Loading...
HomeMy Public PortalAboutFifth Avenue at San Mateo Drive Traffic Signal and Park Entry1 1 1 1 1 1 1 1 1 1 1 '1 1 1 1 1 i 1 1 CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK FIFTH. AVENUE at SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY TO BE USED IN CONJUNCTION WITH STANDARD SPECIFICATIONS OF THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1988 EDITION AND APWA - AGC Standard Specifications for Public Works Constructions, 1988 PROJECT. NO. 90 — 8789 DATE MAY 1989 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San Mateo,California 94403 Telephone (415) 377-3315 -G'3' FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO Engineer's Estimate Item Description No. of Work SIGNALS AND STREET WORK: Estimated Quantity Unit Unit Total Amount Price of Item 1. Furnish and install traffic signal system L.S. L.S. $ 49,000.00 $ 49,000.00 2. Site Preparation: (Remove Signs -St. Lts, St. Furn, Irrigation system elect. pull boxes, etc. LS LS $ 2,000.00 $ 2,000.00 3. Construct Downtown type wheelchair ramp Case "A" per Detail Sheet 8 2 EA $ 750.00 $ 1,500.00 4. Construct Downtown type wheelchair ramp Case "B" per Detail Sheet 8 2 EA $ 900.00 $ 1,800.00 5. Handicap Ramp per Dwg. 3-1-159A 1 EA $ 900.00 $ 900.00 6. Remove exist. catch basin and construct Catch Basin (Type F-2) 1 EA $ 2,250.00 $ 2,250.00 7. Remove exist. catch basin, fill void with sand and seal end of pipe with brick & mortar. Salvage frame and grate 1 EA $ 500.00 $ 500.00 8. 15" Reinforced Conc. Pipe (Class III) 8 LF 70.00 $ 560.00 9, Remove Existing Bomanite Crosswalks 660 SF $ 2.50 $ 1,650.00 10. Remove Conc. Sidewalk With Landscape Island 542 SF $ 2.00 $ 1,084.00 11. Remove existing conc. sidewalk 960 SF $ 1.50 $ 1,440.00 12. Remove Conc. Curb & Gutter 50 LF $ 5.00 $ 250.00 13. Remove Conc. Curb 95 LF $ 4.00 $ 380.00 14. Type A Conc. curb & 1.5 ft. Gutter 46 LF $ 20.00 $ 920.00 15. Type A Conc. Curb and 2 ft. Gutter 95 LF $ 20.00 $ 1,900.00 16. 8" Deep Lift Asphalt Concrete Pavement 1400 SF $ 3.00 $ 4,200.00 17, 4" Concrete Pavement over Sand or Gravel 900 SF $ 6.00 $ 5,400.00 ITEMS 1 thru 17 SUB -TOTAL $ 75,734.00 0873p/7 1 of 3 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO Engineer's Estimate (continued) Item Description No. of Work 18. Thermoplastic Crosswalk and Pavement Marking 19. Pavement Marker (Non -Reflective) 20. Pavement Marker (Reflective) 21. Tree removal CENTRAL PARK ENTRY: 22. A/C Pavement removal 23. Sawcuttinq 24. Concrete Curb Removal 25. Fence Concrete Footing 26. Conc. Planters Curb 6" x 12" Estimated Unit Total Amount Quantity Unit Price of Item LS LS $ 2,000.00 $ 2,000.00 200 EA $ 3.00 $ 600.00 80 EA $ 5.00 $ 400.00 3 EA $ 200.00 $ 600.00 600 S.F. $ 1.00 $ 600.00 60 L.F. $ 2.00 $ 120.00 100 L.F. $ 1.00 $ 100.00 110 L.F. $ 10.00 $ 1,100.00 80 L.F. $ 5.00 $ 400.00 27. Relocating Util. Boxes L.S. L.S. $ 500.00 $ 500.00 28. Clearing & Grubbing 2000 S.F. $ .15 $ 300.00 29. 2" Asphalt Concrete _ over 4" Aggr. 30. Concrete Banding 6" x 6" Concrete Banding 12" x 6" 31. Grooved Band @ Handicap Ramp 32. Pilaster (approx. 8' high) 33. Pilaster (approx. 5' high) 34. 4" Conc. Paving over Sand or Gravel 35. Relocate Irrigation Heads, install new piping, add heads, including casings 36. Soil 37. Fine Preparation Grading 38. Sodded Turf 39. 24" E ox Trees with pipe supports, grate and aeration pipe TOTAL PROJECT BASE BID 0873p/7 650 S.F. $ 2.00 $ 1,300.00 50 L.F. $ 2.00 $ 100.00 50 L.F. $ 4.00 $ 200.00 100 L.F. $ 15.00 $ 1,500.00 5 EA. $ 1,600.00 $ 8,000.00 7 EA. $ 1,200.00 $ 8,400.00 2340 S.F. $ 5.00 $ 11,700.00 L.S. L.S. $ 2,000.00 $ 2,000.00 1150 S.F. $ .20 $ 400.00 1150 S.F. $ .10 $ 200.00 1100 S.F. $ .60 $ 660.00 2 EA. $ 1,400.00 $ 2,800.00 ITEMS 18 thru 39 SUB -TOTAL $ 43,980.00 (Items 1 thru 40) GRAND TOTAL $119.714.00 2 of 3 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO Engineer's Estimate (continued) Item Description No. of Work ADDITIVE BID ITEMS (CENTRAL PARK ENTRY) Estimated Quantity Unit Unit Total Amount Price of Item. 1. Fence (Straight, Arched, & Curved) 110 L.F. $ 100.00 $ 11,000.00 2. Accent Lighting with conduit and wiring L.S. L.S. $ 1,850.00 $ 1,850.00 3. Realign transformer box to new position, and adjust to grade. All per PG&E Co. requirements. Size of exist. enclosure box A'-6" x 8'-6" 1 EA. $ 3,000.00 $ 3,000.00 TOTAL ADDITIVE BID ITEMS $ 15.B5Q.00 CONTRACTOR SHALL BID ALL ITEMS. 0873p/7 3 of 3 I I I 1 a1 I 1 I I I I I I i NOTICE INVITING SEALED PROPOSALS FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for the installation of traffic signals and wheelchair ramps at the intersection of Fifth Avenue at San Mateo Drive and other work as shown on the Contract Drawings No. 1-16-9 and as described in the General and Special Provisions for this project; the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition, and all addenda thereto; and also as described in the Standard Specifications of the State of California, Department of Transportation, dated January, 1988. 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 nonrefundable fee of $15.00 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 General Provisions GP -7-2.3,1 through GP -7-2.3.9. 5. The time of completion for this contract shall be ninety (90) working days, beginning from the date of the 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, modify, 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 who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determinations effective at the time of the call for bids. 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., May 30, 1989 and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 9. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as the City's interest may dictate, City Council may exercise its right to modify the award or to reject any or all bids. 10. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to Government Code §4590, the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are hereby expressly made a part of the contract. Dated: May 1, 1989 0873p/7 1 /s/ PAUL J. GUMBINGER, MAYOR 1 I I I I I I I 1 I I I I 1 1 I I r 1 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO CONTRACT DRAWINGS NO. 1-16-9-(8 sheet(s)) TIME OF COMPLETION: 100 Working Days 0873p/7 CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT' CERTIFICATE OF NONDISCRIMINATION CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE GENERAL PROVISIONS SPECIAL PROVISIONS 2 I i I I I I I I I 1 1 I I I 1 I i I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO 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 General and Special Provisions and the APWA•-AGC Standard Specifications for Public Works Construction, 1988 Edition, and the Standard Specifications of the State of California, Department of Transportation, dated January 1988. This proposal is submitted in conformance with the requirements of the APWA--AGC Standard Specifications for Public Works Construction, 1988 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 be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company Phone Number 0873p/7 3 ( ) i I I I 1 r I I I 1 I I I I 1 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL. AND PARK ENTRY CITY OF SAN MATEO Schedule of Bid Items Item Description No. of Work SIGNALS AND STREET WORK: 1. Furnish and install traffic signal system 2. Site Preparation: (Remove Signs —St. Lts, St. Furn, Irrigation system elect. pull boxes, etc. LS LS $ . 3. Construct Downtown type wheelchair ramp e "A" per Detail Sheet 8 2 EA $ $ 4. Construct Downtown type wheelchair ramp Case "B" per Detail Sheet 8 2 EA $ 5. Handicap Ramp per Dwg. 3-1-159A 1 EA $ 6. Remove exist. catch basin, salvage frame and grate, and construct Catch Basin (Type F-2) 1 EA $ $ 7. Remove exist. catch basin, fill void with sand and seal end of pipe with brick & mortar. Salvage frame and grate 8. 15" Reinforced Conc. Pipe (Class III) 8 LF $ $ Estimated Quantity Unit Unit Total Amount Price of Item L.S. L.S. $ $ 1 EA $ 9. Remove Existing Bomanite Crosswalks 660 SF $ 10. Remove Conc. Sidewalk With Landscape Island 542 SF $ $ 11. Remove existing conc. sidewalk 960 SF $ $ 12. Remove Conc. Curb & Gutter 50 LF $ 13. Remove Conc. Curb 95 LF $ $ 14. Type A Conc. curb & 1.5 ft. Gutter 46 LF $ $ 15. Type A Cont. Curb and 2 ft. Gutter 95 LF $ $ 16. 8" Deep Lift Asphalt Concrete Pavement 17. 4" Concrete Pavement over Sand or Gravel 900 SF 1400 SF $ $ $ $ ITEMS 1 thru 17 SUB —TOTAL 0873p/7 4 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO Schedule of Bid Items (continued) I I I I 1 1 i 1 1 I I i I I I Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 18. Thermoplastic Crosswalk and Pavement Marking LS LS $ $ 19. Pavement Marker (Non —Reflective) 200 EA $ $ 20, Pavement Marker (Reflective,)_ 80 EA $ $ 21. Tree removal 3 EA $ CENTRAL PARK ENTRY: 22. A/C Pavement removal 600 S.F. $ $ 24. Concrete Curb Removal 60 L.F. $ 100 L.F. $ $ 25. Fence Concrete Footing 110 L.F. A 26. Conc. Planter Curb 6" x 12" 80 L.F. $ $ 27. Relocating,_Util. Boxes L.S. L.S. j $ 28. Clearing & Grubbing 2000 S.F. $ 29. 2" Asphalt Concrete over 4" Aggr. base 650 S.F. $ $ 30. Concrete Banding 6" x 6" 50 L.F. $ $ Concrete Banding 12" x 6" 50 L.F. $ $ 31. Grooved Band @ Handicap Ramp 100 L.F. 32. Pilaster (approx. 8' high) 5 EA. $ $ 33. Pilaster japprox. 5' high) 7 EA. $ 34. 4" Conc. Paving over Sand or Gravel 2340 S.F. $ 35. Relocate Irrigation Heads, install new piping, add heads, including casings 36. Soil Preparation 37. Fine Grading L.S. L.S. 1150 S.F. $ $ 1150 S.F. $ $ $ L $ $ 38. Sodded Turf 1100 S,F. $ 39. 24" Box Trees with pipe supports, grate and aeration pipe 2 EA. $ $ ITEMS 18 thru 39 SUB -TOTAL $ TOTAL PROJECT BASE BID (Items 1 thru 39) GRAND TOTAL $ 0873p/7 5 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO Schedule of Bid Items (continued) I I I I I r I 1 I 1 1 I I Item Description No. of Work ADDITIVE BID ITEMS (CENTRAL PARK ENTRY) Estimated Quantity Unit Unit Total Amount Price of Item 1. Fence (Straight, Arched, & Curved) 110 L.F. $ $ 2. Accent Lighting with conduit and wiring L.S. L.S. $ $ 3. Realign transformer box to new position, and adjust to grade. All per PG&E Co. requirements. Size of exist. enclosure box 4'-6" x 8'-6" 0873p/7 1 EA. $ TOTAL ADDITIVE BID ITEMS CONTRACTOR SHALL BID ALL ITEMS. 6 1 I I I 1 I I 1 I I I I I 1 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO 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 percent (1%) of the general contractor's total bid. 2. The portion and dollar amount of work which will be done by each subcontractor. NAME ADDRESS (if none, insert the word "none") 0873p/7 SPECIFIC WORK 7 $ DOLLAR AMOUNT 1 1 I1 I 1 I 11 I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1988 Edition, and all addenda thereto; and also has read the State of California Department of Transportation Standard Specifications dated January, 1988, 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: The undersigned understands he must meet the requirements of Section GP --7-2.3 AFFIRMATIVE ACTION GUIDELINES prior to award of contract and conform to those guidelines throughout the duration of the contract. 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 five (5) 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 figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the 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 0873p/7 8 I I I I I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY 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 Nonsigning Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered Signed If PARTNERSHIP, Sign Below _ (Show Names of Nonsigning Partners) PRESIDENT Date Name of Partners SECRETARY Date Signature Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT — Sheet 2 0873p/7 9 1 I 1 1 I 1 1 1 I 1 1 I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY 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) Dated: 0873p/7 10 1 1 11 I 1 1 I I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PART[ ENTRY CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE On behalf of the bidder making this proposal, the undersigned certifies that the Prevailing Wage Scale on file in the Office of the City Clerk will be paid to all craftsmen and laborers working on this project. A copy of the latest determination will be posted at the job site. Title of Project: Bidder: By: Date: (Name and Title of Person Making Certification) Note: Contractor will be obligated, per federal requirements, to submit weekly pay sheets for federal verification. 0873p/7 11 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY GENERAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1 1 1 I I 1 1 PART 1 — GENERAL PROVISIONS — The work embraced herein shall be done according to the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition, and all addenda thereto (hereinafter referred to as the Standard Specifications), except as herein specified, and according to the General and Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with the General and Special Provisions. Exceptions to the Std. Specif. are: 2.4; 3-3.2.3, 5-1; 7-3; 212; 307, 308; and 310-5.6 which are replaced by GP2-4, GP3-3.2.3(a), GP5-1, GP7-3.1L Special Prov. 2nd pars.,_pq. 23, SP3074 Spec. Prov. 2nd para., pg. 23 SP310-5.6 respectively. Any reference therein to the "Agency" shall be deemed to mean City of San Mateo. GP -2-1 AWARD OF CONTRACT — The contract may be awarded to the bidder whom the City determines will best meet the interests of the City. In determining the award, 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, modify, or reject any of the bid items as City sees in its best interest. GP -2-4 CONTRACT BONDS — Delete Section 2-4 of the Standard Specifications and substitute with the following: Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. GP -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. 0873p/7 12 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -2-4.1 GUARANTEE (cont.Z 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 therefore 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. GP -2-5 PLANS AND SPECIFICATIONS -• The plans for this project are as follows: CONTRACT PLANS Title Drawing No. Fifth Avenue at San Mateo Drive 1-16-9 Traffic Signal and Park Entry CITY STANDARD PLANS Title Drawing No. Curb, Gutter and Sidewalk 3-1-141 Standard "F-2" Catch Basin 3-1-122 Frame & Grate Detail, Type 3 3-1-125 Standard Trench Detail 3-1-153 Concrete Ramp Tree Planting at Grate (Plan) Detail 207 Tree Planting at Grate (Section) Detail 208 Tree Grate 3-1-159A 3-1-847 3-1-847 Detail 210 3-1-847 Gate Valve Assembly 3-1-L8 STATE STANDARD PLANS Title Drawing No. Symbols and Abbreviations ES -1A, 1B Service Equipment ES -2A 28 Signal Heads and Mountings ES -3A, 38, 3C, 3D, 3E 0873p/7 13 STATE STANDARD PLANS (continued) 1 1 1 I 1 1 Title Detector Details Traffic Signal and Lighting Standards Pull Box Details Drawing No. ES -5A 58, 5C, 5D, 5E ES -6A, 6J,_68 _ ES -8 Foundation Installations ES -11 Wiring Details and Fuse Ratings ES -13 Pavement Markers and Traffic Lines - apical Details RSP A20 -A State Traffic Manual (STM) Miscellaneous Markings 6-23 STM Typical Pavement Arrows 6-37 GP -2-5.4 - Specifications for street lighting and traffic signals in Section 307 of PART 3, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and Section 86 of the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated July 1984, and sections and portions of sections referred to by said Section 86, shall be used in lieu. GP -2-6 WORK TO BE DONE - The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: 1. Install new traffic signal system at what is currently a one-way stop -controlled 'T' intersection. 2. Sawcut and remove existing concrete curb, gutter and sidewalk, remove bomanite crosswalks and construct wheelchair ramps. 3. Remove existing street light, curb, sidewalk, trees, planters, signs, street furniture where shown on plans. 4. Construct 8" deep lift asphalt concrete pavement. 5. Install traffic lane pavement markers, thermoplastic legends and crosswalks. 6. Central Park Improvements: Landscape site preparation, asphalt concrete pavement, concrete banding, pilaster, fence and accent lighting installation, irrigation system modification, planting sodded turf, and trees, and other work as shown on sheets 5 thru 8 inclusive. 7. All other work as shown on the contract drawings and as described in the General Provisions, Standard Specifications, and Special Provisions. 0873p/7 14 1 1 I 1 1 1 11 GP -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 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. The bidder represents that he or she is fully qualified to perform this examination and review. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. GP -2-11 ATTORNEY FEES - Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. GP -3-1.3 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 GP -3-1.3 shall 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 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 0873p/7 15 1 I 1 1 1 1 1 I 1 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. GP -3-2.1 CHANGES INITIATED BY THE AGENCY - The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently there is approximately $125,000.00 available for this project. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the subprojects which will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above -stated alteration of this project. GP -3-3.2.3(a) WORK BY PRIME CONTRACTOR - Substitute Percentage Mark -Up shown in Standard Specifications with the following: Labor 15 Materials 10 Equipment Rental 10 Other Items and Expenditures 10 GP -5-1 LOCATION OF UTILITIES - Delete the first and third paragraphs of Section "5.1 LOCATION" OF THE Standard Specifications and substitute with the following: 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 forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert and the City so that they may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damages. GP -6-1 CONSTRUCTION SCHEDULE - After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction schedule. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment. GP -6-1.1 PRECONSTRUCTION CONFERENCE - A preconstruction conference will be held at a location selected by the City 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. 0873p/7 16 I I I I 1 I I I I I I I 1 1 I i GP -6--6.5 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 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. GP -6-7 TIME OF COMPLETION - The Contractor shall prosecute and work to completion before the expiration of 90 working days. The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. GP -6--9 LIQUIDATED DAMAGES - Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus and estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $100 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. GP -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 nonemergency 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. GP -7-2.3 AFFIRMATIVE ACTION GUIDELINES - This section is the City's adopted Affirmative Action Program. GP -7-2.3.1 AFFIRMATIVE ACTION, NON-DISCRIMINATION 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. OB73p/7 17 GP -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. 1 I I I I 1 I 1 I I 1 The award may be to the lowest responsible bidder or other bidder. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. GP --7-2.3.3 PREAWARD AFFIRMATIVE ACTION CONFERENCE — A preaward affirmative action 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 ten or more employees. 2. The prime contractor has not filed an approved affirmative action plan with the City in the past six 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. 3. The project is federally funded. B. Subcontractors 1. The total amount involved in the subcontract is greater than $10,000 with ten or more employees. 2. The subcontractor has not filed an approved affirmative action plan with the City in the past six 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. Each potentially selected bidder and his subcontractors who meet the above conditions, will be expected to meet with the City at a preaward conference to be held prior to referral to the Council for consideration and award. 0873p/7 18 I I I I I I A I I I I1 I I GP -7-2.3.4 STANDARDS OF NONDISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to ensure 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. GP -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. GP --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. GP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS — At the preaward conference, the potentially selected 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 to more fully qualify for jobs and to assure existing employees adequate opportunity for upgrading and equal opportunity for advancement and promotion. 0873p/7 19 1 1 r 1 I I I I I I I I I I I I 1 I 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. GP -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 GP• -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 $10,000 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. GP -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. GP -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. GP -7-2.5 EMPLOYMENT OF APPRENTICES - Contractor shall be responsible for compliance with California Labor Code Section 1777.5 relating to employment of apprentices for all apprenticable occupations when the contract amount exceeds $30,000 or 20 working days or both. GP --7-3.1 LIABILITY INSURANCE - The Contractor shall provide and maintain general liability and automobile liability insurance in the following minimum amounts: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of $1,000,000.00 aggregate, bodily injury and property damage combined; and (2) automobile liability in limits of $1,000,000.00 bodily injury and property damage combined. Additionally, workers' compensation insurance in at least the minimum statutory amounts shall be maintained. All liability insurance policies shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional 0873p/7 20 1 1 I I I I I I r I I r I i l I insureds. A certificate of insurance shall be provided to the City prior to performance pursuant to this contract. Further, any changes in insurance required herein must be approved in writing by the City Attorney's Office. GP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION - Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City San Mateo. GP -7-7 COOPERATION AND COLLATERAL WORK - The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the worksite to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. GP -7.9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS - The Contractor shall repair or replace all existing improvements not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in its bid. GP -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 Transportation "MANUAL OP TRAFFIC CONTROLS - For Construction and Maintenance Work Zones," 1985 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. No work shall be done in the roadway prior to 9 a.m. or after 3 p.m. 