Loading...
HomeMy WebLinkAboutC-4071(A) - Jamboree Road Improvements Bristol Street North to Fairchild RoadCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC March 26, 2014 GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: Jamboree Road Improvements Bristol Street North to Fairfield Road C-4071 Dear GMC Engineering, Inc.: On March 26, 2013 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on April 3, 2013. Reference No. 2013000201367. The Surety for the contract is Western Surety Company and the bond number is 58699630. Enclosed is the Faithful Performance Bond. Sincerely, Mao; Leilani I. Brown, MMC City Clerk ITU . - 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov .. t• . GI I: II City of Newport Beach Contract No. 4071 The premium charges on this Bond is $ 12 052.00 being at the rate of $ 8.089 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GMC Engineering, Inc., hereinafter designated as the "Principal", a contract for construction of JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD, Contract No. 4071 in the City of Newport Beach, in strict conformity with the pians, drawings, specifications, and other Contract Documents maintained in the Pubic Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4071 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Four Hundred Eighty -Nine Thousand, Nine Hundred Seven and 501104 Dollars ($1,489,907.50) lawful money of the United States of America, said sum being equal to 10016 of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 4t As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of September 12012. Gennady Chizhik - President C' M►l' GMC Engineering, Inc. (Principal) Authorized SignatureiTtl Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3512 Telephone rrALfthodzedA§ent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 Western Surety Company POWER, OF ATTORNEY APPOINTING 7ND"UAL ATTORNEY IN FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal barrio affixed hereby make, constitute and appoint Jeffrey R Gryde, IndividuaIly of Laguna Niguel, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and an its betrelf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attamey, pursuant to the authority hereby given are hereby ratified and cor£umed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the revcrw hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY hat caused these presorts to be signed by its Senior trice President and its corporate seat to be hereto affixed on this 17th day of June, 2009. GWESTERN SURETY COMPANY ~-- Panl . Bmflat, Senior V icc President State of South Dakota I County of Minnchaha ss On this 17th day of June, 2009, before me personally carne Paul T. Bmflat, to me known, who, being by me duly sworn, did depose and sag that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior vice President of WESTERN SURETY COMPANY described in and which execaued the above instrument; that ho knows the seal of said corporation; that the seal a8ixod to the said instrument is such corporate seal: that it was sb affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and dead of said corporation. My commission expires ?\44444y4Y4\44V444444\49i} p D- KRELI November 30, 2012 e a nM" PUBtAG sent - SOVTN DAKQTA�p %4%44h44909y444444444444r D.Krcll,NoT&y Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove act forth is still in force, and further certify that tate By -Law of the corporation painted on the reverse hereof is still in force. In testimanywhercof I have hereunto subsmbed my name and affixed the weal of the said corporation this 18th _ day of September 2012 r Ufa° WESTERN SURETY COMPANY L. Nelson, Anistard Secretary Perm P4260-0AU6 CALIFORNIA CERTIFICATE OF ACKNOWLcDGMENT State of California County of Orange On SeptembeT 18, 2012 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. las COMM. #1974059 z Notary Public . California o zOrange County I @!t Cama. E nes r. 29,016 (NafM Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIMON OF THE ATTACHED DOCUMENT {Title or description ofattrW6€d decumars" (Tide or description of atmehed document coetinwed) Number of Pape$ _ Document Date (Addiriilwai mfisrommm) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (a) U Corporate Officer {Title) Partner($) ® Attemtey-id-Fact ❑ Trurnec(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM A" acknowledgmen compieied in Calonrio omni metain verbiage exaerly as appears dtmve IN ret notary Arctic" ar a separale ardumwkdgmenr fw•m mato be properly corroeted and atloch€d to rhat docuarear, Use only etrspamr to if a docamear is to be reenr" oerarde of Ca4fw m fe such elements, wo altarnarl to wimns,klgor€ail seebtage as aiau be premed as such a Allotment so long as eke s tage does nal "quire dee smmry to do hustrift ibm is iftelbur jar- a oorroy it Califaraia {i e, certifying rka ashluased capadry of (Aa xegner). please chalk the daeGerem w ilAdly far proper noerripl worvlfag and anach Au fern dfregaired. • Stete and Coanly i ilmindion man be the Sante and County where the document signa(s) pcwanally appeifal befo'r'e tate notary public forocknowfedgmem. • pate of nota kiali vi must be Use date that the sitmens) personally appeared which must also be flat same dais the acknowledgment is completed. • The notary public must print his ar her Marc as a appears withvt ltot at her commission followed by tortoise and Asea your dde(nmary, public). • print the amne(s) of dcwcmeas signerls) who Parthe my appear At the time of notim.Z t.", • ladiento the correct singular or plural funis Ity volume off incorrect forms li•c. hwnbddsarr is fare) or circling Use costed forum• Failure he car reedy he icwts ibis information may Iced m rejoetitn of docurach recording. - The aatary seal impression must be clear and pbnmgrxphicaily reproducible impression must act cover text or tines. if seal impression strsydges, to-xcal if a sufficient stress portals, otherwike complete a different aainewlsdgaiaa fora• • Stream of the victory public mart MAO the upatme on 4It wall the office of the loony clerk. 4� .Additiaulinkxmatiaa is opt required but could help to ensure ibis acknolviedgmem is am miscued or abaehal to a ckiletatt document. a Iniicatetitle or type of attacked dacummt.number ofpages and dme. 0 Indicate the catiumur claimed by Urc siguer. If the thimed capacity is a corporate officer, indicate the tete{i-€. CEO, CFO. Stormily}_ • Seeurdy snack ibis document make signed document CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Sept. 19, 2012_ beforeme, Barbara A. Myers, Notary Public (Here insert name and title of the officer) personally appeared Gennady Chizhik , who proved to me on the basis of satisfactory evidence to be the person(,a') whose name(A) is/ire subscribed to the within instrument and acknowledged to me that he/ske/tbey executed the same in his/ber;`Os authorized capacityUes�), and that by his/bar/tktr signature(g) on the instrument the person(e), or the entity upon behalf of which the personal acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Gau1MN70I 1111th Oq� ONIt4r (Notary Seal) WITNESS my hand and official seal. GIIIIIIIIIft J. Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Jamboree Road Improvements (Title or description of attached document) Faithful Performance Bond ('rifle or description of attached document continued) Number of Pages 2 Document Date 9/18/12 Contract No. 4071 - Newport Be (Additional information) CAPACITY CLAIMED BY THE SIGNER Ll Individual (s) Q Corporate Officer President (Iitle) ElPartner(s) C1Attomey-in-Fact EJTrustec(s) El Other 2008 Version CAPA v12.10.07 800-873-9865 wwwAirawyClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Califmnia must contain verbiage exactly (is appears above in the notary section or a separate acknowledgment form muss he property completed and attached to that document" the only exception is f a document is to be recorded outside of California. In such instances, any ahernarive acknowledgment verbiage as may be printed on such n document so long is the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. verifying the authorized capacity of fire signer). Please check the document carefully for proper notarial wording and arfach this form (required. • State and County information must be the Stale and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which lch must also be the same date the acknowledgment is completed • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at the bine of notarization. • Indicate the correct singular or plural foams by crossing off incorrect forms (i e. he/she/they— is /are ) or circling the correct forms. Failure to correctly indicate this m inforation may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area Permits, otherwise complete a different acknowledgment furan. • Signature ofthe notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer_ If [lie claimed capacity is a corporate officer, indicate the title Q.e. CF.0, CFD, Secretary). • Securely attach this document to the signed document RECORDING REQUESTED BY AND et"�'rded in Official Records, Orange County Renee Ramirez, Assistant Clerk -Recorder WHEN RECORDED RE�.Tq,. [0: Q II'�IIIIII II Illllil II IIII IIIIII�IIII IIII IIII III NO FEE III$ 8 0 0 0 5 7 3 9 1 8 9$ City Clerk __i. 2013000201367 2:31 pm 04103113 City of Newport Beach r, 19_1409N12 3300 Newport Boulevards'r'H a 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GMC Engineering, Inc., as Contractor, entered into a Contract on September 25, 2012. Said Contract set forth certain improvements, as follows: Jamboree Road Improvements Bristol Street North To Fairchild Road (C-4071) Work on said Contract was completed, and was found to be acceptable on March 26, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Western Surety Company. BY // 411ek Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on irb, (/\ �. l�iJ� at Newport Beach, California. BY City Clerk � �` �.�7�ORN% OFFICE OF THE CITY CLERK Leilani I. Brown, MMC March 27, 2013 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Jamboree Road Improvements Bristol Street North To Fairchild Road (Contract No. 4071) • Storm Drain CDS Unit Construction (Contract No. 4915) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerel Leilani 1. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us NOrgjg R : i'i i o1i ioii ! City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GMC Engineering, Inc., as Contractor, entered into a Contract on September 25, 2012. Said Contract set forth certain improvements, as follows: Jamboree Road Improvements Bristol Street North To Fairchild Road (C-4071) Work on said Contract was completed, and was found to be acceptable on March 26, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Western Surety Company. An Public Works Director City of Newport Beach VERIFICATION 1 certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on \ t�4U9., at Newport Beach, California. BY ( 4 � A b*,/ - City Clerk CITY OF <7FOA�¢ CityCouncil Staff Report Agenda Item No; 3 March 26, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb .newportbeachca;aov PREPARED BY: Andy Tran; Senior Civil Engineer 949-644-3315, atran(c7new,portbeachoa.aoy APPROVED:NJ TITLE: Jamboree Road Improvements - Bristol Street North to Fairchild Road - Notice of Completion and Acceptance of Contract Nov 4071 ABSTRACT: On September 25, 2012, City Council awarded Contract No. 4071, Jamboree Road Improvements — Bristol Street North to Fairchild Road, to GMC Engineering, Inc., for a total contract cost of $1,489,907;50, plus a 10% allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. In addition, the recently acquired street easements for the purpose of widening Jamboree Road will be quitclaimed to the City of Irvine. RECOMMENDATIONS: 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with the applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after Council acceptance, 4. Authorize the City Manager to execute Quitclaim Deeds to transfer three street easement deeds to the City of Irvine. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following account: Jamboree Road Improvements - Bristol Street North to Fairchild Road - Notice of Completion and Acceptance of Contract No. 4071 March 26 2013 Page 2 Account Description Account Number Amount Measure M Competitive 7284-02002019 $1,448,337.15 Total Construction Cost $1,448,337.15 DISCUSSION: Overall Contract CosVTlme Summary Awarded Final Cost at Actual Contingency % Due to % Due to Contract Completion; Contract Allowance Directed Unforeseen Amount Change Change Change $1,489;907.50 $1,449;037.15 10% or less -2.7% -8:2%0 5.5% Allowed Contract Time (days) 115 Actual Time 4 Under (-) or Over (+) The work necessary to complete this contract consisted of widening the east side of Jamboree Road to accommodate one additional northbound thru lane and one additional southbound left turn lane onto MacArthur Boulevard. This project also involved the construction of retaining and planter walls, modification of two traffic signals, pavement striping, and construction of new landscaped medians, The contract has been substantially completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 1,489,907,50 Actual cost of bid items constructed: $1,366,541.23 Contract change orders: $82,495:92 Final contract cost, $1,449,037..15 The final contract cost, including three change orders, was 2.7% below the original bid amount. The overall contract savings was primarily attributed to a reduction in the amount of asphalt concrete used on the project. During the pavement removal process, it was recognized that the existing pavement base was in good condition. Therefore, a 2 -inch grind and overlay was used in lieu of full -depth reconstruction, reducing the amount of asphalt concrete required. The three contract change orders included an adjustment in the asphalt concrete unit price due to the significant reduction in quantity and the relocation of conflicting utilities not shown on the original project plans. The City also acquired three street easements to facilitate the widening of Jamboree Road. These easements are all located in the City of Irvine. On April 10, 2012, City Council approved settlement agreements with each of the three affected property KI Jamboree Road Improvements - Bristol Street North to Fairchild Road - Notice of Completion and Acceptance of Contract No. 4071 March 26, 2013 Page 3 owners. Easement deeds for all three affected properties were recorded by the County of Orange on May 30, 2012. Now that construction is substantially complete, staff recommends quitclaiming ownership of these easement deeds to the City of Irvine. The contract allowed for 80 consecutive working days to complete the work. Due to inclement weather and time needed to complete work associated with the change orders, the contractor was allowed an additional 35 working days. With this approved time extension, the project was substantially completed four days ahead of schedule on March 15„2013. A summary of the project schedule is as follows: Estimated Completion Date per July 2012 Baseline Schedule: April 19, 2013 Project Awarded for Construction: September 25, 2012 Contract Completion Date with Approved Extensions; March 21, 2413 ,Actual Substantial Construction Completion Date: March 15, 2013 ENVIRONMENTAL. REVIEW: In accordance with the California Environmental Quality Act (CEQA) guidelines, a Mitigated Negative Declaration (MND) was prepared, circulated for review, and adopted by City Council on October 26, 2010. The Mitigation Monitoring and Reporting Program (MMRP) as identified in the MND as well as the California Coastal Commission Special Conditions were adhered to, NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by }favid A. Webb Public Works Director Attachments: A. Location Map B. Quitclaim Deeds (3 properties) 3 ATTACHMENT A JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ATTACHMENT B RECORDING REQUESTED BY: AND WHEN RYCORDED MAIL TO: City of Newport Beach P.O. Box 1786 Newport Beach, CA 92658-8915 Attention: City Clerk RyC-0wpiftow Recording Fee Pursuant to Government Cade Sedion 6103 Exemprfrdin Docwnantcvj+?