Loading...
HomeMy WebLinkAboutR_5975_S1 ..;., lbltn:rnJ; STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO CONTRACTORS AND SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN ORANGE COUNTY IN NEWPORT BEACH AND COSTA MESA FROM ROUTE 1 TO 16TH STREET DISTRICT 12, ROUTE 55 For use in Connection with Standard Specifications DATED JULY, 1992, Standard Plans DATED JULY, 1992, and Labor Smcbarge And Equipment Rental Rates. CONTRACT NO. 12-029004 12-Ora-55-0.3/1.2 Bids Open: November 17, 1994 Dated: October _11, 1994 STATE OF CALIFORNIA-BUSINESS, TRANSPORTATION AND HOUSING AGENCY DEPARTMENT OF TRANSPORTATION 1120 N STREET P.O. BOX 942873 SACRAMENTO, CA 94273-0001 TDD (916) 654-4014 Dear Contractor: November 4, 1994 12-0ra-55-0.3/1.2 12-029004 Addendum No. 1 PETE WILSON, Governor Addendum No. 1 is being issued to the Notice to Contractors and Special Provisions and Proposal and Contract for construction on State highway in ORANGE COUNTY IN NEWPORT BEACH AND COSTA :MESA FROM ROUTE 1 TO 16TH STREET. Submit bids for this work with the understanding and full consideration of this addendum. Indicate receipt of this addendum by filling in the addendum number in the space provided on the signature page of the Proposal. The revisions declared in this addendum are an essential part of the contract and contract documents to be executed will contain a copy of this addendum. Bids for this work are to be opened on November 17, 1994. This addendum is being issued to revise the Project Plan Sheets, Notice to Contractors and Special Provisions, and Engineer's Estimate. Project Plan Sheet Nos. 7 in the original set of Plans is revised. A half-size copy of the revised Project Plan Sheet No. 7 is attached for substitution for like numbered sheet. In the Special Provisions Section 10-1.09, "ASPHALT CONCRETE," the following paragraph is added after the last paragraph: "Full compensation for furnishing and applying asphaltic emulsion (paint binder) shall be considered as included in the contract price paid per ton for asphalt concrete (type B) and no separate payment will be made therefor." In the "Copy of Engineer's Estimate" in the Notice to Contractors and the "Engineer's Estimate" in the Proposal, the estimated quantity of Item No. 4 is revised as follows: ITEM ITEM ITEM UNIT OF ESTIMATED NO. CODE MEASURE QUANTITY 4 390103 ASPHALT CONCRETE (TYPE B) TON 2500 -1-Ge{) Addendum No. 1 Page2 November 4, 1994 To Proposal and Contract book holders: 12-0ra-55-0.3/1.2 12-029004 -REPLA:CE THE ENTIRE ORIGINAL ENGINEER'S ESTIMATE IN THE PROPOSAL WITH THE ENCLOSED REVISED ENGINEER'S ESTIMATE. THE REVISED ENGINEER'S ESTIMATE IS TO BE USED IN THE BID SUBMITTAL AND INSERTED IN THE PROPOSAL. -INDICATE TIIIS ADDENDUM NUMBER IN THE SPACE PROVIDED ON THE SIGNATURE PAGE OF THE PROPOSAL. -Submit bids in the Proposal and Contract book you now possess. Holders who have already mailed their book will be contacted to arrange for the return of their book. -Inform subcontractors and suppliers as necessary. This office has sent this addendum to Proposal and Contract book holders by certified mail in order that this office may be assured that each has received it. If you are not a Proposal and Contract book holder, but request a book to bid on this project, you must comply with the requirements of this letter before submitting your bid. ---- Enclosures Sincerely, ti NICK YAAO,Chf Plans, Specifications & Estimates Branch Office of Office Engineer Item Item Code 1 120090 2 120100 3 153109 4 390103 5 840515 {S) 6 840656 (S) 7 850102 (S) 8 860810 (S) ENGINEER'S ESTIMATE 12-029004 Item Unit of Estimated Unit Price Measure Quantity CONS1RUCTION AREA SIGNS LS LUMP SUM LUMP SUM TRAFFIC CONTROL SYSTEM LS LUMP SUM LUMP SUM COLD PLANE ASPHALT CONCRETE SQYD 5,350 PAVEMENT (.08' MAXIMUM) ASPHALT CONCRETE (1YPE B) TON 2,500 THERMOPLASTIC PAVEMENT SOFT 2,900 MARKING PAINT TRAFFIC STRIPE (2-COAT) LF 27,700 PAVEMENT MARKER (REFLECTIVE) EA 458 INDUCTIVE LOOP DETECTOR LS LUMP SUM LUMP SUM TOTAL BID: 3 REVISED FOR ADDENDUM NO. I DATED NOVEMBER 4, 1994 Item Total CONTRACT NO. 12-029004 The special provisions contained herein have been prepared by or under the direction of the following Registered Persons. HIGHWAY REGISTERED CIVJLENGINEER IL NGUYE C 4677 .6/30/ TABLE OF CONTENTS NOTICE TO CONTRACTORS ............................................................................................................... I COPY OF ENGINEER'S ESTIMATE ...................................................................................................... 3 SPECIAL PROVISIONS ....................................................................................................................... 5 SECTION 1. SPECIFICATIONS AND PLANS ...................................................................................... 5 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS ............................................................ 5 2-1.01 GENERAL ........................................................................................................................ 5 2-1.02 MINORITY BUSINESS ENTERPRISE (MBE), WOMEN BUSINESS ENTERPRISE (WBE) AND DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) ............................................................ 5 2-1.03 MBE/WBE/DVBE GOALS FOR nns PROJECT .................................................................... ? 2-1.04 SMALL BUSINESS PREFERENCE ..................................................................................... 8 2-1.05 CALIFORNIA COMPANY PREFERENCE ............................................................................ 8 SECTION 3. SUBMISSION OF MBE/WBE/DVBE INFORMATION AND AW ARD AND EXECUTION OF CONTRACT .................................................................................................................................. 9 3-1.01 GENERAL ........................................................................................................................ 9 3-1.0lA MBE/WBE/DVBE INFORMATION ............................................................................... 9 3-1.0lB AWARD OF CONTRACT ......................................................................................... 10 SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES ............. 10 SECTION 5. GENERAL ................................................................................................................... 11 SECTION 5-1. MISCELLANEOUS .................................................................................................... 11 5-1.01 LABOR NONDISCRIMINATION ....................................................................................... 11 5-1.02 ARBITRATION ................................................................................................................ 11 5-1.03 NOTICE OF POTENTIAL CLAIM ...................................................................................... 11 5-1.04 FINAL PAYMENT AND CLAIMS ..................................................................................... 11 5-1.05 PUBLIC SAFETY ............................................................................................................ 13 5-1.06 SURFACE MINING AND RECLAMATION ACT ................................................................. 14 5-1.07 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES ........................................... 14 5-1.08 FINAL PAY QUANTITIES ................................................................................................ 14 5-1.09 MBE, WBE AND DVBE RECORDS ................................................................................... 14 5-1.10 PERFORMANCE OF MBE, WBE AND DVBE SUBCONTRACTORS AND SUPPLIERS .......... 15 5-1.11 SUBCONTRACTING ........................................................................................................ 15 5-1.12 AREAS FOR CONTRACTOR'S USE ................................................................................. 16 5-1.13 PAYMENTS •................................................................................................................... 16 5-1.14 SOUND CONTROL REQUIREMENTS ............................................................................... 16 SECTION 6. (BLANK) ....................................................................................................................... 16 SECTION 7. (BLANK) ....................................................................................................................... 16 SECTION 8. MATERIALS •................................................................................................................ 16 SECTION 8-1. MISCELLANEOUS ...................................................................................................... 16 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ........................ 16 8-1.02 SLAG AGGREGATE ........................................................................................................ 19 SECTION 9. (BLANK) •......•.............................................................................................................. 19 SECTION 10. CONSTRUCTION DETAILS ......................................................................................... 19 SECTION 10-1. GENERAL ............................................................................................................... 19 10-1.01 ORDER OF WORK ........................................................................................................ 19 10-1.02 COOPERATION ............................................................................................................. 19 10-1.03 CONSTRUCTION AREA SIGNS ...................................................................................... 19 10-1.04 MAINTAINING TRAFFIC ............................................................................................... 20 10-1.05 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE ..................................................... 24 10-1.06 TEMPORARY PAVEMENT DELINEATION ...................................................................... 25 10-1.07 TEMPORARY CRASH CUSHION MODULE .................................................................... 26 10-1.08 EXISTING HIGHWAY FACILITIES .................................................................................. 27 10-1.0SA REPAIR EXISTING ROADBED ............................................................................... 27 10-1.0SB REMOVE PAVEMENT MARKERS .......................................................................... 27 10-l.08C COLD PLANE ASPHALT CONCRETE PAVEMENT ................................................. 27 10-1.09 ASPHALT CONCRETE .................................................................................................. 28 10-1.10 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS ............................. 28 10-1.11 PAINT TRAFFIC STRIPES ............................................................................................. 29 10-1.12 PAVEMENT MARKERS ................................................................................................. 29 SECTION 10-2. (BLANK) ................................................................................................................. 29 SECTION 10-3. SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS ................................................. 29 10-3.01 DESCRIPTION .............................................................................................................. 29 10-3.02 MAINTAINlNGEXISTINGANDTEMPORARYELECTRICALSYSTEMS ............................ 29 10-3.03 CONDUCTORS AND WIRING .......................................................................................... 29 10-3.04 DETECTORS .................................................................................................................. 29 ii State with MBE/WBEJDVBE Goals 05-02-94 DEPARTMENT OF TRANSPORTATION NOTICE TO CONTRACTORS CONTRACT NO. 12-029004 12-Ora-55-0.3/1.2 Sealed proposals for the wolk shown on the plans entitled: STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROJECT PLANS FOR CONSTRUCTION ON STATE fflGHWAY IN ORANGE COUNTY IN NEWPORT BEACH AND COSTA MESA FROM ROUTE 1 TO 16TH STREET will be received at the Department of Transportation, 120 South Spring Street, Room HlOO, Los Angeles, California 90012, until 2 o'clock p.m. on November 17, 1994, at which time they will be publicly opened and read in Room 12 at said address. Proposal forms for this work are included in a sepmare book entitled: STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROPOSAL AND CONTRACT FOR CONSTRUCTION ON STATE fflGHWAY IN ORANGE COUNTY IN NEWPORT BEACH AND COSTA MESA FROM ROUTE 1 TO 16TH STREET General woik description: Roadway to be overlaid with asphalt concrete. This project has a combined goal of Hl percent minority business enterprise (MBE), women business enterprise (WBE) and disabled veteran business enterprise (DVBE) participation. No pre-bid meeting is scheduled for this project. Bids are required for the entire work described herein. At the time this contract is awarded, the Contractor shall possess either a Class A license or a Class C-12 license. The Conttactor must also be properly licensed at the time the bid is submitted, except that on a joint venture bid a joint venture license may be obtained by a combination of licenses after bid opening but before award in accordance with Business and Professions Code, Section 7029.l. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. Preference will be granted to bidders properly certified as a "Small Business" or to bidders who have filed a complete application for certification as a "Small Business" (including proof of annual receipts) with the Department of General Services, Office of Small and Minority Business not later than the bid opening date and in accordance with Section 1896 et seq, Title 2, California Code of Regulations. A form for requesting such preference is included with the bid documents. Applications for status as a "Small Business" must be submitted to the Department of General Services, Office of Small and Minority Business, 1531 "I" Street, Second Floor, Sacrnmento, CA 95814, Telephone No. (916) 322-5060. A reciprocal preference will be granted to "California company" bidders in accordance with Section 6107 of the Public Contract Code. (See Sections 2 and 3 of the special provisions.) A form for indicating whether bidders are or are not a "California company" is included in the bid documents and is to be filled in and signed by all bidders. l Project plans, special provisions, and proposal fonns for bidding this project can only be obtained at the Department of Transportation, Plans and Bid Docwnents, Room 0200, Transportation Building, 1120 N Street, P.O. Box 942874, Sacramento, California 94274-0001, Telephone No. (916) 654-4490, and may be seen at the above Department of Transportation office and at the offices of the District Directors of Transportation at Los Angeles, Oakland, and the district in which the worl< is situated. FAX orders for project plans, special provisions, and proposal forms for bidding this project, with company or finn purchase order nwnber will be honored at the Sacramento Plans and Bid Docwnents Office, FAX No. (916) 654-7028. Standard Specifications and Standard Plans are available through the State of California, Department of Transportation, Publications Unit, 1900 Royal Oaks Drive, Sacramento, CA 95815, Telephone No. (916) 445-3520. Cross sections for this project are not available. The successful bidder shall furnish a payment bond and a performance bond. Pmsuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the worl< is to be done have been determined by the Director of the California Department of Industrial Relations. These wage rates are set forth in the books issued for bidding purposes entitled "Proposal and Contract," and in copies of said book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates which have been predetermined and are on file with the Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Dated October 11, 1994 LSW DEPARTMENT OF 1RANSPORTATION Deputy Director Transportation Engineering 2 Item Item Code 1 120090 2 120100 3 153109 4 390103 5 840515 (S) 6 840656 (S) 7 850102 (S) 8 860810 (S) COPY OF ENGINEER'S ESTIMATE (NOT TO BE USED FOR BIDDING PURPOSES) 12-029004 Item Unit of Estimated Unit Price Measure Quantity CONSTRUCTION AREA SIGNS LS LUMP SUM LUMP SUM TRAFFIC CONTROL SYSTEM LS LUMP SUM LUMP SUM COLO PLANE ASPHALT CONCRETE SQYD 5,350 PAVEMENT (.08' MAXIMUM) ASPHALT CONCRETE (TYPE B) TON 1,060 THERMOPLASTIC PAVEMENT SOFT 2,900 MARKING PAINT TRAFFIC STRIPE (2-COAT) LF 27,700 PAVEMENT MARKER (REFLECTIVE) EA 458 INDUCTIVE LOOP DETECTOR LS LUMP SUM LUMP SUM 3 4 (Blank) Item Total STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS Annexed to Contract No. 12-029004 SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in acconlance with the Standard Specifications dated July, 1992, and the Standard P~ ~ted July, 1992, of the Department of Transportauon msofar as the same may apply and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL.--The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and these special provisions for the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. In addition to the subcontractors required to be listed in accordance with Section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard Specifications, each proposal shall have listed therein the name and address of each MBE, WBE and DVBE subcontractor to be used for credit in meeting the goals, and to whom the bidder proposes to directly subcontract portions of the work. The list of subcontractors shall also set forth the portion of work that will be done by each subcontractor listed. A sheet for listing the subcontractors is included in the Proposal. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07, "Proposal Guaranty; of the Standard Specifications will be found following the signature page of the Proposal. In accordance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit 2-1.02 MINORITY BUSINESS ENTERPRISE (MBE), WOMEN BUSINESS ENTERPRISE (WBE) AND DISABLED VETERAN BUSINESS ENTERPRISE (DVBE).