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. Unless otherwise approved by the City in advance, 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. 0873p/7 21 1 I I r I I 1 I 1 I I I I I I 1 r GP -7-10.5 DISPOSAL OF MATERIALS OUTSIDE THE CITY LIMITS - The Contractor shall make all necessary arrangements for disposal of materials outside the City limits and shall pay all costs involved. Arrangements shall include, but not be limited to, entering into agreements with property owners and obtaining all necessary permits, licenses and environmental clearances. Before disposing of any material outside the City limits, the Contractor shall furnish satisfactory evidence that he has entered into agreements with the property owners of the site involved and has obtained all necessary permits, licenses and clearances. Such arrangements are not a part of the contract and it is expressly understood and agreed that the City assumes no responsibility to the bidder or Contractor whatsoever in respect to the arrangements made with the property owner to dispose of materials thereon and that the Contractor shall assume all risks in connection with the use of such property, the terms upon which such use shall be made, and that there is no warranty or guarantee, either expressed or implied, as to the quality or types of material that can be disposed of on such property. GP -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, GP -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 including Traffic Control 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. GP -9-3.2 TEN PERCENT (10%) RETENTION - To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to Government Code §4590 the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are expressly made a part of the contract. 0873p/7 22 I I I 1 1 I I I I 1 1 I R I I I I I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA The 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. Included in these Special Provisions are special requirements as specified on pages 40 thru 60 inclusive as they relate to the Central Park Entry work shown on Sheets 5 thru 8 incl. of the Contract Drawings. SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS AND SECTION 308 LANDSCAPING AND IRRIGATION INSTALLATION shall be deleted in their entirety and be substituted with sections of the Contract Book entitled: "Special Provisions --- Central Park Entry". Description and details of said work are shown on Sheets 1, 5, 6, 7 and 8 of the Contract Drawings. The Special Provisions regarding the Central Park Entry work shall be strictly adhered to. Whenever the letters SP are used as a prefix in section numbering (e.g., SP -- 200-2) 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., 200-2). PART 2 - CONSTRUCTION MATERIALS SP 201-4 PORTLAND CEMENT CONCRETE - Concrete for traffic signal foundation shall be as specified in SP307(86-2.03) "Foundations." Concrete for curb and gutter, shall be Class 520-C-2500 per Section 201-1.1.2 of the Standard Specifications. SP 203-6 ASPHALT CONCRETE AND ASPHALT EMULSION - Asphalt concrete for pavement repairs and roadway resurfacing shall be C2••AR-4000. SP 209 ELECTRICAL COMPONENTS - See Part 3 - Construction Methods, Section SP 307 - Street Lighting and Traffic Signals of these Special Provisions. SP 307 STREET LIGHTING AND TRAFFIC SIGNALS -- Section 307 of the Standard Specifications shall be deleted and Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated January, 1988 (hereinafter the "State Standard Specifications"), and all other sections of the State Standard Specifications referred to by said Section 86, shall be used in lieu. The following Special Provisions are applicable to Section 86. SP 307 (86-1.01) DESCRIPTION - Traffic signal and highway lighting shall conform to the provisions in Section 86, "Signals, Lighting, and Electrical Systems" of the State Standard Specifications and these special provisions. 0873p/7 23 I I I L I I I I 1 I 1 I I 1 I I I SP 307 (86-1.03) EQUIPMENT LIST AND DRAWINGS - The controlled cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle. detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers SP 307 (86-1.05) MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS - Shutdowns of the existing street lighting system shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. It is the responsibility of the Contractor to maintain the effective operation of the street lighting system where temporary or permanent splicing is required. Full compensation for maintaining the existing street lighting system shall be considered as included in the contract lump sum price paid for the traffic signal installation and no -additional compensation will be allowed therefor. SP 307 (86-2.03) FOUNDATIONS - Portland cement concrete for foundations of traffic signal controller cabinets, posts, standards, and pedestals shall conform to Section 90-10, "Minor Concrete," of the State 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 568 pounds of cement per cubic yard. SP 307 (86-2.04) STANDARDS, STEEL PEDESTALS AND POSTS - Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. In addition to the requirements in Section 86-2.04, "Standards, Steel Pedestals and Posts," of the State Standard Specifications, the following shall apply: Longitudinal welds in tubular sections may be made by the electric resistance welding process, subject to sample welds complying with test requirements of California Test 664. The sampling frequency shall be as determined by the Engineer. The 1/2 inch plate washers for slip bases shall be fabricated by saw cutting and drilling. Prior to galvanizing, all burrs and sharp edges shall be removed and the edges of holes shall be chamfered sufficiently on both sides of the washers to allow the bearing surface of the bolt head to make full contact with the washer without tension on the bolt. 0873p/7 24 I I 1 I I I I I I I 1 I I I I I I I SP 307 (86-2.05) CONDUIT - Rigid non-metallic conduit shall be used underground and 2" into concrete foundation as a minimum. The first paragraph in Section 86-2.058, "Use," of the State Standard Specifications is amended to read: Conduit to be installed on the surface of poles or structures or other exposed locations shall be the rigid metal or IMC type. Exposed conduit installed on a painted structure shall be painted the same color as the structure. The conduit run between a structure and the nearest pull box shall be of the rigid metal or IMC type. The fourth sentence in the third paragraph in Section 86-2.05C, "Installation," of the State Standard Specifications is amended to read: When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, concrete -tight split coupling or concrete -•tight set screw coupling shall be used. Insulated bonding brushings will be required on metal conduit. When the called for rigid non-metallic conduit is placed in a trench (not under pavement), the trench shall be backfilled with commercial quality concrete, containing not less than 376 pounds of cement per cubic yard, to not less than 4 inches above the conduit before additional backfill material is placed. Conduit runs shown on the plans to be located behind curbs may be installed in the street, within 5 feet of and parallel to the curb, by trenching as provided below. All pull boxes shall be located behind the curb or at the locations shown on the plans. 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 under pavement and existing underground facilities require special precautions, conduit shall be placed by trenching as provided below. TRENCHING INSTALLATION OF CONDUIT. 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 shall not exceed 6 inches in width. Conduit depth shall not exceed 12 inches or conduit trade• -diameter plus 10 inches, whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 9 inches below finished grade. The outline of all areas of pavement to be removed shall be,a minimum depth of 3 inches with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. 0873p/7 25 I I I I I I I I I I I I I I I I 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 no less than 0.10 --foot below the pavement surface. The top 0.10 -foot shall be backfilled with asphalt concrete. 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. SP 307 (86-2.06) PULL BOXES - Grout in bottom of new pull boxes will not be required. Recesses for suspension of ballasts will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. EXISTING UTILITY BOXES AND COVERS: Prior to pouring new concrete sidewalk (in all areas covered by this contract), the Contractor shall adjust utility boxes to match grade of new concrete pavement and realigned where shown on the contract drawings. The existing covers shall be removed and replaced with new covers to match the adjacent surface in color and texture. The Contractor shall furnish and install the new covers. The existing covers shall be delivered to the City Corp. Yard at 1949 Pacific Blvd. Payment for utility box adjustment and realignment, cover delivery to Corp. Yard, furnishing and installing new covers, abandonment and removal of existing electrical (old series street light system) boxes and all incidental work necessary to do the work described above shall be included in the unit prices id for concrete pavement and or site preparation and no other compensation will be paid therefor. SP 307 (86-2.08 and 86-2.09) CONDUCTORS AND WIRING - Splices shall be insulated by "Method B." Multiple circuit conductors shall conform to the provisions in Section 86-2.088, "Multiple Lighting Conductors," of the State Standard Specifications. The first sentence of the second paragraph of Section 86-2.09A, "Circuitry," of the State Standard Specifications is amended to read: All control circuit conductors shall be run continuously without splices from a terminal block located in a cabinet, compartment, or signal head, to a similarly located terminal block. The fifth paragraph of Section 86-2.095, "Fused Splice Connectors," of the State Standard Specifications is amended to read: Fuses shall be the standard midget ferrule type, with "Non -Time -Delay" feature, and shall be 13/32" x 1-1/2". 0873p/7 26 I i I I I I I I 1 I I 1 I 1 I I SP 307 (86-2.101 BONDING AND GROUNDING — Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall 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. Equipment grounding conductors will not be required in conduit containing loop lead—in cables only. SP 307 (86-2.11) SERVICE — The twelfth paragraph in Section 86--2.11, "Service," of the State Standard Specifications is amended to read: Except for power for the Contractor's operations, upon written request by the Contractor, the Engineer will arrange with the serving utility to complete service connections for both temporary and permanent installations and the City will pay all costs and fees required by the utility. Such request shall be submitted not less than 15 days before service connections are required. SP 307 (86--2.14-_ TESTING — Testing of the controller and cabinet shall conform to the provisions of Section 86-2.14, "Testing," of the State Standard Specifications and these Special Provisions. The Contractor shall, at his expense, deliver to the address below for operational testing and adjustment, the controller unit, auxiliary equipment, fully wired controller cabinet, wiring diagrams, and manuals, Tests will be performed by Signal Maintenance, Inc. (SMI), 3395 Viso Court, Santa Clara, CA 95050, Phone (408) 988-5541. The Contractor shall submit written certification to the Engineer that the tests were satisfactorily performed. All costs for testing and adjustment shall be at the expense of the Contractor. If the Contractor is notified of the need for repair of equipment being tested, the required repair shall be made within five (5) working days of the time of notification. If the repairs will require more than five working days, the equipment shall be removed from SMI's test facility, repaired, and returned for completion of testing. If the Contractor or his representative fails to remove the equipment as stated above, the Engineer may, at his discretion, return the equipment to the manufacturer. All costs for repairs and equipment removal and return shall be at the expense of the Contractor. The Contractor shall allow 15 days for the operational testing and adjustment described above. The Contractor will be notified by SMI when the testing and adjustment is completed and shall pick up the controller unit, auxiliary equipment, and controller cabinet from the SMI test facility and deliver the equipment to the work site, all at his expense. Functional testing shall conform to the provisions in Section 86--2,14C, "Functional Testing," of the State Standard Specifications and these Special Provisions. The sixth paragraph in Section 86-2.14C, "Functional Testing," of the State Standard Specifications is amended to read: 0873p/7 27 I I I I I I 1 I I I I I I I I I I Except for new or modified lighting circuits and sign illumination systems, the local agency will maintain the system or systems during the test period and will pay the cost of electrical energy. for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the local agency, except electrical energy, shall be at the Contractor's expense and will be deducted from any monies due, or to become due the Contractor. The functional test for each lighting system shall consist of not less than 14 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. SP 307 (86-3.06) TYPE 90 CONTROLLER ASSEMBLY - The controller shall be a two-phase Type 90 function controller in accordance with NEMA Standard TS 1-1983 such as the Multisonics 820 or City --approved equal. It shall be capable of expanding to eight phases and shall be capable of operating with a "Multisonics VMS 220 System Master." The controller shall have maintenance diagnostics which will internally test all electronics in the controller frame, including all operating PROM's. A separate test PROM. and test cable harness shall be furnished. Diagnostics shall permit trouble -shooting down to and including the IC level. Conflict monitors shall be of the indicating type. The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the controller manufacturer or his representative, present at the time the equipment is turned on. SP 307_(86-3.07, _-CONTROLLER CABINET - Controller cabinet shall be Type M as shown on the State Standard Drawing ES -4A. The second sentence in the second paragraph in Section 86-3.07A, "Cabinet Construction," of the State Standard Specifications is amended to read: All exterior seams for cold rolled steel cabinets and doors shall be continuously welded. All overlapping exterior seams for stainless steel and aluminum cabinets and doors shall meet the requirements for Type A enclosures in the NEMA Enclosure Standards. The first paragraph in Section 86-3.07C, "Cabinet Wiring," of the State Standard Specifications is amended by the addition of the following: At the Contractor's option, flat cable may be used in lieu of individual conductors. Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation shall be rated at 300 volts and shall be rated for use at 105°C. Cables shall be provided with strain relief. The fifth subparagraph in the fifth paragraph in Section 86-3.07D, "Cabinet Accessories," of the State Standard Specifications is amended to read: (5) Momentary contact test switches shall be provided to place calls on each vehicle and pedestrian phase. Switches shall provide tactile feedback and shall be rated at 100 milliamperes, minimum for a resistive load at 120 volts AC and at 28. volts DC. Contact shall be coin silver or gold plated and shall be enclosed. 0873p/7 28 1 I I 1 I I I I I I I 1 I 1 r Said Section 86-3.070 is amended by the addition of the following paragraph after the fifth paragraph: In lieu of mounting the convenience receptacle on the control panel assembly as specified above, the receptacle may be mounted in a readily accessible location inside the cabinet on either the left or right wall. The second and third paragraph in Section 86-3.09M, "Terminal. Blocks," of State Standard Specifications are amended to read: Heavy duty terminal blocks shall be rated at 20 amperes and shall be provided with 12 poles with 10 - 32 x 5/16 inch nickel -plated brass binder head screws and nickel plated brass inserts. Each pole position shall be provided with 2 terminal positions. The terminal blocks shall be the barrier type, with shorting bars in each of the 12 positions, and shall be provided with integral type marking strips. Light duty terminal blocks shall be rated at 5 amperes and shall be provided with 12 poles with 6 - 32 x 1/4 inch binder head screws. Each pole position shall be provided with one terminal position. SP 307 (86-3.088) MODULATED LIGHT SIGNAL DETECTION SYSTEM - Each modulated light signal detection system shall conform to the details shown on the plans and these special provisions and shall be "Opticom" brand as manufactured by 3M company or City --approved equal. A. GENERAL - Each optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module. Each system shall permit detection of class II authorized vehicles. Class ii (emergency) vehicles shall be capable of being detected at any range up to 1800 feet from the optical detector. B. OPTICAL DETECTION/DISCRIMINATOR ASSEMBLY _. Optical detection/discriminator assembly shall conform to the following: 1. General -- Each optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module. Each such assembly, when used with standard emitters, shall have a range of at least 1800 feet for Class II signals. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum," 2. Optical Detector - Each optical detector shall be a weatherproof unit capable of being easily mounted on a mast arm. The housing shall have at least one opening, threaded for 3/4 -inch conduit, through which all wiring shall enter. Each detector shall weigh not more than 2-1/2 pounds and shall present a maximum wind load area of 36 square inches. Each detector shall be capable of receiving optical energy from either one or both of two axially opposed directions. The reception angle shall be a maximum of +/- 6 degrees (12 degrees total included angle) measured in the horizontal plane about the center axis of the light sensing element. The reception angle in the vertical plane measured about the center axis of the 0873p/7 29 light sensing element shall be a maximum of 4 degrees above and 8 degrees below that center axis. Measurements shall be taken at a range of 1800 feet for each Type II emitter. I 1 I I I I 1 I I1 I I All internal circuitry shall be solid state and electric power shall be provided by the respective discriminator module. 3. Cable -- Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 -volt control cable, 75°C., Type B, and the following: a. The cable shall contain 3 conductors, each of which shall be No. 20 (7x28) stranded, tinned copper with low -density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. Insulation of individual conductors shall be color coded: l -yellow, 1 -blue, 1 -orange. b. The shield shall be either tinned copper brand or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a No. 20 (7x28) stranded, tinned, bare drain wire shall be placed between the insulated conductors and the shield and in contact with the conductive surface of the shield. c. The jacket shall be black polyvinyl chloride with minimum ratings of 600 volts and 80°C and a minimum average thickness of 45 mils: The jacket shall be marked as required by IPCEA/NEMA. d. The finished outside diameter of the cable shall not exceed 0.35 inch. e. The capacitance, as measured between any conductor and the other conductors and the shield, shall not exceed 48 picofarads per foot at 1000 Hz. f. The cable run between each detector and the controller cabinet shall be continuous without splices or shall be spliced only as directed by the detector manufacturer. 4. Discriminator Module - Each discriminator module shall be designed to be compatible and usable with a Type 90 Multisonics 820 controller unit or City -•approved equal and to be mounted in the controller cabinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of Transportation, "Traffic Signal Control Equipment Specifications," dated April 1978, and to all addendums thereto current at the time of project advertising. Each discriminator module shall be capable of operating two channels, each of which shall provide an independent output for each separate input. Each discriminator module, when used with its associated detectors, shall be capable of: a) Receiving Class I signals at a range of up to 1000 feet and Class II signals at a range of up to 1800 feet. b) Decoding the signals, on the basis of frequency, at 9.639 Hz +1- 0.119 Hz for Class I signals and 14.035 Hz +/-0.2.55 Hz for Class II signals. 0873p/7 30 I I 1 i I 1 I I I I I I 1 I I c) Establishing the validity of received signals on the basis of frequency and length of time received, A signal shall be considered valid only when received for more than 0.50 second. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 seconds +1.0.5 second and 10 seconds +/•.• 0.5 second. d) Providing an output for each channel that will result in a "low" or grounded condition of the appropriate input of a Type 90 Multisonics 820 controller unit. For Class I signals the output shall be a 6.25 Hz +/- 0.1 percent, rectangular waveform with a 50 percent duty cycle. For Class II signals the output shall be steady. Each discriminator module shall receive electric power from the controller cabinet at either 24 volts DC or 120 volts AC. Each channel together with its associated detectors shall draw not more than 100 milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts AC. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignment shall be as follows: A B D E F DC ground +24 VDC NC Detector input, Channel +24 VDC to detectors Channel A output (C) H Channel A output (E) J Detector input, Channel K DC Ground to detectors I. Chassis ground M_ AC} - N AC+ ) Slotted for Keying (C) Collector (E) Emitter P NC A R NC S NC T NC U NC V NC B W Channel B Output (C) X Channel B Output (E) Y NC Z NC (NC) Not connected; cannot be used by manufacturer for any purpose. Two auxiliary inputs for each channel shall enter each module through front panel connector. Pin assignment for the connector shall be as follows: 1. Auxiliary 2. Auxiliary 3. Auxiliary 2, Auxiliary detector 1 input, Channel A detector 2 input, Channel A detector 1 input, Channel B detector 2 input, Channel B 0873p/7 31 the I I I I I I I I I I I i I I Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with the Type 90 Multisonics 820 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Type 90 Multisonics 820 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Type M cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle, to facilitate withdrawal, and the following controls and indicators for each channel: 1. Three separate range adjustments each for both Class I and Class II signals. 2. A three -position, center -off, momentary contact switch, one position (down) labeled for test operation of Class I signals, and one position (up) labeled for test operation of Class II signals. 3. A "signal" indication and a "call" indication each for Class I and for Class II signals. The "signal" indication denotes that a signal above the threshold level has been received, A "call" indication denotes that a steady, validly coded signal has been received. These two indications may be accomplished with a single indication lamp; "signal" being denoted by a flashing indication and "call" with a steady indication. In addition, the front panel shall be provided with a single circular, bayonet -captured, multi -pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a MIL. --C-2.6482 with 10-4 insert arrangement, such as Burndy Trim Trio Bantamate Series, consisting of: Wall mounting receptacle, G0B10-4PNE with SM20M-1S6 gold plated pins. Plug, G6L10-4SNE with SC20M-196 gold plated sockets, cable clamp and strain relief that shall provide for a right angle turn within 2.5 inches maximum from the front panel surface of the discriminator module. 5. Cabinet Wiring - The Type M cabinet has provisions for connections between the optical detectors, the discriminator module and the Type 90 Multisonics 820 controller unit. Wiring for a Type M cabinet shall conform to the following: Slots 12 and 13 of input file "J" have each been wired to accept a 2 -channel module. Field wiring for a primary detectors, except 24 volt DC power, shall terminate on either terminal board T •--9 in the controller cabinet or on the rear of input file "3", depending on cabinet configuration. Where TA --9 is used position assignments shall be as follows: 0873p/7 32 I I 1 r I r 1 1 I 1 1 I 1 r 1 I I POSITION ASSIGNMENT 4 Channel A detector input, 1st module (Slot J-12) 5 Channel B detector input, 1st module (Slot J-12) 7 Channel A detector input, 2nd module (Slot J--13) 8 Channel B detector input, 2nd module (Slot J-13) The 24 -volt cabinet DC power will be available at Position 1 of terminal board TB --1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB --C in the controller cabinet. Position assignments are as follows: For Module 1 (J-12): POSITION ASSIGNMENT 1 +24VDC from (J -12E) 2 Detector ground From (J -12K) 3 Channel A auxiliary detector input 1 4 Channel A auxiliary detector input 2 5 Channel B auxiliary detector input 1 6 Channel B auxiliary detector input 2 For Module 2 (J-13): POSITION ASSIGNMENT 7 +24VDC from (J -13E) 8 Detector ground From (J -13K) 9 Channel A auxiliary detector input 1 10 Channel A auxiliary detector input 2 11 Channel B auxiliary detector input 1 12 Channel B auxiliary detector input 2 C. SYSTEM OPERATION -- The Contractor shall demonstrate that all of the components of each system are compatible and will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: Immediately after the traffic signal system is in operation, the Contractor shall coordinate with the City's Traffic Division and Fire Department to conduct a field test of the emergency vehicle preemption system using a City --supplied emergency vehicle equipped with a City --supplied "Opticom" brand emitter. During the test the emitter signal shall cause the proper response from the Multisonics 820 controller unit during each "on" interval and these shall be no improper operation of either the Multisonics 820 controller unit or the monitor during each "off" interval. Full compensation for furnishing, installing, and testing the emergency vehicle preemption system shall be considered as included in the lump sum price bid for traffic signal installation and no additional compensation will be allowed therefor. 0873p/7 33 I I I I I 1 I I I I I I SP 307 (86-4.01) VEHICLE SIGNAL FACES AND SIGNAL HEADS - The second sentence in the third paragraph in Section 86-4.03, "Backplates," of the State Standard Specifications is amended to read: Sections shall be factory -joined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. The third paragraph in said Section 86-4.03 is amended by addition of the following after the third sentence: When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine screws at each field assembled joint. Each machine screw shall be provided with a integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel or steel with a zinc or black oxide finish. Top openings of signal heads shall be sealed with neoprene gaskets. In lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self -threading 10 - 9 steel screws. The screws shall have an integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel or steel with a zinc or black oxide finish. SP 307 (86-4.05) PEDESTRIAN SIGNAL FACES - Pedestrian signal faces shall. be Type A. SP 307 (86-5.01) VEHICLE DETECTORS - Loop detector sensor units shall be furnished by the Contractor. Loop detector lead-in cable shall be Type A. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. After conductors are installed in the slots cut in the pavement for detectors, the slots shall be filled with sealant in conformance to the requirements for epoxy sealant in Section 86-5.01A(5), "Installation Details," of the State Standard Specifications, except that the sealant shall be at least 7/8 inch thick above the top conductor in the slot. At the Contractor's option, the type of sealant shall be one of the following: Epoxy Sealant - Epoxy sealant shall conform to the requirements in Section 86.5.01A(5), "Installation Details," of the State Standard Specifications. Elastomeric Sealant - Elastomeric sealant shall conform to the requirements in Section 86-5.01A(5), "Installation Details," of the State Standard Specifications. 0873p/7 34 I I I I I I I I I I I I I I I I Asphaltic Emulsion Sealant.-.... Asphaltic emulsion sealant shall conform to State Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. Such material shall not be used in slots which exceed 5/8 inch in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 45°F Hot -Melt Rubberized Asphalt Sealant.-... Hot -melt rubberized asphalt shall conform to the following: The material shall be in solid form at room temperature and fluid at an application temperature of 375-400° F. Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot -melt rubberized asphalt shall be as follows: Cone Penetration, 77° F, 150 g, 35 max. 5 sec., 1/10 mm ASTM D 3407, Sec. 5 Flow, 140° F, mm ASTM 0 3407, Sec. 6 Resilience, 77° F, percent ASTM D 3407, Sec. 8 Softening Point; °F ASTM D 2398 Ductility, 77° F, 5 cm/min, cm ASTM D 113 Flash Point, COC, °F ASTM 0 92 Viscosity, Brookfield, centipoise @ 375° F, ASTM D 2196 5 max. 25 min. 180 min. 30 min. 550 min. 2500-3500 7'he hot• -•melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 475° F. Application of the hot -melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 40° F. Hot -melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant" and specifying the batch and lot number of the manufacturer. 0873p/7 35 I I 1 I I 1 I 1 I I I SP 307 (86-5.02) PEDESTRIAN PUSH BUTTON SIGNS - Pedestrian push button signs shall conform to the details shown on the plans except that the message and symbol shall conform to California Sign Specification Sheet R62D. Copies of the sign specification sheets may be purchased from the Department's Central Publication Distribution Unit located at 6002 Folsom Blvd., Sacramento, CA 95819. SP 307 (86-6.01) HIGH PRESSURE SODIUM LUMINAIRES - Luminaires shall be City -Standard 150 --watt, 208 volt high pressure sodium vapor such as GE model C64lN505 or approved equal. Each luminaire shall be furnished with a photo electric unit. The first sentence of the seventh paragraph in Section 86-6.01, "High -Intensity -Discharge Luminaires," of the State Standard Specifications is amended to read: Each refractor or lens shall be mounted in a frame that is hinged to the housing and secured with a spring -loaded latch. The last sentence of the ninth paragraph in said Section 86-6.01, of the State Standard Specifications is amended to read: The socket shall be rated for 1,500 watts and 600 volts, and shall be rated for a 4 -kilovolt pulse. SP 307 (86-6.01AZ BALLASTS.-- The 12th paragraph in Section 86-6.01, "High Pressure Sodium Lamp Ballasts," of the State Standard Specifications is amended to read: Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing. Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall -be the regulator, non -regulating reactor, autotransformer or high reactance type. Section 86-6,01A, "Regulator Type Ballasts," of the State Standard Specifications is amended to read: Regulator type ballasts shall be lag -type or lead -type and shall conform to the following: 86--•6,01A(la) LAG TYPE REGULATOR BALLASTS.-- Each lag -type regulator ballast shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for +/-10 percent input voltage variation. 0873p/7 36 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7-1/2 percent from rated lamp watts. 1 I 1 i I I 1 4. The ballast shall be designed so that a capacitance variance of +/--6 percent will not cause more than a +/-8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of +/-10 percent at any lamp voltage from initial through life. 86-6.01A(lb) LEAD -TYPE REGULATOR BALLASTS,— Each lead -type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for +/-10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variance of +/-6 percent will not cause more than a +/-8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of +/--10 percent -of any lamp voltage from initial through life. Section 86-6,01A(2), "Autotransformer or Reactor Type Ballasts," of the State Standard Specifications -is amended to read: Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 2.5 percent for +/-5 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7-1/2 percent from rated lamp watts. 0873p/7 37 1 1 1 I I 4. The lamp current crest factor shall not exceed 1.8 for input voltage variation of +/--5 percent at any lamp voltage from initial through life. SP 307 (86-7) REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT - Salvaged electrical materials shall be hauled to the City's electrical equipment yard on Ivy Street and stockpiled. Full compensation for hauling and stockpiling electrical materials shall he considered as included in the contract lump sum price paid for traffic signal installation, and no additional compensation will be allowed therefor. SP 307 (86-8.01) PAYMENT - Payment will be made in accordance with the provisions in Section 86-8.01, "Payment," of the State Standard Specifications. SP 310-5.6 MARKERS AND DELINEATORS L THERMOPLASTIC TRAFFIC STRIPES, PAVEMENT MARKINGSAND PAVEMENT MARKERS - Section 310-5,6 of the Standard Specifications shall be deleted and Sections 82, 84, and 85 of the State of California Business and Transportation Agency, Department of Transportation, Standard Specifications dated January, 1988 (hereinafter the "State Standard Specifications") and all other sections of the State Standard Specifications referred to by Sections 82, 84, and 85 shall be used in lieu. The following Special Provisions are applicable to the aforementioned Sections: MARKERS AND DELINEATORS. -•- Markers and delineators shall conform to the provisions in Section 82, "Markers and Delineators," of the State Standard Specifications and these special provisions. Flexible posts shall conform to the details shown on the plans and shall be, at the Contractor's option, one of the following types, or equal: Type Manufacturer or Distributor Flextron MCD Auto Post Carsonite Roadmarker CRM-375 Curve -Flex CFRM•-400 Carson Manufacturing Company P.O. Box 125 2676 Bridgeway Sausalito, CA 94965 Pacific Autopost No. 1 Lindberg Irvine, CA 92714 Carsonite International Corp. P.O. Box 1298 Carson City, NV 89701 Flexible posts shall be made from a flexible white plastic which shall be resistant to impact, ultraviolet light, ozone and hydrocarbons. Flexible posts shall resist. stiffening with age and shall be free of burns, discoloration, contamination, and other objectionable marks or defects which affect appearance or serviceability. 0873p/7 38 I 1 I 1 1 1 1 I 1 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions in Section 6.1.07, "Certificates of Compliance," of the Standard Specifications. Said certificate shall certify that the flexible posts comply with the plans and specifications, conform to the prequalified.design and material requirements approved by the Department, and were manufactured in accordance with the approved quality control program. THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS. -- Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84-1, "General," and 84-2, "Thermoplastic Traffic Stripes and Pavement Markings," of the State Standard Specifications and these provisions. The thermoplastic material shall conform to State Specification 8010-41G-•21. Glass beads to be applied to the surface of the molten thermoplastic material shall conform to the requirements of State Specification 8010-221:-22 (Type II), or AASHTO Designation: M 247 (Type 1). State Specifications for thermoplastic material and glass beads may be obtained from the Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, (916) 739-•2400. Thermoplastic material for traffic stripes shall be applied at a minimum thickness of 0.080 -inch. Thermoplastic traffic stripes and pavement markings shall be applied at the locations shown on the plans. Thermoplastic traffic stripes and pavement markings will be measured and paid for as thermoplastic crosswalk and pavement marking. PAVEMENT MARKERS. — Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the State Standard specifications and -these special provisions. All work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 0873p/7 39 FIFTH AVENUE AT SAN MATER DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO SPECIAL PROVISIONS FOR CENTRAL PARK ENTRY I 1 1 I 1 1 1 1 LANDSCAPE SITE PREPARATION 1.01 SCOPE A. The extent and location of demolition work is shown on the Drawings and/or as follows: Landscape site preparation includes the removal and disposal of existing paving, concrete curb, aggregate base, concrete planters, trees, and clearing and grubbing of existing turf as shown on the drawings and herein specified. 1.02 RELATED WORK A. Landscape Surface Drainage B. Irrigation C. Paving D. Asphalt Paving E. Pilasters F. Electrical 1.03 SUBMITTALS A. Submit a proposed time schedule for the work of this section for City's review and coordination at least 72 hours prior to the start of work. Include in the schedule the coordination of utility services as required. 1.04 QUALITY ASSURANCE A. Unless otherwise shown or specified all materials and methods shall conform to the appropriate current sections of the State of California, Department of Transportation, Standard Specifications, 1988 Edition (hereinafter referred to as DTSS) as they reasonably apply to this work, EXCEPT for measurement and payment requirements. B. Grade the site as shown on the Drawings. Horizontal control is to be established from the layout shown on the construction drawings. Final grades and layout shall be field verified with the Engineer prior to construction. 0873p/7 40 1 I 1 I 1 1 1 C. All excavation, placement and compaction of fill and prep- aration of subgrade shall be reviewed by the City Engineer. Contractor shall schedule work and notify City three working days in advance of each portion of grading operations for their review, testing and approval. The Contractor shall cooperate with the City Engineer in performing these tests. All testing shall be made in accordance with ASTM specifications. All testing costs shall be the responsibility of the Contractor. 0. Compaction Test Method: Where referred to in these specifications; "compaction" or "relative compaction" shall mean the in -place dry density of soil expressed as a percentage of the maximum dry density of the same material as determined by ASTM 0-1557-70. E. No soil shall be compacted during periods of rain nor on ground which is not drained of all free water. Soil which has been stockpiled and wetted by rain or by any other cause, shall not be compacted until completely drained and until the moisture content is within the limits approved by the City Engineer. F. Contractor shall be responsible for locating all existing underground utilities. PART 2 - PRODUCTS 2..01 MATERIALS A. Soil sterilant shall be "Barrier" pre -emergent for use under pavers. Apply per manufacturers recommendations. 3.0 EXECUTION 3.01 CONDITIONS AT SITE A. The .contractor shall visit the site to determine the character and extent of the existing items to be cleared, and the extent of earthwork. B. Work under this section shall be maintained free of dust at all times. 3.02 SITE PREPARATION A. Execute all clearing and earthwork in an orderly and careful manner with due consideration for surrounding areas which are to remain. Barricade and cover as necessary to protect pedestrians, workmen, and adjacent properties. B. Special care shall be exercised to prevent damage to existing curbs, walks, underground utilities, etc., which are to remain during execution of this work. Any damage shall be repaired to original condition by the Contractor at no cost to the City. 0873p/7 41 3.03 CLEARING AND GRUBBING 1 1 1 1 I 1 1 A. Within the extent of the areas required to be graded, excavated and filled and otherwise improved as shown on the plans, all shrubs, grass, brush, roots and other forms of vegetation, organic matter or other rubbish shall be removed from the site. Such material removed during clearing operations becomes the property of the Contractor and shall be disposed of in a legal manner. 3.04 SOIL STERILANT A. Apply soil sterilant to crushed aggregate, below paving areas only. Take extreme caution to avoid overspraying. 3.05 SPILLAGE, DUST AND EROSION CONTROL A. Spillage: The Contractor shall prevent spillage when hauling on or adjacent.to any public street or highway. In the event that such occurs, the Contractor shall remove all spillage and sweep, wash or otherwise clean such streets or highways as required by local City and County authorities and/or the State of California. B. Dust and Erosion Control: The Contractor shall take all precautions needed to prevent a dust nuisance to adjacent public or private properties and to prevent erosion and transportation of soil to downstream or adjacent properties due to his work under this contract. Any damage so caused shall be corrected or repaired by the Contractor at no cost to the City. C. City's Prerogative: In the event the Contractor fails to take such precautions or make such corrections or repairs promptly, the City may take such steps as they may deem necessary and deduct the cost of the same from the monies due to the Contractor. Any such action or lack of action on the part of the City in no way alters or relieves the Contractor for the proper protection of the work. 3.06 FIELD QUALITY CONTROL A. The Engineer will observe the clearing and earthwork operations. After the completion of these operations and before placement of fill, the Contractor shall obtain the Engineer's approval of the site preparation 0873p/7 42 1 1 1 1 1 1 I 1 1 I 1 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO SPECIAL PROVISIONS FOR CENTRAL PARK ENTRY PAVING PART 1 — GENERAL 1.01 SCOPE A. Furnish and install all paving as shown and specified. This work includes, but is not necessarily limited to the following: Concrete bands, grooved bands at curb ramp, concrete paving, wheelchair ramps, and all forms, reinforcing, and miscellaneous items. -1.02 RELATED WORK A. Landscape Site Preparation B. Asphalt Paving 1.03 STANDARDS A. Unless otherwise shown or specified all materials and methods shall conform to the appropriate current sections of: 1. The State of California, Department of Transportation, (Caltrans)• Standard Specifications (DTSS). 2. Applicable ASTM Specifications as they reasonably. apply to this work. 1,04 TOLERANCES A. Tolerances for subgrade, subbase and finished grade shall be as specified by DTSS except that Contract or shall deliver the full aggregate base and concrete thickness shown. No combination of high and low tolerances that compromise the .section will be permitted. B. Paving Finishes: All concrete paving, concrete bands, curb ramps, and grooved bands at curb ramps shall meet or exceed the quality of finish on similar work produced for the City of San Mateo Downtown Beautification program on B Street between 3rd Avenue and 5th Avenue. Any work not meeting this standard shall be removed and replaced at the City's direction. 0873p/7 43 1 r I 1 1 I 1 1 i I I 1 1 1.05 JOB CONDITIONS: A. Weather Limitations: Construct concrete surface course only when atmospheric temperature is above 40°F, when the underlying base is dry, and when weather is not rainy. B, Grade Control: Establish and maintain the required lines and grades, including cross —slope during construction operations. PART 2 — PRODUCTS 2.01 MATERIALS (for concrete pavement, wheelchair ramps, footings, foundations, curbs, and bands) A. Forms and Reinforcing: Per DTSS B. Aggregate Base: 3/4" maximum grading size, class 2 aggregate per DTSS C, Concrete: Shall be Class A conforming to Section 90. 1. Cement: Type II modified conforming to ASTM-C-150. 