA RUSHERS AND TRANSPORTATION AGENCY DEPARTMENT Cr TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS ES -3B rn N W to " " " " " " " " to ae fiat B.molars Si t lot truck SVYS V7 Drill signal few and attach backllale with 6 0-24 w 10-32 self - lapping and locking stainless sleet Machin. .crew. 2" t. F9R C9YBINATION 8 B 12 SECTIONS BACKPL ATE 0,051 -inch minimum thickness. 3001-14 aluminum or Pinsk See plans for type of signal mounting. Post lap terminal eweprlmenl. see ES -30 TOP MOUNTED ' SIGNALS (TV) Type IA,IB,IC aril, standard as Indicated an the plans 70R Br s 12' SECTIONS Special 90' elbow. Termlwl compartment. See nats 2 Pedestrian stpnals when required. iy S. r Sets 9N' A SECTION A -A Sae FRONT VIEW DIRECT ONAL LOUVER Directional louvers shall be oriented as directed by the Engineer and second In Mau sib cat plated brass machine screw and nut. Pedestrian push buttes when required SIDE MOUNTED SIGNALS (SV & SP) Normally wad on standards with lumina l re and/or signal most arm. TYPICAL SIGNAL INSTALLATIONS Toward mm section Type LT" 2 an LT -24 ugnal mounting as indinnd a the Mans. LEFT TURN LANE SIGNALS (LT) Type IA. 18,1Crell standard as Indicated an the plans " r Jul I NAG a Curb/Berm flow line Typlca Signal Pole placement unless dimensioned on plans. Q denotes side of pole signal head mountings or terminal comportments ore to be placed. SIGNAL STANDARD PLACEMENT DIMENSIONS 8 EQUIPMENT LOCATIONS Flasher control cabinet When required) I - notion signal face w11M2' yellow lens end batkplme. 7-7 ncondelent sign lighting fist ore. r min. gal. met coma. Sliplmer ADVANCE FLASHING BEACON INSTALLATION Type IA,I9,ICor10 standard as ladleoted on the Hans _ NOTES I. FM'A'ond"B' dimemiem,sse Pole Sch.dde,ar as directed by the Engineer. 2. Terminal compartment shall be located on side w 3 of the slondord unless otherwise shown. ' STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS ES -3C Cabinet Ian Pollee Lack PNice Penal Set Nab 12 on Steel ES -48 Sawed wet, See Note II Sheet ES -40 TYPE G CABINET SECTION AA For Deer SP See Detail Filled wn01011 Lawn A TYPE M CABINET Gaul 4 Required Fat Door Seco See Deladd Polka Pones II tt/ Poke Ian Cabinet Lod Eddied wntibling Laawre Gasket Sealing Bead Ganef POLICE PANEL SECTION A -A A A TYPE P CABINET Gusset 4 Repaired Far Dear Slop SIM Detail M'23' Air Filer Filblad Ventilation Louvers Ay r TYPE R CABINET BOLT SLOT DETAIL *Milo/Or lbaek with Eleclrc Fa SECTION A -A 38Vt- 4 Required F Hared •.ri{, WNibtion Lauwn TB BOLT SLOT DETAIL S Ventilator Rasing n In Electric Fan Pelee Panel lee C Cabinet eiseme an eneae lily I. l$80 SECTION A -A TYPE S CABINET 80' PLAN VIEW SHOWING. 2 POSITION DOOR STOP BOLT SLOT pETAIL al with Hauling th Ureic Fan STATE OF CALIFORNIA BUSINESS MO TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS CONTROLLER'CABINET DETAILS I ES -4A NOTES - CONTROLLER CABINETS CD 1. Al cabinet dowmlau at natal. 2 FobdslWa dare be bated b proud. 2,0" melanin cWerca between far. d ass at ay potion al cabinet a Type 0, M, P, R ad S a W en tall be Malead with the back towed the nerves lane d bark. 4 th actor bob shat be bonded to conduit. N medulla that be bonded tontine using bongo; bushtes. 6 n armed saes. a rased P.C.C. fad ell be Aced M front d see, mn*OW cabinet. Ped shall be 3'0'. 3'-0"x 0,4" Id. lype 0 cedroU aid Nei be 3'-0" x 0'-4" Mick r width of foundation for Type M, P. R end 8 cabeels 6. Munpaved ere. Ow top of foundation fa Type 0. P.RadS planets alb r above aawtdnp made. Top of lardslm far Type M mbl et sup In 18" above awraawno wade. • 7, in tldewaks ad other pored area top of tanddbn W Type a tads, sin be level with aarocadng wade. Tog of foundeton for Type P. R sod S alum sae be 3%" above asrouai ig grade. 8. The steel pedxM, Was glee, bolt circle ad badaltn to to Type G cabinet that be the sane as that Mown for s Type SC eledad. Pedestal Moe be 26"-30" In NOS Mawr bans al be N" a 18" webs 2'.80` bend, Pow bolts moped per raxel 9. Type G cabeet al be mended with a POMP to permit mabRq on 4%" O.D. Pedestal. SepIler al be bleed to bottom of Me cabinet. 10. Type G cabinet that to pragsd with B acreaest ranpM hales, %" daneler or leer, M the bottom al ale cabinet 11. Al" dhoh stl be mended thrash the fansJon ol a Tepm Maths Rein pipe Wel be screened. 12. See Table for cebblet ad foundation dimensions; "0"- Dean,. Si". Height, "N'". yin,. See Tana W enta pat spacing; "0"- Depth, W"- Width. 13. M marvel shelves and be adjustable for rental toacing and Ml be rempvM.. Type M, P, R and S abiea m ats shall be provided win a minimum of two sett.. 14. Ante bops fa Type M. P. R. sd S rata all be %"s 18" well a 2"- 9O' band. Poe bats required per planet. Anchor bale may be Made or Walls cabinets. 16 M cpae.d mambo a s.A kg raced shell be placed m the larditbn mar to Owing me cadre, to sea ■ openings between baler of cabinet end tabde6on. 16. Cmfoter uMlq rl gmamled egOrnent. NN+nouned salami, red wen-moafed epdanenl Nei be bested to pelmet Is sae ad easy removal or replacement mbhoj remora"; ay other plea at equpmM. 