Loading...
HomeMy WebLinkAboutKennedy Pipeline Company; 1992-06-29; 3363Recording request.by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 Notice is hereby given that: ) ) ) ) ) ) . i ) r·, ) ' . ~ i 1317 ) !.•.' i } ·space above for Recorder's Use NOTICE OF COMPLETION 1 . The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92008. 4. The nature of the title of the undersigned is: In fee. fi. A work of improvement on the property hereinafter described was completed on __ 11/19/92 6. The name of the contractor, if any, for such work of improvement is Kennedy Pipeline Company. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: El Camino Real and Tamarack Avenue, Project No. 3363. B. The street address of said property is NONE. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Cierk of the City of Carlsbad, 1200 Carlsbad ViHage Drive, Carisbad, California, 92008; the City Council of said City on D£ c. I , 19'};!. accepted the above described work as completed and ordered that a Notice of Completion be fiied. I declare under penalty of perjury that the foregoing is true and correct. Executed on [) t&c. :)_ , 19g at Carlsbad, California. CITY OF CARLSBAD ALETHA L. RAUTENKRANZ City Clerk EXHIBIT 3 TABLE OF CONTENTS NOTICE INVITING BIDS . . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR'S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . 10 DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . 14 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BrDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 CONTRACT -PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 PERFORMANCE BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 RELEASE FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 SPECW.. PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . . 49 III. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . 53 APPENDIX A -STANDARD DRAWINGS ............................... 66 . 1 12/18/91 Rev . CTIY OF CARL.5BAD, CAIJFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:00 P.M. on the 30th day of April, 1992, at which time they will be opened and read, for performing the work as follows: INTERSECTION IMPROVEMENTS AT TAMARACK AVENUE AND EL CAMINO REAL CONTRACT NO. 3363 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with_ the Municipal Projects Department. The specifications for the work include the Standard Specifications of Public Works Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the· specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority· and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available and where appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appiropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 22300 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 12/18/91 Rev. 2 All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $130,000. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury, pursuant to Business and Professions Code Section 7028.15. The following classifications are acceptable for this contract: "A" or in accordance with the provisions of state law. rf the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $20.00 per set. The City of Carlsbad reserves the, right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act.11 The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 12/18/91 Rev. 3 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. :Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City for a period of one (1) year from the date of formal acceptance of the project by the City. Bonds and insurance are to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in the State of California, and (3) are listed in the official publication of the Department of Insurance of the State of California. Auto policies offered to meet the specification of this contract must: (1) meet the conditions stated above for all insurance companies and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 92-73, adopted on the 10th day of March, 1992. Date Aletha L. Rautenkranz, City Clerk <7'"' 12/18/91 Rev. City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 CITY OF CARLSBAD CONTRACT NO. 3363 CONTRACTO~S PROPOSAL 4 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No . .:3'3b3 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Item Quantity Unit No. Item Description and Unit Price 1 2 3 4 5 Clearing and grubbing at Fl \Ce T'~ p.;1,,~ .;..._ _ _..;..-'------- and \s Lump Sum dollars cents. ---------- Asphalt concret~ at ~,.<-.-<_ ~-.>€. ----------and ~ 105 Ton dollars cents -----------per ton. AggTegate base 400 Ton at ""ttc...,.J dollars and I(;) cents per ton. Seal coat 430 SY at Q,_,f dollars and ~ cents per square yard. 6" PCC curb and gutter 270 LF at "'h;,g.J dollars and cents per lineal foot. $ lo·- $ I ':?:;' $ GO 10-- $ 5coo- $ 40<:X) ·- $ ,.rso~ $ -z,700~ 12/18/91 Rev. Item No. 6 7 8 9 10 11 12 13 14 Item Description With Unit Price in Words 4" PCC sidewalk at two-- and ~ per square foot. Curb Inlet Type 'B' at ·rl-\Rk~-~ ..... c:;,."'--'° and ~ each. 18" R.C.P. Storm Drain at Ft~<'i Mue_ and l,';l.. per lineal foot. Concrete LUG at ,._,Mtc:.. tl-u.r'->Ofl v.i H 1-T't and \Q_ each. dollars cents dollars cents dollars cents dollars cents Pedestrian Ramp, Caltrans NS-B, Case E at ":;°i't.v.?..,..._. c-\,Jt'-<J.'7<tJ") r\ Pr7 and "6;,.._ each. dollars cents Approximate Quantity Unit and Unit Price 1,400 SF $ 2-- 1 EA $ 300<:i - 6 LF $ 55'- 1 EA 1 EA $ 7Sa Unclassified Excavation at ·r( ._; ~ f'>-\<)'...l°:) ;,...,vw Lump Sum dollars and ~ cents. Class 'A' Topsoil at t,µre,,._,t7 F<.vc_ dollars and ----~------cents per cubic yard. Hydroseeding at '(9 and -+c.,., .;:;,_, ... :.---, ?-t v e.._ per square foot. dollars cents 125 CY 3000 SF Adjust Existing Manhole to Grade 1 EA at ,l'\-12.H HV/\....liJ/e"t.J} Ft~ dollars and --s-cents each. $ 2s- $ 3sc- 5 $ zeoo - $ 330- $ °lSu - $ 7So - $ ~7 5,c, - $ ss:o- 12/18/91 Rev. Item No. Item Description With Unit Price in Words Approximate Quantity Unit and Unit Price Is' Adjust Existing Water Valve to Grade 1 EA $ ?x?o- at 'tHflU.. fl,,,,, .. -.::vt.-SO dollars and 'Q_ cents each. Modify Existing Inlet to Cleanout Lump Sum at --hu.:::, 17-Wu:s,~~ dollars and \9 cents. 17 Signal Modification .-.t;Ja ~~~0 Lump Sum I qj $ 5°'2 2-72. -$ 52-2-72 - 18 19 at F,1A"( 'fl-)o~~--o 4<i<.1 dollars and b..... cents. Signs and Striping at jr::-o;t.lv/ '7(6tH f-{-tJ /vJ/l4.,') and 'G-- Traffic Control at -,r;-fdt.:,-y Ft</L #t//voll'f.f) and Cl_ Lump Sum dollars cents. Lump Sum dollars cents. Total amount of bid in words: -f'l.\--l (L"f'-{ ';-u_) O o0 Total amount of bid in numbers: $ 9S,3z----'--''--'--=-=----- Price(s) given above are firm for 90 days after date of bid opening. $5Sco- 6 Addendum(a) No(s). N,ot\i.E. has/have been received and is/are included in this proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the proceeds of the check or bond accompanying this bid shall become the property of the City of Carlsbad. . t;,l )jq'Y ~ /.j V t\\1f) IP . (!, I~ u I @ 1 ~r-/~ Jj, _ , (\ '12 18/91 Rev. V ' LU ty+P 7 The Undersigned bidder declares, under penalty of perjury, that they are licensed to do business or act in the capacity of a contractor within the State of California and that they are validly licensed under license number Zr5c,s75 , classification _"""'l....,l.._ __ which expires on ·~-7(-t}:7 . This statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. § 7028.lS(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ___ oo_·_~_,N_1_0_1 ________________ _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. 12/18/91 Rev. 8 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ------------- (2) Signature (given and surname) of proprietor ___________ _ (3) Place of Business ----------------------(Street and Number) City and State ______________________ _ (4) Zip Code _____ Telephone No. _____________ _ IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted ____________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business ----------------------(Street and Number) City and State ______________________ _ Zip Code _____ Telephone No. _____________ _ 12/18/91 Rev. 9 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted 8?11,.;N~ it?1 Vb'"1--UV€ (2) ~~· Signature ------ Title Impress Corporate Seal here (3) Incorporated under the laws of the State of __ [_1,_~L-_f rc_·_·~ __ l A-____ _ (4) Place of Business_&_, I __ A __ IZ~'1_O_N~'!0_V'1 ___________ _ (Street and Number) City and State /-t'U~ \(/QC) 1 C!mtrttU\'iA (5) Zip Code q/~(oSCo Telephone No. (,ir+) ,3~c-i-3&3 NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ~fv"""""'1 ...... A~vt ...... k;_'.-_""_-5 . ..._. _112-'-w____._·VVt_;q"--_;;,L,_E ____ : __ v_1/ c,,~ tv/2e5r1 Q6Nr _..JD_'_· _w_,'1_1 _S~Hc_u_,,_;_p_~~'-l-/ _____ :5_12c i<?ETAtZ Y Ju LA Gr 11?)1), ~· l t7L r '1128-\SVIZE r:L _ ___,.;._ _ __;,__..;....;..._;__;_....;......;'-"'--------'- 12/18/91 Rev. AMERICAN BONDING COMPANY TUCSON, ARIZONA -Is ~ '7 ,..,:...c::.,,I ,l A STOCK COMPANY POWER OF ATTORNEY .. MERI CAN BONDING COMPANY, a Nebraska Corporation, having its administration office in the city of Tucson, State of rizona, does hereby make, constitute and appoint as Attorney (s)-in-fact, with full power and authority hereby conferred to ,ecute JOHN A. RUIZ or CARLA D. RUIZ of RIVERSIDE. CALIFORNIA. nd deliver and affix the seal of the corporation thereto, if a seal is required, for and on its behalf as Surety and as its act and deed, all of the following classes of documents, to wit: any and all bonds and undertakings, recognizances, contracts of mdemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, for any single obligation, regardless of the number of instruments issued for the obligation. NOT TO EXCEED FIVE HUNDRED THOUSAND ($500.000.00) DOLLARS. AMERICAN B01\'DING COMPANY further certifies that the following is a true and exact copy of Article VII Section 3. of the By-Laws of AMERICAN BONDING COMPANY duly adopted and now in force, to wit: SECTION 3. All bonds, undertakings, recognizances or other written obligations of the corporation shall be executed in the name of the corporation by the president, any vice-president, secretary, any assistant-secretary or the treasurer, or by such other persons as may from time to time be properly authorized. The president, any vice-president, the secretary, any assistant-secretary or the treasurer may appoint or remove resident vice- presidents, resident assistant-secretaries, attorneys in fact, agents or other persons who shall have authority to issue and deliver bonds, undertakings, recognizances or other written obligations in the name of the corporation. The corporate seat is not necessary for the validity of any bonds, undertakings, or other obligations of the corporation. The signature of any authorized officer and the seal of the corporation may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, or undertaking of the corporation; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its duly authorized officer and its corporate seal affixed, this 1st day of April 1991 STATE OF ARIZONA COUNTY OF PIMA President On this 1st day of April 1991 , before me a Notary Public, personally appeared the above-named officer of AMERICAN BONDING COMPANY, a corporation, known to me to be the person and officer who executed the above Power of Attorney on behalf of the corporation and acknowledges the corporation and acknowledges the corporation voluntarily executed the same. ____ Q j7 \ ~ L-l,... t; 3.-:__ ~ _ l~ 7½-Y) OFFICIAL SEAL DANIEL B. VAN KIRK NOTARY PUBLIC -ARIZONA My Commission Expires Jan. 31, 1995 Notary Public CERTIFICATION I, the undersigned, certify that I am the Secretary of AMERICAN BONDING COMPANY, a Nebraska Corporation, and that the attached Power of Attorney remains in full force and effect and has not been revoked; and furthermore that Article VII • ction 3. of the By-Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this 28th day of April 1992 Secretary ' , APR 28 '92 11:s1 KCNNEDY PIPELINE P.2/5 BID BOND #137035 10 BLDDER'S BOND IQ ACCOMPANY_ PRQPOSAL KJ::IOW ALL PERSONS BY THESE PRESENTS: That we, KENNEDY PIPELINE COMPANY as Principal, and AMERICAN BONDING COMPANY as Surety are htld and firtnly bound unto the City of C;:r.lsbad> Califomia, in a.n att\(!Uttt a.: follows; (m:u.5t bi:: at 1ea$t ten pcre=nt (10%) of the bid. amount) THIRTEEN THOUSAND DOLLARS AND NO/lOO'S ($13,000.00) for which payment, well and truly made, we bind ourselves, our heirs, executors and administratoIS, :Sttccessors or assips, jointly and ~everally. fi.nvJy by these presents. THE CONOIT!ON OF THE POREOOING OBUGAT(ON I.S SUCH that .if the proposal of the above-bcrunden Principal for: INTERSECllON IMPROVEMENTS AT TAMARACK AVENUE AND EL CAMINO REAL CONTRACT NO. 336~J in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter imo and execute a Contra<.'t including required bonds and insuraru;:e policies 'Within twenty (20) da5,s from. the date of award of Co~1tract by the City Council of the City of Carlsbad. being ch1ly notified of said award, then this obligation shall b~orne null a.nd void; otherwise, it shall be and remain in full force and effec:, and the amount $pe<::ified herein shall be forfeited to the said City. .... ..... 12/18/91 Rev. St~ I JOSS\:! 71::l I Jd3WWOJ S£:si: C:6, BC: cldtl 11 In the event Principal executed th1s bond as an individ~ fr is agreed tlrat the death of Prlncipal sluill. not exonerate the Surety h¢.n i_ts obligations under this bond. Executed by PIUNCTPAL this 13¼ day of MllY __, 19jb PRINO:PAL: KENNEDY PIPELINE COMPANY (Name of P1:mclpru.) t nam.Ei here) ~,~l{Zettt&i (title and ol.'gMha.tion of ~ignatoey) By. _______ _ (sigi1 here) (print nant-e here) (title and <,rga."'1izatfon of signatory) . ,Executed by SURE1Y this~day of APRIL . , 19 .21.., SURE1Y: (atta cotporate resolution showing CU1Tent power of attorney) (Presi<imt q:, vi«:•p.,;~i.l.cl.'lt Gll-d •~a-et.try ¢r :u,tittfflt ~ret.aey" must sign for coq>oradons. lf oniY one officer s!gm, the ~orp<m1tion ti.1tl4t a.tta@ a ra1:olution e~i'tlflad by the secretary or assistant secretary under (OipOrilt,: ~-Ill <:Ill.f'<>Wering th~ <lffii::~ 10 bmd the corporati~n..) APPROVED AS TO fORM: RONALD R. BALL Acting ct,y Arromey ti I _ -L By;/4~<> 1!~~ ~REN J. HlRATA De:puty City Attorney 12118/91 Rev. ;,•, COMPANY . ALL-PURPOSE ACKl~OWLEDGMENT NO209 State of CALIFORNIA _;ounty of RIVERSIDE } On 4/28/92 b f e THERESA I. BOK _ ________ e or me, _________________ _ DATE NAME, TITLE OF OFFICER -E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared ___________ J_OO_. _N_A_._R_U_I_z ________ _ NAME($) OF SIGNER($) ml personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person( s) acted, executed the instrument. Witness my hand and official seal. SIGNATURE OF NOTARY CAPACITY CLAIMED BY SIGNER • INDIVIDUAL(S) • CORPORATE _____ _ OFFICER(S) ______ _ E(S) 0 PARTNER(S) ~ ATTORNEY-IN-FACT ~ -✓ :,--...,. • tRUSTEE(S) • SUBSCRIBING WITNESS • GUARDIAN/CONSERVATOR • OTHER: _______ _ SIGNER IS REPRESENTING: NAME OF PERSON($) OR ENTITY(IES) ~--------------------------------------------------ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document ____________________ _ Number of Pages _______ Date of Document _________ _ Signer(s) Other Than Named Above ________________ _ © 1991 NATIONAL NOTARY ASSOCIATION• 8236 Remmet Ave.• P.O. Box 7184 • Canoga Park, CA 91304-7184 -------=;~="=""======-----------------=-===;1 ,l 'I I I i 11 I' STATE OF CALIFORNIA, di l. ~- COUNTY OF ___ __1.1,::{v,:,_~~elfh.!Lr.,;71-'-,..-L-I---- ON ACKN0WLEOGMENT--Corp.-Pres. & Sec.-Wo!cot!s ,arm 22f>.-Rev. 3-64 i, T~SAMERlC:A I .. SPECIALTY INSURANCE GPA---""-'• O=-=t, Q__ Transamerica Premier Insurance Company Administrative Office: Orange, California General Power of Attorney ,a Power Of Attorney valid only if numbered in red. •---------------Know All Men by These Presents, That Transamerica Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Orange, Orange County, California, does by these presents make, constitute and appoint JOHN A. RUIZ of RIVERSIDE and State of CALIFORNIA its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver CONTRACT BONDS (S.B.A. GUARANTEE AGREEMENT) -MAXIMUM PENALTY $250,000.00 OTHER CONTRACT BONDS -MAXIMUM PENALTY $50,000.00 ALL OTHER BONDS -MAXIMUM PENALTY $15,000.00 "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31, 1992" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney{s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company, at a meeting helcl on the 12th day of June, 1984. "Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to apooint any or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: -"Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledtIe and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed b11 any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary " In Witness Whereof, Transamerica Premier Insurance Company has caused these presents to be signed by its VTCE PRESIDENT --------------::;;;,--c::-c-----and its corporate seal to be hereto affixed this 1 5TH day of State of California County of Orange l "- On this 1 5TH , in the year J 9 9 1 , before me ___ ...... C=A..,_R ..... Q,.._T_...,,Y.N......A___,,A ..... v""'AJ.llN.,_,.z..,_r.uN.u.D ____________________ , a notary public, personally appeared ___ __..E ..... .T..c,AuI--"N .... F . .__SIE , ' , personally known to me to be the person who executed the within instrument as VICE PRESIDENT , on behalf of the corporation therein named and acknowledged to :.i1V11 l m% mr, 8WRRWfi9n: n1r8KWP1it1111 i ! 111111111~ ~ ,f7:, ~~-CAROLYN /\. A.VM~ZINO ~ I\. • -t1 ' " ~ ,~,,,,~ OFFiCli\L S".•iL ~ Q Q (l .. § '177 NOTARY PU BLIC-C!,LI FD~ NIA', A,~""'-' l ). ~ ...., _ v p~~~~f5tg6u'~NN ~ _ 1 Notary Public ~ My Commission Expires February 15, 1994 ~ :,1111111111 Ill IIIHllll llll I l 11 I 11 l ! !l 111 ll! I I Ii 11111111111\r. . . . I, the undersigned Secretary of Transamerica Premier Insurance Company hereby certify that the above and foregoing 1s a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company at a meeting duly called and held on the 12th of June, 1984, and that said resolution has not been amended or repealed: ''Resolved, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of the Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon thi~. Corporation." GIVEN under my hand and the seal of said Company, this ___ 2_8_t_h _______ day of ___ A-'-p_r_i_l ______ _ 19 92 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO B01111 NO. TPI 02716679 300248 Secretary 8-90 12 DESIGNATION OF SUBCONTRACTORS he Contractor certifies he/she has used the sub-bids of the following listed Contractors n making up his/her bid and that the sub-contractors listed will be used for the work for hich they bid, subject to the approval of the City Engineer, and in accordance with pplicable provisions of the specifications and Section 4100 et seq. of the Public Contracts ode -11S ubletting and Subcontracting Fair Practices Act." No changes may be made in hese subcontractors except upon the prior approval of the City Engineer of the City of arlsbad. The following information is required for each sub-contractor. Additional pages an be attached if required: Items of Complete Address Phone No. Work Full Company Name with Zip Code with Area Code \1 Sou1i'~, S'i6"-'A.L. ~_..L-<:ATOt-J L.i'-1 -Z.--3~!--t~ i8 "f:l~~ ~t>E::55:. ~ ~ \} \J\C t...l""'1° (-,14.} 8--iS-'?::DC\°\ 12/18/91 Rev. 13 AMOUNT OF SUBCONTRACTORS' BIDS The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Type of State Contracting Full Company Name License & No. SQ'-~1~l $161->AL _4..:.,SJ_, _,_, b ___ _ :Cf"'f'i:ST-~TE. ~=>"t1<..J~lr,.6-'J't~5lo Carlsbad Business License No.* Amount of Bid ($or%) 'i5o/o * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 12/18/91 Rev. 14 BIDDER'S SfATEMENT OF FINANCIAL RESPONSIBILTIY Bidder submits herewith a statement of financial responsibility. 12/18/91 Rev. KENNEDY PIPELINE COMPANY BALANCE SHEET June 30, 1991 LIABILITIES AND STOCKHOLDER 1 S EQUITY CURRENT LIABILITIES: Note Payable -Bank (Note 5} Contract Payable -Current Portion (Note 6} Accounts Payable -Trade (Note 7) Project Receivables Billed in Advance (Notes 1 & 4) Accrued Payroll and Related Expenses Accrued Interest (Note 5) Deferred Income Taxes (Note l} Total Current Liabilities LONG--TERM DEBT: Contract Payable -Net of Current Portion (Note 6) Stockholder loan (Note 8) Total Long-Term Debt Total Liabilities CONTINGENCIES (NOTE 10) STOCKHOLDER'S EQUITY: Common Stock (Note 9) Paid in Capital Retained Earnings Total Stockholder's Equity $ 5,869 384,200 15,000 5,000 954,581 Total Liabilities and Stockholder's Equity See Accompanying Notes to Financial Statements and Accountants' Review Report -5- $ 200,000 31,803 503,925 1,058,481 120,040 1,266 202,998 2,118,513 390,069 2,508,582 974,581 $3,483,163 KENNEDY PIPELINE COMPANY BALANCE SHEET June 30, 1991 ASSETS CURRENT ASSETS: Cash (Note 2) Accounts'Receivable -Trade (Notes 1, 3, Regular Retentions Allowance for Doubtful Accounts Account Receivable -Affiliate (Note 11) Unbilled Work in Progress (Notes 1 & 4) Inventory (Note 1) Refundable Income Taxes Total Current Assets & 5): $1,820,774 1,201,583 3,022,357 (27,834) PROPERTY AND EQUIPMENT, AT COST (NOTE 1): Autos and Trucks Mach"inery and Equipment Office Equipment Leasehold Improvements Accumulated Depreciation and Amortization Net Property and Equipment Total Assets 634,618 530,350 151,977 10,412 1,327,357 (1,147,333) See Accompanying Notes to Financial Statements and Accountants' Review Report -4- $ 14,841 2,994,523 32,983 177,755 79,389 3,648 3,303,139 180,024 $3,483,163 15 BIDDER'S Sf ATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Phone Amount Contract Name and Address No. of Person Type of of Completed of the Employer to Contract Work Contract 12/18/91 Rev. •. KENNEDY PIPELINE COMPANY 61 ARGONAUT • POST OFFICE BOX 3460 ALISO VIEJO, CALIFORNIA 92656 PHONE (714) 380-8363 OWNER: THE IRVINE COMPANY CONTACT RICHARD HESS (714) 720-2366 CONTRACT AMT. $1,480,261.09 DESCRIPTION: Approx. 12,000 L.F. 10" Water Main, including fire hydrants, valves and blow-off. Approx. 4,500 L.F. 811 V.C.P. Sewer Main, 600 LF 10" V.C.P. Sewer Main including sewer manholes various sizes. Approx. 5,500 LF 18" to 60" R.C.P. Storm Drain including junction structures and inlets. COMPLETION DATE: January 1991 OWNE:R.: AVIARA LAND ASSOCIATES CONTACT: TONY GERMAN (619) 931-1190 CONT:~CT AMT. $898,179.12 DESCRIPTION: Approx. 2000 LF 8" A.C.P., 760 LF 10" A.C.P., 6,400 LF D.I.P. in various sizes for water main, also fire hydrants, valves and blow-offs. Sewer Main consisted of 5,757 LF of 4", 611 , 811 & 10" P.V.C. and manholes. COMPLETION DATE: November 1990 OWNER: LAKE SHORE TOWERS LIMITED PARTNERSHIP CONTRACTOR: BIRTCHER CONSTRUCTION CONTACT: RANDY JACOBSON (714) 643-7100 CONTRACT AMT. $780,458.00 DESCRIPTION: Approx. 4,200 LF 4", 611 & 8" Water Main, hot taps, valves and water services. Approx. 200 LF Sewer Main and manhole. Approx. 5,100 LF 4" to 36" Storm Drain Pipe, including manholes and catch basins. Approx. 