2. Aggregate: maximum size 3/4". D. Color Admixture: Integral color shall be lampblack, rate of mixture shall be as necessary to match work on B Street. PART 3 — EXECUTION 3.01 PREPARATION A. Verify that the sub --base is properly compacted and at suitable grade. Clear area to be paved of all debris and organic material. Recompact and regrade as necessary. Moisture content of subgrade shall be between 3% and 4% as determined by ASTM Test 01557, immediately prior to placement of aggregate base. B. Before beginning base and paving work and during construction, take all steps necessary for protect— ion of existing improvements. As the concrete is being placed, extreme care shall be taken not to discolor or damage the slabs, steps, paving, curbs, or wall surfaces. If damage occurs, repair same, and if satisfactory repair cannot be made, remove and replace the section as directed. C. Dispose of all excavated material off site. D. Formwork and Reinforcement: I. Assure that excavations and formwork are completed. 2. Check that reinforcement is secured in place. 3. Verify that expansion joint material, anchors and other embedded items are secured in position. OB73p/7 44 I I I I I I I I I I I I I I I I I I I 3.02 INSTALLATION A. General: Install all concrete work in conformance with applicable sections of DTSS. D. Joints: As shown on plans. 0873p/7 45 I I I I I 1 I I r r I I I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO SPECIAL. PROVISIONS FOR CENTRAL PARK ENTRY LANDSCAPE MAINTENANCE PART 1 - GENERAL 1.01 SCOPE A. Work in this section includes the growing and maintenance operations necessary to establish the lawns and all other plantings, to provide pest and disease control, and to maintain the irrigation system and related construction elements. 1.02 RELATED WORK A. Planting B. Landscaping Soil Preparation C. Irrigation 1.03 QUALITY CONTROL A. Soil Testing: A one -quart sample of the in -place topsoil (taken 20 days after planting) shall be submitted to Soil and Plant Laboratory, Inc. (408-727-0330) for fertilizer recommendations. Cost of test shall be paid by Maintenance Contractor. PART 2 - PRODUCTS 2.01 MATERIALS A. Fertilizer: As specified under Part 3.01-B of this section. For bidding purposes only, assume the use of ammonium sulfate (21-0-0) at 5 lbs. per 1000 square feet. B. Water: During the course of construction and main- tenance period shall be paid for by the City. C, Pre -emergent Herbicide: As recommended by licensed Pest Control Operator. PART 3 - EXECUTION A. Time Limits: The maintenance period shall commence from the date of substantial completion and extend for a 90 day period thereafter, or until final completion. 0873p/7 46 I r I I I 1 I 1 I I r I I I I I I j B. Fertilizer Application: Fertilizer(s) shall be applied per Soil and Plant Laboratory recommendations (See Part 1.03—A of this Section) For bidding purposes, assume initial application to be four weeks after planting and subsequent applications to be at 45 day intervals. C. Herbicide Application: Shall not be used until all plant material has been planted a minimum of 20 days. All planting areas shall be kept weed free by non —herbicide utilizing methods during this time period. Herbicide shall not be applied to any areas which are or have been seeded. D. Basic Requirements: All planting areas shall be kept weed —free at all times during the maintenance period. All pests and disease control shall be the Contractor's responsibility. All planting areas shall be kept at optimum moisture for plant growth. Planting not adequately served by the automatic irrigation system shall be hand watered. Settlement of soil and plants and soil erosion shall be repaired and areas replanted as required. Dying or deficient plants shall be replaced as they become apparent. E. City's Responsibility: Work installed under this contract damaged by vandalism, vehicular damage and/or theft during the installation of the work and up to substantial completion shall be repaired or replaced by the Contractor without cost to the City. After substantial completion and through the maintenance period, these damages and similar factors such as extensive litter, abuse and defacement shall be the City's responsibility to repair or replace and shall not be a part of this contract. No planting shall be guaranteed beyond the maintenance period, except as to conformance to specified species and variety. F. Substantial Completion: Shall be deemed as the time all major planting, including groundcover, the irrigation system and all other work is satisfactorily completed, (with the exception of minor items to be completed as noted upon a checklist compiled by the Landscape Architect). Maintenance period shall not commence until approved by the Landscape Architect. G. Final Review: Contractor shall request a final review of the project within five (5) days in advance of the proposed date. Failure to request this notice shall automatically postpone the date of completion and continues this maintenance period until final completion is approved. 0873p/7 47 I 1 I 1 I I 1 1 I I I 1 I I I I FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO SPECIAL. PROVISIONS FOR CENTRAL PARK ENTRY PLANTING PART 1 — GENERAL. 1.01 SCOPE A. Furnish and install all sod, container plantings, ground cover, staking, and related work thereto. B. Coordinate and provide all services as required to contract grow plant material indicated on the drawings. 1.02 RELATED WORK A. Landscape Soil Preparation B. Landscape Maintenance 1.03 QUALITY CONTROL A. Reviews: The Contractor shall specifically request the following reviews prior to progressing with the work: (1) plant material approval at nurseries, (2) plant layout on site (including preliminary finish grade, (3) substantial completion and (4) final. B. Submittals/Plant Material: Within five days after award of contract, Contractor shall submit notice to the Engineer certifying the quantity and species of plant material ordered, the nursery supplying the material and any plant material unavailable at the time, and proposed schedule .for growing same to be approved by the Landscape Architect. C. Contract Growing: Contractor is advised that plant material specified is not subject to substitutions and that contractor shall contract grow or otherwise provide plant material as noted. If portions of plant material are unavailable, all other operations are to be completed within the time schedules outlined with a later single phase to be scheduled for completion several months later, with no change in contract amounts or payments. 0873p/7 48 I I 1 1 I I I 1 I I I I 1 I I I PART 2 -- PRODUCTS 2.01 MATERIALS A. Nomenclature and Labels: Plant botanical names conform to "Standardized Plant Names," second edition, and secondly, "A Checklist of Woody Ornamental Plants of California," Manual 32, University of California. All plants of each clone, species, and cultivar shall be delivered to the site labeled with their full botanical name. Every plant species shall be labelled with no less than one label for every ten plants of a species. B. Quality: Minimum quality of all plant material shall conform to prevailing published specifications of the California Association of Nurserymen and the American Association of Nurserymen unless otherwise indicated. Additional specifications shall be indicated on the drawings. C. Quantities: The quantities shown on the plant list and in labels are for the Landscape Architect's use and are not to be construed as the complete and accurate limits of the contract. Contractor shall furnish and install all plants shown schematically on the drawings. Any unlabeled plants shall be considered as the smaller size shown for that type on the drawings. D. Root Systems: All container --grown stock shall be grown in its container for at least six months prior to its planting. Contractor shall allow one percent of the quantity of plants for removal and inspection. Any plant material, within two years following the final acceptance of the project, determined by the Landscape Architect to be defective, restricted, declining or otherwise deficient due to abnormal root growth, shall be replaced by Contractor, to the equal condition of adjacent plants, at the time of replacement. E. Trees: All trees shall have straight trunks of uniform taper, larger at the bottom. Trunks shall be free of damaged bark, with all minor abrasions and cuts showing healing tissue. Sucker basal growth and sucker lateral growth shall be removed and treated to eliminate resprouting. Normal lower side branching shall remain. Trees unable to stand upright without support shall be rejected. F. Health: Foliage roots and stems of all plants shall be of vigorous health and normal habit of growth for its species. All plants shall be free of all diseases, insect stages, burns, or disfiguring characteristics G. Untrue Species: All plant material, within two years following the final acceptance of the project determined by the Landscape Architect to be untrue to the species, clone, and/or variety specified, shall be replaced by the Contractor, to the equal condition of adjacent plants at the time of replacement. 0873p/7 49 1 1 I I I I I I 1 1 I I I I I 1 I H. Lawn Sod: Shall be grown from high quality seed in soil treated with appropriate State and Federal Agency approved pesticides, fungicides and herbicides and regularly inspected by the State in accordance with "State of California Regulations for Nursery Inspection". Sod shall have a well developed root structure sufficiently mature so that it will hold together when held by one end of the roll. Yellowing, brown, diseased, dried, or pest infested sod shall be rejected. Soil thickness of the sod shall be 1/4" to 5/8" thick excluding top -growth and thatch; topgrowth shall be uniformly mowed to 1-1/2" - 2" with excess clippings and surface debris removed; size of rolls or slabs shall be consistent with the supplier's standard length and width and is not to vary by more than 2% in either dimension. Sae drawings for turf species. I. Chemicals: The following brand names of various chemicals to be used in this section are provided for ease of specifying; equals or brands with similar chemicals that will match or improve performance may be used at the Contractor's discretion. Pre -emergent herbicide: "Treflan" or "Dymid" Anti-dessicant for foliage: "Wilt-Pruf formula NCF" PART 3 - EXECUTION 3,01 INSTALLATION A, Plant Material Approvals: Before planting operations commence, all plant material shall be approved by the Engineer. Defective plants installed without such approval shall be removed from the site upon request by the Engineer and an acceptable plant substituted in its place. B. Layout: Only those plants to be planted in any single day shall be laid out. Locations of all plants shall be approved prior to planting. Plants installed without this approval shall be transplanted as directed by the Engineer. C. Protection of Plants: Contractor shall maintain all plant material in a healthy growing condition prior to and during planting operations, Con- tractor shall be responsible for vandalism, theft and damage to plant material until commencement of the maintenance period. D. Pruning: Contractor shall do no pruning without the specific approval of the Engineer. Plants pruned without approval shall be replaced by the Contractor, if required. E. Basins: Construct basins as necessary to water plants. Remove basins from all plants under a permanent irrigation system prior to final inspection and finish grade the planting area. Basins for plants to be hand watered shall remain in place. Basin bottoms shall drain to berm away from plant stem. 0873p/7 50 I 1 I I I r I1 1 r I I I I 1 F. Staking: All trees shall be staked as drawn with stakes driven securely into existing soil on the windward side of the tree. A minimum of two figure -eight wire and rubber tree ties shall be required per stake. G. Plant Pits, Backfill and Finish Grading: See other section for materials and installation requirements. H. Cleanup: After completion of all operations, Contractor shall remove all trash, excess soil and other debris. All walks, walls and pavement shall be swept and washed clean, leaving the entire area in a neat, orderly condition. I. Chemicals: Contractor shall verify compatibility, dosage and other application procedures with the manufacturer and shall pre-test any and all chemicals at the site to verify total compatibility with proposed plantings and shall be responsible for any damage arising from inappropriate use. Herbicide: Treat all ground cover and non -seeded areas 20 days after planting as required to obtain weed control. Anti -desiccant: Apply one or more applications of anti -desiccant to plants immediately after arrival to the site and thereafter as required to minimize wind damage to plants. J. Sod Installation: Finish grade to smooth even surface allowing for sod thickness at pavement and other structures to leave the sod one-half inch below the finish grade of adjacent structures. The soil surface shall be sufficiently firm to resist impressions over one -quarter inch deep, and shall be lightly rolled until meeting this firmness. The top six to eight inches of soil shall be watered until this zone has an optimum moisture content for root growth. Sod shall be laid in rows with staggered ends neatly and tightly butted on all edges. Sod shall be protected from wind and sun exposure during storage with a maximum storage period of twenty-four hours. No overlap, gaps, ripples or other uneven placement will be accepted. Contractor shall lightly roll all sod after installation to insure optimum contact with the soil. Trimming and cutting around structures shall be completed with sharp tools and carefully fitted so the final appearance is a solid continuous turf. 0873p/7 51 FIFTH AVENUE AT' SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO I I 1 1 I I 1 I r I SPECIAL PROVISIONS FOR CENTRAL PARK ENTRY IRRIGATION: PART 1 GENERAL 1.01 SCOPE A. Work in this section includes installation of new irrigation components and modifications to existing system,. including excavation for points of connection, trenching, piping, equipment, electrical components, maintenance of the system, and incidentals related thereto. 1.02 RELATED WORK A. Landscape Soil Preparation 1.03 QUALITY CONTROL A. Standards: Unless otherwise shown or specified, all materials and methods shall conform to the appropriate current sections of the State of California Department of Transportation Standard Specifications (DTSS) as they reasonable apply to this work except for measurement and payment requirements. B. Reviews: Contractor shall specifically request the following reviews prior to progressing with the work (1) layout of system and (2) points of connection excavation and (3) coverage adjustment of all heads, valve boxes reviews, and (4) operation of system. PART 2 - PRODUCTS 2,01 MATERIALS A. Quality: All materials shall be new and the best quality available unless otherwise specified. All materials shall be clearly marked by manufacturer on all material, containers or certificates of contents for inspection. B. Plastic Pipe and Fittings: Polyvinyl chloride Schedule 40 (CS207--60) Class 200 (CS256--63) PVC nSf. Unless otherwise noted, all pvc pipe shall be Schedule 40, and threaded fittings shall be Schedule 40 heavy wall. Polyethylene fittings to be black, standard quality. Solvent for piping shall be as recommended by manufacturer. Gasketed pipe joints if used shall conform to ASTM D2241 for SOR 21--2.00 psi pipe using class 12454 -AL pvc conforming to ASTPI resin SPEC D 1784 with rubber rings conforming to ASTM D 1869. All pipe shall be clearly labeled with manufacturer type and spec numbers. 0873p/7 52 C. Control Wire: Type UF, 600 v. insulation, minimum size #14, copper, common ground white, U.L. approved for irrigation control use; splices shall be "Scotch—Lok" seal pack or equal with wirenuts enclosed in resin —filled envelopes. I i I I I1 I I i I I D. Valve Boxes: Precast concrete or plastic of type and size indicated. Free of all cracks, chips or structural defects. Boxes subject to vehicular traffic shall be concrete and have heavy—duty steel covers. E. Irrigation Equipment: Refer to drawings. Any desired substitutions require submittals in duplicate for specific written approval. PART 3 — EXECUTION 3.01 Grading: Contractor shall be responsible for installing all irrigation features to their finished grade and at depths indicated. All rough grading and/or finish grading shall be completed and/or accommodated before trenching commences. 3.02 Layout and Trenching: All features of the irrigation system shall be staked and pipe alignments parked prior to trenching for approval by the . EE -Al Ei i 69 , 3.03 Backfilling: Cover no joints until system has been reviewed by the Landscape Architect. Backfill with damaging rocks and debris shall not be permitted. Compact all backfill and eliminate settlement. Previously prepared soil is to be replaced into the top layer of backfill. 3.04 Fabrication: Snake pipe from side to side when trench exceeds thirty feet in length. All manifolds shall be neat, orderly and constructed for ease in maintenance operations. Construct manifolds to allow valve boxes to be parallel to each other and to adjacent walls, walks, curbs and buildings. Cuts and joints shall be free of burrs, smooth and minimum in quantity. All pipe above finish grade shall be galvanized unless noted. 3,05 Pipelines: All pipelines shown parallel on the drawing may be installed in a common trench. Where pipelines are shown parallel or adjacent shrub or ground cover areas, they shall be installed in these areas. Where shown parallel or adjacent lawn areas versus pavement, they shall be installed in the lawn area. All changes in depth of pipe shall be accomplished using 45 degree fittings. 3.06 Testing: Test all lines before backfilling for malfunctions. 3.07 Control Wire: Install control wire in pipe trenches wherever practical. Tape to under side of pipe every ten feet. All splices shall be epoxy coated. All wire shall be installed below or level with the bottom of adjacent pipes. All wiring above finish grade shall be enclosed in steel conduit. 0873p/7 53 3.08 Adjustments: Adjust all heads for arc, radius, riser height, and distribution for uniform and optimum coverage. Such adjustments shall include nozzle changes without additional cost to the City. I 1 1 I 1 I 1 I 1 1 3.09 Finish Grade: Unless otherwise noted, all heads shall be set at finish grade and on double swing joints. The top of all valve boxes shall be flush with finish grade. 3,10 Record Drawing: Contractor shall regularly update a print of the system and any changes made to the system throughout the project. Features below ground shall be indicated with at least two measurements. from surface features such as walks, building or sprinkler heads. All changes shall be recorded on this plan before trenches are backfiiled. The record drawing shall be completed and submitted to the City before payment shall be made for work installed. 0873p/7 54 I 11 1 1 I1 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL. AND PARK ENTRY CITY OF SAN MATEO SPECIAL PROVISIONS FOR CENTRAL PARK ENTRY PILASTERS PART 1 — GENERAL 1.01 WORK INCLUDED A. Furnish and install all pilasters including concrete masonry, concrete footing, cement plaster, forms, reinforcing and miscellaneous items. 1.02 RELATED WORK A. Paving 1.03 QUALITY CONTROL A. For various items, comply with the indicated references to numbered specifications prepared by the American Society for Testing and Materials (ASTM). PART 2 — PRODUCTS 2,01 MATERIALS A. Concrete Block: Light weight units, ASTM C-90, Grade N. Type I, modular size 8" wide x 16" long. B. Mortar: ASTM C--270, Type S, using ASTM C-150, Type I Portland Cement, in the following proportions: 1) Cement: 1 part 2) Hydrated lime or lime putty: 1/4/ to 1/2 part 3) Aggregate: 2-1/4 to 3 times the volume of cement and lime. C. Grout: 28 day minimum compressive strength of 2,000 psi, and shall be composed of one part low alkali Portland cement, 2-1/4 to 3 parts sand, and 1 to 2 parts 3/8" maximum size pea gravel, to which shall be added not more than 1/10 part of lime. Sufficient water shall be added to produce consistency for pouring without segregation of the constituents of the grout. Combined aggregate volume shall be not more than 4 times that of the cement and lime. D. Principal Reinforcing Steel: Deformed steel bars, ASTM--15. E. Wire Reinforcement: Conform to ASTM A82. 0873p/7 55 PART 3 -- EXECUTION 3.01 INSTALLATION A. All walls shall be true and plumb and built to dimension, bond and pattern, as shown with unobstructed vertical continuity of the cells to be filled, and allowing maximum size openings for reinforcement, B. All grout shall be well rodded or vibrated as pouring progresses. When grouting is stopped for one hour or more, the pour shall be held 1•-1/2" below the top of the uppermost unit. C. Concrete block walls shall be reinforced as detailed on the drawings. All steel shall be clean and free of deleterious amounts of rust. Lap all splices a minimum of 27 bar diameters. D. Make provision for installation of bolts, anchors, conduit, etc., as required. 3.02 CLEANING A. Keep exposed work clean as the work progresses, taking care to prevent mortar staining of the block and surrounding construction. 0873p/7 56 FIFTH AVENUE AT SAN MATEO DRIVE TRAFFIC SIGNAL AND PARK ENTRY CITY OF SAN MATEO SPECIAL PROVISIONS FOR CENTRAL. PARK ENTRY I 1 1 I 1 I 1 1 ASPHALT PAVING PART 1 GENERAL 1.01 SCOPE A. Work in this section includes the installation and furnishing of all aggregate base, paving and related work thereto. 1.02 STANDARDS A. Unless otherwise shown or specified, all materials and methods shall conform to the appropriate current sections of the State of California, Department of Transportation, (Caltrans) Standard Specifications (DTSS) as they reasonably apply to this work. 1.03 TOLERANCES A. Tolerances for subgrade, subbase and finished grade shall be as specified by DTSS except that Contractor shall deliver the full aggregate base and asphaltic concrete thickness shown. No combination of high and low tolerances that compromise the section will be permitted. 1.04 TESTING AND INSPECTION A. Contractor shall notify the City at the completion of the various stages of the operation as indicated below and shall allow such reasonable time for testing and inspection as the Inspector may require. No work shall be done on the next following stage until authorization to proceed has been received from the Inspector. 0873p/7 1. After all rough grading is complete and subgrade has been prepared to receive aggregate base and/or subbase. 2. After final placement and compaction of aggregate base or subbase and subgrade has been prepared to receive asphalt prime or other following operation 3. When paving equipment is at the site and paving operation is ready to start. 