17. Mai treater tel be rated W 30 sincere. le Type 0 end M cation. E N9 be rated a BO aryere. M Type P. R ad S cednae. It Cabins IM may be LwNed a c Nemis location nee the by of the aWwl Men eppoed by the Enyea. • 19. Where telephone Interconnect Is aoaiMd, a minion of 6" deer venial apace that be provided snide to cabinet far tin epymned. 20. Telephone Mermmecl conductors ski be enclosed h a N" or leper cmd.A thrown the Mandan Uo ldaotd Mime meta conduit w be used to separate telephone aid power conductors M Teem ad peasan. o" I PC.C. FOUNDATION FOR TYPF P,R and S CABINETS P.C.C. FOUNDATION FOR TYPL G CABINET 4" Roiled PCC. in unpaved Pia Sidewalk -paved area Corded plea C 9.416")Or a Y `� / \ V /� � / %.,' FRONT 1 Y FOUNDATION DETAILS FOR TYPE 110, 200, 332 AND 334 CABINETS MICI1Or ball llypieall 14x.34" XICIc2") .ravine JMy I. 1980 Tap of ped.etM tee be Imps enough to tem. 3M" eteamnx oil around cabinet box. Chamfer od e 3n3"M 3/e". [IB" anchor See Nan 9. P.C.C. PEDESTAL FOUNDATION FOR TYPE M CABINET CABINET FOUNDATION 6CLT MOUNTING TYPE N W ON w D 0 I ts 0 32" 20" I3ty= 36" 24" 24" (1-S OIRN M 4? 30" 16" 30" 36" 22" 123/ir P 54" 38h 26" IS' 50" 30" le 4D% R 77" 3/0; 26" f6" 50" 30" I"th" 40th" S 770 59" 26" is" 70" 30" et" 6t hh" STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS CONTROLLER CABINET DETAILS I ES -4B " " " " " " " " " . " N 8 The new Transfer Relay shall intimate with a CINCH - JONES Socket 5.406-SB or equal connected at 101lows .. Pin No. CIRCUIT Pin Na. CIRCUIT ' Coil 3 Common, Circuit " I 2 Coil 6 Common. Circuit " 2 3 NC. Circuit " I 7 NO. Circuit " 1 4 NC Circuit " 2 B NO. Circuit " 2 CONNECTOR SOCKET FLASH TRANSFER RELAY The FLASHER shall in emote with a CINCH. JONES Socket S-406-SB or equal connected as follows. Pin No. CIRCUIT Pin Na CIRCUIT 7 Load, CN. " I tO AC - 9 Load, Ckew2 II AC' 9 Chassis Ground 12 Not Used CONNECTOR SOCKET SOLID STATE FLASHER UNIT The Solid -state Switching devices shall intermate with a CINCH -JONES Socket 5-2412-58 or equal connected as follows: BI 17 61.13 41 13 21 1 I 81 17 101.19 121 111 Pin No CIRCUIT Pin No CIRCUIT 1 AC " Lights 7 Gram or Walk Wail 2 Chassis Ground a Yellow Input 3 Red or Dag Walk Output 9 DC " I IS la 24 ecllk} 4 Not Used 10 Green or Walk Input 5 Yellow Output II AC - Rea or Dent Walk Input 12 Not Used 21 11 41 13 61.13 91 17 101e19 121 III CONNECTOR SOCKET SOLID STATE SWITCHING DEVICE Note' c fn P.E.C. Socket and dllchdlctb eler d blo n am pun bow. CimmhN ROW (NC) Two 6 Angus !." -�� ' Sand State flwMr 400 ft/ Doles ��" r -1 ��. UNt B Auto -test switch To sign To tbsNng lights beacons ISA ACn - E4vI went Ground horn ISO W�, Sauna WIRING DIAGRAM FLASHING BEACON CONTROL ASSEMBLY .r" mru July I, 1960 STATE Of CALIFORNIA BUSINESS NW TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS CONTROLLER CABINET DETAILS I ES -4C N A C3 " s " " " " I 1 LOOP INSTALLATION PROCEDURE 1. Taw ebb in pavement for bap adductors as shown In delta 2. Glee/ M ads with wstw in reassert) end compassed dr ad Slow ads 10 dry Moned1TY beta. handMg adductors. 3, meld lernawlar pJ tux ad lab or shoulder temaebun dew Iris ES -501. 4. Ielata 12 lap conductor in dot leap a 3/16" to 1/4" Mich wood P000lo. 5. Mow Mated length of conductor for 5'a nil to teminetto pal boo pas 5 feet of slack in pJ toe. S. The addend length of each mn4cta la each loop shall be tutted together into a w W but 2 turns w loot) before tong pieced in the dot and canddt b temamikm M box. T. No more than 4 bop ccotbdOrS121velated pen) shat be aided h one awed eta. 5. Maly and tag law 0aae pile be the tandmMn pull boa body ad tag well bop meta. Yet tut and bash 12) ot conductor, bendy and lap loedb cable elm sensor molar and dud 9. Tea Tech bop 0151 b wordy, anal addend' nd' and td*lbn reaslaue d the N tea before fling Mott. 10. Fe dad et shown In debits. 11. Space bop con ova to Msdd cable. M apices Wier be eoleed using rosensae Kirke. 12. Lead -b cape dal be toped and wore wooled to prevent mobbed Iran entering the cable. 13 letl.b cede eel opt be .deed between the termination pi toe and to condo cabinet tetNab. 14. Test each boo Sae for wtbdy. Scutt reehbnae and IreVatbn toslatae at the cotter cabin.' iocatbn. The bop and resistance Sod nor encored 0.5 ens dm 035 cams w 100 tot of lead -In cable. The Isolation redeeCe shall be pebmed between each aaeon conductor end pored. Ma hadtobn redstart* anal not be less than 100 megolxra. 15. Where loop conduces we ratable soloed WOGS. Medb able. the ends of the adductors shall be toped aid waterproof ed With n eleobbs insulating ca dnp. It Meaaa between Yoe of loop ad a Ieedh sew art from etacenl detectors del be 2 lee mist. MaWmce between Wain sew We sal be 6 eaihee naaman. 