--Section 10115 of the Public Contract Code requires the Department to implement provisions to establish goals for Minority Business Enterprise (MBE), 5 Women Business Entelprise (WBE) and Disabled Veterans Business Entelprise (DVBE) in contracts. _It is the po~cy of the Department that Minority Busmess Enterpnse (MBE), Women Business Enterprise (WBE) and Disabled Veteran Business Enterprise (DVBE) shall have the maximum opportunity to participate in the performance of contracts financed solely with state funds. The Contractor shall ensure that MBEs, WBEs and DVBEs have the maximum opportunity to participate in the performance of this contract and shall take all necessary and reasonable steps for such assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of contract and may result in termination of this contract or such other remedy the Department may deem appropriate. Bidder's attention is directed to the following matters: (a) "Minority Business Enterprise" means a b~tena:~ess concern that meets all of the following en • (1) The business is an individual proprietorship, partnership, corporation, or joint venture at least 51 percent owned by one or more minorities or, in the case of any business whose stock is publicly held, at least 51 percent of the stock is owned by one or more minorities; (2) A business whose management and daily operations are controlled by one or more minorities who own the business; (3) A business concern with its home office located in the United States which is not a branch or subsi~ of a foreign corporation, firm, or other busmess. . (b) "Women Business Enterprise• means a b~tena:~ess concern that meets all of the following en • (1) The business is an individual proprietorship, partnership, corporation, or joint venture at least 51 percent owned by one or more women or, in the case of any business whose stock is publicly held, at least 51 percent of the stock is owned by one or more women; (2) A business whose management and daily operations are controlled by one or more women who own the business; i Contract No. 12-029004 (3) A business concern with its home office located in the United States which is not a branch or subsidiary of a foreign corporation, firm, or other business. (c) "Disabled Veteran Business Enterprise" means a business concern certified by the Office of Small and Minority Business as meeting all of the following: (1) A sole proprietorship owned by one or more disabled veterans, or in the case of a publicly owned business, at least 51 percent of its stock is owned by one or more disabled veterans; a subsidiary which is wholly owned by a parent corporation, but only if at least 51 percent of the voting stock of the parent corporation is owned by one or more disabled veterans: or a joint venture in which at least 51 percent of the joint venture's management and control and earnings are held by one or more disabled vetezans; (2) The management and control of the daily business operations are by one or more disabled veterans. The disabled veterans who exercise management and control are not required to be the same disabled veterans as the owners of the business concern; (3) A sole proprietorship, corporation, or partnership with its home office located in the United States, which is not a branch or subsidiary of a foreign corporation, firm, or other business. (d) "Minority" means a citizen or lawful permanent resident of the United States who is an ethnic person of color and who is: Black (a person having origins in any of the Black racial groups of Africa); Hispanic (a person of Mexican, Puerto Rican, Cuban, or Central or South American culture or origin regardless of race); Native American (an American Indian, Eskimo,· Aleut, or Native Hawaiian); Pacific-Asian (a person whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, or the United States Trust Territories of the Pacific including the Northern Marianas); Asian-Indian (a person whose origins are from India, Pakistan, or Bangladesh); ( e) "Disabled Veteran• means a veteran of military, naval or air services of the United States with at least 10 percent service-connected disability who is a resident of the State of California; (f) An MBE or WBE bidder, not bidding as a joint venture with a non-MBE or non-WBE, will be required to meet the MBE and WBE goals through subcontracting or material purchases or make good faith effort to do so; (g) A DVBE bidder will be required to meet the DVBE goal by using other DVBEs; 6 (h) An MBE, WBE or DVBE may participate as a subcontractor, joint venture partner with a prime or subcontractor, or vendor of material or supplies; (i) An MBE, WBE or DVBE joint venture partner must be responsible for specific contract items of worl<, or portions thereof, in addition to satisfying requirements for ownership and control. Responsibility means acrually performing, managing and supervising the work with its own forces. The MBE or WBE joint venturer must submit the joint venture agreement, and California Department of Transportation Office of Civil Rights form entitled "Minority/Disadvantaged/Women Business Enlelprise Joint Venture." This information must be submitted with the MBF./WBE/DVBE Information form required in "Section 3-1.0lA • elsewhere in these special provisions; (j) An MBE, WBE or DVBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the woric; (k) Credit for MBE, WBE and DVBE vendors of materials or supplies is limited to 60 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods; (I) Credit for trucking by MBEs, WBEs and DVBEs will be as follows: (1) One hundred percent of the amount to be paid when an MBE, WBE or DVBE trucker will perform the trucking with his/her own trucks, tractors and employees; (2) Twenty percent of the amount to be paid to MBE, WBE and DVBE trucking brokers who do not have a "certified rostec"; (3) One hundred percent of the amount to be paid to MBE, WBE and DVBE trucking brokers who have: a signed agreements that all trucking will be performed by MBE, WBE or DVBE truckers if credit is toward MBE and WBE goal, or DVBE goal; b. a "certified roster" showing that all trucks are owned by certified MBEs, WBEs or DVBEs; and c. a signed statement on the "certified roster" that indicates that 100 percent of revenue paid by the broker will be paid to the MBEs, WBEs or DVBEs listed on the "certified roster". (4) Twenty percent of the amount to be paid to trucking brokers who are not an MBE, WBE or DVBE but who have: a. signed agreements with MBE, WBE or DVBE truckers assuring that at least 20 pen:ent of the trucking will be performed by MBE, WBE or DVBE truckers if credit is toward MBE or WBE goal, or DVBE goal; b. a "certified roster" showing that at least 20 pen:ent of the number of trucks are owned by certified MBE, WBE or DVBE truckers; and c. a signed statement on the "certified roster" that indicates that at least 20 percent of the revenue paid by the broker will be paid to the MBEs, WBEs or DVBEs listed on the "certified roster". The "certified roster" referred to herein shall conform to the requirements in Section 3-1.0lA, "MBE/WBE/DVBE Information," of these special provisions; (m) MBEs, WBEs and MBE and WBE joint venture partners, must be certified as of the date of bid opening either by the California Department of Transportation, or by a participating State of California or local agency which certifies in accordance with Title 49, Code of Federal Regulations, Part 23. Listings of MBEs and WBEs certified by the Department are available from the following sources: (i) The Department's DB/WBE Directory which is published quarterly. The DB/WBE Directory-may be obtained from the Department of Transportation, Materiel Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445-3520; (ii) The Department's Electronic Information Bulletin Board Service (DB/WBF./BBS), which is accessible by modem and is updated weekly. The DB/WBE/BBS may be accessed by first contacting the Department's Division of Civil Rights at Telephone: (916) 654-3496 and obtaining a user identification and passwml; (iii) The organizations listed in "MBE/WBE/DVBE Goals for this Project" elsewhere in these special provisions. It is the Contractor's responsibility to verify that MBEs and WBEs are certified; (n) DVBEs and DVBE joint venture partners must be certified DVBEs as determined by the Department of General Services, Office of Small and Minority Business, 1531 "I" Street, Second Floor, Sacramento, CA 95814, on the date bids for the project are opened before credit may be allowed toward the DVBE goal. It is the Contractor's responsibility to verify that DVBEs are certified; 7 Contract No. 12-029004 ( o) Noncompliance by the Contractor with these requirements constitutes a breach of this contract and may result in termination of the conttact or other apprq,riate remedy for such breach. 2-1.03 MBE/WBE/DVBE GOALS FOR TIIlS PROJECT.-The Department has established the following combined goal for Minority Business Enterprise (MBE), Women Business Enterprise (WBE) participation and Disabled Veteran Business Enterprise (DVBE) participation for this project Combined MBE/WBE/DVBE goal, 10 percent It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and to select those portions of the work or material needs consistent with the available MBE, WBE and DVBE subcontractors and suppliers, so as to assure meeting the goals for MBE/WBE/DVBE participation. The Department has contracted with the following firms to assist MBEs, WBEs and DVBEs in preparing bids for subcontracting or supplying materials: The following firm may be contacted for projects in Districts 01, 02, 03, and IO: NEDA-Sacramento I 779 Tribute Road, Suite J, Sacramento, CA 95815 Telephone: (916) 649-2551 FAX No. (916) 649-2089 The following firm may be contacted for projects in Districts 01 and 04: NEDA-Oakland 1212 Broadway, Suite 906, Oakland, CA 94612 Telephone: (510) 271-8040 FAX No. (510) 271-8049 The following firm may be contacted projects in Monterey and San Benito Counties in District 05, Fresno, Kings, Madera, and Tulare Counties in District 06; and in Inyo and Mono Counties in District 09: NEDA-Fresno 2300 Tulare Street, Suite 210, Fresno, CA 93721 Telephone: (209) 266-2766 FAX No. (209) 266-8542 The following firm may be contacted for projects in Districts 07, 08, and 12; in San Luis Obispo and Santa Barbara Counties in District 05; in Kem Contract No. 12-029004 County in District 06; and in Kern and San Bernardino Counties in District 09: Triaxial Management Services, Inc. - Los Angeles 2594 Industry Way, Suite 101-A, Lynwood, CA 90262 Telephone: (310) 537-6677 FAX No. (310) 637-0128 The following firm may be contacted for projects in Districts 07, 08 and 12: Triaxial Management Services, Inc. - Airport Plaza 17870 Skypark Ciicle, Suite 106, Irvine, CA 92714 Telephone: (714) 851-1448 FAX No. (714) 851-3825 The following firm may be contacted for projects in Districts 08, 11, and 12: Triaxial Management Services, Inc. - San Diego 2725 Congress Street, Suite IM, San Diego, CA 92110 Telephone: (619) 543-5109 FAX No.-(619) 543-5108 Bidders may utilize the services of these f'mns to contact interested MBEs, WBEs and DVBEs. 2-1.04 SMALL BUSINESS PREFERENCE.-Attention is directed to "Award of Contract" of these special provisions. Attention is also directed to the Small Business Procurement and Contract Act, Government Code Section 14835, et seq and Title 2, California Code of Regulations, Section 1896, et seq. Bidders who wish to be classified as a Small Business under the provisions of said laws and regulations, shall be either certified as Small Business by the Department of General Services, Office of Small and Minority Business, 1531 "I" Street, Second Floor, Sacramento, CA 95814, or shall have filed a complete application for certification as a Small Business (including proof of annual receipts) with said Office of Small and Minority Business. To request Small Business Preference, bidders shall fill out and sign the Request for Small Business Preference form in the Proposal. The bidder's signature on the Request for Small Business Preference certifies, under penalty of perjury, that the bidder is either certified as Small Business by the bid opening or has filed a complete application for certification as a Small Business (including proof of annual receipts) not later than the bid opening date and further certifies, under penalty of perjury, that 8 under the following conditions, at least 50 percent of the subcontractors to be utilized on the project are either certified Small Business or have applied for Small Business certification by bid opening date and are subsequently granted Small Business certification. The conditions requiring the aforementioned 50 percent level of subcontracting by Small Business subcontractors apply if: 1. The lowest responsible bid for the project exceeds $100,000; and 2. The project wad< to be performed requires a Class A or a Class B contractor's license; and 3. Two or more subcontractors will be used. If the above conditions apply and Small Business Preference is granted in the award of the contract, the 50 percent Small Business subcontractor utilization level shall be maintained throughout the life of the contracL 2-1.05 CALIFORNIA COMPANY PREFERENCE.--Attention is directed to "Award and Execution of Contract" of these special provisions. In accordance with the requirements of Section 6107 of the Public Contract Code, a "California company" will be granted a reciprocal preference for bid comparison pmposes as against a nonresident contractor from any state that gives or requires a preference to be given contractors from that state on its public entity construction contracts. A "California company" means a sole proprietorship, partnership, joint venture, corporation, or othec business entity that was a licensed California contractor on the date when bids for the public contract were opened and meets one of the following: (1) Has its principal place of business in California. (2) Has its principal place of business in a state in which there is no local contractor preference on construction contracts. (3) Has its principal place of business in a state in which there is a local contractor construction preference and the contractor has paid not less than $5,000 in sales or use taxes to California for construction related activity for each of the five years immediately preceding the submission of the bid To carry out the "California company" reciprocal preference requirements of Section 6107 of the Public Contract Code, all bidders shall fill out and sign the California Company Preference form in the Proposal. The bidder's signature on the California Company Preference form certifies, under penalty of perjury, that the bidder is or is not a "California company" and if not, the amount of the preference applied by the state of the non- California company. Proposals without the California Company Prefecence form filled out and signed may be rejected. SECTION 3. SUBMISSION OF MBE/WBE/DVBE INFORMATION AND AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL.--The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract,• of the Standard Specifications and these special provisions for the requirements and conditions concerning submittal of MBE/WBE/DVBE information and award and execution of conttacL The required MBE, WBE and DVBE information shall be submitted on the "CALTRANS BIDDER - MBE/WBE./DVBE INR)RMATION" form included in the Proposal. If such information is not submitted with the bid, the information forms shall be removed from the documents prior to submitting the bid In addition, a copy of the DVBE certifications by the Office of Small and Minority Business shall be submitted for each DVBE listed on the "CALTRANS BIDDER - MBE/WBE./DVBE INFORMATION" form. It is the bidder's responsibility to meet the goals for MBE/WBE/DVBE participation or to provide information to establish that, prior to bidding, the bidder made good faith eff<Hts to do so. 3-1.0lA MBE/WBE/DVBE INFORMATION.--If MBE and WBE information and the DVBE information and certification are not submitted with the bid, the apparent successful bidder (low bidder), the second low bidder and the third low bidder shall submit MBE and WBE information and DVBE information and certification to the Department of Transportation, 1120 N Street, Room 0200, Sacramento, California 95814 so the information is received by the Department no later than 4:00 p.m. on the fourth day, not including Saturdays, Sundays and legal holidays, following bid opening. MBE/WBE/DVBE information sent by U.S. Postal Service certified mail with return receipt and certificare of mailing and mailed on or before the third day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is received after said fourth day following bid opening. Failure to submit the required MBE/WBE./DVBE information by the time specified will be grounds for finding the bid or proposal nonresponsive. Other bidders need not submit MBE/WBE/DVBE information unless requested to do so by the DepartmenL When such request is made, the MBE/WBE/DVBE information of such bidders shall be submitted so the information is received by the Department no later than close of business on the third day, not including Saturdays, Sundays and legal holidays, after said notification, unless a later time is authorized by the DepartmenL The bidders MBE/WBE./DVBE information shall establish that the MBE/WBE./DVBE goals will be met or that a good faith effort to meet the goals has been made. 9 Conuact No. 12-029004 Bidders are cautioned that even though their submittal indicates they will meet the stated MBE/WBE/DVBE goals, their submittal should also include their good faith efforts information along with their MBE/WBE/DVBE goal information to protect their eligibility for award of the conuact in the event the Department, in its review, finds that the goals have not been meL The information to show that the MBE/WBE/DVBE goals will be met shall include the names of MBEs, WBEs, DVBEs and MBE, WBE and DVBE joint venture partners to be used, with a complete description of work or supplies to be provided by each and the dollar value of each such MBE, WBE or DVBE llllnsaction. When 100 percent of a contract item of work is not to be performed or furnished by an MBE, WBE or DVBE, a description of the exact portion of said work to be performed or furnished by that MBE, WBE or DVBE shall be included in the MBE/WBE/DVBE information, including the planned location of said work. (Note: MBE/WBE./DVBE subcontractors to whom the bidder proposes to directly subcontract portions of the work are to be named in the bid -See Section 2-1.054, "Required Listing of Proposed Subcontractors,• of the Standard Specifications and Section 2-1.01, "General,• of these special provisions, regarding listing of proposed subcontractors). A DVBE who is also an MBE or WBE will receive credit for DVBE and MBE goals or DVBE and WBE goals, as the case may be. If credit for trucking by an MBE, WBE, or DVBE trucking broker is shown on the bidder's information as 100 percent of the revenue to be paid by the broker is to be paid to MBE/WBE/DVBE truckers, a "certified roster" of the broker's trucks to be used must be included The "certified roster" must indicate that all the trucks are owned by certified MBEs/WBEs/DVBEs and must show the MBE/WBE/DVBE truck numbers, owner's name, Public Utilities Commission Cal-T numbers, and the MBE/WBE./DVBE certification numbers. The roster must indicale that all revenue paid by the broker will be paid to MBEs/WBEs/DVBEs listed on the "certified roster". If credit for trucking by a ttucking broker who is not an MBE, WBE, or DVBE is shown in the bidder's information, a "certified roster" of the broker's trucks to be used must be included 1be "certified roster" must indicare that at least 20 percent of the broker's trucks are owned by certified MBEs/WBEs/DVBEs and must show the MBE/WBE./DVBE lrUCk numbers, owner's name, Public Utilities Commission Cal-T numbers, and the MBE/WBE/DVBE certification number. The roster must indicate that at least 20 percent of the revenue paid by the broker will be paid to MBEs/WBEs/DVBEs listed on the "certified roster". A bidder shall be deemed to have made good faith efforts upon submittal, within time limits specified Contract No. 12-029004 by the Department, of documentary evidence that all of the following actions were taken: (1) Contact was made with the Department to identify MBEs/WBEs/DVBEs. (2) Contact was made with other State and Federal agencies, and with local MBE/WBE/DVBE organizations to identify MBEs/WBEs/DVBEs. (3) Advertising was published in trade papers and papers focusing on MBEs/WBEs/DVBEs, unless time limits imposed by the Department do not pennit that advertising. (4) Invitations to bid were submitted to potential MBE/WBF./DVBE contractors. (5) Available MBEs/WBEs/DVBEs were considered. 