300 LF Reinforced concrete box tunnel. COMPLETION DATE: February 1991 OWNER: CRAWFORD HILLS ASSOCIATES CONTRACTOR: DIVIDEND DEVELOPMENT CONTACT: STEVE HOWARD (714) 724-0874 CONTRACT AMT. $917,716.07 DESCRIPTION: Approx. 9,600 LF 6" to 16" D.I.P. Water Main with fire hydrants and water services. Approx. 8,000 LF 4" & 811 V.C.P. Sewer Main and manholes. Approx. 3,000 LF of 18" to 42" R.C.P. Storm Drain including catch basins, inlets and junction structures. COMPLETION DATE: November 1990 State of California NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ) County of ORANGE ) ss. ) __ R_O_N_D_UMA_~_; ----~ being first duly sworn, deposes (Name_ of Bidder) 16 and says that he or she is ---=E=S-=-T=IM=1A=T=...;;O=-R=-------------------- (Title) of KENNEDY PIPELINE COMPANY ----------------------------------(Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, anyundisdosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from bidding that the bidder has not in any manner, directly or indirectly, sought by agreement communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overhead, profit, or cost element of advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly submitted his or her bid price or any breakdown thereof,. or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of pequry that the foreftoing is true and correct and that this affidavit was executed on the ~1ciay of AP IL , 199 _:_. ~;;~: Signature of Bidder Subscribed and sworn to before me on the 30th day of APRIL 19 92. (NOTARY SEAL) ~~~..:;:....O...,C,,,.,C.,..c,.,.A.,:::::...,:~:...c-r1 0, OFFICIAL SEA}:, ~ MARY TRUMBLE f~NOT/.\RY PUBUC CALIFORNIA ,;, -;J ORANGE COUNTY ' /,lrn )J:,' My Comm. Expires Nov 29. 1994 ~,,....,,..,-..._··,;;',.,,....;;:"""v"'-'v"""v" ~=~ s~ Notary 12/18/91 Rev. 17 CONTRACT -PUBLlC WORKS This agreement is made this~ day of~~::::...... _ __, 199~ by and between the City of Carlsbad, California, a municipal co ration, (hereinafter called "City1), and KENNEDY Pl PELI NE COMPANY whose principal place of business 1s __ 1.;;_51.;._;;_A_r_g.._oc...;;n_a....;u;.;_tc,,<.,_A_l_is_o_V_ie_j,_o--=-,_C_A __ 9_2_6_5_6 ________________ _ _________ (hereinafter called "Contractor'1.) City and Contractor agree as follows: 1. 2. Description of Work. Contractor shall perform all work specified in the Contract documents for: INTERSECITON IMPROVEMENTS AT TAMARACK AVENUE AND EL CAMINO REAL CONTRACT NO. 3363 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 12/18/91 Rev. 4. 5. 6. 7. 18 Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction (SSPWC) 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The closure date for each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments vvill be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 12/18/91 Rev. 8. 19 B. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part o:f the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, order changes, modifications and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by litigation. The only person authorized to order changes or extra work is the Project Manager. The written change order must be executed by the City Manager or the City Council pursuant to Carlsbad Municipal Code Section 3.28.172. 9. Immigration Reform and Control Act. Contractor certifies he is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 12/18/91 Rev. 10. 20 Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 11. [ndemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contractor or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. 12. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) COVERAGES AND LIMITS -Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: 2. $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insureds. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must 12/18/91 Rev. 3. 21 state the coverage is for "any auto" and cannot be limited in any manner. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of$1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) ADDITIONAL PROVISIONS -Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provis10ns. General Liability and Automobile Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. 2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C:) "CLAIMS MADE" POLICIES -If the insurance is provided on a "claims made" basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) NOTICE OF CANCELLATION -Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. 12/18/91 Rev. 22 (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS -Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (F) WAIVER OF SUBROGATION -All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (G) SUBCONTRACTORS -Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPTABILITY OF INSURERS -Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V, and are authorized to do business within the State of California and are included in the official publication of the Department of Insurance of the State of California as allowed under the standards specified in by the City Council Resolution No. 91-403 . (I) VERIFICATION OF COVERAGE -Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before work commences. (J) COST OF INSURANCE -The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 13. Claims and Lawsuits. All claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, ·Chapter 1, Article 1.5 (commencing with Section 20104) which are incorporated by reference. All claims over $375,000 shall comply with the Government Tort Claims Act (Section 900 et seq of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. 12/18/91 Rev. 14. 23 Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. 16. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 17. Affirmative Action. Contractor certifies that in preforming under the purchase order awarded by the City of Carlsbad, he will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. 18. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction . 12/18/91 Rev. 19. 24 Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGEMENT OF EXEClffiOlN BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) APPROVED TO AS TO FORM: RONALD R .. BALL Acting City Attorney By: Contractor Print Name of Signatory Signature of Signatory ~~ SJ, ( J__._,_ .__J Title D ty City Attorney ATTEST: 12/18/91 Rev. D Ii I I ACKNOWLEOGMENT-Corp.-Pres. & Sec.-WoJtotts Form 22&---Rev. 3-64 c a~~ }he :aid State, personally appeared -,;:...,:;=-,~~~ , known to me to be the -'--4L..~-President, and'------------~---, known to me to be the ~ ~ary of //Jr L , ~ . ~'.f-t2 -c,?~,,a:____~~=,-~----,----------,--- the CorpcratTon that exewted he within1nstrument, known to me to be the persons who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the within Instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. MAY 04 '92 12:49 KENNEDY PIPELINE P,10/13 25 LABOR AND MATERIALS 'BOND WHEREAS. the City Council of the City of carlsbad, State of California, by Resolution No. E:.!1~ adopted June 2, 1992 has awarded to ______ _ KENI:-1EDY PIPELitlE COMPANY (hereinafter . designated as the 11Principal"), a Conm1ct for; INTERSECITON IMPROVEMENTS AT TAMARACK AVENUE AND EL CAMINO REAL CONTRACT NO. 3363 in the City c~f Carlsbad, in strict confonnity with the drawings and specifications, and other Contract D<>cumenrs now on file in rhe Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms therec1f require the furnishing of a bond, providing that if Principal or any of their subcontrae1nrs shall fail to pay for arty materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed 10 be done, or for any work ,or labor done thereon of any kL'lld, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE1 WE, KENNEDY PIPELINE COJ'1P~ as Princi:P8½ (hereinafter designated as the "Contractor''), and TRANSAMERICA PPEfVIIER INSllRAT'ICE COMP.PNY as Surety, are held firmly bound unto the Ci.t;y of carlsbad in the sum of NINETY FIVE THOUSAND SEVEN HUNDRED THIRTY TWO AND NO/l00's----------- Dollars {$_ 9 5 , 7 32 • 00 ) • said sum being fifty percent (50%) of the estimated amou;n.t payable by the City of Carlsbad under the terms of the Contract, for which payim:nt well and truly to be made we bind ours~lves, our heirs, executors and administrators, successors) or assigns, jointly and severally~ firmly by mese presents. THE CONJDmON OF THIS OBLIGATION IS SUCH that if the person or his/her subeontra¢to:rs fail to pay for any Imlterials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Imurance Code vlith respect to such work or labor, or for any amounts required to be deducted, withheld. ::lild paid over to the Employment Development Department from the wages of empkiyees of the contractor and suhc.ontracto:rs pUI'Suant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for th~: same, not to exceed the sum specified in the bond, and, also, in case suit is broug;ht upon the bond, costs and reasonable expenses and fees, including reasonable attomeys fees, to be fixed by tht eo'I.U"t, as required by the provisions of Section 3248 of the California Civil Code. This hond shall inure to the benefit of any and ell persons, companies and corporations entiilred ro file claims under Tide 15 of Pan 4 of Division 3 of the Civil Code (commencing with Section 3082). 12/18/91 Rev. MAY 04 '92 12::50 KENNEDY PIPELINE P.11/13 26 In the: event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 7TH dayof_MAY 19 92. CONIRAC:rOR: KENNEDY PIPELINE COMPANY ~of~~ ~ ~;?1 . JW Py+. ..t.--)t~--z'. {:ngn here) MICH/~EL L. TRUMBLE --------------{print IlSIXl.e here) PRESIDENT (title and organization of signatory) By: __ , _________ _ (sign here) (print name here) Executed by SURE1Y this 4th day of MAY 19 92, SURETI: TRANSAMERICA PREMIER INSURANCE CCMPANY (Name RALPH EIDEM, Printed name of Attomey•in•Fact (attach corporate resolution showing current power of attomey) (title and organization of signatory) (Propr~r noomal acl<nowled~e of execution by CONTRACTOR and SURE1Y must be attached.) (President <lr vic~esident and secretary or assistant ~etretary must sign for c.nrporations. If only one offket .si~. the corporation must attach a resolution certified b,y the secretary or ~sisrant sei.:retary under corporate ~!al empowering that officer to bind the corporation.) APPROVED AS TO FORM! RONALD R.. BAIL Acting Ci1:y Anomey _ 1 , /4 By: ~~· / ~ • KAREN J. HIT A Deputy City Attorney 12/18/91 Rev . ALL•PURPOSI: ACKNOWLEDGMENT N0209 ~_FO_F_NIA_· _____ _ } CAPACITY CLAIMED BY SIGNER I County of __ O_R_'l'-_.N_GE ______ _ before me, _ ___;J:....:O=HN;;::.c_=A:.;:.._.:::..;RUic::..=-Z;:;__ ________ _ NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC" personally appeared RALPH EIDEM, JR. NAME(S) OF SIGNER(S) 0 personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and th his/her/their signature~) on the in ent th r .. son{s}, orthe,ntf~uponb whichthe ,rson(s} acted. e~ehuted tfie in mAnt. i -, . T Witneps:fl!lY hand and of· ia~'se~;/·1 ,:;<'-f i ! • INDIVIDUAL(S) 0 CORPORATE _____ _ OFFICER(S) ______ _ E(S) 0 PARTNER(S) K) ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 SUBSCRIBING WITNESS • GUARDIAN/CONSERVATOR • OTHER: _______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TRANSAMERICA PREMIER INSURANCE CCJvlPANY ATTENTION NOTARY: ,l1lthough the informa1ii>h1equested beloi,., is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: "· 'i Title or{rpe of Document ____________________ _ Number o) s Date of Document ------------------- Signer(s) Other Than Named Above ________________ _ © 1991 NATIONAL NOTARY ASSOCIATION• 8236 Remmet Ave.· P.O. Box 7184 • Canoga Park. CA 91304-7184 ....------·-----.....;..~=.-------------------~ r I STATE OF CAtlFORN!A, ,/('7 f. COUNTY OF.-------l'fl/ll11'J6 ~ ,..,. . OFFICIAL SE.-..u _ MARY TRUMBLt:. NOT ARY PUBUC -CALIFORNIA ORANGE COUNTY My comm Expires Nov 29. 1994 ~ -~ ss. ACKNOWLEOGMENT-Corp.--Pres. & Sec.-Wo!cotts Form 226-Rev. H4 Notary P~bl1c 1n and 1or said Stale. , MAY 04 ·'92 1;~: 50 KENNEDY PIPELINE P.12/13 27 ~ERFOB,MANCE BONQ WHEREAS, the City Council of the City of Carlsbad1 State of Califon!!~~ Resolution No. 92-19l~ adopted June 2, 1992 has awarded to KENN.t.JJ~ PIPELIJ\IE COJ\11PANY , _____ __, (hereinafter designated as the "Prlncipal1')1 a Contract for: INTERSECrION IMPROVEMENTS AT TAMARACK .AVENUE AND EL CAMINO REAL CONTRACT NO. 3363 in the City of Carlsbad, in strict confonnity with the contract, the drawings and specifications. and other Contract Documents now on ftle in the Office of the City Clerk of the Cfry of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tenns thereof require the furnishing of a bond for the faithful perf onnance of said Contract; NOV1r, TIIBRE;FORE, 'WE, KENNEDY PIPELINE COMPAI\TY as Principal, (hereinaftei~ designated as the "Contractor"), and TRANSAMERICA PREMIER INS. co. as Surety, are held and firmly bound unto the City of Carlsbad in the sum of NHlETY FIVE THOUSAND SEVEN HUNDRED THIRTY TWO----Dollars ($95,132. 00** ). said sum being equal to one hundre.d percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be mad,~, we bind ourselves, our heirs, executors and. administrators, successors or assigns, joi:o.tly and severally, firmly by these presents. THE CONDITION OF TI-IIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs. executors. administrators. successors or. assigns. shall in all things stand to and abide by, and well and tntly keep and perform the covenants, conditions, a.."ld agreements in the: Contract and any alteration thereof made as therein provided on their part, to be k.c:pl ,u1<l. p~!u.mu::u. dL I.lit: time <IDU. in the Jlliillllt:r l.ht::rt:in !>pt:cifit!d, aml in all n::spt!Ct!) according t'0 their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad.. its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. A3 a ]?art <)f the obligation secured hereby and in addition to the face amount specified !herefor; 1here sp,all be included costs and reasonable expenses and fees, including rGEo:nable attomeyc f eec, inCUlTed by the City in rucceecfully enforcing tuch oblig:ition, all to be taxed as costs and included in any judgment .rendered. Surety stipulates and agrees that no <:han~ extension <:1.f time, alterati•n or addition to the tetm!, of the Contract, or to the work to be performed thereunder or rm: specifica:tion5 accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contiract, 1:::,r to the work or to the specificatior.s . 12/18/91 Rev. AY 04 ·' 92 12: 50 KENNEDY PIPELINE P.11/13 In th•!: event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Execttted by CONTRACTOR this 7TH day of MAY 19 2_? CONTRACTOR: KENNEDY PIPELINE COMPANY -(Name of Contractor) sy, ~i(:£/#-/4( 051gnh ) MICa~EL L. TRUMBLE (print nartte here) PRESIDENT -------------(title and •::irganization of signatory) By:_ (sign here) (print nante here) -----------------(title and organization of signatory) Executed by SURE'IY this 4th day of MAY 19 92, SURETY: TRANSAMERICA PREMIER INSURANCE COMPANY (Name o S ' RALPH EIDEM, JR. Pnnted name of Attomey~in~F a<:t (attach corporate resolution showing current power of attomey) (Prnp,~r notarial acknowled~e of execution by CON'rnACTOR and SURE.TI must be attached.) (President ctr vice-president and sea"etary or assistant ~ecretary must sign for corporations. If only one offke1~ signs, the eoqioration must arcach a resolution certified by the secretazy or assistant secretary under corporate s,:al empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL Al:tlr>.g City An:orney / J;:;.. J By. ef~T,, Deputy City Attomey 12/18/91 Rev. ---------------....... =------------------------=""'===;i STA1E OF CALIFORN!A, JI,,,., . COUNTY OF---~-IIYl':j~C< ACKNOWLEOGMENT-Corp.-Pm:. & Sec.-Wo!cotts Form 226-Rev. 3-E4 ALL-PURPOSl5 ACIKNOWLEDGMENT -~~ State ofCALIFORNIA County of __ O_R_'.l'I_NGE ______ _ } On 5--: 1/•'?2 before me, __ J_0_HN __ A--'-. _R_UI_Z __________ _ DATE NAME, TITLE OF OFFICER· E.G, "JANE DOE, NOTARY PUBLIC" personally appeared __ RALP __ H_E_ID_Er-_1.~, _JR_. ______________ _ NAME(S) OF SIGNER(S) Q"g personally known to me -OR -d proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, e~cuted the instr_lJM,~~-1 ~ Wit~ss,;ij,y hand , fficial seal~ 1/f fl / 0 I j; ~~------·1tiJ& ~ ~~~J/./ · ,/ NO209 CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL(S) • CORPORATE _____ _ OFFICER(S) ______ _ E(S) 0 PARTNER(S) ID ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 SUBSCRIBING WITNESS 0 GUARDIAN/CONSERVATOR • OTHER: _______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TRANSAMERICA PREMIER INSURANCE CQV!PANY -------·--~ (~NATUREOFNO~r::::,l ~~'J,-·J ATTENTION NOTARY: Allhough the infor;,,ation req~~\ b~low is OPTIONAL, it could prevent fraudul(t~achment of this certificate to unauthorized document. THIS CERTIFICATE Title or Ty~a qt Document ,..di MUST BE ATTACHED '-i: --------------------- ' TO THE DOCUMENT Number of Pages-------Date of Document---------- ~=T: Signer(s) Other Than Named Above _________________ _ © 1991 NATIONAL NOTARY ASSOCIATION• 8236 Remme! Ave.• P.O. Box 7184 • Canoga Park, CA 91304-718< . • f'-• TRANSAMERICA Transamerica Premier Insurance Company Administrative Office: Orange, California General Power of Attorney .. SPECIALTY INSURANCE GPA N9 Power Of Attorney valid only if numbered in red. Know All Men by These Presents, That Transamerica Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Orange, Orange County, California, does by these presents make, constitute and appoint RALPH EIDEM, JR. of Orange and State of California its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver CONTRACT BONDS (S.B.A. Guarantee Agreement) -MAXIMUM PENALTY $500,000.00 OTHER CONTRACT BONDS -MAXIMUM PENALTY $100,000.00 ALL OTHER BONDS -MAXIMUM PENALTY $25,000.00 "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31, 1992" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company, at a meeting held on the 12th day of June, 1984. a.Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power •nd authority to appoint anv or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so execu1ed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." ln Witness Whereof, Transamerica Premier Insurance Company has caused these presents to be signed by its Vice President ------~-------.~------=--and its corporate seal to be hereto affixed this _S_t_h _____ day of December , A.O., 19 _9_0 ___ 1 _,7_.;_,.•5-;,_,,.;•:1~,::l'i.;l~i-,;0:;;~:>,, State of California County of Orange } ss.: /.r;-;::-· ,:;' \ TRANSAME~ICA PREMIER INSURANCE COMPANY ··, /f; ' \ ✓~•_, . £? A ) , ;:/ .•' 1\By '==='q°.-<'.,;;:;<' .-: >~,re'4"!,4/' i ~<J: . ),,""' i; ....- ' -•·' -.•-i' ~ t:. ·, J \ ,• ,, i ' \. * ...,,, __ , ----<;: ./ ,, ·"',.,, C;:.i n,·1•;.:\~'".':,_,.,,-,/ On this 5th day of Dec em~'._';:_...... , in the year 19 90 , before me --------Carolyn A. Avanzino . a notary public personally appeared Elaine Stevens . personally known to me to be the person who executed the within instrument as _V_i_c_e_P_r_e_s_i_d_e_n_t _____________ . on behalf o! the corporation therein named and ecknowledged to me thf; :1M iC(l.rpora@n: eketutetl• it ':i' -" • • ;'; r, • · <' I .: r. . ·,,i _,'', - I, the undersigned Secretary of Transamerica Premier Insurance Company hereby certify that the above and foregoing is a fuil. true an correct copy of the Original Power of Attorney issued by said Company. and do hereby further certify that the said Power of Attorney 1s sti!I in force and effect. And I do hereby furthBr certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company at a meetirig duly called and held on the 12th of June, 1984, and that said resolution has not been amended or repealed: "Resolved, that the siqnature of the Secretary or any Assistant Secretary of thts Corporation. and the sea! of the Corporation. may be arnxed or printed by facsimile to any certificate to a Power of Attorney of this Corporation. and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company. this ______ 4_th _______ day ol __ M_ia_y _________ _ 92 19 _____ _ THIS POWER OF ATTORNEl EFFECTIVE ONLY IF ATTACHED TO BOND N(I. _0_32_1_9_7_53 __ 300248 Secretary 5-88 Revised certificate l: ~::~i.~~~9.~~ Willis Corroon Corpor·ation of 70 South Lake Avenu11, Adena CA 911() 1 .. , 796-3888 Los Angeles Contact : Linda A. Hetherin1 ton INSURED Kennedy Pipeline Company P.O. Box 3460 Laguna Hills CA 9265~1 CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COM>Am A National Union Fire Insurance Company of LETTER Pittsbur h PA B Unlcare Insurance Company COWAm C LETTER COWmY D LETTER CCM>mY E LETTER ./-! j_ /l 71 ·,,:,covsndES': •• ,:,:::::_==:.:,:,: •• ,:,,,,,,,:, •• :,.,:,~:,:: •• ,·:,:.:,.=::.:,,.,:,,,,,,,::,-., •• :,,,,,.,,.,:,,:,,,,,,,,=,,,:,,,:,.,,,.:,,:,:,.:,,,,=,,,::):,::,:,,_:,:=,·:::,:,:,:,:,,.,:_:_=.,=:,:::::,:,.:,:.,.,, ••• :':,:_=,:::_:_,:,=.,,:,,:,,,,, •• ,::,:,,,:::,:,:,:,,:., •• ,,,,:,,:,,.,,::::,,,,,,=::,,:,:::==,=-'.,,:.:,:,,::,:,,,,.:,,,,,:,:,:::,:,:,:,:,=_:::,:::,.,.,::.=,,=,.,,::,.,:=:,.,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:::,:,:,:,:,::.,:,:.:,=,:,:,:,:,:,:,:,:,:,:,:,:,:,=,:,:,:,:,:,:,:,:,:,:,:,:,:,:::;:;:;:::::;:;:;, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHST .-,INDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE i;..;z;,iJRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. co L A B TYPE OF INSURANl::E QENERAL LIABLITY X COMPREHENSIVE FORM X PREMISES/OPERATION:; X UNDERGROUND EXPLOSION & COLLAPSE HAZARD X PRODUCTS/COMPLETED •PER. X CONTRACTUAL X INDEPENDENT CONTRACTORS X BROAD FOAM PROPERTY DAMIIGE PERSONAL I NJUAY UTOMOBLE LIABLITY ANY AUTO ALL OWNED AUTOS (Priv. pa,;s,) ALL OWNED AUTOS ( g:r:~ ~~!~.) HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABLITY UMBRELLA FOAM OTHER TrlAN UMBRELi./!. FORM WORKER'S COMPENIIATION AND EMPLOYERS' LIABILITY OTHER POLICY NUMBER M111103771 UCC011703 DESCRIPTION OF OPERATIONIA.OCATIONSIVEHICLESISPECIAL ITEMS POLICY EFFECTIVE POLICY EXPIRATIO DA TE (~/00/YY) DA TE (~DD/YY) 30-JUN-1991 30-JUN-1992 --.--.--_,, --~- 30-JUN-1991 30-JUN-1992 LIMITS BODI LY I NJUAY acc. $ BODILY I NJUAY AGG. $ PROPERTY DAMAGE acc. $ PROPERTY DAMAGE AGG. $ Bl & PO COMBINED DCC. $ 1,000,000 Bl & PO COMBINED AGG. $ 1 000 000 $ BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ BODILY INJURY & PROPERTY DAMAGE $ COMBINED EACH OCCURRENCE $ AGGREGATE $ EACH ACC IOENT $ 1,000,000 DISEASE-POLICY LIMIT $ 1 000 000 DISEASE-EACH EMPLOYEE $ 1 000 ·JOO THIS CERTIFICATE MAY BE RELIED UPON ONLY IF THE DESCRIPTION OF OPERATIONS AT~rACHMENT REFERRED TO HEREIN IS ATTACHED HERETO. • of Carlsbad chasing Department 1200 Carlsbad Village, Dr. Carlsbad CA 92008-1989 \\\:\::ExPIRATION DATE THEREOF, THE 1ssu1NG COMPANY WILL~ ):} MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Ii LEFT. IIIXT(R~IU'JJU[ XJXXM(>;ll)(ltli1CD4>N<nH'8HMX'4MR®H )(110: X>E!C.XYMXl304>0a< ::::::::~U~)OO()(i(:t&<S:~~&RUR 11111:1 AUTHORIZED REPRESENTATIVE •._> ? J,/V~ .. 31 !rk,~ !:(() !Hi&ai6.==i.i=i1:Wii·Ililtl=···t-II==,=Ii=II=tI==I·=I-:=-Ii="'/=/I=t·===·=·:-,=:::-=:=:::::::=1·'=II=II=it=::-t=J'=If=?·-=•t'=❖=·==-=-=-=-==·=·=·==·=·=·=·==·=--·==·=·=·,=·= =·=··=="'===,=,=·==·=·=--=:,=:-::=-::=:::===::=t:=-:r=m·=-:f=/I=J=J=i@>=i•='.:'c.