`r,erns/urTax Orange County Assessor's Parcel Number: 445-..132-09 (Portion) FOR A VALUABLE CONSiIIERATION, receipt ofwhich Is hereby acknowledged; CITY OI NEWPORT BEACH, a California Municipal Corporation does hereby RFMISE, RELEASE AND FORE, VER QUITCLAiM to the CITY OF IRVINE; a California Municipal Corporation all rights, interests; end title to the real property in the City of Irvine, County of Orange, State of California described in Exhibit "A" acrd depicted on Exhibit "B", which exhibits are attached harem end by reference made a part hereof: IN WITNESS WHEREOF, the grantor hereto Inas caused this Quitclaim Deed to be executed as of this—_day of__, 2013. CITY OF NEWPORT BEACH, a California Municipal Corporation By. Dave'Kiff, City Manager APPROVED AS TO FORK CITY ATTORNEY'S OI'FICE Aar on C, Harp, City Attorney Attest To< Byr___ Leilani I- Brown, City Clerk Sulo of California ) )SS County of ORANGE) On before me, personally appeared DAVE TIFF who proved to the on the basis of satisfactory evidence to be the person whose names is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity: and that by his signature on the instrument the person; or the entity upon behalf of which the person acted,' executed the instrument I certify under PENALTY' OF PE RSCTItY under the laws of the State of California that the foregoing is true and correct. Witness my hand and official seal. (SEAL) (Signature) 0 ExHisil" IA! PJOHl-OF-WAY ACQUISITION LEGAL. DESCRIPTION THAT PORTION PARCEL 3 AS SHOWN ON PARCEL MAP RECORDED IN BOOK 107, PAGES 10 THROUGH 11 INCLUSIVE OF PARCEL MAPS, RECORDS OF ORANGE COUNTY; CALIFORNIA, MORE PARTICULARLY DESCRIBED AS FOLLOWS; BEGINNING AT THE CENTERLINE INTERSECTION" OF JAMBOREE BOULEVARD AND MACARTHUR BOULEVARD AS SHOWN ON SAID PARCEL MAP, THENCE ALONG THE CENTERLINE OF JAMBOREE BOULEVARD NORTH 40°3873" EAST, 220,09 FEET; THENCE LEAVING SAID CENTERLINE OF JAMBOREE BOULEVARD SOUTH 49°21'37" EAST, 60.00 FEET TO THE MOST NORTHERLY CORNER OF SAID PARCEL 3, SAID POINT ALSO BEING THE TRUE POINT OF BEGINNING; THENCE ALONG THE NORTHEASTERLY LINE OF SAID PARCEL 3 SOUTH 49°24'37" EAST, 14.00 FEET TO THE BEGINNING OF A LINE THAT IS PARALLEL WITH AND 14.00 FEET SOUTHEASTERLY OF SAID CENTERLINE OF JAMBOREE BOULEVARD; THENCE LEAVING SAID NORTHEASTERLY LINE ALONG SAID PARALLEL LINE SOUTH 40"38'23" WEST, 160.86 FEET; THENCE LEAVING SAID PARALLEL LINE SOUTH 16°50`46" WEST, 6.20 FEET; THENCE SOUTH 40°38230 WEST, 4.00 FEET; THENCE SOUTH 57°211'20" WEST, 5.22 FEET TO THE BEGINNING OF A NON 'TANGENT CURVE CONCAVE SOUTHERLY WITH A RADIUS OF 29.00 FEET, A RADIAL LINE TO SAID POINT BEARS NORTH 49°21'37" WEST; THENCE SOUTHWESTERLY ALONG SAID NON TANGENT CURVE THROUGH A CENTRAL ANGLE OF 09°47'36" AN ARC LENGTH OF 4.96 FEET TO A POINT ON THE EASTERLY LINE OF LAND DESCRIBED IN GRANT OF EASEMENT FOR PUBLIC STREET AND UTILITY PURPOSES RECORD MARCH 28, 2003 AS INSTRUMENT NO, 2003000342572 OFFICIAL RECORDS OF SAID ORANGE COUNTY« THENCE ALONG THE EASTERLY LINE OF SAID GRANT OF EASEMENT NORTH 05045`28" WEST, 12.26 FEET TO AN ANGLE POINT THEREIN; THENCE CONTINUING ALONG SAID EASTERLY LINE NORTH 16"49'05" WEST, 16:20 FEET TO A POINT ON THE NORTHWESTERLY LINE OF SAID PARCEL 3; T HENCE ALONG SAID NORTHWESTERLY LINE NORTH 40°38'23° EAST, 157.19 FEET TO THE TRUE POINT OF BEGINNING; CONTAINS AN AREA OF 2,417 SQUARE FEET, MORE OR LESS, ALL AS MORE PARTICULARLY SHOWN ON EXHIBIT `B' ATTACHED HERETO AND BY THIS REFERENCE: MADE A PART HEREOF. VALD 129 PAGE IOF2 7 PJGHT-IIF-WAY A.C: QUIS1T10 LEGAL DESCRIPTION SUBJECT TO COVENANTS, CONDITIONS, RESERVATIONS, RESTRICTIONS, RIGHTS OF WAY AND EASEMENTS OF RECORD, IF ANY, THIS DESCRIPTION HAS BEEN PREPARED BY ME OR UNDER MY DIRECTION AND DATED THIS 234 DAY OF JUNE, 2011. e J.O. AUSTINSON, L.S. 5394 LICENSE EXPIRES 09/30112 VA.LD 128 PAGE 2 OP 2 L f ..nv. ...n.uwM.+�`�. ra .gym✓' pDX 220.09' N4038`23 157.19' r MAL 0 9 .''`S,- N4038'230S l ` /EASEMENT / / OF CITY OF IRVINE FOR LEGEND: 1620' !16`49'05 c ROAD & U-nLITY12.26' — PURPOSES PER INST. N05'45`26 w r NO. 2003000342575 O.R. RECORDED 03f28f03 a=094736" R==23,00' — L=4,96' /f RIGHT OF WAY — — CENTER LINE — PARCEL LINE LEGAL DESCRIPTION BOUNDARY UNE m VA CONSULTIM M, GULL. ENONEBRS LAW 3t8yEyp[ts RAND PLANNERS 6400 CNK CAKYOR SLM W 474-1480 IRVINE, CA 82%10 4400FEE BLVD 60.13%' ��"" SS4921'37�E ima 14.00' o E 54921'371E 107/10-11 PARCEL 2 157.19' T V pROJ,. Floc PLAT TO ACCOMPANY LEGAL DESMP71ON M PROJ MSF: THE CITY OF # ME SOR4EYORa COF M CF ORANGE, STATE OF CAUFOWA na<�cuc bw VALD 128 2.417 S.F. F ! 4.00' 54038'23"SV 5.22' 5572020`"}N DUAL "N Q, A Ata SCALE: 1"=40' a`"��A p T V pROJ,. Floc PLAT TO ACCOMPANY LEGAL DESMP71ON M PROJ MSF: THE CITY OF # ME SOR4EYORa COF M CF ORANGE, STATE OF CAUFOWA na<�cuc bw VALD 128 2.417 S.F. F RECORDING REQUESTED BY: AND Vr'IIEti RECORDED MAIL TO: City of Newport Beach P.O, Box 1786 Newport Beach, CA 92658-8915 Attention: City Clerk Erempi ft oris Recording Fee Exempt front Dot ttrnentary 7 Piwsuunt to Government CodeSection 6103 Pursuant to R&T 0 TS-P—ace above t is line for tea QUITCLAIM DEED Orange County Assessor's Parcel Dumber: 445-132-11 (Portion) FOR A VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, CITY OF NEWPORT BEACH, a California Municipal Corporation does hereby REMISE; RELEASE AND FOREVER QUITCLAIM to the CITY OF IRVINE, a California Municipal Corporation all rights, interests, and title to the real property California described in Exhibit "A" and depicted on by reference made a part hereof. f4 in the City of Irvine; County of Orange, State of Exhibit "B", which exhibits are attached hereto and IN WITNESS WHEREOF, the ,grantor hereto has caused this Quitclaim Deed to be executed as of this.. __day of 2t713, CI"T"Y OF NEWPORT BEACH, a California Municipal Corporation Dave Kif, , City Manager APPROVED AS TO FORINT: CITY ATTORi+FY�S OFFICE Aaron C. Harp, City Attorney Attest To: By: Lerlani 1. Brown, City Clerk 10 State of California ) )SS County of ORANGE) On before me, personally appeared DAVE KiFF who proved to me on the basis of satisfactory evidence to be the person whose names is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument: F certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing is true and correct, Witness my hand and official seat, (SEAL) (Signature) 11 EMIBIT `,A' RIGHT-OF-WAY ACQUISITION LEGAL DESCRIPTION THAT PORTION OF PARCEL 2 AS SHOWN ON PARCEL MAP RECORDED IN BOOK 107, PAGES 10 THROUGH 11 INCLUSIVE OF PARCEL MAPS, RECORDS OF ORANGE COUNTY, CALIFORNIA, MORE PARTICULARLY DESCRIBED AS FOLLOWS BEGINNING AT THE CENTERLINE INTERSECTION OF JAMBOREE BOULEVARD AND MACARTHUR BOULEVARD AS SHOWN ON SAID PARCEL MAP; THENCE ALONG THE CENTERLINE OF JAMBOREE BOULEVARD NORTH 40"38'23" EAST, 220.09 FEET; THENCE LEAVING SAID CENTERLINE OF JAMBOREE BOULEVARD SOUTH 49 2i'37" EAST, 60..00 FEET TO THE MOST WESTERLY CORNER OF SAID PARCEL 2, SAID POINT ALSO BEING THE TRUE POINT OF BEGINNING; THENCE ALONG THE WESTERLY LINE OF SAID PARCEL 2 SOUTH 49"21'37" EAST, 14:00 FEET TO THE BEGINNING OF A LINE THAT IS PARALLEL WITH AND 74,00 FEET SOUTHEASTERLY OF SAID CENTERLINE OF JAMBOREE BOULEVARD; THENCE LEAVING SAID WESTERLY LINE ALONG SAID PARALLEL LINE NORTH 40"38'23" EAST, 139.91 FEET TO THE BEGINNING OF A CURVE CONCAVE NORTHWESTERLY WITH A RADIUS OF 2557.00 FEET; THENCE LEAVING SAID PARALLEL LINE ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 0101648 AN ARC LENGTH OF 56.37 FEET TO THE EAST LINE OF SAID PARCEL 2; THENCE ALONG SAID EAST LINE NORTH 49°21'37" WEST, 13.38 FEET TO THE NORTHERLY MOST CORNER OF SAID PARCEL 2; THENCE ALONG THE NORTHWESTERLY LINE OF SAID PARCEL 2 SOUTH 4003823° WEST, 196.28 FEET TO THE TRUE POINT OF BEGINNING; CONTAINS AN AREA OF 2,736 SQUARE FEET, MORE OR LESS, ALL AS MORE PARTICULARLY SHOWN ON EXHIBIT'B' ATTACHED HERETO AND BY THIS REFERENCE MADE A PART HEREOF. SUBJECT TO COVENANTS, CONDITIONS, RESERVATIONS, RESTRICTIONS, RIGHTS OF WAY AND EASEMENTS OF RECORD, IF ANY. VALD 129 PAGE 1 OF 2 12 1.A I t k 'A' RIGHT-OF-WAY ACQUISI PON LEGAL DESCRIPTION THIS DESCRIPTION HAS BEEN PREPARE? BY ME OR UNDER MY DIRECTIOM AND DATED THIS E*' DAY OF JUNE, 2011. MS, S, 5394!tT� JAJ O. AUSTiNSON, L.S, 5394 LICENSE EXPIRES 09130/12 VALD 129 PAGE 2 OF 2 13 P.0s, 220 09' % i4.00'� f 549 21'37"E _ i 1 LEGEND: RIGHT OF WAY CENTER LINE PARCEL UNE LEGAL DESCRIPTION BOUNDARY LINE 3 VA CCANSULTM SIC. CAM z4ataks Lqm ammy07S LAND FLAM M 64M OAK CANYON, Alm'IMI WA 47+ --AM UMNE, CA S261 MAMORSE BLVD 60.00` 549�i'37"E h 196.28" N49'21'37"W 540'38'23"W R=2657500' L=56.37' PARCEL 2 P.M.B. 107/10-11 PARCEL 1 129 S.F. TTO ewPLArom S�RHE 1CO7lWTY ACCOMPANY LEGAL OESMPRON IN CITY C6 WNE E6 OttANGE. SPATE # CACIFGRNIAI/ RECORDING REQUESTED BY: AND VVIIEN RECORDED MAIL TO: City of Newport Beach P.O. Box 1786 Newport Beach, CA 42658-8915 Attention: City Clerk "o'empl from Re,=ding Pursurmt to Governmen Exempt frain Documentary D- n sfer Orange County Assessor's Parcel Number; 445-132-18 (Portion) FOR A VALUABLE CONSIDERATION, receipt of whieh is hereby acknowledged, CITY OF NEWPORT" BEACI 1, a California Municipal Corporation does hereby REMISE, RELEASE AND FOREVER QUITCLAIM to the CITY OF IRVINE.; a California Municipal Corporation all rights. interests, and title to the real property in the City of Irvine, County of Orange, State of California described in Exhibit "A" and depicted on Exhibit "B'", which exhibits are attached hereto and by reference made a part hereof. IN WITNESS WHEREOF, the grantor hereto has caused this Quitclaim Deed to be executed as ofthis,_dayof ,� 2013, CITY OF NEWPORT BEACH, a California Municipal Corporation By, Dave Kiff, City Manager _,.... — APPROVED AS TO FORM: CITY AT1'ORM-"Y'S OFFICE Aaron C. Harp, City Attorney Attest To: By: Leilani 1. Brown, City Clerk is I ate of'Calif mia } )SS County of (.)RANGE) On _ before me,-__--,-______--_ personally appeared DAVE FJFF who proved to me on the basis of satisfactory evidence to be the person whose names is subscribed to the within instrument and aclo owledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the persona or the entity upon behalf of which the person acted, e teeuted the instrument, I certify under PENALTY OF PERJURY tinder the laws of the State of California that the foregoing is true and correct. Witness my hand and official seal. (SEAL) (Signature} 16 THAT PORTION OF PARCEL 1 AS SHOWN ON PARCEL MAP RECORDED IN 1300K 107: PAGES 10 THROUGH 11 INCLUSIVE OF PARCEL MAPS, RECORDS OF ORANGE COUNTY, CALIFORNIA, MORE PARTICULARLY DESCRiBFD AS FOLLOWS: BEGINNING AT THE CENTERLINE INTERSECTION OF JAMBOREE BOULEVARD AND MACAR'TH! #R BOULEVARD AS SHOWN ON SAID PARCEL MAP; THENCE ALONG THE CENTERLINE OF JAMBOREE BOULEVARD NORTH 40°38'23" EAST, 416,37 FEET THENCE LEAVING SAID CENTERLINE OF JAMBOREE BOULEVARD SOUTH 49°21'37" EAST; 60,00 FEET TO THE MOST WESTERLY CORNER OF SAID PARCEL 1, SAID POINT ALSO BEING THE TRUE POINT OF BEGINNING; THENCE ALONG THE WESTERLY LINE OF SAID PARCEL I SOUTH 49°21'37° EAST, 13,38 FEET TO THE BEGINNING OF A NON TANGENT CURVE CONCAVE NORTHWESTERLY WITH A RADIUS OF 2557,00 FEET, A RADIAL.. LINE TO SAID POINT BEARS SOUTH 50°38'66" FAST; THENCE LEAVING SAID WESTERLY UNE ALONG SAID NON TANGENT CURVE THROUGH A CENTRAL ANGLE OF 00°02'31" AN ARC LENGTH OF 1,87 FEET THENCE NORTH 39°20'04' EAST, 160,42 FEET; THENCE NORTH 84°68'47" EAST, 42,90 FEET°, THENCE NORTH 40°37'29" EAST, 41,91 FEET TO A POINT ON THE NORTHEASTERLY UNE OF SAID PARCEL 1 THENCE ALONG SAID NORTHEASTERLY LINE NORTH 49°21'37- WEST, 39.66 FEET TO THE NORTHERLY MOST CORNER OF SAID PARCEL 1 THENCE ALONG THE NORTHWESTERLY LINE OF SAID PARCEL 1 SOUTH 4a?n38'23" WEST, 496.28 FEET TO THE TRITE POINT OF BEGINNING CONTAINS AN AREA OF 4,290 SQUARE FEET, MORE OR LESS, ALL AS MORE PARTICULARLY SHOWN ON EXHIBIT `B' ATTACHED HERETO AND BY THIS REFERENCE MADE A PART HEREOF, VALD 130 PAGE 1 OF 2 17 EXHI IT `A' FUGHT-OF- t:AY ACQUISITION LEGAL DESCRIPTION SUBJECT TO COVENANTS, CONDITIONS, RESERVATIONS, RESTRICTIONS; RIGHTS OF WAY AND EASEMENTS OF RECORD, IF ANY. THIS DESCRIPTION HAS BEEN PREPARED BY ME OR UNDER MY DIRECTION AND DATED THIS 23'd DAY OF JUNE, 2011, J�AUSTIN��ONLS �5394 LICENSE EXPIRES 09/30/12 VALD 130 PAGE 2 OF 2 18 a i 44AMMILM MB, 4t& 37' 60,003' N4038'23"E` Ww" S49'21'V"E ,Y-T.P.O,B. 196.28' O / LEGEND. RIGHT OF WAY -- — CENTER LINE — PARCEL LINE LEGAL DESCRIPTION BOUNDARY LINE S49 2137 E a`` fi 160.42' 1 _ _DELTA I RADIUS U� \, ''��` 42.90' OOV2I31" 1 2557:00' 1.87' N848'47E 41,91' xg N40'37'29'Eto I a tV to PARCEL 2 PARCEL i d PXB_ 107/10-11 CURVE TABLE N0. _ _DELTA I RADIUS LENGTH CI OOV2I31" 1 2557:00' 1.87' IW VA CC1.S1L1' CAM 00KEERS LAND AStMMS LAND FLA*M 6400 OAK CANYOR RM M .--T (449) 474-9M laves, CA 4MTS VALD 130 AREA=4,2917 S.F. flEmu Haff Exmsrr w To -1 xm mm.00na PLAT 01- aa/xoh flIIsDp TO ACCOVANY LEGAL Oese"TION w PRW ba%C Jvw ET// TK MY OF 7RbME �NtvEYOR,..%tA COUNTY OF ORANGE:. STATE OF CALFORNAA ,u.vrrn. nvn OFFICE OF THE CITY CLERK Leilani L Brown, MMIC June 10, 2013 GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: Jamboree Road Improvements Bristol Street North to Fairchild Road - C-4071, Dear GMC Engineering, Inc.: On March 26, 2013, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded April 3, 2013, Reference No. 2013000201367. Surety Company and the bond number is Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure by the Orange County Recorder on The Surety for the bond is Western 58699630. Enclosed is the Labor & 3300 Newport Boulevard � Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 - www.city.newport-beaeh.ca.us Bond No. 58699630 Premium: Included City of Newport Beach TO FAIRCHILD ROAD Contract No. 4071 BOND NO. 58699630 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GMC Engineering, Inc., hereinafter designated as the "Principal; a contract for construction of JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD, Contract No. 4071 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4071 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duty authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of One Million, Four Hundred Eighty -Nine Thousand, Nine Hundred Seven and 501100 Dollars ($1,488,907.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 at. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall In any wise affect Its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 18th day of September 2012. Gennady Chizhik — President GMC Engineering, inc. (Principal) Authorized Signat e/Titie Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego CA 92108 Address of Surety 619-682-3512 Telephone AbitioritledAgent Signa#ure Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 � Jestern Surety Company POWER OF ATTORNEY APPOINTING MIVIDUAL ATTORNEY -IIT -FACT Know All Mon By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, IndividnaIly of Laguna Niguel, CA, its true and lawful Attorney(s)-id-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 17th day of June, 2009. mac>r WESTERN SURE'T'Y COMPANY .7� gaaAq�� •� S�Ay o 4r,hw`fi Paul' . Bruflat, Senior Vice President State of South Dakota County of 14£innehaha ss On this t 7th day of June, 20W before me personally carne Paul T. Bmflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Fails, State of South Dakota; that be is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires awwwwwwwwMwwwwwwwwwwwawwwt a 0.KRELL °{ November 30, 2012NOTARY PUBLIC i i i SOUTii DAKOTA SEAL J twwwwwwwwwwwwVwswwwwwwww 1 it .101 ..ori CERTIFICATE 1. L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 18th —__day of Sepiembef 2012 _ `14 WES'T'ERN SURETY COMPANY _ v,M ar.Y'S h ... �— L. Nelson, Assistant Se¢etary Fo[m FQSD-U."n CALIFORN CERTIFICATE OF ACKNO . .MDGMENT State of California County of Orange On September 18, 2012 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. HIS COMM. #1974059 z Notary Public •California o _ Orange County M Comm. Expires Apt, 29, 2076 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATIAACHED DOCUMENT (Title or deneriprscm orattaaheddocumkntD (I Pli, nr description ofatumbed doeument cantiauod) lumbar of Pages T Docuincra Date {Addkionol infornuEion) CAPACITY CLAIMED BY THE SIGNER (J Individual (a) © Corporate Officer {TiiFof 0 Parts eT(s) Li Arrmney-iu-Fact Q Trustce(s) ❑ Other INSTRUCTIONS FOR COMPUTING THIS FORM Anv gCk+eowtedgmenr completed in CaliOrrrfa wast coata#n verbiage exact!} as gIwars above in rhe aWary seviaa or a separae acknawWgment faum malt be praper{c completed and attached so Air doaamsst. Tk ,nip erreptiorr a if 4 docoarem is to be mcerxtect adslde ofCoirfonea_ to such tnstancer, ov o1w warire winowtedgmear wxhiage as mar, be printed an such a doeumexr so long as eye I erbaip [foes not rs fdre the notary to do mmeMirg shat is diezur fa- a notary is Caltforda fi.ecertifusng the auxhorized cWarjnp of the signer)" please check 'he document carefullyforproper weanal wwsldngand orech this firm ifmat"d. • State and County igfirirtntion must be the State and Csmnty where ten douosnena signa(s) ptassaidly appeared before tbe.notary public fou acknowledgment • Date of notarisation most he the date that the signers) personaiiy appeared wbich most also be the some date tits acla owiedgtnevt is completed. r The motaty public most print his or her name as it appears wukin his or her wmafigsion rAowed 1;+ a comma and than your rule(notary public), • Prior the "assets) cf doouutcnt signer(O who persoaally appear 41 the time of motariLatim • ledicate the correct sinplar or piurai fora" by m4sing orf ineonsxt fortes (h.e. idatsNNtaxr is tare i or circling the cnereel (c u, Faithim to correctly ihtdicsta this mronaation may lead w ecjngtim ordamncat recording. • the moray seal impression must be ePkar and photographically repradgcible bnpmsion sm"l ass cover WAt of littus. if seat huprmsion sanedges, re -seal if a suticicm arra p rnoL%otherwise Complete a cle(£arcnt acknowtedgmew £aria. . Stgnasurc or tie' notary pubba: must match the signanerc on rile with She office of the county clerk. *r Addtliot"i information is out reentered but emu help la ensure this acknowicdguient is not misused or attached to a different dnetlpltnt. u,. Indicate rifle of We of snacbe d docanunt, numhero£ptrges and date. 0 Indicate the eapacity