3-1.01B AWARD OF CONTRACT.-- The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescnbed and who has met the goals for MBE/WBE/DVBE participation or has demonstrated, to the satisfaction of the Department, good faith effort to do so. Meeting the goals for MBE/WBF./DVBE participation or demonstrating, to the satisfaction of the Department, good faith efforts to do so is a condition for being eligible for award of contracL A •vendor Data Record" form will be included in the contract doc-uments to be executed by the successful bidder. The purpose of the form is to facilitate the collection of taxpayer identification data. The form shall be completed and returned to the Department by tl>e successful biddec with the executed contract and contract bonds. For the purposes of the fonn, vendor shall be deemed to mean the successful bidder. The fonn is not to be completed for subcontractors or suppliers. Failure to complete and return the "Vendor Data Record" form to the Department as provided herein will result in the retention of 20 percent of payments due the contractor and penalties of up to $20,000. This retention of payments for failure to complete the •vendor Data Record" form is in addition to any other retention of payments due the Contractor. Attention is also directed to "Small Business Preference" of these special provisions. Any bidder who is either certified as a Small Business by the Department of General Services, Office of Small and Minority Business, or has filed a complete application for certification as a Small Business in accordance with the provisions in "Small Business Preference,• in these special provisions, will be allowed a preference in the award of this contract, if it be awarded, under the following conditions: (1) The apparent low bidder is not certified as a Small Business nor has filed a complete application for certification as a Small Business as provided herein; and (2) The bidder filled out and signed the Request for Small Business Preference fonn included with the bid documents. The small business preference will be a reduction in the bid submitted by the small business contractor, for bid comparison purposes, by an amount equal to 5 percent of the amount bid by the apparent low bidder, said amount not to exceed $50,000. If such reduction results in the small business contractor becoming the low bidder, then the contract will be awarded to said small business contractor on the basis of the actual bid of the small business contractor notwithstanding the reduced bid price used for bid comparison purposes. Attention is also directed to "California Company Preference" of these special provisions. The amount of the California company reciprocal preference shall be equal to the amount of the preference applied by the state of the nonresident contractor with the lowest responsive bid, except where the "California company" is eligible for a California Small Business Preference, in which case the preference applied shall be the greater of the two, but not both. If the bidder submitting the lowest responsive bid is not a "California company" and with the benefit of the reciprocal preference, a "California company's" responsive bid is equal to or less than the original lowest responsive bid, the "California company" will be awarded the contract at its submitted bid price except as provided below. Small business bidders shall have precedence over nonsmall business bidders in that the application of the "California company" preference for which nonsmall business bidders may be eligible shall not result in the denial of the award to a small business biddei-. SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning ofWodc," in Section 8-1.06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard SJJl"'ifications and these special provisions. The Contractor shall begin work within 15 calendar days after the contract has been approved by the Attorney General or the attorney appointed and authorized to represent the Department of Transportation. Said work shall be diligently prosecuted to completion before the expiration of 30 WORKING DAYS beginning on the fifteenth calendar day after approval of the contract. The Contractor shall pay to the State of California the sum of $250 per day, for each and every calendar day's delay in finishing the work in excess of the number of worldng days prescnl>ed above. SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5-1.01 LABOR NONDISCRIMINATION.-- Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. 5-1.02 ARBITRATION.--The last paragraph in Section 9-1.10, "Arbitration," of the Standard Specifications is amended to read. Arbitration shall be initiated by a Complaint in Arbitration made in compliance with the requirements of said regulations. A Complaint in Arbitration by the Contractor shall be made not later than 180 days after the date of service in person or by mail on the Contractor of the final written decision by the Department on the claim. 5-1.03 NOTICE OF POTENTIAL CLAIM.--Section 9-1.04, "Notice of Potential Claim," of the Standanl Specifications is amended to read: 9-1.04 Notice or Potential Claim.- The Contractoc shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this Section 9-1.04 shall not be a prerequisite as to matters within the scope of the protest provisions in Section 4-1.03, "Changes," or Section 8-1.06, "Time of Completion,• or the notice provisions in 11 Contract No. 12-029004 Section 5-1.116, "Differing Site Conditions," or Section 8-1.07, "Liquidated Damages," or Section 8-1.10, "Utility and Non-Highway Facilities," nor to any claim which is based on differences in measurements or emirs of computation as to contract quantities. The written notice of potential claim shall be submitted to the Engineer prior to the time that the Contractor performs the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing, occwrence, or other cause, giving rise to the potential claim. The written notice of potential claim shall be submitted on Form CEM-6201 furnished by the Department and shall be certified with reference to the California False Claims Act, Government Code Sections 12650 -12655. The notice shall set forth the reasons for which the Contractor believes additional compensation will or may be due and the nature of the costs involved. Unless the amount of the potential claim has been stated in the written notice, the Contractor shall, within 15 days of submitting said notice, furnish an estimate of the cost of the affected wod: and impacts, if any, on project completion. Said estimate of costs may be changed or updated by the Contractor when conditions have changed. When the affected work is completed, the Contractor shall submit substantiation of his actual costs. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this Section 9-1.04 that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required W&'i filed. Should the Contractor, in connection with or subsequent to the assertion of a potential claim, request inspection and copying of documents or records in the possession of the Department that pertain to the potential claim, Contractor shall make its records of the project, as deemed by the Department to be pertinent to the potential claim, available to the Department for inspection and copying. 5-1.04 FINAL PAYMENT AND CLAIMS.--Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended to read: Contract No. 12-029004 9-1.07B Final Payment and Claims.-After acceptance by the Director, the Engineer will make a proposed fmal estimate in writing of the total amount payable to the Contractor, including therein an itemization of said amount, segregated as to contract item quantities, extra wmk and any other basis for payment, and shall also show therein all deductions made or to be made for prior payments and amounts to be kept or retained under the provisions of the contract. All prior estimates and payments sball be subject to correction in the proposed final estimate. The Contractor shall submit written approval of the proposed final estimate or a written statement of all claims arising under or by virtue of the contract so that the Engineer receives such written approval or statement of claims no later than close of business of the thirtieth day after receiving the proposed final estimate. If the thirtieth day falls on a Saturday, Sunday or legal holiday, then receipt of such written approval or statement of claims by the Engineer shall not be later than close of business of the next business day. No claim will be considered that was not included in the written statement of claims, nor will any claim be allowed as to which a notice or protest is required under the provisions in Sections 4-1.03, "Changes," 8-1.06, "Time of Completion," 8-1.07, "Liquidated Damages," 5-1.116, "Differing Site Conditions," 8-1.10, "Utility and Non-Highway Facilities," and 9-1.04, "Notice of Potential Claim," unless the Contractor has complied with the notice or protest requirements in said sections. On the Contractor's approval, or if he files no claim within said period of 30 days, the Engineer will issue a final estimate in writing in accordance with the proposed final estimate submitted to the Contractor and within 30 days thereafter the State will pay the entire sum so found to be due. Such final estimate and payment thereon shall be conclusive and binding against both parties to the contract on all questions relating to the amount of wmk done and the compensation payable therefor, except as otherwise provided in Sections 9-l.03C, "Records," and 9-1.09, "Clerical Errors." If the Contractor within said period of 30 days files claims, the Engineer will issue a semifmal estimate in accordance with the proposed fmal estimate submitted to the Contractor and within 30 days thereafter the State will pay the sum so found to be due. Such semifinal estimate and payment thereon shall be conclusive and binding against both parties to the contract on all questions relating to the amount of wmk done and the compensation payable therefor, except insofar as affected by the claims filed within the time and in the manner required hereunder and except as otherwise provided in Sections 9-1.03C, "Records," and 9-1.09, "Clerical Errors." Claims filed by the Contractor shall be in sufficient delail to enable the Engineer to ascertain the basis and amount of said claims. If additional 12 information or details are required by the Engineer to determine the basis and amount of said claims, the Contractor shall furnish such further information or details so that the information or details are received by the Engineer no later than the fifteenth day after receipt of the written request from the Engineer. If the fifteenth day falls on a Saturday, Sunday or legal holiday, then receipt of such information or details by the Engineer shall not be later than close of business of the next business day. Failure to submit such information and details to the Engineer within the time specified will be sufficient cause for denying the claim. The Contractor shall keep full and complete records of the costs and additional time incurred for any work for which a claim for additional compensation is made. The Engineer or any designated claim investigator or auditor shall have access to those records and any other records as may be required by the Engineer to determine the facts or contentions involved in the claims. Failure to permit access to such records shall be sufficient cause for denying the claims. Claims submitted by the Contractor shall be accompanied by a notari7.ed certificate containing the following language: Under the penalty of law for perjury or falsification and with specific reference to the California False Claims Act, Government Code Section 12650 eL seq., the undersigned, (name) ______________ of {tide) (company) hereby certifies that the claim for the additional compensation and time, if any, made herein for the work on this contract is a true statement of the actual costs incurred and· time sought, and is fully documented and supported under the contract between parties. Dated ____________ _ Is/ ____________ _ Subscnbed and sworn before me this __ day of _____________ _ Notary Public My Commission Expires ______ _ Failure to submit the notarized certificate will be sufficient cause for denying the claim. Any claim for overhead type expenses or costs, in addition to being certified as stated above, shall be supported by an audit report of an independent Certified Public Accountant. Any such overhead claim shall also be subject to audit by the State at its discretion. Any costs or expenses incurred by the State in reviewing or auditing any claims that are not supported by the Contractor's cost accounting or other records shall be deemed to be damages incurred by the State within the meaning of the California False Claims AcL The District Director of the District which administers the contract will make the final detennination of any claims which remain in dispute after completion of claim review by the Engineer. A board or person designated by said District Director will review such claims and make a written recommendation thereon to the District Director. The Contractor may meet with the review board or person to make a presentation in support of such claims. Upon final determination of the claims, the Engineer will then make and issue his fmal estimate in writing and within 30 days thereafter the State will pay the entire sum, if any, found due thereon. Such final estimate shall be conclusive and binding against both parties to the contract on all questions relating to the amount of worl< done and the compensation payable therefor, except as otherwise provided in Sections 9-1.03C, "Records," and 9-1.09, "Clerical Emirs." 5-1.05 PUBLIC SAFETY.--The Contractor shall provide for the safety of traffic and the public in accordance with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications and these special provisions. The Contractor shall install temporary railing (Type K) between any lane carrying public traffic and any excavation, obstacle, or storage area when the following conditions exist (1) Excavations.-Any excavation, the near edge of which is 12 feet or less from the edge of the lane, except (a) Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. (b) Excavations less than one foot deep. (c) Trenches less than one foot wide for inigation pipe or electrical conduit, or excavations less than one foot in diameter. (d) Excavations parallel to the lane for the purpose of pavement widening or reconstruction. (e) Excavations in side slopes, where the slope is steeper than 4:1. 13 Contract No. 12-029004 (f) Excavations protected by existing barrier or railing. (2) Temporarily Unprotected Permanent Obstacles.--Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or whenever the Contractor, for his convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. (3) Storage Areas.--Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the specifications. The apptoach end of temporary railing (Type K), installed in accordance with the requirements in this section "Public Safety" and in Section 7-1.09, "Public Safety," of the Standard Specifications shall be offset a minimum of 15 feet from the edge of the traffic lane open to public traffic. The temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than one foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15-foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an anay of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Temporary railing (Type K) shall conform to the provisions in Section 12-3.08, "Temporary Railing (Type K)" of the Standard Specifications, except temporary railing (Type K) fabricated prior to January 1, 1993, with one longitudinal No. 5 reinforcing steel bar near the top in lieu of the 2 longitudinal No. 5 reinforcing steel bars near the top, as shown on the plans, maybe used. Temporary crash cushion modules shall conform to the provisions in "Temporary Crash Cushion Module" elsewhere in these special provisions. Except for installing, maintaining and removing traffic control devices, whenever worl< is performed or equipment is operated in the following worl< areas the Contractor shall close the adjacent traffic lane unless otherwise provided in the specifications: Contract No. 12-029004 2. If an MBE, WBE or DVBE subcontractor is unable to perform successfully and is to be replaced, the Contractor will be required to make good faith efforts to replace the original MBE, WBE or DVBE subcontractor with another MBE, WBE or DVBE subcontractor. The requirement in Section 2-1.02, "Minority Business Enterprise (MBE), Women Business Enterprise (WBE) and Disabled Veteran Business Enterprise (DVBE), • of these special provisions that MBEs, WBEs and DVBEs must be certified on the date bids are opened does not apply to MBE, WBE and DVBE substitutions afterawardofthecontract 5-1.12 AREAS FOR CONTRACTOR'S USE.