57 1 1 1 11 I I 1 11 PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base: DTSS Section 26, Class 2, with 3/4" maximum size. B. Liquid asphalt for prime coat: DTSS Section 93, MC 3000. C Asphaltic emulsion for paint binder: DTSS Section 94, SS1. D. Paving Asphalt: DTSS Section 92, steam refined asphalt grade 85-100. E. Mineral aggregates for Type A plant mixed surfacing: DTSS Section 39, maximum size 1/2", medium gradation. 2.02 MIXES A. Proportioning and mixing of the asphaltic concrete shall conform to DTSS Section 39.3. PART 3 EXECUTION 3.01 PREPARATION A. Verify that the subbase is properly compacted and at suitable grade for receiving aggregate base. Clear area to be paved of all debris and organic material, Recompact and regrade as necessary to place aggregate base. B. Before beginning base and paving work and during construction, take all steps necessary for protection of existing improvements. As the asphalt concrete is being placed, extreme care shall be taken not to discolor or damage the curbs, fences or wall surfaces. If damage occurs, repair same and, if satisfactory repair cannot be made, remove and replace the section as directed. 3.02 INSTALLATION A. Place and compact aggregate base as specified for Class 2 aggregate base in DTSS Section 26.1. Verify grades to allow for finish paving. B. Clear aggregate base -surface of all loose or unsuitable material. Apply prime coat in accord with DTSS Section 39.4. Verify exact rate of application with the Engineer. After the liquid asphalt has penetrated the surface, the excess shall be removed with sufficient sand to absorb the same. Remove excess sand. 0873p/7 58 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Apply paint binder in accord with DTSS Section 39.4. Paint binder shall be diluted with equal parts of water and applied to all vertical surfaces of existing pavement, curbs, gutters, catch basins, manhold frames, and construction joints in the surfacing, existing bases and pavements to be surfaced, and other surfaces designated by the City. Asphaltic paint binder shall be provided in sufficient quantity to produce a thin, uniform black, glossy coat of asphalt. Pools in unevenly distributed areas shall be redistributed by means of hand brooms. D. Before placing surfacing, additional prime coat or paint binder shall be applied to areas where the prime coat or paint binder has been destroyed. F. Asphalt concrete shall be spread and compacted uniformly to a closed, smooth surface and a layer of uniform density, in accord with DTSS Section 39.6. F. Finish grades shall be as shown, smooth and without sharp breaks and shall allow the pavement to drain. Upon completion of the paving, flood the area as directed by the City. The Contractor shall be required to reconstruct any low areas as directed. ELECTRICAL PART 1 GENERAL 1.01 SCOPE A. Work in this section includes the furnishing and installation of accent lighting complete with luminaires, conduit, wiring, connection to existing metered panel in the parking garage below the tennis courts, all as shown on the contract drawings. 1.02 STANDARDS A. Unless otherwise shown or specified, all materials and methods shall conform to the appropriate current sections of the State of California, Department of Transportation, (Caltrans) Standard Specifications (DTSS) as they reasonably apply to this work. 1.03 MATERIALS All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the Underwriters' Laboratories (UL), or the Electronic Industries Association (EIA), wherever applicable and to any local ordinances which may apply. Installation shall be in compliance with all local codes. LUMINAIRES: Shall be as indicated on drawings. CONDUIT: All conduit below ground shall be schedule 40 PVC with solvent -weld couplings, U.L. listed. Conduit shall be direct buried with a minimum cover of 24". 'Exposed' wiring shall be in galvanized rigid conduit extending to 24" below grade. 0873p/7 59 1 1 1 1 i 1 r I I I WIRE: All conductors shall be copper THWN-00 volt insulated. All underground splices shall be made with mechanical connectors and then encased in epoxy with kits specifically designed for encapsulating wire splices. Contractor shall use extreme care in use of kits to assure that the epoxy completely encases the connector. ADDITIVE ITEM NO. 3 — TRANSFORMED BOX REALLIGNMENT: PG&E primary electric underground equipment enclosures standard drawings No. 062000, sheets 1, 2, 3, 9, 10, 11 and 12 are included herewith as supplemental information. The enclosures, extensions, and covers depicted on the drawings are similar to the existing transformer box to be repositioned. Prospective bidders are advised to contact PG&E Co. for their requirements and the actual size, type and depth of the existing enclosure. PG&E Co. contact person: Walter McElroy Phone 598-7379 PAYMENT: The unit price bid for additive item No. 3 shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work involved to reposition the enclosure as shown on the contract drawing and as required by PG&E Co. 0873p/7 60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 12. 13. 14. NMI SKEET Wel 00 General Notes 2 &ertrSlslfl l tpl102112) _L.LLOet9: hll121. 612WIlietlOn) 4 3'-0'x S'-0' (circlets Enclosure Asjerolles 3'-1Nx 3'-Q' Fnclosure and Extensions S' -0'A s'-0' Frare Asst^Dlles-Incldentgl 4M Full. Traffic 3'-0'x S'-0' Polymer Concrf<tzsgy re AsseiCileS-Incidental Traffic 3'-0'x 5'-0' Steel Cover Assemtl Ions -Full CONTENTS 'WET CONTENTS 1 6 7 B 9 10 11 4'-6's 8'-6' Carplete Enclosure Assemblies 4'-6'x 8'-6' Entlsllre and Extensions 4'-6'x 8'-6' From Assemblies -incidental and Full Traffic 21 22 23 24 12 13 14 15 16 4'-6's 8'-6' Polymer Concrete Cover.Assemblies-Incidental Traffic 4'-6'* 8'-6' Steel Cover Asset/ les - FullTrofflc 4'-6'x 8'-6' Concrete Frame - Heavy Full Traffic 4'•6'x 8'-6' Concrete Cover for Subsurface Transformers - Heavy Full Traffic 4'-6'x 8'-6' Concrete Cover for Subsurface Switches - Heovy.FullTraffic Details for Frain Assemblies 18 Details for Cover Assemblies 1 Old Replacement NOMware 19 Cement G�outlig Instructions for Enclosure Frame (Structural) 20 Foam Grouting Instructions for Enclosure Frame (Structural) Procedure for Converting Incidental Traffic Encl. Covers to Slip Resistant Covers 4'-6'x 8'-6' Steel Frame Assembly - Heavy Full Traffic 4'-6'x 8'-6' Steel Cover for Subsurface Transformer - Heavy Full Traff lc 4'-6'x 8'-6' Steel Cover for Subsurface Switches - Heavy Full Traffic aNFtAL NCTFC: 1. This drawing provides dimensions, Illustrations, and ordering Information for surface operable primary electric underground equipment and splice enclosures. 2. The Primary enclosures shown on this Cngineering Standard are the preferred enclosures. Precast and Poured In Place manholes should be utilized only when space Tor surface operable enclosures cannot be obtained. 3. If other sizes ore Drowsed for use, contact the P6SE Transmission i Distribution Deportment for assistance. 4. Nonol ithlcally Poured enclosures eby be substituted by the supplier, for any depth cambinatlon of body and extension, If the enclosure Is delivered 'In -hole' by the susol Per. 5. A seerial, full traffic rated, silo resistant steel solid cover section Is available for use In full vehicular traffic applications with nigh pedestrian traffic. (i.e. crosswalks) 6. A heavy Full Traffic rated cover is available for use where excessive heavy vehicular traffic Is experienced Or anticipated. 7. Size all enclosures to occaamote the largest size Cole or piece of equlpllent that could ultimately be installed. jBtTAI ATION rift B. *cruelly the greatest cost savings ate achieved by taking delivery of the enclosure at the jab site and using suppliers' ecuizient to Install the enclosure Into the excavation. 9. It Is P6ondE Cmmany's resoonsibillty-to check and prepare the lob site as follows: (a) stake space available for the sisal ier's equipment and or a crone. (b) Reliveany overhead facilities that might prohibit the use of the supplier's equipment or crone. (c) Provide the excavation In the proper location and of the correct size, depth, and aligmsent. (0) Prepare the excavation with a 6' caromed rock base for installation and Provide for backfill ing, cnDoctlon and resurfacing. (Cl Provide the necessary manpower to install the enclosure. Plastic Sealant shall be provided by the supplier for all concrete to concrete joints below the too of the concrete enclosure. When grade oJuS9mnt bolts are used, the free shall be grouted to the enclosure. seen grade adjusting bolts ore not used (frame is sitting directly on concrete extension) grouting is not required. Cementgrout stall be allowed to cure for 24 hrs. before application of env traffic Iced, see Sh. 19. When Quick restoration of traffic is required structural foam grouting may be used and after allowing it to cure for a minims of 1 hour traffic ivy be restored, see Sh. 20. PO NO/ break out the bottom of the stye hole/ convected rock base Is for the leveling of the enclosure, not for drainage. The enclosures In this drawing are equipped with conduit teminotors. When entering these enclosures with conduit of a different diameter than the terminator. the use of a swedge reducer (Dwg. 031793. Sh. 4) will be necessary. If a swedge reducer is not available, grouting is acceptable. Except for Heavy Full Traffic, all covers and grates will be secured with pent head bolts at all times (tether energized or not. APne'n ST INDEX AND GENERAL NOTES 2 sty Re sups N N. GRAF MNa S LIPS OWN 0 su" bongo N. N. GRAF PRIMARY ELECTRIC . UNDERGROUND EQUIPMENT ENCLOSURES Oa PACIFIC GAS XOcEr CTTRIC COMPANY 0 9-87 L ' SAN FRANCISCO. CALIFORNIA -------- $ 'r$ C i i CMG rr 4511PPL€MEv74G /NFORt44 n ow 2.2199 115 .OD'Oved tar CQDSFrv{FiQn DATE OCACEIPTON ENGPEE RING STANDARD ewN m el sun sun n RSEo ENCLOSURES CALI SunRsnn PT NUT No I a 24 Sours DIMINO Nunn 062000 NKRg11W nr 2 A ,WwovedSuneseci4dDArt 057676 ,5., l,%ifbloce 4 n ni'0/v eashicte/ ' I 1 1 APPLICATI08: =EI6 I PAL: Selection of the correct type of enclosure involves judm ent, taking into account the °resent and future Intended traffic use far the area where the enclosure will be located, and future cable or eaulanent changes. .INCIDENTAL VFNI(U1A9 lApptr: For use in sidewalks, owed and unpaved pedestrian areas aid/or parkway strips adjacent to curbs and any other area sualect to occasional light vehicular traffic only. FU) L VFHICUTAB TRAFFI(• For use In streets, driveways,. Dorking lots, camerciai sidewalks and other areas subject to full vehicular traffic. HEAW FULL VEHICULAR TRAFFIC: FOr use In streets wnere excessive heavy vehicular traffic Is experienced or anticipated. TABLE A. SIZE OF ENCLOSURE REQUIRED FOR CABLE SPLICE MD SUBSURFACE EQUIPh9EENN5T pPPLIWTIOI TMN5F00°I�ER EVAOR �I (Inside Olmenslans)• EXCAVATION DIRN51a15 ®. Installation of 200A. Non -Lead Splices (Owe. 060809) O2 Al. -1/0 Al. 1-3 Sets 3'-01wx5'-0•Lx3'-6'D 5'-O'Wxl'-O9x5'-O'D 200A. Dead Break Prtwory Junction, 3 or 4 Way (Nog. 035380) 02 M.-1/0 Al. 3'-O'Wx5'-O'Lx3'-VD 5'-O'wx/'-O'Ls5'-0'D Sinale-phase Horizontal Transformer gusts 060578) 75-167 KVA 3'-0'wx5'-O'Lx4'-6'D 5'-rWxl'-0'U6'-O'D Duplex 38 Transformer (Owg. 051776) 25/10 kVA a 50/10 kVA 3'-O'Wx5'-O'Lx4'-6'D 5'-a'Wx]'-OYx6'-VD 6'-b'Ih;O'-6'Lxl-6'a 75715 kVin = 100/50 KU 4'-6'wxB'-6•Lxb'-0'D UCO 38 Transformer (Owa. 019810) 112-1/2 - 300 kVA 4'-6'wxs'-6'.x61-0'D 6'-6'Wx10'-61.x1'-6'D 500 -75Q kVA X' %VMS' -VW' -0'D 6'-6'wx1O'-61.x8'-6'D • 200A. Sectionalizing Ott Switches (Ow4. 054954) 2 way s 3 Way B2 Al. - 1/0 A1. 3'-0•wx5'-O'Lx3'-6'D 5'-O'wx7'-rlx5'-0'D 200A. Sectionalizing 011 Switches Fused (0wa 0946e61 R Al. - 1/0 Al. 3'-0•wx5'-O'LXS'-6'D 5'-0'Ms7'-01.x5'-0'D Installation of 200*. and 61204. Non -Lead Splices (Owa. 060809) 4/0 Al. - 1000 Al. l' -69x8' -6'1s6' -0'D 6'-6'Wx10'-6'W'-6'D 600A. Cable Separable SDllce (Dn. 051071) A 4/0 Al. - 1000 Al. 4'-6-Wx8'-6'U6'-O'D 6'-6'Wx10'-6'LxP-6'D 600A. Sectional l2ing 011 Switches (Dwa. 050859) 2 ways 3 Way 350 Al. - 1000 Al. 4' -69x8' -61.x6' -0•D 6'-6'Wx10'-6'W'-610 • Add an additional 12 inch extension In Heavy Full Traffic locations. ® Death allows for six Inches of a concocted 3/4' minus rock base. A only one set of separable splices per enclosure. For two circuits using 600A, provided straight splices, see Nei. 053732. EXAMPLE: Select the Dreyer enclosure for a 50/10 kVA duplex transformer which will be located In the sidewalk. Solution: Fr® Table 'A'. a 3'x 5'x 4'-6• box Is reouired. From Table 1 sb. 4 a 3'x 5'x 4'-6 transformer enclosure assembly for sidewalk Installation (incidental vehicular traffic) Is Code 04-3604. 9/E: Intercept boxes are available on special order with separate asses and knockouts to the floor for Instal lotion around existing cables. Contact the Transmission A Distribution Department. GENERAL NOTES (APPLICATION) ate.. BY J fuPRaved Irma 7i� 2 2 t -ea Removed Sups -sexed PM" 051676 fpm /idle ',MO. Of t LI -adz.- _ _ I yin) Approved /Or Cons/ructon oae bJ wu REV cam OEIGNUM0le OWN OHIO SUM 0 am ENGINEERING STANDARD WFOBtlOO suPV N. N. GRAF SUMP= RI osow G. S. LIM PRIMARY ELECTRIC NW as 2 in inBn OWN G. S. Land UNDERGROUND EQUIPMENT ENCLOSURES CNGO N.N. GRAF OMWIpO WNW' 062000 Olw o.1L ELECTRIC -OPERATIONS PACIFIC GAS AND ELECTRIC COMPANY 10- 9 87 >— SAN FRANCISCO. CALIFORNIA 'r ti a'rrt Dr ni tr tmeeam° 1 t 1 SUPPLEMENTAL /NPOa AT/DM/ 1 1 1 1 1 1 N FIN'S!! (Front and Cover Assemblies) A.lBC1orNTAI TRAFFIC (1) Solid cover sections - (2) Grates (Vented Cover). !trait_ TRAFFIC (1) Sol la Cover Sections - Solid cover sections shall be mode of Polymer Concrete w10 a PG mid E Co. approved high coefficient of friction, slip resistant surface. Material Properties: Cproression Fc-11.000PS1., Flexural F'G•7850P51, Shear Fv-450P51. ultimate Bearing Fc-9,350P51. Tensile Ff•2300PS1. Grates shall be coated want) PG and E Ca. approved epoxy -grit finish that has a high coefficient of friction and is of similar color as the polymer concrete cover sections. Cantina Svctems, (0) Delta Plastics Cmoany TP163.0073 A s B. (b) Permo-Epoxy Co. PC001. PL002, PC099 eppllration- Epoxy finish shall be applied to accordance with manufacturer's recomlendationt. Field coating of covers is not recamnended. Solid cover sections for use in high oedestroin traffic areas shall be fabricated from approved slip resistant ASTM A-36 Structural Steel. (See Note 6) Solid cover sections for use in other areas shall be fabricated from standard 1/4' flat plate with diamond pattern. C. GuDjsKtireporation for Steel Covers, Grates. Frames, Be(ms.jlc. Galvanize Finish Mot alp galvanize after fabrication ns per latest revision of ASTM Spec. A-123. GENERAL REQUIREMENTS. 1. D iar.) Loans Concrete enclosures are to De designed per the latest edition of ASTM C-857 'Minimum Structural Design Loading for Underground Precast Concrete Utility Structures -ADO the 'American Association of. State Highway and Tl:ansoortation Off10101s.Standard far. Highway Bridges'. A. Vertiral !dint (a) Incidental Traffic Enclosures shall be designed for 8,000 lbf. (b) Full Vehicular Traffic Enclosures shall be designed for 16,000 lbf. (ci Heavy Full Vehicular Traffic Enclosures shall be designed for 20.000 Ibf. B. int.ral Rackflll toga Concrete enclosures ore to be designed per latest edition ASTM C-857 for full traffic anal ication. 2. Pullin irons (0) Pullin Irons shall De designed for 20.000 lbs. ultimate. with a safety factor of two. (40.000 lbs.) 3. Lifttlg Ito All extensions shall be provided with four 7/8" ala.. 2.1/4' min. deep inserts with Unified Coarse Thread class 2A threads. to) Boxes shall be lifted using Dulling irons in floor. 4. Harking la) All concrete Parts shall De oemanently identified as to manufacturer an the Inside and outside surface. (Di All concrete parts shall hove the weight stenciled on the outside surface. 5. All bodies and extensions of any one -manufacturer slat. De fully interchangeable with the bodies and extensions of all other -manufacturers. 6. A. Morena Precast ConcrrttEncloture Suppliers B. Approved PoLy1wr Concrete rover Sizailrrs C. Approved Slip Resistant Steel. (o) Assoc. Concrete Products (0) Assoc, Plastic Intern. (a) Grating Pacific (Allgriv). (b) Brooks (b) Brooks (b) 1KG (Metes) (c) Forni (c) COR (d) Utility Vault (di Olazite (e) Jensen APPROVED it GENERAL NOTES ( SPECIFICATION ) tt 2 IOW 8" Aty one 2 -b -M Removed Superseded Owy. 05267G Fla» fits block. .i'oO'Oved (0r CansrructiOn GM SUPY N N. GRAF DIBN G SLIM OWN N GOLDENBERG CNID NN.GRAF Dot 9- 10 WAS OESCRIRaN KG OWN ENGINEERING STANDARD PRIMARY ELECTRIC UNDERGROUND EQUIPMENT ENCLOSURES PACIFIC GAS ELECTRIC ELECTRIC COMPANY SAN FRANCISCO. CALIFORNIA CHAD IUMBEBu SUPERSEDED By BNQT Na 3 of SHEETS, DRAWING NUMBER RN 062000 2 ENCLOSURES 1 ;Ft 7' s .r• -.:.-s- -•+D.. Y C VI CO Y y MIDRO SIN 2. c ,o pPtewitn1ry4L /NFo ".t4riah 1 I I I I I I I 1 crooner 27 orb 2a >1 / •�\\`����```````21 / /�i` l - ..7", ."' (See Detai/Z ;Sh.IB) "��\� 7-50ro. Dud 5 Or a, LihingNo/es or a0 cv ��� VAAAA 0 �® Oar Fau/ltnd.7a/ur- yea. Port i3 C �; y� `: pin ,Ibl e1. , (y �%1 .I �i..e 1 1 'ice... i /..... O /'/ii' I. i rim/ Boll DownFeolurel ...• (SeeDefoo [ "sat/ ) ® 7-5 D,b.Duc/�. n or` or° .� LiningNo%s 8 ar •A l%v 3/ lei� % °� `p jj % Terminators o• ® e in % Wove/ % :," `r of � %% (j 0 ® 6�1t pUtS d[I • A , 6 oa 7 /6-6-0M. ® 7erm,nafors 4• �/o a �s••v O�acf7eimirolyism - o TYPICAL PR/MAR Y SPLICE � /d }' llnsii51Oe) 451 OJ Grover BOX OFn fa, OR EOU/PMEN7 ENCLOSURE ASSEMBLY (See Tob/e A, Shee/2 for App/icoNon) • TABLE 7. COMPLETE ENCLOSURE ASSEMBLY(Far 600 AMP. Pail ibu/ran) TYPE OF ENCLOSURE ■- TYPE OF TRAFFIC CODE /TEMS REOD. (Shs. /0-/B) I7 /B )9202(222fl1$26271d Si /5233345 4738'39X21 7ransh7rmer Inc/dente/ fret ca/or 04-337/ )c X X XXX X X Full Vehicular 04-3450 X X X XX X X eovy u ro /CA Incidental Vehicular 04- 39 04- 54// X X X X XXX XXX - , X Eftunpment 1 Full hi Vehicular 04-3 5/ X X X � x X X _ __ X X Full Vehicular. 04- 1440 X X L X x X X/ Heavy Fu// Tra tic A 04-/44/ X f T I r 1 X X X TABL E B. COMPLETE FRAME ASSEMBLY TYPE OF ENCLOSURE DESCRIPTION TYPE OF TRAFFIC CODE Frame Assemb/y,mc/u'es Frame, Beams, Covers Inc/glen/a/ Vehicu/or 04-3598 Tronsformer and a -clings Full ✓ee,cu/nr 04-359? Inc/odes Concrek Frame, Concrek CoverS Troll//c9rak Rea vyy Fu// Tro7f/c A 0-- /4 :2 Frame Assembly, ac/odes Frame, Beams and Inch'en/a/ Vehicular 04-3600 Equipmen/ Cover Ful/ Vehicu/or 04-360/ Lx/udes Concrete Frame, Contra/e Cover Manhole Car Heav—yam/ TroIOC A 04-/443 GI Does not include a PGancE Code No. Includes Sheet 10. For excavation W To be used only In Swipe reducers ore S For heavy Full Traffic, extension with Transformer 41- frame. body. Trate and cover 0131011)1Y, When extra depth Is rea'0, order extension from Tatie 9, size see Table A, Sheet 2. For Heavy Full Traffic locations add o 12 inch extension. full vehicular traffic areas with high pedestrian traffic (Crosswalks. etc.) necessary with conduit smaller than inches (See D. 031793 Sheet 4). frame and cover assatlY see Shs. 14.15 and 16. For 500 and 750 WA. UCD type transformers order 12 Inch Enclosure Assenbly. "x B=6" COMPLETE ENCLOSURE. ASSEMBLIES ,verS34,ri.a AFFNORO OT i rv'l2 �• �'3 tie: moo 2 Removed Superseded 052676 from 1/e block, �C I 017 .t7"A7'B Approved for Conslruc/ign ,, s�y��t]r / / a ghd70t REV OAR a[[CNITON OWN CM [OM A140 •cu, NI ENGINEERING STANDARD [D►[RE[0[[ sun N. N. GRAF nu G.S.LIM PRIMARY ELECTRIC SUMMED IV OWN N. GOLDENBERG UNDERGROUND SHEET NO Or Snail MO N. N. GRAF EQUIPMENT ENCLOSURES � OS V1 ELECTRIC OPERATIONS DRAWING NUM' 062000 REV YTS EtlIN PACIFIC GAS AND ELECTRIC COMPANY 10-19-87 SAN FRANCISCO. CALIFORNIA er la, Mt[[OFltr 1 IE] rw !Mae alsv s l e"*"''n CI Amara 7f t... ec ,Q) IS w cSUPPLEMENTAG /NAYRMA770A I I I I I I I 1 I I 1 I I I I V A 1 rag • ® ' -YDia Nob for ¢ - "l • Ground Rod 2-Pla es(BlistO le•Dia Sump 6, 4'- I flush Pull Iron • 4'obep Meld +. I SPleees r !` I A , .. QQe L —B PLAN • n• L:'l L.1 - µ -(rep /he ante /)re• of r-in-1rcmv errs/ tan side l I/ cable Supp ut / - ` AANM//o Sm,t, nn 1,:te LV _2411. . -1 Sc _ _, 5! f /i- N,. -/6- :•• 'l. Jr:' 'Mr i` ''src 7 u -- i �Lxk L.a 'I N SECTION A -A REPO ACE: =NT 7-S'C/e. Eve/ fats r fare ITEM DESCRIPTION r'E.wL''' ICOOS 17- Body, 72- Depth m /6,850 04-3 76 /8 £x/ension, /2" Oeo/h - X200 o4-34/9 19 Extension./8' Dxn/h• 3.300 n4-3377 • Sp p width .3o•`04 �Lenotn.54' ' DETA((L A' TONGUE & GPoOvE 4'-6' • IV I -I-- - - -/-- . 'J 1 w I 4. K- :_4 ^► :� I Ir atttr'ON B -B 3 Co Not Erenk ru' .- "-r-- Joints must be interchangeable with those shown in Detail -A 'and approved by ma P6 bE Tmnsrl}sion & Dis/ribu/ion Deporihren/. •rx/ensionsofo/liard-:'r^;6"miniuon)con Et=ceein:• art -re>. Lap Monolithically poured enclosures dottier depths con be specc//J' ordered, if deli tiered 'in -note' 4'-6'x 8'-6' ENCLOSURE AND EXTENSIONS AMROSSI IT 2 2-24.4(peras'Sueerseded Cep 052676 ,fa... 47/C b/Ot. ! to,ste 4ppr0xen Tor ConsnuCNOn An I sin onatu IIDN I. SUPS N.N. GRAf ISSN GS. LIM on K. GOLDENBERG CURD N. N. GRAF Is. Mn ECM 10-19-87 — ENGINEERING STANDARD JAW oNi PRIMARY ELECTRIC UNDERGROUND EQUIPMENT ENCLOSURES ELECTRIC GRERATIONS PACIFIC GAS AND ELECTRIC COMPANY SAN FRANCISCO. CALIFORNIA J A C we/ so SUPERSEDE SUPER —ESE- IT • turn no 10 M VIM auwr Iurw 062000 • I RSV 2 s Witt rMRIENr 4 lrallerck llislrnic4 uD SOPPL-EMENTgL /NPORMgT/D1 _9. I I I I r G , r —r u, ri ,W e -n .W n -IL .GT .n .OT P .0. Ir ;I�"o j(— I 'A Y ti ti j rti II I 1 r 1 +� � I B I yy 'IA II I `) V II d II 0 I I I II I II II I II Id BY 1 I d 9 d 1 II 11 4 1 i il il II k Ii ti II li I1 it i 1 '1 -} ♦ , 7 r 03:9/n i I BB I dl 0 I it i I s s z -e,Ss. II d A Ii h. y 1II S i i i I 1:7911 II II B i II II I II i t h II d I 1 . I, I I uII .6 EII III a il 4G II — 10-�:__--.a_=D i �!4y_'n _LFD__4^__Y_I�; r:_irn� _LL n_-tD;,O I11 } Lr B 9(/2 L J PLAN SeeDtted"C SA./7 (llfi ft-r"L L i L.TT. _C J_ J'_ _LL 11.4.2.2 y A Ir, t-$ Wry 8.344" SFCT/ON A -A lncidenlo/ Traffic -Item 2@ See Dena t;SA. /7 1, - 44' SECNONA-A Full Irafic -Item ©i TABLE SO. FARTS FOR Removable I—, /061:0,4 (2-No/es) S L .1 I I I B PLAN SECT/ONE-6' 8EA M-:xiCe/dm/Trolls _'4em Erode Ads just ny Bo# /0 // 4 F/aces(See4efo,%t ;SA /7) ///6 Oia.(2-No/es) C L Orode Ad�ust4ig So// 4 P/oces(See0e%G2; SA. /7) /TEM OESCR/PT/ON -- - WE/ONT AAprox. Ads COD! 20 Frome_Siee/.5o/v. (Inc/dente/ Troffib) 260 04-36/5 2( Frome,_$teel. OaPoorize (Fu//Tmff4) 260 04.3378 22 Boom, for Polymer Concrete Cover 70 04-3402 Z3 Beam, !or 5/et/Cover 90 04-3452 NOTFt (o) Frame Assembly to be finished os pet shed/ s. (t) Pot Mr -r.. • _I ->..s [Sc- Et./"; AF/AWED IV BEAM-Fu//�TTrr'oftc--r/em Q 4'- 6"x 8=6" FRAME ASSEMBLIES- INCIDENTAL AND FULL TRAFFIC Nut IN fUFY N N. GRAF MIN G.5 LIM OWN N. GOLDENBERG CHAD N.N. GRAF OJL OATS WALE 10-19-87 — 2 / REV 2.24-e1 Ab...ore, Super Trosede, Dw9. 