==:=o=/t.m .... i'=Je=::o=:)_'m'·_:o-::t1_'.l ___ i_ib=J,1 .... b=\---'ijo-''T ...... F Willis Corroon Corpo1ration of Los Angeles 70 South Lake Avenue ~dena CA 9111)1 931 796-3888 Contact : Linda A. Hetherin ton INSURED Kennedy Pipeline Con,pany P.O. Box 3460 Laguna Hills CA 9265:l COMPANIES AFFORDING COVERAGE CCA.P,HY A National Union Fire Insurance Company of LETTER Pittsbur h PA COt.PANY LETTER B Unicare Insurance Company COt.PANY C LETTER COt.PANY E LETTER THIS DESCRIPTIOIN OF OPERATIONS ATTACHMENT MAY BE RELIED UPON ONLY IF THE CERTIFICATE REFERRED T10 HEl~EIN IS ATTACH~D HERETO. certificate Holder : City of Carlsbad SPECIAL CONDI'.rIONS AS RESPECTS GENERAL LIABILITY: It is agreed that the certificate holder is included as additional insured as respects work being performed by the Named Insured for the additional insured. It is further agreed that such insurance as is afforded Additional Insured shall be primary and non-contributory with any othei, insurance in force for or which may be purchased by Additional Insured. i4itject: Contract #3363 -Intersection improvements at Tamarack Ave. and EL Camino Real - • ,,, force 1o, IOCahon 01 operat,oni, . . .. CERTIFICATE OF INSURANCE (ID STATE. FARM FIRE ANO CASUALTY COMPANY. Btoomington, llltnois 0 STATE FARM GENERAL INSURANCE COMPANY. B1ooming1on. lllrnors CHANNEL EQUIPMENT COMPANY . KENNEDY PIPELI~£ COMPANY, CAL COAST CONSTRUCTION P.O. Box 3460 Laquna Hills, Calif. 92653 the follow1n12 coveraoes for ll'lt> per,oos and hm1ts ma,caled ·below POLICY NUMBE:R TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY {elttekp.1 O Comprenens1ve Gene,al L1abihty 0 Dual L1m11s tor. BOOll Y INJURY Per persons O Manulaclurers· and $ Contractors' Liabihly Per accident O Owners'. Landlords' and Tenants· L1abihly PROPERTY DAMAGE The above insurance 1nc1uoes Per accident s (applicable II 1nd1cated by ~ l D PRODUCTS-COMPLETED OPERATIONS D OWNERS· OR CONTRA.CTORS" PROTECTIVE LIABILITY ~ Combined Single L1m1t tor: D CONTRACTUAL LIABILITY 8001L Y tNJURY ANO D BROAD FORM PROPERTY OAMAGE PROPERTY DAMAGE . D BROAD FORM COMPREHENSIVE GENERAL LIABILITY Each Occurrence $ 1,000,000 Cs:L ltOOOtOOO _.,OLICY NUMBER TYPE OF INSURANCE POLICY PERIOD Aggrega1e $ (elf.1exp.) CONTRACTUAL LIABILITY LIMITS !:> C/30/91 -6/30 92 (It dillerent than above) BODILY INJURY rn Business Aut FS01726F3075D i pr 1 nl'i i no f-H r ~d and Nnn-owned Eacll Occurrence s . ~to liabiltiy . PROPERTY DAM.AGE . Eacn 01:;currence $ D Aggregale $ EXCESS LIABILITY 0 Combincid Single Limit for: BOOll Y INJURY ANO 0 Umbrella PROPERTY DAMAGE 0 Other Each Occurrence $ Aggregate s Workers Compensation Pan, STATUlORY Part2 BODILY INJURY O 111'\0 Employers Each Accident s Liability DiHase-Each Employee s Disease-Policy Umit s •A.9gte9a1e not appJ,caDle ,r Owners". Landlords' and Tenants· Liability ln$vrance excludes structural alterations. new constructton o, clemol1tion. THE CERTIFICATE: OF INSURANCE lS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR AL 1iERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. NAME ANO ADDRESS OF PARTY TO WHOM CERTIFICATE tS ISSUED • r 7 City of Carlsbad 1200 sbad Village Drive 6/11/92 earl 92008-1989 / S1gna1ure of Authorized ReprHental Title ti ...•• ----·----·, CITY OF CARLSBAD 1200 ELM AVE. CARLSBAD. CA 92008 BUSINESS LICENSE _NO. ISSUED TO (BUSINESS OWNER): KENNEDY PIPELINE 61 ARGONAUT LAGUNA BEACH, CA 92656 714-380-836 TO CONDUCT THE {BUSINESS CLASSIFICATION): SUB-CONTRACTOR 17 BUSINESS AS (OBA, BUSINESS NAME). KENNEDY PIPELINE LOCATED AT (BUSINESS LOCATION): 61 ARGONAUT LAGUNA BEACH, CA 9a656 FROM:04,01/9a ro: 03,31/93 NOT TRANSFERABLE-POST IN A CONSPICUOUS PLACE M}i\1,W.:J¼•• ir# ,fa,¼kL'l:tt 1@@1>1 twt §f;ffi;\\, ht(*~ EMERGENCY CONTACTS TRUl'lSLE, STUART 24651 BUCl<Sl<IN LAGUNA BEACH, CA j TRU"BLE, MICHAEL ~! 92656 · MAILING KENNEDY PIPELINE ~ ADDRESS 61 ARGONAUT ' LAGUNA BEACH, CA :~1;:;~~;:.;:r10 ··.~: :@;;6*:<;:•t-:1· CORP. OFFICER 714-380-836 CORP. OFFIC 714-768-8400 92656 •-'"' ,.,.,., .. •-.,_ . _,. --......... ,, __ ...;;,,~-~":!,tJ,~.,~r:::::::::::,..-:, LICENSE MUST BE POSTED ON BUSINESS PREHISES. NOTIFY BUSINESS LICENSE OFFICE IF YOU CHANGE LOCATION OR CEASE OPERATION. LICENSE RESTRICTION: NONE FEE-SCHEDULE PC60 SUBJECT TO REVOCATION BY THE CITY COUNCIL OF CARLSBA PC Ill 'JiW!<iii!i¥ bf ,WMf· '"" Wffl, #J£ +#@t@' IJI ~*= I ..4 OPTIONAL ESCROW AGREEMENT FOR SURE1Y DEPOSITS IN LIEU OF RETENTION 29 This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called ncity1' and _________________________ whose address is ------------------------------here in a ft er called "Contractor" and --~ -----------------whose address is ---------------------------________________ here in a ft er called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the public works contract entered into between the City and Contractor for ____________ in the amount of ____________ dated __________ _ (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of City of Carlsbad and shall designate the Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal to the cash amount of all cumulative retention under the terms of the Contract. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. Alternatively, the City may make payments directly to Escrow Agent in the amount of retention for the benefit· of the City until such time as the escrow created hereunder is terminated . 12/18/91 Rev. 4. 30 Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment tE~nns shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the City of the default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all monies and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth in Sections 6 thru 8 and 10 . 12/18/91 Rev. 0. 31 The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ------------------- Name _________________ _ Signature ________________ _ Address ----------------- For Contractor: Title ------------------- Name ------------------ Signature ________________ _ Address ----------------- For Escrow Agent: Title ------------------- Name ------------------ Signature ________________ _ Address ----------------- 12/18/91 Rev. 32 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title _________________ _ Name. _________________ _ Signature. _______________ _ Address. ________________ _ For Contractor: Title _________________ _ Name _________________ _ Signature. _______________ _ Address. ________________ _ For Escrow Agent: Title. _________________ _ Name ·------------------ Signature. _______________ _ Address ________________ _ 12/18/91 Rev. 33 RELEASE FORM THIS FOR.IV! SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ ____________ _ DISPUTED CLAIMS DESCfUPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signinis below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By:-------------- Title: ---------------- By:-------------- Title: ---------------- 12/18/91 Rev. 1-1 TI~RMS To Section 1-1, add: SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLlC WORKS CONSTRUCTION A. Reference to Drawings: 34 Where words "shown," "indicated/' "detailed," "noted," "scheduled,1' or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless, stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer/' unless stated otherwise . C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptance," or words of similar import are used, it shall be understood that the approval, · acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation . 12/18/91 Rev. 35 1-2 DEFINITTONS Modify Section 1-2 as follows: Agency -the Housing and Redevelopment Agency or City of Carlsbad as appropriate Engineer -the City Engineer for the City of Carlsbad or his approved representative Project Manager -the City Engineer for the City of Carlsbad or his approved representative 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. 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 contractor on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by the Contractor during the course of this project. Both bonds shall extend in full force and effect and be retained by the City for a period of one (1) year from the date of formal acceptance of the project by the City. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of rnsurance of the State of California. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designated "SSP\,VC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract . 12/18/91 Rev. 36 The Constiuction Plans consist of six (6) sheet(s) designated as City of Carlsbad Drawing No. 321-5. The standard drawings utilized for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: The Contractor shall submit four ( 4) blueline or photocopied shop drawings for any item requiring custom fabrication. The Contractor shall schedule construction activities in such a way to allow the City a period of up the thirty (30) days in which to review the first complete submittal of the shop drawings. If the City requires the Contractor to resubmit corrections to the initial complete set of shop drawings, the City may take an additional fifteen (15) days in which to review them. The Contractor shall receive no extension to the contract completion date if the City completes its review of the shop drawings and returns them to the Contractor within the proscribed thirty (30) or fifteen (15) day review periods. To Section 2-5.4, Manufacturers' Submittals, add new section: The Contractor shall submit four ( 4) copies of the product brochures and catalogue sheets for manufactured items. The manufacturer's product information shall be sufficiently detailed as to allow the City to determine its suitability for the intended application and equivalence to the make and model specified in the Contract Documents. The Engineer shall in all cases be the judge of whether the submitted item is functionally and aesthetically equal to the specified item. For bulk materials, the Contractor shall provide the location of the supply site and test reports to demonstrate the material's conformance to SSPWC requirements. The source of supply of any hulk material shall be approved by the Engineer prior to delivery to the jobsite. If, during the course of construction, the Engineer determines that the source of supply does not furnish material of uniformly acceptable quality, the Contractor shall supply material from an alternative approved source. To Section 2-5, add: 2-5.5 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, all other work not visible at surface grade. Prints for this purpose may be obtained from the City. This set of drawings shall be kept on the job to be used as a record set and shall be delivered to the Engineer upon completion of the work. 12/18/91 Rev. 37 To Subsection 2-6, Work to Be Done, add: The work to be done shall consist of furnishing all labor, equipment and materials, and perfonning-all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. The Contractor shall perform all work indicated on the plans. Payment shall be by the schedule of unit and lump sum bid prices only; even if an item of work on the plans does not have a matching pay item. To Section 2-6, Existing Conditions, add: Bidders shall be expected to visit the site prior to submitting a bid, and the action of submitting such bid shall be accepted as an indication that the site has been visited and that the bidder is aware of the existing conditions and site constraints. The bid shall reflect the cost for performing all work shown in the plans and specifications. To Section 2-9, Surveying, revise as follows: Modify the first paragraph of Section 2-9.1, Permanent Survey Markers to read: The Contractor shall take necessary measures to ensure the preservation of survey monuments and bench marks. The Contractor shall not disturb permanent survey monuments or bench markers without the consent of the Engineer, and shall bear the expense of replacing any that are disturbed, including the costs related to filing of a record of survey with the County Surveyor. Replacement shall be done by or under the direction of a licensed land surveyor or registered civil engineer in accordance with Section 8771 of the California Business and Professions Code (Professional Land Surveyors Act). Delete Section 2-9.3, Survey Service and replace as follows: The Contractor shall employ a licensed land surveyor or registered civil engineer to perform and be responsible for the accuracy of all surveying necessary for this project. This includes setting control, construction staking, and records research. The cost of surveying services shall be included within the prices paid for appropriate items of work. No separate payment ~ill be made for this work. Add the following to Section 2-9.5, Line and Grade: Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storm drains, and structures ( 4 corners minimum). Rough grades set as required to satisfy cut or fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line base grade of streets as required by Engineer . 12/18/91 Rev. 38 Contractor shall provide Engineer with two (2) copies of survey cut sheets prior to commencing construction of surveyed item. 3-5 DISPUTED WORK To Section 3-5; Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS § 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2 . (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public worklf does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. § 20104.2. Claims; requirements For any cllaim subject to this article, the following requirements apply: 12/18/91 Rev. 39 (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or s11persede notice requirements otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, w:lthin 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) [f additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 ( commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his 12/18/91 Rev. 40 or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference. § 20104.4 .. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non.bin.ding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration . (2) ][n addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. § 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitration award or judgment (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. § 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991 and Jan. 1, 1994 (a) This article shall remain in effect only until January 1, 1994, and as of that date is repealed, unless a later enacted statute, which is enacted before January 1, 1994, deletes or extends that date . 12/18/91 Rev. 41 (b) As stated in subdivision (c) of Section 20104, any contract entered into between January 1, 1991, and January 1, 1994, which is subject to this article shall incorporate this article. To that end, these contracts shall be subject to this article even if this article is repealed pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.4, Test of Materials, add: The Contractor shall deliver material samples to the Inspector, and shall notify the Inspector at least 48 hours in advance of any required field tests. The City shall schedule and obtain field and laboratory tests as it requires. These tests include, but are not limited to, soil, aggregate base, and asphalt field compaction tests; concrete compressive strength, and agricultural testing for plant top soil. The City shall pay for all conforming tests. The Contractor shall reimburse the City for the cost of repeated tests that fail to meet the quality or performance standard specified by the contract documents. To Section 4-2, Project Warranty, add: The Contractor shall warrant all work against defects in materials and workmanship for a period of one (1) year after project acceptance by the City. This warranty shall be in addition to any concurrent warranties required from manufacturers or subcontractor. To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. The Engineer shall have free access to any or all parts of work at any time. Contractor shall furnish Engineer with such information as may be necessary to keep her/him fully inforn1ed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected . 12/18/91 Rev. 42 All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 4-1.9 Not1lconforming Work The c:ontractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconfonning work shall be borne by the Contractor. 5-7 GENERAL Utilities fo:r the purpose of these specifications shall be considered as including, but not limited to, pipe line, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individually solely for their own use or for use of their tenants, and storm drains, sanitary sewer, and streetlighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the plans all utilities which exist within the limits of the work. However, the accuracy or completeness of the utilities indicated on the plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to deterrnine the exact location and elevation of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of mater.la!, age and condition of existing utilities and their appurtenances and service conne:::tions which may be affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incon~ectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owner of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alternation of utilities, including service connections, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the plans, it will be solely the City's option to extend the completion date . 12/18/91 Rev. 43 In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all utility lines shall be included in the price bid for various items of work and no additional payment will be made. All fees, work orders and charges associated with work and inspection to be done by the utility companies will be paid by the City of Carlsbad. It is the Contractor's responsibility to coordinate and provide for the disconnection of all utility service lines and to investigate and verify that those lines have been properly disconnected when necessary for the project construction. The Contractor is advised that all necessary coordination required by the serving utility shall be included within the appropriat1= items of bid and no additional compensation will be allowed therefore. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor for approval per the requirements of this Section at the time of the preconstruction conference. No changes shall be made to the construction schedule without the prior written approval of the Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. It is the responsibility of the Contractor to know the time required for various manufacturers to deliver their respective products or materials. The Contractor shall order products and materials sufficiently ahead of time so that they will be on site by the scheduled installation date. The Contractor will not be allowed extensions on the project schedule due to delays caused by his/her failure to order products or materials in a timely manner. A construction schedule is to be submitted by the Contractor per the following: a. The Contractor is required to prepare in advance and submit at the time of the project pre-construction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. b. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration . 12/18/91 Rev. c . 44 The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. d. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. e. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule(s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 6-7 11[ME OF COMPLETION The Contractor shall begin work within 14 calendar days after receipt of the 11Notice to Proceed" and shall diligently prosecute the work to completion within 60 consecutive working days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work -All work shall normally be performed between the hours of 7:00 a.m. and 4:00 p.m., from Mondays through Fridays. The Contractor shall not work outside these hours without the approval of the Engineer. To accommodate afternoon peak traffic flows, work in the northbound lanes of El Camino Real shall finish by 3:30 p.m. each day. To accommodate the morning peak, work in the southbound lanes of El Camino Real shall not start before 8:30 a.m. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least forty-eight ( 48) hours prior to such work and the Contractor shall pay the overtime differential of the inspection costs. 6-8 COMPLETION AND ACCEPTANCE Add the fol.lowing: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion11 and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor, at his expense . 12/18/91 Rev. 6-9 UQUIDATED DAMAGES Modify this section as follows: 45 If the completion date is not met, the contractor will be assessed the sum of $200 per day for each clay beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. Liquidated damages may be withheld from the Contractor)s progress payment of retention money at the discretion of the City. SECT[ON 7 -RESPONSIBILffiES OF THE CONTRACTOR Modify the first sentence to read: The Agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract. The Contractor shall submit a truck haul route for approval by the City Engineer. The Contractor shall not begin wor:k until all permits incidental to the work are obtained. 7-3 LIABILTTY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are authorized to conduct business in the State of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 1NORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that that are authorized to conduct business in the State of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on City property, in streets, highways (except State highway right-of-way), railways or other rights-of-way . 12/18/91 Rev. 46 Add the fellowing: Contractor shall secure and pay for all County or State permits, fees, and licenses necessary for proper execution and completion of work and as applicable at time of receipt of bids. Contractor shall not begin work until all permits incidental to the work are obtained. Contractor shall obtain approval for haul routes. Haul route approvals shall be issued by the Agency. Contractor shall obtain Agency approval for traffic control plans for asphalt overlay, pavement grinding, and traffic signal repairs. Cost for plan preparation shall be included in the unit cost or lump sum cost for asphalt overlay, pavement grinding, and traffic signal repairs. 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working days at the City's request. To Section 7-8.5, add: The Contractor shall obtain a construction meter for water used in performing this contract. The Contractor shall pay the standard charge for a construction meter at the City Finance Department and include its cost within the bid price. No separate payment will be made. To Section 7-8, add: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add the following: Contractor shall, prior to site work, send written notices to property owners whose property might be affected, notifying the extent of Work insofar as it affects their property. Also send notices to utility companies and government operated utilities . 