-•Attention is directed to the requirements specified in Section 7-1.19, "Rights in Land and Improvements," of the Standard Specifications and these special provisions. The highway right of way shall be used only for purposes that are necessary to perform the required worlc. The Contractor shall not occupy the right of way, or allow others to occupy the right of way, for purposes which are not necessary to perform the required work. There are no State-owned parcels adjacent to the right of way for the exclusive use of the Contractor within the contract limits. The Contractor shall secure at his own expense any area required for plant sites, storage of equipment or materials, or for other purposes. No area is available within the contract limits for the exclusive use of the Contractor. However, temporary storage of equipment and materials on State property may be arranged with the Engineer, subject to the prior demands of State maintenance forces and to all other contract requirements. Use of the Contractor's won: areas and other State-owned property shall be at the Contractor's own risk, and the State shall not be held liable for any damage to or loss of materials or equipment located within such areas. 5-1.13 PAYMENTS.--Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance,• of the Standard Specifications and these special provisions. No partial payment will be made for any materials on hand which are furnished but not incorpcxated in the work. 5-1.14 SOUND CONTROL REQUIREMENTS.--Sound control shall conform to the provisions in Section 7-1.0II, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 6:00 am., shall not exceed 86 dbA at a dislallCe of 50 feet This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient 16 equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of won: involved and no additional compensation will be allowed therefor. SECTION 6. (BLANK) SECTION 7. (BLANK) SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS.-- The Department maintains a lrade name list of approved prequalified and tested signing and delineation materials and products. Approval of prequalified and tested products and materials shall not preclude the Engineer from sampling and testing any of the signing and delineation materials or products at any time. Said listing of approved prequalified and tested signing and delineation materials and products cover the following: MATERIALS and PRODUCTS Temporary pavement marirers Striping and pavement madl:ing tape Pavement marirers, reflective and non-reflective Flexible Class 1 delineators and channelizers Railing and barrier delineatms Sign sheeting and base materials Reflective sheeting for barricades Reflective sheeting for channelizers Reflective sheeting for marirers and delineators Reflective sheeting for traffic cone sleeves Reflective sheeting for bmrels and drums None of the above listed signing and delineation materials and products shall be used in the won: unless such material or product is listed on the Department's List of Approved Traffic Products. A Certificate of Compliance shall be furnished as specified in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications for signing and delineation materials and products. Said certificate shall also certify that the signing and delineation material or product conforms to the prequalified testing and approval of the Department of Transportation, Division of Traffic Operations and was manufactured in accordance with the approved quality control program. Materials and products will be considered for addition to said approved prequalified and tested list if the manufacturer of the material or product submits to the Division of Traffic Operations a sample of the material or product. The sample shall be sufficient to permit performance of all required tests. Approval of such materials or products will be dependent upon a determination as to compliance with the specifications and any test the Department may elect to perform. The following is a listing of approved prequalified and tested signing and delineation materials and products: PAVEMENT MARKERS, PERMANENT TYPE Reflective pavement markers Adelite (4x4) Apex (4x4) Pavement Markers, Inc., "Hye-Lite" (4x4) Ray-0-Lite, Models SS, RS, and AA (4x4) Ray-O-Lite, Models 2001 (2.3x4.6) and 2002 (2.4x4.7) Stimsonite, Model 88 (4x4) Reflective pavement marl<ers with abrasion resistant surface Stimsonite, Model 911 (4x4) Stimsonite, Model 944 SB (2x4) Stimsonite, Model 948 (2.3x4.7) Ray-0-Lite •AA• ARS (4x4) Ray-0-Lite Model 2002 ARS (2.2x4. 7) Non-reflective pavement marl<ers for use with epoxy or bituminous adhesive Apex Universal (Cemmic) Highway Ceramics, Inc. (Ceramic) Engineered Plastics, Inc., "Safety Dot" SD-4 (Polyester) Zumar, TM40W/Y (Polyester) Non-reflective pavement markers for use with only bituminous adhesive Edco, (Marker Supply) -Models All07 and AY1108 (ABS) Hi-Way Safety Inc. Models P20-2000W and 2001Y(ABS) Interstate Sales, "Diamond Back" (ABS) PAVEMENT MARKERS, TEMPORARY TYPE Temporary pavement marl<ers for long term day/night use (6 months or less) Apex Universal, Model 924 (4x4) Davidson Plastics Co., "RPM" (4x4) Elgin "Empco-Lite" Model 901 (4" round) 17 Conttact No. 12-029004 Temporary pavement markers for short term day/night use (14 days or less) Davidson Plastics, Models 10M (Standard) with Reflexite PC-1000, or (WZ) with Reflexite AC-1000 Sheeting Stimsonite, Model 300 "Temporary Overlay Madrel" Hi-way Safety, Inc., Model 1280/1281 with ReflexitePC-1000 3M, Scotch-Lane A200 Pavement Marking System (4xl2) Temporary pavement markers for short term day/night use (14 days and less) at seal coat locations Davidson Plastics, TRPM (Standard) with Reflexite PC-1000, or (WZ) with Reflexite AC-1000 Sheeting Davidson Plastics, "HH" (High Heat) TRPM (Standard) with Reflexite PC-1000, or CWZJ AC-1000 Sheeting Stimsonite, Model 301 Chip Seal Marker with 0.5"x4" Stimsonite Type me Sheeting Hi-way Safety, Inc., Model 1280/1281 with ReflexitePC-1000 STRIPING AND PAVEMENT MARKING MATERIAL Pennanent traffic Slriping and pavement m31king tape For use on high and low volume roadways Advanced Traffic Marking, Series 300 and 400 Brite-Line, Series 1000 Swmoo Indusuies, "Director" 3M, "Stamarlc" Series 380, A420, A440 and 5730 For use on low volume roadways only 3M, "Stamarlc" Series A320 Bisymmetric Preformed Thermoplastic Flint Trading, "Premarl<" Pavemark, "Hotape" Temporary removable sttiping and pavement marking tape Advanced Traffic Marking, A TM Series 200 Brite-Line, Series 100 3M "Stamarlc" Brand, Detour Grade, Series 5710 Swmoo Indusuies, "Director-2" Removable Traffic Paint Contract No. 12..()29004 Belpro, Series 250/253 and No. 93 Remover CLASS 1 DELINEATORS One-piece driveable flexible type (48") All West Plastics, "Flexi-Guide 400" Carsonite, Curve-Flex CFRM-400 Carsonite, Roadmarker CRM-375 GreenLine Model HWDl-66 GreenLine Model CGDI-66 Special use flexible type (48") Carsonite, "Impactor" with 18" soil anchor Carsonite, "Survivor• with 18" U-Channel anchor FlexStake, H-D GreeoLine HWD w/18" soil anchor GreenLlne COD w/18" soil anchor Polyform, lnc., "Vista-Flex" Safe-Hit, with 8" pavement anchor (SH248-GPR and SHAI-08-Pl} Safe-Hit, with 15" soil anchor (SHA5-15C-GL) Safe-Hit, with 18" soil anchor (SH248-GPR and SHA No.-l8C-PL) Surface mount flexible type (48") Carsonite, "Super Duck rr• FlexStake, Surface Mount H-D CHANNELIZERS Surface mount type (36") Carsonite, "Super Duck" (Flat SDF-436, Round SDR-336) Carsonite, Super Duck II "The Channelizer" FlexStake, Surface Mount H-D GreenLine SMD-36 Repo, Models 300 and 400 Safe-Hit, Guide Post, Model with glue down base (SH236SMA) The Line Connection, "Dura-Post" Model DP36- 3C TYPE "K" OBJECT MARKERS (18") Carsonite, Models SMD-615 and SMD 615-A Repo, Models 300 and 400 Safe-Hit, Model SH718SMA The Line Connection, Model "DP21-4K" (Vertical configuratioo only) 18 TYPE "K-4" OBJECT MARKERS (24")(Tramc Manual Type "Q") Carsonite, Super Duck II Repo, Models 300 and 400 Safe-Hit, Models SH824SMA--WA and SH824GP3--WA The Line Connectioo, Model "DP21-4Q" CONCRETE BARRIER MARKERS (For use to the left or tramc.) Impactable type All West Plastics, "Flexi-Guide 235" Duraflex Corp., "Flex 2020• Davidson Plastics, PCBM-12 Noo-impactable type Astra-Optics, JD Series Stimsonite, Model 967 (with 3 1/4" Acrylic cube comer reflector) Stimsonite, Model 967LS (with Stimsonite Type me Sheeting) THRIE BEAM BARRIER MARKERS (For use to the left or tramc.) Duraflex Corp., "Railrider" Davidson Plastics, "Mini" (3"xl0") CONCRETE BARRIER DELINEATORS (1'i") (For use to the right or traffic. Places reflective element at 48" .) All West Plastics "Flexi-Guide FG-122" Davidson Plastics, Model PCBM-16 Safe-Hit, Model SH216RBM GUARD RAILING DELINEATORS, (27" Wood Post Type) (For use to the right or left or traffic. Places reflective element at 48" .) All West Plastics, "Flexi-Guide 327" Carsonite, Model 427 Safe-Hit, Model SH227GRD GUARD RAILING DELINEATORS, (27" Steel Post Type) (For use to the right or lert or traffic. Places reflective element at 48" .) Carsonite, Model CFGR-327 with CFGRBK300 Mounting Bmcket REFLECTIVE SHEETING FOR CHANNELIZERS AND DELINEATORS 3M, High Intensity (Long Tenn) Reflexite, PC-1000, Metalized Polycarbonate (Long Term) Reflexite, AC-1000, Acrylic (Long Term) Reflexite, AP-1000, Metalized Polyester (Short Term) Stimsonite, Series 4500 (For Carsonite CurveFlex and Roadmarker only) REFLECTIVE SHEETING FOR BARRICADES Type II Reflective Sign Sheeting (Engineer Grade) American Decal, Adcolite Avery Dennison, 1500/1600 Nikkalite (Fonnerly Seibulite), 8100 Series 3M, Scotchlite REFLECTIVE SHEETING FOR TRAFFIC CONE SLEEVES Reflexite, "SB" Vinyl, (Metali7.ed) Reflexite, "TR" Semi-transparent REFLECTIVE SHEETING FOR BARRELS AND DRUMS Reflexite: "Super High Intensity" REFLECTIVE SHEETING FOR SIGNS TYPE IIA (Super Engineer Grade) Avery Dennison, "Fasign" 2500 Series Nikkalite "Super Engineer Grade," 1800 Series TYPE IIlA (High Perfonnance) 3M, High Intensity TYPE IDC (High Pelformance) Stimsonite, Series 4200 (Orange Only) For contract.or fmnished signs only Type IV Reflexite, Vinyl (Roll-Up Signs) SIGN SUBSTRATE FOR CONSTRUCTION AREA SIGNS Aluminum Fiberglass Reinforced Plastic (FRP) Sequentia, "Polyplate" Fiber-Brite 19 Contmct No. 12-029004 8-1.02 SLAG AGGREGA TE.--Aggregate produced from slag resulting from any steel-making process or from air-cooled iron blast furnace slag shall not be used on this project SECTION 9. (BLANK) SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 10-1.01 ORDER OF WORK.--Order of work shall confonn to the provisions in Section 5-1.05, "Order of Worlc, • of the Standard Specifications and these special provisions. Attention is directed to "Maintaining Traffic" and "Temporary Pavement Delineation" of these special provisions. Pavement delineation removal shall be coordinated with new delineation so that lane lines are provided at all times on traveled ways open 10 public traffic. Before obliterating any pavement delineation that is to be replaced on the same alignment and location, as detennined by the Engineer, such pavement delineation shall be.referenced by the Contmc10r, with a sufficient number of control points 10 reestablish the alignment and location of the new pavement delineation. The references shall also include the limits or changes in striping pattern, including one-and two-way barrier lines, limit lines, crosswalks and other pavement markings. Full compensation for referencing pavement delineation shall be considered as included in the contract prices paid for new pavement delineation and no additional compensation will be allowed therefor. 10-1.02 COOPERATION.--Attention is directed 10 Sections 7-1.14, "Cooperation," and 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications and these special provisions. The Contractor's attention is directed to utility or street maintenance operations conducted by the Cities of Newport Beach and Costa Mesa forces within the limits of this contract 10-1.03 CONSTRUCTION AREA SIGNS.--Construction area signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions in Section 12, "Construction Area Traffic Conirol Devices," of the Standard Specifications and these special provisions. The Contractor shall notify the appropriate regional notification center for operators of subsurface installations at least 2 working days, but not more than 14 calendar days, prior to commencing any excavation for conslrUCtion area sign posts. The regional notification centers include but are not limited to the following: Contract No. 12-029004 Notification Center Underground Service Alert-Northern California SA Underground Service Alert-Southern California SA South Shore Utility Coordinating Council ros Tel one 1 800 2-2444 1 800 22-4133 1 800 541-3447 1 800 24-3447 All excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. 10-1.04 MAINTAINING TRAFFIC.-- Attention is directed to Sections 7-1.08, "Public ~onvenie~ce," 7-1.09, "Public Safety," and 12, Construction Area Traffic Control Devices,• of the Standard Specifications and to the Section entitled "Public Safety" elsewhere in these special provisions, and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.09. The minimum size specified for Type II flashing arrow signs in the table following the second paragraph of Section 12-3.03, "Flashing Arrow Signs," of the Standard Specifications is amended to read "36 inches by 72 inches". In the Standard Plans, Note 10 on Standard Plan Tl0, Note 9 on Standard Plan TlOA, Note 5 on Standard Plan Tl1, Note 6 on Standard Plan T12, Note 5 on Standard Plan T13, and Note 4 on Standard Plan T14 are revised to read: All traffic cones used for night lane closures shall have reflective cone sleeves as specified in the specifications. The second and third paragraphs of Section 12-3.10, "Traffic Cones," of the Standard Specifications are amended to read: During the hours of darkness ttaffic cones shall be affixed with reflective cone sleeves. The reflective sheeting of sleeves on the traffic cones shall be visible at 1,000 feet at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective cone sleeves shall conform to the following: 1. Removable flexible reflective cone sleeves shall be fabricated from the reflective sheeting specified in the special provisions, have a minimum 20 height of 13 inches and shall be placed a maximum of 3 inches from the top of the cone. The sleeves shall not be in place during daylight hours. 2. Pennanently affixed semitransparent reflective cone sleeves shall be fabricated from the semitransparent reflective sheeting specified in the special provisions, have a minimum height of 13 inches, and shall be placed a maximum of 3 inches from the top of the cone. Traffic cones with semitransparent reflective cone sleeves may be used during daylight hours. 3. Pennanently affixed double band reflective cone sleeves shall have 2 white reflective bands. The top band shall be 6 inches in height, placed a maximum of 4 inches from the top of the cone. The lower band shall be 4 inches in height, placed 2 inches below the bottom of the top band. Traffic cones with double band reflective cone sleeves may be used during daylight hours. The type of reflective cone sleeve used shall be at the option of the Contractor. Only one type of reflective cone sleeve shall be used on the project, The C16 and Cl 7 designations of the signs shown on the detail "Entrance Ramp Without Turning Pockets" of Standard Plan T14 are amended to designate the signs as R16 andR17, respectively. Lane closures shall conform to the provisions in the section of these special provisions entitled "Traffic Control System for Lane Closure." Personal vehicles of the Contractor's employees shall not be pm:ed within the right of way. The Contractor shall notify local authorities of his intent to begin wodc at least 5 days before wodc is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrangemeDIS relative to keeping the wodcing area clear of pm:ed vehicles. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a ttaffic lane, the shoulder area slJa!l be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the pm:ed vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 cones or portable delineators shall be used for the taper. A C23 (Road Wodc Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. Lanes shall be closed only during the hours shown on the charts included in this section "Maintaining Traffic." Except work required under said Sections 7-1.08 and 7-1.09, work that interferes with public traffic shall be performed only during the hours shown for lane closures. Designated legal holidays are: January 1st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, the day after Thanksgiving Day and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When November 11th falls on a Saturday, the preceding Friday shall be a designated legal holiday. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be 21 Conuact No. 12-029004 permitted upon the written request of the Contractor if in the opinion of the Engineer public traffic will be better served and the work expedited. Such deviations shall not be adopted until the Engineer has indicated his written approval. All other modifications will be made by contract change ordec. Ramps may be closed only if signed for closing 3 days in advance. The Conuactor shall notify the Engineer not less than 5 calendar days prior to signing the ramp. If the ramp is not closed on the posted day, the closure shall be changed to allow 3 days advance notice before closure. Consecutive on-ramps or off-ramps in the same direction of travel shall not be closed simultaneously unless otherwise provided in these special provisions or permitted by the Engineer. Contract No. 12-029004 RAMP AND LANE CLOSURE CHART A DIRECTION: Northbound 55 LOCATION: Route 55/1 Separation to On/Off Old Newport Ave. -Rt (NE Ramp)PM 027 to 0.471. Ramps: NB 55 Off-Illlllp to Old Newport Ave. and On-Illlllp from Old Newport Ave. to NB 55. Ramp and Lane Requirements and Hours of Work ~~~~~~~~~~~~ lllllllllll~ :;:;;~$.