1/2" di 'a1 o-1,9"Mob. Dep SFCTIQN A -q Loop Sealant 3 turn (unless otherwise specified) No. 12 Wire SECTION B-0 E.p TYPE 3 INSTAL AL TION TYPE I TYPE 2 INSTALLATION . INSTALLATION Y" Min: Depth irece au d SLOT DETAILS SECTION C -C Lane Stripe DETECTOR LAYOUTS AND DIMENSIONS STANDARD LOOP WINDING PATTERNS ho' to 4i _L-1/8" doe Loop Sealant 2nd loop I tabled pair) I at loop (twisted per ) 6'  .1= DIW��' kin, PLAN VIEW OF DIAGONAL SLOT AT CORNERS 01.4 EA aarJauu a^a raii:rti iuld July 1 1880 TYPE 4 INSTALLATION S STATE 6 CALIFORNIA - BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT CF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS DETECTORS IEs-54 " " " " " " " " O N Symbol WINDING DETAIL TYPE 0 LOOP DETECTOR DETAILS lure only wMn specified or non an lbw plans) SYMBOL dr WINDING DETAIL IONE TURN) TYPE C LOOP DETECTOR CONFIGURATION ( Use only when minified at shown on the plans) SAWSLOT DETAIL Llmil Lim )))FjjjSISSSF WINDING DETAIL SAWCUT DETAIL TYPE A LEFT TURN LANE INSTALLATION WINDING DETAIL SAW CUT DETAIL TYPE 0 LEFT TURN LANE INSTALLATION (U,. only when specified or shown on plans) ' WINDING DETAIL Wind 2 successive Ioyert Each inn .nnll ho wound with the same direction of wlndma di shown. SAWCUT DETAIL TYPE 0 LOOP DETECTOR CONFIGURATION f,1Una only When spec!' led or shows en no plane) 4 Round corners of scale angle sawcuts to prevent Winne to conductors. Symbol Limit Lin* �� - July I ISOO E of Loop Parallsl to Curb/Lan. E.P. Curb with OHIC1OI a Lan{OGNIF p H O O O O V WNlle Slaw, TYPE B LEFT TURN INSTALLATION TYPICAL ONE AND TWO LANE LEFT TURN DETECTORS PLACEMENT DETAILS ( Use only when specified or shown on plans, STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS DETECTORS DES -BB m N UI O, " " " " " " " " " ro 0 Co 6 INSTALLATION DETAIL 5"pbmbers' brass no -hub cleowut cap Magnetometer elemen 3/e'd Was rotv I/4' Typ. Send all t/6' Bross Mole I/6" Bross plate 4" PVC When loop detectors ore installed in bridge deck, provide r minimum distance between cop and bop detector lead-in conductors Bridge deck Copper t blog (PVC (Schedule 60) SECTION 8-8 Weld gussets to plates to support (PVC Copper tubing a 6 DETECTOR INSTALLATION IN " BRIDGE DECK t P Sr PVC conduit Na 5 polities Prepare hole approx.(in diameter Replace In kind, Depm as recommended by manfactwer 1TTREATED BAE Magnetometer Sensing Element. Install level. PLAN I Roadway 3 pull boa A C A Magnetic detector probe located al center Himmel approachlone. S PVC cmduil pitched to dram Into pull box ELEVATION Two conductor cable fvmshed wilh each detector probe. NON -DIRECTIONAL MAGNETIC VEHICLE DETECTOR INSTALLATION DETAILS Depth as recommended by manufacturer See cable installation details Epoxy Fit Compact sand fill LIGHT DUTY ROADWAY WITH UNTREATED BASE/ Cover with disk, notched for cable Caulk to preve oboe/Mien of epoxy by sand fill Na 5 PM toe Splice Lead -b cable oral tale with diameter equal to Ihal of sensing ebmea " t6' See tabtinstallalion details r p ement Sa agnetooeter Sensing element.Instoll level. HEAVY DUTY ROADWAY (WITH TREATED BASE) MAGNETOMETER SENSING ELEMENT INSTALLATION DETAILS MAGNETOMETER DETECTOR INSTALLATION PROCEDURE: I. Prepare holes for sensing elements and saw slots in pavement for connecting cables as shown in detail). Blow cal and dry thoroughly with compressed air. 2. Install termination pull box' See termination denote. 3. Inslolt heads In holes and install cables in slots using o 3116" to IMC Mice wood paddle and run le adjacent pull box drawag 5 Net of Nark of the pull bas. 9. Identify cables by lone or sensor unil designation. 5. Splice sensing element tables M lead-in case. All spikes shall be soldered ming rosin core solder. 6 Test each sensing element circuit at controller cc cont station cabiM! betas nil ling hobo and" Mn. Ex:Retlan circuits shell bare a resistance of 50 ohms " per heed and detection circuits shall have a nastance of 300 duns" per head Measurements Mall be made with a low range dim -meter. T Fill slob and sensing element holes as shown in detail). " 6 bead -In cable shall not be spliced between IM termination pull bon and me cantmller cabinet. 4 See Sheet ES -50 Ii orb erminatbn detob. w6 ode resistance per manulaaveri specifications SECTION A -A E.P. 8 B TYPE I TYPF Z TYPE 3 TY E 4 INSTALLATION INSTALLATION INSTALLATION INSTALLATION e e LAYOUTS AND DIMENSIONS W Mal 1'-11 1I[ Min Eypry FM Deplhas *wired Mognslon.ter Cables Slot -(ION B -B SLOT DETAILS STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY . DEPARTMENT OF TRANSPORTATION ' TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS DETECTORS I ES -5C " " " " " " " 8q" BC S0 Mail'J" ��ry B19E PLATE 0.1196' teemed abet post 5.10 NS elks Vf bale pme M1'a 1p' anther belts Thread Cwas 2 ban w 2 washers ash. Length den oat include 2'w " ' Sr bee, the " 2-Oj -Es 3. shbeme TYPE I -A STANDARD and us " 'Yam OS pal w condos Mimed bath end I 'Ye' a 16" emner pens Tbmd 6" with 2 nal, and 2 washers each. Length doss not include 90' bend. to 4 NOTES: I. Standards onto be 10'.0'23" flu vehicular Ws and T'.4'S 2' Iw eadostian Menlo un'am Phenols' noted en plans 2 Tap el Mender* shall be eV; OD 3. CendNb Malt a Pond 2' mw abase finished surface al foundation and far Type I -A , I -C and I -D shag be sloped'award handheld f& Anchor belts the be bonded IS 515,11 3. CSMSI Mw*n MOSew e5 Niece/ hen has Mel be 2' se minim,,,. 