12/18/91 Rev. 47 Splicing of signal detector loops shall not be allowed. If loops are damaged, the entire loop shall be replaced by the Contractor. The Engineer shall be notified forty-eight ( 48) hours in advance of any potential loop damaging activities. New traffic signal loop installation and replacement of loops damaged as a result of trenching, and pavement grinding operations shall both be paid for at the lump sum bid price for signal modification. 7-10 PUBLIC CONVENIENCE AND SAFE1Y To Section 7-10.1, Traffic and Access, add: Contractor shall obtain Agency approval for traffic control plans for asphalt overlay, pavement grinding, and traffic signal repairs. Cost for plan preparation shall be included in the unit cost or lump sum cost for asphalt overlay, pavement grinding, and traffic signal repairs. Contractor shall work within project limits as noted on the drawings and shall, other than trucks or equipment leaving or entering the site, do nothing to interfere with traffic flow on adjacent streets. The Contractor shall provide flagmen as may be necessary to facilitate trucks or other equipment leaving or entering the site. Barricading and traffic interruption shall be coordinated with the Agency. The Contractor shall provide barriers, guards, lights, signs and flagpersons, as required, advising the public of detours and construction. The Contractor shall provide a safe four ( 4) foot wide pedestrian walkway along the entire length of the construction area . The Contractor shall use signs, delineators, barricades, etc., as per the latest State of California "Manual of Traffic Controls for Construction and Maintenance Work Zones", and stamped with the owner's name. All barricades used at night shall be equipped with properly operating flashing lights. The Contractor shall not implement any construction detours or road closures. The Contractor shall notify the owner or occupant (if not owner occupied) of the closure of the driveways to be closed at least three (3) working days prior to the closure. The Contractor shall minimize the inconvenience and minimize the time period that the driveways will be closed. The Contractor shall fully explain to the owner/ occupant how long the work will take and when closure is to start. The Contractor shall maintain, whether shown on the plan or not, all existing traffic control signs or signals in their proper location on temporary mounting supports until permanent signs or signals are restored. In non-emergency situations, the Contractor shall backfill trenches and restore roadway for safe night traffic usage. No open trenches shall be allowed overnight unless prior approval is received from the Engineer. Steel plating or portable concrete barrier (K-rail) may be required when trenching cannot be secured overnight· by backfilling. uapen trench" signs shall be placed adjacent to any moving traffic lane at 100 feet intervals when excavation 12/18/91 Rev. 48 1s m progress. Contractor shall supply steel plating or K-rail where required by the Agency at open excavations. If parking must be restricted during construction, the Contractor shall post tow-away/no parking signs twenty-four (24) hours in advance after receiving approval from the Engineer. The signs shall contain days/hours information and be posted so as to be reasonably seen by the public. The Contractor shall assume sole and complete responsibility for the job site conditions during the course of the construction of this project including safety of all persons and property. This requirement shall apply continually and not be limited to normal working hours, and that the Contractor shall defend, indemnify, and hold the City and the Engineer harmless from any and all liability real or alleged, in connection with the performance of work on this project. Any deviations from the aforementioned traffic requirements or the approved traffic control plans shall be approved by the Engineer. The Contractor shall submit three (3) copies of any modified plan to the Agency for approval at least seventy-two (72) hours prior to construction needs. All costs for maintaining traffic shall be included in the lump sum price for traffic control in the bid proposal. The lump sum price bid shall include full compensation for furnishing all labor, :materials, tools and equipment and doing all work required for traffic control. These costs include all costs for traffic control devices which may be required by the City, setting up of detours, public convenience, and the handling of existing traffic control devices. 7-10.4 Public Safety To Section 7-10.4.1, Safety Orders, add: The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, and rebar. SECI10N 9 -MEASUREMENT AND PAYMENT 9-3 PAYMENT To Section 9-3.1, General, add: 12/18/91 Rev. 49 Concrete and base bulk materials delivered to the site shall be accompanied by a weigh master's certificate listing the weight or volume, and the mix design or SSPWC identification. Bulk material used on the job without correct weight/volume and material identification certificates will not be paid by the City. Modify Section 9-3.2, Partial and Final Payment as follows: Delete the second sentence of the third paragraph referring to reduction in the amount of retention . 12/18/91 Rev. 50 IL SUPPLEMENT AL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS THIS SECTION SHALL CONFORM TO PART 2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS: SECI1:0N 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS 200-1.1 General, add: Alternate !lock Material -Type S conforming to the provisions of Section 400 of the Standard Specifications may be used on the work. 200-2 UNTREATED BASE MATERIALS 200-2.1 General, modify as follows: Aggregate base shall be Class 2 per Section 26-1.02B of the Standard Specifications, January, 1988, State of California, Department of Transportation . SECfION 201 -CONCRETE. MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class, modify as follows: Portland cement concrete within the public right-of-way shall be 560-C-3250 with a maximum slump of four ( 4) inches using Type II cement, except as specified in Section 307, "Foundations." 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR-4000, C3-AR 4000, or Type III C3-AR 4000 for surface course paving (top 1-1/2" of AC thickness) and Type III B2 or B3-AR 4000' for base course paving (AC under top 1-1/2" of AC pavement). Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete "and from the Engineer's field laboratory." Last paragraph, add after D 2172: "method A or B." 12/18/91 Rev. 51 Modify Section 203-6.8, Miscellaneous Requirements, as follows: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work." Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grade asphalt shall be used for Type III asphaltic concrete. Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve shall be determined by washing the material through the sieve with water. No less than 1/2 of the material passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving." Add the foUowing paragraph: "Fine aggregate shall be tested for soundness in accordance with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM 02419 Test Method may be alternated for Test Method No. Calif. 217.'' Fourth paragraph, amend table to read: TYPE III ASPHALT CONCRETE CLASS B2 B3 SIEVE INDMDUAL MOVING INDMDUAL MOVING SIZES TEST RESULT AVERAGE TEST RESULT AVERAGE 1" (25 mm) 100 100 100 100 3/4''' (19 mm) 87-100 90-100 90-100 95-100 1/2''' (13 mm) 75-95 80-90 85-100 85-95 3/8" (10 mm) 50-80 60-75 60-84 65-80 No.4 30-60 40-55 40-60 45-60 No.8 22-44 No. 30 8-26 27-40 24-50 30-45 12-22 11-29 15-25 No. 22 1-8 3-6 1-9 3-7 Asphalt% 4.6-6.0 4.6-6.0 12/18/91 Rev. 52 Also, in Table "Type III Asphalt Concrete," change percent passing sieves as follows: Class D -Change% Passing No. 200 to 5-12 Add the following: "Table of Sand Equivalent and Cleanness Values" and modify the sand equivalent value in the first paragraph and in the table of requirements in Section 400-4.3 to the values as noted in this added table." Table of Sand Equivalent and Cleanness Values Mix Size D C B Sand Equivalent (Min.) 45 Individual 50 Moving Average 50 Individual 50 Individual After 1the last paragraph, add the following: Cleanness Value (Min.) 55 Individual 60 Moving Average 60 Individual 60 Individual The a:ggregate from each separate bin for asphalt concrete, Type III, except for the bin containing the fine material shall have a Cleanness Value as noted in the added "Table of Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. 227, modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each bin and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loading of the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate bin contains material which will pass the maximum size specified and be retained on a 3/8 inch sieve, the test specimen weight and volume of wash water specified for one inch by No. 4 aggregate size will be used. Samples w:lll be obtained from the weight box area during or immediately after discharge from each bin of the matching plant or immediately prior to mixing with asphalt in the case of continuous mixers . 12/18/91 Rev. 53 The Cleanness Value of the test sample from each of the bins will be separately computed and reported. Modify Section 400-4.4, Storing , Drying and Screening Aggregates, as follows: After fifth paragraph, add: 'When the Contractor adds supplemental fine aggregate, each such supplemental fine aggregate used shall be stored separately and kept thoroughly dry." 210-1 PAINT Paint for striping shall be white or yellow as shown on the plans. SECT:[ON 211 SOILS AND AGGREGATE TESfS 211-2 COMPACTION TESfS 211-2.3 Relative Compaction, add: Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by non-compliance with the specifications shall be borne by the Contractor . The Contractor shall give forty-eight ( 48) hours advance notice to the Engineer prior to commencement of work requiring soil testing . 12/18/91 Rev. 54 III. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS THIS SECTION SHALL CONFORM TO PART 3 OF THE SSPWC WITH THE FOLLOWING CHM:GES AND ADDITIONS: SECTION :mo EARTHWORK 300-1.1 Clearing and Grubbing Clearing and grubbing shall include demolition, removal, relocation or salvage work not specifically identified by a separate bid item but shown on the plans or required for completion of the bid items included in the contract. 300-1 .4 Payment, add: Payment for all work required by Section 300-1 of the specifications and these Special Provisions shall be included in the lump sum price bid for clearing and grubbing, and no additional compensation will be allowed. 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General, add: Unclassified excavation shall also include salvaging clean material and selectively using it as fill elsewhere on the job site. Such unclassified fill shall be made to the grades established on the plans and as directed by the Inspector. No separate payment for unclassified fill will be made. 300-5 CONCRETE CURB, CURB AND GUTTER, SIDEWALK, DRIVEWAY, GUTTER, CROSS GUTTER, AND PEDESTRIAN ACCESS RAMPS Concrete ii:ems, as listed above, shall be constructed in accordance with Section 303-5 of the Standard Specifications, referenced Standard Plans, and as described herein. Slab thickness and curb heights shall be as shown on the plans and applicable Standard Plans. SECTlON 301 TREATED SOILS. SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 Subgrade Preparation 301-1.2 Preparation of Subgrade, modify as follows: 12/18/91 Rev. 55 Scarifying, cultivating and recompaction of subgrade materials shall be required to a minimum depth of twelve (12) inches below finished grade. 301-1.3 Relative Compaction, modify as follows: All subgrade materials within twelve (12) inches of finished grade shall be compacted to a relative compaction of 95 percent. SECTION 302 ROADWAY SURFACING 302-S AsJ>halt Concrete Pavement 302-5.3 Prime Coat, add: A prime coat shall not be required. 302-5.4 Tack Coat Tack coat shall be applied to all asphalt concrete and concrete surfaces to be joined by new asphalt concrete pavement. The rate of application shall be as designated in Section 302- 5.4 of the Standard Specifications. Care should be taken to prevent tracking the tack coat on finished concrete surfaces . Payment for tack coat shall be included in the contract bid price per ton for asphalt concrete roadway pavement, and no additional payment shall be allowed therefor. 302-5.6 Rolling 302-5.6.1 General, add: Vibrating rollers shall be limited to breakdown, unless otherwise approved by the Engineer. A pneumatic-tired roller shall follow initial breakdown rolling and be followed by a steel wheel finish roller. 302-8 Seal Coat for Miscellaneous Areas 302-8.2 Application 302-8.2.1 General, add: All new asphalt concrete pavement within the project limits shall receive a seal coat in conformance with these specifications unless otherwise specified . 12/18/91 Rev. 56 Adjusting to Grade or Relocating Water Meter Boxes, Valves and Covers The Contractor shall adjust all water meter boxes, valves and covers to grade as shown on the plans or encountered within construction areas to utility district standards. Valve boxes within the street section shall be adjusted to grade after paving by placing a six inch thick concrete ring on compacted backfill with 1-1/2 inches of asphalt concrete pavement around the valve box. Minor adjustments to grade of existing water meter boxes in parkway areas shall be done prior to construction of parkway improvements. Should the new finished surface elevation be such that relocations of the meter is necessary or if the plans show to relocate the water meter, the Contractor shall make the necessary relocation. Water meters and valves shall remain accessible at all times. Any broken meter boxes shall be replaced by new boxes supplied by the Contractor and approved by the City Engineer. Payment for adjustment of existing water boxes, valves and covers to grade shall be at the contract unit price per each. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing . all the work involved in adjusting valve covers and relocating or adjusting existing water meters and/ or meter boxes and covers to the grade of the finished pavement or finished surface, and for furnishing new meter boxes if necessary, shall be included in the contract unit price and no additional compensation will be allowed therefor . 303-5.5.2 Curb The last sentence of the second paragraph of Section 303-5.5.2 of the Standard Specifications shall be modified as follows: The name of the Contractor and the year in which the improvement is constructed shall not be stamped in the completed work. 303-5.9 Measurement and Payment Payment for concrete curb and gutter shall be at the contract unit price per linear foot, including transition sections where the curb face varies such as curb cuts and pedestrian ramps. Payment for concrete sidewalks shall be at the contract unit price per square foot. Measurements for sidewalk pay quantities will be taken from the back of curb to the back of walk and between the limits of driveways. Payment for pedestrian access ramps shall be at the contract unit price per each with a separate payment for the depressed curb and gutter . 12/18/91 Rev. 57 Payment for tack coat shall be included in the contract bid price per ton for asphalt concrete roadway pavement, and no additional payment shall be allowed therefor. 307 STREET LIGHTING AND TRAFFIC SIGNALS Descrlption Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, "Signals and Lighting", of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated January 1988, and these special provisions. Traffic signal work is to be performed at the following location: EL CAMINO REAL AND TAMARACK A VENUE 12/18/91 Rev. 58 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36"), shall be combined into one drawing so that when the cabinet door is open the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include, but need not be limited to, the following items: As-Builts (a) Specifications (b) Design characteristics (c) General operation theory ( d) Function of all controls (e) Trouble-shooting procedure (diagnostic routine) CO Block circuit diagram (g) Geographical layout of components Ch) Schematic diagrams (i) List of replaceable component parts with stock numbers "As-Built" construction plans shall be provided to the City of Carlsbad within five (5) working days after completion of the project. Two (2) copies shall be provided with changes shown in a contrasting color to the original contract work. Details to be shown on the as-built plans shall include, but not limited to, location, type and installed depth of conduit runs, location of pull boxes, location of foundations, location and depth of underground utilities encountered during the course of work, changes made to signal and lighting poles, and any changes made to traffic signal equipment. As-built plans shall be signed and dated by the Perrnittee and by the Foreman of the crew that actually constructed the facility. In addition, employer or company names shall be shown. Scheduling· of Work The Contractor may perform sub-surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within fifteen (15) calendar days after receipt of the "Notice to Proceed." All mastarm signal pole locations shall be potholed to determine possible utility conflicts, prior 1:0 ordering poles . 12/18/91 Rev. 59 Above ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within fifteen (15) days after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. Detector loops installation shall take place after asphalt pavement grinding and before 2" A.C. surface course. All striping, pavement markings, and signing shall be in place prior to signal tum on. Contractor shall contact San Diego Gas and Electric for existing power pole or pull-box relocation, if required, at the beginning of construction. All signal operations coordination should be made with the Engineer seventy-two (72) hours prior to construction. This includes all signal flash operations, blackouts, bagging of signal heads, and recall settings due to cutting of loops, signal modifications, and blocklng of lanes. Foundations Portland cement concrete used for traffic signal foundations shall conform to section 90-10, "Minor Concrete", of the CAL TRANS Standard Specifications and shall contain not less than 520 pounds of cement per cubic yard. 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. Conduit Conduit shall conform to the provis10ns of section 86-2.05 "Conduit" of the Caltrans Standard Specifications. Rigid metallic type conduit shall be used for runs that are jacked. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2.05C, 12/18/91 Rev. 60 "Installation," of the Standard Specifications, or a concrete-tight split coupling, or concrete- tight set screw coupling shall be used. Insulated bonding bushings will be required. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for siz.e hole required. Conduit across any street shall be installed by jacking. The Contractor shall not attempt to jack clear across El Camino Real; open a second jacking pit in the El Camino Real median. Conduit runs parallel to the street may be trenched. When abandoning an existing conduit in place, the Contractor shall remove all existing conductors. Pull Boxes Grour in bottom of pull boxes will not be required. Concrete and Wiring Conductors No. 8 AWG or larger, shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B". New emergency vehicle pre-emptor detector lead-in cable shall conform to the provisions of Section 86-2.08, "Conductors," of the Standard Specifications and theses special provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet foe characteristics of IPCEA-S-6I-402 or NEMA WC5, Section 7.4, 600V. Control Cable, 75 degrees C, Type B. Conductors shall be 3 No. 20-7x28 stranded. Conductor strands shall be individually tinned. Conductor insulation shall be a low-density polyethylene material having a minimum thickness of 25 mils. Conductors shall be color coded: I-yellow, I-blue, and I-orange. The cable shall have I No. 20-7x28 stranded, tinned, bare drain wire. The drain wire shall be placed between the insulated conductors and a shield . 12/18/91 Rev. 61 The shield shall be of tinned copper-brass or aluminum polyester tape with a nominal 20% overlap. The conductive surface of the shield shall be in contact with the drain wire. Capacitance measured between any conductor and the other two conductors and the shield shall not exceed 48 picofarads per foot when tested at 1000 hertz. The cable jacket shall be a black PVC material rated for 600 volts and 75 degree C and shall have an average minimum wall thickness of 45 mils. The finished outside diameter of the cable shall be between 0.28 and 0.30 of an inch. The cable jacket shall be marked with the manufacturers name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. All splices shall be made by the use of crimp type compression connectors and such splices shall be soldered. Splices shall be insulated by use of heat-shrink tubing. Type THWN insulation shall not be used in the work, except as required elsewhere in these Special Provisions. Heat-Shrink Tubing Heat-shrink tubing shall be dual wall, irradiated polyolefin tubing containing an adhesive inner wall. When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks. Each end of the heat-shrink tube or the: open end of the end cap of heat-shrink material shall, after contraction, overlap the conductor insulation at least 1-1/2 inches. All heat-shrink tubing shall also meet the following requirements: Shrinkage Ratio: Dielectic Strength: Resistivity: Tensile Strength: Operating Temperature: Water Absorption: 33 percent, maximum, of supplied diameter when heated to 125 degrees C. and allowed to cool to 25 degrees C. 350 kilovolts per inch, minimum 1014 ohms per centimeter, minimum. 2,500 lbs. per square inch, minimum. -55 degrees C. to 135 degrees C. 0.5 percent, maximum . 12/18/91 Rev. 62 When three or more conductors are to be enclosed within a single splice using heat-shrink material, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink material. The mastic shall be the type recommended by the manufacturer of the heat-shrink material. Vehicle Signal Faces and Signal Heads Signal section housings shall be metal type. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. Plastic signal housings, backplates, visors, and optical units are not acceptable. The housing shall be cast aluminum and all non-programmed lenses shall be glass. Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or end terminal of the receptacle, with black insulation color-coded a follows: Red signal Yellow signal Green signal solid red insulation sold yellow insulation solid blue insulation These conductors shall, in turn, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw type terminals to terminate all field conductors and lamp conductors independently, with separate screws. The terminals to which field conductors are attached shall be permanently identified or conductors shall be color-coded to facilitate field wiring. Detectors Loop detector sensor units shall be rack mounted. Loop lead-in cable shall be Type "B". Loop wire shall be Type 1. The following Special Provisions shall apply: Slots cut in the pavement shall be washed clean, then blown-out and dried before installation of inductive loop detectors. The additional length of conductor for each loop shall be misted together into a pair before being placed in the slot and conduit to the termination pull box. Type lA loop wire shall be twisted at least 2 turns per foot and Type 2 loop wire shall be twisted at least 1.5 turns per foot . 