$.$.$.$.$.$.$.$.~§zij$.8.,.. .. 8.., .. 8..,. .. 8,,, .. 8,., .. 8,... .. 800 .• 8.,_ .. ~§;:;;~ -N~~~~~~~----- Mondays through Thursdays \,.'I ~ :\.: ..... l.'I.:: N ~ ~ ~ ~ ~ ~ s:: :s ~ ~ ~ Fridays ~ ~ ~ ~ ~ ~ ~ ~ ~ .,.: "' N ' ~ l's ~ ~ Saturdays s: ... ·" ' .. ' ~ s: ~ Sundays .. ' ' 'S ~ ~ ~ ~ ~ "' ~ N ., "'' ., r:r.rJ~~ignated N l.'I.:: :-.: ~ ~ ~ N ~ l's ' ~ Designated Legal Holidays ~ ,, ., cl. \,.'I ... :\.: ~ ~ cl. ~ ~ ~ Legend: ~ One lane open in direction of travel REMARKS: SHOULDER MAY BE CLOSED CJ No lane or Illlllp closure pennitted Ramp may be closed only when outer lanes are closed RAMP AND LANE CLOSURE CHARTB DIRECTION: Southbound 55 LOCATION: Route 55/1 Separation to On/Off Old Newport Ave. -Rt (NE Ramp)PM 027 to 0.471, Ramps: SB 55 Off-Illlllp to Route 1 and On-Illlllp from NB Route 1 to SB Route 55 Ramp and Lane Requirements and Hours of Work }~~~~~~~~~~~ lllllllll~~j j§~~!~!~!f~=j§~~!~!~!f~=i Mondays through Thursdays ~ ~ ~ N l.'I.:: N ~ s: :\.: ~ ~ ~ ., .. ' ' ~ Fridays ~ ., ,,. I...: " ~ ' ~ ~ N ~ ~ ~ ~ ~ .... :,,.: ' ~ Saturdays "' .. , ' .... . ,. ', l's N ~ ~ s: :-.: ~ Sundays ~ ~ ' " l...: :,,.: ~ "~ :,,.: l.'I.:: l's " ~ ., -.... ~a1°'ii~&ys·-~ ~ ~ ~ cl. ~ ... .... ., "', Designated Legal Holidays ~ ~ ~ ~ ~ N ~ cl. ..... l's ..... ~ ~ REMARKS: One lane open in direction of travel SHOULDER MAY BE CLOSED CJ No lane or IlllllP closure pennitted Ramp may be closed only when outer lanes are closed 22 Contract No. 12-029004 LANE CLOSURE CHARTC DIRECTION: Northbound 55 LOCATION: On/Off Old Newport Ave. -Rt (NE Ramp) to 16th Street. PM 0.471 to 1.23 Lane Requirements and Hours of Work ~~~~~~~~~~~~ iiiiiiiii11~ ·::..~$.$.$.$.$.$.$.$.$.~~z§$.$.$.$.$.$.$.$.$.o~j~ -N~~~~~~~---N~~~~~~~-- Mondays through Thursdays " ,. X ' ~ Fridays ~ ~ ~ ,: ' ~ -,, ;x "' Saturdays ~ :s ~ ~ ~ ~ ~ ·- Sundays N ~ ~ ~ ~ ·'" "' ' ~, ~ P.."l.Y"li~c1eys•"'= ~ ~ ~ ~ ~ ~ Designaled Legal Holidays ,,. ' ·" ~ ~ ', ..... ~ ·- Legend: I ~ One lane open in direction of travel =~ MA y BE CLOSED I== Two adjacent lanes open in direction of travel D No lane closure permitted .._ ______________ _. LANE CLOSURE CHART D . DIRECTION: Southbound 55 LOCATION: Clo/Off Old Newport Ave. -Rt (NE Ramp) to 16th Street. PM 0.471 to 1.23 Lane Requirements and Hours of Work ~~~~~~~~~~~~ iiiiiiiiiii~ l~~~!~~~!!~~J~~~!~~~!!~~I Mondays through Thursdays ,, -~ ' ... :,..: ' "' ,, Fridays ~ ' ., .. ;x ~ ,, Saturdays ~ ~ ;x "' ;x :.'lo ~ " ., Sundays ., "' ' ., ' ., ... .. ;x ~ P.:ay befOf!' .Desigrutted X ;x ~ ~ X ~ gal Holidays ~ Designaled Legal Holidays ~- L ~ ~ ~ ~ I.."'-" Legend: I ~ One lane open in direction of travel =MAYBE CLOSED g Two adjacent lanes open in direction of travel D No lane closure permitted .._ ______________ __, 23 Contract No. 12-029004 10-1.05 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE.--A traffic control system shall consist of closing traffic lanes and ramps in accordance with the details shown on the plans, the provisions of Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" elsewhere in these special provisions and these special provisions. The provisions in this section will not relieve the Contractor from the responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications. During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, with either stationary or moving type lane closures. During all other operations traffic shall be controlled with stalionary type lane closures. The Contractor's attention is directed to the provisions in Section 84-1.04, "Protection From Damage," and Section 85-1.06, "Placement," of the Standard Specifications. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair the component to its original condition or replace the component and shall restore the component to its original location. ST A TIONARY TYPE LANE CLOSURE.-- When lane and ramp closures are made for wod:: periods only, at the end of each worlc period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, the components may be stored at selected central locations, approved by the Engineer, within the limits of the highway right of way. The 500-foot section of lane closure, shown along lane lines between the 1,000-foot lane closure tapers on the plans entitled "Traffic Control System for Lane Closures on Freeways and Expressways" and "Traffic Control System for Lane and Complete Closures on Freeways and Expressways" shall not be used. MOVING TYPE LANE CLOSURE.-- Flashing arrow signs used in moving lane closures shall be truck-mounted. Changeable message signs used in moving lane closure operations shall conform to Section 12-3.12, "Portable Changeable Message Signs," of the Standard Specifications, except the signs shall be truck- mounted and the full operation height of the bottom of the sign may be less than 7 feet above the ground, but should be as high as practicable. Truck-mounted crash cushions (TMCC) for use in moving lane closures shall be any of the following approved models, or equal: 24 (1) Hexfoam TMA Series 3000 and Alpha 1000 TMA Series 1000 and Alpha 2001 TMA Series 2001 Manufacturer: Eneigy AbsoJ:ption Systems, Inc. One East Wacker Drive Chicago, IL 60601-2076 Telephone (312) 467-6750 (2) Distributor(Northem): Traffic Control Service, Inc. 8585 Toys Court Sacramento, CA 95828 Telephone (800) 884-8274 FAX (916) 387-9734 Distributor(Southem): Traffic Control Service, Inc. 1881 BetmorLane Anaheim,CA 92805 Telephone (800) 222-8274 Cal T-001 Model 2 or Model 3 Manufacturer: Hexcel Co,poration 11711 Dublin Blvd. P.O. Box 2312 Dublin, CA 94568 Telephone (510) 8284200 (3) Distributor: Hexcel Corporation 11711 Dublin Blvd. P.O. Box 2312 Dublin, CA 94568 Telephone (510) 828-4200 Renco Renganl Model Nos. CAM 8-815 and RAM 8-815 Manufacturer: Rencolnc. 1582 Pflugerville Loop Rood P.O. Box 730 Pflugerville, TX 78600-0730 Telephone(800)654-8182 Distributor: Rencolnc. 1582 Pflugerville Loop Rood P.O.Box 730 Pflugerville, TX 78660-0730 Telephone (800) 654-8182 Each TMCC shall be individually identified with the manufacturer's name, address, TMCC model number, and a specific serial number. The names and numbers shall each be a minimum 1/l inch high, and located on the left (street) side at the lower front corner. The TMCC shall have a message next to the name and model number in 1/l inch high letters which states, "The bouom of this TMCC shall be __ inches ± __ inches above the ground at all points for proper impact performance." Any TMCC which is damaged or appears to be in poor condition shall not be used unless recertified by the manufacturer. The Engineer shall be the sole judge as to whether used TMCCs supplied under this contract need l recertification. Each unit shall be certified by the manufacturer to meet the requirements for TMCCs in accordance with the standards established by the Transportation Laboratory Structures Resean:h Section. Approvals for new TMCC designs proposed as equal to the above approved models sball be in accordance with the procedures (including crash testing) established by the Transportation Laboratory Sttuctures Research Section. For information regarding submittal of new designs for evaluation contact: Transportation Laboratory Sttuctures Research Section P.O. Box 19128 5900 Folsom Boulevard Sacramento, CA 95819 New TMCCs proposed as equal to approved TMCCs or approved TMCCs determined by the Engineer to need recertification shall not be used until approved or recertified by the Transportation Laboratory Sttuctures Resean:h Section. PAYMENT.-• The contmct lump sum price paid for traffic control system shall include full compensation for furnishing all labor, materials (including signs), tools, equipment and incidentals, and for doing all the woric involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control system as shown on the plans, as specified in the Standard Specifications and these special provisions,-and as directed by the Engineec. The adjustment provisions in Section 4-1.03, "Changes," of the Standard Specifications, shall not apply to the item of traffic control system. Adjustments in compensation for traffic control system will be made only for increased or decreased traffic control system required by changes ordered by the Engineer and will be made on the basis of the cost of the increased or decreased traffic control necessary. Such adjustment will be made on a force account basis as provided in Section 9-1.03, "Force Account Payment," of the Standard Specifications for increased work, and estimated on the same basis in the case of decreased woric. 10-1.06 TEMPORARY PAVEMENT DELINEATION.--Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the provisions in Section 12-3.01, "General," of the Standard Specifications and these special provisions. Nothing in these special provisions shall be consttued as to reduce the minimum standards specified in the Manual of Traffic Controls published by the Department or as relieving the Contmctor from his responsibility as provided in Section 7-1.09, "Public Safety," of the Standard Specifications. GEN ER AL. -• Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation sball be in place prior to 25 Contmct No. 12-029004 opening the traveled way to public traffic. Laneline or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. On multilane roadways (freeways and expressways) edgeline delineation sball be provided at all times for traveled ways open to public traffic. All woric necessary, including any required lines or marics, to establish the alignment of temporary pavement delineation shall be performed by the Conttactor. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with a new pattern of temporary pavement delineation or permanent pavement delineation. Temporary pavement maricers and removeable traffic type tape which conflicts with a new traffic pattern or which is applied to the final layer of surfacing or existing pavement to remain in place shall be removed when no longer required for the direction of public traffic, as determined by the Engineec. TEMPORARY LANELINE AND CENTERLINE DELINEATION.--Whenever lanelines and centerlines are obliterated the minimum laneline and centerline delineation to be provided shall be temporary reflective raised pavement markers placed at longitudinal intervals of not more than 24 feel The temporary reflective raised pavement markers shall be the same color as the laneline or centerline the markers replace. Temporary reflective raised pavetnent markers shall be, at the option of the Contractor, one of the temporary pavement markers listed for short term day/night use (14 days or less) or long term day/night use (6 months or less) in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Temporary reflective raised pavement malkers shall be placed in accordance with the manufacturer's insttuctions and sball be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place pavement malkers in areas where removal of the malkers will be required. Temporary laneline or centerline delineation consisting entirely of temporary reflective raised pavement maricers placed on longitudinal intervals of not more than 24 feet, shall be used on lanes opened to public traffic for a maximum of 14 days. Prior to the end of the 14 days the permanent pavement delineation shall be placed. If the permanent pavetnent delineation is not placed within the 14 days, the Contractor shall provide, at his expense, additional temporary pavement delineation. The additional temporary pavement delineation to be provided shall be equivalent to the pattern specified for the permanent pavement delineation for the area, as determined by the Engineer. Full compensation for furnishing, placing, maintaining, and removing the temporary ,-eflective raised pavement maricers, used for temporary laneline and Contract No. 12-029004 centerline delineation and for providing equivalent patterns of permanent traffic lines for such areas when required; shall be considered as included in the contract prices paid for the items of work that obliterated the laneline and centerline pavement delineation and no separate payment will be made therefor. TEMPORARY EDGELINE DELINEATION.-On multilane roadways (freeways and expressways) whenever edgelines are obliterated the edgeline delineation to be provided for that area adjacent to lanes open to public traffic shall consist of, at the option of the Contractor, either solid 4-inch wide traffic stripe of the same color as the stripe the temporary edgeline delineation replaces, or shall consist of traffic cones, portable delineators or channelizers placed at longitudinal intervals not to exceed 100 feet. Four-inch wide traffic stripe placed for temporary edgeline delineation, which will require removal, shall consist of temporary removeable construction grade striping and pavement marking tape listed in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Temporary removeable construction grade striping and pavement marking tape when used shall be applied in accordance with the manufacturer's recommendations. Where removal of the 4-inch wide traffic stripe will not be required, painted traffic stripe used for temporary edgeline delineation shall conform to "Paint Traffic Stripes and Pavement Markings" of these special provisions, except for payment and the number of coats shall be, at the option of the Contractor, either one or two coats. The quantity of painted traffic stripe used for temporary edgeline delineation will not be included in the quantities of paint traffic stripe to be paid for. The lateral offset for traffic cones, portable delinealors or channelizers used for temporary edgeline delineation shall be as determined by the Engineer. If traffic cones or portable delineators are used as temporary pavement delineation for edgelines, the Contractor shall provide personnel to remain at the job site to maintain the cones or delineators during all hours of the day that they are in use. Channelizers used for temporary edgeline delineation shall be surface mounted type and shall be orange in color. Channelizer bases shall be cemented to the pavement in the same manner provided for cementing pavement markers to pavement in the section of these special provisions entitled "Pavement Markers," except epoxy adhesive shall not be used to place channelizers on the top layer of pavement. Channelizers shall be, • at the Contractor's option, one of the surface mount types (36") listed in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Temporary edgeline delineation shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. Full compensation for furnishing, placing, maintaining, and removing temporary edgeline delineation shall be considered as included in the contract prices paid 26 for the items of work that obliterated the edgeline pavement delineation and no separate payment will be made therefor. 10-1.07 TEMPORARY CRASH cusmoN MODULE.--This work shall consist of furnishing, installing and maintaining sand filled temporary crash cushion modules in groupings or arrays at each location shown on the plans, specified in the special provisions or directed by the Engineer. The grouping or array of sand filled modules shall form a complete sand filled temporary crash cushion in accordance with the details shown on the plans and these special provisions. Attention is directed to "Public Safety", of these special provisions. GENERAL.--Whenever the work or the Contractor's operations establishes a fixed obstacle, the exposed fixed obstacle shall be protected with a sand filled temporary crash cushion. The sand filled temporary crash cushion shall be in place prior to opening the lanes adjacent to the fixed obstacle to public traffic. Sand filled temporary crash cushions shall be maintained in place at each location, including times when worl<: is not actively in progress. Sand filled temporary crash cushions may be removed during a worl<: period for access to the worl<: provided that the exposed fixed obstacle is 15 feet or more from a lane carrying public traffic and the temporary crash cushion is reset to protect the obstacle prior to the end of the worl<: period in which the fixed obstacle was exposed. When no longer required, as determined by the Engineer, sand filled temporary crash cushions shall be removed from the site of the wod<. MA TERIALS.--At the Contractor's option, the modules for use in sand filled temporary crash cushions shall be either of the following types or equal: Energite Inertial Modules Manufacturer: Energy Absorption Systems, Inc. One East Wackec Drive Chicago, IL 60601-2076 Telephone(312)467-6750 Distributors Energy Absorplion Systems, Inc. P.O. Box 3333-#291 Encinitas, CA 92024 Telephone (619) 438-7887 FAX(619)438-7848 Energy Absorplion Systems, Inc. Customer Service Department One East Wackec Drive Chicago, IL 60601-2076 Telephone (800) 255-3240 FAX(312)467-0201 or Fitch Inertial Modules: National Distributor Roadway Safety Service, Inc. 700-3 Union Parkway Ronkonkoma, NY 11779 Roadway Safety Service, Inc. 700-3 Union Parkway Ronkonkoma, NY 11779 Distnbutor (Northern ) Singletree Sales Company 1533 Belger Drive San Jose, CA 95112 Telephone (408) 287-1943 Distributor (Southern ) Traffic Control Service, Inc. 1881 Betmor Lane Anaheim, CA 92805 Telephone (714) 937-0422 Modules contained in each temporary crash cushion shall be of the same type at each location. The color of the modules shall be the standard yellow color as furnished by the vendor, with black lids. The modules shall exhibit good workmanship free from structural flaws and objectionable surface defects. The modules need not be new. Good used undamaged modules conforming to color and quality of the types specified above may be utilized. If used Fitch modules requiring a seal are furnished, the top edge of the seal shall be securely fastened to the wall of the module by a continuous strip of heavy duty tape. Modules shall be filled with sand in accordance with the manufacturer's directions, and to the sand capacity in pounds for each module as shown on the plans. Sand for filling the modules shall be clean washed concrete sand of commercial quality. At the time of placing in the modules, the sand shall contain not more than 7 percent water, as determined by California Test 226. Modules damaged due to the Contractor's operations shall be repaired immediately by the Contractor at his expense. Modules damaged beyond repair, as determined by the Engineer, due to the Contractor's operations shall be removed and replaced by the Contractor at his expense. INSTALLATION.