052$ 7.i r ?WA, 4/1:4- 0198Z Aoa,OYed let Consteuclon SATE OEICRIINON ENGINEERING STANDARD PRIMARY ELECTRIC UNDERGROUND EQUIPMENT ENCLOSURES OPERATIONS PACIFIC GAS SANECTD ELECTRIC COMPANY SAN FRANCISCO, CALIFORNIA s.4!, KG OWN 3:4Tcoaia 4$0.1 CNND fDFY ARID amnion '4 ttr SIFEISEDEO /Y INLET NO I I OF SMUTS DRAWING NUMBER 062000 REV 2 ENCLOSURES V t NCROFILM PPe-OMs.VTAL 1 /NFORMATiaN I I I I I I I I I I I� I I I I I Tar Fou//indieeler View Pori tisitale 9, 2'-2' ir- 2'-2' 0 115 PLAN Core/Frown a (See Deldil '..:417.51/2. /c/) '2 g LDela Epee eeDe/ail fl4e4 Recessed — IdM/,7,co/ien P/efelC e 1:43.0i7763' 2'-V A 2ii-±111 MR MIPS N. N.GRAF OUR a S. UM OSIM G. S. LIM CMG N. N. GRAF ox Call 10- 19-87 t EL EVAT/ON 61non.ec! Cnvrr .-SeeDrfr l %' Sh. /8 See Dela 1'1"S/tie �-Sev Lbhil 2 2-14.88 / Ii0-tte7 4DDrovpd for Construction (Lit/AT/OA/ Irons fanner Cover PLAN RemoreeSuperseobaawp.0S267t$ from /i//e block. ENGINEERING STANDARD TABLE//.FAR7SFOR E//:LOS'JPEFEetere f COOP 00.360. 4) 04.3672 trio 24 2? C ES:F/FT/l/' Cover, Sec/ion, Py/y1rer: -:r••e Cover. Sec//on.Poyxaer Cone/eV !ever.. Se -11- r Polymer Concrete Orole,Seclion. Sleet, Epoxy WE/ $67 1/0 26� 2 //0 t/D 04 -114k! 04-3400 S Wi/h Fou// Indicator Oise car/. Q 1411,4 Ider/il:,tier F/2/e. worn; (o) Cover Se:/ion tD be -ii'rne! ss per Sheet .3. (N Cover section li•eronces: perimeter; '-%M. Thic+nest; -(1, a %/G" (c) Orete cons rwc'-or 1etm.''s may dev dle trial Detail ^#111 4.18 uponapprovo/or Tmnsn,, l,Jr 3 C,str,Aul/cn eeper/wear. (d) For eleleriorrlen': (ee Sh. /7) 4z="0e Tl„ We/4 MunaIOES PRIMARY ELECTRIC UNDERGROUND EQUIPMENT ENCLOSURES ELECTRIC OPERATIONS PACIFIC GAS AND ELECTRIC COMPANY SAN FRANCISCO. CALIFORNIA su Ovate SS near re 12 of MMARIMM MYRMY 062000 MA stifl r1CIMNu L 0 �d -Ta*Ittill' 4lpp4,004/tVrAL. /N ATM I I I I I I I 1 I r I I I I I I I.---- (4); $def.bors,2L7*long © 32 of. Dowel (2h} def. bare x 9 'long , l 2� o. c. Dowel Anchor Blend walls to _ Id. of pipe Gutter Flowline 414Ra•. Type'3"Frame 8 Grate Seq Note I. 2=I W8. 2)U SECTION B— B Curb foc Flow --w- Normal gutter grade r LIMITS OF NEW CURB & GUTTjER fi (Opening 6' ---T rl 1 DEPRESSION DOWEL DETAIL 3 required when top at basin and sidewalk ore not monolithic. No.4 rebar hoop Diam.! pipeaAt6" 3" clear Normal ppvemen slope 404 Rebor of 12" CC. each way (PLACE IF"V" GREATER THAN 4' ONLY) NOTES I. For details of frame and grate, type"3, see Dwg 3-1-125 2.Connection pipes to be located according to plans and bottom of basin to be sloped to outlet. 3.All reinf. steel to be one inch clear. 4.1f"V" is over 8' then special permission is required from City Engineer. 5.use 560-8-3250 Concrete. 6. Install Protection Bar, Std.Dwg. 3-1- 133 REVISED 44-83 SIDE 8: BOTTOM REINF. DEPRESSION DETAIL REVISED 4-4-83 PIPE INLET, THROAT OPENING. APPROVED REVISED 11.14-73 DELETED STRUT,JAOOED NOTE NO.6. Subg ode Undisturbed earth or crushed rock loco R I'- 0" Depress grate below normal gutter rum slope 30 1. B I�� lu Weld all around Curb plate ANCHOR DETAIL 2 R eq'd 2-0" Normal guts rAnchor _I,l i s $ `r -a U et face of angle in plane of curb t=6"ifsV"is 4-0"or fess t=8"if'Vis betweern 4-d'& 8=d' t:iO" if"V" is 8'-O t if over 8 See note 4 egad. Sidewalk slope Flow •th„ o. :: 6 c 1 Anchor bxld"Goly. rolled plate formed as shown CURS PLATE DETAIL APPROVED SAN MATEO STANDARD TYPE "F-2" CATCH BASIN CAtlIORNIA DATE 1973 DRAWN BY RUJ CHIC. BY JEG APPROVED WY ENGINEER PLAN CAA 3 DBAWEA SHEET 122 I l I I I I I 1 I I I I I I I I I 0 C I x W 3074" . '1 \/ly'x2 1ht'Struct. Grade Steel Bars(2required ' 5/6'K a1.' Struct Grade Steel Bors08required Ale GRATE''. DETAIL ,. DATE 1973 DRAWN by C,13..% 01K. BY J.E.G.+ STANDARD,.N. CAtCH. l FRAME :a GRATE b,yEtA�t APPROVED eel €d *72 it 1;it 0 •� -1 l .4 x 1I.P .I tt tirdd! •Steel: �d Ai „,,flfltIli ,,Weid(3tlt erer�k NM INN P P rn f • z Ibc 1,) MNIIN3 1.1.15 W S 1�n ww l� a S— S a S 111.1 OM MI ® Si 11111. TYPE "B" TO BE USED ONLY IN SPECIAL CASE WITH PERMISSION 5' 0" 520-8-2500 Concrete Slope a per foot Subgrode compaction 2" Sand or 3" compacted ts— crushed rock or gravel"- --- 5' O•' Slope e- per foot Subgrode compaction TYPE "A" 2" Sand or 3" -compacted crushed rock or grovel----' Et — 1" 2'6" FROM CITY ENGINEER 'v Slope 1" per foot 2'6" r8otter t"per foot Slope 1"per foot T• 52C -B-2500 A NOTE : CONCRETE SHALL CONTAIN I LB. OR I PT. OF LAMP BLACK PER CU. YD. Curb Grade Batter I" to 12" Curb Grade to 'Batter I" to 12" Concrete I 1 1 1 I t, I I 1 I 1 1 I I 1 1 Sow Cut (Typ.) 6" NOTEI 0.D.+12"Min. 0.0. +24"Max. ( Pay Limits for import materials and paving ) 6„ y Relative Compaction U 95% N 90 % 'C 7 Compaction Method I 2 3 Mechanical Compaction Mechanical ( Except unimproved areas may, be jetted or with Engineers approved o 00 Are etio hen quarrExcypfines or send is used it shallbe jetted or jetted and vibrated. w 0 Jetted O Min,) 12 1 Mo x. Sow cut side on tare marks only When working over Boy mud: Weight of backfill including pipe ond contents shall not exceed weight of material excavated. BEDDING CLASSES AND TRENCH BACKFILL MATERIALS Jetted Bedding Class A-2 A- I A A-0 B- 2 B- I C D Load Factor 4.5 3.2 3.0 2.3 1.9 1.5 1.5 I.I IMaterial Location Backfill Materials O Street Areas - 2" Asphalt Concrete and 6" 520,A - 2500 Concrete or B" 520-A - 2500 Concrete Unimproved Areas - Aggregate Bose or Native Material, as directed by the Engineer O Crushed Aggregate Bose or Approved Native Material, as directed by the Engineer. O Vibrated Concrete Crushed Aggregate Bose or Approved Native Materiel, except Quarry Fines or Sand for V.C.P. ond A.C.P. O Vibrated Concrete Quarry Fines or Sand Crusheddd Aggregate Boseq or Approvved. Natines ve MMandi fd except QuoV.C.P. and A.C.P. Vibrated Concrete Quarry Fines or Sand or Drain Rock Vibrated Concrete Quarry Fines or Sand or 3/4 max. crushed rack STANDARD TRENCH DETAIL DATE 1978 DRAWN IT G.J. CHK. ►Y EJS 5.113 MATEO, CALIF. PLAN CASE 3 DRAWER SHEET 153 1 I 1 1 1 1 1 I I i 1 1 I 1 APPLY HEAVY BROOM FINISH TRANSVERSE TONE AXIS OF THE RAMP STD. TYPE A CONCRETE CURB j.GUTTER • 4` 4' VARIes Bee FLAN SECTION A -A' OF RAMP, SYM. /MUTE Vl8R:ES SEE PLANS CONTRUCT RAMP ,STD.BACKOFSIDEWALK GRADE Li/2.1016P HALF SECTION B$ /L. , 1, I%eON SLOPING PORTION Ti _ OF RAMP IImo' '. ' ' GROOVING DETAIL • 12" GROOVES PER GROOVING DET. 4' :sO . OA u N ILUN O,VC Fn P,[ 6I GUTTER ROU LINE if TRANSITION Cuts HEIGHT LIP DETAIL 'Orr OF SAN MATEO CONCRETE RAMP' CAC/FORM/A 9440) DETAIL 2/2 ' DATE s03- 89 DRAWN Dr CHECKED -r. L.-. APPROVED GLSC 1 DRAWER i SET 159A _ CITY ENGINEER Rata. �Jo . `lo - 29761 VALVE__BOX_ANDLLID FINISH GRADE. IN SIDEWALK.' OR GROUND COVER �'_V_C_SLEEVE GATE. _VALVE.. - P.V._C. _ ADAPTOR COIL 14 COPPER WIRE -4 WRAPS..- _-TORO 850-00 VALVE MARKER- FOR -.DETECTOR _USE..-- ------• ALIGN CENTER 'OF_.. MARKER OVER _ _VALVE_ STEM VP _..FINISH GRADE IN LAWN AREA.- I/'MIN CORNER _ (TYR Fin 4"__ LAYER GRAVEL 1111111=-=111111 ONE. BRICK. AT _EACH__ ._ . r IRRIGATION- MAINLINE NOTEL VALVE_BOX_a .LID :.SHALL: _SHALLBE_AS FOLLOWS: _ ___ _. _ _. INLAWNAREAS= CHRISTY B-9 BOX .WITH D15-PB LID OR APPROVED EQUAL. - __._._iN-S1DEWALKS_.OR_GROUNDCOVER-AREAS=-CHRISTY _N -S .W/ T -I6' LID OR APPR EQUAL. IN STREETS OR PARKING LOTS: SEE_ STANDARD DRAWING 3-1-L6 err OF SAN MATEO GATE VALVE ASSEMBLY DATE E DRAWN SYi CHECKED APPROVED nnn 4 tn..... .r n ..etr CAL/FORN/A 9440 I G1SE DRAWER I SET 7 I I L8 1 I 1 I iI 1 i. 1 1 I 1 HoRiZoi , pep,bcncJ1 PIPE Lite• 4'1 st FtR 4aD• PLEA! Rtb.4 J ur.JE - eetgr-cVtomno45 IQaw►J 7r 1( PLo.IJ Ve%II-col I 427 aap NarBa Haft ttcU-r ' - 4" Pagf. r1 a c L;j J Pi F5. Valter 4"ftotp PLE->e . 5 L•140 -GAP ►^, 112 siest "aic+J BUe1PLfA Cu 12KcR/. TRW ua GogacTh 1 TREE PLANTING AT GRATE (PLAN) nee + A4Awa 9r CHEW= a fI NIRO R'D GLSC dAptiSMov/A • 944OJ DETAIL 207 DRAINER / . SET 8`+7 I Ce C/TV EN6/NEER 3 I I I I I I I Cosvc.ga✓I * N- . MOTE: (Zo-:o-s) APPLY FERTILIZEs'PGRIFogM'n TAeL•ET4 AT TIME OF I'LANTIrIc0 PT THE FOLLO`Nb-ICa RATS: .l5�G.Tp• -05.7 21 (oRAM TApLET5 �� EnD%F.n TREE - CI ). X11 c•RAM TAbL e.r 'PEA EA Va INCH_ CA611°69- . -HARD Iz4bP5a R 'jRE: TIES. POP -I-1 FICoURE 8 PF=OL1HP.i1;E= . 501 -TED To PIPI -. • • (2) Ile CaPLV. PIPE STAKES FRIMW $ PAINTl=P lo' LONCo. e' ABOVE Co[ZADE. • —11A% -ri 4 U eAsr tz- -7FeE Glzvhtrk4 P-1 i4* , Our M?'rL. 7-"s Flea espa-lay: ...Samar PLUMB. TREE &RPTE.4 FS*1E A5tEr1ibtz( . 'SEE DETikIL: ,210 pL/4NTIN& HOLE 4'-d'x*Le 131 • DEPTH OF FzoOT8,LL PLUS to ' FERTtI:12ES tHEDULE• c SPs• j ------:FILL sppcE:!u ITH .'�.q..' Pic" 11"4 Facer; . d $US LEP. HEAD . • rtes.. rsiaeopnr ao pVG • PIPE RIN& 7=o1 ;e.deS rt.Ara. -T cor4NEcT To V T 20T ' •PS IP . a cosaER4 . {RIzI'hT4oN4 LINE . 12° ssLUW crFip•p . �-- - 4'42 FLE$, PERFOrkATO.0 PVC pIPE. WRAPPPoUHo F?rx3jt5,fy..L— tat..rLp,rl.'T' JoMs1T..7&tuspPcE • f'646811C. &RATEE• S'C.$CFILL FAT-.Tat1'w l3Ac4Ce1L.LL OF •f4N.E�_1.009f= NATIVE �,-pIL c• 4: Nc7 scALE Iarr of 3d&..N4ZF0 .. TREE PLANTING AT. GRATE (SECTION) . DETAIL 208 SET 8417 L14TE 5.87 DRAWN sr CHECKED APPROVED Uzi C?r .ENGINEER ra; CALIFORNIA 94403 DRAWER / ttojelt i•.:„?.....;terai- %Ns re Ittat a C %r 11326%•.- 04 ',dui -1W' ••••••-• • at4"f..arc loss 4. en •e^ to J 3°.1 It •-e," int of sae :DITE "TRH= GP .a4r e - Cl-' «ee a e s (rrLE 24 U P 4.1 AfteaSCPCIAI. SFa.Prde. • PA -4 kf i .P oPS le, GCJ'e*'Y e ca u/fir-rc .oGFc atto , f5LA-a ! EPA coac-n4a U J'C�� 4 PFzeor .bT fr JD ,d. JUa p'+ ese4oHrst•-1144 , W X11-1 ' isti°i o Vara). Sroe - 3I43 . — P . of CLAMS. Fpa e cur -re " 2 . -fl ( )4, .311 Litkara 61 is_ps IL TrPros.L(2Gug-F3 5iv4 gavfD 9IDtS) -7.0-wv,. -ra e - OR PAN/ Lo r : 1stfr•i. / p.d.1- Mr.'I?S . n' Et -l' 4 or o f cosa-i° R&v. 24APRic 69 it, a4TEo TREE • GRATE fJt#6AIv1A • 94401 DETAIL 210 5.0'7• DRAWN as CMEFC© 455 eepriovto • C11" nv6m£_.i 3 DRAWER SET / . 897 a®®®® a® a®® a u r a® a W 0, STANDARD TYPES 15 ROADWAY 15 STRUCTURE 21 STRICTURE 30 ROADWAY 31 ROADWAY 32 ROADWAY E LEE TROLIERS --. Enitina Electraler to Rennin in Place unless Otherwise specified w vorcated. 0---• Foundation for Future Elecbolsr (See Project Nolte). NOTES I. Luminaires shell be provided with a 310 -watt MPS lamp when nstalsd on Type 21, 30,31 and 32 standards, wins of heroin specified. Luminaires shell be provided with a ROO-westMPS lamp when nslollea an all other type standards. unless of herds, epeellled. 2. L11 Lumnaies shell be the cutoff type, ANSI Type III Medium Cue Off Lighting Distribution. ease otherwise specified. S. Variations soled edlecen. to symbol on Project Plans. 0—• 'See Project Notes). ABBREVIATIONS AND EOUIPMENT DESIGNATIONS PROPOSFO f%IST1NS AN An roundeddCo Cunewler AC- A Wounded Conductor ANG American Wire Gage C Conduit CMS em Changeaale Message Sipes DLC die Loop °elector Lead in Cable EMS ems Eetinpuishable Message Sign FB lb Fleshing Beacon FBCA lbw Fouling BeiWa .Control Assembly MPS High Pressure Sodium IC it Inlerconrrd Cable ISNS n Inlernolly 'Ruminated Sheet Nome Sign MC inw Nlermediole Sled Conduit LMA Imo Luminaire Mast Alm CPS Ips Law Pressure Sodium MC me Mercury Contactor MER Mercury MLC mk Magnetometer Defector Lead in Ceble M/M mml Multiple to Multiple Tronsformer. MT out Conduit with Pull Wire or Rope NC Normally Closed NO Normally Open PB Pb Pull Boo PEC PIC Photo Elects lc Control (Type I,B,Ill at IV as shown). PED pea Pedestrian PEU Peg Photo Electric Unit PPB ppb Pedestrian Push Button RL Relocated Equdoenenl RM rm Romp Metering SR sb Slip Boss SBI eon Slip Bose Insert SMA sma Signal Most Arm 5/M s/m Series to Multiple Transformer SN Solid Neutral SP W Service Point SW SW Switch TS Is Time Switch WP Iva Weather Proof YFMR afmr Translormw SOFFIT AN0 WALL MOUNTED LUMINAIRES Pendant. TO Watt MPS. Unless DIhorein Specified FNFn, TO Wool MPS Unless Otherwise Specified. wolf Surface, TO Watt MPS units; otherwise Specified. Eelabn; Solfll or Well LumnaWs to Remain Unmodified. MEaodifslIneied Soffitoodpecln fled. Wall Luminolee to be NOTE: Arrow indicates "Street Side of Luminaire Or Glassware. STANDARD NOTES Abondon. ll Applied Io CondM,Remwe Conductors. © Install Pull Boa in Eaielirp Conduit Run. CB Install Commit HAP Eliding Pull Boa. CC Cartel Nen and Fasting Conclud.Rernove Editing Conductors and Install Conductors as indicated. CF Conduit to remain kr Future Use Remove Conductors. Install pun wire or rape. ® Detector Nanahole. Type A Unless Otherwise Specified. Fq Foundations to be Abandoned. ©S No Slip Bose on Slondord. ® Photoelectric Control. Equipnenl to be Removed and Become the Properly d the Contractor. ci Remove Dectrolier and Ballad. Tape Disconnects_ ci Relocate Equipment ID Remove and Reuse Equipment. EI Roman and Salvage Equipment. Et install Slip Base an Standard. IN belch Sip Elam Insert X❑ Splice New el Eaisling Conductors. so SF Stride e Disconuecf Standard to remain tar Future Use. Remove Leminoire, Pole Conductors and Ballast Tape Disconnects. ® Telephone Service Point .act tJc ;l* FmrsJanuary 4. 19613rn EQUIPMENT IDENTIFICATION siMninotsd Sign Identification Number: Sign Number- Pies on Post or Structure. Sign No. 1234 I SC, I, 1Y0 T `TrwelwmerHolbp(eVA)- Sig Co I ol Type DO Standard Place on $IwAON or Structure. Number and Type of Fixtures. MEP • Memory Eledrolier or Equipment Modification Number. 12345- 25r Most Arm Lengthin Feet, if shown, Do Not Place on \ V Slandord or Structure. \ Equipment Number -Place an $landord or SlrucbM. Erktine Equipment Number ere shown w Pwmthesis l C,2d110,15a14,2DLC Conduit and Conductor Identification; Number and Size of Conductors and Cables. Site of Conduit in Indies. pi, e2, d2P, etC. Trolfic Phase Identification tar Signal Faces. Detectors and Phase Diagrams. El yJ 03 Project Note Numbers O OB © Eauipmenl Description, Installation or Item Numbers Conduit Run Numbers JBA, • 3 • TO Signal and Standard , Lighting Sta ard (Typical Designation). T T Wind Velocity • TO MPH Cam 3 Arm Loading SloMerdType lac�-/� Stondod Plan Sheet Number Detail Numbs, or lens OF Cuww1MA MP Of TRAIMPORTATfoN SIGNAL AND LIGHTING DETAILS SYMBOLS AND ABBREVIATIONS I ES -1A - ® ® ® a OM - CO CD PROPOSED EXISTING CONDUIT Cobol -Lighting, W at otherwise kricaled or Noted. Tnarrc Signal Conduit. Communication Conduit. Sprinkler Control Condit. Telephone Conduit Fin Alarm Condit.. — -3 — --j Condut Termination. ••� put (Detail C. ES -T6 in SHuctin). LI1 Ca Riga In Slinshrre. SERVICE EQUIPMENT PROPOSED EXISTING --_— — - - — Overhead Linn -Ws Wood Poole "U' Indicates ( - - Pale Guy- With Anchor. Pod Mount kw Ground - Mounted Utility Transformer. - Servke Encbasp Type. C— m 1Q C -J © [Q Service Elclowre. Door Indicate. Front of Enclosure. Telephone Demarcation Cabinet POLE -MOUNTED SERVICE DESIGNATION Type d installation. TYPE Pole Height above Grade. -�- SIGN LIGHTING EQUIPMENT PROPOSED XIE STING • 1111 Y �0G p (;I 1 IlMnidted Si r -Single Posl. 1l lumindd Sign- Two Pml. Illuminated Sign -Mounted On Stricture. Illuminated Sign With Rood - .oy LPnunaire Alloched. tnc.descent Sign Light. SIGNAL EQUIPMENT PROPOSED EXISTING ED- II: -- Pmestroi Siynol. 4 — Pedestrian Push ao non Put. Pedesirion Barricade. <}-- Traffic Signal Foce,3-Section: It lack Red, Yellow end Green Sections. Jr}— Traffic Signal Foce With Angle Lisa. PV 4H : d-- pht z+ -o 0 A -4 wig -L• Signals. Modifications of Bask Symbol: Sect▪ dnscaLouvered. Nan -Arrow . 1.6. indicates Lvwred Green Section Only. 'PV'Id6Wer 12 -knob Programmed visibility Sections. -Inn:Scam All 2 -kph Sections t wilit Signal Fore Wire BOY. Male. Troflic Signal Face With 12- Inch W ed, Yellow and Green Left Are. Sectiau, Traffic Signal Fore With 12-Mtlr Red end YHIw Sections and 12 -inch Up Green Arro•. Trotlk Signal Face(5-SMion)Wah 2-kds WIN. and Green Right Arrows and B- Inch Red,Yelbward Green Sectiae. L L Fr fr )L� a=3•, 0 rn Type I Standard and Attached Standard With Signs Most Ana Olds and Attached Signals. Left -Turn Signdgd Sal Standard, Type33. S tandard With l.unirnire op Std Most Arms and Attached Signals. Conlikver Flashing Beacom Typo 9 Praise, Linings Otherwise Specified or krtcatd. Floaning Beacon 3g -Way I -Section With12-Inch Lem Ind Visor.'R' Irritates Red Lem,' Y" Indicates Yellow Lens. Controller Cabinet . Door Indicates Frost d Cabinet. Guard Post Wood Pont PROPOSED EXISTING O Y W. 514 6. Na.6 T. IM.TICaTkg Pull Bea) 6 • No.8 (Pendant Soffit Putt Boo) 9 • NO.9 9A. No.9A PULL BOXES one wane Mill a.r nai`ii tI January nuuLIn BB Pull Bow -lads Unless Otherwise Indicated or Noted m Below. Pull Boo -Additional Designations or Descriptions. ICI • comnWcolbm Poll Bat (E I • Pull Bee with Eal•ndar. (6) • Anchor Bolls and Comfit tor Flare InslallaNal of Type 15 Slodod. IS) • Sprinkler Control Pull Bon. 121) • Anchor Bolts and Conduit for FWura INMMllka of Type 21 Standout (TI •Pull Boa with Traffic Cover VEHICLE DETECTORS <12 =D Ld^i V hick Detector Detlsnahon U • Upper L • Lower Slot Swan in Inwe FN I p I Faller J) Phase Inductive Loop Detester Outline and Location of Sawcuts Shown.IT0P• A Leap uludraedl Moedbdl✓ Darden Magnetic Detector. Presume Detector SeGtppt b' indireles Directional Typs Oeledn HadhoN Type A Unto. Olh✓ice Specified STATE GV CALFORNM oVAIIMENT Of TRANapoaTATNIN SIGNAL AND LIGHTING DETAILS SYMBOLS AND ABBREVIATIONS ES -ID m m 1 ED ® ® all a INN ® a Ma a ® ® — ® ® a Ile ® r aai co -o• root r rrsyc. 4Ir 49kts Co O Psrmonenhlv Sobel Bau,pmml, voltage and funclion en Encbsons Sea- E..rior Nosed (ponied) or BONN NN Sheol Metal (galvan- ised) bolt—.` SO in NEPA 3R Gcbsurs WNMy Ca. Wald Pole R Cad 1 Land CondultJ-- Conduit and mMlohi Condo,' Cob M requoed by UIIIBy Ce 100 Amp £000 lollenclosed Meter &Owl with Test Sock Shed (outdoor hypes factory red R"Borden WWI I ) sipple ly-Rgnlghl Conduit Nub Airs abed Sans von IlypoMl l.2 Conduil Gro✓Minp Conductor Coedit must extend In Ground EMCNrode bgacl Grants Fandoclor liven mtchanical injury d CP I B' Ground Elecbods Imey b. Phased in Pull Pon it perlrvned bo ulilily Ca) TYPE SCE -1 SERVICE NOTE SrSr QI. Miler Socket AService enclosure GO Amp. size minimumrunlers otherwise shown. ® (o) Utility owned pete- Service riser (and contactor with PEG • where required) furnished end installed by Utility. (b) Slots owned pole. Service riser and all other required equipment furnished and installed by Contractor. - 12 Go Gals Sheet Metal Sloop Rated to Pas B Service foam. ICoelurn- plated Mai a WaMwnl Strop Frame In Pole Exiling Utility Co Wood Pole 1 IWCaMsut IP m Load Cmdult-1 TYPE SCE -2 SERVICE Coduil and RanlIghl Conduit Hub or WOW by Ulillty Co Co Cr 240 Roinlpa Wnswoy le" msublsd Bushing IlypimU Goebl (typical) Permanenllp label equipments eUaee and function on LNbsas Se Erteriar Pip.ced(REPINE (a B GOP Sheet Metal (Gain I Fran. ©0 in NEMO 3R eocbeurs MbHMI (ear Straight I Nipple0yyp) ntigM Conduit Hub Imp) Her -Ilend Wood wes w/Wart r (typical) trnondua. Grounding Conduaur it must Wend to Ground EMCIroMS Is prolscl Wound Conductor Iron mstonical injury Gaud Clomp 8' Ground Elecha* (Rey cc burled In Pan Boa it permitted try utility Ca.) TYPE A TYPE B TYPE E TYPE F TYPE H TYPE TYPE TYPE N SERV CE FLASHING SERVICE SERVICE SERVICE J BJM JMA SERVICE BEACON SERVICE SERVICE TYPE SMUD SERVICE TYPE PGE (RULE 16) SERVICE TYPE I =El TYPE DI TYPES OF SERVICE (TYPICAL) Tyne I Service Equipment Enclosure mounted on Pedalo! Type Wiring Gutter. Typal( Service Equipment Exwee granted on side of a Controller Cabinet. Tyrsi Complete ire -Stooping Service Equipment Endoeura /I.CavAM IT Conduit / Ground dam and required Maws nail be a tesdbI. Candid mat extend to pandelchode so metal whop] aSs Nom rnedaniml Injury. —b 1 : �G ea Ground Mrode .; a Pace of surd pole or kit al j gamete faltdatioi for steel pole. TYPE A TYPE B 0 Candid(, site as required. Ground conduit, V2" C, I -N6 AWG bare sapper. See "SERVICE GROUNDING` dMMI. flashing Beacon Control Assemble ® Service putt box 155 whetunless otherwise noted) furnished a Metaled by Contractor. Enact location determined by many. POLE MOUNTED SERVICE INSTALLATIONS SERVICE GROUNDING ID`Dio. precast waste tat Inscribe "GROUND` an cover. Grout amp electrode Use where serving utility requires IB"cteerem between electrode and pole or service cabinet. wtallotion Sheen is Ior.ebewolk or paved area M unpaved MPER, tend specral boo and locale rand clomp above ground or locale ground clamp in nearest pull bur. STATE Of CALIFORNIA DEPARTMENT OF TRANSPORTATION SIGNAL AND LIGHTING DETAILS SERVICE EQUIPMENT I ES -2A CO PO ® ® a ® ® ® M IN ® a ® ® ® a ® ® a a MI —. ,m, mar :TV GO Circuit Bra ker EnClaf w 6g1O.IB" Galwnasd Anchor Boln. Thread 4'sit I . nut and I -wash., moth. Length doss not include 4. 904 Band tad [Gaud Servos! Conduit Ground Rod alin Ground Clomp FRONT LEFT SIDE Finished Grade TYPE I SERVICE EQUIPMENT ENCLOSURE O Rota PLp1P Melee tAalael.l Teal Section. Car., (Salon) • H' ged Cam Support Hinged Corer Padlock rasp Urn Sectio Can i- (SaoG41 FRONT SIDE s al Loop TYP Safety Sa..1 Assembly 125 A 12 drsll d ar in Eos Tee Tat Bypass —FatlitN aroundea Coducla Lug Sae Strop Li L I-2 0rpri M nrmlrol 1-2m0 MCM Pest 6Ns ' Loy -in SSw m Grd. Tat Bloca.. OM par nl.lwa Iq Landing t4 1 On. per aim In van ny ltl In Sunken Unaar a But Mena Bus TYPE II -A SERVICE EQUIPMENT ENCLOSURE Sea. p Soc i— Asnmdly 1001_ 6 Oran Minim Mend Grounded Conductor Lug // `r Eta- / iL Grand Tnnirol • Tad Bean Facilities 1001. 6 Circuit In aria Unmeant lord SOUP Mc. Lin Tnminl I-250 NCR Per B Haut Service Gerd Terminal FRONT VIEW RONT VIEW (LESS COVERS B DEADFRONTI (LESS COVERS S OEADFRONT) FOR FOR METERED CIRCUITS ONLY METERED AND UNMETERED CIRCUITS TYPE II -13 SERVICE EQUIPMENT ENCLOSURE nds �ura:rBeee NOTESSYME I L II SERVICE EWIMIENT ENCLOSURES 1. Sava. EgVoHu Encosrn and ran% equipment .tin m.M M. Nanning CO d» serving Wale MR' be Nova u4iry pwiys bin awed and unman Pm" . gnat bus ant be Nand a eat aren. L Senn Lama Ercbnm shill e. factory sad end melons b HELD SIMMWe W b Suction 55-211 "Swim" S the Saida! 