12/18/91 Rev. 63 Splices in loop detector circuits shall be insulated with heat-shrink tubing. The heat-shrink material shall be contracted enough so that the entrance of water will not be pennitted. Residue resulting from slot cutting operations shall not be pennitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. Slots shall be filled with asphaltic sealant or hot-melt rubberized asphalt sealant. Slots :ln asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions in Section 39-4.02, "Prime Coat and Paint Binder", of the Standard Specifications. Temperature of sealant material during installation shall be about 70 degrees F. Air temperature during installation shall be above 50 degrees F. Sealant placed in the slots shall be compacted by use of an 8-inch diameter by 1/8-inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be 1-inch. Excess sealant remaining after rolling shall not be reused. On completion of rolling, traffic will be pennitted to travel over the sealant. The Contractor shall test the detectors with a motorcycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 100 Kg. Special features, components or vehicles designed to activate the detector will not be pennitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than '7 miles per hour. Luminaries Cutoff luminaries are required. Glare shields are not required on semi-cutoff or full cutoff luminaries. Ballasts shall be the lag regulator type. Luminaries shall be General Electric M-400 A cutoff power/ door units or approved equal . 12/18/91 Rev. 64 Removing, Reinstalling or Salvaging Electrical Equipment Removed electrical materials, poles, mast arms, etc. shall be disposed of by the Contractor. Salvaged electrical materials, poles, fixtures, etc. shall be hauled to a location designated by the City of Carlsbad. The Contractor shall provide equipment, as necessary, to safely unload the material. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged, and no additional compensation will be allowed therefor. Payment Lump sum price for signals and intersection lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January 1988. SIGNING AND STRIPING Remove Traffic Stripes and Pavement Markings Remove traffic stripes and pavement markings as shown on the plans and designated by the Engineer . Sand blast or grinding shall be used for the removal of painted traffic stripes and pavement markings and for removal of objectionable material. Such removal operation when being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Nothing in these special provisions shall relieve the contractor from his responsibilities as provided in Section 7-1.09, "Public Safety'', of the Standard Specifications. Remove Roadside Signs Existing roadside signs, at locations shown on the plans to be removed, shall be salvaged and delivered to the City sign shop at 405 Oak Avenue. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless othenrVise directed by the Engineer . 12/18/91 Rev. 65 Relocate Roadside Signs Existing roadside signs to be relocated shall be installed at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. Roadside Signs New roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the details shown on the plans and the provisions in Sec:tion 56-2, "Roadside Signs", of the Standard Specifications. Install Roadside Sign Panels Roadside sign panels shall be installed on new posts and on new traffic signal standard mast arm at the locations shown on the plans or where directed by the Engineer and in the conformance with the provisions in Section 56-2.04, "Sign Panel Installation", of the Standard Specifications and these special provisions. New posts shall be 1-3/ 4" telspar installed in telspar sleeve per City requirements. Paint Traffic Stripes and Pavement Markings This work shall consist of painting traffic stripes, including applying glass spheres, at the locations shown on the plans or designated by the Engineer, in conformance with Section 84-1, "Traffic Stripes and Pavement Markings," of the Standard Specifications. Thermoplastic shall not be used. Protection Newly painted traffic stripes and pavement markings shall be protected from damage by public traffic or other causes until the paint is thoroughly dry. Pavement Markers Pavement markers shall conform to the provisions in Section 85, "Pavement Markers", of the Standard Specifications and these special provisions. Payment The "Lump Sum" contract bid prices paid for traffic signing, stnpmg, markings, and pavement markers shown shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in connection with 12/18/91 Rev. 66 the traffic plans, including, but not limited to, excavation and backfill, and covering, relocating, removing, and disposing of and salvaging the traffic control devices and equipment, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer . 12/18/91 Rev. APPENDIX A STANDARD DRAWINGS 67 The following Standard Drawings are included: SAN DIEGO REGIONAL STANDARD DRAWINGS D-2 D-11 D-12 D-60 D-61 D-63 G-2 G-7 G-9 G-10 G-11 G-24 G-25 E-1 E-2 E-33 M-15 M-19 Curb Inlet -Type B Inlets and Cleanouts Notes and Details Curb Inlet Opening Pipe Bedding and Trench Backfill for Storm Drains Rounded Pipe Ends in Drainage Structures Concrete LUG Curb and Gutter, Combined Sidewalk -Typical Sections Sidewalk Joint Locations Concrete Joint Details Portland Cement Concrete Curb, Gutter, Sidewalk and Pavement Removal and Replacement Trench Resurfacing Types A & B Trench Resurfacing Types C & D Street Lighting Standards Grounding of Concrete Lighting Standards Pedestal for Electrical Equipment Joint Trench Utilities Location Fire Hydrant Markers CALIFORNIA DEPARTMENT OF TRANSPORTATION NS-B A20-A A20-B A20-C A24-B A24-D A74-A T-11 S43-B ES-lA ES-lB ES-3A ES-3B ES-3C ES-3D Wheelchair Ramp Detail No. 1 Pavement Markers and Traffic Lines -Typical Details Pavement Markers and Traffic Lines -Typical Details Pavement Markers and Traffic Lines -Typical Details Pavement Markings, Arrows and Symbols Pavement Markings, Words and Crosswalks Markers and Delineators Traffic Control System for Lane Closure on Multi-Lane Conventional Highways Roadside Signs, Steel Posts, Typical Installation Details Signal and Lighting Details, Symbols and Abbreviations Signal and Lighting Details, Symbols and Abbreviations Signal and Lighting Details, Signal Heads and Mountings Signal and Lighting Details, Signal Heads and Mountings Signal and Lighting Details, Signal Heads and Mountings Signal and Lighting Details, Signal Heads and Mountings 12/18/91 Rev. ES-:3E ES-SA ES-SB ES-SC ES-6A ES-6RA ES-6S ES-6T ES-8 CITY OF CARLSBAD GS-19 GS-21 Signal and Lighting Details, Signal Heads and Mountings Signal and Lighting Details, Detectors Signal and Lighting Details, Detectors Signal and Lighting Details, Detectors 68 Signal and Lighting Details, Type 1 Standards and Push Button Posts Signal and Lighting Details, Case 5 Arm Loading Signal and Lighting Details, Details No. 1 Signal and Lighting Details, Details No. 2 Signal and Lighting Details, Pull Box Details Street Lighting Specs Pull Box for Traffic Signal and Street Lighting 12/18/91 Rev. Manhole fllffll I cowri• IWinv M-2 I I I I I # 4 n around opening Wing, whtrt octUn one or o SI IS ~B I ! i--+----, I I I I I L..-----.L.. ~4"radiua T I, ~ ~--· ,.. ~A PLAN L l.aflfth shown on pllN #4 Slope floor 12 : 1 towltdsoutllt T rl!ISition to normal curb height in 10 ft. an both sida unlm otherwise not1d S. natl 7 Edge of Gunar SECTION B-8 • I I 4• . O" SECTION C-C SECTION A-A NOTES: 1 . S. Stlndlnt Ol'Nffltl D-11 & D-12 fat additional nota 111d details. 2. Typa n dlli,,wlld • folio.: (no WIIIIJ~ IS, tone winv> 8-1, (two wi~ 8-2. 3. Exl!Olld ... of conc:r1t1 shall be rounded with • radius of 1/2H. 4. When V IXClldl 4' 111111 shall be installed. S. Sllndard Dmwinv D-11 far d1tli1L 5. Concntt gutttr to rnm:n adjacent guttlfl. 6. An •x!IIIISion joint shall b1 piacld at the ends of the inlet where the curtl is to adjoin. 7. Provide 1/4" tooted groovt in top slla in line with back of adjacent curb. 8. Surfaca of to11 slao shall bl sidlwllk finished to drain town str11t at • 110111 of 1/4 .. per foot. 9. Maintain 1 1/2" clur qiacing b1tw1111 11infan:inv and surflCI unlm ottllrwia noted. •tCO-IIOID 11' TMI SAIi DIHQ UG1<2IIAI. STA•IIAaOI Cll..n'II d4./ ~ &..{../ -'u. 1m c-;:;;.;-rc:t"iiilr a. DR"WING NU11118ER 0-2 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET • TYPE B LEGEND ON PlANS 15' Type 8· 1 inlat ~,s·l-.. Revision Bv Approvtd Nata 0.S R1f111nca '!'(.~. Ribar 7Jlt',,!l Oasn line ,. d!-t Oat• "1-79 ltJ•ft 5& 7·E8 X It--~ical reinforcing# 4@ 18" m$T • l horizontal reinforcing, see table. r BOX SECTION REINFORCEMENT MAXIMUM SPAN DEPTH X or Y V 3' -O" tn 4' · O" 1--=iis 11/'l' clearanca typical ~ T-2" Typical-! ~ TYPICAL BOX SECTION 4' · 1" to 7' • 0" 4'. O" 7' . , .. to 8' · O" 3' · 0" to 4' -0" 4' . , .. to 5' • O" 4'. 1" to 5' · 1" to 6' · 0" 8' · 0" 6'-1" to 8' · 0" 10" 3' · O" to 4' · O" 8' . 1" 4' · 1" to 5' · 0" to 14" 5' · 1" to 6' · 0" 12' · O" 6' . 1" to 8' · 0" 3' · O" to 4' -O" 4' · 1" to 5' · O" 12' · 1" s· . 1" to 6' . O" to 6' · 1" to 7' . 0" 16' · O" 3/4" 1 stetl bars, hot dipped galvanized 7' · 1" to 8' • O" 3' · O" to 4' -O" 4' · 1" to 5' · 0" 16' · 1" 5' • 1" to 6' · O" to STEP DETAIL 6'. 1" tn 7' · O" 20'. O" 7' · 1" to 8' · O" 3' • O" to 4' · O" 4' • 1" to 5' • 0" 20' · 1" 5' · 1" to 6' · O" to -6'. 1" to 7' · O" 24' · O" 7' • 1" to 8' · 0" Ni0TES 1. 1:oncnn1 shall be 560-t-3250 unlm otherwia notad. 2. .Reinforcing stetl shall comply with this drawing unless otherwise specified. 3. Reinforcing stetl shall ba int1ffllldi1t1 grade deforn.d bars conforming to latest ASTM specifications. 4. 13ends shall be in accordanct with latest ACI code. 5. i\4inimum splict length for 11inforcing shall be 30 diameters. 6. Floor shall hM I wood trowtl finish and, txCIPt where used as junction boxes, shall have a minimum :dope of 1 " per foot toward the outiet. · 7. Depth V is maaured from the top of the structure to the flowlin1 of the box. 8. Wall thicknea and 11infon:ing stnl required may ba decl'lmld in aa:ordanca with table above. 9. Wall thidcnm shall ba stepped on the outside of the box. 10. When the structure depth V txCllds 4', steps shall be ast into the wall at 15 inch inteMls from 15 .. abow floor to within 12 inches of top of structure. Where possible placa staps in wall without pipe opening, otherwise aver opening of smallest diameter. 11. Alttrnata step may be an approved stHl reinforctd polypropylene step. SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS THICK-HOR.& FLR. . NESS T REINF. 6'' I 4 lll 18 6" I 4 @ 12" 6" # 4 @ 8" 6" # 4 @ 18" 6" ' 4 @ 12" 6" , 4 @ 8' 6" ' 4 @ 6" 6" # 4 @I 15" 8" # 4 @ 12" 8" I# 4 @ 8" 8" # 4 @ 6" 6" # 4 @ 12" 8" # 4 @ 12" 8" ' 4 @ 8" 8" ' 4 ~ ti 8" # 5 @ 8" 8" IJ 4 @ 12" 10" # 4 @ 12" 10" # 4 @ 8" 10" ' 4 @ 6" 10" # 5 @I 8" 8" # 4 ii 12" 10" I# 4 @ 12" 10" # 4 @ 8" 10" ' 4 @ 6 .. 12" ' 5 @ 8" ~(COIIMEIIOED IY TME SAIi DIEGO ~EGIOIIAl ST AIIOUOS COMMITTEE a/Z../tl ~ .,,.."· 1"7$ C--.. R C.E. 1!19111 O,it DRAWING D 11 NUMBER • 3•• 3/8" .. 0 .... t> • Pnnlction 111r-.-.r 112• f Anchor bar • 3' a.c. max. 6" 3'" Radius -..--... a· NOTES: • I l .. I . . . ' I I . I I I • lit° Radius0 • • .o . ·:J,.1;~: .. •----....i.....J . . t• fSuooort bolt . . . . Ill It . . "' t. Faa •• .._I bl cat into fflUffllnr cmmnuaus for dll full lentut •L •. 2. AH .. , ... mt1II PINI to bl llot-di,ped pmniud lfflr floriation. 3. When c:urtl inltt o,eni119 hti1bt (HJ mlldl S-inmll 1 .. , sa protletion bar. H 4. lnmd additional bars at 3 112· d• SIIICint aicM fim bit wlllft o,eni119 txatdl tl". 5. Wtllft curtl inllt 011111ing lengt!I ul:lldl 8" instlll t• •st111 support bol11,. si,ICld at l'IG'C more man 5' o.c. -ICOfMIIIOIO rt TIit WI 011110 lltllCIHI. ST.IWIGMIOI CG-ffll Cl&./ tJ' 4.,,,/.,J' 4z.t:. lffl ,!;;"'..-. ~rt 11iaf a ... CR,i!iWING NUMBER 0-12 SAN OIEGO REGIONAL STANOARO DRAWING Rtvision CURB INLET OPENING fG I ! ! :i • .c .a a '! l! .s. 'a • i i ;i !! 112" I • By A11arowd Catt D..:,: .,. ,.,, 1lt. !J. ll•l't- 11(.S. /(J-{t.. i:a .:. • -a ! I ! a 'ii N = i 1 Q, ::::a .. • i !. a GD • Trench Width 0 -J:: ! ] a -a • = N s ,c -5 .91 :I -a a :!! .:: :I Pf119 0.0 • • t L 4" clannca (min) 1,. mu graded 1Wf19111. SECTION NIOTI:~; 1. F,:ir tlWIC!lint an imi,ravtd s1r1111 sa Stand•d Drawing G-24 or G .. 25 far 181rf1Cing d1tlil1. 2. (") indica• minimum flj1ti'ft camiiactian. •1co11•U10la n· THI SAIi OIIGD •IGIOHl STAIIOJl•DS CD-TTH c.£./,;" ~./ .,..u:. ,,.,~ C .... , , ... ,,,,. ~ r C 1110J O .. e DRAWING NUMBER D-60 SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS RIVISion Bv Aoorowd Dill 1H..~. ld·f1. -·---------------------------------------, Faa of dl'linaJI mucturt Fa of drainllJI nrucwra R BELL END SPIGOT ENO A • TilicaMa of piflll NOTE ,,_ rounded ll'la f'IIIV be built up of Clffllftt mom, ff poured in pilot widl tn1t drailllllJI strucrurt. CUT END Faa of drain191 nructurt A • lnsi~ dwnltlr af pipe IQ SAN DIEGO REGIONAL STANDARD DRAWING i!IC0 ... 1111111 11' !11( SAIi 0111111 UCIIOIW. STMO.UOI r:11-TTH ROUNDED PIPE ENDS IN DRAINAGE STRUCTURES Cl&/d ~ .z.:. 1n~ C-•.c.L•-a- ORAWING NUMBER 0-61 A L PLAN SKEWED CONNECTION \ , ,_ __ ,:::_T:~,--Rounded pipe ends, / see drawing D-61. I -.......... . .... ,,.~ .. #•·· . I I I I B I L I I _..J I I I I I ---------;----.J_ I I «:1 I f=L ___________ B ---+ I ,1 u I I ·----;-,•--· I I l I I I,·-, __ ..,. ________ _ PLAN . :•,,; .. ... . ,....... . ....... · .se 1.a,s o. ! ~ SECTION A-A NOTES 1. The end of connecting pipe shall not project into the waterway of tha larger pipe. 2. The larger pipe shall not be less than 24" 1.0. l The smaller pipe shall not ba more than 2/3 the size of the larger pipe. 4. Concrete shall be 470 • C · 2000. SECTION B-8 LEGEND ON PLANS Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING REC0MME!IOE0 SY THe SAN O!EGO REGIONAl STANOAROS COMIIIITTEE CONCRETE LUG att../,? ,I;;..£,_/ -:J:zc. 1'17:s Coa<ainllor R.C.E. 19801 Datt DRAWING NUMBER 0-63 ·~ ·• ,·• . . ... . ., ..• . · ... .I ... . · ···~.:· •:. :.: ~· ...... -•·· 1. l'IOTES: 1. Concn• shall be 520.C.25111. r Wnlttned Plana Joint -I --5 Cl fa -.:I - 1'" R w TYPE G & H CURB a = i = = 2. S.. Stand.a Drawing G-10 for joint details. ..•: ... •: ~-~- . ... :·.:· ·:· ~-... .I TYPE G H 1 1/r axcaot where elevations shown indicatt otherwise. 11r w • AREA SQ. FT. 24" 1.34 30" 1.61 • with 6'" Cum Faca LEGEND ON PlANS •lt0-IIIOID ,., :TN=l~S=All~O:,(:G:--OT-~---------------------r---...--,-----_J •1G10uL sruOAnos ca-nu SAN DIEGO REGIONAL STANDARD DRAWING Revision Bv Aoorovtd Date (!1/--~ ~,_.:.,..:"' .,-"· m~ Cane. 71t..e,.. ~ ,: ,., I•, JUW I((" ( :•i'wr o,lff ORAWIIIIG NUMBER G-2 CURB ANO GUTTER COM61NED varies Width as shown on plan 1/'1:' R Waklnld Pf1n1 Joint I I :·--------------....1 t I I I I I I I I .. .____.____ ' --------._._ ___ ~ NON-CONTIGUOUS Width • shown on plan 1/'r R 1/r R -1/4 .. per ft. ,---~ ........... . ... I :•~••--•~ I ,il1•[··:· :;::.:.......:::Jt...,_ ______ i _____ ....;.;____._ / !~;J" . .". a I / I ---- / I Wall1Md Pfane Joint ,_______ I I ; ---------J : t I I I ; I .______ I ----------J CONTIGUOUS NOTES 1. Concrt11 slllil bt 520-C-2500. 2. S. Stlndltd Orwwi119 G-10 for joint d1uils. SA.N DIEGO REGIONAL STANDARD DRAWING SIDEWALK -TYPICAL SECTIONS LEGENO ON PLANS . ·. ·::: ~- ~fCQIIIMfNOEO IT rwf SAM OtEG~ ~fGIONAl STAIIOA•os COIIMITTH Cl//../:?<_:._;: ~'-'!. /~ ~-~ C.E. ,31G1 J,tt DRAWING NUMBER G-7 llitid Poiutt ot Curll Rttum .. ··. . .:· ·:·:.:· . ...:· .. ·, :.:::·· •• • •.: •.··:· • •. • .: I::···.·.•·.· .. : ·.•:•.. •~:·· •. •. :·.·: _:. .: • • . : .. ·. : '" .. . .. .. . ·.• _:. .: ·.• · .. ·.· ..... · .. _: .•· .. : . :~ .. ::· ... : ·. : . . ., P.C.Fl. • ••.·•: ........ ·--tJ' .... .. "" .... . . . ....... .. . . :·.: NOTES 1. Expansion Joina ---•t curb rttums. adjaant ta stnictul'1S and at 45' intervals.. (S.. Stlnd.wd OnrM119 G•lot. 2. WIIUllld Pl.,. Joints-• mid paint of curb mum. wtltn rtQUirad, and IC 15' ill'CIIIWII from P.C.R.'s (S.. Standard Orawi119 G•lOl. 1 114• gn!IMI -with i/4H l'ldius edga at s· intlMlL R1Yi1~on B·t Approved Oat1 SAN DIEGO REGIONAL STANDARD DRAWING Nau 4 , ... m.~. SIDEWALK JOINT LOCATIONS •fCOlltMf-OfO IY r>•f ,AM Ol!CO •tGIOIIAl SUJIOUOS CUltMltT!! .tJZ../-',_ c--•c1 ,,ao1 ORAWING NUMBER G-9 ~ :·,•. Exlllftlion Joint filler tnltaial 1/8"' R ··,•-.. •: ... L-... ur tPMtneno t/4• (Slcllwak) EXPANSION JOINT flr'lfannai Joint fill« . -··: •. !~ '1 ··.: ... ••• ••• : ~ .. ~::;;_~--.. ·-· -··. -·~ .~.-::.-. -~ [-:~~: WEAKENED PLANE JOIN~ PAVEMENT ...• ·. ,. : .•:;,: ~-.. ~.1 ~-·.: .. KEYED JOINT 1/8 .. R ,·, .. ;.·.~ . .. ··.,\:.,:· # 4 lC 2T Bar lC 30" C.C. CONTACT JOINT 1/8 .. R ,. · . 111-•·· ......... . .•... ~.:: ·.~·•:~t ~:.:·-~: WEAKENED PLANE JOINT SIDEW~.!.K 1/r R .... .' . .. : .. • ._·.·.·.·•:: .... ~laialltllOID IT TIit SM 01110 UIIOH~ ff AIICIIA-Cllaan'H SAN DIEGO REGIONAL STANDARD DRAWING Rl'lision Bv Aoorowd Oatt Radius 0. $ 7. 7"! ORAVflNG ~UMIIER G-10 CONCRETE JOINT DETAILS Pvmt.miin. NotllS NC>TE Existing Sa, re Mark Arn to be removed /Existing Joint SIDEWALK PLAN Existing Scora Merk ~ u • Ane to be removed • 1/ Existing Joint SIDEWALK SECTION 30" Min. from existing joint or edga of curb Curb Line Gutter Line CURB PLAN Existing Joint or Edge _ 1 5' Min. from existing joint . . . u • rea to remove -""""' ••• =1 A bt d -~ or ~-of p-m,nt ~ Existing Joint or Edge ·-• a •1 n=· ;'._,-}; <Mio.) _.,. h~ . ' . '(•:r,~1 PAVEMENT SECTION Portland ctment concrate to be removed Remaining edge to be smooth and true with no shatter. . •. ·.~ ·. ~ .. · " .. : .•. . · .. •· .. '1111111 distance from, "Ara to b1 removed", to existing joint, edge or :ICOr• mark is Im than minimum shown, "Area to b1 removed" shall be extended to that joint, edge or scar• mark. SECTION Showing C4,t 01t1 SAN DIEGO REGIONAL STANDARD DRAWING PORTLAND CEMENT CONCRETE CURB, GUTTER. SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT ~ECQMMlllOED IY THE SAIi OIEGD ~EGIOIIAL ST AIIOA-OS CDIIIIITTH a&,./~ ,r..,,t._/ .,..LC, 1~?5 C--• ~C£. ISIGI o ... DRAWING NUMBER G-11 Base mattrinl • nott 2 12" min (typ.) feather to meet existing paving Existing A.C. and Base Baa material • not• 2 0 0 .. TYPE A TYPE B NOTES 1. Existing A.C. shall be cut and namoved in such a manner so as not to tur, bulge or dil!Jla adjlc•nt pMm•nt. Ed911 shall bl clean and vertical. All cuu shall be par.iUel or Pl1'1J91'1diCUlar to strwt cent1rlin1, when practical. 2. S.. mat1rial to be napllCld ta depth of existing bast. A.C. may bl substitutld for Ila 1111t1ri.t. l A taclt COit of 1111hlltic emulsion or paving asi,halt shall bt applied to existing A.C. at all contact surlacls, prior to resurfacing. 4. Aqrilaltic Concrttl Raurfacing: al Minimum tutl.l thicknllS shall be one inch greater than existing A'.C. bl A.C. shall be hot 11tant mix. clfinilh cau,. for Type B rmirfacing shall be laid down using a spreader box. 5. All A.C. rairflCimJ shall be sat caatld with an emulsified asi,halt and covered 'MUI and. Chi11 SlllimJ shall be applied as rwquired by Agency. 8. Type B not to be uad on lataral crossings. 7. Sloughing of tl"lftch under pawment shall bt cause for requiring additional pavement and bas.. 1'111 SAIi 01(60 •ICOltlltNIHD IY •IDION,U STMOAII SAN DIEGO REGIONAL STANOARO DRAWING RIVisian Bv Approvtd ORAWINIG NUMBEfl ,111 ca-TTH 1 "'1.c. /'11~ ,ia}"" ~ ... G-24 Overcut ~ 1'1.,. tJ. TRENCH RESURFACING TYPES A & B Date l.o•IZ -----------------------------------------., .s e : - 0 0 TYPE-C TYPE-0 GENERAL NOTES . ,. Exinint A.C. Sftllt be cut lf!d tlfflowd in such I fflll1ntr so • not to tllr, bulgl or disclllCI ldjaant paMIIMllt. Ea1J11 Sftllt be dlM and wnical. All c:u11 shall be PIRIIM or l)lf1lelldiculll ta stlNt Clft111rUM, --practical. Z. Sloughi,. of tr-..cll undlr pi¥111W1t shall be .caua for l'lquirinq additional IJIWffllftt and bm. NOTES TYPE-C 1. Concrwte shall be colond blaclt wh119 l'lqUind to mlldl existing pmtnfflt. Method to be S111Cifi1d by Agency. 2. Minimum canm11 tllicknm: Alltvl 111d loca 191idln1ial ar.t:-----5 indltl Mtjor SUll1I 111d hiigllMf 7 indltl Tllfldt ,_,rlacint in P.C.C. pawffllftt shall hn9 the abcM minimum dlicknm or match tnl existing concntt lflicknla plua one indl wttichtwf is gnaw. NOTES TYPE-0 1. A.C. slllll be hot past mix. 2. A taCt cmt of llllftlffic amullion ar pavintJ aqihllt sllajl be applied to tfll existing A.C. It all Cllft1Kt mt'flal Ind to me ponl111d concnta prior to piecing die naw A.C. l. A.C. raarflCint nil be _, comd with an emulsif1td aqihllt and arvtl9d with sand. Cbi, alin9 nil bl •t>t>lild a l'lqUind bv Aq,ney. SAN DIEGO REGIONAL STANDARD DRAWING TRENCH RESURFACING TYPES C & D i(C0-ND(0 1'1' TH( SAIi OIEGQ i(GlONAl STANOA•OS CCMMlrTU ae./:? &.,I../ .,.u:. m~ C-• C.L ,,_, O• ORAWING NUMBER Arm Length 8' max Curb Overhang 1' min~ Lumma1re r-~----~-----..... -,1 Pola Top Pole Top ~=--\IT: Mast Arm i----Light standard w C>IRECT BURIAL FOUNDATION POLE HEIG~ 25' t 2B' t 23' - IT 2' 2' O" -26' -6" MOUNTING HEIGHT 27' ± 1' 30' t 1' 26' -9" 30' -O" Revision Bv Approved Cate Tabl11 , 71( .8. 5-{J(; Undisturbed Earth S.lect S.nd, 95% minimum r1l1tivt compaction. 560 · C • 3250 P.C.C. Anchor baa square or round, add 1' to each dimension for loose soil or soft •: l_ 4 day conditions. ----------~-l ... .L..___• ___. ' LAMP SIZE (WATTS) 170 M.V. 100 H.P.S. 90 L.P.S. 400 M.V. 250 H.P.S. 180 LP.S. 70 H.P.S. 150 H.P.S. Finished Grade Anchor bolts must not protrude. \. I 2'. 6" -1 ANCHOR BASE FOUNDATION ,. .. • • Anchor Bolts (4 req.) 1 "x36"x4" hook, galvanized. Usa two leveling nuts with washers (all galv.) on each bolt SAN DIEGO REGIONAL STANDARD DRAWING AlCOMMl!IOlO IY TM( SAIi 01£GO AlGIONAl STANDARDS COIIIIITTH STREET LIGHTING STANDARD Cll,t../~ ~ .J-LC. l'rJ1 C4of••-A C.e 19801 0,11 DRAWING E-1 NUMBER 11 ~~-I 8 copper win groundtd to pole stN4 with lug STEEL CONDUIT DIRECT BURIAL FOUNDATION ·•· ·-.· .. ~.\ .. :•:.:• I I I I I I I # 8 copper wire grounded to poll steti with lug •;. : • I ·_'~ ..... ~ : .... .-: r:,~ STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION (D 314•• r copper aMfld met ground rod. (!) Altlmatl Ground: 15• no. 4 bare ltrlnded copperwn.coilld. Stlli Conduit (!) AIIPnMd llllft-ffllllllic conduit. © Stlll conduit. DETAIL A IIIClla•-0 ,., TMI SM QIIIO IHIOIIA&. STAM-C:0-ffll ORA~IIING NUMIIER E-2 SAN DIEGO REGIONAL STANDARD DRAWING Rl'lision Bv Approwd Oat• GROUNDING OF CONCRETE LIGHTING STANDARDS 1 ½" rnin. cover for bars and conduits. A Gialvaniz1!1i steel conduits. Size and number as required. 