6. Tube may be Inserted Into schedule 40 pipe or bulled as meulred. " Bess 2 ELEVATION h' and spit steal pipe � 112 inches bolts, lit" I'tended Nolo Cwdmi snot pervert 2" mss above fished swiss fisdation " 'd 9 tape Mt Man elps Ouse F M D 0a^ Tie'9C ��a BASE PLATE I2-D'I TYPE 1-B STANDARD TYPE I SIGNAL STANDARDS SECTION BASE PLATE PEDESTRIAN PUSH BUTTON POST Weather-proof pp repaired 2Ve'Md pipe for, picot sign B PPB 3 S 6 a ale 9ely Peel pipe S's B' Porthole and weer � S &WI tube B .end \9ne DETAIL J +�� Ste Neff 9 awn bSe N' Rad AK BC - 01196" Tapered Masi past 3" c S'bondyals -rib M, as base as cover Vi base bale Nate Details MI shown Its Type 5-A TYPE I -C STANDARD ----Sawa sions by others meNbole ote I'u1B" Pnanor bolts Stall at 9VT' Be Thread 6" Mtn 2 nuts and 2 washers eeati. Length does tool KWe 3" bend, Iatel " , PEDESTRIAN BARRICADE I Y" D" I TYPE 1-0 STANDARD Nobs 2% pabitn chloride may be added b aanosb. Pte past lo be sal l'As" beck from loco al curb onus amstr.ise specified. . When aide site is nbling,lawsdnitso meg To,nlari5 M "Ai." b"4" 16112.41 nnslpal" -Y jnpensbnbNspNNta es P B IoM 4' minimum diameter ball prslMUse pipe Minim to suit bolt circle. COMBINED STREET SIGN " a.Nwoy Alm rim PEDESTRIAN PUSH BUTTON POST awns BASE PLATE '!f --off Y MP -n9 dries w -ii I'-6 Dia GUARD POST. memms JULY 1.IE80 " ' Db IAN peel pipe FCC 4 wmmkse -CuAaedae N Mauler Direction or Pottle NOTE: PLAN Paint lmmeenpn Rwdway side being honk .hen oemnlier or post bed of direction of 2' I  fir 2V(Series b' Letters 21 RO:*`ar pal of pole 4 LETTER DETAIL 0 a Curb or alaulder grade TYPICAL NUMBER FORMAT LOCATION OF EQUIPMENT NUMBERS ON STANDARDS AND POSTS STATE OF CALIFORNIA SUSNESS AND TRANSPORTATION AGENCY DEPARTMENT 01 TRANSPORTATION TRAFFIC SIGNAL AND LIGHTING STANDARDS TYPE I STANDARDS AND PUSHBUTTON POSTS IES-6A ran N 0y " " " " HoMIMle W IwmM1q d.alpe. Y. 5' naaluol. Katy I I I Removable ynl*, cap Back of Nudist Rohiliglt socket hype arrn connection per - milling pimple remorol of most. arm. Chap outlet for electrical aendenors. S." IYc flC get M1"coot Nan bps mil puke4d 1/4  bob extwod recover rnded PC 14 bibs. Nolan. _TY (RO.C. EUMOLIE111 4 Pie Lmale ELEVATION TYPE 15 Pete Type POLE DATA BASE PLATE DATA 4eninepe Ns. A 11" 10/1111" 10/11 Boss Min' 0 0 1b46".0 C' S I 02 TNdr 1gep Anchor Boles Tee Sit. Bole Civets 14 20'-0" T' 4 0.1888' II' Isle 919" be' Fa B "14" IQ 15 Sd-0' B' x 61196" 12 101i" 11" I' 1'p 36',4' 11� C-16'Itai 6'" 15' Ifie 21 55.0 81156' 71 11 DA!!' 12' 12 1145' f WI' Ste note 2 le Q' IMeme One 4ngl to N mod .list Weida mesa .n Me peat. For anther/tee Detail tee 8 " 5-a 1 Sot when type IS it to be maonitd on Bridge Rageg 4 Pre l.cftd Length Beth if Iaalurl 4 s s S 6 HOsehei. ELEVATION TYPE 21 BRIDGE MOUNTED LNMINAIRE ARN DATA N Pml.cled N Rio 4in 00 At Pots TNCNKi P Mounluq s TYpe'S kPe A _ -0' @ 2'-0at rft.>, F -ft 3'4; ] s 0.11!6' Sf-6" i t - I i i6 -q pSt-fir SY-6 3 ID e if=o " 3{d ]2.9 ! 3Y -ft SE -9 t -73s -" t - t i��oa 0-Yt Far tee 0-54u4 trim B tmMmd alb tape BO Pass pets ands, test ES -6E. mm.mnt J41TII�BO tur NC a 1t" ionq XS cap Kites, tit S Top pals plots Chet. San ler and conductors DETAIL R LUMINAIRE ARM CONNECTION BASE PLATE STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION LIGHTING STANDARDS TYPES 14,15 & 21 01-54 Irs-ss " " " " " " F.9 /Roadway IWMIwM M do on ELEVATION TYPE 16-1-70 16-1-70 $40 NC c 144" lee_ M S rap aerewa, le 4 Tap Cols NOT Chased edges 1a *Met. mlwn�e NS. Me. Med cap screw. Total 4 Tap pals plait 219.4 hale, chased to electrical c oduclers Detail 8 SIGNAL ARM DATA Preleclsd Length Meaning Hearn H 00 At Pale Thickness Boll Circle H$ Cap $draws Mole Sin Arm L Thickness Poe G Thickness a. 15'-O l6 -O 22-31 23. 3" IT -6' 501196" ]IH . 20.0' 1n 0.1796' 25-0. JO' -0' 22'-7"3 16'-0" 7a' 0.1198' 11' I 101@' I' IW" 23' 2J'-03 16-0' yr II" wdC` 1'-BNGavi love I' IW" 23. 1N' for 0.1196 or Doll arm L Dril and tat pol. L oral for 54 -10 NC tar OI79J" ar SIGNAL ARM CONNECTION FOR 151,181 8 20' ARMS Wet' backing ring SECTION A -A Detail B ELEVATION SIGNAL ARM CONNECTION DETAILS FOR'25' 8 30' ARMS s 0-5` W-.I'aadln9 B ��a T.' rine. tocawe P DETAIL B Back of talon C BASE PLATE �� 3(012' 55 lbe L l/4" top, bottom & fides Chased edges to Dreeenl damage to elect. conductors Gdlnnife drain hales, 2 both sides Top LUMINAIRE ARM DATA M N Min P Mount no He9l Projected 0 0 Thmknns 3O'-0- 39-0 Length lrin Ar Pole Pole Pole 6'-0" 1.0'! 