--Temporary crash cushion modules shall be placed on movable pallets or frames confonning to the dimensions shown on the plans. The pallets or frames shall provide a full bearing base beneath the modules. The modules and supporting pallets or frames shall not be moved by sliding or skidding along the pavement or bridge deck. A Type P or Type R marlcer panel, as shown on the plans, shall be attached to the front of the leading module of each temporary crash cushion. The marker panel shall be firmly fastened to the module with commercial quality hardware or by other methods approved by the Engineer. At the completion of the project, temporary crash cushion modules, sand filling, pallets or frames, and marl<er panels shall become the property of the Contractor and shall be removed from the site of the work. Temporary crash cushion modules shall not be installed in permanent wolk. 27 Contract No. 12-029004 MEASUREMENT AND PAYMENT.-- Temporary crash cushion modules placed in accordance with the provisions in "Public Safety" elsewhere in these special provisions will not be measured nor paid for. 10-1.08 EXISTING HIGHWAY FACILITIES.--The wmk perfonned in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standanl Specifications. 10-1.0SA REPAIR EXISTING ROADBED.--When directed by the Engineer, broken, or failed, or other unsatisfactory portions of the existing roadbed shall be removed and disposed of and the resulting hole shall be backfilled as directed by the Engineer. Removing and replacing existing pavement will be paid for as extra work as provided in Section 4-1.03D of the Standard Specifications. 10-1.08B REMOVE PAVEMENT MARKERS.--Existing pavement marlrers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. Full compensation for removing and disposing of pavement marlrers shall be considered as included in the contract price paid per ton for asphalt concrete (Type B) and no separate payment will be made therefor. 10-1.0SC COLD PLANE ASPHALT CONCRETE PAVEMENT.--Existing asphalt concrete pavement shall be cold planed at the locations and to the dimensions shown on the plans. Planing asphalt concrete pavement shall be performed by the cold planing method. Planing of the asphalt concrete pavement shall not be done by the heal« planing method. Cold planing machines shall be equipped with a cutter head not less than 30 inches in width and shall be operated so as not to produce fumes or smoke. The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation. The depth, width and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surfacing to remain in place. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the corners and through the confonn lines. Following planing operations, a drop-off of more than 0.15-foot will not Contract No. 12-029004 be allowed at any time between adjacent lanes open to public traffic. Where transverse joints are planed in the pavement at conform lines no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 30: 1 or flatter to the level of the planed area. Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including the removal of all loose ma;eriai from the underlying surface, before placing tne permanent surfacing. Such removed material shall be disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Operations shall be scheduled such that not more than 7 days shall elapse between the time when transverse joints are planed in the pavement at the conform lines and the permanent surfacing is placed at such conform lines. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Removal operations of cold planed material shall be concurrent with planing operations and follow within 50 feet of the planer, unless otherwise directed by the Engineer. Cold plane asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface cold planed irrespective of the number of passes required to obtain the depth shown on the plans. The contract price paid per square yard for cold plane asphalt concrete pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in cold planing asphalt concrete surfacing and disposing of planed material, including furnishing the asphalt concrete for and constructing, maintaining, removing, and disposing of temporary asphalt concrete tapers, as specified in these special provisions and as directed by the Engineer. 10-1.09 ASPHALT CONCRETE.--Asphalt concrete shall be Type B and shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. The last sentence of the first paragraph in Section 39-2.01, "Asphalts," of the Standard Specifications and the fifth, sixth, seventh and eighth paragraphs of 28 Section 39-3.03, "Proportioning," of the Standard Specifications shall not apply. The second paragraph in Section 39-3.05, "Asphalt Concrete and Asphalt Concrete Base Storage," of the Standard Specifications is amended to read: Storage silos shall be equipped with a surge-batcher sized to hold a minimum of 4,000 pounds of material. A surge-batcher consists of equipment placed at the top of the storage silo which catches the continuous delivery of the completed mix and changes it to individual batch delivery and prevents the segregation of product ingredients as the completed mix is placed into storage. The surge-batcher shall be center loading and shall be thermally insulated or heated or thermally insulated and heated to prevent material buildup. Rotary chutes shall not be used as surge-batchers. The surge-batcher shall be independent and distinct from conveyors or chutes used to collect or direct the completed mixture being discharged into storage silos and shall be the last device to handle the material before it enters the silo. Multiple storage silos shall be served by an individual surge-batcher for each silo. Material handling shall be free of oblique movement between the highest elevation (conveyor outfall) and subsequent placement in the silo. Discharge gates on surge-batchers shall be automatic in operation and shall discharge only after a minimum of 4,000 pounds of material has been collected and shall close before the last collected material leaves the device. Discharge gate design shall prevent the deflection of material during the opening and closing operation. The amount of asphalt binder to be mixed with the aggregate for Type B asphalt concrete will be determined by the Engineer in accordance with California Test 367 using the samples of aggregates furnished by the Contractor in conformance with Section 39-3.03, "Proportioning," of the Standard Specifications. 10-1.10 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS.-- Thermoplastic traff"ic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84-1, "General," and 84-2, "Thermoplastic Traffic Stripes and Pavement Maddngs," of the Standard Specifications and these special provisions. The Slate Specification No. for glass beads in Section 84-2.02, "Materials," of the Standard Specifications is amended IO read "8010-21C-22 (Type II)." At the option of the Contractor, permanent striping tape as specified in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions, may be placed instead of the thermoplastic traffic stripes and pavement markings specified herein, except that ST AMARK Brand Pavement Tape, Bisymmetric 1.75 Grade, manufactured by the 3M Company, shall not be used. Pavement tape, if used, shall be installed in accordance with the manufacturer's specifications. If pavement tape is placed instead of thermoplastic traffic stripes and pavement markings, the pavement tape will be measured and paid for as thermoplastic traffic stripe and thermoplastic pavement marking. 10-1.11 PAINT TRAFFIC STRIPES.-- Painting traffic stripes (traffic lines) shall conform to the provisions in Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Marldngs, • of the Standard Specifications and these special provisions. The State Specification No. for glass beads in Section 84-3.02, "Materials," of the Standard Specifications is amended to read "8010-21C-22 (Type 11). • At the option of the Contractor, permanent striping tape as specified in "Prequalified and Tested Signing and Delineation Materials• elsewhere in these special provisions, may be placed instead of the painted traffic stripes specified herein, except that ST AMARK Brand Pavement Tape, Bisymmetric 1.75 Grade, manufactured by the 3M Company, shall not be used. Pavement tape, if used, shall be installed in accordance with the manufacturer's specifications. If pavement tape is placed instead of painted traffic stripes, the pavement tape will be measured and paid for as paint traffic stripe of the number of coats designated in the Engineer's Estimate. 10-1.12 PAVEMENT MARKERS.-- Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications and these special provisions. The second paragraph in Section 85-1.02, "Type of Markers," of the Standard Specifications shall not apply. Certificates of compliance shall be furnished for pavement markers as specified in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Attention is directed to "Traffic Control System For Lane Closure" elsewhere in these special provisions regarding the use of moving lane closures during placement of pavement markers with bituminous adhesive. SECTION 10-2. (BLANK) SECTION 10-3. SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 10-3.01 DESCRIPTION.--Inductive loop detectors shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Standard Specifications and these special provisions. 29 Contract No. 12-029004 10-3.02 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS.-- Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:00 p.m. Traffic signal system shutdowns shall be limited to periods allowed for lane closures listed or descnl>ed under "Maintaining Traffic," elsewhere in these special provisions. 10-3.03 CONDUCTORS AND WIRING.-- Splices shall be insulated by "Method B • or, at the Contractors option, splices of conductors shall be insulated with heat-shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, "Certificates of Compliance,• of the Standard Specifications for all the conductors and cables furnished for the project 10-3.04 DETECTORS.--Loop detector sensor units are existing. The third paragraph of Section 86-5.0lA(S), "Installation Details," of the Standard Specifications is amended to read: Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting .operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any such material flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-1.13. Slots shall be filled with elastomeric sealant or asphaltic emulsion sealant At the Contractor's option, where a Type A or a Type B loop is indicated on the plans, a Type E loop may be substituted. The diameter and spacing of the Type E detector loops, shown on Standard Plan ES-SB, is changed to 6 feet and 10 feet, respectively. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 1 1/2 inches. Slot width shall be a maximum of 3/4 inch. Loop wire for circular loops shall be Type 2. Slots of circular loops shall be filled with elastomeric sealant INDEX OF • Sheet No, I 2 3 4 5 6 7 8-I I 12-15 SHEETS Title and Location Map Typicial Cross Sections Standard Plans List Construction Detal Is Construction Area Signs Surrmary of Quantities Electrical Plans Revised and New Standard Plans Begin Work Ste 14+00 STA ii: The Contr-actor shal I possess the Class (or Classes) of I icense cs specified in the "Notice to Contr-actors". STATE OF CALIFORNIA DEPARTMENT OF TRANSPORT AT I ON PROJECT PLANS FOR CONSTRUCTION ON STATE HIGHWAY IN ORANGE COUNTY IN NEWPORT BEACH AND COSTA MESA FROM ROUTE 1 TO 16TH STREET To be supp I emented by Standard PI ans doted Ju I Y I 992 ==> ED lii Jo End Work Ste 65+00 DIST COUNTY ROUTE POSi MI C.E" -,IJTAL TOT AL, PROJC:r~ T Sle[ETS 12 Oro 55 0. 3/ I. 2 I 15 I SAN 8!SNASOINO LOCATION MAP Ttie State of Callforn/a or /rs officers or o,;;ents shall not be responsible for the accuracy or completeness of electroni<:: copies of thls plan shoet. l REDUCED PLAN USE SCALE BELOW I ~ ! IMCHES Off ORIBINAL PUN j CONSTRUCTION 15+70 PM 0.3 CONSTRUCTION STA 64+36 PM 1.2 NO SCALE Plons Approval Dote 1 Contract Noi12 -029 004 FOR REDUCED PLANS O ORIGINAL SCALE IS IN INCHES USERNAME • > r i chor-d DGN FILE=> /usr,rTc:1Gr<."1/PIO/cO29O:~.-:;.,j] CU I 260 I : EA -J... ---· --------~- 029001 "' 0 ~------------------~i-------------~--------------~1-------------~--------------------- 01srl COUNTY I ROUTE I TO~~C1 p~b~Jul l"i}o~1i~SE\'\\ 0 w ► V, CD - > 0 w w er V, -w > c w 4 er 0 w co " 4' 00 0 0 0 0 0 ,r ► 0 CD w CD cO 4W 0 ~z w "0 ~ u-u ~ V, w 4W I uo u c u _J w 7 -0 J: er' Q_ ,O...i ; ' ' I i I I ~-:----- ! I 36' MATCH E.X\STING l EXIST SEE NOTE ,;3 0. 08' AC - (TYPE 6) ROUTE 55 ' EXIST STATION 15+70 TO 64+36 NOTES: i. Dl~AENSIONS OF THE STRUCTURAL SECTIONS ARE SUBJECT TO TOLERANCES SPECIFIED IN fHE STANDARD SPECIFICATIONS. SUPERELEVATION AS SHOWN OR AS DIRECTED BY THE ENGINEER. 3. SEE DETAIL A, SHEET C-i. l 36' ---------'>o----8' _____...,1.-5' __.. MATCH EXIST <TYPJ 3, I EXIST PAYEMENT7 O.OS'AC (TYPE Bi SEE NOTE #} TAPER I 2 I Oco I 55 I 0.311.2 1--2 i ,s ---·-- R-~ED~~L~DATE 1;,··-r~r¼?--, ff,i-...:. (,:,_' 8-I 5-94 § J:UL!'l_g_UY_EJ:/1 -P~L-,N~s~,~P~P,~0-,-,-,-0,-,-,-----ll"' No. C -4 G 7 73 "' 1--'-"'"-"'-"'-'-'"'-'-""-""'-'-'-----',1" [,p. 6/30/95 I} I--Tile State of Collfornio or its officers or oqents shall not be resporu;fble for /te accuracy or ,;<lmp/eteness of electronic copies of this pion stoot. TYPICAL CROSS SECTIONS NO SCALE X-1 '----------------------------------------------------------··-------· -------------------;JS[RNM,1[ -, mikes: I FOfO w::c,,_ll.l:.U ,,,_ANS QC>IGl~1\L SCA'.'c: IS IN le<CH!:.S ' I_ -~---DCN t; '_[ 0 ) /us: 'rni k8S I i'"O/ ;U '~1 \i'-c,. ,...,,,,, I c· 12501 EA 02900 ! :;f"'Sl'"; I <Y>: i ~! "' I~: ._, ■ AIOA GENERAL ROAD WORK MISCELLANEOUS Abbreviations ■ AIOB Symbols ■ A20A Pavement Markers and Traffic Lines, Typical Detai Is ■ A20B Pavement Markers and Traffic Lines, Typical Details ■ A20C Pavement Markers and Traffic Lines. Typical Detoi Is ■ RSP A20D Pavement Markers and Traffic Unes.Tyf)lcal Detalls ■ A24A Pavement Markings-Arrows ■ A24B Pavement Markings-Arrows ■ A24C Pavement Markings-Symbols and Numerals ■ A24D ■ A24E 0 A35A D A62A D A62B D A62C 0 A62D 0 A62E D A62F D A73A □ A73B D A73C 0 A74 0 A75A □ A75B □ A75C D A77A D A77B 0 A77C 0 A77D D D D D D D D D D D D D D D D D A77E A77F A77G A77H A771 A77J A77K A78A A78B A78C A7BD A78E A78F ABO ASI A83 Pavement Markings-Words Pavement Markings-Words and Crosswalks Portland Cement Concrete Paving Detal Is Excavation and Backfi I I-Mlscel loneous Detal Is Limits of Payment for Excavation and Backfl I I Bridge-Surcharge and Woll Limits of Payment for Excavation and Backfi I I-Bridge Excavation and Backfl I 1-Concrete Pipe Culverts Excavation and Bockfl I I-Cost-In-Place Reinforced Concrete Box and Arch Culverts Excavation and Bockfi ! I-Metal and Plostlc Culverts Markers Markers Del lneators, Channel lzers and Barricades Survey Monuments Concrete Barrier Type 50 Concrete Barrier Type 50E Headlight Glore Screen Metal Beam Guard Roi I Ing Metal Beam Guard Roi I ing-Standard Hardware Metal Beam Guard Roi I ing-Posts and Blocks Guard Roi I Flores Guard Ro 1 1 F I ares Metal Beam Guard Roi I ing-Mlscel laneous Detal Is Guard Roi I End Anchors <Breakaway) Guard Roi I End Anchors <Breakaway Hardware) Barrier and Guard Roi I End Anchors Guard Roi I Connections to Bridge Roi Is, Retaining Wal Is and Abutments Guard Roi I Connections to Bridge Sidewalks and Curbs Thrle Beam Barrier Thrie Beam Barrier-Standard Hardware and Miscel loneous Detal Is Thrle Beam Barrier-End Anchors Thrle Beam Barrier Connection to Concrete Barrier Type 50 Thrle Beam Barrier Connections to Bridge Roi Is Thrle Beam Barrier Connections to Bridge Curbs, Retaining Wal Is and Abutments Thrie Beam Barrier Emergency Passageway Crash Cushion, Sand Fi I led Portable Scale Pad and Approach Slab Deta! Is □ A85 Chain Link Fence □ A86 Barbed Wire and Wire Mesh Fences ■ RSP NJ'1 Curbs, DTkes and DrTvewO'fS D D D D Ll D D C7A C7B C7C C7D C7£ C7F C1G CRIB WALLS Reinforced Concrete Crib Wal I-Battered Wal Is-Types A,B and C Reinforced Concrete Crib Wal!-Battered Wal Is-Types D,E and F Reinforced Concrete Crib Wal 1-Vertical Wal Is-Types A,B and C Reinforced Concrete Crib Wal I-Vertical Wal ls-Types D,E and F Reinforced Concrete Crib Wal I-Types A,B,C,D,E and F Header and Stretcher Detoi Is Design Doto for Reinforced Concrete Crib Wol I Foundation Pressure-Battered Wal J Reinforced Concrete Crib Wal I Foundation Pressure- vertical wa11 □ CSA Steel Crib Wal 1-Construction Detoi ts □ CBB Steel Crib Wal I-Design Doto □ CBC Steel Crib Wol 1-Design Doto □ C9A Timber Crib Wal I-Types A,B,C and D □ C98 Timber Crib Wal I-Types A,B,C and D Design Doto D D72 0 D73 □ D74A □ D74B □ D74C D D75 D 077A D D77B D D77C □ D7B D D79 D D80 □ DBI 0 D62 □ D84 D D85 0 D86A 0 D66B D D86C D D87A 0 D87B 0 D87C D DBB D DBBA 0 D89 D D90 D D93A D D93B 0 D93C D D D D D D D D D D D D D □ D D D □ D D D D D □ D • • D D94A D94B D95 097A D97B D97C D97D D97E D97F D97G D97H D98A D98B D99A D99B D99C D99D HI H2 H3 H4 H5 H6 H7 RSP HB Tl T2 T3 Drainage Inlets Drainage Inlets Drainage Inlets Drainage Inlets DRAINAGE Drainage Inlets Detai Is Pipe Inlet Grate Deta I Is Bicycle Proof Grate Detoi Is Alternative Hinged Cover for Type OL and OS Inlets and Trash Rock for Type OCP Inlet Gutter Depressions Precast Reinforced Concrete Pipe-Direct Design Method Cost-In-Place Reinforced Concrete Single Box Culvert Cost-In-Place Reinforced Concrete Double Box Culvert Cost-In-Place Reinforced Concrete Box Culvert Mlscel laneous Detol ls Box Culvert Wlngwal ls-Types A,B,C Box Culvert Wlngwal Is-Types D and E Box Culvert Warped Wingwol Is Pipe Culvert Headwol Is, Endwol Is and Warped Wlngwal IS Arch Culvert Headwal Is, Endwal ts and Warped Wingwol Is Overside Drains Overslde Drolns Underdrolns Construction Loads on Culverts Strut Detol Is for Structural Steel P·late Pipes. Arches, and Vehicular Undercrosslngs Pipe Headwal IS Pipe Culvert Headwol Is, Endwal Is and Wlngwol Is-Types A,B and C Pipe Riser Connections Drolnoge Inlet Riser Connections Pipe Riser with Debris Rock Cage Metal and Plastic Flared End Sections Concrete Flared End Sections Concrete Arch Culverts Corrugated Metal Pipe Coupling Detol Is No. Band Bar and Strop and Angle Connectors Corrugated Meta I PI pe Coup I 1 ng Deta i 1 s No. and Flange Detal IS J-Annular Coup I Ing 2-Hot Bond Coupler Corrugated Metal Pipe Coup I ing Detoi IS No. 3-Helical and Universal Couplers Corrugated Metal Pipe Coup I Ing Oetol Is No. 4-Hugger Coup I Ing Bands Corrugated Metal Pipe Coupling Detal Is No. 5-Standard Joint Corrugated Metal Pipe Coupt ing Detoi IS No. 6-Positive Joint Corrugated Metal Pipe Coup I ing Detol ts No. 7-Positive Joints and Downdra ins Reinforced Concrete Pipe or Non-Reinforced Standard and Positive Joints Slotted Corrugated Steel Pipe Drain Detai Is Slotted Corrugated Steel Pipe Drain Detoi Is Structure! Section Drainage System Detol ls Edge Drain Outlet and Vent Detol Is Edge Drain Cleonout and Vent Detol Is Cross Drain Interceptor Detoi Is HIGHWAY PLANTING Planting and lrr!gotion-Abbreviations Plant!ng and Irrigation-Symbols Planting and Irrigation-Detai Is Planting and Irrigation-Detoi ts Planting and Irrigation-Detal Is Planting and Irrigation-Detoi Is Planting and irrigation-Detal Is Planting ond Irrigation-Details TEMPORARY FACILITIES Temporary Crash Cushion, Sand Fl l led Temporary Crash Cushion, Sand Fil led Temporary Ra! Jing (Type Kl Concrete Pipe D T4 □ T 10 □ TIOA ■ Tl I ■ Tl2 □ T13 ■ Tl4 □ BO-I 0 B0-3 D B0-5 D B0-13 0 B2-3 D B2-5 D B2-B 0 B2-9 D B3-1 D B3-2 D B3-3 0 B3-4 D B3-5 D B3-6 D B3-7 I DIST. I COUNTY ROUTE 55 POST MILES TOTAL PROJECT 0. 