1/4" X :2" galvanized s1111t bar.s. 10" Diameter use Sonotube for smooth finish. { Class 1 ) Per1nissible to auger hoi11 and pour against soil. Rev11ion Bv Approved Date Coni:. It! '?H.B. 7 PLAN SECTION A-A STEEL & CONCRETE DIMENSIONS A NOTE: Concrtte shall be class :60-C-325O 1" galvanized steei conduit for sarvice ground (where required). ;--:, Panel Board .$ e .. N !__(~ .. i -11 I I I .... 11-----3/4" ll 8" copper covered steel ground rod. SECTION 8-B CONDUIT & EQUIPMENT SAN DIEGO REGIONAL STANDARD DRAWING ~ECQMMUIOEO IY THE s.AII OIEGO ~EGIOIIAl STA#OA~OS COMMITTEE PEDESTAL FOR ELECTRICAL EQUIPMENT cJ!k,../::? ,1-..,.::.._/ .:J-L,(;. i f'J'5' Cowd:ur•or ~ C.E lia0:1 O"tt ORAWING NUMBER Pn:,,_-ty P~erty Side Sid• ,. _j_ ...L • u • u . ,, . --.; -,. I . . I -I • ...L T . ... r't'PE A TYPE B TYPE C TYPE 0 Property Side NOTES: 1. 2. 3. 4. 5. 8. 7. 8. 9. 10. 11. RIVisio1~ N....,0..9 Pro,,wty Sid• L E C E N 0 CM G<la ~cln cs G<ls Ser-Ace p Prlm0ry Electric s Secondary Electric ES Electric: Service Multiple Electric ME (P, S or e:s In S4)acara) Concrete E:ncased SL Street Uqht (not series) u CATV mco TYPE F' All dim1niions 111 typical unless ath~rwis1 noted. Generally utilities are to b1 installed under the applicable specifications for th1 particular utility and the specifications of th1 owner Agency. Thi location of utilities as shown by th1 Standard Drawing shall in no waJ violate existing cedes or regulationi applicable to individual utilities. Installation of SIWII' and/or w1t1r utilities ar1 not permitted in the joint trench shown above. Minimum depth of g11 pipe may, subject to gas company inspectors approval. b1 reducad to 24" where n1cassa,y ta cl•• structure crossings. Depth and width of !1'1nch varies. CA TV main or trunk lint conduit required along all streets. except cul-de-sac streets less than 1 000' in llfl9dl which may bl samd by f11d1r lines only. CATV 1 1 IT" l11d1r conduit shall run across str11ts with each power service line and capped at edge of sidawlik. All CATV terminals and conduits shall be tarminated at generally acceptad locations and marked. A map snail b1 filed with the appropriata agancy showing th1 locations at th1 CATV system. In no case shall CATV conduits be placed within 1 T' of gas lines. Also conduits are not to ba placed directfy aver gas lines. CATV conduit may ba placed with the T£LCO conduit provided the TElCO minimum depth is held. MlN.COVER 30• 30• 4z• 30• 30" 24• 30• 24'" 24• SAN DIEGO REGIONAL STANDARD DRAWING AECCMMENOED av fHE SAN OIEGO REGIONAL STANCAAOS COMMITTEE JOINT TRENCH UTILITIES LOCATION ...;£.,,-;ya su-r-1,,, C~ttl'l'IM Ou1 DRAWING NUMBER M-15 _, __________________________ -, F,wy lac. I ~ I I I I I la al I I I I I I I , I Cl 1 I I I I ~ llarut ·T ... I I- I I I I I la I ~ I I I I I I I ~ I I I I I I ., DETAIL NOTES: STREET LOCATIONS I I I af _. __ _._ __ ._ +c. - • J • FREEWAY -;.;.OCATION i I r • .. + II i I I •I MAAKEAS -SNlt bl blut 2-..y stimsoniat liftjitt 88A8 or equal. ADHESIVE -NI ample amount of two Plft ( A&B I epoxy or tQUtl. SURFACES -C1un •d dry prior to installation 1111' manuf1en111r's IICOfflffllndltions. Install m.-i'.111 with rtflffliw sumca fll:int ancomint Vlftida and affslt 'l" from lant lina t1Mlrd tir1 hydllllt. 1. fffll ~t wiil pmide focation(I) for ail merbn in PRD's. C,1111.-all Loa Md 01Mf .,_ ouaida of Public RilJftt of Way. 2. ...... 111111t bl illlllllld at Iii ""' and rtloatld hydnna and --... ,.....,.. pn,jlCu. 1 For m1111 wittlout ,_ tina ar mwu with l'1itld pantMnt IIIUi.WI and no plimld ,_ li1111, install m•i'.111 8" !ram Cldftinl ,. ..... fflll'Ql'L LEGEND ON PlANS Matur • Fire Hydrant ? SAN DIEGO REGIONAL STANOARO DRAWING QC-IIOID 11' T>II SAIi OIIGQ IIIIIHIIIAI. ST-MIi CQ-"U %::, f~lf O,,ttlll. ~ C.l.C 1M Ila FIRE HYDRANT MARKERS DRAWING M 19 NUMBER - ., . 2 0 f~~ z 1.1.. . ~ . t .. "'· r <n j <. .. UJ! ~r-j.i .. 1--.i .... 1 .. , ;! ,-.. :s p· .; ii; c( • fi .. ' -1. -i:•,.z r 1i N8-B . rl ~: H .. ; ~; i.; ~o • I~ ... ..ff7 2 . 1 . ' j ·.J .. j • I I ~ I .... r~7 .. .... r·-p I ,.-r C ., .. .. 1~ u . !1 . ;¾ , .. .. ,: ¥• ;! -n-:. 1:J m r. ti ;• ,r i~ C , ;. I H ! 92 • < ·~: 2 i l 1-< z 0 j:: u "' fl) i. u! n j,: r .. 'I ! :: . j I ... ! 0 .. C : .! H -:J .I-• Ji l m· m= zl Q. I-• u! "' i fl) : i j ,. .. C, z ~ 0 a: C, <.? u z Q 1-u "' fl) al I = z :,.) MARKERS CENTERUNES (2 LANE HIGHWAYS) DETAIL t .. _ .. _,,_,_,r-.L...r....; C'.:J c:::::J c::::J OETAIL;;::_:;c2 __ _ -f ... ~~----e:s ... i -DET~,,...._ _____ ,....__ -o-c:S"'"a Q D -DET~ -:J,J)o ·• --'.) '.) ,'.) :::J -DETAIL 5 ------------)6 ---c==i :ETAIL ~ ______ ,. ______ _ .. ~, I 17--l •t--------------::] -DETAIL 7 ~-----•• ---·••---11---• ~ J -J C C -LEGEN> ::; MARKER DETAILS TYPI. A Vlllltle ......,•fleGUwe ._) TYPIE AY YtMow ......... eNKUwe ::S TYl't C --•-• :J n..-o Two-w•w Yetktw llenect1w• _J T'J ... Q Onrw•J Cle.-R•H-.cllwe :a TYN H o,. ..... , , ... o. "•n~u ... LINES ..,_, ... ,.., ,,,, ;====;;so.;-0 IT ~-.. :. . 't-----.../1 .. -...___, J -t-. -· ~~ ,,~_,:!, j ~ ~·. TYl"IAlTY"IAY 1•,1,. ---~ _,.-, c.,eri· ---. c=JJ. ;;~ L __ ___J __ J •· '#Nie 6' Y.UOw fYPl C • T'f Pl O a-Pt U 6 TYPE rt • Olr.ctkNI ot r,.,, .. NoSc:-NOTcS 1 ~ Proiect«J AIM Of Nn«:.tr'or• Face • I 00 Sa.i.we incn 2 '-'frk• .._HO :-..at ::M .;;tc:~.MI LANELiNES (MULTILANE HIGHWAYS) DETAIL 8 _., !::....:._--:r~:r~ OET AIL 9 .. -------------, ... _,.,,_ __ , ___ ,,._~.,...~ :J ~--DETAIL 10 ., ____ _ ... _.,___ •. __ ,.-1'.-~1-:J -----, :J DETAIL 11 ~---•r--------------------16-~--~~ OET~IL 12 .. ,---,,--t;--,--··--~ DETAIL 13 -----------••------------·•----=-------·•--J ----]I DETAIL 14 __ .. ___ .. ________ _ .... :-•I~ -, ~-.. ~ :J -) J-.., ..I ., '-' ---:J ,)0 _,.) .i --....J, EJOET: ~•-1 '----.J -.J '--- I .__ ______ _ ---,-··--· ,.,., __ ,_. __ , ,. -, .. --. :i,ct.u,. U o&lAL 11 ~T•&. U Ofif4&. U ~ ~.:._:~i__:._1_ ..,"'.! ~----:.::;...., \:3-b ·-t•· -~:•,..,;,,·;~••-..,. "t:;.s-1'(: :•t.t""-"'4(JII ' . .'~.~.,,;1,~,.. .... '----NO PASSING ZONES • ONE DIRECTION -• · o·-•·-6$. DETAIL 15 t -----<¥------c''•~•'•ll ~ OETAL 18 ~t ~ ~ lit -~,~-----1•--------••-----... __ .._ ·---•---;•-----:] c; 0: ::J ; ; C -!-DETAIL 17 'J ') ) c : '.) ·:J: :.;.')_;:it· ~ ,. ______ ,, __ _ DETAIL 18 -----· -~ -) DETAIL 111 ... =---! . :L ==========-==::. .J J l• -.. -l•------1•---------••-----·----... ~--•-~•?:-:----1-----=1 DETAIL 20 .J ; : : : ,J .J : , ; -Jl NO PASSING ZONES -TWO DIRECTION DETAIL 21 L -... cr--i• ,.--,_ D -1-• DETAIL 22 \· i._,, -J C : I -~2•---------:•-·------DETAIL 23 :J -: ;, -;:: G :: 1.. _.J:; = ~ :: :: ~: -=•-,TATE Jf Ci.L f0~"41A JtPARTl.lfkl Of TRANSPORTAT-:,-. PAVEMENT MARKERS AND TRAFFIC LINES -----< TYPICAL DETAILS I A20-A I ;, I\) 0 I • ~ LEFT EDGELINES (Divided Highway&) DE"T Al!.. 2, -... -1 -t=~:·:-,,, .. ;.,.1: DE"TAIL 25 DE"TAIL 251.. DEiAI~ 26 OITAll 27 _J ..... ,eage c· -:-, ...... ~ Wl1 II--, II ----4f---_, II B II~ ___ 2.:. ------2.:. --fo;• C' ......... ~ •ly fo~ Cl itve-e:; ..,., -----------J ii -------4t a £0~ C -,~cw• II-, _J -:1! a---· . ----•C -·--~------RIGHT EDGELINES --EOQf o: tra-...e:: !'' ( ;..::,, OETAI. 27A DETAIL 278 -~===::::::::::;;=::::::::=!+ ---blgt or~-:,,.., (P~C) LEGEND MARKERS C T'IP£•--C TYPE AY ,.....,_ ~ Cl 1W£c-...--LINES c::=:::; .. 'MYlt c::::=. 1.-0,. .... Cl TYPtOl_, __ Cl TYPEG~-o..-• TYPEH0---.Y---0,,.c.anoll,..... h(,~ MEDiAN iSLANOS ======================-' ======================· DETAIL 28 2 mrwn,n DETAIL 2ii ~====== ·-' -a C minrnu~ C 41!----C--' 1, 7 "!J C --. -----2:. -----~-24 ----1--::iooooocooooo;::_, _ •oooooooooooc• DETAIL 30 . 2 m,vnuc-00008 oc :::o 000 ::-, F ~~ ~"· ··1 ----------·------' _,,,,,.--~"' DETAIL 31 TWO-WAY LEFT TURN LANES <_~/·1 DETAIL 32 DETAIL 33 OETAI:... 34 c== ' __ .__! __ 1 -12 ---3€. ---· 12 ---c--Jt 1 C l 2 ~ =========~~~:.:• ,. • ---2.a ---------·-•-9f. --24 ·----2-2• 2-. '-,. ~~~~~~;~~=:§:===~~f==7~==~~~~~=;;: !f -, 1 .. ,e --,; --Jt -,;---le 1.:, 1;: --= _..1.--, _::::::::================================-' T C ;:: C C C; C C• ;:-9: "' .. ---24------·24----2-. --i• -2.:. -2-.. ooooooooooooaooooo•ocooccoococoooooco, C OOOC OC.<~C ~ '.::: ::::o _____ , --------16 ----12 ·-·--lt -It: · ·-'.~' ---1e --10 12: OOOC C OC-c"..· C'.::>OC C; 1---. -~--~:=::--~=: ___ :=:----~----.. :~---=· 9-: INTERSECTION TREATMENTS 1Q(J Minimum--100 M,n,mum -24 2, _ ..... _ 1!? ,, -1e 24 -c-r I r J l1 _.r IJ -~• DETAIL 34A 2.. ~~ (J a -----100 Minunum-_36 ~---35·---6 DETAIL 35 --8'1r...-e• .. -1~·1 --·· L ~QI c::J • c::: II t:::J • II -•· II II 11 --2,·--· --24 -----100 M,n,mum------f! j I 1; DETAIL 35A .. ---17-, ... -•._ c::J CJ CJ fGlli .. , y•: >'> ,;; .. •;; )')' ~~. ----100' Minimum --....J1J 16 ____.:;??-C ,e-If-~ · --· \ 00 Mm,mum --7 = = P{,· -12·---36----12·------100· M1nimum-----------,,.....----24 ---2• --IC C E I i' t==============~o ~ •c:::il'=•c:;-, -e~.-1-e·,-a. ------100· M1n1mum-----v--. c::::==========:::::ll:P CT3 19 ~ 1 ___ ,, _____ 5T4Tf Ol CAl#QRNIA 0£1'>.RTM(o(" 0" TFIM,.S•OAT>.7IO", c::)L, I! ! I PAVEMENT MARKERS AND TRAFFIC LINES j TYP~ALDETALS j j A20-B DETAIL 36-E.ut Ramp Neutral AIM (<ionl T,.,._. -----2•·~ r ,. ~ OI T--C-1 DETAIL 36A•En1r•nce Ramp Neutral Area (Goral Treatment --fo,o,e QI' T~ W9Y' 1~1 .S..0....l.T.\8/. 4r-------------~ --~ .... .:-. ..... l ,._,..I.~------~-----~=== ...L ~ ~~~ . _,.==-~ =--, : -l '-.. -2• -.---·--E-~T,---, wr, 18-noi Tl'~ A....,_..,.., OoDONIII S....::.-t:,.2!A DETAIL 37-uine Drop al Exit Rampl -----,0 ~-,2~1"11,,,.., .. .,n•• o . • ') .i;: e .. •ov•·} .,..-. .;·· > C\$ · ~ -~c · "'' : : -e:;. -: ~,. :· · --:;oo --·----30-----30 30 )O----o-J--d-2•-$e4t'Jew36 L--1·--3 ,I/hole ~n• DETAIL 37A •O-.J-12-J-O-,o ~eo.tollt JI .;_ ~ •I -l'\f'l"••t ~-N-----,O-L-• ___ .l ~-+-~----'--,-~· --1----' ---=c:::: ' . .Jv-· --10 ----0 -J -o --2 .t ---I· -· · -1° 'c -I OET All 31-Channellilng line -9·..,.....•'...;oe ~--2• f •• T-l nwo.q,r,_ DETAIL 38A•Channellzlng line ~ o· Nn11• 1..In• DETAIL 311-Blke lane line ~ ti" 'Nh11a Lin• DETAIL 39A•Blka Lana lntersac:con L .. ,a '"'ter~ec!1QI" -----iQ -----~ -~-----r::= --~:..... ....... \ o .Vn,:d 1.. .• 1e LANE LINE EXTENSIONS THRCUGHINTE~S~C~CNS DETAIL 40 ,2·---a·----T •-Nn,1,t L,ne DETAIL 40A T ,CHt A. ,•1.:;,n--,e:,eciivtt RECESS DETAIL FOR REFLECTIVE PAVEMENT MARKER -•·· ,, .. --• ~ L_:-.:_--<~ IICTIO• 1·1 -----JIU'\.ICnwt P.&v.....-T ,,.-IIIAMIIINIIICIN /• ~L ---, ONE·WAY TR4fflC --==L=e-. L+:=--~ TWO•WAY TRAFFIC T "tfltCfr,,t: ••YIMINf "'A.1111:llt., •IC(II d~~ ~-•' l : -'tff'l.tCTN't "'i-1fMf:NT i,fAlln(UII ia')fll Rt:Cl~ tdTALL..ATlOH ,=:_:j _, _ .. _ ........... .,,. -.... ..._ .... _ .. ·'.,-;:~ ·J ---~---"" ,===-i ·..:•_--__ .f=====:; .. L_ __ . LEGEND MARKERS .) ll'PE A M1,1e Non-fef1ec~ 0 f'VPE D '!' .... a way HttlOw A,m&e'.lvct ..::) TYPE A'i' ".-OW Non..-ellectn,e Cl -:-'YPE G One-.... ay Clttat Ae11e<r...tt J) '"'rPE C Rea·..:~ Pellecn-ve :J ;,o~ '-"' «)ne.,,_-11y "ltilO.,.. Ae"'~C LINES ~ ~r~::'.)I', .' :'r,,..,,H .. ,,.,,1~ -.,..,, ~ :, ~;, ,.;i r-..E .. , . •~"'SPO~I"' PAVEMENT MARKERS AND ffi_.FAC Ut-ES TYPICAL DETAILS ~2()---{; I• 19 In I i I ~ 0 ~ .. 2 •~"~•oD -' 10 SO FT RAILROAD CROSSING S (M8OL : ·"ICH _a,o ,. .... ~II sa FT DIAMOND SYMBOL . ~ .. ,: ... ·,0,0 -.l ..,_ . ~•I• SQ FT TYPE I ( 101 ARROW ._.1.,.e,,;i 1t.R1.1,l1QNS ·•, J ._.fNSIONS 1,U.Y U ACi:t,HD SY r,.f 01GIN(fR _____ ,a,•-.l'I··-----"OCH :.A•O -ll -, ~ SO FT rvpE.VIII ARROW ··v-~ ~ Q~ '•-.CH .·,Al() .,. 4•.t SQ fT HANDICAPPED PARKING SYMBOL ~---1·-:··---•2 HCH ORIO -,, A•27 50. FT TYPE VII (U ARROW ,oR TVPf "' IAI •AROW u:Sl '-"'"'IOA r ... AG.fl !... AaJJ SO FT TYPE V ARROW ,'WHONG, WAf AR#IQ'l'W ------+-+------.-~ ---t.::9·· L....J ' I J J " _,;~ -;1-..--:.•1~< < ~,.:_~-r:>:. 0-.... c.......... j.-.i...k!L_-;, -• ----1 ~~;.~ . \\~ ~-j .... .... ~ --•·•·:. --~-! ! ,--i ·_1 ~ I ··--r II) ~ r / I . •-'l ,NCH OR() _.!... i f i --0 ! iJ _. 10" ---<) -0 --·----:: .... ,~ ')i:t10 Nl.,r, :..:t:) ,o------·--•'. SQ FT "~1~so~r BIKE LANE SYMBOL TYPE IV (U ARROW lf'OR J ,&>f l\t (RI .tHRQW .)f '-tlAROR IMA(if) 42 SQ r.-TYPE VI ARROW RIW-11 • .\Nf OROP •~ROW ,1QR Lfn • ,.Nf._ uSE ~OR IMAOE.) ,T ,11:: ~£ • h t-(.rlf'l11A JE0~~1Mft-fl ,;~ •q,1i1<,iSPORT&l1Q/II PAVEMENT MARKINGS. ARROWS AND SYMBOLS A-248 )> I l\l .. (IJ l,;) ',O~i: n 11 i-\ WJ ! : l "d I :: !!\ h\i 11 I 'tir11~. 'C !=/nil! IL, ~ L u. ~· ~ .. ~V li ,.'" ::J ;a FT (~J I\ 11 ,_···~i.'1.'.~'l·.i·,i. . . . fi . -I ~I--.·, . -. >, •t SO FT . ' '. ~ ~ .. , ; ' . ·-t .:.<V ,C,AO )"•: ... .: ~;,, ·.~4A';:~• ->··.t"" . •• ~ l .... ~•27 SQ. FT 1:,11,-,~ II// lrl If\ :~1171~ I\ I,;, U uOOU . '4•.2~:SOFT ,....,._ ,,..... ~ r .\ t '/· 'I \ , r, .1 :-' t" I·"' l ' y , . , I 11 \ \ l! ; ! l!!I 11 H !~l'l( ' . J. .} I , : I . Li • ;..;;;2_2SQ FT ,: .... ·.;;;ll A•2 I SQ. FT t"-. ~ n. r;· lf'\ill 11l1~ iUJI II\ inll 1\1 , .. • _, 1 \ -11 "'j • uvv >•W SO "1 ~=2.2SQFi . .. -~ ,, CROSSWALK 12·· '(o,IQw ~ ( CROSSWALK AND LIMIT LlNE ftfrt~ ~T:.ir.q I ~r:.:it.-,-w'' -· f •·• ~.;; SQ ~ T ---12 'Nhi1• -..... .. . ~ Jf-' ~ ; ('.;:. ., .. ;'0.<.l'_,,;;._y /'I' •~•"<5f'0qf •' . I• 'I I\) I ~ 0 "I ·~P-•<! if~ "tt·t ,,.OflOi $rti;~~.:. &.f. ,r ""::d "'A ... ·•~!, l•~f nti..,l'>; )f fk( (.;•-.Jll!Ai,:;J£it$ fi.)ffl(,V? SPff') •h)A05 (h~f ,H "'"~ .I.· t!Hl !l,N,j.,.,J ~t; .,_ _,:::;.•,,,;)AM,>;,h!,f h>fh J-.l, •; lkCIAJ'O ,,1> .. ~,6£ .. 3;; :-~ ,..,, ... ~.,.. >•,S •ti;) >•vl!'t•£11f •.tA,:.,.. .. ,:.,:1 "'"-'"':i..:: Ill•"'$ Ji~•Af•.-ftitl ;;I' ,;:i;u,')P,')"J"'ltU,,_ PAVEMENT MARKINGS j Hi . ._ ·z, Mi'-•• ,"' '.". ; ,,., · ""'· >I ,•r,n· 0•,, ' '•"' 1' ,Prn•HO •• WOADS 'NO CROSS\' 'LKS ~ ·,.t ,_,.,.._t -..,u :tE ;.cJ.A .. L) .;,;..,....),-. Au,rt.., .. .-,.cflc: ... tRf _. ".. .-, 0~ :·, Ir\.. . . ~•..-"-Nlc;(.,,,_L, ",I\VI ,H ..... ,uo i-""C.£ <1lC:4U-.)t (,f i,,l,LA\ .,_,.)1,i01f,Ot-1~ ~ ~~ 2 4 D -A, CD .,. ':! -~")11-• ---,-·~ ' '-Ye• en·,~ "",. ~---jl ./' ,_j;-.,__, -"'1·•1ct,o· "'1011'._5 i~~-1,JPG'' -~ ,}:: ,~-~ 5-,' '11•"'1 1 .. '..,I I: t ~: --~ l~~ -, .I 't· i• ~:C I --~ i ·~,..:____h ·~ .-f>-j~ ,I -=--i-~ _irlic· ~,o,n l .· : I • 't: I I .-I j ~. "-·, ....__. • l I !; •. ... ' t... -2 I · : • t~. · Bhn~ '.,. 5'0' -~-i& .. ~ • ..,... 10~ VIEW l I !l,~-i~~ E-····· ! ~-1---l ; Oh,un1nuffl t~. ·f---:1 . .. .... e------_,,..)"'• .... s.,, ,. ~ · ,, :I I :r:,!•:: •. ~ "J~ I .',..' ~-·-~-1 .., C ..., ~ . ' _ . M01r,,01 ._b-:T A,..,.. •• ~. o~c>' to,o -~ !~!,•111,& .&lio-,) ~ I , j POS~ ~ .. SIDE VI:. w . I'. I .• vz .. _ ... ., .. , ... B"llc•t' 10 ~ II! 1 2 .. MoJC S... -lo•wOIUHO ,i .. , fQOftCOhOfl s:::: VIEW SNO~ PObE BRACKET TWO PLATE POST MOUNT : !~(J°fl f -. -,,,z---"" -" ., t-'11" KIJ]1 W!!J....! Iii~ -21li.., rt,il 0~3-i\ tr1 --~-SE:TlON A·A _._. __ .. _ (lll(jl:DIW'IQI .... WOf\O'IO'ttlfl -..... -.... ,.,..,....,._,~ ··-Wh1lt 101911 P1011 w•th biot'-St••u C' l\umtroll ona 1111,r, 1ll · Po\1m,1t tlluOltO"I @o<, c· &.-. •""t-: Dtrtc\4d Dy tnt I lnt•ntt• f ,J-{D=(s"[· Hi •1 •1 rr• i cr '-..c_' ALA 4• ~I -~Zvf ::0 /" I• . I 1 , ~,. . z\z· ! ~I tr ) , "-'-... fl . ~I:::! "1· '"""_ ... L-~ I . "" .• 'k.21',( . ,· c,,,,,,, .. ~t 1 _ ~ TyeiCOI ..... -~-1-I [ill . .,D...---1--"-..... ... -·•.r _____ .~-___ :it· f™ R[AR • 16--1,.., -..,c1...,.,. M"..,l,,.K tlllld __, MITAL POST DETAIL MILEPOST MARKER TYPE M -..(_ _,, ---, • .1-,~~ ,,,-7* .. ,'. fi·, , ............ _~ ·. ~ -....... ·.1 ~., .. ~ ,.,,t<.,., ... ~ ~ ~..l " ..,. •/ ' F ~,.. MOtlltJ f.oM• • 'StOlt 15 ............. ~ ~ .~-~-·--~-, 9'oca lfttHI~ ~ I ;. -•~ .J ),p C,,c ',~:CW:. .. .,,,. (< > rl -"0·•• -;r-1-~ ' _, :::: ~ ,-.L__ TYPE p·•· OBJECT MARKER tw•c, P'ol1 v 4· • ,. wrroe,o ,..,, --z•---1~· • __ -.!:----~~·~·::~·---rthtclOl'•rt: -~..,•fiv'w ~ ~.,,: l$1alt fi,fl'lllfltdl -<l ~• ' l>ocl 5••Hr ]' zr._ )II-O•c "O•U TYPER OBJECT MARKER • ~~ '":' YP[ tQ.Ill ; .-~~J~?~e~--~~ I: _!lffL(CTO~ CO;.O• '-~-/ UI)~• _fl.":11 "'"'It ..:. ~"!!H!!!....!'.!.1.!t ..... ,. -~· ,11,0.. t11>ftt I T•lto-I Ytl'Ow (Sfi• hOlt • l I 1 T,.. ,.,,,cto· Vlt<I Of\ boc• or NloMIOfO' 111011 IU O"f 3· ~o,. ,,, .. :• •• t""e,t•,,.; s.· c..,111 ....... ,10• O"C o,,e ••o,.ao·c ,,, .•• ,t•••:·Q· Qlf'I c•a•• "" ••1,n.010· 2 T""' ••;.• C' ••f1•c•cw•1a•,=" or-c ,,.. ,·011 c• •••• .. •1·;· •c bt 1nttOhtG ••• , CM ltlt•OAO••c: 0" ,,.. D•CI'" a, (·1. i-2 .• ,, ::::.;..1N;AT()C P£C-!...£CTORIZATIOI\J -~--'-~'-S .. _~_!,nu· I -=-~---' . OELINEATOR POSITIONING JM,n-J l-I• .--' L'.2. . jfif ll. --t-]q" 11, ---" ~ '? • ; . _,. . ....,,, I ~1,, ... ,~,11•"••1 ·ro.· .·· __ ...,. t$1ttt ,.,,n,~a l '~;'--.. -!' 1.12 _ i I -"" lg,9,• P,011 tv ... e·.2•· *,._,, S,pe,tjl .. 41 •' ~ I f' ·---TIPE N-11N-2,N·3 TYPE N-4,N-5 TYP( NI SIU -1.•zas I ie•. •· -• .. ,I•·••· I - I -I ,. • i'. ,_ 11o,i.c11 ...... ..-"''" ---·I llo<l llolllc--.. -•II• ............. · J 0,-. llolloetl .. ·H·--·-lto<N< -•-'•""'......--•-s· , .. _.., ... ,.. -s ___ ,,,__,_, ............ _ OBJECT MARKERS i I I I UL ~___H ~ rL[klll[ ,OST "~ .. T"" .l_·_, >.l.!1U M(TA... ,OSl OELINEATORS ll•fl 011' tM•OflN~ DDUIITMINt OIi ...... ll'Qfllh10-MARKERS AND DELINEATORS A74-A I~ r I I (0 01 0 ~-cu cu 0CDCD lll1IU .. .. ... , ___ ...... "Vo'..., ·-·-""-"'""'"""· ___ ,,,_..,. . ..,.. .... _ ... tie ...... ....,,., .. __ ..,_ , ... --·--.. ...,. ...... ..,... -t ACQ"lNDCOll$!RUCIQ('•CIO "lNDIOl)M)II(" •··---.... -....... N .... ----------·· --·--··--' INCllll'CZll•---UGDINlda-CtlCll•Cll "Sllllt-~o«Xl -,--....J ............ : • a CaD 191 IDr ..... --.. TYPICAL LANE CLOSURE IOO • IIO ca ,ai lM--loo,,,,. __ _ • lirulltinMd .. --• latO WC'I u-~...._ .. _...""' -, _____ ,_ -----"IW• _ ........ _ ... __ ..,_ ,,__,_..,, ___ i,,.1 """"'-ln. ................... . ... .,,,, ................. .. "°"lwlOINl--ao ~ 111r., ___ IO••N --C.Ui,.-,..1.-DoNI °",_ ... ~---.... __ .,._ © '-l(INl•JJ ;, ~© IIO -,_ --. . . . . . . . . ,., .. .. .. .. • ~ -~d er (!5 m Ill ;\'..S_, ,u· i ~: ~ ~~~!---1 ~{•.-...~-~ ~• ;~tl !.~i:ff.f.±:.fr~,~~-~~ ---~---11' • • ."/ ,.,-~~ ~-·~n__l:' "-'\ .'--\, \•• ·1t e ;. -~~ -..r11US1.D.lkl UWIO II [[ r :I ••• , •• 11 )l O \l Jr .JO • "'""t,.,,. •-ic-~ ·---loco ........... 1-laaJ. I fl.-) ......... ...... -·--i---'-"" ·-(UJlJ ru• ·-· .... It n~ 1n I n ~ lit t It tOIO IOO II IO 0.,0.,.11 , ........ , ....... '--u. ........ ..,.. • ........... , ..... 11A ti ()I C.t.4IOA...,_ ot•••tWINT 0,-....... OAt A llOff TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE ON MULTILANE CONVENTIONAL HIGHWAYS MISCEUANEOUS DETAILS T-11 17 _._ (X) (j) '='· . n", I : •··•\">-,rl._~ tiVf ~:)(of''• •L• ' Mi!"'"J': :-,:~: );:X "; ~t 1ot-t: r-""'""V"": ~i ": r ·' }1 . '.> ~!/ ~ '.---1 ·. j ·o .-._ .,0,.,,,1r j, :j , , ·;,.1 ... r.o ,. ! , ' . :: ~;::,= ~. )., .. : 7: i I ' Lj _;____?_i_;_____u_:_ J..-rrolirott· I '' '' '' .. ';•< 1,.,, ..,.,~,: \ ~ I ~"f "J•!' r, r.~c 'I::·:· •-O·t~ :)::-, 11,, •t: •v u::" p,,· ' :>t•:a e j ~n J")II ·.j .~I / ~•t:o • ~·-= 0.,,1 Ofro. ,., __ ,,·; r,01 -.a~ fl ',e•~ :~1 r,o,e to• 1t ri,, r.J ov• ~l IC I;:;, ~ a· e,r f ·C•J · ( =• ftC:, <CJ !C, m~ i.•~" "'" t•t'..:l,or r ro•cntt "i _1! -~.. fig• •:l)t'\C• ',-.,]r· -] ..... ,. I I ---wC.~J ... ;an,, fllotc 1 ___ ,·.-_ f-:,, OOc• 10 CH1,• ,n~l.)•,01,or.~ wlr 5,n,.,1,Jr "IC•O•O<C DE TA lk A ''-' t.011. ron,11 r:1,· i~J C'f 1,0• c.· 011,, ,gc .. or,,z,n,; Alic, lvtC ': lli 11"•110 .,;: C".J OO,ll h,11, h~"IIC(lt: Jnr ~ .. • 1-••o~t \r; l•t "•f:;lt.J ;H ,r• '.;IO"OOIQ 5ot:•l,.0t,o,,1, ~r LJl'IO -· .• -,.,-.----.. -:..t boll;;irr. · I ~,9·. •l'lt -l' ". -,-1-J ' ' ' ., ;.;~ ~~c\;o~~·mc. -)~ 1--:-:--;,~.,, le• ,,,::.c, . -~ !. ~l!..---1 --., s OO•I~ .,,r ,.e, r,:1 ': ,..!tc11t: ... •r /~>---:-----t ho•Otf'lt.J ... 0sl'lt•1 r,r;.t:,_.~ 11,,.-,7,;; W$t -~ c~ f'o11 f•c.t>qf r\Olt"\ 101 h•"Qt v,o~ Dt :· ~: :· 1,::.r•r,f',. :--: ,,,,...,.: Df:T<-:;, El s,:,·. P.:.1.i. • ~ /,:, T,, 4-6°~ 5 ·C .·.o· l 1 0 8· t 9 • IC C ll·l 12 0 13·0· "'0 15 C i€-: 1e..:-19·C. I 2C< 2,.0· I 12:. 23·C 24-C S,Jr,, F--t.l\i:. . : ,, ........ t. .. 12· ,5 ,a· .. 24 3C w' !O ~£ !5 •7 " .;6' ,,· ,. 5-T l'-".1_ .... -,'\.:; H( .( •_),')_ ·,: ! C } € 4 0 -6 ~ ·C ~ . 6 · 0 7 (• ~ 6 .~ 9 ·C 9 0 ·t f C 12 6 • 13·6' 1" o· 14 ·i ;;;.;.~;:.:'_l::..~;,~,r-,,~ ·--7c-~~~\ '-------------\--,,_J.L.; /. ,~'.-•. •,: c•~~ L,EvAJ/ON [ND Vl[W r-cit Octa ,no-,1 1,0,:0 le• 1,9•,1 10.01,-, ,,,gn1 "' holl,, fo• fflCd,0" •rlllOIIOt•onl 011tnl ()ctg,I • 8' lO tnol ,n, , ... , plOlt ... ,, toa 1,0•1,c flCQICll IQ "°'' LAMINATEQ PANELS 0 ~n,,o, i 9 .,, c· pro11c1 pior, :lrf tor lotw,ccn,on :.· ,.._, e ,,.,,c11:1,,, o:r ... 1' 1nr11 i:i-,,_,,o,., 10 o,,o.-.a, O .... , I c;" opo•o••l'l'IOlt,, 7 OC>0"1' •OOO•O, 11')Q,.,l(Jf< NO 1' g,g • 00" 0 C • ~ t V,. ~--..__, ' : 7 "; '"" ••" ' Sm•. ~,~rmo,, . ...--[}j' ' '''"'"'" ... . 0-""' -· ½---•• '· " ~ ;,."'.;~. ' 1 ' ..If) .,.... . .. • • ·• "' • . ' r •' ?!"I , .i_ -r·· J,;1 · •~u-....i. V'.L.._ • I • _!, * '-•. ~/ • -• ,---I "°''""/ '\.Po~,,.·. To, o' """' "L.#., .. ;;;::'::-..:..;f.. "~ s,~90,1_~7~~ ~· '"" \i.·.2~• fUSE PLATE DETAIL. lStt 1oblC 1 to, ""'°'"111>"1 not 111o.,,r,l ln.t loy,n9 '"' tocu. rnorata •A OtlG lht OG1C>nf\.Q 1\lfoc:n ,to1 Dt fOt,1(1htntG Py OOfOtoQn DETAIL C TABLE II Qll QOIW0'"''nQ 2\-e" ••• ,, ., •c1"t· ''" ~ r .. ·8m t ~J/. ll s -.1.-_jj I~ I • \ , • L__ . ---...__ ~ ~. ~l~~,,,.,01 .,, S~CT!ON Ll I lop ptott tr.o-a -bcinom pkllt 1,m110,) NofH• Sn Pro)tel f>Klnt lor $1ollon ol COCh trgo O,tion<t from tOQt ot po,,cmcn1 o, c,ro.1 loyo\ll lone ,· ll>'l .!w"'k'r P1et UY'C L7 2Jt .. ·, ... ,_,._ loct, ••Id-I'd lo OOllom ot Poll ~-:! :[Ls3 f.-n.1h thml 0}••1 lflo(io, 012"• lhtcll 8 SNn 1holl o. fOOf,cOltd hom twoo lhtrT> IIOtll c,r ., .. p conlOfffll'\Q lo ASTM-Bl6 3 Lcng1n of !i,,gn ·• • 4 [)•pin e,! S.11jjfl ·o· 5 ht'9hl .h. al WCh po11 or poN DDO¥c ·~~ 6 O.pth al f1Tll>tom,t11 • £ • fo, .-ocn ~ 7 01om.-1n ol po11 holt e S,,zr 01 po,, BASE PLAT( & ruS[ PLAT£ DATA TABL[ ) I AHCff-(11,r ... ~ P'll' ti) tovr-Go••or ~·· ,....,1~ lhQI fl'lfft ,, or-. Ila' •cttM-r on e«r. CIO' ""•••" 9'010 t.n>m o, ,,a..,.,,c 11, Qitumo ~• ·.,,.,,>: cc·•:•~:::,~~;·•-;~· c,o,,,::ar 1ao,,rc: .. ou,,.., O"J Vl"'l GtlG ID tlCO,, v.,t ll'WCQOI 11'1Cr, 000\f" tOC" tio:t ,r, Un gt'C) ···~~ ,n O IW''fffKII>(. o,4t1 to lf'C P'ttc••OC<I <I 8v-'-tl•••l'<JCH o• """''•or w:u, ,_,1 ut•f'IQ a ,,.,,,, ci,.,nc:l'I H. P,f.,C'II n.,I ,OOUl'lofli to,g..,~ BRt.~"-w.8 0£TAIL 0 SHIM DETAIL .. ,Y SHEL POSTS STATE Of CALIFORNIA OfPARTMfNT Of TR.\NSPOAl.t.TW,:,,. ROADSIDE SIGNS STEEL POSTS TYPJCAL INSTALLATION DETAILS I I I (fJ .I> vi ' CD I ; I ~ I 00 00 E ~EC TR::Jc IERS STANO.AA:> TYP£.S D-----I ROAO,-o• ~ lli----j STfUCTV'I[ z· a---I s Tll'J(: TL .. £ 0---llr-la--30 ROAOWL" --3.-flQA.(JW.AY --,z-~ C:---Eu111n9 E .. ,,,0111, ID Aama1n tn P-~ --f••• ,. __ ,a. 11.oat:11~ 0' lnO.C:OflC <!:---' fo..,ri0011on 1Dt" F1111.Ht (ltcuol,u (Ste Protect hotU) wons I Lyl'l\lftOH'U tl\111 k ,,owlllH -.11h Cl )IO•wa!I HP$ lam~ wfltn. 1ute11ee ~ Tr•• ll, SO, 31 1111no )2 ttoM•ot, wnin, OIMf ••• ...c,,t .. , ~ltffi1no1, .. lhlll H P,O••M4 •Hb t 200• .... H,S .. ,., wlltft ln'9Al'-1 DA ell OOtr IJte M8'11HtGI, ltftlHt otl1tf•-• IP1Clf1t4 2 All LytNfWill,.. tMII ,. IIMI cutoff ••••• ANSI 1,,, Ul .._du"" ti,1 Off L)tl'lltn9 0111,1111110n, ¥ft•H ota,tt•IM tPU:lhG vor101ion1 not,o •Cll1ount 11 •1•N& .,. P,.,.,1 Pt0n1 0--(1,tClfo11c· I* f-tO/IC:I NOIUI ABBREVIATIONS AND EQUIPMENT DESIGNATIONS ~ fXj§JVsl>f 1-:• Ari Un9rout10t.l Cono"'"0' AC-J. 6roun4t0 Conouclo1 AWu ~rnt1,co11 W11c Uogt C ConOull CMS ,m, Cf\otlg1®<1 MHaa91 S,9n OLC ., L.OOj) Otlt"Qf LeGC 11'1 (Obit [MS •m• E•hr•ia~•n"'t• lrffuogt S,9n ;c .. ;.