elainttd by the si(mer If the claimed capacity is a craporato ot7 icer, indicate the title (i.e. CEO, CFr7, Secretary). • Su�t;urdy attach this dornmcnt to tAe signed dceumrnt CERTIFICATE OF ACKNOWLEDGMENT State of California County of _ orange On Sept, 19, 2012 beforeme, Barbara A.Myers, Notary Public (Here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(4 whose namej8) iS/pre subscribed to the within instrument and acknowledged to me that he/SI;to/tJ4ey executed the same in his/jk /tb& authorized capacityC*), and that by hisfj;ier/tbeir signature(o) on the 'instrument the person(,e), or the entity upon behalf of which the person(.,) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. . M CoeuttFs iqn Af tl�tto WITNESS my hand and officio eat. xoterYPai- cowkift &(W 1F (Notary Seal) Signature orf t,huary Public 10 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Jamboree Road Improvements (Title or dcmriptinn of attached document) Labor & Materials Payment Bond (Cotte or description of attached document continued) Number of Pages __L Document Date9 /18 /1 CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President —..._- _ (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 version CAPA v12,1007800-873-5865 www.NotaryClassesemn INSTRl.1CTIONS FOR COMPLETING THIS FORM Any acknowledgment completed m ("alfonna tnust contain verbose exactfy as appears above in the notary, section or a separate aeknoneledtgment form nrtrsr he properly completed and attached to that document, The only exception is if a document is to be recorded outside of California. In ,such instances, ami ahernear, acknowledgment verbiage as may he printed on such a document at long as th> verbiage does not replace the notary- to do .Something that is dlegat, f rr a notar) in California (i,e. certifying the amhoricnd capacity q/'the signer). Plea.sa check for document caret allyfor proper notarial avoiding and attach this finita If required. • State and County information must be the State and County where the docurecnt aignsus) personally appeared before the notary pill,]ic for aeknowiedgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public most print his or her name as 8 appears within his or her commission followed by a comma and then your title (notary public) • Print the name(s) of document signar(s) who personally appear a( the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms Ile inslshe/they, a lore ) or circling the correct forins. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seat impression must be clear and photographically reproducible. Impression must not cover text or linesif seal impression smudges, re -scat if u sufficient area permits, otherwise complete a difldrenl acknowledgment form. • Signature of the notary public must match the signature on file with the office nl' the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused unattached tort different document. e9 Indicate title or type ofaltached document, number of pages and date_ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (Le. CFQ CPO, Secretary). • Securely attach this document to the signed document CITY CLERK two Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 4th day of September 2012, at which time such bids shall be opened and read for JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Title of Project Contract No. 4071( J $1,700,000 Engineer's Estimate Approved by f�tephen G. Badurn Public !Works Director Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting: Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" and "C-27" For further information, call Andy Tran, Project Manager at (949) 644-3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.Newl)ortBeachCA.gov CLICK: Online Services/Bidding & Bid Results CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENTS - BRISTOL ST. NORTH TO FAIRCHILD ROAD CONTRACT NO. 4071 TABLE OF CONTENTS NOTICE INVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND.............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)....................................................................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................7 NON -COLLUSION AFFIDAVIT......................................................................................11 DESIGNATION OF SURETIES.....................................................................................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA........................................................................15 INFORMATON REQUIRED OF BIDDER......................................................................16 NOTICE TO SUCCESSFUL BIDDER...........................................................................19 CONTRACT..................................................................................................................20 LABOR AND MATERIALS BOND.................................................................................26 FAITHFUL PERFORMANCE BOND.............................................................................28 PROPOSAL...............................................................................................................PR-1 SPECIAL PROVISIONS............................................................................................SP-1 2 City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in . accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 8. In accordance with the California Labor Code (Sections 1770 at seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 739091 A&B Contractor's License No. & Classification GMC Engineering, Inc. Bidder �tk President Authorized Signat re/Title Gennady iz ik September 4, 2012 Date 12 City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Amount Bid Dollars ($ 10% ), to he paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH .TO FAIRCHILD ROAD, Contract No. 4071 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shalt become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the -death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 28th day of August , 2012. GMC Engineering, Inc. Name of Contractor (Principal) Authorized Sign urerritle Gennady Chizhik — President Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3512 Telephone "A6thoriz6d Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Tdle (Notary acknowledgment of Principal & SuretV must be attached) 5 Western Surety Company PONVER OF ATTORNEY APPOINTWW If'DIVIDUAL ATTOR\'EY-Ii r -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota. and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its We and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of de corporation and all the acts of said Attorney, pursuant to the audtority hereby given. are hereby ratified and confirmed. Tlds Power of Attorney is made and executed pursuant to and by authority of We By -Law printed on the reverse hereof. duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereor, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 17th day of June, 2009. a.> WESTERN SURETY COMPANY dis CO @gN�fvop°OA �.'a� Paul IrBrafial. Senior Vice President State of South Dakota Courcy of Nlinnehaha I ss On this 17th day of Joe, 2009, before me personally came Paul T. Bruflat, to me known. who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice Presided of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation My commission expires +14499\4\4\444M1M1M1M1M1M199\94. 