31 I. 2 I 3 1 , 5 To accompany plans doted __ ...:cs_-~1~5_-~9~•---- Temporory Traffic Screen Traffic Control System for Lane Closure on Freeways and Expressways Traffic Control System for Lone and Complete Closures on Freeways and Expressways Traffic Control System for Lone Closure on Multi lane Conventional Highways Traffic Control System for Lone Closure on Multi lone Conventional Highways Traffic Control System for Lane Closure on Two Lane Conventional Highways Traffic Control System for Ramp Closures Bridge Detoi Is Bridge Detal Is Bridge Detai IS Bridge Detoi Is BRIDGE 16'' Cast-In-Ori I led-Hole Concrete Pl le Pl le Detoi Is-Closs 45 and Closs 70 Pl le Detal Is-Closs 45C and Closs 70C Load Test Anchor Pi le Detoi ls Retaining Wal I-Type I, H=4'-30' Retaining Wal 1-Type I, H=32'-36' Retaining Wal 1-Type IA Retaining Wal I-Type 2 Counterfeit Retaining Wal I-Type 3 Counterfort Retaining Wal 1-Type 4 Retaining Wal I-Type 5 D D D D D D D D D D D D D D D D D D D D D D B3-8 Retaining Wal I Detal Is No. I D D • • • D RSP 83-9 Retaining Wall De/oils No.2 Retaining Wal 1 Type 6-6'-0'' Maximum T-Beam Details Uti I lty Openings, T-Beam Joint Seals <Maximum Movement Roting= Box Girder Detoi Is Deck Drains Deck Drains-Type D-1 and D-2 Uti I ity Opening-Box Girder Ut i I i ty Deto i Is 2', J 83-1 I 86-1 B6-10 B6-21 B7-1 B7-5 67-6 B7-10 B7-I I B8-5 Bl 1-7 Cost-In-Place Prestressed Girder Detai Is Chain Link Roi I Ing B11-47 Cable Rolling BI I -51 Tubular Hand Roi 1 ing Bl 1-52 Chain Link Roi I ing Type 7 BI I -53 Concrete Barri er Type 25 BI I -54 Concrete Borr i er Type 26 BI 3-I SI ope Protection Deto i I No. I B13-2 Slope Protection Detoi I No. 2 B14-1 Bl4-3 Structural Steel Plate Vehicular Undercrossing Corrmunicotion and Sprinkler Control Conduit (Conduit less than 4'' Diometerl B14-4 814-5 RSI RS2 RS3 RS4 Water Supply Line (Bridge> CPipe less than 4'' Diameter) Water Supply Line <Oetailsl <Pipe less than 4'' Diameter) ROADSIDE SIGNS Roadside Signs, Typical !nsta! lotion Detoi Is No. Roods i de Signs, Wood Posts, Typ i co I ! nsto I I ot ion Deto i I No. 2 Roadside Signs, Laminated Box Wood Posts, Typical Detai Is No. 3 Roadside Signs, Typical lnstal lotion Detoi I No. 4 SHEET 1 OF 2 STANDARD PLANS (July, 1992 Edition) Revised June 13, 1994 lnstol lotion LIST The Revised Standard Plans <RSPl and New Standard Plans (NSPl which apply to this contract ore included as individual sheets of the project plans. The Standard Pion sheets applicable to this contract include, but ore not limited to those indicated by a marked box. USER NAME = > m ! kes I DGN F I LE -> /usr Im i kes I /P0/c029Q_Qs:; I. dqn I CONTRACT NO. 12-029004 D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D ~ 1! IE ~ I> le: JU':I '1i H @i,rn OVERHEAD SIGNS-TRUSS SI Overhead Signs-Truss, l nstruct 1 ons and Exomp I es S2 Overhead sign_s-Truss. Single Post Type, Post Type l ! thru VI I S3 Overhead Signs-Truss, Two Post Type, Post Type 1-S thru VI 1-S S4 Overhead Signs-Truss, Slngte Post Type, Structural Frame Members 55 Overhead Signs-Truss, Two Post Type, Structural Frame Members S6 Overhead Signs-Truss, Structural Frame Detoi IS S7 Overhead Signs-Truss, Fro~~ Juncture Detol Is S8A Overhead Signs-Steel Frame Removable Sign Panel Frames S8B Overhead Signs-Removable Sign Pone! Frames, Overhead Formed Panel Mounting Detoi ls SSC Overhead Signs-Truss, Sign Panel Mounting Detol Is, Laminated Pone 1-Type A 580 Overhead S ! gns-Truss. Removab I e SI gn Pane I Frames l IO" and 120" Sign Panels S9 Overhead SI gns-Wa I kwoy Deto i Is No. I SIO Overhead S!gns-Walkway Detoi Is No. 2 SI I Overhead Signs-Walkway Safety Roi I ing Detai Is Sl3 Overhead Signs-Truss Pl le Foundation OVERHEAD SIGNS-LIGHTWEIGHT Sl4A Overhead Signs-Llghtw_elght Balanced-Single Steel Post Connection and Mountlng"Detal Is S146 Overhead Signs-Lightweight Botonced-Slngle Steel Post Detal Is 515 516 517 SISA Sl8B S20A 520B Overhead Signs-Lightweight, Type A, Connection Details Overhead Signs-Lightweight, Type 8, Connection Details Overhead Signs-Lightweight, Type C, Connection Detai Is Overhead Signs-Lightweight, Sign Panel Mounting Detol ls, Laminated Panels-Type A Overhead Signs-Lightweight, Light Fixture Mounting Detol Is Overhead Signs-Lightweight Post Deto!is Overhead Signs-Lightweight Foundation OVERHEAD SIGNS-BOX BEAM CLOSED TRUSS ALTERNATIVE S39 Overhead Signs-Box Beam, Closed Truss Foundation S40A Overhead Signs-Box Beam, Closed Truss, Two Post Type Frome Members S40B Overhead Signs-Box Beam, Closed Truss, Single and Two Post Type Genera I Frame Deto i Is S40C Overhead Signs-Box Beam, Closed Truss, Ribbed Sheet Metal Detoi Is S40D Overhead Signs-Box Beam, Closed Truss. Two Post Type Frame Detoi Is S40E Overr,eod S l gns-Box Beem, CI osed Truss, Two Post Type Frame Juncture Detoi Is S40F Overhead Signs-Box Beam, Closed Truss, Two Post Type Post Detoi ls S40G Overheod Signs-Box Beam, Closed Truss. Single Post Type Frame Members S~OH Overhead Signs-Box Beam, Closed Truss, Single Post Conti lever Frame Deto i ! s S40 I Overhead Signs-Box Beam, CI osed Truss, Sing I e Post Cant 1 lever Frame Juncture Detoi Is S~OJ Overhead Signs-Box Beam, Closed Truss. Single Post Conti lever Post Deta i Is S40K Overhead Signs-Box Beam, CI osed Truss, Si n9 ! e Post Butterf I y Frame Deto i ! s S40L Overhead Signs-Box Beam. Closed Truss, Single Post Butterfiy Frome Juncture Detoi ls S40fvl Overhead Signs-Box Beam, CI osed Truss. Single Post 8utterf I y Post Deta i Is OVERHEAD SIGNS-TUBULAR S40N Overhead Signs-Tubular, !nstruc·r)ofrs ond Exomp!es S40P Overhead Signs-Tubular, Slng!e Posi Type l.ayout end Pipe·- Selection S400 Overt1eod Signs-Tubu I or, Two Post Type Layout and Pipe Sections S40R Overhead SI gns-Tubu l 01, St1ucturo I Frarr.e Deto ! Is No. I S40S Overhead Signs-Tubular, Structural Frame Detal ls No. 2 S40T Overhead Signs-Tubuiar Foundation Detci is D D D D D D D D D D D D D D D D D • Ill D D ill D D D D D D D D D D D D D D D D D D D D D ®Hli~AI.S, li@l-l'nN@ JUl!:I Ell.:CTmCIU. S\fSTl:Wl(il; ES-IA Signal, Lighting and Electrical Systems-Symbols and Abbreviations ES-1B Sig_nal, Lighting and Electrical Systems-Symbols and Abbreviations ES-2A Signal, u9hfing and Electrical Systems-Service Equipment Es·-2e· Slgrial, Lighting and Electrical Systems-Service Equipment ES-2C Signal, Lighting and Electrical Systems-Service Equipment Notes ES-2D Signal, Lighting and Electrical Systems-Service Equipment and Typical Wiring Diagram, Type A ES-2E Signal, Lighting and Electrical Systems-Service Equipment and Typical Wiring Diagram, Type B ES-2F Signal, Lighting and Electrical Systems-Service Equipment and Typical Wiring Diagram, Type C ES-3A Signal, Lighting and Electrical Systems-Slgnal Heads and Mountings ES-3B Signal, Lighting and Electrical Systems-Signal Heads and Mountings ES-3C Signal, Lighting and Electrical Systems-Signal Heads and Mountings ES-3D Slgnol, Lighting and Electrical Systems-Signal Heads and Mountings ES-3E Signal, Lighting and Electrical Systems-Signal Heads and Mountings ES-4A Signal, Lighting and Electrlcol Systems-Controller Cabinet Detai IS ES-4B Signal, Lighting and Electrical Systems-Controller Cabinet Data! Is ES-4C Signal, Lighting and Electrical Systems-Control !er Cabinet Detal Is ES-4D Irrigation Controller Enclosure Cabinet ES-4E Signal, Lighting and Electrical Systems-Telephone Demarcation Cabinet Detoi Is ES-4F Signal, Lighting and Electrlcol Systems-Telephone Demarcation Cabinet Detol Is ES-SA Slgnal, Lighting and Electrical Systems-Detectors ES-SB Signal, Lighting and Electrical Systems-Detectors ES-SC Signal, Lighting and Electrical Systems-Detectors ES-5D Signal, Lighting and Electrical Systems-Detectors ES-SE Signal, Lighting and Electrical Systems-Detectors ES-SF Signal, Lighting and Electrical Systems-Pedestrian Barricades ES-GA Signal and Lighting Standards-Type ! Standards and Equipment Numbering ES-6AA Signal Standards-Push Button Post ES-6B Lighting Standards-Types 15, 21 and 22 ES-6C Lighting Standards-80' to !60' High Most Light Pole, Foundation Detai Is ES-6D Lighting Standards-Types 30 and 31, Slip Bose ES-6DA Lighting Standards-Type 32 ES-6E Lighting Standards-Types 30 and 31, SI ip Base Plate Detoi Is ES-6F Lighting Standards-10 Degree Type ES-6H Lighting Standards-10 Degree Type, Detai Is ES-6J Signor and Lighting Standards-Cose ! Arm Loading, Wind Velocity= 70 MPH, Arm Lengths 15' to 30' ES-6K Signal and Lighting Standards-Cose 2 Arm Loading, Wind Velocity= 70 MPH, Arm Lengths 20' to 30' ES-6L Signal and Lighting Standards-Case 3 Arm Loading, Wind Velocity= 70 MPH, Arm Lengths !5' to 45' ES-6M Signal and Lighting Standards-Cose 4 Arm Loading, Wind Velocity = 70 MPH, Ar-m Lengths 25' to 45' ES-6MA Signal and Lighting Standards-Cose 5 Arm Loading, Wind Velocity= 70 MPH, Arm Lengths 50' to 55' ES-6N Signal and Lighting Standards-Type 40-0-80 ES-60 Signal and Llghtlng Standards-Case i Arm Loading, Wind Velocity = 80 MPH, Arm Lengths 25' to 30' ES-6P Signal and Lighting Standards-Case 2 Arm Loading, Wind Velocity = 80 MP!:!~ .. Ar_m_~engths 20· to 30' ES-60 Signal and· L.ightlng stoi-tdoi-oS-Cose 3 Arn, Loading, Wind Velocity= 80 MPH, Arm Lengths 20' to 45' ES-GR Signal and Lighting Stondords-Case 4 Arm Loading, Wind Velocity = 80 MPH, Arm Lengths 25' to 45' ES-6RA Signal and Lighting Standards-Cose 5 Arm Loading, Wind Velocity= 80 MPH, Arm Lengths 50' to 55' D D D D D D D D D D D D D D D D D • D D D D D D D D D D D D D D D • ill D I DIST. I COUNTY ROUTE POST Mll[S TOTAL PROJ[CT j 12 j Oro 55 0. 3/ I. 2 4 I 5 To accompany plans dated __ ~s_-~1~5_-~9~4-~ __ ES-GS Signal and Lighting Standards-Details No. I ES-GT SignoJ and Lighting Standards-Detai Is No. 2 ES-6TA Signal and Lighting Standards-Pole and Mast Arm Alternatives ES-GU Lighting Standards-Types 10 and 15 Slip Bose Insert ES-GV Signal and Sign Standards-Type 33 Left Turn ES-7A Signal, Lighting and Electrical Systems-Electrical Dato! Is, Structure !nstal lotions ES-7B Slgnol, Lighting and Electrical Systems-Electrical Detal fs, Structure lnstal lat ions ES-7C Signal. Lighting and Electrical Systems-Electrical Detoi rs, Structure lnstal lotions ES-7D Signal, Lighting and Electrlcol Systems-Electrical Detal Is, Structure tnstol lotions ES-7E Slgnol, Lighting and Electrical Systems-Electrical Detoi Is, Structure tnstal lotions ES-7F Signal, Lighting and Electrlcol Systems-Flush Sofflt Lumlnoire Modification Detol Is, Structure lnstol lotlon ES-8 Signal, Lighting and Electrical Systems-Put I Box Deto! Is ES-9A Signal, Lighting and Electrical Systems-Conti lever Flashing Beacon, Types 9, 9A, 98 ES-9B Signal, Lighting and Electrical Systems-Conti lever Flashing Beacon, Types 9, 9A, 9B ES-10 Signal, Lighting and Electrical Systems-lsolux Diagrams ES-I I Signal, Lighting and Electrical Systems-Foundation lnstal lat ions ES-12 Signal, Lighting and Electrical Systems-Pedestrian Undercrossing Fluorescent Lighting Fixture ES-13 Signal, Lighting and Electrical Systems-Splicing DetaHs ES-14 Signal, Lighting and Electrical Systems-Wiring Detal l and Fuse Ratings ES-15 Signal, Lighting and Electrical Systems-Pedestrian Overcrossing Fluorescent Lighting Fixture ES-27A Signal, Lighting and Electrical Systems-Extlngulshable Message Sign, 10'' Letters ES-27B Slgnal, Lightlng and Electrical Systems-Extinguishable Message Sign, 1 O'' Letters ES-28 Signal, Lighting and Electrlcol Systems-Extlngulshable Message Sign and Flashing Beacons SIGN ILLUMINATION ES-29 Sign II lumlnatlon-Mercury Sign II lumlnatlon Equipment ES-30 Sign Il lumlnatlon-36" Fluorescent Sign II lumlnotlon Equipment ES-32A Sign Il luminatlon-Sign II lumlnatlon Equipment ES-32B Sign II lumlnotion-Sign I! !uminatlon Control ES-33 Sign If tumlnotlon-Internally II lumlnated Street Nome Sign NSP A40 NSP A750 NSP ~08 ~lSP A09 NSP T7 NSP TIS NEW STANDARD PLANS Rumble Strip Detoi ls Concrete Head! lght Glore Screen Eu, 15 Ra 1115 Be Io 1 1 s tjo. I } CANCELED Eu1 15 Rome, Do! a i Is llo. 2 Construction Project Funding lndentlflcotion Signs Traffic Control System for Moving Lone Closure on Multi lane Highways NSP Tl6 Traffic Control System for Moving Lone Closure on Multi lane Highways NSP Tl7 Traffic Control System for Moving Lone Closure on Two Lone Highways SHEET STANDARD 2 OF 2 PLANS (July, 1992 Edition> Revised June 13, 1994 UST The Revised Standard Plans ;RSPl ond New Stondord Plans (NSP) which apply to this contract ore included as individual sheets of the project plans. The Standard Pion sheets applicable to l·flis contract include, but ore not limited to those ind!cated by a marked box. USERNAME ·> mikes I CONTRACT NO. DGN FILE => /usr/mikesl /?O/c02900c_?"-•-"d~;~,--~--------12-029004 0 w r 0 <D > 0 w w "" 0 w > c w 4 "' 0 w 0 0 0 4, ' 00 0 0 0 0 0 ,r r 0 <D w <D cO 4W 0 ~z w ~ '-' ~ u-u ~0 w 4W I uo u z oc w w >-w ::::, ,_ z (.'.) -z 0 z w ...J c :,: u w a. 7 0 oc ~ z 0 ~ ;"c = 0 ~ ~ z w g u ~ 0 z c5 < 2' z Sa w "' I-= z < < z ::!: = 2 3 i 6 ~ ;"c -✓- • 'R['). EXIST CURB & GUTTER~- COLD PLANE AC PAVEMENT <D.08' MAXl :, "' 0 ~ z 0 u 5' DETAIL A END CONSTRUCT t ON Sta 64+36 0. 08' AC CTYPE Bl C EXIST AC PAVEMENT C }J DIST COUNTY ROUTE 12 Ora 55 8-15-94 PLANS APPROVAL DATE POST MILES TOTAL PROJECT 0. 3/ I. 2 The State of Coltrornlo or Its orrlcers or oqents shall not be reswnsible for tf'e accuracy or completeness of electronic copies of lhi5 pion smet. BEGIN CONSTRUCTION Sta 15+70 LEGEND LIMITS OF AC OVERLAY 15 PAVING FOR CURB AND GUTTER LOCATIONS DETAIL B COLD PLANE AC PAVEMENT <D. 08' MAX> COLD PLANE AC PAVEMENT {O, 08' MAXJ 3/88, z 0 ~ u ::, "' ~ V> z 0 u 0 z w "' 0 10' M!N 12' MAX Z>------------------>< " w '° c-c SECTION SECTION A-A O. 08' AC CTYPE Bl PAVING FOR TYPICAL INTERSECTION AND PRIVATE DRIVEWAY APPROACHES MANHOLE FRAME & COVER SECTION B-B COLD PLANED AREA --~ EXIST AC PAVEMENT c-c 0. 08' AC {TYPE Bl 11 0. 08' AC CTYPE Bl 0. 08' AC (TYPE Bl ~ EXIST AC PAVEMENT FOR REDUCED PLANS 0 ORIGINAL SCALE IS IN INCHES EXIST -g- AC PAVEMENT 2' 2' MANHOLE OR VALVE ACCESS ---·-·---·----· .... ····t· EX I ST AC PAVEMENT -COLD PLANE COLD PLANE AC PAVEMENT {0.08'MAXJ AC PAVEMENT {0.08'MAXl DETAIL C PAVING FOR MANHOLE OR VALVE ACCESS LOCATIONS NOTES, I.BEFORE PAVING MANHOLE OR VALVE ACCESS LOCATIONS, MARK ANO VERIFY THAT THE COVER IS LOOSE. 2.COLD PLANE AROUND MANHOLE COVER BEFORE PAVING. USERNAME O >mikes I DGN FILE => /us~/mikesl/PO/cO29OOg.dgn CONSTRUCTION DETAILS NO SCALE cu 12601 EA 02900 I ·;:,_.-,,·. 0 w r 0 CD > 0 w w " 0 w > ~ w 4 " 0 w ~o ~ <' 00 0 0 0 0 0 ,, r 0 CD w CD ~o 4W 0 ~z w ~ '-' ~ u-u ~0 w 4W I uo u " w z w ,_ z w ->-0 3 z w ,..'I z ~ ..0 Oi I " Q_ " TYPE 0 CIB @ Cl3 ©SPECIAL STA T!ONARY MOUNTED CONSTRUCTION AREA SIGNS PANEL NO. OF OUANT!TY POST SIZE AND SIZE <EA) 48"X48" 2-4"X6" 10 60"X24" 2-4"X4" 10 84"X48" 2-4 "XG" 4 NOTE: EXACT SlGN LOCATIONS TO BE DETERMINED BY THE ENGINEER. SPECIAL MESSAGE SIGN 8" CAPS BLACK/ORANGE ROAD RAMP WI LL BE CLOSED _____ TO ____ _ ____ M TO ____ M TYPE ® SIGN DETAIL I E FOR REDUCED PLANS 0 ORIGINAL SCALE IS IN INCHES ED .ii 0 "' 0. V, 0 I fi DIST COUNTY ROUTE POST MILES ISHEET TOTAL TOTAL PROJECT NO. SHEETS 12 Ora 55 0. 311. 2 8-15-94 PLANS APPROVAL DATE The Slate of California or Its officers or a9ents sh:111 not t,e responsible for tm accuracy or completeness of electronic caplr::s of tnis plan sheet. CONSTRUCTION AREA NO SCALE 6 15 SIGNS CS-1 . cu 12601 EA 02900 I Fl •' (j'l; :~· ~: ' "' 0 I I I u I soi couNTY I ROUTE rn~itT p~b~[~r l5~~~r1;sETE\\ I 2 I Ora I 55 0. 3/ I. 2 I 7 i 15 ~ i/M) ~ ~\\11"ms1~ REG I STE ED CIVIL EN ER DATE~· '4f " ' .ff "'~ f HIL NGUYEN'%. 8-15-94 ~~o. C 46773 ';;!I PLANS APPROVAL DATE {C 6/30/95 <I-- The State of Colifomra or rts officers or Exp. --- a,Jenfs sh:111 no/ t,e, responsll.Jle for the accuracy ¾ C JV\\.. ;%..,_ or completeness or electronic copies or this plan 7E OF c~if"'"' sheet. D w r V, m -> D w w " V, -w > ~ w 4 "' 0 ' w PAINT TRAFFIC THERMOPLASTIC ~o 0 PAVEMENT MARKER 4' ' COLD PLANE DO 0 STRIPE (2-COATl PAVEMENT MARKING 0 0 0 0 36 DETAIL ,► NO. 9 37 24 27B & 3B REFLECTIVE ASPHALT CONCRETE om ► ASPHALT CONCRETE w m -36A CTYPE Bl ~D PAVEMENT 4W D 4" DIAGONAL LIMIT LINE -' z w 8" 8" 8" ARROWS WORDS "C> ~ BROKEN 4" 4" TYPE TYPE TYPE <O. 08' MAX I MUMl u-u BROKEN SOLID SOLID -' V, w WHITE SOLID SOLID 4W I WHITE C H uo u STA TO STA LOCATION { I 7-71 C 12-3) YELLOW WHITE WHITE WHITE G LF LF LF LF LF LF EA EA EA SOFT SOFT SOFT SOFT TON SOYD 15+70 TO 31+61 HOSPITAL ROAD 3500 " 660 990 2000 900 160 18 39 35 90 625 150 490 321 1350 w z 31+61 TO 53+21 INDUSTRIAL WAY 8000 5000 275 162 78 15 466 555 461 2300 w ,_ z w 53+21 TO 64+36 16TH STREET 4000 84 480 274 ~ ->-2000 180 42 1700 C> :::, z SUB TOTAL 990 9000 615 285 155 105 150 1056 5350 w "' 15500 660 900 18 1091 1525 ~ z TOTAL 27665 458 2871 1056 5350 u ...J w , -0 I "' Q. Q NOTE, NEW PAVEMENT DELINEATION IS TO REPLACE OBLITERATED PAVEMENT DELINEATION AT = THE SAME LOCATION. 