~an,:-ii Dt;;;ar F8CA IPco fkl&tlltlg 61~0 .C.on1ro1 AUtffiCII) HI'S t119fl Pttu...,, S.odoum IC k\ltr COfl.fltCI C.ot>I• IISNS r111n• lnttfn~r a&ium.taltd SlrHI Norn. S19R .. c "'" _._,.,m.4ool• s, .. 1 C004ui1 cMA ""' Lumi.io,•• J.1:::,1 'A)m LPS If• lo• PuU\r't Soa.itn ... c me lr,ltrcuty CQl'IIOCIOf M[R Mtf(Ut) MLC mlt M0Qn11omt11r Ouector LtoO III Cat>le M/M mm-. Mult1p1t " M~!f1p,le lron.torm,r MT ml Conau1t wl1r, Pull War• Of A.opt NC Normally CloH d NO Normollr Op.n Pl pb ,-.,.101 PEC pa< l'l>olO (leolrk C<nrol ITJPOl,11,lllorlY •-l P£0 ped .......,,Ion P£U --· [loolrlo Unit PPI ppb hckllriott, P\ah 81.111on RL llaloocrlad £_.i RM rm Romp lolallflft\l SB ab S~p loM 581 lloi Slip &oae linwrl SMA 1mo Signal Mo,t Arm SIM 1/m Win lo Muthple T,onato,mer SN SoL.d Neutral SP IP S.OKt POW\I SW •• s .. ,h TS .. Ti,,..-S-,lch WP •P Wtolh1r Proof XfMR dmr T,on,totmw ) ' __,, s::i::ir At,;: WALJL MOUNTED LUMINAIRES ...--{J Pt-Mant, 70 Woll HPS Un1,n o,n., ..... ~PtCll1tO ---0 F aush 70 Woll HPS Unltn Otherw1u Spcc,t,ec ~ ~ <-® Woll Surtot:t, 70 Wolt HPS Un~u Othetw1u SPtCll .. d £ a1n""9 Soft,, Of Woll UolMIMNrt RI R1tr101n unmodtt~o h11t1n; Sotfu 0<r Woll L1Hftlnoue 10 bt MOdlheO n ~cU.ed ~ Ano .. 1nd1co1u .. S,rnt sm• of Lum1noire or G1ouwar1 STANDARD NOTES ~ Aoonoon It Al)Offed 10 Corld,.111,A~• Conducton ~ ~ = l=: ~ [i8 lnttOII Pull 8ol 1n {a11t1nq C.ooou1I R"'1 U'lltOII ConWt ~ f.-1hng Pwll 8ol CoMtc11"4ew ond Eattt.no Condu11 ~ E•IS11"Q C.Om~ . .ICtOII onG IOl1oll C,onou.c.tota QI IO(htQIIO Conou,1 10 rtrno,n fo, f"tuct UH Aemovt Conduclon 1n1r.,i Pull witt or rope Ott"1or HonOholt. lypt A Utuen 01ht:1w1w Spec1f1td ~ fOUt14ahon la lo 1H AOOnOonlCI ~ NO s11p 8011 on s,onao,a ~ PhotoeltctflC Control ~ [Qu1~mr.:1 to t>c Rtm<N1a and S.comt tn, Proptrty of It'll Con1,oc10t ~ Mtmo...-t t .. ;1101 .. , a'd 8alla1t lope Oisconnt'1i ~ R,1oc.ot1 {QUapmenl I@ 11o .......... -.. UJI0-1. (ii:ll ,__ and Sal.ova [.quipmonl (al ..-u Sllp -on 51--1:ii .,.ltl6"p8u•IM.,I ~ !ill rm ~ $pla -IOE.11111111 ~lcn. $et•iu Ol1tOMeCf s,anaoro IO remain fo, Fuh,re UM flemcHt Lunwnoi11, Pok CondMCtora ond Bcllo,t lapt ()l,conhl(IS. TeltPtlont $Irwin Potal ,M'.::iM:• 1'3!'1.m~I 6&,.:h:i0~ • c .. ,, <:."• :t-,. Lf,:•,-.~~-l•!"h•~ fl(IJ<,t(lo(Ot~l,::lfl..(..&.. f-..:t• ~rP~~~~L______ EQUIPMENT IDENTIFICATION llluminottd S,gn 101ntif1c011on Numb,: ~ S1gnt..imblr-PklC.t on Post or S1t"'lu<t S19n No 123'4 10MER SC I I.O 1TL_ Tronsl.,..,.rRol1n9IKVA) } I S19n Conuol l iPt ~?0~0:,Pc!,~~:,vr, '------Number ond Typ• of F11turn MER • M•tcUf) fltctrohsr or Equ1pm1nl ldtintif1col1on Numbe1 12l4~ -2~ ~~:a:~ ~:ni,'tu~~:,:•1, it 11\own, Oo Nol Ptoct Of\ ~ E.Q1..npmenl NumDtr -P1ac1 on S1onooro or S.t1uclur1 E11,11n9 Equ1pm1n1 N1.1mb1t1 o•• 1ho•n ,n Por-•nthu,, 1}2•c,2A10,15,U14_zOLC Con0u11 ond Cond~tor ld1ntil1ca11on• \ c:::::::_ Numbtr and S111 of Cooaucton ond Cob6-I S.1ic ol Cooou1I IO incnt1, •I. •2.t12P.•1c Tr0ff1c Phoaa kl•nhhcol.on tor ~onol foe .. , Dlttclort Ond PhOH 0109,om, OJ ill @ ® m PtOJICI Nolt Numbeo © [qu1pm1nt 0•1C.ript1on, lna10l1Gllon or u,m Numb•fl & &, & Coockol Run Numbar1 19A • 3 • 70 f,q,ol end Liehl""il $.....,d IT11>ltol Oni9 .. 1ioft) . T T t_:__: Wond """''"' • 10 ..... ~-----eo.. 3 ...... u,ocl,nQ ._ ______ $1andO«ll,P0 m (0 I • c:'1---O.tDil NumWr or L..alter ~,,.-.... _, ........... I I lfA.TI Of CAL.9'0M&A ...,. ...... .,, 0, ,.,...,_..""" rkd , SIGNAL ANO LIGHTING OET AILS r SYMBOLS AND ABBREVIATIONS / EB-1'; / _... CJ (.) ~ p;,QFQj(_Q SAiSTiNi C~C-Liqhffnq,unMt:t,othtr-.. M"OC4•d o, Not.:1< Trofli< ~ Can4uil. -c---(--c ............ ,.,.. c-..1. -s---•--St><W14r C.O,,,rol C:0.-.Ut -r---•--To!fP'<l"OG......it -F--_, __ ~a.U9irrn~ ---;I --3 ConWl T~hOfli, 10.toil G,ES·71r,,Sl-t lfil LU C-l Ill.., ill $1n,ctlft. SflMCE EOUtP'AENT PAOPOSfO plSTING ....... e-ll _,. .. _u " "'' u 011t1•rN:dd L1nu Wood PQ11 "'e• :na,cclu UtililyO-Pot• v,uy ... With Anchor Pod Mcl.il'II tor Ground-Mouolt.d Uhlity T,c-,,to,mu .-------S•rwKt Er.cJow,, T:tP• r/1 5tn,ice fnc:101>.Jr• :;1;10,r tr'IC :;;111 ,~~nt :t f:-:: :s,..rt ,:!) ~1} ':"•lt!)llQrt :::,mc1J;CloOA .,:,;bll'l-•1 PCLE ·MOUNTED SERVICE OfSliiNATtCN ~ Typ• of 1.nsJQU.)t1on -:VPE i< .. l5' Pole tttr1:9,ht i£KMI GtClldt ---SIGN LIGHTING EQUIP'AENT ~ p1ST1NG i'HI 'r~:it' :-i L.: ... d ij IUtMl\lJAGtfld 5,,Qn "'S1n,q11 Posa I " ,, IUu!NAGltd Si'lt ~ T .a Po:11 !: I n illumtnaltd StQO~ Ml:>.t(lf.a On Stri.,eture f 1 lllwrn1n4t•1J Snpl Wtlh Road'": (' Mly LwtWl~re AII0'1'140 (~· lf'\(Qt\dtlClt'II Si4n L1-_n1 m.t.!ab EQVIPM€NT rttoPOlli 1x1sTtNG Q}--(I:--,. ~ PidltlfO't S~nal @ {~) PtGN-tnon P\dih &Uon Poe. ..,.__... t----i ~f:ht,,tc:od4 -•'.;--T<Qlli,:Siqno!FQ:.a,l·Se<-: ~ .._ PY --4-~ -. ~ ~ ' , '1:1 ' ' ~ ' , rrr<> JI\",. ¥-~· • C l·tncb 1114. Y•Uow CMt4 Grt• Sul~. ~"' '.r-Ttolftt S~I\Oi ~ Wllh Atqe \fi.ar. l::;,----al-S,ml>GI: •t•~t-AUNon-A.m>w S.dlOhSUll.l~ *LGi.W\dlK.Qtn~GrMft $,tct:on Cr.ly 1.:f--1.~-·, •~-;a,.; ,---·•., •pv•tf'Wka.tit 12~.ncn P'rogtQr'nn'ltd Vit,bd1ty Se<;tlQffl '"1z" 1f1(11CO:JU .lli 12-.ncll SKI\ON. Tn:;thc: 5~"'!;:a hJQ N1ff'laco. P1c11 Tr~Jltic Siqnat~Wdb 12-tncn iiiu. T•UO• lll'i4 lltun L•11 Atrow i•c11an1, I,otti<. S,~GJ hct #1th IZ~•fl<h R«4 on4 Ytllo• Stc11on, 0na •l ~ '"'" Up GIHn Arrow Ttothc S,gno1 f-JCt\~-StcttOn IW11'1 Z· ~:::n 'rt, cw ona ~run ri.qnr AtlOWI ona 8-IOGn Rao. r,uowOl'lc:t G,Hll SechOOI r,pci StOMOJ'd or14 Aoocna<1 Si.;l(lo1t Shlt"ldatd 'N1lh S•~ol Moir .lr.TI Cnty, Jl"l4 Attacn10 S1Qno11 Ltfl-Turn S19no1c.!'\O $190 Slorw:san:f. i)'Ct 33 ,-• -; S•on~otd w,1n Lt.mlfla•t• ~oa S1Qnal ;.; C11 \ololf Atmt cru.t ~ttocn,4 Sig.nqlt r:t-r -;. '~ >!:-. w:..;• 0 Centi..,,_, Flo1t1111q Seacont Typ,t9frQm1,t...:meu 011'1.,wiH St,ltc1t1•4 Q, lfl<JtCQJIO. Flcsrwni; e..acon Or'l4i~ way ,..-Se;chQn W11h IZ ·trxh L&rll on~ '!,itOt ,. R • lnChcctff '1•4 Un,. Y lt\(IICOfH Yellow un• Cont~,-C.J:Od'l,fl Door ~n.O,COIH F tQl\1 of Cco,n•t G\111\td Pe-at .a,~o:: Poll ~ f.X1$TING D .. -, __ , l Cl l• No.31/a l•No.6 11!1~1 .... 1 • No. 7 lc.iq Pull 80&) 9 • No 8 (Pondonl Soltil P.Jil 9o.l ,.,.,, 9-\• :-.0 9A PULL 60XES .,1~,JIIOU'l't -R.,W,;;'lek-,. ;,.41 ::i,#Q Y. t.1;:~ M'l .. 1111<11,tflllPt•~f"'°"""'_. ... :.Jl!'J.U~~~,-Pu118o,-No., uru.u o-.., .. lndicotod.,. Nolod .. -. Pl.,ii 80•·Addilioool ~« Oooalp11oN. (Cl •Comn'ulli<olloM Pull Boa. (f I • Pull 11o,1· >rilO u1...-. ll~l • An<h<I< 8Qll1 on4 ~ for l'u1uno lnslollotioft of Type l!I Stondont l S l • %i<(nki., Control NI llOiC 1211 ......... 801!1 on4 Cooduil lot ""1wo lollollotion of '!ypo ZI Slondo«i ( Tl • Pull tlo• with Tr o Ifie Cov•t VEHICLE DETECTORS ._ , I f~ ~ 'E l_ r-1 c.; "'.,... -, __ , ;~ ~ ,,, l;l~l\j VeM:Lt 0ete,10, 0u19nohon u,. v::ca, L •L;;;••' SloJ NumC•t iO k'l()I.O file lnp-.1 F,la 11 01 .JI Ph<lu IA<IUC1tV4 l OQP Oet,ctOf Ounin. OM LO(;atlQO ct S4wcutt Shown {Typ, A Loop !lho11'frelt4) 'Yogn,tom•1., D•t•c.1or1 ~IIICOiltl.CJOi PrtU1Jrt Otl1~tor SublUIOt "o• lndicattt 01n,11onal Type. C tll(IOI f"IQl'UJAolt r :,pa A 0n1u4 01tuww,u Sp.cdicd. IT A Tl 0¥ CALIPOftMU, Olft4AUMEMl O, TIUr.NlfflAt•tiON SIGNAL ANO LIGHTING OET AILS SYMBOLS ANO ABBREVIATIONS ,----1 ES-18 m '° I m ........ C) U1 c;,..e::i ()-(!:) ~ "' r'I ~ ~ ll ~ rlTh l,J !!'..:! !Y SV-1-UM a::; -~~ -..,;..1 ~ ' r ~ .!.:!.:! ~ !.Y..:.!.:..! ~ ~ ~ ~ Pion Vie• of Othu I $idt M01lnt1n91 ~ ~ ll:.ll SV·2·T8 ~ ~ ~;: ~ "' ~ '·~ ~l ~rm~ \:'. r j ~WP I w LJ ~ ~ SV·a·UM SV·2·TA SIOE MOUNTINGS ~r:; ~ ~~ L.. . .,,.~ ~ '~ 'Bi I HCC: ~ ' . . . !Y.:1. TV-2-ut.t TV·2·! 1Y.:l1 TOP MOUNTINGS VEHICULAR SIGNALS AND MOUNTINGS ~ SV<S·TC ~ ~ ~ ~ ~:~ I! I ~ -~ ~ IY.:..Ll:. :~ w SV-4-TC + ~8 C3~ .. !.! e:; L..'-" ,,.,, §Ii u ll.i:..!!!. t»II t:OU!<.lt ABBREVIATIONS TV Top ino-.nitd. V1Mc;ul0t 4!;ti,GII $V !Ida mownftf ,.,.,...,..,.,,, tlQIHllt TumiftOI <:omporlmtnf 1,U4 KutnbU Qf MIJO(II fat.u tl•U(IIOI'\, 1.1nlut olhu-,iM ,rul1it:oh4l UM Unim011M mouMln9 hordwgr• !:!.£.!.li I MounUn~t •hoH Ct Of!fnttd JO ptov,.S• l'!'l,.h,!'f'h.il'T'o hori;ronl,ol Cl•(ltQl'l(t fO Oi:lJOi:ttU IV(H:ll1tOJ 2 8roi:ur -0rm1 1oflloll Ot 1❖1\0 ~ovQh tc ;:,,m,t ptcur 011gnm1nt cf 1,9noJ1 Ol'i4 t>ou.piot• ,httGnOhol'\ Su Stonaa,4 PIO;,t C:S~}O an4 f$•)E for ottac;hmant lltfLAIJ:t dttca:ilt 4. All orrow lndl~GIHlhl thOII tit :l O'\Cl'IU $ All pto9,ommu •14iblh1J 119,u::111 hu,h ,boll tt. prov1d•G ••• ,, tH.l(llplol .. ::i,;.1{f <JF .,;.1uFOR,-,u4 OEP•~T'-lt~T ~~ •;.•fllSPORi d·~~ SIGNAL AND UGH TING DETAILS SIGNAL HEADS AND MOUNTIN,..G_S_--1 ES-3A m Cf w > ...... c.o 0) ~ r ~ a=OJ r ~ t=:J w TP-1 ...., '71 E-ofJ E"'5"' LL~ ½ v~ ---r ~ t 1t "' ,._p;-<JJ 4LJ I Ii I 11 ~ I,, SP+T .fil:±Q._ ~ ~ ..s.u:r.. S1Q, hlQ!,.!NTlt:!GS ~ rrs-, ~ = ----= -r F [l.n[IJ [T ~ u I.I TP+UM .lf:!:1 TP-2-UM -1.!:.:.cL TOP MQUNTINGS PEDESTRIAN SIGNALS AND MOUNTINGS f7 L...--, ~ I" 9F ~ ~ Ill ABBREVIATIONS T P Top mownttd P1d11t110ft ,,9nol SP s,a, fflOMftltd PtdtalriOft """'°' cs Oomtntll ffl0'6flhnt no,d•Ofl Ttrm1ftGI e4mpo,111n1nt 1,2 Nufftlttr •• a19nol teua Ut.l Un1mount ft'I011t1t,n9 1'10,,-ott 1r"' ., . -. !. ~ I,. -~-~•-•·~L-P,./,../ ~/ L-:-~ ~~::.,~:.~: :;~~~~ .. ~~~:lw~ ( -~~~•• : \ _,qnv~'l ~. !98€ 1: _ ..:1..:. • 1 --------\ ... _J.~l. '~/ ~~·-· .··* 1 I li .! PEDESTRIAN SIGNAL FACE SYMBOL TYPE NOTES I Mo,,,nl1ng1 aholl ti, o .. •~•td lo ()10¥Hlt tnO••mum hOfl.lOnlol c11010nte 10 Od10tlf'II IOOd•OJ 2 Ptdtttrion 119nol1 lhQII b• po,,1,oned °"' lhl 11CH ol 11onao,a neo,11,t crou"oa con110111a 5 8roclltl Ortl\l 1hOII M lon9 enovc;,h 10 p~1m11 propc· 01,9nm1nf of 1•gn011 4 Su Stondord P10n1 ES-30 ond [S-l[ for ollodwfltnt tit1,ntt •110111 SlATl Of CAllfORNIA Df.PARlWfNT OF TRAN~~ORTAJION SIGNAL AND LIGHTING DETAILS SIGNAL HEADS AND MOUNTIN,,;;..G_:_S_----1 ES-38 r.1 (/) I .., CD ,, ., I,· ~ ~ Ai~~ TUNNEL FULL CIIICLJ CAP' 0111 CUT-AWAY LJH .t.NGLII. VISORS (RIGHT •HGL( IS Rl\'lRSI: OI FIGulO[ I 51\"' ........ lz"MCI ifll:.• '''Ii"" ...... ,_ml 1 n -~5•1a·t•~· un UJj 011U •191101 ''"• OMI ,,/ ~Hoch 1>oc•p1ot, •ii" Ill 10•24 Of r0·)2 HII -tOf)plOQ MO L0O•fti 1touu,u I ••• , 11\0CIUllt ,,, ... Z'• ~90 1~9stCNTi;H°s Fo11 o· o 1z• ucr,oMs BACKPLATE O 0~ · •hen min.muffl ttwONU 300,-,4 ~.nunum 0< plolf1c 1,9nel mownt,n9 ~ I ~SHP•on,ro, ru~•ot ~ $pee. ,01 so• ••r>o-f>olt IQ. ltffll'IIIIOI ~~ .... -~o•• hrl'l'1tnol ce1n,por,,,..n1 /Stonot,z Towo,11 i~----,AFA~ ..... • FRONT Vl(W DIRECTIONAL LOUVER OM'tcllOnol IOlntfl M\oll h Qfl..,, •• QI d11ec1efl by Ult ["91'11ftt 01'14 -.curtd Ml P'o(t with ont ptol .. o,o .. lflOCIWM ac:rew OM flut Flo1t1tn9 D•ocon control / oaumtil, wntn ,14~r•d Su [S-4C roe-lnttrHct•on _ __,.:...,~ I / •w1ru19 01o~orn'" 1 -Hct10t'I 119no1 foce w1u11i· r•''°" ltn• onel DOCap1011 h 1 _, T1P• LT-2-T ~ .FY' ,, IIQftOI fflOIJftliA9. lncondHURI 119n h9f\Unt hahltt (' #11111 IJOlw lltel ConOurl lLT -.:--~·'.;·· J;-. ~ il, , r~l-lffl. I c;r-; Pffntuon pw,,-a..lton--l '--1 wt.en rt(lvittd !; f~ I ~. ~i i ".p TOP MOUNTED SIGNALS(TV) T,p,41 1A.1a .. ,: orio 11onoord 1u lft01(01t0 on.,.,. PIQQI j _ff I j SIDE MOUNTED SIGNALS (SV a SP) No1mc;111-, wHf: on 1ton1110,a1 .11n "·""•noue onlll/Qf 119ne1 ""OIi O•lf'I ~;,,l ii .. LEFT TURN LANE SIGNAL T-,pe IA. 18,IC0itlhto,11•1ut 01 11'ChC0ltCI Oft IJ'lt JIOftl TYPICAL SIGNAL INSTALLATIONS ADVANCE FLASHING BEACON INSTALLATION Tr•• 14.11,ICo, 10 ttonoo,41 ot indlcot•4 on ll't plan, ... 0: u Curt>/llorm, ~/ .. or COQI at h>w hne 100u1aer ~ / -I ___E ' ~ ~/ ~ " 7 ,1' ,; ·ifAR" j • / 'll¾,, :~ S.tNootl 0 BCR 1-I -'<,'' .. ~ ~ -f S.,'1 Curb ,] j ·ir R,rum NEAR" I Typ1col S!Qnol Pole ploc•inent unit• d1rnent1one<1 oo pion, SIGNAL STANDARD PLACEMENT DIMENSIONS 8 EQUIPMENT LDC.HIONS ~ I Fo, .. A. oncJ"8'" dlmens,,ont,SH Pole Scne-QJ..-,o, oa Chr«ted b-, lh9 fOQll\fft ABBREVIATIONS LT • Lefl Turft IIQnOII S l A Tl Of CAllfORNIA ;:)IPAAfMENJ Of TAa,NSPORTAllON SIGNAL ANO LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS ----ES-JC m (/J I "' 0 ...... (.D 0) c•S•~ ~--_.,.11 ..,.:.4 / l Codma1-,1r1 ,PIOHO / at•tl HI 1c:n•• ..-l1f 0011 iruo .. ,;:h •n1ni !.I'"' Su "4clt IO"'"·• •"'••1 Slop~~i~ ... --Motl o,tt< Of --~~ ,c.• " f;hJtlltn(ll'I $ttMI 1 . j,Y___'J ~-i;, OP,f'l,,..9 ..,,1,.. IT\O'\L(. 1111hfU\9-~-LOO flflQ S1-o• -111'1 900.,,c, HOhA9; COfflp(H,1'0 LOO f1<,1f·· 'Stioh proof'°'~ •Otstlt, (,.1,a· t-11,;t• l,IAST ARl,I lolOUNTING-TYPE •i..t.T• ''°' a·'*" .. $,tt NOit I Otl n,., •"••· !.~~!:t;f!' pEOtt4 ~ •,:Ht ~ ICft•I -._ ,-· .. ~ ~ ~-:;:-~-{\ ~~-~ ~, 11 -~•~tno.uo~---f (; ;,,· GOit ---on ll'li,' ~::.~o•• ~· MAST ARM lolOUN!Jl!.!L TYPE •1o1AS0 fot t·p1pt -S.u Nott I 011 ,..,,, •nu1 !'" Sti1Ql1Qt'l1, ·--r· ~~ .)I" '\ i '~-1 '··..;..~--!,, fo, OAt• •Ocln01,l'll,fi_ ""Ot'ti"-0'. Cit ,~--f._ Of11-t'i •hf•• . O"" .. t,Q{"P'°'' •• / ,:.::._-~,) ,rt(»it•IJ -0;-~'-~•5&1/Q<l<Uf't Ice, r.::~;;;.; TOP MOUNT ING Fo, •• O•l)t -$•• Not• f 01' lh,t, I ht•i ~ .. ::· ·~ ~ '.1~f~j..:-!~~-l'._; ,,, ~~~l[~;/'I , ____ ,<-; .. "~}!~~ -~.:~§~-~-SIGNAL SLIP-FITTERS ,--S1ot101 S1onaor4 er ' Cu,11,0 10 fir tlOF1d0FC StCTION l·A ,_,o,nc, ,.,,,,tc 1(1 L1 001'100'() WASHER DETAIL.C , '.:OO•t Qu,Qt · Cm,! er uDtit' c,1eu ~ ~-~n•• if~ . ~ \,..,,, ...... ,.,,, ii l.:1 \ -l'·IIZ. P,pt -~ ~ ,.,, .. ~---...,. -f101 wo.-•, ~ '•\ ' 1,; NIJI /§ ~•---S•Qnol S1ondo10 Ill" LOcltwotMr 111· $lQncliQrllli NII ,on,~HO S(CTION 8·8 POLE PLATE ,., Sidt tlovnhn4• !i•!.f"Ol•CM i · C·Pt /,. S.n-attoftt, ~-------·<:.~ ~::;~,.·· ' )1,t f,.r lfl'tG,.; ·--'---~ "-6,cu ''"9 'O l"M)l(;t, ll(P~ijt or. 1•gino1 ho111s•11g 4, i,11,t1,Q ~ ~OCK RINg filfj~I. 90• £l!!OW UH •hitff lock,r11~ hrH( •• f\01 ,f\119•<.H .,,lh t,1-Q:l'\Oi ho111t1f\Q Of h'lt1f'Hj Ont 101 tO(.f\ to,,. ••C.Cfi' tt.QU ••11\ ll)tC•C1 ... " .f,1tt1 mo ... l'hhi) MISCELLANEOUS MOUNTING HARDWARE ,....--<::Y _ for t,,0111, H• •-~ f ~POLE P\,.Af[-ffh'11l J:---.., -,•, . I IVI" ()nil Ol'td lop "' ~ "" u,.,... "II -!\·1 •I -~ /~ l••••••••Ht .... to,wru-<. [ r··i\'[T >,,~ -'-"'-iL-JP , -_N't, ~ T •o row• of J ; , C~4'i• HI •c.t1w1 , ,, , ••• , ~ 9u••·) C...-ved W0lhlC, ~ LOO WOJhtt (1hd :.:;::•'~ ~!llf lolOUNJINli V ""'•5., ~Chon 8·6 TERMINAL COMPARTMENTS N~T:J ~~t• .• 7~•;.,om• '€1r.\ ~o:,o~~{~ c;::;Ht~"~ llflf trllf' lilc· hll•• l'IOII P!4(t O 318" qq, YOn,:•d t,Qll •dl'I •a11.tl•r unot• ta:: l'l•OC 11',rotJ~l' fl.O,t Cf\1 ••cuiit •=It •ou•tt1, t1vl. ar>C: IOC.t,1'1"11. Seul Qp•n,rg1 b•l-••n ... L-S., MAT OI UAS•! 1t>Ct.11'hr • .:1 ;it'1 mJJt Qtfl'\ li::i) Tti.rtQ:)\HI top lt'ouriltll li,p hl1ie• optn,t11;it fhQli tit I H~• 1F,.S It,! St•,olions ,n i,11,nqt ,to11 l'rHllct> lh.ou Ol'I !)Ollom ol l!Qf\JI h•(U:)i (>~ If' ICU-,,n9 kl lop-op,11109 Jt,cn lie oll4el •h•r, r:,oop1J1t, ,, u,eo 11,.r,,,ul1 1,1,1,. nowt c t101i·tce",or, 0.9~ t,q. II) MiMnvm "4:,n .• 1-iir, 1uu Of CAL•OtlllNlA ,Dt,·AJ\TMEfft Of lA4Hi~OlllllATIOH SIGNAL ANO LIGHTING DETAILS SIGNAL HEADS AND MOUNTINGS ~ m CJ) I w 0 ...... ~ co I c---L--, ., -r-..,~ I I J j \: 1 I • I I I I l / ' I\ ,, I I '.., ~ ~, I : .. ·r ·~.... : I ~" \ I I• , I I: 'I •1 I , I : \_ t ,,' I ' -. -_J L-, • I ' ' 'I 'I -.L-,... ---:.. --• ...J O, \Airnm...,.m 1 ---------, i1p1ca1veni,:.i1ar Si<JflOIMounring ,----7 r-____,, . fll tJ-1 . __ ,_1 --7 j :•r I • f ~ L. ~ a·· '-41n'rr1..1'T' , 1;)1ca1?e.::;csrrian Si<Jnc1t,,cLJ:--.1ir.; UNIMOUNT MOUNTING HARDWARE IUt.4) , r c De use a only wnen socci t ieci NOTES :. .:;:-'-:.• --:: c-:r,..,--> .:;r . ..J -:1 re~~ .Jr ~ ,r <,J1co r ors ~nci. '.)e 1i: ,r:cr,. .:..11 -c5• .:r"' -c-'·"ea ~•;r.:.1:-eccs ..;"'1.;J ..:.11 cr0-.r;:-:-""lco vi!, ~,,,r 1 s. :;."lo, '"'ecJ:s. sro11 De ;.rcv,CttG ..,, • ..., : .:c"" -:: ·e:s.. Slot tor mountlno 001ts "-'inimum POLE PLATE SIGNAL HEAD PLATE Typical Peaestrlan 5ic;ina1 t.4auntlnc;i CL AMS HELL MOUNTING HARDWARE ICSI IT a De usea an1y wnen speci fieO) J" \l,r:.~ ... m ~er -,-L ~ See ue1011 A Mo.sr S1ioflt ter \ ~Q3T ~ or~ I Slipfitrer or-rn) •I I ~ ~~-rr "' .n ~1·· :n1mum -r ' ,(<2)NG) \. ~~~T ~ lJ~~ ';'""""/\~ ~AAS - 4 Sice cnc~rrr,enr ]" Mlf'\imum q.::t 1 \4H"'llmvm MAS-5A Siae at tocnment ~/ ,,.,,,,,., L ~ ) LJ <.,-'<-" ~ Si;::e ,.,;e,. \it.S-::;8 5!ce :JT rc::n:nent MAST ARM MOUNTINGS MAT Top <Jt tacnment 01111,°""'" I -u JllOuW::L~ll __ _ l"!.~~~G•lf ,,,.-------Corrlo,;ie Bolts washer/ ,;;: 20 x 2'/z'' li:tJJ (""""'°' ""~,,., ,,, I Serra, ions~ "' .,....,------(~----2 Way :·er'\rer 5 ... ::;pcr-~~ With j 1/z ., Huos '~Nosner ;:~1/4-20 Hex Nuts ~81onK Cover l/.,, ,, r~~·· ~~Sllotlrrer i• i~---LOCK Wasner. 1 l-_ Cover Ser ew. ;,eA -:ec;:::; DETAIL A %"·16 x Y,,, MAS S~e Jttacr~•nt ~BBRE VIA T :ONS MAT Mo5t Arm mounted 11enlcu1or SiQna,.s .J;:l at tacn:nent. MAS t.tast Arm mounted "or:,cu1or sl,;nal!t. 5·ce o trcchment. MAS·• '.40ST Arm mounto<l von1cu1or 5,~no1~ '5,Ce mounted 4 siQnc1 section, . \U,S-5 \4cst Ar:n mounted vcr-lculor !.IQnols Siao mounroa - 5 s1i;ina1 3ocr1on,. CS Clam3neu :nounfin<J ncraworo. v;..i ~;-,1mount -novntln(J naiJ.-ore. STATE. OF (At1F:~~I.A :~~ARit.1£f-!i .:.F !M..lt,j)-:>:•iHAi,:JN SIGNAL AND UGH TING DETAILS SIGNAL HEADS AND MOUNTINGS '-----------------------------------------------------~-3E I\) 0 u) LOOP INSTALLATION PROCEDURE s.... iiuia .. , µiwiifl'ioi Kit iuup ~ ........ ar10'M'I If\~ 2. Slott lhall ~ wuhed. blown out and~--lnllWllng loop c:onducloo-.. J.--..---c,n,o, ____ U-5H ·-loop-a 1101 uo,,g a J/11-ID 114----· 5 -., _..,,,. lo<,glll ol cond<.<:IOr kith lUI ID -pA bOa pt.-51Ntolllecklllp.Abo• 01rect1on oi TrQHI ·{rib rnEP c..LJ T EP EP 1---U rrt1 ~f. ,. LJU._ .1. ~~{ (gJ= a,e, I C:.0...-1• I IIQvtl &. Tho-iof,glhol_.,<Ol1COJolo< lorNCllloop_ba_lDgollw -•-""-2 una.,_ loolJl>Oba~-ln h IIOI and ~ 10 tllffl'INtOO p.JII box tl~,tfwtlatlon Pult lo• TYPE IA INSTAllATION TYPE 2A INSTALLATION TYPE JA INSTALLATION r.,minolion ~ Pull &01 ~ ·{ -+---c• 7 No mote thlfi 4 looc, OOl"d..lc!Ol't !2 twilttd panl iNI be Ina~ 11 one NWecl IIOt 8 kl~tlty .-'d 1-0 k10c> c,rcac ~-If\ the lfflTW\ll'IOn ~ boll ia, .... ,,ty lf"lcJ tag win, IOoo nl¥TI~. Sllt1 tSI at\Cl tin•th !Fl :)I cOl'lduCIOI laentity .-Id rag ~·fl UIDl,e wiltl untor nunbef ¥Wl PNk SI Teat eKh IOOo Cll'Cu,I fo, contonuary Cl"CUII r ... a,anct a,no >0"->l&l,OO ttAilllltlCt 11 rt-.. D\A 0011 O.IOl't lillng &1011 10 F,1 SIOII U ah()..-n ,n delllla SAWCUT DETAILS T,-Pt A 1000 ~•••<tor :onf1Qv•~rior, ~•••o'ej I IA 11\ru 4A•I lrP• A loap conf19'-l,011ot1 ,n eocl'I ion• 18 uwu 48• 1 Tio• 8 • 11 ScJkt boC) conGXIOfl to )HO-lf'I Catale Al SDkCH v-al 0. ~eiJ UN1iQ rOMA-CO,I IOkJtM" ! IC•I T,pe C loop conl19<,trvt1on •nt•riRQ lonu 01 requir11d 4 ID ttvu 40 • I T ,Pe O looo conl,9vrohon 1n eocn tone ~ IQ lhrw4Q•J f1~ 0 " 12 ~ad·lll CaD'e INI bt ~ and waierp-001.a P"l0f to na....-i,g .-. conout lo pre-..n moiarurt lrom en1er,ng tt'le U!Dle. (UH T1oe fl,C.0 Of Q looo dlleclor ,ont19urohon1 onl1 when 1p1c1htd Of shown on p10n1 l 1 l Ltild.i cllble INli not De ~.a between the 1..-minat,on pul box ~ I,... COO(Ioi. ~I I~ 1.f hM tach IOoO C.-Gul lof conhnuty, ueuit re-wt.lee at'ld .naulahQn resistance 11 t?'le :::ontroiet Qblf'ltt IOUit>On The iooo .:,cat resi:itance 5-"\MI :"IOI ••cff(I C 5 onma Pk.ca O 35 ONn1 pet 100 IHI ol leld-.n Qbloe TN> iriSUiattoo rt .. :UMlet 11\N be P«kwme<J blllween tech Clfl'Ult conauctot ana ground The n~t,on IPlallnet SNII not be lfta tt\¥1 100 megotima , 5 .....,.,.,, IOoD conoucton •• no1 10 be IObCtd lo 1 ~ad-in c.&01-e the IOOI ol m. COOOuCtcWI at\aM be laoed....,.., ..... DtOOlt<J w,tfl an elecineal ~ coatng 16 Ols1ance t>et'wfff'I s,oe Of kX>p ¥lQ .a ;eid•lf'l $.IW cul lrom ~<ac&t'll Je-l&CIOtS srl&I be 2 IN1 nwwnum Ot&laoce WtwNn !411(J•in NW Cull ll\al t>e 6 IOCJl.ea m.rwm.m 11 Loooa thal be C-"fffed 111 iar.a 18 Aotacenl ~ on Ille .,...... senaor unia CflMV'ltli "'61 be WOU'ld .n opooade llltect10na , 10 5,,a" Min. to 11z ~ fo, Type I Loop CondvCIOI 1'\? • Min. lo 5.-e. fo, T JPO 2 l.OOjl c..,..,.,., ~•Min. fo, Type I LOOD Conduclor ~ ~ ~ .. 11'1. fo, l1Pt 2 Loop COftdYCIOf 119, Mo-.7 ...........,4 I" M,n-. I/ •19 Mo• ,-~,n --, ,_·1.1., ,· .. ,•~L . ,..t:-m=f _J_ ,-• · • Oeplh 01 • =.} • --• T ·• Loop S001on1 ~ L .. · ~lnOlooo!Ow,,•,CJ • -·• , • requ,ttd --r, .e Loop Stolon, .. . Ctofh °' ftQv,,,d..... • LOOP Seolont I • Otpfh as , : · . L..ooo •t. ~~..:: 111 1000 ''••tr.al <IQl,orod ,: · '.,. 3 '"'"' L-c.,".""" L_;j' C<>na.,,.,. 11 •• ,,01 ~ 11.Aitta ~ ~Ndl Su Nore 7 5::-r;JQ"y ;J.·A s:::-:-·::;~ :?·3 SECTION C·C SLQT DETAILS -TYPE: AND IYPE___Z__LQQP COND.\J.CTOR 1~, l~I :ijW)l11 ~ JY WINDING DETAILS ...'£. 6 .. "'••-:j rl -'\;~ l'i; L-:.ogs~~1/· IT6 MCP. ?~:.N .-·1; N CF :•AC:Cr-J:.L ':'~:: ~T C'.)~\;£'°5 TYPE 4,:. INSTALLATION li;=:=:al .:;tt1e;:.1 ~~'r--===:-~_J~:J~ :lTATf Of CALlfQANIA JfP•AT,..('llf Cf TJ'UhSPORT4T :)"'I SIGNAL AND LIGHTING DETAILS DETECTORS ES-SA m u, I "' > f\) 0 ~ '----, LJ 5,,m,•I r ~',-I ~ [((!1 ',.; 11 _ l~) '#IHOlhG D( 1 A IL Du,,11•• of t,•,,•• ,-rlJ L_)J $A•C~T D(h1L TYPE A LOOP DETECTOR CONFIGuRATION • • • • ~ ~-1 L!L.1 TYPICAL TYPE A INSTALLATION OonC111W1 ot lf'Gl1191 ~ J'~"----= ti"' ",~-ill " ,S" )_o· zr . r, , , , "u,~ "' '" I r-·~ ' ,, ~ ~~ •,~;: I J~ ~ N~ 91" ,, .. ..,., WUU)U1Ui 0( TAIL UWCUl OE TA.IL TYPE D LOOP DETECTOR CONFIGURATION ,uu •••, •••• uu1t11,., .,. ... •• ta., tt•••) ru~~ ... ~ ...... ..-cwl'I .. ,,.,... .. ~ .. ~ [ll [!] .....,_I 1 h,ffll ..._ -, .. 1,... 01 ................ ~ IMIIII ~ turR11 ..,_ _.,. t,.. 0 loo, • ~ U. Mnn _.,_ ) ~ ,., leoaa IT,.. ,04 fl ~00 ~I t11'1 •..,... Wit -O,,.(l1011 ol t,o,tl -</'> 'v i1mool :~o WIND1,-:; DETAIL O,rect1on of lrov•I /T'"" "-'-EL). ~_: ~_0~) (l:.,V" S.t.WCUT DETAIL TYPE BLOOP DETECTOR CONFIGURATION IU1e 0111, •h•n 1p1c1f1•G or ,no-" Oil\ tht pion,) I 111111011 loop 911h loop , ... , ......... pa,OMII ~ ,.no 01 kl,nal1119 0w0w~0 TYPICAL TYPE B INSTALLATION R $1MtlOI WINOINQ on AIL 01rett1on o• lrovel 6' -...1 s10110 Br bol""' no,.,mat ---.., 5 ..... CVT D[ TAIL TYPE O LOOP DETECTOR CCNlO..RATION lUH liftlJ when 1pec:1f1td or .,.o•n on 11'1• pleM) ~~!~~•~~~~~• I -~~i· t;f'~2-~':'. SYMBOL :i;i, WINDING DETAIL l~f TURN)• £4./oa..... C..,t' O,IOf:#htCnr.c: .... 1"1"JT'hA 1111(.,11111.lOl,tcr~ ... t~•· .. · .... ~_11p~~-L~tJ~Ui-~ -~ 6-~~~T 0 I "' ~-I 3· I~ s I 0 N -0 N p L A N I i__t SAWCUT OE l AIL TYPE C LOOP DETECTOR CONFIGURATION ( UH onlJ •hen 1p•1.1t,ed or ,no.,n on lh• pion, I • Wldal h,o l111n1 Wlleu olherw1H •P•t1li•'1. ITATf Of CAltfO,.NIA Dfl'AfllWINl Of TRANll'Oflll AltON SIGNAL ANO LIGHTING DETAILS DETECTORS ,~ EHB N I C CJ1 ! ~, 112 I PUSH / -r &10 &10 ~j I BUTTON PUSH BIITTOI PUSII BUTTOI fOI fOI fOI f I WIILOO run Loo mrKLOO FOR .,..._ --+ ...,_ 7· 80TH RIGHT l£fT II EQB DIC'ftt..i;; L6tili:li CU• Oftly WIien SpecHltdl f 81ack ltgend Oft whil1 bKkQround. ~ Fl' I ,·r,e I Aln-11 IT-••-~: LDT. AMT Dl lftll PUSH PUSH ~~ ~ -A • I I El El 13 ----· -· --II • ' ' I , • • 11/I IIH J/4C J,. 1111 JJ/1 J/1 -l.laa.&A&IGW·IUa: a,.a, ...... ., ..... Wlll1 BUTTOII IUTTOI BUllON ~ fOI FOi roa :c-GRHII Lllilll GRffN Lllilll Gl££NLOO .. +--+ ---+ ...,_ ___I_ 80TH RIGHT LEFT ' • L FQR 3-LIGHT SIGNALS l u .. on,, W~•• Spec,l11dl 11, Jl4 I" 81aCk ltQlnd Oft whl.t1 bock9r01.1nd. PEDESTRIAN PUSHBUTTON SIGNS PCC fill fOt PCC turlGCtd •0odwoy1 PCC fill .,11'1 top 2• AC fill for AC ... ,touG tOOdWQJt I ~ ~ ·--1-~ jC..J.::~~:· ... ~ I 1 ! l T-o Cotw:lv(IO, caolt 1...