8 D. KRELL°+ November 30, 2012 sZAL NOTARY PUBLIC 0, a. I SOUTH DAKOTA s X449\\4994\4\449449\\644 t D. (Gell. No ry Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of dte said corporation this 28th day of August 2012 ?ar WESTERN SURETY COMPANY L. Nelson, Assistant Secretary romr P42E0-0306 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On August 2s, 2012 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. .. P. 2EIS WITNESS my hand and official seal. X•'>m COMM. #1974059 z Notary Public - California o Z • Orange County My Comm. Expnes Apr. 29, 20)fi Signature (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title os destripa ion n r araahe(l desu uCaul bride or description ofattached documunr eoednuesl) Number of Pages _ Dtxtunent Datc. (Additional information) CAPACITY CLAIMED BY THE SIGNER U Individual (s) C Corporate Officer jnlel Q Partners) El Attorney -in -Fact ❑ l nlswc(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Attu ockntnnfedgment completed in Colvornio mtui contain verbiage exactly as appears 4Mae in the aarary section or a .separate ac*nowledgment form must be proper(P compbaird and attached to that document. The only ercepdon it tf a document is to be recorded outside of CofiforMa_ In such inaxaaces, env alrarnatinr acSaowfedgment nerblage as tarry be printed on such a dontmear so long as the utwMage does not regh re the nvasn, to do something that is tflegaf for a notary in Cnlffiomn (if- mrfiifi'ing the amhon2ed Capacity of the signer). Please check the documety carefedWor proper nomriai iwardhrg and attach thisfora ifrequvrd. • State and County infonrialion must be Owe State and County where flit documum signo(s) personally appeared before thenottay public fnrneimnwledt ruent. • Dam of notarization must be the dale that the signer(s) personally appeared which muss also be tine Same date the uoknowlydgment. is completd. • The notary public must On, his or her name us h appease within his or her commission followed by a Cnmma and thm your title(coiary public), • Print the names) of doomnent ahgner(a) who pvrnmwally appear at the rinic of arawariaaliun. • Indientu the correct singular or plural fomes by crossing off ineurrtcl leans li.c. Wsholdmyr 4lare ) or circling the carseat forms. Failum to carrcctly indicate this mformution rusty Iced to rcjulion of ilmu trent recording. • 'the notary seal impression must be clear and phowgruptdeally reproducible bnpresseon untan no cowca' text or lints. If seal imprecsirm smudges, re -sial tf a 5ufficiCN arca pdmitS, ohlYewss'ise eumplele. a dififii acknowledgment fond. • Signature of The notary public must match the signature on file u'itlw the Office of the comny chalk. ♦r Addinostal information is not ruQulred but CuuM help to ensure thi5 acknowldgrhwcnt is not 10150rstd or attached to a. different dnemnent. Indicate thfe for type ofarAched document, aunither of pages and dim, 4, Indicate the calzmiry clainmd by the sipper. If the ciximed capacity is a corporate officm, indicate flit tille(i.e. CEL). CFO, Swretary). • Securdvetuxh this document w the signed document CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Sept. 4, 2012 beforeme, Barbara A. Myers, Notary Public (I Icre insert name and title of the officer') personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the pexson(,R) whose name(** is/�re subscribed to the within instrument and acknowledged to me that he/,4w/Uary executed the same in his/ber/tbeir authorized capacity(}&S), and that by his/tyer/0tefr signature(T) on the instrument the person(s), or the entity upon behalfof which the person(.?) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ISARSARA A. MYERS Cammfsetan s 1930419 R0111ry Public • Cal�®flda WITNESS my hand and official seal. Om C Comm E esAM 1, 201 (Notary Seal) Signamrc ol'Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Bidder's Bond — Jamboree Road ('fills or description of attached document) Improvements — Contract #4071 (fille or description of attached document continued) Number of Pages 1 Document Date 8 / 28 /12 City of Newport Beach (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President ('rills) ❑ Partner(s) ❑ Attorney -in -Pact ❑ Trustee(s) ❑ Other 2008 Version CAVA x12.10.07800-873-9865 wwwNocmyClas'sescom INSTRUCTIONS FOR COMPLETING -I HIS FORM Any ackutmledgmem completed in California must cnnmin rerbugr exactly as appears above in the notary section or a sepurole ackunulerlgnnvu farm roust he properly completed and attached to that dnrumew. The only exception is if a document is to be recorded outside of California. In such instances. any uhernmire ucknmrlerlgrnew verbiage as nen?r be primed on such it clocumem so long as the verbiage does not require the nonny to do smnelhing that is illegal for a notary in California (i.e. certifying the amhuriced capacity of the signer). Please check the clocumew care'ally for proper notarial worcling cud hunch this form tt/ requirmt • State and County information must he the State and Counly %%here the document signer(s)personally appealed hel'ore the notary public for acknowledgment. • Dale of notarization must be the date that the signer(s) personally appeared which most also be the same date the acknowledgment is completed, • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public), • Print the name(s) of lineament signer(s) who personally appear at the time til notarization. • Indicate the correct singular or plural Icons by crossing oil' incorrect limits (ix. kidshchhey- is /ace ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection ordocument recording. • The notary seal impression must be clear and photographically reproducible Impression must not cover test or lines. II'scal impression smudges. re -seal Wit su f icient area pemtils, otherwise complete a dincrent acknowledgment form. • Signature of the notary public must match the signature or file with the onice of the county clerk. Additional information is not required bill could help to ensure this acknowledgment is not misused or attached to a dincrent document_ Indicate title or type cif attached document, number ol'pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is it corporate officer, indicate the title (i.e. CI:0. CPU, Secretary), • Securely aaach this document to the signed document City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: FVFt/ Ac MASONRY INNOVATIONS, INC. /1 7('/�7 P.O. Box 1624 Wildomar, CA 92595 951-813-9970 PF Lie. #961"330 B& C29 n1ASONRY State License Number: Name: SUPERIOR PAVEMENT MARKINGS 5312 Cypress Street Cypress, CA 90630 714-562-9100 Lie. # 776306 STRIPING State License Number: Name: o�T/ON 31'36] Ad QUALITY FIRS'1'CONCRETE 930 Lawrence Street y�l q1 Phicenlia, CA 92870 Ph 714-632-3000 L.ic. # 646899 C8 State License Number: GMC Engineering, Inc. Bidder M NOa -President Authorized Sig ature/Title Gennady Chizhik City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, have been used in formulating the bid for the subject to the approval of the Engineer and in made in these subcontractors except with pri additional sheets if needed.) certifies that bids frorn the following subcontractors project and that these subcontractors will be used accordance with State law. No changes may be or approval of the City of Newport Beach. (Use Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: 60,61 IMENA VISTA LANDSCAPE 601 Lskeeiew Plneenlia, CA 92370. 714-779-1202 674472 C27 LANDSCAPE IRRIGATION State License Number: Name: 6S, , 6n �j�" 7 A MACADEE ELECTRICAL, 4755 Lanier Road ^ O Chino Hills, CA 91710 LJ 909-627-1336 P Lie. # 583125 HL XTRICAL Slate License Number: Name: Address: Phone: Stale License Number: GMC Engineering, Inc. Bidder 2 rA f President Authorized Signe Gennady Chizhik City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name GMC Engineering,Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Job #F 235-12 Rancho Parkway Street Improvements Project Description From Hermana Circle to Portola Parkwa Approximate Construction Dates: From 3/27/12 To: TBD Agency Name City of Lake Forest Contact Person Angel Fuertes P.E. Telephone P44 461-34 Original Contract Amount $2,90. 9e2ao.Final Contract Amount $_ im If final amount is different from original, please explain (change orders, extra work, etc.) Currently working on project Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A M GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 No. 2 Project Name/Number Job # 233-11 Anahein Canyon Metrolink Project Description Pedestrian Improvements ( Phase 1 ) Approximate Construction Dates: From 9/26/11 To: May, 2012 Agency Name City of Anaheim Contact Person Robert Luciano Telephone (/1 4) 765-5286 Original Contract Amount $2,514,473.s.Final Contract Amount $ 2,900,000.00 If final amount is different from original, please explain (change orders, extra work, etc.) ended Limits of is Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 3 Project Name/Number Job # 232-11 Convention Way (Transit Plaza) Project Description Street Improvement Project Approximate Construction Dates: From 7/1811 1 To: Nov, 2011 Agency Name City of Anaheim Contact Person Robert Luciano Telephone (71 9 765-5286 Original Contract Amount $ 1,988,853.so Final Contract Amount $ 1 , 790 , 000.00 If final amount is different from original, please explain (change orders, extra work, etc.) Original Contract included allowance for additional Improvements not done. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly.explain and indicate outcome of claims. N/A 10 GMC Engineering inc. 1401 Warner Avenue, Suite E No. 4 Mustin, CA 92780 Project Name/Number Job # 230 Main Street widening Project Description and Water Improvements Approximate Construction Dates: From 2/28/11 To: Nov, 2011 Agency Name City of Orange Contact Person Alan Troung Telephone (71 4) 744-5568 Original Contract Amount $2,90i,938-65 Final Contract Amount $ 3 , 071 , 000 .00 If final amount is different from original, please explain (change orders, extra work, etc.) Miscellaneous extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 5 Project Name/Number Job # 221-09 Kraemer Boulevard and La Palma Project Description Avenue Intersection Improvements Approximate Construction Dates: From Agency Name City of 17/09 To: Sept., 2010 Contact Person Robert Luciano Telephone (71 765-5286 Original Contract Amount $1.713,mm-m Final Contract Amount $ 1,876,000.00 If final amount is different from original, please explain (change orders, extra work, etc.) llaneous extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, brieflyexplain and indicate outcome of claims. N/A 11 GMAC Engineering Inc. 1401 Warner Avenue, Suite E Tustin, CA 92780 No. 6 Project Name/Number. Job # 219-09 Traffic Signal Upgreades Project Description Chino Avenue at Pipeline Approximate Construction Dates: From 7/15/09 To: Sept, 2009 Agency Name City of Chino Naghmen Imani (909) 464-8367 Contact Person Pete Reinheimer Telephone P09) 464-8305 Original Contract Amount $ 164,164.00 Final Contract Amount $ 166,000.00 If final amount is different from original, please explain (change orders, extra work, etc.) Miscellaneous extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. �, . GMC Engineering, Inc. - President Bidder Authorized Sign ture/Title Gennady Chizhik 12 cmc AINMIGIc, GENERAL ENGINEERING CONTRACTOR tic. No. 739091 A, B Re: JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD CONTRACT NO. 4071 - CITY OF NEWPORT BEACH CONSTRUCTION MANAGEMENT TEAM MAYBE ASSIGNED FOR THE ABOVE REFERENCED PROJECT' Gennady Chirhik — President, Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Project Manager, Estimator, Field Engineer Oversees all aspects of GMC Engineering, Inc. James Williams — Superintendent Involved in Construction since 1998 Served as: Laborer, Operator Performed work in Grading, Concrete, AC Underground Utilities, etc. Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising. J. N/IHIacl 1,aVoic — Fstimator, Project Manager / Engineer Involved in Construction since 1990 Served as: Laborer, Ficid Engineer, Estimator, Project Manager. Currently serving as: Estimator, Project Manager, Field Engineer Michael Irvin - Superintendent Involved in Construction since 1979 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising. 1401 Warner Avenue, Suite B, Tustin, California 92780 0 (714) 247-1040 • Fax (714) 247-1041 GENERAL ENGINEERING CONTRACTOR Uc. No. 739091 A, B CONTRACTORS PROPOSAL REFERENCE LIST OWNER City of Newport Beach ADDRESS 3300 Newport Blvd., Newport Beach, CA 92663 OUR JOB# 217-08 CONTACT Iris Lee I Marcus Puglisi PHONE (949) 644-3323! (949) 795-6942 DESCRIPTION & CONTRACT Pelican Hill Road North and Newport Coast Drive Southbound AMOUNT Right Turn Improvements $ 318,318.00 Our Job # 211-07 CONTACT Andy Tran P.E. ! Marcus Puglisi PHONE (949) 644-3315 / (949) 795-6942 DESCRIPTION & CONTRACT AMOUNT Superior Avenue Median Improvements $ 634.118.50 Our Job # 179-04 CONTACT Robert Stein P.E. / Marcus Puglisi PHONE (949) 644-3322 / 949-795-6942 DESCRIPTION & CONTRACT AMOUNT Newport Blvd. / Balboa Blvd. Merger (Mixmaster) $ 273,625.75 OWNER City of Orange ADDRESS 300 E. Chapman Avenue Our Job # 230-11 CONTACT Alan Truong, PHONE 714-744-5568 DESCRIPTION &CONTRACT AMOUNT Main Street Widening and Water Improvements $ 3,200,000.00 OWNER City of Paramount ADDRESS 16400 Colorado Avenue, Paramount, CA 90723 OUR JOB# 167-03 CONTACT Robert French — Willdan & Associates PHONE (562) 714-5599 DESCRIPTION & CONTRACT Street, Traffic & Landscape Impts on Paramount Blvd. & Harrison AMOUNT Streets $ 867,957 00 OWNER City of Riverside ADDRESS 3900 Main Street Riverside, CA 92522 OUR JOB# 176-04 CONTACT Juan Rojas PHONE (951) 826-5236 DESCRIPTION & CONTRACT AMOUNT Van Buren Blvd. Median Improvements $ 740.000.15 OUR JOB# 174-04 CONTACT Juan Rojas PHONE (951) 826-5236 $ 330,076.68 DESCRIPTION & CONTRACT AMOUNT Central Ave to Chicago, Alleys, Fairmount from Strong to 60 Fwy 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 o Fax (714) 247-1041 siGINSERINGle, GENERAL ENGINEERING CONTRACTOR Jc. No. 739091 A, B CONTRACTORS PROPOSAL REFERENCE LIST ADDRESS 200 E. Anaheim Anaheim, CA 92807 OUR JOB# 233-11 CONTACT Robert Luciano PHONE 714-765-5286 DESCRIPTION & CONTRACT AMOUNT Anaheim Canyon Metrolink Pedestrian Improvements (Ph 1) $ 2,514,473.1.5 Our Job # 232-11 CONTACT Robert Luciano PHONE 714-765-5286 DESCRIPTION & CONTRACT AMOUNT Convention Way ('Transit Plaza") Street Improvement Project $ 1,988,853 50 OUR JOB# 221-09 CONTACT Robert Luciano PHONE 714-765-5286 DESCRIPTION & CONTRACT AMOUNT Kraemer Blvd, and LaPalma Ave. Intersection Improvements $ 1,713,000.00 OUR JOB# 209-07 CONTACT Robert Luciano PHONE 714-765-5286 DESCRIPTION & CONTRACT AMOUNT Harbor Blvd. Roadway and Parkway Improvements $ 331,785.56 OUR JOB# 206-06 CONTACT Robert Luciano PHONE 714-765-5286 DESCRIPTION & CONTRACT AMOUNT State College Median & Landscape Improvements $ 1,587,843.50 OUR JOB# 204-06 CONTACT Dan DeBassio PHONE 714-765-6845 DESCRIPTION & CONTRACT AMOUNT Lincoln Ave. / Sunkist St. Intersection Improvements $ 42-1 ,003.00 OUR JOB# 203-06 CONTACT Dan DeBassio '.PHONE 714-765-6845 DESCRIPTION & CONTRACT TAMOUNT Harbor Blvd. / Ball Road Intersection Improvements $ 394,010.00 OUR JOB# 202-06 CONTACT Dan DeBassio PHONE 714-765-6845 DESCRIPTION & CONTRACT (AMOUNT Lincoln Avenue Street Improvements $ 1,678,026.00 1401 Warner Avenue, Suite B, Tustin, California 92780 o (714) 247-1040 c Fax (714) 247-1041 GENERAL ENGINEERING CONTRACTOR Lia. No. 739091 A. B CONTRACTORS PROPOSAL REFERENCE LIST OWNER City of Brea ADDRESS One Civic Center Circle, Brea, CA 92621 OUR JOB# 189-05 CONTACT Raul Lising PE PHONE (714) 671-4450 DESCRIPTION & CONTRACT AMOUNT Lambert & Kraemer Intersection Improvemetns $ 287,506.00 OUR JOB# 173-03 CONTACT Raul Lising PE PHONE (714) 671-4450 DESCRIPTION & CONTRACT State College Blvd./Lambert Rd Intersection Impts. & Brea Blvd. / AMOUNT Central Ave Intersection Impts. $ 1,220,294.48 OWNER City of Chino ADDRESS 13220 Central Avenue, Chnio CA 91710 OUR JOB# 219-09 CONTACT Naghmen Imani PHONE (909) 464-8367 DESCRIPTION & CONTRACT AMOUNT Traffic Signal Upgrades- Chino Ave. at Pipeline Ave. $ 164,164 00 OUR JOB# 165-03 CONTACT Naghmen Imani / Pete Reinheimer PHONE (909) 464-8367/ 909-464-8305 DESCRIPTION & CONTRACT AMOUNT Mountain Ave Water Main $ 338,020.04. OWNER City of Colton ADDRESS 650 N. La Cadena Drive Colton, CA 92324-2897 OUR JOB# 172-03 CONTACT Victor Ortiz PHONE (909) 370-5065 DESCRIPTION & CONTRACT AMOUNT Valley Blvd. Median Improvements $ 351,437.60 OUR JOB# 157-02 CONTACT Amer Jakher, PE PHONE (909) 370-5067 DESCRIPTION & CONTRACT AMOUNT Santa Ana River Project Area - Washington Street Medians $ 617,569.71 OWNER City of Costa Mesa ADDRESS 77 Fair Drive, Costa Mesa, CA OUR JOB# 175-04 CONTACT Tom Banks PHONE (714) 754-5029 DESCRIPTION & CONTRACT Bike Trial @ OC Fairgroungs - Newport Blvd. South, Fair to AMOUNT Arlington $ 193,026.47 1401 Warner Avenue, Suite B, Tustin, California 92780 m (714) 247-1040 • Fax (714) 247-1041 GENERAL ENGINEERING CONTRACTOR Lia No. 739091 A, B OWNER City of Cypress ADDRESS 5275 Orange Ave, Cypress CA 90603 OUR JOB# 164-02 CONTACT Kamran Dadbeh PE PHONE (714) 229-6756 DESCRIPTION & CONTRACT Paramount Blvd. $ 394,771.00 AMOUNT Ball Road Parkway Improvements $ 290,325.37 ADDRESS 11111 Brookshire Ave Downey, CA 90241-7016 OUR JOB# 205-06 CONTACT Jim Bautista PHONE (562) 904-7117 DESCRIPTION & CONTRACT Dave Verone AMOUNT Paramount Blvd. $ 394,771.00 OUR JOB# 162-02 &162A-02 CONTACT Anthony La PHONE (562) 904-7118 DESCRIPTION &CONTRACT AMOUNT Paramount Gateway Streetscape $ 1,132.265.62 ADDRESS 2000 Main Street Huntington Beach, CA OUR JOB# 218-08 CONTACT Dave Verone PHONE 714-375-8471 DESCRIPTION & CONTRACT Safe Routes to School - Cycle IV ;n the vicinity of Mesa AMOUNT View Middle School $ 170,000.00 OUR JOB# 215-08 CONTACT Eric Charlonne PHONE (714) 536-5430 DESCRIPTION & CONTRACT AMOUNT Magnolia Street Sidewalk Improvements $ 437,000.00 OUR JOB# 212-08 CONTACT Eric Charlonne PHONE (714) 536-5430 DESCRIPTION & CONTRACT AMOUNT Safe Routes to School, Cycle V - Sowers School $ 274,688.00 OUR JOB# 195-05 CONTACT Eric Charlonne PHONE (714) 536-5430 DESCRIPTION & CONTRACT AMOUNT Underhill Lane Improvements $ 577.577.50 OUR JOB# 190.05 CONTACT Eric Charlonne PHONE (714) 536-5430 DESCRIPTION & CONTRACT AMOUNT Adams & Brookhurst