3'M" 31'-6": 36'-6"t 6' -O"2 -6"t 3'/f 32'- 0'" 37'- 0'" 10'- 0` 3'-3'n 0.1196' 32'- 9's 3Y- 9"x 12 - Om 4 ] " " 3n' J3 9 736 9 " 15'-0"4-92 411 34'- Et 39'-3'L Pole Tyw Load Case Wind krMmM m., POLE DATA BASE PLATE DATA Luminaie Arm Sigma Al., C1014 PILE. FONDATIOM A MAW Min OD Thickness AM,n toeSection Anther C 01 02 ThkkMn Bolls Diameter Depth RelrMned Bon Top Leayth Bolles. Tap _ Sire Cote 161.70 I 70 l6' -O- 8' 519' 0,196 None It 114f If" I I's 3694' n' Nara � - 20 2' -8" s'.0" No 17- I -0Q 30-0" 35A" 0.1793' 10' 0' - Slh" 341 12' Of N" IW"cN"a4" 6 15 ��] 15' s'- 6" - 17. 1.70_ I7-1- DI IT -1-70 6'- @' 9+�� IB` 07391" 11/4"I i5, 6.15' 111 20' OA" 1.70 O.rt antNo�s IS' -0' 4' 16" Is" I] s'- ' 117 � re or20 I9 --177/7., 93/4. -70 I6. 7   1R"a54"h6" None 30' 2'-6" 6'-0" .. Tee 19-1-70 30-0 WE., W SW s51{ 6' -IS' 121 25'a, 81.11 81 19A-1-70 35'-0" 104e 51''IP6 Is -0" 9" O unless 011none noted am pions " .w :LILY 1,1960 M Projected Length Rostwer Hand hole Founds hen 1 El EVATI ON Da TYPE 17-1.70, 17A -I-70 19-1.70 I9A-I-70 STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND LIGHTING STANDARDS CASE 1 ARM LOADING WIND VELOCITYe7OMPH ARM LENGTHS 151 TO 30' IES- 6J O1 L " " " " " " " " N A 3(01' 55 lb (m 2' 55 lbs f Project d Lon9tn 3@ 12' 55 lb Roadway Found*lice ELEVATION TYPE 18-3-70 23-3-70 27-3-70 a la H.S. Ma. Mod cop aaray. Tape TOP polo plate 235'P halo, chased la aclrcol conductors Dead B 5M Is 1h'-IINCi Alf ii NS cop win, toe 3 Top Nolo Mal[. CIe1N odg.a ear sisal conductors '/f avast t'a Mm t top.Sot 8 id.. DETAIL W 'w LUMINAIRE ARM CONNECTION Nato: I. Ma" 0al.s and weds for 40' B 45'orms V4' for arms <40. SIGNAL ARM DATA E Pcaj�nd LslIQM F Min Soaco�� 0 1,11/41/41/4. IYiyyna H MM 00 Al Ras Adam I Boll CI" N9 f .n J Plat. K Arm t Thicham,Tl,[iKff L Pop t 4. 20.0 8.0 21' -it IB-0' 5W wise 11' f-BNC.21E low 1W' 23" 25.0' . R 0 2T 2 " _. 150. 7��i' 0.1793` 30" -Or 23t0'd a 35t0' 141 -Er . B"M 13" Wit i3 IS' 114" 141 21" 404/ l5 o" 0.2391" 13` 13' lid 1W IS" MS -Ow rec. M- SECTION A -A ELEVATION SIGNAL ARM CONNECTION DETAILS LUMINAIRE ARM DATA Y N Min P Yoentn9 Nap, ,�� Rlu iI Pell TNcknass 300 Pols 33!0 6'- 0 Y -ITS 31/4 3Y6'. 36,6'" 6'-0` Y -6`t 3$' 32-0'1 3T'O 1 10 -0 3-3't 30.. 0.1196' 32'9'" srs.. 12 - 0" W-3': 33't9' 3225"4. IS' - 0� 4-91 44' 34'3' 39'3`1 DETAIL B Typ n-3 3012' t AP, 55 balsam B sides , Ian Nolo 1. Onpsd .does Galvanize drain caps, 2 Mk halos Tp See Nals I Pop Typo Lead CAI YInA Wbcily mph POLE DATA BASE PLATE DATA laswnis Arm Signal N Arm CIDH PILE FOUNDATION f& Haase We OD Alin hN senian c DI 02 TacblMu Anther Bells Oiomafer Depth Minbrtp Best Teo Widows a I..IpM Ballow Ts CNcp Siz. Bo" IT -3-70 IB-}A 3 TO 3WO' i70 3001_ 35,0' i I{ 93/5W' 103 104 0.IT93 100' SW 54" 16' IS' HA," lIeCs44%4A 15� 6'-15 j1 201 2'-e' 71-0' Yes Now IY 16'h' 15' 13'r 60'x6' 16W None BCD" 19-340 1134' S3//, flq se ff. 6 6_154251/4E6 6' -IS 1 19A -3-7V 150 2 233 -To +3.70 9 Ne 10w .0. B le I71hL_ I6' WC 174C1rf5' No w 36' ,d R" 8' 61 13r 6 i5 244-3-70 35'-0JJF V' T 26_3.0 2N3 -7q 300" -1-1 ' 8�� 03391' 100 8 8 - 17' 61-131 40'w(I 3' e Thar 15-0 7531 27-340 1 r 93 New Nano Oman IM pale shaft a cowpntae lot pad load pis dttlscliaa, Inca*. arm IISIN N W OM ,Man allrNI paled on Nana. lirter Hi At 54, ..rnm" " 014JULY 11950 M Projs[pa Length E Pro (Ample nple Dalai Ya SCSign BASE PLATE Roadway Handhala Fwndmi ELEVATION TYPE 17-3-70, 24A-3-70 19-3-70, 26-3-70 I9A-3-70, 26A-3-70 24.3-70 STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND LIGHTING STANDARDS CASE 3 ARM LOADING WIND VELOCITY" TOMPH _ ARM LENGTHS 2(i TO 45 IES-GL " " " " " " " " " " e lino -a ,F 9air ball Slip filter for MAT mounting it than. Ott MAT or MAS as sheen on pan. d,  Signal arm DETAIL S -SIDE TENON I'e 1/j Backing fine. Tack weld 2.0d pipe. IMide ground .mcom for win protection. SECTION 4-4 PIPE TENONS This detail ,hall be used a 2 ply poNs ELEVATION PLAN A Male dia " Pill. inside die- 2 PLAN B, ALTERNATIVE BASE PLATE DETAILS USE PLAN S UNLESS SNaYN OINERNSE Mr elmPpe. Mecttn ("��""'7'��9lwm arm M elm pmlemM Tight IN I 4. I 3. I DETAIL TS -TIP TENON 2'Sltpipe, chased fn Mn protection Well Thickness 0.1196' 0.191 0.2391' 0. 3125' 0. II96' 0.1191' 0.2391' 0.3125' Pole outside die " VI DETAIL TL- TIP TENON This teed a awsMet Deft S Manse driveled amide face caw 9. pal as niltanemeM ring ene Alton hood socket rep screw. flush with cod. Topped hob in steel snip TAMPER RESISTANT HANDHOLE COVER IDENTIFICATION NUMBER Mal a stomped Pahl lag with each pale's Menlilication number to shall helve hoMhols. W' high number minimum. Sample Identification Numbet i��a/ A' "Ail be 44are ,f4 Y' ISA-3-TD-30.77 UM SL far Opel load can et 6i9' Rural, reinforced Mm mg unfelt to wields 2t pole. See Note 4. 