8aadasadt • 3 Semacs EWinm. Enclosing Mt to Nana tmm ganged meat Oa n Vibrated bob shim W an sine b cadmium pan sMI Itnuim. ♦ Sate COMMON Bicaum NW to NEMA TR Canape MO Cie panto van Used Frond Panel .M pialeun br ptlnasira S Control wile be the pommNM circa wan Hie w.bw,e and be 1$004.11N. N minimum Warded met'ra - it As car COMM, wing ant be a06WE Na 14 sanded ma him WI vin. Where nu0 pO b nal lg shad ws shag be used. ♦ *1 mW bong and a road b 125 apses an im use wile cy pm an d'a^aum mnumt ' T. An engraved Nowt anwms on me an ant pod indcMnw tly IuamT al Mb Scud beaky to non. W. a Sealed nnNl AMINO M dal. G NNNns MI scram atAppeal N ldbeast on Wyk* Change ode st be I N d op d be awn dam pane, an., Spam NO.. Wage LM and Numbered/ant CMrtla an pal be. Mmi s.n et N5•. E A PNdi tannaed Wiring Doy.o' dud be provided sin tang be Nods a Fro. Om a N unpawf aces s 'aloud Noe pad of 2411 Ye Sam p wag atusl Saran an mdNn cacao kuNNio1 Wt be and N Iron al SO* I ad Inn II Sono Eaupnpo Ercbnaw 10. Warne, to w a, sans 31100 0. typal only Marlins nano al armed as Mania manures gal a subminsd N me II. Cetus bona may be mourn in be venal b Ivaop peke,. i4. areas. N Snip Eauipnas Enakarn sW meet GN Rea. - nab nab N be ouning any. OF Caran5A OFFAirbGM/ Of TMNFso*rAtbM SIGNAL AND LIGHTING DETAILS SERVICE EQUIPMENT ( ES -2B m CO N m = a® a 1.1. ® a a• SI a1111 ® ® aar a ® E a® aa. S MS r ( C Au,,, ',car 0vr. b' am Co 0-2p 0.07 Biqp S V -I SV S TV -1 TV -I -UM TV -I -T Oa: esc SV-I-UM SV I -T TV -2 Pion View of Other Side Mountings 113440 sv-2A SV-2-TC SV-2-TD SV-3-TC SV-4-TC 03-9,40 46-1 031 -Fore] SV-213 Sy-2_TB SV-3-TB SV-4-TB Wrap SV 2 -UM SIDE MOUNTINGS TV -2 -UM TOP MOUNTINGS TV -2-T SV-2-TA TV 3-T VEHICULAR SIGNALS AND MOUNTINGS c9-etrei ED €08 (33 S V 3 -TA S V -4 -TA TV -4 T evAnlagf n',n ABBREVIATIONS TV Td mountgd Yoaeular girdle, IV lid. mounted V.Mrue, I T Terminal .wnp.rtnwll 1.2.1..4 Mambo, of signet laws I3 -..raw. we,.. mh.raM. Indlcaf.dI UM Una/stunt muunlna hardware NOTES I, Mounting. Mall b. nrl.nt.d to pmrldu minimum w Itorizomal cl.oran is odlocsni readmapo• 2. 9w.ket arms shall bo Ion, enough le pvmll proper alignment of signals and hea4rol. Installation. 3. See Standard Pem CS -3D and ES -3E for allothnwOt Muting. detalle. A All arrow indications shad he 12 aches. S. Ad programmoa oisibflll3 eiandl heads flail al provided wild barkMofd. STATE 0. S.LIMORNI* DEPARTMENT OF TRANSPONTATION SIGNAL AND LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS I ES -3A m w a= M a a a a a a a a a a! a a i a a a„ i ,, ,�r X11 En >a EU r 0 b AP•I-I IM SP -I -T SP- -CS cl-2 SIDE MOUNTINGS SP -2 -UM SP 2-T SP 2 -CS PEDESTRIAN SIGNAL FACE SYMBOL TYPE ant] °E] m �% ° NOTES CJ w TP-I TP-I-UM TP-2-UM TOP MOUNTINGS TP-2-T PEDESTRIAN SIGNALS AND MOUNTINGS ABBREVIATIONS TO Tap m.unaa P.aulNn .yml SP Side moanl.a p.a.sNiw Opnpl Cs Clam.hMi mounting hardware T Nominal mmparlm.nl 1.2 Number al Nino, facts UM Unlmounl mounting horbort L Yowling* shall Os riont.d lo pol& m..iw00 horizontal .Marro. 1e oajpc.M r..e..a. a. 000000 Is. signals Moll Os positioned an Iha tide ol merest nmoWe taMrMled. S. Broabl grin. Yell he long .nough to Petrol. proper alignuwnl of signals. 1. S.. SI..dord PMm ES -3D .M 15-31 for otlod.nW lit lingo M1all.. STATE Or CALMphN1A DEPARTMENT Of TRANSPORTATION SIGNAL AND LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS I ES -38 a a a a a i= a a a a a a a= M a a TUNNEL os, rai. *aim ,;v:.'3`& Zr Auk FULL CIRCLE CAP OR CUT -AWAY LEFT ANGLE (RIGHT ANGLE IS REVERSE Of FIGUREI VISORS GE bib I whoa* SIP'S Vs- for Ira«li SW lat* DRS clonal lath ant enact backgalt .irh alt 0-2A is 10-32 it l-Inpq W lathing meth, icrt.e 2's. FQR CQMeINAT ON e 2112 SECTIONS BACKPL ATE OAS -inch nirimlm IlickMn. 3001-14 SYnimm of plodk Sae Oath tat lipe M Final MUMIn[. Past IN nrmlnel awnp.MMM. or ES -SD TOP MOUNTED S GNALS(TV) Type IA WIC RID standard as ,MINIM as the path fOR ea it SECTION% Spacial WDetlae. FRONT VIEW DIRECTIONAL LOUVER OiaclWal Iwaan Nth M nibs a• directed by IM [Sneer lad "c-sd it place 1115 w ORS bran meths than W ma. Typo LT -2-T T.rmirml tamparrMm. mp*HIog. Soo ,w2 Psdsfst agnate Mtn ts.iaM. PNaelrian pith ballot .Mt nplua SIDE MOUNTED SIGNALS (SV B SP) Npwapp smith NaaMr4 WIN luminalts anuar signal fish arm. TYPICAL SIGNAL INSTALLATIONS LEFT TURN LANE SIGNAL TEp IA, IS,KwDhanaard at IMIeaue Oa IM Sun flashing beacon coSSral Mumbiy when n4mna. Sea 15-4C Iw 'WNW CIAWam•. I-nclian Roth, foci with le yellow Ions W boob/Sala. 0' lacanatactht Sims IIiiHy fists**. r con 2m. •inl twMil. SIIpIMr ADVANCE FLASHING BEACON INSTALLATION Typo IA,I,KwIO tNnawa at ladlcalaa ea rho Olen OPS m.evac-nape.. ` 988 Pars January a,ll •A' Cw0/Bann Mir lea of RAN of orouldtr Typical Sgaci Palo OaMm.nt Wan dimensioneath plant SIGNAL STANDARD PLACEMENT DIMENSIONS a EQUIPMENT LOCATIONS NOTE 1. Fa l W-9-Wmwaa+.w Pt* ScMAM.o by *ttciS by e• Enines" ABBREVIATIONS LT • Left Tan Prole STATE Of CALIFORNIA DEPARTKNT OF TRANSPORTATION SIGNAL AND LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS i ES -3C m co Y CD OD B• wrolioas 5 Cadmium ploled steel eel screws Slop W Bait ln,augh ma m r ar Sae Nan lam IM[ Mar arm or Me lenen S4nal 5[M ap[n^a rem niMet Mama coy Lan ring. Seal will gasketor Loch owl .ohm cemppwM 5n to reef MI v a[Mr 1-1/1 Nipple MAST ARM MOUNTING-TYPE"MAT. ter Y piM -See Natal an this sot Signal Standard fi • sr Cernaiord 11 SECCTION®®®A-A 14 Nat lit LocbwMMi SIGNAL SLIP -FITTERS wpmer Curved to fit standard �1 WASHER DETAIL[• AM ponds - Omit an upper Went Vier Fl 1 W 1 i Pipe Thread let Wash., a -Signal Standard us' Standard bollgol.mnd SECTION B -B POLE PLATE For Side Mountings I Cadmiam Ilona steel [n urges Sett Noe S' e,rolims 14• boll, Sea Nate I on this flNl MAST ARM MOUNTING TYPE 'MAS' Far E pip. - St* Nate I an this moat Cs.rra,iana ;ans- ne-Pin Borenoosging nmSrt[nnhng antmnav Mgnd IOCK RINQ B• Ssrrmals t. n ¢Ipbna w tdnd 5•Srratlane I to • optninpe w rpanN Fn a,a-way mom ino For ,1wiTote maunrins TOP MOUNTING Far a- OM- as None an this ant SPECIAL 90' ELBOW Usa when Itching ring n nat inngrol One let each taco, sweet than with signal housing orbiting nil I, specs, •ftPnmt nnanting MISCELLANEOUS MOUNTING HARDWARE Drill and tap tar stir st• pipe thread TOP MOUNTING $MOE MOUNTI TERMINAL COMPARTMENTS Far boll, Sae 'POLE PLATE- Mloil MI ,a sheet. owl Washer, Lock WoAMr and Nut, See Udell B -B Casscrir aw,N lair 'Wily slit. om MOSOneD elcOf exx taId w ft n.0 O.1F905 NOTES I. Allot mast arm sired has Men plm>ed and aoudad, MA ills halm Mau* mast am S We Mahe Ip-INIM bale. PIMa a L9' ad vadaed boll AM wasMr under bell load 1Nm9gl hole and senora win, swim, nub and School. Seal apadn b.M1eed MAS, MAT or MAS-5 maunlbgs end I em. 2. SO Tnreeded lap mant.d slip Mir openings shag be I Il' IP.S. MI Srnllan M litlbgt shall match Mane an lel Tap, embig elow al ha heads aiMar i loch Mg. Is A. w S. tkewap shell have a 00111-recloa and al 0.95 se k moiwm M wldlh at 09O M. STATE OP CALIFORNIA IMPARTMENT OF TRANSPORTATpM SIGNAL AND LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS I ES -3D GO 0 ���% MB= M r- r_ a OM M M a a= a " Slot for mounting bolts Minimum Typical Vehicular Signal Mounting ti Q 11 POLE PLATE SIGNAL HEAD PLATE Typical Pedestrian Signal Mounting CLAMSHELL MOUNTING HARDWARE ICS) ITo De used only when specified) I Minimum Silpfit ter k.Mast T MAS-4 Side attachment K" Minimum Typical Pedestrian Signal Mounting UNIMOUNT MOUNTING HARDWARE (UM) (To be used only wnen specified) NOTES L As arrow indications and all mast arm indications shall be 12 -inch. 2. Al mast arm mounted signalheads and al programmed visibility signal heads shall be provided with book- plates. Minimum 3e" " . MAS-5A Side attachment MAS-5B Side attachment MAST ARM MOUNTINGS Side view See Detail Most a m) Slip -fitter J a arm Bookplate Slipfltter eackpiate Washer Serrations 2 Why Center Support With 111/l"Rube Washer L1t 1/e- 20 Hex Nuts Blank Cover Lock Washer. 3/e" Mast t rCover Screw. W-16 x y," arm Hex Head i/A- 20 x 21/3 Carriage Baits (Elevator Plumbizer ipflt ter MAT MAS Top Side ' attachment attachment DETAIL A ABBREVIATIONS MAT Mast Arm mounted vehicular signals Top attachment. MAS Mast arm mantel vehicular signals Side attachment. MAS-4 Mast Arm mounted vehicular signals Side mounted - e signal sections. MAS-5 Mast Arm mounted vehicular signals Side mounted - 5 signal sections. CS Ciomahes mounting hardware. UM Unimount mounting hardware. STATE OF CALITORMA DEPARTMENT OF TRANSPORTATION SIGNAL AND LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS Tn m ES -3E ®® 1=11 EMI OM ME M®® M—®® 1_ En r a N a O SseNoe 9 en Snell CS 46 3.0a Mi. Screened Vent, See Note 10 Sheet ES -4B TYPE G CABINET SECTION AA For Door Slop See Detail Polka Pans, Ponce Lod Cabinet Lock Fitt nd Venlilatirq Louvers 30" Gusset 4 Req Polio* Pons Police lack Caein.l Lack F Hind Ventilating Louvers Gasket Sealing Bead, Gasket r '' I POLICE PANEL ANCIOR BOLT SLOT DETAIL 1 A A TYPE M CABINET lkmilatar Housing 'wiln E ectric Fan SECTION A -A ,'b BOLT SLOT DETAIL n Vent lator Stung m Electric Fan A A TYPE P CABINET Gusset 4 Required For Door Slop See Detail 14". 2S" Air FINr Filtered Ventilation lasers 4412• SECTION A -A 38I Poke Lock at Poel Catenel 4 Gusset Uttered Ventilation Louvers BOLT SLOT DETAIL %ntgalar Housing wit Electric Fan Pests , .ua.°B 63 q" SECTION A•A TYPE S CABINET 80` PLAN VIEW SHOWING 2 POSITION DOOR STOP ROI T SLOT PETAL N Ventilator Housing to Electric Fan oe CelfOerlle OFNRTUCIlT OF Te.WUPOeTATIOe F' .-•'�A SIGNAL AND LIGHTING DETAILS CONTROLLER CABINET DETAILS ES -4A TYPE R CABINET a s® a a deg _ a a ® a■s OW MS Iii MO N® MN OM O 1 NOTES - CONTROLLER CABINETS I. Al cabinet dmenabns Se monad. 2. Foundations WI be boated b poaide Y-0" minimum clearance between 'Sc. a Met ad any Portion of atonal. 3. Type a. N. P. R and B abut. tel be IUWM with the l k towed the nernl lane ol traffic. 4. Al archer bob NAY be bonded to metal Nit Or equipment grooming mmp2tor. A In Waved Mw. a rained P.C.C. pad Mal be paced in Front d ead. @tbotr al'iwit Pad Mai be 3'-0" a 3'O" a 0'-a" b typo G cabinets and Niel be 3'O' a 1:74" thick a width d la daltm fa Type M. P. R and 3 cabinets 9. M unpaved seas the FA 01 IrNran or Type G. P. R and S cabinets shalt* B' above emu dnp wade Tap ol Iouo wt for Typo M cabinet Mel be l6" non surrounding wade 7. In sidewalks and oast pared sod, lop of foundation • Tpe G cabinet %NI be level with summon wade. Tap p Iamdalm sir Type P. R and S Cabinets Mel be 3W above wrortdroa wade. 6. The Neel pedestal. Oita pate. bet ace ad Iandaupn W the Type G cabinet MO b 1N tams a that Morn for a Typo IC sudrd. Pedestal shall be 25" 3w" n hot. Anent boas 9W be %"a 1B" with E ride bend. Fors bat required per cabinet. 9. Type G cabinet tel be paraded win a rptetr to permit mantig IA" GA pedestal. Spas IF/ be bided to bottom of den cabnel. 10. Type 0 abet Sul be podded with 6 waved. rait9E tapes n" dametr Or rgrs in the bottom of she cabinet. 11. AI" tan Mal be provided brauwr M Imndaton of a Type M cabinet Drain pme shad be weaned. 12. Sit its. sir abet and foundation dimensions "0' Depth, M' Raw. elf width See Tape tor anther boll 10 't "In Depth. car- MOM 13. Al camel Melva Mil be Amiable b vertical spacing and dal be rrNwNe. Type N. P. Rend B abets cabiM. this be podded with a mina' or two shelves ta. Mdcr boas for Tye M. P. R, rd S cWnra Mr be %"e t (' will w r. 90. bind. Fab bate Mated per cabinet. Mew bolts may be midis or aAade cabinets. 1B. M approved made r aJet shut and Mel be paced on the Nudddm plotb Sang Si. Cattail to seal s memos between bottom ol cabinet ad foundation. la. Caw aNa. pupma/dad equipment iyrti n+nled equipment and wlmcnted epymei al* be Iodated to penrtn a tale aid may manna or replacement wide *iveb0 sip other pea ol gipnwnl. 17. Men beaker Mae be rated Ica 30 aspen in Type G ad N cabeta It Mee be need al@O amperes it Type P. R and S smelt 1t Cabiee M may be instated at an alternate baton ter 1N too m1 the Cabinet Man improved by the Engineer. 19. Were ldepar kOrmpea 's epeoN4 a milkman of S' claw vertical are Ma be provided nap the calunet toe to eptVmaa. 20. TeNprae stermvtecl conductors anal be erdoa d n e %'"a WNW =min through the laudation. ketidtpn flexible metal credit eel N — to separate telephone ad power conductors n @ii ns end pedestals. 1 PC.C. FOUNDATION FOR TYPE G CABINET ew VO t - ranssz �� 3/9r.IBr anchor bent »a,,, *Ira SPELE 274../././0 „--13.55,4,44388 Top at pedesd NM be bq nigh la pwide 3e cu owara a9 mound cabins, baet. Owns edge 3gg"t sit PCC. FOUNDATION FOR TYPE RR and S CABINETS Conduit row IB'a16r) / \ / ` y't V /�/ FRONT/ T Y % FOUNDATION DETAILS FOR MODEL 332 ANC 334 CABINETS IS. / Raided PC.C. pod In unpaved oleos. / sidewalk In pored mreoe. / Anchor bolt typal!l 4 e air; XIS%{I See NON 11 ROC. PEDESTAL FOUNDATION FOR TYPE M CABINET CABINET FCCNOATION DOLT LCUNTiJG TYPE N w 0 N w 0 24r8? 22' 0 I -10,143" 12(- 0 32" 20' 1314 34 N` N 16" 30r 16" >d 36r P 54" 361hr 26r It 5e 3e lav 40% A It 30141 26r 1B' se 30" Ie YA" 4O% S it S9r 26' IC Tot 30" Styr ses: STATE OP CAUFOMNN PEPARTYEST Or THAN OPoRTATION SIGNAL AND LIGHTING DETAILS CONTROLLER CABINET DETAILS 1 E3-48 N • mama r w a a ma awe in am a r OS' a.Au. rout i0 w`G`trr 'K: i N O N The Flasn Transfer Rotas shalt inhumes with a CINCH JONES Sockst 5.408-SB or equal cmmooted as follows Pin No CIRCUIT Pin No CIRCUIT I Coil S Common, Circuit'1 2 Cail 6 Common. Circuit '2 3 NC Circuit '1 T' NO. Circus. •I 4 NC. Circuit •2 B NO Circuit '2 CONNECTOR SOCKET FLASH TRANSFER RELAY The FLASHER Malt inNrmate wilts a CINCH -JONES Socks' 5406-5B or equal connoted as follows: Pin No. CIRCUIT Pin No. CIRCUIT 7 Lead. CM 'I IC AG- 11 9 Chassis Ground 12 Not Used CONNECTOR SOCKET SOLID STATE FLASHER UNIT The Solid Mats SwitcMn9 dances 111011 rmermale wilt CINCH -JONES Sodiet 5-2412- SB or equal annaud a. follows: BI IT 61•Is 41 13 21 11 81 1T 101 • 19 121 11 1 Pin Na. CIRCUIT Pin No CIRCUIT I AC • Lanh 7 Gnaw or Walk 0ut0ul 2 Chassis Ground 8 Tallow Input 3 Red or Dont Walk Output 9 DC•IISIa 24 volts/ 4 Not Used 10 Green or Walk Input 5 'fellow Output I I AC - 6 Red or Cont Walk Input 12 Not Used 21 II 41 13 6I•I5 81 IT 101 19 121 • III CONNECTOR SOCKET SOLID STATE SWITCHING DEVICE it. 2fapening on too --,N Field drill to match a anchor bolls 14 nau'wedledl h /Anchor bells 3/4 • Cl4 required) Weld It adopter. Adapter Moll 55 Aluminum, TYPE PR CABINET ADAPTER I. Mplrial:0,IS5' TNNmn Aluminum Plait 2. Mom adopter on Type P pr Tree R Catinel Found.lian. Nate: ns mud sign light so be signwd pull boa Dimming (N (NCI PEU Sake, Tw010 AmpMo 1�F _ �1 SMie State n:eh 400 PP/ cloda Auto -test Mulch a To sign To Batting 1i9111e bacon ISA AC. AC- rqu pn1nt Grand From 120 VAC Swo Unit WIRING DIAGRAM FLASHING BEACON CONTROL ASSEMBLY 062nelar. j 10-t'To. all mound _ — 2.A t/r Snap welded to inside of adapter. X25' 2 Y•.25Y1 —11 Fl. T1p alt around SECTION A.A 2325 125' air L.125' I 25'a 0625' TYp 0 r0625' H 2-0 endf5'mu^ingN belts r 9>d.., all around. MR And Ronan, Bwds. Tp, ell wound, tap and bottom et l/B' Strop waled N inside M asopNr 2.062sto1n, each and 2q' 125' r to. mounting bolls TYPE M CABINET ADAPTER I Mouth wooer an Type M Co4N rou doNq 2. Mounting belts NMI be 3/C .win ate 3. AkunNum 10.188" TMcknen) •Ta6 OF CALIFORNIA w.Aurnext OF TSAIMPORTATIN SIGNAL AND LIGHTING DETAILS CONTROLLER CABINET DETAILS [ ES -4C m CO MI MT ® a® #■P a a a a® S a i N! =MS in N O W LOOP INSTALLATION PROCEDURE I. Saw slots n pavement Is, IC* conductors as shown n delwla. 2. Slots 6501 be washed, blown out and M000ughly dried before inalalling INp conductors. 3. nsle0 termination qe boa end wart a 5luada lama*, dotal (see ES -5F1 4 NIa5 loop sancta n seat usng 113/ 16" to 1 /A' thick wood paddle. 5 PA* additional length of conductor lo/ the run to lamn•I0 pull boo *s 5 *A of Peck in pull Iwo B. The Wdiw1S length *1 each mnducwr Is, each boP YUY be sled npaMr N ile a pr (al least hone pee Iced betas being placed in the OM and conduit to Mmwedn p l boa. 1_ No mare 15n 4 loop conductors 12 twisted pass) Phut be *Wed 0 oM sawed slot. B Manly nd tag bop cruet pars in the Want* pa boo looney and lag with loop number. start l4 and Innsh (F1131 sancta. tMYly and lag lad -n Cable wets senor number and paw B Iasi each loop cecw lot moony, crcul rn15latce m neJobon rebawce at the p l boo Delete Ming tbta. 10. PI slots m town in d iwa I1. :plce loop caMclae to Marlyn cable. AI autos shall be sdde,ed u sing wean -core SOON. 12. leads Cabe shall be taped and wrrpmled polar to installing n coasts M peuent **slue from anon* Ilk Cade. I3. 1.0.14-n cads stars Aol be asked between Me termination p/ Ma all the cords cabinet lemlilels 14. Test each bop crud la Mleaiy, cloal resistance anti naAhon rnalwte at Me controller Calla Boohoo. The loop cowl resistance Wall not exceed 0.5 doe pus O 36Ums pee 100 feet 01 leadn cabs. The nsuteon resistance shall be PManed beliesea, each CsCul Conductor area ground. Ole notion resistance pall not be less Man 100 **time I5. Where bop Col*ttrs are DU M a spliced lo a Madn Cade, be ends of the 000ductls Shoe be lapedirshvaleeprooltie M on Recess/ rwdrng coaling IBoolrte between lib Of bop and • Mad* show cut from *anent detectors MW be 2 lea mom*. Detente between leaden saw Cede that be B BCaa mwoan. 12. Loops Oat be cnsradet lays. IB. Mated MCq On Me Salle User *I Charnel anal be wound n oppobte dUCpoa. I/1 Min let Type I Loop Conductor ,31411/11n. lop Type 2 Loop Conductor I/6' Mo. j.1/B'Moa 1'MIn LOOP Sealant Depth* raauir•d I•f .hf 3 lured Loop CanNcmn (Unless ahealte secfied) Depth SP required Direction Of Travel E.P Tbalnollon Poll Sox TYPE IA TYPE 2A INSTALLATION INSTALLATION Loop 5wlanl Loop ConduclrS Marbled) SECTION A -A SECTION B -B Lanoline Tirminollon TYPE 3A Pool Box INSTALLATION SAWCUT DETAILS Type A loop detector conligurollons i 0.wlsd I. IA Ohra CA•1 Type A mop configuration in cch IOM. 21Ira 4B• I Type t . • • . 3 10.1 Type C loop Configuration Pnlvilp Mn c Cis ar Wired. 4. ID Mu 40. I Type 0 loop configuration n each b e. 5. 10 Oyu 40• I Type O • •• • ((i.e Type 5.0,0 or 0 loop detector consuMlins only when •p.ciliea Or shown on plans) 54E Mm.(a Ih' Ito Typ• I Loop C..0:Cla I/2' Mn.to Ag' far Tips 2 Loop CandxM 1 n W [' I/fi o. . Depth Pt _Er emus r T -Loop Sealant ' InalooplIn I t Ioop IIwIL.ei See Nat• T SECTION C -C SLOT DETAILS — TYPE I AND TYPE 2 LOOP CONDUCTOR TYPE 4A INSTALLATION WINDING DETAILS Diagonal/ I` LSt-Mora. 51b1 PLAN VIEWf DIAGONAL SLOT AT OORNER$ B F FFE0 lit Pa Dania STATE OF CALIFOMMC OEFan1MENT OF TRANSPORTATION SIGNAL AND LIGHTING DETAILS DETECTORS I ES -5A ��1 a a a I a I SIM�% a a� a Mal�� a a ME N O Spmb" I WIRaN4 DETAIL WINDING DETAIL SAWCYT DETAIL TYPE A LOOP DETECTOR CONFIGURATION IDs 10' TYPICAL TYPE A INSTALLATION Diradyn M Trawl SAWCYT DETAIL TYPE D LOOP DETECTOR CONFIGURATION Iun sail when u.clli d at ewes en pa plan.l 0 RqN svi a aerie an a rawer 'a M" .5$ paper In creator.. � WNW J ten awn sip we Taw 0 loo 'p m a sew wt chant. � Were S en at are Toe 0 Wet N e.HwcW N own will eltllb! KRE Jeeps ITpp" SDA Y 500 �slow.) ewe OwnN. DIr.ww or Trowel Symbol Dlneeian el Trove WINDING DETAIL SNWCUT DETAIL TYPE B LOOP DETECTOR CONFIGURATION IU," only .non necll in a shown en We pien.i I. Inpall lass milli ley enter -G. peak, In M er loam SYMBOL fall Ufa! " 0e ,'r41,e, 11 TYPICAL TYPE B INSTALLATION Direction el Travel N L SAWGUT DETAIL Symbol WINDING DETAIL IOR TURNi " SAWCYT DETAIL INDiND DETAIL TYPE O LOOP DETECTOR CONFIGURATION /T hoe only when epetli.d or sheen on IM planet TYPE C LOOP DETECTOR CONFIGURATION 1 Use any when ap.eitMC or yaan en the plant " b.ld Iwo Nn Neese otherwise "dolled STATE OP CALKWMA OERARTNENT OF TwANERONTATIOI SIGNAL AND LIGHTING DETAILS DETECTORS ES -513 ® MI it I NM i MS S a a r e — +N MN a S O a O Ui Ld PUSH ' _r BUTTON l FOR 1 J_ J J u11MA11 RYA em WOW 06I10111: LAW, IMR w hob 101110 11111 WEIImY WW1, A / C / 1 1 I I J C L WA 1 1-1/J IBC Silt I/1 PM JJ/I d/I 1/4 1/4 3/1 CRAW mom I AMOR ELM WOWIO ND 1 WWI WIT I 5 3. PVC conduit 3 Na 5pull bat .Y Y ::J PUSH BUTTON TOt 4 — BOTH PUSH y SH BURTON roB GREEN UN 4--•10 PUSH BUTTON Mak LIGHT rot VTsp. PUSH BUTTON rot GREEN RIGHT LEFT FOR B CYCLE LANES (IM OW When Specified) Black le one on while background. BOTH PUSH BUTTON rot GREEN tall -y flee PUSH mNTON FOR MEEK UWI �-- RIGHT LEFT FOR 3 —LIGHT SIGNALS (Uw Only When Specified) Block legend m stile background. PEDESTRIAN PUSHBUTTON SIGNS 5 lull bon Two conduct, ct 1. hmitN with each deist., probe. Y PVC mrduit iialtl poetic detect, probe to drain into pull bon located at thine. Inn of apptmN Ion. PLAN ELEVATION polkas Splice Lead-in coil SECTION A -A PCC Bn to, PCC erfeced roadways. PCC fill lath lop t AC 1111 for AC surfaced roadway. Y PVC conduit a., m.. -ae ,av:'4` , t uY$ OOM CP ILI VOL OS! Ora F. Jews 4.1988 n Red own ini dicetor Iphts TYPE A TYPE B (Use Only When Specified) 6 TYPE C (Use Only When Specified) PEDESTRIAN PUSH BUTTONS 1. Shape back of costing to fit miracle, of peel. 2 Provide weer fining for lop of pmt. when PP8 W mounted on pedestrian push boom pmt. 3 Install pushbutton on crosswalk side of standard Alen Of CALIFORNIA DEPARTMENT Of TRANSPORTATION NON - DIRECTIONAL MAGNETIC VEHICLE DETECTOR SIGNAL AND LIGHTING DETAILS INSTALLATION DETAILS DETECTORS FES-5C m co UI C) rill fill a a a iw a®®® a S ME NMI Mw MOM OM N O a) d A I ♦4 C INSTALLATION DETAIL When loop detectors ore 5"pamhri bass no -hub installed in bridge deck, chpwl cop provide r minimum distance between cap and loop detector leod-in conductors Magnetometer element Bridge deck S/B"A Ness rod'' 3• •,�', ••Zits_ d/2 '— I d Capper tubing 4"PVC (Schedule 80) 4" Typ. Sand till 1/8' Bross plate I/B" Bross plate 4' PVC SECTION A -A Weld gussets to pales to supped 4" PVC Copper tubing DETECTOR INSTALLATION IN BRIDGE DECK Prepare holm appro.. die Replace in kind Depth as recommended by manfocWnr, UNTREATED . BA Magnetometer Sensing2 Element. lnslo8 level. LIGHT DUTY ROADWAY 'WITH UNTREATED BASE) Of .See caste insiallalion atalle Cr sand till Depth as recommended by manufacturer I. Epoxy Fill Cover with dab, notched for cable Caulk to proven absvmion of •pod by sand fill Dell tole with diameter equal or Mal of sensing element • W See cable installation details Compact I7MIMnt Sand lilt Mognelaneur Sensing element. Installlevel. HEAVY DUTY ROADWAY 'WITH TREATED BASE) MAGNETOMETER SENSING ELEMENT INSTALLATION DETAILS MAGNETOMETER DETECTOR INSTALLATION PROCEDURE: I. Prepare holes for sensing elements and sow slats in pavement for annealing cables as Shown in detads. Blow out and dry thoroughly with compressed air. 2. Inenll termination pull bor. See termination details. 3. Install heads n holes and inotoll cables in slots using a YI6" to I/4" Mick wood paddle and run to adjacent pull box allowing 5 Net of Mock at the pull ben. 4. Identity cables by lone or sensor unit designation. 5 Splice sensing element cables to lead-in cables. All splices Thad be soldered Laing rosin we solder. 6. Test Each sensing element circuit OI controller or count station cabinet before tilling holes pM shots. Excitation circuits shall hove a resistance of 50 chmi•pr hod and detection circuits shall have resistance of 300 ohms• per heod. Measurements shall be mods with a low range ohmmeter. 