-n,lhN •111'1 eoch dlllCIOt ptODt ·~11 )'" PVC eon41,11t PLAN Ma9AthC dillKICW Pl'OOe IOC.Oltd at cent• linet oil opprooch lane ELEVATION NON -DIRECTIONAL MAGNETIC VEHICLE DETECTOR INSTALLATION DETAILS Llod-en , .... SEC:i,ON ~-A ~RtoliQ<UO ind,con, l!Qhlt TYPE~ (U$e Only When Spec,t,ed I 6) TYPE C """' [] ~ TYPE B ( U$e Only When Spec1t1ed I PEDESTAi AN PUSH BUTTONS I $hope bQck. of COIIIOQ 10 1,1 c-,,vQlurt ol POii 2 Prov1d1 cover t, ltrnQ IOf IOp ol posl. ,.,._,n PP8 ,1 mounred 00 pcOUlflOn pulh CUIIOO post lnlloll p1,11hbu1ton on crou-ol• s,01 01 uanoo,o SfAJf. o, CALi,QANIA O~,-AATMINT Of TRANlfl>ORT A fl()"I SIGNAL ANO UGH TING DETAILS DETECTORS ES-5C m (I) I 0, (') ) ) :.) 9· 1quo1t 4 · 1. 9· Qoh co,1 ,,on p,pe llot,Qt f and 0 lot-. 4 p1oc.e\ 01 90• ,. ~ -)ii \ ....... ~ ~~ ~ fl: i j '"•1·· .. '-, •• r llli o I I --"~: y s .. dtlQ1I "J .. f1.l1 ~ 8 •1· BC BAS( Pl.Al( (P,) 7111· BC BASE PLATE f: :1 e,,., ,.w .-".•-i 8 .. kl , -~, D[ TA.IL J S.t ~Olf 6 fiJ \ ,. ,11, ~ 4· &eh 40 P•(>t -~•ii , ... ~ J ...,. , ... 1.-, ...J_. ,, ....• ?-,': ... :. .... , ... ,,, .. J(_\ .......... /' JI lsU1<1>,I I J.:v~~-, -', 1',H8 l \-.. -1..-. L. --'----'--------1, .. •• ,, ,, M, ;) 0 1196-toJtt••· , ... , po11 "• IOM.n ot laoU {~') -\ i ,. ''2 DOU :• __ 87-~---;c~ . : : 'o )14 • I t8" OO(hOI bOlh ~ . : f ' r,ueod 6 ~ .• ,ti'! 2 ,.,,,, L· :. _. ....... ond l •O'-"•' 1 tocl\ --+-l tn9111 Gou AQI ,n,h,,dt 2-0· r 01 4 . ,o• HIid, IOI 4 -,·' ~ -honOhOII ond <.O•tl TYPE l·A STANDARD 4· QOiw \IHI P'6lot 01 '""°""' 1 TNtoO .OI,. end I (~~ 0 z ' . ..,.....-~--. '('!: r--f '• I 18 ~ '• 1 , Tl\t !'oc ho1 bo••, ~ ; ' O eoo 6 .,11\ l --. • j ono 2 """ _• 4 •oil'lti\ tOCh -··-·· LtnQlf'I dOCI "OI •"(luOt i-"' 4 go• wno. 101 4 _1 o· TYPE t·B STANDARD NOT(S S1onao,di 1,no11 be 10 o· t l-l<K ,,n,c..,101 ,,c,-io1i ond 7·. 0-t z• 101 ptdtlll•Oft t,19"0II ..,,,,u o•r.t•• U l'IOltd on pl01'11, TYPE SIGNAL STANDARDS lop ol 1tot1d0141 1no11 Dt 4112· QC, (o~.,;•lt, 1noll e111n4 2 · m..i1 000,, t,n,t,ntd t,.,;lloc, of lowndoi.on ono to, l1pt I A. I C Ol'l'J 0 ,now bt 1,1op1td IO•O•d non4no1, An("')' Dolll 11\QII bt bondtd IO (onClw•I Condw" bt••e•" 1,1onoo,o ond od10,,n1 pun bo• 1t1011 bt 2 · 1,tt m,ft,fflwffi 1..,o, mo) Ot '"'"' II'(] ,n10 1,ct'll'Clu•t 40 p,pt 0' Dul ltO o, •tQu,rtd ··,,. P,pt • j .. Bou -d. -~-L ~: '2 lt ,.,, ,, ..... 11"1 p,pt Z m,ft -,, .. • 1l oncno, bOIII IOI 4 SECTION .,"J· -.. .,. ·.., 4•7· 8( 'h101r,1, p,oot COi) rfq..,,rtd 2112 1,l(J P•Pt lo, \,,,., ,.Qn a PPB f-J· I 1 · I~ [. i, \\+~ lon,. t 1°,-·· ~1 l "(),J (..,I tlolt lo 1,1 ,,pt I ,6 11•• t hQIU < 1 !. 0 . f 0 0 2 l. 4· 1,ld 9olv \IHI p, .. 3 · 1 !)·' nonr..,•t . 0 z ol I O 1196. Jop111d 1 ,1,e1 potl l 00 00 0" .5!~ -_'( 1. ""., ! 00 000 i~ I~ I z ., • 0 O ' t ~~ l · • ~ · nondtiolt a> in i• (11 ~~10tn,l'IOlbOU ~ndco,e, ) 'o~ o ~ 'ti bc:iu p1011 112 bou: Q ,-. ..-=cJ. _ .. L p•o<•~ ..... •• -~--L ond covtr (S II -: (' • 18 .. OnCf'IOI bOIII I : , 1'1101, I 11'1\IQI: 01 9112 BC j ---4 C? ~--e-·1 • ·,----t.:/1•· ·r -,-01'10,1, BQI 1tiown i .. ~t lti,,od 6' ,.,1h 2 n .. ,, •• •1 ;...,. IU 1,n t A J ono 2 .. o,ht,, fOCl'l n· I! I YPC I C STANDAAO S,1ie11 l•ijnt b, 01ti1,1 ----LtnQlh don l'oOI .r<luOt }' bend. 10101 4 2·.0--, Pf ,.r, S1A"40ARO , , J .. \.Q...0'!_. ./::" Mr l,l 7112· BC ., J; ?""'.' <::; _HAS( _Pl ATE. l rl.r '\ .. O,o ~01., 11ee1 "''"" Pl C ,; O,o L J GUARD POST A')•. (:) ( ol number\ Cu1b o, r:(IQt: of \l'Ovldt1 ~i i I O,,,o,on of 1,011,~ ~t l f ADHl ~•v[ ·~ "-· ... ...L .L I 2 3 4 5 2 3 4 5 P4•N l l 0 ~~!!_ 1 l 112·' 5t,,n .. 0., L tllt1t) j'9 , .. ,· ~oodwoy \•dt ot polt I 0 • I I NOTl Po,n1 r.umbr:11 on Rooa,.o, \•dt loClflQ 1,olt,c ,..htn tltC1'0lot, o, po\1 •I l,:lt of d•1f(l,on of lfoll,c (u,t) 01 \houldt1 Q•Odt L[l l[R O[lAIL T YPl(Al NuMO[ R f ORMA l LOCATION Of EQUIPMENT NUMBERS ON STANDARDS AND POSTS [L[VAT1DN ~. f0.,nooi,on 0110 on,r.o, bolt dtlo,1, tOMt OS PP8 poll 0 S.o~d Pran S,,..1 No SIATl Of CAllfORNIA O(PAAlM(Nl Of tAANSPORIAIIO,.. Noll (on(l.,,I lhQl1 p101,..,o, 2 mo1 ObO•I ,.,..,,,..,o , .. ,10,, lovnOot•o" _J!~~f PLA!!_ PEDESTRIAN PUSH _BUTTON_ POST COMBINED STRUT SIGN _!'!_OEST!!~!:! PUSH BUTTON POST 0,,to,I ,.._, SIGNAL AND LIGHTING ST ANDAADS TYPE 1 STANDARDS AND PUSHBUTTON POSTS [ ES-~A__ rn (/) I a, • ~ 0) 1@12· S~lbl E P,o~_, IZ'.O:: .......... 6'-0"a zz• 65 Ill ) ln......U, -M Sip i:c LRoodw<>J ELEVATION TYPE 28-5-80 NOTES I *"" pro .. ,, plo,. tho• • ••..., n\.fflbM of tlrQ,11 on4 1'9nols, lhe p,oJtd pion,~ pr1vol 2 fot dtlolJt nol thown ... Slondord Plon1 and [Mclrkot 0.10111. "'"'I"""" Jltld of -t110I It 41,000 pol ARM DATA I Boll I HS Cap Cl«lt S<,.-.e 1$~-~!i-=>lli J Pioli ~ 1$" zw.·•-. Aa .. ofor,n") _ X Foundotlon e BASE PLATE J:' • !ho X .... ••·-o· 0 f NJ ,rHSM•M~<~ I l(.lt• Tglgl .. Tgppo'eptot, I'~ ., ::_J d-z'-·•-.•-,._ tltctritGI conductor, SECTION A·A ELEVATION SIGNAL ARM CONNECTION DETAILS CDI I C.OU,.h I IIOU"I -v.v---.. ,;;; , .... '· 2-S(h 40 P•Pt. ChoMd •~• -Gotvont,a dro-n ho4u, z ~h 1'dlt1 .. Pr ,----·~~~~---~ _____ E __ Pr_o_lK••_!!..!~~---_____ _ )@12· $~ ... Roodwo, 12·-o· Mnmum r ~ ----11;·, ... -~PS,Qf' , ............ ) I . ~ -L_ __ _ L------------------9_ Ste,,.., Jig / --~--------0 6'-o"•~~.:'s.w-.,..,,,oo11, I ELEVATI~ TYPE 29-5·80 29A·5·80 '"·•-"'' t-~ @ f0\.l'ldoho,t1---e L __ Olo -( Pele °'!' .. ·a J: 1 i.., ~,. ¥ -<l>Q H -·~--Nt loo4 1,P• Con l\r, ~c -21" H! n· B• 01 02 21· Zl" BASE PLATE DATA l-• .,.,.. h" CIOH PILE FOUND~~ ;n-..:,,..., Anc:ho< A,m lum _ Olamola, [D•~plhI A1K1fo,ud -· . I" .. 12-a 40-•6• . •··-~-~.}~ ~~--~"--~-0~--YU • lnO.COIH 0"" &tn;tt'I. to be wHd ~u o•~• ... H "O••• plQl'I• $J 4 Tl Of C4Llf OANIA 0(~AAOollNY Of lAANSl'"0RTATI0H SIGNAL ANO UGHT"'G ST AND ARDS CASE 5 ARM LOADING WIND VELOCITY,,.80MPH ARM LENGTHS 50' TO 55' f ES-6RA -------m (/) I O> D • -,1 ~I to ~ ~ .. a i..:. i ~Sf "" ~i .. ~ "" !I ;\A ~, --H I I J •• -:1 ! }! ..,, ii I~ i1 ¥. "-l ~v. • li ... ' ~; I. l ~ .. ~_, !.,.~:" !i ~~ 'd1. ::; Qltf J I i ? . .,, i :. z z • 0 i z ,ii " ... I- i!. \a,I i. t i:i. • ;1i a:: a ... t th ~·· l J ~ ~ --' ~ \ ll • If • .,. i i -15 .. 1l I li :. '= I I I -. . :~ .,. ~; f .,,.s •2 • ES-6S ii c• w ::1 ih 5 i J: H Q z • :r r I I \ ! I ; -''.,t•t ·1 r'*:~ ,. "'I ; . :1:~ ... , . --.... ~1 ! .. .. 0000 ~1·11 -y l .. i "' .. ,. .! • : . .: ! • j t i • • ... z a: C <( .... ... ... > • V'l 0 :I in u :> z "" "' z a: .J 0 a: ~ ;:: .. "" 0 ': c..z .. :l 4 ... ~ :: z ... 9 m ~ / I \ l1 !i 'I \ I , ~ :Ii ,n ...J C( ... l.w 0 l.w ... <II ...J i:i. . -;. ... .... ,n .. •• "' CD . .. •• s; C ... :? ... <II lrni. ,\ I i'g Qy/ '--..__,/ z a: .... 11; ,.. ... <II I\) I\) CX) j "" ..... , .. , ·1 ·o•• ~~l~~~-~~.-1-~·~1 ___ ·_i~~ ~~' __ .l_~ rlt~~-.. ToP ot 119" ••-•I 1/a • r f'•CPW"d• •t""4'.olll• •..-l•'ll'II ,o •. ""'~H ~• ~•U••< (O"l•el .... II -'4'4.114 OIi ..... · ,;:· .. : A:~B---,~ ,~,.,..~fd~~ · .. ,.!~i~ ~ Maa. 591' Al•• 1•1 14.H ~~-~-JIEAR Vlf'# a1 tot t~li ¢ •40 • ,• ... . • . :.! .. -:: I~ 6~ '-• .. ~ " SECTION 1·1 'ill ~ r~-1 •• : . f---·· ..... , ..... , 1: ~ ll 1> ~ R[INfOACfO Pllf CAST-IN-DRILLED HOLE Soh11y U::tp • 1'4 • 9olw M• t'IO boll, ~ a loc.k .othtt lntlDM Ulf1,1 C.hOMII, lolol Z L-------· Motl Oufl -.G-111.t. • • 0 105" 91olw P•P• c.lofl'llp 51>4. talw M1. h4 Ntl,"111 • loc:i, ..... ,. 10101 2 0,111 6 Np lo, •✓1 ~ CO, Krt• .... kK:11 ..OUIII 1"9• a 1'9.'" 1 010~" c.0111 tlo4 tAl••••., .. •~c,ua~I STANOARO TOP ¼··v-o.,, P"'910 (1.,1,,, (.,.1101 u,i,I '-..tAfl.._D(Nt.t~tA ·•r• "..,._t J .ii tMl.l!Ul a Joru,Olf 4, 12tlll. ____ -• _ ·:ua.'). .._..,.\._,..__.,, . -·ll•lt)• \.... ( ..... ~. ~~-~-::_,:' • l'li-1on9 110 P•IH MOUNTING AOAPTEA fOR PHOTO ELECTRIC CONTROL UNIT l"2. tld P•P• 211t• lot1q Pt>oro,11,11,c ( tQl\1101 ..tut -•-•-. / s, .. POLE TOP DETAILS l/4 • ~ ,.,lh 2• d1orn,1u r.01, fjll .,,,...,, '"'"·""' a tlN• weaher, 101,1 I Stt11 POMI ~ $10[ Vl(W SIGN MOUNTING DETAILS ,,,.·"'4• -r•"~•-.-ALTERNATIVE MOUNTING AOAPTfA /4'" 1hJ "°Pt.~•IOf"Q ,,,. p,~,~ffi.i ' Chonn•l-{:j s ... 1,-•.,:~ .. , ........ MJl"'AI f"'l ,..,..If.hen L ... ···-· ·{ . v-< .. .!: ...... s,., .... :[·t ~ I~ tt-t-,..,.•p101, Wllh 2·i:Siomtl~ tio .. 't\lud lo lop ol f.lQN)Ord T rP• }I gr 32 1IOl'W,JOld, S,QnOI Ood hQhllnQ alonooro Of 01,...._ p01t, tM lop of •N<.ti h01 on 00 1ot9t1 I"°" o 4•1l«t0014 1)69t SECTION A·A { I O.omer•J NON-~ RliNfORC(O PILE PILE FOUNOA TION .!1 ----FOR UNIFORM TUBE noCKNESS 0 1196° • 1· MU~, .... ~--_!_ AT TUBE THICKNESS CHANGE POLE SPLICES Po&u To 8• ln11olltd On Rauatd, fou,-.1101oon• sou '""'' .. Otld OA(hQI boll .. ,I .. "Owe betro lh1Hd Tht Conlroc:to, M'OII ••11fy dfpero4e,n1 duna••1on• tlefo,, '*''°""9 POIH to fie uuh:alltd Oft , ....... IGWHtoho,u PhQ10 ·•••,111, '-"'" to, iU1lff111tOk-d t.•Qn• /Ptiolo-f'4t(lf,C .. rul lo, / M4Jh•4J l19ht1nq _____ .1,J:••la• "~n•>,.ul l1ll1r,9 ~-::;~~h~-S1-.inot 1hpf1II•• • s .. S1ondolcl Pion[$· 30, plltQ ul\watdot>tnint . ,~• 10 vi• ••<JucWf ---. lw~• I~. 21. !10. o, I-8 uonda14 DUAL PE CONTROL MOUNTING OETAIL ,u,U Of CAlllOfO.tlA Ofi,.+,Rh,tt ... 1 Of JA•1<tS"OllfAl10N SIGNAL ANO LIGHTING ST ANOAROS DETAILS NO. 2 ES-6T m % -I I\) ~ NOTES ON TRAFFIC PULL BOXES I UH ,, .. 1 COwtf Nd tp~lol concrete f°'°""9, 01 tttown, wl'l•n ._ 1" to a. lnttoll.O •Ntrt •YDJtC1 '° 'le-nic;uigr iruiiu: iuialia. SIN' WW'ef lhGII l'MMi tffiboHff AO ft· tklt "tt•ra 2 SIHI reVlkltCWIQ 11\oll be 01 ,eouklrlr ..-M • M ..,_..,11 i,,,GMNCta of ... ,.w,~, ... fl'I0Aufach.utr ) Top of t)ull beau tho,11 bt fluah with ,~roufll411At ., ... Of top af M,ount ,urti, llCtPI 1h01 11'1 unpa ... d OfHI whtrt pt,ill boa It Mt tmffl•O.ot11, 04)0Ctnl to Oftd ,,.._.. '9 • ~ fCMMohon, poM o,, ott.,, prvt.::tlva tonttrvc:tlO-t\ !~c11n~:: ::~,:: =~l•~•;!o!:.' !.°fo~,~ ~oo.:..-::: ~ :.C:-ato~!..,. ..:~:=-~=;•'~~ !°.:::o~~th:I•~: ploud Gfl tide o4 1-..c1aoon toc:lnt OWOJ tlOM k11ffi(..-..11 aN!ltflrate nQted 4 Pull kl c-.n ll'IOU N WiOritd N touow,. oNo >"'a ,-,Ulloa I) ·slGNAL • lrofflc tqlOI Qfc;\llt1 .. h or .. "°"" ,tr .. , ond/or ltQf'I "9hflhQ CW'CUIII 2)"ST LIGHTING" $ ..... ond/o,oign~co,aoh•• .. • ....... •-600V. Sl"SEJMC['° s.r-°"""" bit-..-saw-•---•· •1·SPR,.~Lu-co,ml" ~ .. , ... ,ro1 c1rw1. Dl "CAI. TRANS" Oo all pwll -, UOll'l""l pull bolH ,...u,1 "SPRH<LER · CONTR" ~ No D,6,1,o, IA ... bo&H I l • TRAFFIC SIGNAL• Traflo ...... -• wtl1I "' _,. •-o,,4/o, •~ 119NIOQ ..... ,. 21°STRaT LIGHll<G'Stni• ""''°' 1'QAIIQl'llll9 -• _. oo-.eo ltobo;o 600V. $) ·srR£tT LIGHh<G·KIGH YOI.TAGC° s.-o,,4/ot IIQn ll9'>M9 ........ -·· vollogt II -600V ,in•SERVIC[• ~ dtc~11 bttwHn terke p(Mftt on4 tllt'wk::t ~t !'>.l"SPRINKl.[R-CONTROL" ~ -....... I 6) • AA.MP M[T[lr Romp ,..,., clrcuN1 n•cou,n STATION"C.O..t _,., --....... ; Llft Hoitt TOP YIEW Groun4"'9 ... hont Grodi u .. Noto 31 $11 Note 2 PrKOII nintQl'ctd COMftfl bol. ----•,,• Brou,Nrlon or Slo1n1a,, S1aa1 ,tud boll,, nut, and wo,rian, 2 pa, boa. Rac.eu m coyer lor nul. Letlue to be 1• min ta :,• moa hi9h SH ,-.ote • 1 ·:, -ii Hold· down Ooll r ..................... -... ! ] , -·: Y-----,. 7 • o.-Llft hoMI I Is ... A : 1 A Pncaat cone,••• boa 1 1 remforud wlfh 9olvonlud L -} ________ __! Z-bor ••ldtd tro,na. Re1nforud ½:• alHI plot• cov•t, galvatwud ofle, taoricotlon. S•• Mote 4. Galvonlud Z-Da, I.OL ... Y.IU'. 81 •COMMUNICAn»il• ~ arcutta. w t).CALTRANS-OIi oU pi.all bcaat, 111.C~t~ pull W.11 MGrMd ·sPtUNKL[R-COHTftOL. (11en"on •Mn ,oa hOuaH welded frDn'le -h•111t0ffller.,o1.1o,~or Pr.coll concrtlt~ Zif r,. •-i-.,t<lot _ _._lblll6 ioot,-6 Tht fliOffll,nll ...... of 11\e opeNt'9 ._ .,._ •• cover •••• lboM 1M tM ••• N .._ '°'" dlfHftllonl 1.c.pl the .. "919' OM wldtla .,..__... lhall k ~, ~ ff.al.,. 7 AU ,on,, ond boUI a.hall IN lftt1rchoMj10bl1 w111, Colltorn&o 51onOQr4 IJII0lt an4f.-.QMI QQiiel WNn lftt1tchoa914 wllh o 110ft00t4 fftOII o, flimolt ••01,thl top wrlocn tnoU N tl..-th wltNn .,., Inell lop ouftl4t •119• of OIi contrlll conra 9ftd ,...u bO• .. 1MN M•• 0 ~4 • .... toelkil 8 Whtn pull bOl 11 ll'ltlOlltd ... ,.0,.01, ono,1n1 ·~·" of u,, ,WII Do• lholl bl OdJullH IO 1h01 lht lop of 11\t l>OI II th,11,b wiltl tht lop OI IIOIWOII 9 Pvll bol t,11,oU 1191 .. •NIIN wllhla N ~ ... of ... OI 1141Jnt whHlctlOW ra,mp,. • ... •P•clt,,4 -··-•• V a ... ung • ...,P., . I Gtound tod •MIii 1p,ec1t..-d 01 •-•" &,,oa MYMI hn1t~ SECTION 8-8 INSTALLATION DETAlbS Pour P In Hald SECTION A· A NO. 6CTl-TRAFFIC PULL BOX (CONCRETE eox ONLY) DIMENSION TABLE .Con, &holl tOVtr tfttirt top Gf boa CONCRETE BOX Pl.ASTie eox CONCRETE OR PLASTIC COVERS hol• Min•• Pull 80.1 Thk:11.r.au No 3'-7 1· No 5 1· No 6 I~,• No 61T) 2· I~ .. • 1~,• • \,." L Ml•. ✓-llon411olNl~ollloll *S1ul cove, ,_ .. fl•ld~H~-~ . ..:J ,. Min OIi .,wnd ....L,/ 1\,011\,",>t,iL MIA. 1•u1t1 PCC 0. oil aldH of boa Cirwn4Nftt luaN•• NO. 3 ½ (T) & NO 5 (T) TR.AFFIC PULL BOX (CONCRETE BOX ONLY) Mlh. Depth 801 Min ff Min 0.plh 8o& L ... .... R Edge ond Eatenalon Thic:kMH ond Emn,lofl w Thlcllttu1 Nof&1.-.1k>n '1 .. • No Ext1tt1.an 15~.· 10 ~.· I •11" I \'4• zz• 't,.· zo• 23 ~.-13 1, •• ,,, .. z· 24° ~.· 20· 30'1'.· 17 'I'," I¼• 2• I 1° llo.,NotApply ,3",• 2(1',. o· 1.,-• **Eacludlng C0'14ult web tHII* Top d11ntn110n ITATIE Of CAllfOlllNIA PEPMITMENT Of TAANl,-ORTAUON SIGNAL AND LIGHTING OET AILS PULL BOX DETAILS [dge Toptif 'I,· ~-l<o" -ES-8 m en I 0, l. STREET LIGHTING SPECS PULL BOXES A. Service Point 1. When SDG&E handhole is utilized, it will be considered first pull-box in circuit. 2. When SDG&E transformer is utilized, first pull box will be located adjacent to the transformer. 3. Line conductor in first pull-box will be fused for circuit protection. 4. Consult City Electric Department for exceptions for unusual conditions. 5~ All pull-box locations will be stamped in curb face as shown: a. Luminaire Pole 1. Pull-box will be located adjacent to each pole with fuse protection inaide of pole. C. Conduit Runs 1. No conduit run will exceed 200' without a pull-box junction. 2. A pull-box will be located on both sides of roadway when a conduit run crosses that roadway. 3. To designate the locations of pull-boxes in both above instances, curb-face will be stamped or marked with a P.B. 4. All pull-box lids will be marked ttStreet Lighting.tt 5. As-builts will give distances between all pull-boxes in circuit and clearly show direction of conduit runs . nEv.' APPROVED DA _,..,_ ____ ~ __ ..,. STREET LIGHTING SPECS. -,------~--.... SUPPI..E~ENTAL GS 19 ·-- A t.. + 3t/Z 5 a PLAN 13/4" NO IS DTD- e TOI' OIMINIION P'INIIH!tl GIIACE l'ttlCHT m7it---"IINl'0IICID-..... ~1 CONCIIITI MOLDID LITTllt• I/a• OIIJt(IUNafflJ 1114• CQYER BElt•FQRCJNG PLAN NOTES II. UH ITHLCOYIII WHIN IUI.IICTID T'O TIIAmC LGAOI. I IS. ,UL'-IOX COVIii INAI.L. N MAIUCID •11111'11T UINTtNI • WNO& P'ULL IOX COffl'AINI ITRIIT LJINTtM CONDUCTCM CIIII.T. •INN YOL.T.111 • INAU. II ADOIO WNUS VOIJ'MI II AIOVI 100 YOLTI, I) TNI &. A.a W DIMOIIONI 0, THC t:=VIII IIAT INALL II VI-"'"' TtJt '?'MAN THI COVIii DIMINIIONL 41. COMPACT IARTH UNOIII ANO AIIOUNO ,uu aox. CITY OF CARLSBAD PULL BOX FOR TRAFFIC SIGNAL ANO STREET LIGHTING ~lMINTAL _.......,_ ST.&NOAltO NO. Cit}' of Carlsbad April 6, 1993 Kennedy Pipeline Company P.O. Box 3460 Laguna Hills, CA 92654-3460 Re: Bond Release -Tamarack Avenue/El Camino Real Improvements -Contract No. 3363 The Notke of Completion for the above-referenced project has recorded. Therefore, we are hereby releasing 75% of the Faithful Performance Bond. Please consider this letter as your notification that $71,799.00 of Transamerica Premier Insurance Co. Faithful Performance Bond No. 03219753 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. ~~JI' KA~lJu~ Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive • Carlsbad, California 92008-1989 • (619) 434-2808 @ Recording request.by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 Notice is hereby given that: ) ) ) ) ) ) . i ) r·, ) ' . ~ i 1317 ) !.•.' i } ·space above for Recorder's Use NOTICE OF COMPLETION 1 . The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92008. 4. The nature of the title of the undersigned is: In fee. fi. A work of improvement on the property hereinafter described was completed on __ 11/19/92 6. The name of the contractor, if any, for such work of improvement is Kennedy Pipeline Company. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: El Camino Real and Tamarack Avenue, Project No. 3363. B. The street address of said property is NONE. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Cierk of the City of Carlsbad, 1200 Carlsbad ViHage Drive, Carisbad, California, 92008; the City Council of said City on D£ c. I , 19'};!. accepted the above described work as completed and ordered that a Notice of Completion be fiied. I declare under penalty of perjury that the foregoing is true and correct. Executed on [) t&c. :)_ , 19g at Carlsbad, California. CITY OF CARLSBAD ALETHA L. RAUTENKRANZ City Clerk EXHIBIT 3 Tl1is certifies that CERTIFICATE OF INSURANCE iKJ STATE FARM Fl-ND CASUAL TY COMPANY, Bloomington, Illinois - 0 STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois insures the following policyholder fo' the coverages indicated below: Name of policyholder KENNEDY PIPELINE CX)MPANY Address of policyholder P.O. BOX 3460 LAGUNA HILLS, CALIFORNIA 92654-3460 Location of operations VARIOUS Description of operations The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these policies is subject to all the terms, eYclusions, and conditions of those policies. The limits of liability shown may have been reduced by any paid claims. I POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD Effective Date Expiration Date \ Comprehensive _ ......... _ ..... ___ . __ . ____ . ___ . __ . _ J. __ .i?.l!~)n~~S-\(':'~iiiy_ .... _ ... _ ... --·-·······------------·1--------·-··------------ This insurance includes: • Products -Completed Operations . F80 • Contractual Liability • Underground Hazard Coverage • • Personal Injury Advertising lnjur; • Explosion Hazard Coverage • Collapse Hazard Coverage • General Aggregate Limit applies to each project • • EXCESS LIABILITY • Umbrella • Other Workers' Compensation and Employers Liability POLICY NUMBER TYPE OF INSURANCE I 1726-F30-75 AlY.IO LIABILITY PHYSICAL DAMAGE Name and Address of Certificate Holder City of car:Lsbad Purchasing Department 1200 carlsba.d Village Dr. car lsbad, Ci\ 92008-1989 POLICY PERIOD Effective Date Expiration Date POLICY PERIOD Effective Date Expiration Date 6-30-92 6-30-93 6-30-92 6-30-93 - LIMITS OF LIABILITY (at beginning of policy period) BODILY INJURY AND PROPERTY DAMAGE Each Occurrence $ General Aggregate $ Products -Completed Operations Aggregate $ . - BODILY INJURY AND PROPERTY DAMAGE (Combined Single Limit) Each Occurrence $ Aggregate $ Part 1 STATUTORY Part 2 BODILY INJURY Each Accident $ Disease Each Employee $ Disease -Policy Limit $ LIMITS OF LIABILITY (at beginning of policy period) ···-···--·--·-··--------------- $1,000,000 $1,000,000 If any of the described policies are canceled before its expiration date, State Fa:fo will try to mail a written notice to the certificate holder ---days before cancellation. If, however, we fail to mail such notice, no obligation or liability will be impose~~ _s~ Farm or its agents or representa- tives. / \''•.L) fJ . /~~.,,·;:J""::::,,-t0AZ:~.)i/l L Tule Date Agent's. Code Stamp LOCKYER -7861 CAMP -07 ~~!--~:~ii~i~~~;)~~~ Willis Corroon Corporation of 70 South Lake Avenu,, Pasadena CA 91101 (818) 796-3888 Los Angeles Contact : Linda A. Hetherinaton INSURED Kennedy Pipeline Company P.O. Box 3460 Laguna Hills CA 92653 CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A United National Insurance Co. LETTER COMPANY LETTER B Unicare Insurance Company COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER figgygiji.qi;Kii\l\iff##{:\tfiiif@I%Idlfii\f·E·:mmm:1:11i\faiT\:T#ittikfii\/\;::;;:;n::rnLiifafX}L\'\faiF!Itifad{LbiiES:iidX\'.\iiQhd,i'.,:GKiiLU\:{:\fafa#,J THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. co TYPE OF INSURANC:E LTR POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS GENERAL LIABILITY BODILY INJURY DCC. $ ,__ X COMPREHENSIVE FORM BODILY INJURY AGG. $ ,__ X PREMISES/OPERA Tl ON1, PROPERTY DAMAGE acc. $ ,__ UNDERGROUND X EXPLOSION & COLLAPSE HAZARD PROPERTY DAMAGE AGG. $ -A X PRODUCTS/COMPLETED OPER. 0957091/146 30-JUN-1992 30-JUN-1993 l-'B"---1 --=&'-'-'PD:..._::_:CO:.::.M:.=.B::..:IN=ED:..._::_:DC:.:.C:..._. -+-$ ___ 1'-',.:::.0.:::.00:::.,,c.:::0-=:0-=:0--1 X CONTRACTUAL Bl & PD COMBINED AGG. $ 1 000 000 - X INDEPENDENT CONTRACTORS - X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY 1-+.:..:...-'------------+-------------+--------1-------~ AUTOMOBILE LIABILITY ,__ ANY AUTO ALL OWNED AUTOS (Priv. pass.} .---( gi~:.' J~~~-) ALL OWNED AUTOS ,__ HIRED AUTOS ,__ NON-OWNED AUTOS ,__ GARAGE LIABILITY ,__.. EXCESS LIABILITY H UMBRELLA FORM I OTHER lHAN UMBRELL.A FORM WORKER'S COMPENS:ATION B AND UD01079201703 EMPLOYERS' LIABIII.ITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED EACH OCCURRENCE AGGREGATE $ $ $ $ $ $ 30-JUN-1992 30-JUN-1993 f--'E::.:Ac:.:CH.:.___:c:AC:.:.C:.::clDE::::N:.::.T ___ -+_$ __ 1:'..J.,-=:0.,:c00"'..1,c:::0-=:0-=:....i0 DISEASE-POLICY LIMIT $ 1 000 000 DISEASE-EACH EMPLOYEE $ 1 000 000 THIS CERTIFICATE MAY BE RELIED UPON ONLY IF THE DESCRIPTION OF OPERATIONS AT~?ACHMENT REFERRED TO HEREIN IS ATTACHED HERETO. · ·e:imtiit¥¢#riiaocos:a=·: ··· ·_,-· ·· · ·· · ······ ··~: · ·· · · · · ·· · ·· · ··· ··· ··· · '\1rn:::rnmrn1· · ··::::·:::: ·::1:::1:;:;:;:;cANcetu:r,aw:]:twt1::::1111trn:rn::1:::1::11::::m:::1::n11:::::::::::::r1n:::1:1::rr::ur1::::::nrn:1m::::::rn:rm1: mt SHOULD ANY OF THE ABOVE DESCRIBED PO·~;;;;~~-~E··;;~~;;~-~-~~~-~-~~o~-~ .. ;~E· ::[:EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL~XJO: fl MAIL 30 DA VS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE It LEFT. OO)O(~)U(lO)U00)0(x-wtX:Sllili&H>N0:14i&llOS£-MltX>4MR®:SIO(i10:~0lD4)():a( City of Carlsbad tt~nl'Olc~l~il~l'.l)(li~~Ql!RllltRIR~ ~~~c;a~~~~s~a:!'::1:::t Dr. 1:1111 AUTHORIZED REPRESENTATIVE .·, . /' .~ I . _, ~ Carlsbad CA 92008-1989 JI J 2 ltl,(/11L-c3 ?Jtuf>i.~J :::::::Ac•.RP.':i.~ttu~P.L':::::·:::::::·:::=:::':':'.::::::=::':::=::::::;:-:::::::::::·:::iL=::,:::::=:=:::::::':::::=::::;:::·:-::::::::::'::=::=:==:=:·:=:::=:::=:·::·=::::::::::::=:=::::::t=::'::::::':::::::::--=::::::::=::=::=::::::::=t=:::::::::·:::::·::::::::=::::=::::=::=:::::::·:=:=:::':·:::--:=:::::=:=:::;==:::::::::':::;:::·:··:,:::=:::;::::::::::::::::::':':::@tAPOlmJt.oRe.PRMtotirH!~~F;t Willis Corroon Corporation of Los Angeles 70 South Lake Avenu1, Pasadena CA 91101 (818) 796-3888 Contact : Linda A. Hetherin ton INSURED Kennedy Pipeline Company P.O. Box 3460 Laguna Hills CA 92653 COMPANY LETTER COMPANY LETTER COMPANY LETTER COMPANY LETTER COMPANY LETTER COMPANIES AFFORDING COVERAGE A United National Insurance Co. B Unicare Insurance Company C D E -y····-····11::·:::;uwge·~5~~ii~~212 REFERRED T() HEREIN IS ATTACHED HERETO. Certificate Holder : City of Carlsbad SPECIAL CONDI~~IONS AS RESPECTS GENERAL LIABILITY: It is agreed that the certificate holder is included as additional insured as respects work being performed by the Named Insured for the additional insured. It is further agreed that such insurance as is afforded Additional Ini;ured shall be primary and non-contributory with any other insurance in force for or which may be purchased by Additional Insured. Project: Contract #3363 -Intersection improvements at Tamarack Ave. and EL Camino Real