0 -~ ;<' = 0 ~ ~ = w = "' 0 ~ 0 z ~ cC = . ~ z ~ = w e = '" I-~ = 0 z - ~ = cC -= :Ii! 0 = 0 2 ~ -' ~ = i ~ g ~ 0 I ~ i ' = SUMMARY OF QUANTITIES i ~ I '~ ffi ' NO SCALE ~;~: • :'.:ii"") i . ' Q-1 ~-·N ' . ' •I l , :;:<.O' ~ --·o ------- ~ I FOR REDUCED PLANS 0 ' , ' I I EA ,, C ,~-, 'a2-C-C 'RE'I. 3/38) ORIGINAL SCALE ,s iN INCHES I ' ' ' ' cu 12601 029001 -------·· . __ ., ______ -------------- ~ ro 0 w ~ > w " w c 4 0 ' ► 0 CD w cO /4 w JZ ~o u-J~ 4W uo " w w z 0 z w c u w , 0 " " z 0 -;' = 0 ~ ~ i~ ;-,~ 0 -c:s i" = ~ ~ z = 2 ~ ~ ~ ~ 0 i3 ,-~ I 0 w ~ > w " w c 4 0 ► ro 0 w ~ u w I u z uJ >-::, "' z -' :,: "- w 0 z CIC z w I-z -<ll: :Ill I • 'RCV. 3/88, ,. _ .... ,-... "' 0 0 00 ., IXl----------•-- --11...:1,.. ·-· / \ \ />;'./ / .. •' ----<)._-~-,;:~/-··' ,,•/ -- ·-·-···"d,;~~--~ ~-.--~f/ • ---;--------·_· -·----/) -•• _ ,..._ ·--.... f-·-··---•:..._ ____ ._L~ __ ____,; __ ~--.,.. ->,._ ROUTE 55 0 0 N N NOTES: THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY FOR REDUCED PLANS 0 USERNAME = > normk DIST COUNTY ROUTE POST MILES HEET TOTAL TOTAL PROJECT NO. SHEETS 12 Oca 55 O. 3/ I. 2 8-15-94 PLANS APPROVAL DATE Tte State or Co/!fomlo or !Is officers or Q(Jents stn/1 nat De responsible for the accuracy or completeness of electronic CO{)les or this pion sflf./el. NEWPORT BLVD 8 INDUCTIVE LOOP DETECTOR SCALE I' :e20' E-1 15 ORIGINAL SCALE IS IN INCHES DGN FI LE = > /usr /nor·mk/PO/c02900ul. d,;n _____ ~C_l_l __ 1_2_6_0_1 _______ ~,_E_A_· 02900 I N 0 ,:I • D w ► m V, D > w w " V, w > c w 4 " D w c 4 D ,► ► Dm w m cO 4W D JZ w '"' "' u-u JV> w 4W I uo u N " w w z 0 z z w UJ "' >-c ::, u c.:, w 7 z N 0 " -' " N :,: a. N N z 0 ;= = 0 ~ :;, w ~ Sc (.) i's z ;c <C ~ z 2' = w ~ cc I-0 z I -,~ <C ,-;~ ::!: !2 I ::c i 13 I~ I~ ,-.~ '~! • tf.~V. 3/8~) ROUTE 55 w > ., "' w c V, z " r V, w "' ROUTE 55 '~ t ·r· ---·---· /;\;· ___ .. _· _/:--,,.x1 ·-···-·-•-! .... NOTE:THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY FOR REDUCED PLANS O 2 USERNAME ") normk 0 N N N N ;., N ·---.. _____ __:O:C~l~G~l~S~A~Cc.:S~C~'~'~':...:'c''.'.'~''.'.'~N~C~H~E-'S~-'===='==========------L---~D"G~N_1:_F_1I "'"' ___c·_;>_;_l"u_ss,:c,:c/nor-mk/PO/ co 2 900u2. dgn DIST COUNTY ROUTE 12 Oro 55 8-!5-94 PLANS APPROVAL DATE POST 1,1: LES TOTAL PROv'ECT 0. 3/ I. 2 Tte Stole of Co/ifornlo or ifs officers or agents shall not be responsfble for the accuracy or completeness of electronic copies of this pion Sheet. INDUCTIVE LOOP DETECTOR SCALE 1 "=20' E-2 N 0 0 w >-<D "' 0 > w w "' oc w > ~ w /4 oc 0 w ~ /4 0 '>-0 <D >-w <D ~□ /4 w 0 _, z w ::, " "' u-u _,"' w /4 w I uo '0 oc w w z u z z w w >-~ ::, u " w , z 0 oc -' " J: a. = 0 ;" = 0 ~ ~ II.I = < (J gc "' z -ci: = z ~ 2' = LIi < 8:, F' = z -< ci: = :ii: = 2 ~ i < ~ ~ 0 "" ;" ~ • ,., 0[ -,2 • C•F ------. ., "' "' --- V ;\. __ ..... N _,.---·· -- <RE•1. 3/8Bl z ,;. " §l ~ "' "' ,,. n :,c n ~ ~ ~ "' >-~ 3' --' <t "' ~ "' ::, 0 z n 0 "' ~ ,,. if; "' ,,. n ~ ~ NOTE: THIS PLAN ACCURATE FOR ELECTR!CAL WORK ONLY FOR REDUCED PLANS 0 USERNAME => normk ORIGINAL SCALE IS IN INCHES DGN FILE=> /usr/normk/PO/c02900u3.dgn DIST COUNTY ROUTE POST MILES SHEET TOTAL TOTAL PROJECT NO. SHEETS 12 Ora 55 o. 3/1. 2 PLANS APPROVAL DATE The Stote of Callrornla or Ms officers or (}(Jel)fs shall not be responsible Tor the =uracy or completeness of electronic copfes of ms plan sheet. 200' TO NOSE -------~ ;,. N 0 N ---------- "' V "' "' 10 INDUCTIVE LOOP DETECTOR SCALE l",,20' E-3 CJ 12601 I EA 029001 15 N 0 V '" ' 0 ~ ' "' 0 r <D 0 w V, > w "' w r 4 0 ,r O<D w rO 4W _J z '"' u-_JV, «w uo "' w w ,_ z 0 z w r u w 7 0 "' ~ z 0 -;'c = ~ = ~ gc 6 ~ c5 i" = ~ = ~ = ·= 10 15 I~ I:;; ,~ (' ! C,',P',S L__ _____ ,.,_...,,-. __ 0 w V, > w "' w r 4 0 r <D 0 w ~ u w I u z "' >-:::, <.:I z ...J :,: a. w 0 z ci: z w I-z -ci: :E i • r:,,:_c,E"--,l " r"EV. " "' 0 :',/88) ,._.,.,.,-... <O "' -- - ---·- Roun: 55 ,.._ " ,:: <o ROUTE 55 NOTE: THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY FOR REDUCED PLANS 0 ORIGINAL SCALE IS IN INCHES USER NAME = > normk OGN FILE=> /us1/no1mk/PO/c02900u4.dgn DIST COUNTY ROUTE POST MILES SHEET TOTAL TOTAL PROJECT NO. SHEETS 12 Ora 55 0. 3/ I. 2 8-15-94 PLANS APPROVAL DATE The State of Coliromlo or Its ofrlcers or agents sfla/1 not be responsible ror tl'I!! o,xurocy or completeness of electronic copies or ttls {)Ion sheet. 11 15 INDUCTIVE LOOP DETECTOR SCALE• 1"•20' E-4 cu 12601 EA 02900 I ---- CHANNELIZING LINE DETAIL 38 t [I 1--24' c= 8" Whit~ Line [I 2"J-[I t 24'--->l Through Traffic ,..... DETIL 38A f c= 8" White Line t DETAIL 38B --.;::--B" White Line 2,, ~ "1 j I [I 2"J[I 1--24' 24'---o; DETAIL 38C 1188888118888811 4 '~ 24'_L24'_J BIKE LANE LINE DETAIL 39 t c= 6" White Line BIKE LANE Inter section Line t DETAIL 39A Intersection ~ 200' -----==== t::== = Q =□ l--8' ~ 4' I-"---~ 6" White Line LANE LINE EXTENSIONS THROUGH INTERSECTIONS DETAIL 40 12" -j r-6' ----j D D DETAIL 40A --,4' 1-- 0 o~o o Type ~4"W~e Line D 0 0 A Non-Ref!ectlve LEGEND MARKERS 0 TYPE A White Non-reflective [I TYPE G One-way Clear Reflective --oi-Direction of Travel 4,00" + 0.125" MARKER DETAILS 0.63"-0.80"7 C:::::::::S I_ 0.12"+0.05":Jt 11---J_i 0.40"-0. 75" J Reflective Face NOTES TYPE A I. Minimum projected area of reflective face = 1.00 square inch TYPE G 2. Reflective markers need not be rectangular 3. See typical traffic line details for marker patterns to be used with recessed pavement markers. Detail 14 requires a Type 2 recess. DIST COUNTY ROUTE To /Jccompaf!! Plans Doted -~8~-~I ~5-~9~4~-12 Oro 55 REG1sTEREoC1VlL.ENGI£ November 5. I 992 PLANS APPROVAL DATE POST MILES TOTAL PROJECT 0. 3/ I. 2 RECESS DETAIL FOR REFLECTIVE PAVEMENT MARKER r,-,,., Sfafl!J or Caf{fornfa or fts orrrcers or ------.--- <J9{lnts shall not re r1:Jspcnsfble for,,-,,., accuracy or complefe,-,,,ss or e/ectronfc copies af /tis {}fan ,_. SECTION B-B REFLECTIVE PAVEMENT MARKER AT DOWNSTREAM END OF RECESS -E:c=3:3='-':;1---._ 8,--B I-2' --l--1· -I -1.___ 5" " + 11 " -716 -/8 Min Min PLAN ONE-WAY TRAFFIC <TYPE I l REFLECTIVE PAVEMENT -MARKER AT ONE END OF RECESS l---------------~ _l I-2' __.)._I'_)_ 2' --I L5)f." ± 1/8" ___. Min Min Min PLAN TWO-WAY TRAFFIC <TYPE 2) REFLECTIVE PAVEMENT MARKER FOR RECESSED INSTALLATION L ( 7"+0.125"I L 0.40"Min 0.44" Mox LC L2,0" Min 2,5" Max EZZZJ Reflective Face L ( 7"+0.125"I L 0.40" Min 0.44" Max L~ L2.0"Min 2.5" Max TYPE C & TYPE D TYPE G & TYPE H See Note 3 ST ATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 15 PAVEMENT MARKERS TYPICAL AND TRAFFIC DETAILS LINES NO SCALE RSP A20D DATED NOVEMBER 5,1992 SUPERSEDES STANDARD PLAN A20D DATED JULY I, 1992, PAGE 6 OF THE STANDARD PLANS BOOK DATED JULY 1992. REVISED STANDARD PLAN RSP A20D USER NAME =) nonnk DGN FI LE =) /usr::~r.:i.':'..:.mk/PO/r spoZOd. dgn • .,, r- l> z ::u <I) .,, l> I\,) 0 0 N N a R[e';:: '",~ -r~• ~ Re1/i' ' -I 1 • ~1 • • ~ Cl. Cl. 1 ' ,: ' • • • ' ' ' ' ' I Re½" ,L.--,~~.~lac==.=.-.~,.-,-.~,J 24" 6" 2" or Var ' ' ' ' ' Al-6 Rel" A2·6 33" Re½" 24" "' f Re½" • • 1 2" or Vor ' j ' , ' • • • • • • ' • ' ' ' ' ' ' ' ' ' ' Rel" .ll2. TYPE Retaining curbs, Var when necessary Vor Warp when Warp when Al-8 TYPE A 8\-'" Re½" ~ 3'/,'' J~lrr." 111"-,,...1 •4 ,, l longitudinal 1'-_ u4 Dowel spaced 4' bor Min length 8" 83 Superimposed 5n existing pavement B ;,., V T CURBS 0 " ~ ' •. ' • , ' 33" Re½" ~,7" 2"1 ___ 2c_4c_" __ --I: I ~ c2" or Var ES To accompany plans doled ~"~·-1~5~·~9~4~_ 24" Rel2" ' 3 • ' ' . . . ' • ' ' ' ' • TYPE E Bridge sidewalk Slope 1/4" pel t> ,r, ,r, ,r, ,r, t> t> t> t> t,, ,. t,, ,r, t,, ,. t,, ,r, TYPE H ON BRIDGES Re½" Re½" of curb Finished roadway surface 0.25'7 10.421 r 0.2~~r cut slope ROUTE DlST COUNTY POST MlLES SHEET TOTAL TOTAL PROJECT NO. SHEETS 12 Oro 55 ...)j.....e..__,_ ";;). a,_ REGISTERED CIVIL ENGINEER June 13. I 994 PLANS APPROVAL DATE The Stole of Callfornla or Its officers or agents stJoll mt be responslt,/e for the accura or completeness of electronic copies of this pl sheet. CURB QUANTITIES TYPE CY PER LF Al-6 0.02585 A2·6 0,05903 Al-8 0,03084 A2·8 0,06379 Bl 0,02930 82 0.06171 83 0.01074 84 0.05709 E 0.06661 AC DIKE QUANTITIES TYPE CY PER LF A O.Ol35 B 0.0!03 C Q,0038 D Q,0293 E 0.0130 AC quantities based on 5'% cross slope needed L needed R/W <Typl See note 9 0 ,; > ~1-I ,J, FIii and compact with excavated ~ //_ ~~ material to tap of dike Join 8,33% Max w See note 8 L !Straight Cl L grade E 0 45• 0 > C: X Vor PLAN Var w > 8,33% Max J45" I Var X Var X Join L 0 > ' ~ a, ~ ;,., V See Note 8 I _[T Rounded __ 27. Mox Level line See Note A ES 1,67' Var slope rT••--• . , • ' • • ' t 10% Max TYPE A var HIGH DIKE Note A Gutter grade CASE A Normal sidewalk ES 0,25' 0,42' Min Fill and compact with excavated material to top of dike Var cut slope TYPED MOUNTABLE DIKE -poet AC against excavated foce See Note 8 See Note A ES 1.00' Vo1 slope 1N~~:s1 I I 14 td I Sidewalk Rounded -----rr ____ _ '' 1,T 0.42' Var Min ½: I 01 steeper TYPE B HIGH DIKE ReQ, ' A•\ 0.60' l l I [L See Nate A ---::::: • _) Gutter grade_,......,., "---aottom of curb ELEVATION Cu1b face NOTES I. Cose A normally applies. 2. Use Cose 8 when romp slopes would exceed IO'l. in Cose A. 3. Use Cose 8 when sidewalk cross slope would exceed 2% in Cose A. 4. X:c3'-0" except fol curb heights over 10" whe1e 4: I slopes shall be used on curb slope. 5. X is variable when sidewalk is located where wheelchairs may trave1se the surface. Slopes shall be 8.33% maximum. 6. Sidewalk and ramp thickness "T" at driveway shall be 4" for residential and 6" for commercial. 10% Mox_____.....,,- Gutte1 grade CASE B Dep1ess entire sidewalk SECTIONS Surfacing DRIVEWAYS 7. Difference in slope of the d1iveway romp and the slope of a line between the gutter and a point on the roadway 5 feet from gutter line shall not exceed 15%. Reduce driveway ramp slope, not gutter slope, where required. 8. Minimum width of clear passage shall be 48", Whe1e right of way restrictions, natural ba11iers or other existing conditions create an unreasonable hardship, the clear width may be reduced to 36". 9. Retaining curbs and acquisition of construction easement may be necessary for narrow sidewalks or cu1b heights in excess of 6", ' TYPE C LOW DIKE Level line 1.33' 1.67' '----"",.,,_~,__ _ _,,,u_ _ _., Var TYPE E MOUNTABLE DIKE I \~A . 3' , I NOTE A ASPHALT CONCRETE DIKES Extend top layer of AC placed on the shoulder under dike with no joint at the ES CURBS, STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION DIKES AND DRIVEWAYS NO SCALE RSP A87 DATED JUNE 13, 1994 SUPERSEDES STANDARD PLAN A87 DATED JULY I, !992. PAGE 48 OF THE STANDARD PLANS BOOK DATED JULY, 1992 REVISED STANDARD PLAN RSP A87 USERNAME = > normk OGN FI LE = > /usr l'.1...9.r:~~l_£'_'?lrspa87 ·--~g_n _ (J) -I C • .,, r-> z ::u (J) .,, > OI) ..... N N 0 -- CMS (Sea Note ll LANE ROAD CLOSED ,.__ _ ____, WORK or AHEAD AHEAD NOTES I. Either the SC IO sign panel shown or a changeable message sign shall be mounted on the rear of sign vehicle Vl. A Type I[ flashing arrow sign shall be mounted on the rear of sign vehicle Vl and used with the SC I 0 sign panel. A Type TI flashing arrow sign will not be required with the changeable message sign provided the flashing arrow sign symbol may be displayed on the changeable message sign board. The changeable message sign shall be sequenced to show the "ROAD WORK AHEAD" message fir st, followed by the "LANE CLOSED ,!\HEAD" message and ;-hen the flashing arrow sign. symbol, For median lane closure, the flashing arrow sign symbol shall be reversed with ;-he arrowhead on the right. 2. If traffic queues develop, sign vehicle Yl should be positioned upstream from the end of queue, 3. A minimum sight distance of 1500 feet should be provided in advance of sign vehicle Vl. DIST COUNTY ROUTE POST MILES SHEET TOTAL TOT AL PROJECT NO. SHEETS To accom{)(Jfrj plans dated 8-15-94 12 Oro 55 0. 3/l. 2 14 15 REGISTERED CIVILENG1NEE June t 3, 1994 Median Shoulder PLANS APPROVAL DA TE Median :l_ ~ Interior lone TMCC Shoulder 500' to 1000' <See Note 21 150' ± ..., __ Type][ FAS (See Note I) LANE CLOSED SC 10 AHEAD Sign Panel (See Note ll TMCC ............ LANE CLOSED Type][ FAS (See Note 6) SC II Sign Panel (See Note 6) MOVING LANE CLOSURE ON MEDIAN OR OUTSIDE LANE OF MULTILANE HIGHWAYS 4, Sign vehicle Vl should remain at the beginning of horizontal or vertical curves until the other vehicles (V2 and V3Jare far enough beyond the curve to resume the minimum sight distance of 1500 feet. 5. Vehicle-mounted sign panels shall be Type m or Til reflectorized sheeting, black on white or black on orange with 6 Inch minimum series D letters per Caltrons sign specifications. G. Shadow vehicle V2 shall weigh between 11,000 and 18,000 pounds and shall be equipped with a truck- mounted crash cushion. The sign pone! shown and a Type Il flashing arrow sign shall be mounted on the rear of shadow vehicle V2. For median lone closure, the flashing arrow sign symbol shall be reversed with the arrowhead on the right. 7. All vehicles used for lane closures shall be equipped with two-way radios and the vehicle operators shall maintain communication during the work or application operation. 8. All vehicles shall be equipped with flashing or rotating amber lights. 9. Where sufficient shoulder width is not available and sign vehicle V1 would encroach upon the traveled way of the adjacent traffic lone during lone closures or where workers would be on foot in the work. area, a stationary type lone closure (Standard Pion TIO, Tl I, and so on. as applicable) shall be used instead of this pion. 10. For moving iane closure on interior lone of mu!tilane l1igl1ways, see Standard Pion Tl G. USERNAME =) nor"mk See Note 10 j Outside lone LEGEND VI Sign Vehicle V2 Shadow Vehicle V3 FAS CMS TMCC -- Work/ Application Vehicle Flashing Arrow Sign Changeable Message Sign Truck-Mounted Crash Cushion Direction of Travel STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION TRAFFIC CONTROL SYSTEM LANE CLOSURE HIGHWAYS FOR MOVING ON MUL TILANE NO SCALE NEW STANDARD PLAN NSP T15 DGN FILE => /usr/normk/PO/nsptl5~-~d~gnc__ __ en -I C • ,,, r- ► z z en ,,, -I .... en N N 0 NOTES ---- CMS------ (See Note ll INTERIOR ROAD LANE i--~--1 WORK CLOSED AHEAD I. A changeable message sign shall be mounted on the rear of sign vehicle VI. The changeable message sign shall be sequenced to show the "ROAD WORK AHEAD" message first, followed by the "INTERIOR LANE CLOSED" message. The message "CENTER LANE CLOSED" may be used in place of the "INTERIOR LANE CLOSED" message. 2. If traffic queues develop, sign vehicle Vl should be positioned upstream from the end of queue. 3. A minimum sight distance of 1500 feet should be provided in advance of sign vehicle VI. 4. Sign vehicle Vl shouid remain at the beginning of horizontal or vertical curves until the other vehicles (V2 and V3lore for enough beyond the curve to resume the minimum sight distance of 1500 feet. DIST COUNTY ROUTE POST MILES SHEET TOTAL TOTAL PROJECT NO, SHEETS To accompartJ plans dated 8-15-94 12 Ora 55 0. 3/ I. 2 15 15 REGISTERED ClVILENGlNE Median Shoulder June I 3. 1994 PLANS APPROVAL DA TE Median lone -See Note 10~ - Interior lanes TMCC Shoulder -Outside lane See Note 10 500' to 1000' (See Note 21 150' + TMCC •-- LANE CLOSED Type][ FAS SC 11 Sign Panel (See Note Gl MOVING LANE CLOSURE ON INTERIOR LANE OF MUL TILANE HIGHWAYS 5. Vehicle-mounted sign panels shall be Type m or N reflectorized sheeting, block on white or block on orange with 6 inch minimum series D letters per Coltrans sign specifications. 6. Shadow vehicle V2 shall weigh between 11,000 and 18,000 pounds and shall be equipped with a truck- mounted crash cushion. The sign panel shown and a Type Il flashing arrow sign shall be mounted on the rear of shadow vehicle V2. 7. All vehicles used for !one closures shall be equipped with two-way radios and the vehicle operators shall maintain communication during the work or application operation. 8. All vehicles shall be equipped with flashing or rotating amber lights. 9. Where sufficient shoulder width is not available and sign vehicle Vl would encroach upon the traveled way of the adjacent traffic lane during lone closures or where workers would be on foot in the work area. a stationary type !one closure (Standard Plan TIO, TII, and so on, as applicable) shall be used instead of this plan. 10. For moving lone closure on median or outside lanes of multilane highways, see Standard Plan Tl5, Vl V2 V3 FAS CMS TMCC LEGEND Sign Vehicle Shadow Vehicle -- Work/ Application Vehicle Flashing Arrow Sign Changeable Message Sign Truck-Mounted Crash Cushion Direction of Travel STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION TRAFFIC CONTROL SYSTEM LANE CLOSURE HIGHWAYS FOR ON MOVING MUL TILANE NO SCALE NEW STANDARD PLAN NSP T16 USER NAME ~ > nonnk OGN FI LE : > /usr-/nonnk/PO/nspt 16.-~ ___ ··-------__ _ (/) -I C • .,, r- J> z z (/) "Q -I .... a, ~ N 0 I I I o I srl couNTY I ROUTE POST MILES !5~t7'ls'Sl1c'\Ls TOTAL PROJECT I 2 I Oro I 55 0. 31 ! . 2 I 7 I 15 ·-~ i/Q;r) ~ ~~'iGS/01,14 REGISTE EDCIVILEN ER OATE~~/ C ' ~ ~~ <:::' H I !, NGUYEN 't, 8-15-94 ~~o. C 46773 ,;; PLANS APPROVAL OAT£ -ti E~p. 6/30/95 1l---- Tte $/are or Calff"ornra or 1rs orricers or ,.. age:nrs snollnott>e respansft;Je for f/'Je accuracy {;, CIVIi.. -& or coml){eteness or e1ecrr0fl!c C<Jl){es of Iris :;,Ian 1< or C~\.\'i\lq: st=t. 0 w r "' m -> 0 w w "' w "' -w > ~ w « "' 0 ' w THERMOPLASTIC ~o 0 PAINT TRAFFIC « ' ' PAVEMENT MARKER COLD PLANE 00 0 STRIPE <2-COA Tl PAVEMENT MARKING 0 0 0 0 36 DETAIL ,► 9 37 24 27B & 38 REFLECTIVE ASPHALT CONCRETE om r NO. ASPHALT CONCRETE w m 36A CTYPE Bl ~o -« w 0 PAVEMENT ~z w 4" 8" 8" 8" ARROWS WORDS DIAGONAL l!MIT LINE ::, " ~ 4" 4" TYPE TYPE TYPE CO. 08' MAX l MUM> u-u BROKEN BROKEN ~"' w WHITE SOLID SOLID SOL JO SOLID « w I WHITE C H uo u STA TO STA LOCATION { 17-7) ( I 2-3) YELLOW WHITE WHITE WHITE G LF LF LF LF LF LF EA EA EA SOFT SOFT SOF7 SOF7 TON SOYO "' 15+70 TO 31 +6 i HOSPITAL ROAD 3500 660 990 2000 900 160 18 39 35 90 625 150 490 -;;,:+ 830 1350 w w z 31 +6 r TO 53+2! INDUSTRIAL WAY 8000 5000 275 162 78 15 466 555 -46+ 1120 2300 ,_ z Lu 53+21 84 ~550 1700 -->-TO 64+36 16TH STREET 4000 2000 180 42 480 0 ::J z 285 155 105 150 +e-5-6-2 5 00 5350 w 0 SUB TOTAL !5500 660 990 9000 900 615 18 1091 1525 ~ z TOTAL 458 2871 +e5fr2500 5350 27665 u .J w 7 -0 :,: "' a.. ~ NOTE, NEW PAVEMENT DELINEATION ! S TO REPLACE OBLITERATED PAVEMENT DELINEATION AT ~! es1 THE SAME LOCATION. 31 = 0 ~ ~ z w ~ :"' (.) - ~ . 0 z -' ~ < -c:s . 2 z ~ ~ "' w - :cc I-~ = 0 z 7 N 0 = < A -z :E = C 2 :cc -; :;i i c ;~ w ~ 1: w , - ' I ;cc SUMMARY OF QUANTITIES -1~ I ' w ' ~ REVISED FOR ADDENDUM NO. 1 DATED NOVEMBER 4, 1994 NO SCALE "' • ·1"' Q-1 '.ti':" '"' , "O I FOR REDUCED PLANS 0 ' ' ' I USERNAME • > bobe I c-c,;,.., C·C-OE-S.2•?.-·<>Ev. 3/88> ORIGINAL SCALE IS '" ! NC HES I ' ' ' DGN FILE •> /us~/bobe/P27/cQ2900o.dgn ·cu 12601 i EA 029001 ---