01196 - cpear mom. Lamed in same imam n meal win ,L" 11 11 7F kl 11 wSTM A307 , I la char bell, II a-114. i II 'L.) O-1 HANDHOLE AND ANCHORAGE DETAILS maltjnto fly WIYY M.Rn mains JULY 11950 Anther NN" IRrnd rob a' end aolwadn (-0 x_FN,RN Role Site of nawa ball. N' o. b . c =refer to taMn en Maldnd Arne. HOTEL I. 4-ASTM A-301 anchor bpM ms nMlred lot tech pale. Praia a hes mat. leveling Nal end 2 washers for oath boll. - 2. UNMAN, no ;all he rend lead stew Mafia, Mlmsm toper 0.14 Scan per led. a I. on ad avian 2 ay' 00 M. menlM hwdwme. Cassias al Y Md pipe Awl T' Mg may be used al the alts of met wrvl.slwer. 3. Stahel as. shall be mend, lined peal haw. indolent taper 0.14 Inches per MN. 4. O Dal; ��N;m:RIntr eft? S1,34;1 Ill" fat 0.119R.M S. S ape t me lemma rMtsmWt ler MS bens, cep omen shall be tightened ip the Miami -red method V3 lyre from a snug 11911 (Ann. No washer well be required. d. Comber pole slats. far type. 24 8 26 as nqulted M . compensate far dead load defleclan. T. Pb, 8 bets ems weldfg deeds nay be ism to weld Sped am fa okra win pate N the carnation is normal. Tole do.. not lotted' a *knoll oweNmlen stab as the Lamina am STATE OP CALIFORNIA RUMNESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRNRP0NTATNMS TRAFFIC SIGNAL AND LIGHTING STANDARDS DETAILS NO I IES-GS " " " " " " SECTION B B Top of sign level REAR VIEW 11" 0 a Coo " e 4 epml d 6' RIG 011k l-6' lop W Splice. ed grade Condor it Finished grade C-Cdedeit Safety slap -Ih' g<Iv Mx Ad bolt, nut B tack waskes lamoll MA, channel, 10101 2. Mast arm 1M1' c 0.105' gait. pye clamp t,i 0mr het ha waif,aul B lock washer, total 2 " Will B tap lot e/e' cop screw WMM lack watAw, t life' s 0.105' cool bbl gnlv steel or aluminum chlnMI ea ow bolt, nut 8 fiber washer. IOW 6 Sign panel DETAIL U SIDE VIEW SIGN MOUNTING DETAILS t/2' SECTION A A of W F LCVATION ELEVATION " REINFORCED PILE NON -REINFORCED PILE CAST - IN -DRILLED HOLE PILE FOUNDATION PSI sleeve el etch welded ant Provide .nnoctie reinlpht tap, unless ones tMtlric Comb& and is ndiremd m Rnf STANDARD TOP L NOUN ING ADAPTER FOR PHOTO ELECTRIC CONTROL UNIT POLE TOP DETAILS Full pnlranpn FLA pmalmlion DETAIL T FOR UNIFORM TUBE THICKNESS AT TUBE THICKNESS CHANGE POLE SPLICES Poles To EN Installed 0n Reused Foundation. Bolt circles cod anchor bon OM have Peen wdsed. TM Conlmcmr shalt rarity dependent dimensions before fabricating poles to be installed an reused fauodetlons.` -.,fir. ft_ .r.��r. w...mm,eJULY 1,1930 m. Photoelectric 2Q MI pipe 21h" long t with 2' diameter hale ALTERNATIVE MOUNTING ADAPTER STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND LIGHTING STANDARDS DETAILS NO 2 I ES-6T " " " " " " " " pills -40 Wale: Keeper A not flown COO 'Detail p - .:sung pet<R Tog in hot. Lunona:tu e.ln PLAN - TOP PLATES Voodoo,. slot ��> ':epestud. OOHS M.no boll. nut. not tttd 2 plate. looms C M pat 'ea p0so t flat washer Plate washer. 0033Y keeper R Tap Of adjoining aura at iOewalh obllem ii;, tat I I" Threaded stud drilled and tapped Into lop slip Pm A. Insect stud and a enter punch at bottom ealphtrp to loch In place prior It galvanizing. T Bosom bas t op al foundation [��I Edsting anchor feu s Tplath eR ELEVATION PLAN - BOTTOM PLATES Mae SLIP BASE R. INSERT DETAILS Gains' Stirbss rot Plato darriane lee 'plan -Top Male( Oatmm ao bat. t Bottom base R SECTION C -C CAST OPTION SECTION C - C WELDED OPTION [ uacnobo rot PLAN Nolo 4.ls.1. tote Gab. R washer PLATE WASHER Nate For deblb not shoos see 'Slattern Boss R ouoili' W -Plea - BMtyn Plotes . t Slat m bonten. hose I t BOTTOM BASE t DETAILS pa e 0.0339' Neese F. mete on leo ar nilame cal vosM. A zed. A326, 090. ----0- 'JULY 1 1980 DM. 10 - DETAIL D Ph IV " Nola NOTES: I. Tereus WWI slip bass bolls le ISO II-lbs. 2. All eat moterlel le Os eelequiud eller fabrication. 3. t'i stall conform to ASIA. A -3e2, exempt a noted. f&. Cori option Abell cordate to AS.TM. A-27 Grade 70-40. S. Flat PAST stroll confers le ASTM. A-325. G. TN N Reseda' studs atoll conform to IM appbklo requirements of ASTR �307 Grab A bells. T. Cembit riser (including bating) sAoli pramtla no mars than 2 IM' above top et footing. G. Moen acigbp trria StlM l T/b'e prmia an aaabo teta.d later N 2IM alamalA R itch slot NIA. STATE OF CALIFORNIA SP BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION SLIP BASE INSERT FOR TYPE 10 a IS LIGHTING STANDARDS I ES -6U " " " " " " NOTES ON PULL BOXES I. Use steel cow, and special concrete boring, as shown, when be is to be installed where subject to vehicular traffic Nods. Steel caer shall Ian embossed non-skid potters. 2. Steel reinforcing shall be os regularly used in lens standard products of the respective manufacturer. 