2 Fill slob and sensing element holes as shown in detain. 8. Lead- in cable shall not be spliced between Ih termination pull has and the controller cabinet. 9 See Sheet ES -5F for curb INminotia details. •d ether resistance per manufacturers specifications st Wlaidth Direction of ravel LAYOUTS AND DIMENSIONS Depth Cam v noLn P✓ t,ewO. w wsra, r ssrise - SECTION 8-B SLOT DETAILS STATE Or CALIFORNIA DEPARTMENT OF TRANSPORTATION SIGNAL AND LIGHTING DETAILS DETECTORS u IRW_ Cables ES -5D co 0  w11 � a a� a a a a� a l a s s au a s Rigid Steel Conduit Sit Term.%lien Pull Box Bushing Termination Pull Bon Sac Neel See Nola 6 Emmsion Joi t PLAN VIEW PLAN CAST MON 1 r HIGH TYPICAL LOCKING GRADE RING NOTE' Us. Iw Type " Oebcler Hadlefs an pavement resurfacing only. See Notes 1,2,385 Edge of Shoulder See NaN 6 PoI Bow CROSS SECTION Sow tag. before Irmo Replace it kind eel Edge of Pa emenl Mn.c Conductors or Cable End of conduit mint ml pavement ledge EP SHOULDER TERMINATION DETAILS Bushing VIEW Dr.4t Seal.M. of conduits C Roadway 'a larger PVC. Conduit avow expansion jowl Roadway Cad.', Sowslat1w loop won Pavement SECTION CURB TERMINATION DETAILS TYPE B (Use only when specified ) Pavement y Pill rW m tEana commodane PVC Conduit c -c FLUSH WITH PAVEMENT RT rwt[lNIORClO CONCRETE. COYCitTIC[Y[YT TN[INAYONOLO TYPE A DETECTOR HANDHOLE DETAILS IWe only When specified) " 5T IRON mIIANE AND COVER AC 0R OTHER MATERIAL ANROVCo IT TWO ENGINEER TWO 1WOIAN. HOLES COYLPED OONOTN`TE^OYIO INITALLINO CCNOUCTpN CONDUCTORS OR CABLES TWIST LOOP CONDUCTOR PAIRS. NOTtt L2 B 3 ~CONDUIT TO TERMINATION PILL BOX. SEE NOTE I . CLEAN, CRUSHED ROCK SUMP Termination Pub Bo. $e Nolo T�� BUNiq Rigid Si..' fa' Idu Se Note 6 CURB TERMINATION DETAILS TYPE A Curb Epoxy See NWts 1.255 Roadway 3 See WN " NOTES (Thu ',heat only) 1. Non'rwlallk bushing shall be used of roadway end of conduit. 2. Tait was 3 inches each side of roadway bushing 3 install dud seal compound to each end ol roadway conduit Sr" totalling po.y, at other approved malaria's. O. Round all sharp sage[ when .won hos to pose. 5 End of roadway conduit shall be 2 inches NOW. roadway Airlock 6 ceneun Sins  sees ConSMkre  Mogn.tm.ter crows i minimum p la a ohms up to 3 coIN. IMtj minimum 3 to " pale 4 to 6 cables Yminlmum S or more pairs 9 am ewe cabin T. Splice detector conductors w cobNn TO Nod -In cable Ion run to cmLMlw cabinet. 2' TOP 9' Volvo Bonn w�� cost ot Iron Yid. A'Iai ei 0.1 . rsrruc Ella a 4511,d nnJsnemr.4oi+�� r9r69 UMW, N Termination Pull Bois See Note 6. A.C. overlay B required 2' min. AC In trench) Loop Wm In sowed sal 1 112' min. P.V.C. 9' min. depth TYPE B DETECTOR HANDHOLE DETAILS (Um only when peel/led) INSTALLATION REQUIREMENTS I. Ou1Wa of leech his b. son cal la a minimum daps of 3' except sham. A.C. overlay Is le be Aloud 2. The primal voile bas with noel Iran Yd shd be Iobrkaled ol caku.l certitivele and polyester rests with fiberglass relekodeg and east/pod In, heavy tretlk Mods. 3. Cal Mm Id shoe be mpaa1kedying 'Detector' and Owl be secureVolvo !ere shoe S. clate by .ole.l onll . gm, chest ool atone sealant. Ise Haws an lb pans. 4. CUP* Imglh of Amok, Iran valve See a adIdce5 wi surfaced shell be bauGcd with P.C.C. incept No lop V H AC roadways shall b. b.cklaed with AC. STATE OP CALMORNIA DEPARTMENT OP TRANSPORTATION SIGNAL AND LIGHTING DETAILS DETECTORS ES -SE a! SO MINI SaI a aSNOBS SI 011111 Iii a s O CD Set detaol "J" A. 0.1196'bwrad ghost POP 5' IO mm of babe '/Tbane Oow- be. IB'anchor bolls . onshore.ed 6, .Oh 2 nubs 0 2 onshore unpin pbu nm mnutNda 2'ar4 0 bend, 9"saaan 8'T BC BASE PLATE 3'. S' handhold TYPE OA STANDARD and Ce.n e. 9' gm. cab "an bpi how F and D BASE PLATE apdai1'snod e th oled end) L ' bee' Winn bon Thread o' . n 2 nuts and m . ers .W<. 2 e a' 9O' bend, NO • OTES- I Stop ardr nail be 10.-0 z2' foe v morals. end Y- 0'22' far pedesban swats vehicular arnet.'se nolq an pan 2 Top 51 standards shall be V7 00 3 off foundation and lea him l- l-Aabove I -C and n.a0for au flail be moped Inward handneN • Anmor MOTs Pau Of Mined to coMwt 5. (mewl bv.bn ~date and oolocea pull eon Pal be 2' fn mmnwm 6. Tube may be inserted .to schedule 40 Ppe a burred al .egoaed E 0 2Ve be gab steel pmt sry r Wenner bale, 505 A AP. TYPE I'S STANDARD TYPE I SIGNAL STANDARDS *tamer prod cop red urted 2'/o" old p.pe to stmt lion a PPS Bose SECTION AS' — IS. 4'R BC can hole to fn pope „ 9 holes a ale pale sleet PM 3" • 5" hanno-e and cave( (E-1:11 Nate Pearls . ype A TYPE PC STANDARD Bevel /stet B eed- Ton 4 Ogees al 90.. —4" ]Ae r DETAIL J `. 4rr£ See NMe 6 p" s<n 40 Dip. 6'ID ban no base Vp ban pest Shall fins be 55550.0 Fmndeonn and a OW boot Wools some ELEVATION as PB peso Note Cma., Pall protrude 2' ma. 'true Lmsned surface Iwnddt.On BASE PLATE PEDESTRIAN PUSH BUTTON POST 01196'Tapu.d steal post 3"•5" banded'e and co... If ease WON 1 • it anchor Palls II of 91/2" BC TN nod C with 2 nun and 2 wane., each Length does nol include 3" band, tOISI 4 co al; Roa :S Ama 00 r- 9 ~ n2 T 'PE I -D STANDARD SELF ADHESIVE PSoNTED 12-1/2" Sebes "D" Leiters) COMBINED STREET SIGN PEDESTRIAN PUSH BUTTON POST 2 3 4 5 LETTER DETAIL TYPICAL NUMBER FORMAT 4 -74 5- 25m Q BASE PLATE 4° Dra gab steel pop• PCC GUARD POST c of name.•. Curb or edge of shoulder Dlre<(tlen of PLAN Readwy side of pole NOTE P ons numbers on Roadway nde facnq mflq when e lm<INlnr ar Pall n off of dnw4on ot Oralbc Cum or slytwer grade II LOCATION OF EQUIPMENT NUMBERS ON STANDARDS AND POSTS STATE OF C :FOORu .S d�Tlr Snow Ab oEPeRTMENT OF TRAM 9ROnTAnOte uarwf NO SIGNAL AND LIGHTING STANDARDS TYPE 1 STANDARDS AND PUSHBUTTON POSTS I ES —BA a i a a ®® I a a MS a® MI MI®® a S Roodwp Here ELEVATION TYPE 16-1-70 18-1-70 74310 NC, IN• l9 NS cep screw., lel • Teo polo prole Ceased tepee ler Nut cmaucll HS be, hied cop screw Taln1 Tap pale plate PP* 23y'A role, chased Il Mamma/ conductors Dotes B Ty SIGNAL ARM DATA Prmined Lept Mooning He.ga H OD At Pole TScese Boll Cocis Ns Cep screws J pats Sim IS Arm IL hickness L Pole A Thanes* 1T-6 93y" 5'/l 01196' 15-0 23.E 2D-.0- 5" 01793" 25'-0" 22'42 16'-0" 734 0.1196" H' "S1C,2'/; IOW' I' 13e 23" 30-0" 23'30'5 1630" e" t1" 1-etc@9y love 1" We 23' ER r 'p• IM 01196' arm VA' for 01791" arm Drill arm t ON and me pole e onl let 3/4 -10 NC SIGNAL ARM CONNECTION FOR 15',I8' 6 20' ARMS 14"e1" Woking ri SECTION A -A Derail B ELEVATION SIGNAL ARM CONNECTION DETAILS FOR 25' B 30' ARMS w'.E e.cLnp e ♦ ng, 1p4ew.a DETAIL B Beck el 3G 12" 55 the 0.' /4" bp, W1l,., Slide. Chased edges 1. pert" damage 10 elect 4MGgIas 0Wun,ee drain doles. 2 both Gee LUMINAIRE ARM DATA M N Min P Moon, no Me VI %MOH Length bsc 0 D Al Pole TNWess 30'-0' Pole 35'-0 P& 6'-0- 2'0'[ 3LN' 31'.e'! 36'-6"d B' - 0- 2.6'5 31n' 32'- 0': 37'- 0't 10-0 3-S3 01196 32'-9'x 37'-9'A I2 - 0' d'-3"3 3,w., A' - 0' •'-92 •'N 3•'. 3 3 3.i73"± PON ;Ns;Ns Lou "ad VAnd LAWN map POLE DATA BASE PLATE DATA Lrmnan Arm SIAM Arm CIOH PILE FOUNDATION p "them Min cm Deanna ARmoliM SKIN,SKIN, Anchor C DI D2 Th¢eneee B Rs Oiemelr Depth P Neinbr<ed 5, Top esB Sonem TAP sin Cirple 16-1-70 I 70 IB'-0- B' Soy" OIT93" Now 12' 1142 II' 1 11' Lions I® - 20 2'-6" S' - 0' No ITE'l'70 O 3570 3h 10' 0' 5 /4 3''C 12" 0'rt" II" PN",•2"e1' 6'-15' 12� 15' 3' - 6' 110.190 6'- 12' 302 IS' 17C-010 02391 14. IS 115+70 6. 15 [U 20' 174•big 93 eve 0.1)93" ID' —D' 6530'_ aim" I6" IC _ 15" 6'-15' D DO IB' a 20 15.1.70 W T Non SIP' 11/2".42".6 " Nan. 25' (4 30' 2'-6" 6'-0' Yee 19-1-70 30'-0 5'Ye lo' -O" 6'-13 IZ 6'-15 FE 96.1-70 35-0 105/• 5% 15-0" B" 515/6 D unless otherwisenoted 0, plum IA Pragened Length Nondhole Feundon ELEVATION TYPE 17-1.70, 17A -I-70 19.1.70, 19A -I-70 STATE OF CALIFORNIA DEPARTMENT OP TAANBPORTATION SIGNAL AND LIGHTING STANDARDS CASE 1 ARM LOADING WIND VELOCITY—TOMPH ARM LENGTHS 15' TO 30' ES -6J m w CO Male M ® ® it ® ® ! a ® a ® Ma 11111 Weal, Iwo Slip !Mar ter MAT mounting Isshom. Use MAT or MAS as shown an pans. fat14 BO0MIq nog. Tack meld 2''M pipe Inside around Nnaolh for r s protection 4, — DETAIL S -SIDE TENON PIPE TENONS Se. De1Od F and Nate B This detail moll It wed or 2 ply poles ELEVATION B PLAN .°• .mace ayle SECTION Film' 9 DETAIL F Foolede emus oils w Id ELEVATION A PLAN DETAIL 8 DETAIL ALTERNATIVE BASE PLATE DETAILS e Old. Dap•, chaua SI9q arm It. ken prolaction T19111 Pit •' 1 5"I 2" SM. pipe, chased fur wlrs pmlectian Wall Weld Sae Thinness oh 0.1198' l9'1S' 0.1793' '±y' 0.2391' 74 0 3123' fIre 0.1198' hM 0.1791' W' 0.2391" Wei 0.3125" to. Outside taco c Sob. a1not `ammlid web Pole 00141 as o Iii DETAIL TS -TIP TENON DETAIL TL -TIP TENON This doll ep.NEe Dalai Salim M ddNeped anal one 4't 81h' bantMN rentomW sill nag -.Med M plaid. I pool. sea Nam 4 0. 199'- .mar 11110. Located in me \ Amami m n mail um L Ir 4n"ha. pW .lhrwa N, B' and gaotSs F -o TM 4307 a chop boll. Sue ad echo hoar w"e.brc-refer It lapin en flatland Poem HANDHOLE AND ANCHORAGE DETAIL$ as mnfat.m11 ring NOTES LN' Allan head .acsl cap smarm flush deli caw. Tama hale in steel shop TAMPER RESISTANT HANDHOLE COVER IDENTIFICATION NUMBER Rifts a slumped metal lag with .ach paNY ,dtMilicalion MImbir t0 shaft bolo. hadh0l.. Ma' high number minimum. Sample lawlicatnn Number c� 0 iP p C ,,per g ,pT �16b adM aaa hP" O°w 4ji 4 4D1.pw I9A-3 -70.30 -7T-F Use SL Nee Apeman load Mt I. 4-ASTM A -SOT anchor bolts an roguing be loch pale. Proud* a hem nut. milling NI and 2 *ashore for each bolt. Cumin,. gams Shall be rape monied meal moss, enflamed, taper 014 holes per INN, NIL an yid natlnn 2 Ye" 00 IM mounting a °05 d a1 rib cps en M II. nanulactun 4e'I T mesa Signal nches arms ball110h0l round, tapered Real tubes, ma.lmom toper .I per Mandhale ninlwtment ring Is N 14 • I4j N. 0.1198 le 0.2391' poles. 2y'. 2' sr 0.3125". It lieu of the 15(405 mammals 1a NS Ws, cop screws shall he 'Mamma by Om Jura -al -Mt MONO V1 tan Irwin s Snug 1101 cmalRe. No .other NM be neind. a. Combs, polo shaft, only when specified. 7 MW A bas plait ualdng delfts may I. used le wake 'pal arm to sigh am plea it easactian is normal TM. dote al nclude a *Mead connection ouch a. IN knishes am ccenclan. 8 044 • wR 444 rwla t weld, Dike P, N required only b 45,000 pee minimum yield. Sent steel shall lore a mnbwm pithyietl at 40,000 psi uMebb designated alarmist. Sop pans staff OF CuLRelNlA DEPARTMENT OF TRANSWRrATMN SIGNAL AND LIGHTING STANDARDS DETAILS NO. 1 I ES -8S m 03 Go at a. ® — IS ago ® art a® IMO ® oar n nil i a® ® MOM N N 07 SECTION B B Top of sign lava) REAR VIEW 6.066'x_ a. soyar 6 plch walk I-6' lap a sacs F EVATION REINFORCED PILE 1/2. Tasty sap- MC gory hook hd boll, nob D lock wash... Inman i tors c ain.I, Iotal 2 Mast arm PN a 0.103 WEPT, Clamp 3G{ galy has hd ball,nul 6 lock .arms, opal 2 Crill & lop for 34" cap sera with lock unbar lbo- a 1%'.0105' cont slot pals stal ar aluminum channel ''/M' gals bat, na B M1br •odor, tonal 6 Sian Pant DETAIL U SIDE VIEW SIGN MOUNTING DETAILS SECTION A A ELEVATION NON -REINFORCED PILE CAST -IN -DRILLED HOLE PILE FOUNDATION Steel sw.e a, man sNH $5 Madre royal. radian ,wmm cop, WVts photo Soap/ conlml tan? it Beleelld par plan? STANDARD TOP Fug ppl.lwl..n FOB UNIFORM TUBE THICKNESS Rmwu.bl• COP Phyla EI¢Ine Genoa tonl Sl. ERR' song MO pip. MOUNTING ADAPTER FOR PHOTO ELECTRIC CONTROL UNIT POLE TOP DETAILS Steel Naar. • 01196' 3' baclw nap 'S anima., DETAIL T AT TUBE THICKNESS CHANGE POLE SPLICES POs To B. Installed On R.ataa Fwndanons Boit cycles and anchor bon vas aa Mon rasa The Contractor shall ants d pan4nt rmasient bebrs fabricating Pell to 00 intallA on roused laundolgm. Fh*aal.Glrn control win SVa' tad glee 21n- long W' IL PIM 2' amm.l.r boa ALTERNATIVE MOUNTING ADAPTER P aN q+ loop a Waal. alb 2'demalo MN. Wad to HON Mader. Type 31 a 32 alaiard, Signal and Galan. standard or dam po.l,lb alp al which Raw a Co. lair Man •.'standard pp.. Pllpo-.leetkwll Mr Pao-Ncwk Mil to Illuminaod signs Top manling- SignalMiaNl.r- Sr Str,da. Pion 53-3D. Plug unused spay "LB"Conduit ll NN Ik' N Nj radar Tye IS, 2t, 30, ear I -B tlandard DUAL PE CONTROL MOUNTING DETAIL STATE OF CAISORMA DEPARTMENT OF TRANSPOIitATION SIGNAL AND LIGHTING STANDARDS DETAILS NO. 2 f ES -ST a= a Me 11111 111111 11•1 11111 111111 a 1111111 111111 10 111111 111111 11111 1111 11111 pr out, al r;Tut N NOTES ON TRAFFIC PULL BOXES L Use steel corer end special contras foaling, as shown, when ha, is lobe Installed where settled to vehicular traffic bade. Sled corn that hone embossed non -Old pattern. 2. Sleet relnbchp shall be as regularly used M the Standard products of the respective manufacturer. 1 Tap &pull bares Nall be Huth with surrounding grade a, top of adjacent curb, swept that In unpaved arson Maw pull bra Is not immediately adlacent to andpvNdN by a mnW N fawdahon, pole or altar protective camomile, the be. Noll be placed with IM top 010 foot above surrounding grade. When practicable, pull bakes shown In the vicinity A curbs Nall be placed adjacent to he both of curb, and pull bout Sawn adjacent to standards shall be placed an side of fandallan facing away ham nallk, mien otherwise noted. 4, Pull box <wen Nail be marked as Iollawe. Raw 3114 poll bat I)'SXi1ML' Traffic Stead eat* WO a without it,... and/or OMs Igldinp CMOs, 2I'S) LIGHTING' Street and/or sign lighting circuits where Nevado Is Neve 600 V. 31'SEINIcC3rn a Mails betww make Noll and service disarmed. el'SPRNKLER-CCNTM Sprinkler mewl Omits. N'CALTRANS' On all pull ban, excepting pull bone mead 'SPRWNLER-CONTR' b. FM S. 6,11/4r Se pull boxes 11 'TRUTC SIGNAL' Traffic dad elves ova or withal drat and/or sign ggidlng AOts. 2) 'STREET LYNTNG'Sa.l and/or don 11plebw Atha Mow m *MOg. h ohaw 600 V. 31'Sl1EET LNNTNO-HIGH VOLTAGE'Street ale/r d9 WWI *cults where voyage N above 600V. arms/Ice Serkte demise between service point and service drr.Nt SI'SPNNHLER-CONTROL' Speaker cawed crude STROP METER'Romp mar davits. TI'CIINT STATIC& taint and/r sped manta Maude. 61'CCMYUNXSTICN' Canmanimrlmt AOs N'CALTRANS' On oil pull bow, excepting. pull bong marked 'SPRINKLER -CONTROL'. S Beaty Mime kr meld own BMX Its 36 ioC, niwnum- t Ter nearI dimensions of the owing In MIN to rarer sole doll be the sane ea the man dlmenabp ewer the length ow .Mlh dimension 1ldl be e kld, Reciter. All cows and bate shell be Interchangeable with California Standard mole mdfemale yaps. When iiderchanged with a oandordmole r female gogs.ths lop surfaces shall be flush within 4e bah. Tap atels edge el oil caseate corers and pull boxes .tall hoe a 14'mla rmI,' B. When pall by 4 maned in sidewalk arsa,the depth of the poi boo shall be adjusted so that the lb, of We bee is flush nth Ia top of samib. S Pun bon NM nal brandied .(thee one boundaries al me. or .sislhg wheelchair ramps. Blundotl tshalloils notch Reran In cater fot at. See Nate 4 3Ww Tap al ma Plush path sidewalk or pavement grade. Previte PMnf Conc. Bas Groundha Pon in Meld Clem Cr shed g Rock Sun 3" Hie. all around NO. 31't(T)&NO 5(T) TRAFFIC PULL BOX See Mole 2 Lift Holes 2' Mln. ire' Me* 1.• L TOP VIEW awkxg Nang Grade 1St Mrs 31 See Note 2 Pretest relkarced seem bee. Seam award � er P t3' Bran, Nylon or Stainless SUM slud bolls, nuts and •others 2 per boy. Recess in cover or nut. tellers to be I' min. U 3' man. high. See Note 4. Hold -dawn bolt Precool confine bee reinforced barr<weelded home. Need Rants yndph •a el plate al cyanid conduit )eblceHan.3..c Nele a. ih merle. Galvanized 2 -bar Estonian when bee hams welded none. crushed Ironsfrwr. Mailer Meant cawlle rock sat when opnNied. Ground rod then spouhed or when bee Louts Itan,lrmn. SECTION B -B INSTALLATION DETAILS shell cover tiro top el bon 4g'dla lift halo 1/4' Nee plate draw galvanized after fabrication 14g's1Yj.3s,LMIA /Bevel ode to fed Op of pee ✓ lireIR'j L Mh. !' y 5' Mln. PCC on oil sides of bee Grawdnd ' beehleg i (CONCRETE BOX ONLY) NQ 6(T) -TRAFFIC PULL BOX (CONCRETE BOX ONLY) A-• DIMENSION TABLE TOP VIEW TM flash with setraundIng grade F. lean .sad b amp CONCRETE O®( PLASTIC BOX CONCRETE OR PLASTIC COVERS P°1 BAs Yln••NIA Thickness Depth Box and Etlanelan kiln.be Thiamin MIA Depth B and Ensnslon Lw W a R Edge TM<ktze Edge Toper Na 313 I' NolalmMn 5le' NeEdwelan 151' 104s' 1114' l Va' 4e' Na S I' 22' 3'w' 20' 2314' 13 %' 11' 2' 114' Ma.6 1 VC' 24' a 'e' 20' 306i IT Sir 1140 2' lb' Pia CT) 2' 11' DaaNd(ply Site 2o':• 0' 114' Now •Sled mar a'E.eluha a1Aoit sob. bee Top 11111141110% Or CLLPOPMA On OP TSAPSPOWTATIH SIGNAL AND LIGHTING DETAILS PULL BOX DETAILS ES -8 co N ® ® +IMI ® ® ® _ a a ® ® 111M ® ® a 111111 1111 1111 as, wad, ww„ ,tZ'A2cr w ATts R Pole Luminaire and Traffic Side Edge of bone plate (See Nate I) Hinge Point CUT SLOPES STEEPER THAN 4:1 SEE NOTE 3 3t Behind median or island curb :incept centered in 4. to S. medians. 7 -6 -Behind curb with wide sidewalk. MEDIAN. ISLAND OR WIDE SIDEWALK O' WIDE AND WIDER) Luminsire and ITC Pole Traffic Side Hinge Point pamda l o Isar FILL SLOPES STEEPER THAN 4:1 SEE NOTE 3 Edge of base plate I See Note Luminous and Traffic Side `-2 Pole \Edge pt traveled way or ouedmry lane FLAT SECTIONS, CUT OR FILL SLOPES 4:1 OR FLATTER FOUNDATIONS ADJACENT TO ALL ROADWAYS EXCEPT IN SIDEWALK, MEDIAN AND ISLAND AREAS NARROW SIDEWALK (LESS THAN T ?IOC I FOUNDATIONS IN SIDEWALK. MEDIAN AND ISLAND AREAS NOTES: t/F/a rci wm1mB Standard Type set pack (Dimension Al 32 30. min. 31 2Cmin. 30 Mast Arm Length IS (Mini I . Where a portion of the foundation ie above grade the Mil edge. Shall Ian d l Nomfer. 2. Pull bores for electralers and sgnal standards shall be located at the same station (s Slat I as the adjacent elclrolier or signal London' Pull bores sho11 be placed adjacent to back S curb or edge of shoulder except where this is impracticable, a boo may be placed in another suitably prtected and accessible location. Pull boxes shall be lash .in' surrounding grade and Nall not be burled. 3 Horizontal Setbacks on cut adfid slopes sleeper than 4:1 shall net emceed the distances sawn for flat sections STATE Of CNMCRIeA DEPARTMENT or TRANspoetATION SIGNAL AND LIGHTING DETAILS FOUNDATION INSTALLATIONS { ES—li 111111 11111111 1111111 a MI NM a =Ma MB =Mal a • eI C an coat, -tat l TMS *e PVC For Low Vwbepa Cloud Veal ICU aawnned, sWloeng M v rem. A P.Mtag typical -4' Min. 'C' Sloped compression Perimeter TYPE "C" SPLICE (Between I Free -End and I through Conductor) PVC lope Per a Veepe Circrth EMnMpl eler ra rpuen wetotig pod or rubber tope. TYPE "TS SPLICE (For 3 Free -Ends) Penciling typical- W Min. Shaped compression connector 3tf PVC For Its VWloge Cavern - AMP chafes We Pr F. Low 1WWPCasa- ESHreml IIIW wnwmd, TYPE "S" SPLICE "'PUMPS or "net laps (Between 2 Free• Ends) ow tar b hew venue Uttar ts•l,t em waver. M• 4 Ms et now Si rri 1 Penciling typical. le•M» Sleeve type premium cammns - • ti"llav lamp- Wow errs SIPS inure cw.rl. 4th• It s"Iwms r. •r Pals .nd•ro•r) TYPE "ST" SPLICE 4e• mass earsma pwE/0rmmla,n—S Ran= X" GENERAL NOTES 1. All dimensions we mtim& 2. Rub$r tapes shall be rolled atlas appacaltale 5. When PVC tope Is mad as final layer, point ginned splice nlm @Sclrleal Molatig coating. •'INSULATING METHODS Low Voltage Circuits ( 0-600 Volts) MrTmoo 71• I. CspMey ewer tee Wan woo with on electrical • Mulcting 'WIN; one allow to dry. 2. Apply electrical 1111et c.npemad nub minima thickness ad 4 3. Apply 3 layers halt lopped PVC te. OR METHna "IL' I. Completely caw the splice wee with an electrical emulating caging end allow to dry. 2. Apply 2 lawn or *metrical Saluting pad ern minlmmn lHWlws el wcaM sNY 2 AryasAgH IWpltk epO lr MI reneted sole Mello robber tape. 3. Apply 3 layers hale kpped PVC Ceps High Voltage Circuits (Over 600 Volts) I. amulet* sow the splice arao wile on elocmical emulating coaling and allow Is dry. 2. Apply Mgt meage tope lea mlninmn triteness aewl be original mmlation. 3. epcay 3 lope halt toped PVC We. State OF CALPM1tA AAAACTMEmt OF rnnm5PnaTATldm SIGNAL AND LIGHTING DETAILS SPLICING DETAILS I ES -13 a In — a rl NM a )n n a l= a1 at ri 1 • rr.one.Ore ASS Wan .j .+^ Iw .:aver I I'g�'' I ._�� 0_,Rat _ CENTERLINES LANELINES ~a;" ' : .........-.— (2 LANE HIGHWAYS) (MULTILANE HIGHWAYS) ...r 2.21115 DUAL 1 r NO PASSING ZONES - ONE DIRECTION b 1•—.L.r.1 yam.- o DETAIL lir DETAIL I6«� T 1 �# DETAL ! ar IF --"Er IF --- 1 r o o .., _ r0C'"—c5—'P—' ra...4 DETAL Y 1 • i-P,' `t '""3 It O r�M`i`�'i"T OCTAL 16 DUAL 7 j'�i a I a x 4 FFF M 1r� y 1 r `"� --a—R) ( a v r DETAIL /o «F-6-6-4--t-e- 1 v 0 0 vL DETAIL 17 DETu� . r P—.-+I'-_Ir . = iI 0�0 000 II 0 r°OOOOO°OOrF._O°t yp�- ( rOFOOD 'r 00 r ! fr ! IS -.I E I DETAIL 11 DETAL IS f DETALS y tt r 1-^�I r .-(I I r_ i si r .." 1�1 DETAIL n�v_.�O 0 1 OCTAL E DETAIL 19 r y 1. .1.—e e Th.r v I I I. .1 r° x—S�-1 -._.i°r p r so ...' it TAL? DETAIL IS 11 IT ---.1 v DETAIL� 000000u0000cat —•••• ay r. 0 0 3 o�0 0 -err r -y 1 r I MARKER ,� � 0 0 OJL-11 Q r ' LE�� NO PASSING ZONES -TWO DIRECTION ansa°� alt DETAIL 14 E F x i`er TT — ATM• Abmr.Rretlr. !I€ 1.' DETAIL — r._�y._ t1 # C S 0 TYPE AT Yam x,R-nl.•u.. DI.OL• DO a TYrECR.b I.r RM4tb.. TILE ARTYP AT .,-9 r I " 0 0000 O 0000 O 0000 is r i ¢' �0 a TETE D T.o-we fl . Melon a `J + J. F Ir p x 13 r 1 TYPE 0 0..'.gCI•r MII.cD,. a.r �� -DETAIL 11 DETAIL 22 4., I.,f r ga a TYPE H 0.+q Tabu RM.tRr. v a r L ro ;�S La1ES .i i s ._ .r.. �f 1 x� thl I I 4' inns '. s, . "tin "rK,':A`.,";1..I L-,,,. I DETAIL 0 o 0 0 0 0 0 0 0 0 0 0 v 3:a� �. ... ,,.,,,. :54 00000o0o00000D a' yam TYPE ATETED TYPE D I TYPE II a Direcom se Tent ROTES' I.A..vnProwled Arno .1 PAVEMENT No teals Rese'r .I � "e DIM OF CALIFORNIA Recent r MARKERS AND TRAFFIC LINES 1 E. Pee NeiNt IN DEPARTMENT OF 7AANEPORTATION TYPICAL DETAILS I r+sa A20 -A i 1 I 1 I 1 1 1 I i Traffic Manual MARKINGS 6-23 Figure 6-9 MISCELLANEOUS MARKINGS DETAIL 36 (Exit Ramp Treatment) El 4- 24' Edge S Waved way (male* I (24. I ° a a• wnw raw 24' a 24' Edge of tared wiry Grano) ❑ 7-1981 POLICY Exit ramp pattern (neutral area) for use on freeways. See also Figure 6-17. DETAIL 37 (Lane Drop Markings at Exit Ramps) we. 30' 3' 8' I 6' 3' 12' 3' 8' ❑ 9 ❑ ❑ we We Scale 8 8' 3' e' ID I 24' 2" L ak a T° ° 24' 2" I *300' 24' 24' 24' a a 24' See Detail 36 a Lane drop pattern for use at freeway exit ramps. See also Figure 6-10. * Reflective markers may be placed on line. DETAIL 38 (ChanneUxing Line) �8" white Una 2" a a 24' 24' Through Traffic way Typical channelizing line for use on Left -turn or Right -turn lanes on streets and highways (see Section 6-02.2(3)). LEGEND se Direction of Travel One -Way Clear Reflective Marker Traffic Manual MARKINGS Figure 6-23 TYPICAL PAVEMENT ARROWS :�-e L�i-.�:-�ii�*T35@'�t!Swvz�Ye v .; y.F•,•+w�. ^Sk`��F.5 41^.MY#:�q�. 6-37 7.1981 NOTE: 1. The design details for the various arrows are shown In standards published by Caltrans.