3 Top or pull bones shall be fish with surrounding grade or lop of adjacent curb, except Mal inuaose M d areas Nrs pull be is not immediately adjacent to andpralealedby 0 concrete fourdNmn, pole or other protective constructs, nee box shall be placed with ifs lop 010 foot above surrounding grade. Where practicable, pull boxes shown in the crniry of curbs shall be placed adjacent to the hock of curb, and pull bees dawn adjacent to triads shall be paced on side of faunmtian facing traffic. unless otherwise noted 4 Pull bra coven shall be marked as follows: 101 "TRAFFIC SIGNAL" Where poll box conbis traffic signal =doctors wills or without street lighting conductor.. Ihi "STREET LIGHTING' Where WII hoecontains sent lighting Conductors only. "HIGH VOLTAGE" tall be odds, where street lighting voltage is above 600 sons. lc) "COMMUNICATION" For pull boos where canmunicolim conduit enters the pull hoe. (dl "SPRINKLER CONTROL' For pull boxes when sprinkler control conduit men the pull No (t 'ODUNT STATION' Fa pull boxes when count station conduit enters the pull bar If) 'RAMP METER' For poll boos where rasp meter raided enters the pull box. Is 'SERVICE" For pull boxes where riser conduits from utility pole terminals. UI" CALTRANS"For all pal Imes. 5. Bondng jumper for metal covers shall be 36" long,mnmum. 6. The nomral dimensions of IN opening in which the cover sets shall be the same as the cover dimensions except Ina length andwdt dimensions shall be %pied, greater. T All coven and bons shall be inlerchmgsabls with California Standard isle andfemale gages. When interchanged park a slandordmole or female goge,lhe lop surfaces troll be flush within t/8uch. Tap outside edge of all cancels coven and pull boxes shall have a k, mat. radius - fl Special tall Tom Am"slion PWlbou (L.ETS) that be centered on the double yellow dripe,orcsnlered between 0=1s/double allow stripes. 9. When pull box is inslolled in sidewalk area ma seeders, the depth of the poll box shall be adjustedso Thal IN kg of the box is flush with the loped sidewalk Pull bee with traffic cover 45' 'LOS =doctors saw slam See Curb Team ation Notes (ES -SO) U PLAN VIEW 12" 4'6' 3' Feclary ell ELEVATION. LEFT TURN TERMINATION PULL BOX {LTTC' (For use in uncurbed medians only when shown on plans Tube, Ste- wall 2t6' Lo Boll taut shall molds slandord stud bolts See Nate 4 Sidewalk or Pertinent grade Reinf Cone Box Grounding Bushing Seal around conduit with mortar Pour in Field et Nele 2 Laths to be no le S" mot nigh See Nell 4 COVERS 34 bass or clinics' steel Nod bells, nuts end eashere 2 er em. Recess in cover for nee. 62' MN. 3/4' Mex. UP at arpud PULL BOX WITH TRAFFIC COVER (CONCRETE BOX ONLY) W ouM'q Busking Gab (Bee Kole 31 Preset reinforced concrete. Use bonding papers grand bushings. Seel bound conduit wilh metier. Extension whet has he we rockenable transformer belet a sump When specified. Ground rod when specified or when hot houses Irensformn. SECTION 8-8 Screwdriver slot "s34' " e"u112 3i brass or stainless steel hold-down ball and nut Come shed cover entire top of box Mt tie bit hole 4- nil pale cover, patronized altar labricatiom 1102's lig' a 516"L Min. Bevel ends tall! lip or bon Cafe Ilb's5hf4Min. rousing Bushing 3" Min PCC an all sides of box Pull Das Na312 No. y No *Emu ing sand it cob. " " Top dimension. A4j JULY 1,1980 Pull bee rover te2 Th Al' 2-45 et TOP VIEW SECTION A -A " INSTALLATION DETAILS DIMENSION TABLE CONCRETE BOX Mn " Mm Depth Boa Thickness and EetmLm I` No Extension 22- 24" PLASTIC BOX Mn., " Min Depth Roe Thickness and Extension Sic' NoExtensim- 'Pt y" 20" 20- CONCRETE OR PLASTIC COY RS Edge Edge L" ' W" ' R Thickness Toper 1538, jpe4x I4,. IS, 14" 2344- 305/6" '33/4* 1T%g" IIN 114" 2- Clean Crushed Rook STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC'SIGNALAND HIGHWAY LIGHTING DETAILS . PULL BOX DETAILS 1 ES -8 Fn cn CO " " " " " " " " Ca Ga ISOFOOTCANDLE CURVE  MINIMUM . 40 ittj 0 40  8 BO 40 0 40 SO 120 DISTANCE IN FEET TYPE El MEDIUM SEMI -CUTOFF SWOFJ Highway LOAN Lumina* 3d Mvxng Heigh" LAMP OPERATE� AT 22,000 LUMENS 200 WATT HIGH PRESSURE SODOM LAMP ANSI DESIGIBMTEN 566 ISOFOOTCANDLE CURVE  MINIMUM 40 a 0 90 80 0 GO 40 3 40 DISTANCE IN FEE TYPE DI MEDIUM CUTOFF Cutoff H4/NF Living Lamson 3d M0wiN9 Height LAMP OPERATED AT 22,000 LUMENS 200 WATT *GM PRESSURE SODIUM LAMP ANSI DESIGNATION 666 4 80 ISOFOOTCANDLE CURVE  MINIMUM 120 le 0 40 80 20 80 40- 0 40 DISTANCE IN FEET TYPE B MEDIUM SEMI -CUTOFF mwmul L4MFq Lanai* 30 M Ng Hmot4 LAPP OPERATED AT 27,500 LU.9:NS 250 WATT HIGH PRESSURE SOC MI LAMP ANSI DESIGNATION 550 120 40 ISOFOOTCANDLE CURVE  MINIMUM 80 40 0 40 80 20 DISTANCE IN FEET TYPE ID MEDIUM SEM-CUTOFF SNeMed Runway LIOIlvq Lummie< 4V Moulting Height LAMP OPERATED AT 37,000 LUMENS 310 WATT HIGH PRESSURE SODIUM LAW ANSI DESIGNATION 667 ISOFOOTCANDLE CURVE  MINIMUM 80 80 40 07---10 80 20 DISTANCE IN FEET TYPE @ MEDIUM CUTOFF Cutoff RDWay Lighting Luminart q Height LAW BERATED AT 31000 LUMENS 310 WATT HIGH PRESSURE SCOMM LAMP ANSI DESIGNATION 567 ISOFOOTCANDLE CURVE  MINIMUM - 80 40 0 40 80 DISTANCE N FEET TYPE DI SEDUM SEM-CUTOFF Wielded MWWq. L.gnln,9 Lamm* 120 LAW OPERATED AT 50,000 LINENS 400 WATT NIGH PRESSURE SOCWM LAMP ANSI DESIGNATION 551 ISOFOOTCANDLE CURVE  MINIMUM 40 20 0 14- E 20 DISTANCE IN FEET 4060 40 0 R 0 40 60 DISTANCE IN FEET DETAIL F" SOFFIT LUMMAIRE n'MoaM:q HO LAMP OPERATED AT 5.803 LUMENS TO WATT HIGH PRESSURE SODIUM LAMP ANSI DESIGNATION 662 ISOFOOTCANDLE CURVE -MINIMUM 20 40 60 60 40 20 0 20 40 DISTANCE M FEET DETAL -W" WALL LUM WORK I5' Mowing LAMP OPERATED AT 9,500 LUMENS DO WATT HIGH PRESSURE SOEI M LAW NISI DESIGNATION 854 c_to GO NOTE IRAN 4icmm4 6Me 8A Same' NaaonIM leol-ow dln nq*td. aa.o<6 JULY I1950'a STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS ISOLUX DIAGRAMS ES -I0 " " " " " " " " " " " Cd) A t Pole Luminaire and Traffic Side Edge of base plate (Set Note II L1 foundation Lamnalit end Traffic Side Hinge Point CUT SLOPES STEEPER THAN 4:1 Hinge Point 3 Behind median or island curb except centered In 4.10 6' medians. 2" -6 -Behind dwb smith wide sidewalk. " MEDIAN, ISLAND OR WIDE SIDEWALK IT. WIDE AND WIDER) NARROW SIDEWALK (LESS THAN T' WIDE I Shape to clear FILL SLOPES STEEPER THAN 4.1 Edge of base plait (See Note II Unnlnalre end Trema Side Type 3t and Type 32 Standard -set bock same as,mostorm length Ft Pole IB'-Type 30 N Standard 13'- Vase other standards at behind Shoulders. IO'-Where other standards ore behind , curbs and gutters ' Edge o1 troweled way or auxiliary lone FLAT SECTIONS, CUT OR FILL SLOPES 4.1 OR FLATTER FOUNDATIONS ADJACENT TO ALL ROADWAYS EXCEPT IN SIDEWALK, MEDIAN AND ISLAND AREAS C. Pale - Sidewalk , 6' FOUNDATIONS IN SIDEWALK, MEDIAN AND ISLAND AREAS .wwso dyly._L 1960 NOTES I . Where a portion of the foundation is dove grade the top edges shall have a I" chamfer. 2. Pull boxes for etectroliers and signal standards shall be located or the same station (e 5feet I as she adjacent eteclmlier or Waned standard. " Pall bares shah be placed adjacent to bock of curb co edge of shoulder except where this is impracticable, a box may be placed in another suitably protected and accessible location. Pull boxes shall be flush with surrounding grade and shall not be buried. STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY , DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS FOUNDATION INSTALLATIONS ES - II " " " " " " " " N Cal Minimum Cdnpound thickness equal la insulation on through conductor Ae", 2" r 2" Electrical filler compound 2 layers of 0.0171" thick PVC lope hall lopped A Penciling' typal -4' Min. C" Shaped comprenion connector TYPE "C" SPLICE (Between I Free -End and I through Conductor) Minimum Compound thickness equal to insulin ion on largest conductor 3N" , 2" Electrical filler compound 2 layers a10 thick PVC lope hole lapped Penciling typical - 4" Min Approved compression connector TYPE "tS'I SPLICE (Between 2 Free -Ends) LUMINAIRE BALLAST FUSING Pd lines olmaltple ballasts shell bs pnulded with fused connectors. Fuse ratings shall bees 11011/0 . VOLTAGECIR 1113E VOLTAGE RATING FUSE CURRENT RATING UPS LAMP BALLASTS MERCURY LAMP BALLASTS MULTIPLE TO MULTIPLE - TRANSFORMERS 70 WATT 100 WATT 1A WATT 200 WATT 250 WATT 3MWATT 400 WATT 115 WATT 250WATT 400 WATT 700 WATT I kVA 2 KVA 3 KVA 120V 250V 3 3 3 5 6 10 IO 3 6 10 la 15 240V 2509 3 3 3 3 3 6 . 6 3 3 5 10 tO 25 IS 30 25 460V 500E00V 5 5 3 3 3 5 5 3 3 5 5 6 6 tO End of conductor Minimum Compound thickness equal to insulation on through conductor Electrical filler compound 2 layers of 0,007" pick PVC tape hall tapped TYPE "T" SPLICE (For 3 Free -Ends) Circuit (I Bab) Phase Eguipmml loaner' lumber (Ior2 bolds) &gamer/ bailie. at shown on pin Pose 4 PPE Pedeekim cbnrd TYPICAL BANDING OF CONDUCTOR ENDS NOTE. Funs shell te slew Mowing Nn FUSE RATINGS FOR FUSED CONNECTORS r"kr'sQ1% gegiiirrag Ova 1/o srwaa Juy I, 1950 Penciling Nycm- Ib'Mm. GENERAL NOTES "C" Shaped compression connector I. All dimensions ore minimal 2. Rubber lopes shall be rolled eller application. 3 When PVC tope is used as final layer, point finished splice With electrical insulating coating. 4 Pressure sleeve type connectors may be used for Itn "S"and "T"wlices. INSULATING METHODS Low Voltage Circuits (0-600 volts) MFTHOO A" 1. Completely Cover the splice with on electrical insulating compound and allow to dry 2. Apply electrical tiller compound and PVC lope as shoes. N OR MF THOO "B"  W I. Completely cover the splicewith an electrical insulating compound and allow lo dry. 2. Ilse 2 layers of electrical insulating pod of minimum thickness of I4 each or 2 luyers,halr lopped,synlnetic, oil resistant. c .t fusing rubber lope.. 3. Apply a007 -Mick PVC tope to o thkkness equal to original eudaticn. High Vol loge Circuits (Over 600 Volts) . Completely cover the splice with an electrical insulating compound and allow to dry. 2. Apply high soilage lope too thickness equal lo original insulation. 3. Apply 2 layers of PVC tape, hall lapped STATE OF CALIFORNIA BUSINESS ASO TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL AND HIGHWAY LIGHTING DETAILS WIRING DETAILS AND FUSE RATINGS IES-I3