Intersection Improvements $ 434,974.00 1401 Warner Avenue, Suite B, Tustin, California 92780 e (714) 247-1040 o Fax (714) 247-1041 GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B CONTRACTORS PROPOSAL REFERENCE LIST OWNER City of Irvine ADDRESS One Civic Center Plaza Irvine, CA 92623-9575 OUR JOB# 210-07 CONTACT Louie Martinez PHONE (949) 724-7343 DESCRIPTION & CONTRACT AMOUNT Michelson Drive Improvements (From Royce to University Dr.) $ 497,710,50 OUR JOB# 168-03 CONTACT Steve 011o PHONE (949) 724-7562 DESCRIPTION & CONTRACT - AMOUNT Harvard Blvd. Bike Trail $ 329;030.31 OWNER City of Laguna Hills ADDRESS 24035 EI Toro Road, Laguna Hills, CA 92653 OUR JOB# 196-05 CONTACT Kenneth Rosenfield PE PHONE 949-707-2655 DESCRIPTION & CONTRACT AMOUNT Intersect Wide/Pvmt Resurf& Median Impts Molton Pkwy $ 1,064,003.60 OWNER City of La Mirada ADDRESS 15515 Phoebe Ave La Mirada, CA 90638 OUR JOB# 155-02 CONTACT Gary Sanui PHONE (714) 522-6821 DESCRIPTION & CONTRACT Rosecrans Pavement & Median Reconstruction Valley View to AMOUNT Biola $ 564,000.00 OWNER City of La Palma ADDRESS 7822 Walker Street, La Palma, CA 90623-1771 OUR JOB# 216-08 CONTACT Ismile H. Noorbaksh P.E. / Larry Baldwin PHONE 714-690-3310 ./ 714-292-2574 DESCRIPTION & CONTRACT Median Improvements for La Palma Avenue from Denni St. to AMOUNT 240 Feet West of Moody St. $ 380,380.65 OWNER City of Mission Viejo ADDRESS 200 Civic Center, Mission Viejo, CA. 92691 Our Job # 171-03 CONTACT Marc Chagnon PHONE (949) 470-3091 DESCRIPTION & CONTRACT Alicia Pkwy / Trabuco Cyn Intersection Traffic Signal Impts & AMOUNT Alicia Pkwy Median Landscaping $ 396,256.58 Our Job # 160-02 CONTACT Marc Changon PHONE (949) 470-3091 DESCRIPTION & CONTRACT AMOUNT Improvement of EI Paseo Roadway & Traffic Signal Impts $ 223,734.33 1401 Warner Avenue, Suite B, Tustin, California 92780 o (714) 247-1040 a Fax (714) 247-1041 L�ii I II � i , rl i.,t � ri Lr ",•����e GENERAL ENGINEERING CONTRACTOR Lie. No. 739091 A, B CONTRACTORS PROPOSAL REFERENCE LIST OWNER City of Torrance ADDRESS 3031 Torrance Blvd., Torrance Ca 90503 Our Job # 166.03 CONTACT Sandy Cohen PHONE (310) 618-2824 DESCRIPTION & CONTRACT Hawthorne Blvd. / Del Amo Blvd, Traffic Signal and Interesection AMOUNT Improvements $ 336,841.11 OWNER City of Upland ADDRESS 1370 N. Benson Ave Upland, CA 91786 OUR JOB# 177-04 CONTACT Alex Qishla PE PHONE (909) 931-4272 DESCRIPTION & CONTRACT AMOUNT Foothill Blvd. Medians $ 110,073.96 OWNER City of Wesminster ADDRESS 8200 Westminster Blvd. OUR JOB# 198-05 CONTACT Jake Ngo PHONE (714) 898-3311 x 217 DESCRIPTION & CONTRACT AMOUNT City Hall North Parking Lot Improvements $ 287,287.00 OUR JOB# 197-05 CONTACT" Jake Ngo PHONE (714) 898-3311 x 217 DESCRIPTION & CONTRACT AMOUNT Westminster Blvd. Median Improvements from Beach to Edwards $ 2,100.000.00 OWNER City of Yorba Linda m ADDRESS 4845 Casa Loma Ave POBox 87014_ Yorba Linda, CA OUR JOB# 207-07 CONTACT Mark. Stowell PHONE (714) 961-7172 DESCRIPTION & CONTRACT AMOUNT Esperanza Road Mitigation Project $ 4,137,990.00 OUR JOB# 169.03 CONTACT Fernando Saldivar PHONE (714) 961-7170 DESCRIPTION & CONTRACT AMOUNT Yorba Linda Blvd. Median Improvements $ 556,270,26 1401 Warner Avenue, Suite B, Tustin, California 92780 9 (714) 247-1040 c Fax (714) 247-1041 City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET [NORTH TO FAIRCHILD ROAD Contract No. 4071 NON -COLLUSION AFFIDAVIT State of California ) ) ss. Countyof Orange ) Gennady Chizhik being first duly sworn, deposes and says that he or she is President of GMC Engineering, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct GMC Engineering, Inc. - President Bidder Authorized Sig ture/Title Gennady Chizhik Subscribed and sworn to (or affirmed) before me on this day of 2012 SEE ATTACHED by proved to me the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the s of the State of California that the foregoing paragraph is true and correct. [S 13 Notary Public My Commission Expires: III, 1 11 '1)�' CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Sept. 4, 2012 beforeme, Barbara A. Myers, Notary Public (Here insert name and title ofthe officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(s) whose name(fr) iSIW-e subscribed to the within instrument and acknowledged to me that he/AiF/tlkeg executed the same in hisQaer/);4ei7 authorized capacity(.iI and that by his/ber/daee signature(.e) on the instrument the person(g), or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. B�BANA A. &MS Cmmmesfon 01980419 14olmr cti. o - CSItPorala WITNESS my hand and official seal. Orongeeaomy M Comm- •a Juo a (Notary Seal) Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Non—Collusion Affidavit ('title or description of anached document) Jamboree Road Improvements ('Title or description of attached document continued) Number of Pages 1 Document Date N/A Contract # 4071 — Newport Beac (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President (title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07800-873-4865 www.NotaryClasses.coal INSTRUCTIONS FOR COMPLETING THIS FORM Any oeknowledgrneni completed in Gol!fortria Hurst canton verbitrge eaactly as appears above e it, the neon, section or a .separate acknouylerlgrrrent faun must be properly completed and attached to that document 7'be only eceepeon is if a document is to be recorded onside of California In such instance.'. any alternative acknowledgment verbiage as may be printed on melt a donunma so long as the verbiage does not require the notary to do something III is llle,¢al fiw a notary in California (i.e. certifj)ing the autmrized capacity of the signer). Please clock the docanreni cm'efrtlly,for proper notarial wording acrd attach this form ifrequired. • State and County information must be the State and County where the (1ocmnenl signers) personally appeared before tlne notary public for aelmo hodgmern • Date of notarization must be the date that the signers) personally appeared which most also be the same dale the acknowledgment is completed. • The notary public must print his or her mune as it appears within his or her commission followed by a comma and then your title (notary public). • Print the Inroads) of document signers) who personally appear at the lime of notarization. •. Indicate the correct singular or plural forms by crossing on' incorrect Bunn (i.e. he/shc/fliI is /are ) or circling the correct forms. Failure to correctly indicate this inf'onnatiim may Iced to rejection ordocument reaxdim, • The notary seal impression must he clear and photographically reproducible. Impression must not cover text or lines. 11 seal impression smudges. re -.seal ifa sufficient arca permits, othemise complete a different acknowledgment form. • Signature or the notary public must mulch the signature on file with the office of the county clerk. Additional information is not required bre could help to ensure this acknowledgment is not misused or attached to a different documen(. Indicate title or type ofatwehed document, number of pages and duce. Indicate (he capacity claimed by the signer. It' the claimed capacity is a corporate officer, indicate the title (i. c. CI -0, CFO, Secretary). • Securely attach this document to the signed document City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4079 DESIGNATION OF SURETIES Bidders name GMC Engineering, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Surety - Western Surety Co. Broker - JRG Surety 1455 Frazee Road. Suite 801 24382 Hilton San Diego, CA 92108 Laguna Niguel, CA 92677 619-682-3512 Jeffrey R. Gryde 949-448-7910 BB&T Insurance Service of California sdorf Drive, Suite 100, Fullerton, CA 92831 Account Executive - Cindy Campbell 714-578-7000 14 City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 Bidders Name GMC Engineering, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2011 2010 2009 2008 2007 Total 2012 No, of contracts 1 3 1 5 6 6 22 Total dollar Amount of $2.905,962. $7,409,265. $1,250,823. $7,793,284 $7,787,573 1,286,554 $37.433.462. Contracts (in Thousands of No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No: of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder GMC Engineering, Inc. Business Address: 1401 warner Av. Ste. B, Tustin, CA 92780 Business Tel. No.: 714-247-1040 State Contractor's License No. and Classification: 739091 A a B Title Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed. by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Sept. 4, 2012 beforeme, Barbara A. Myers, Notary Public , (Isere insert name and title ol-the ollicer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(w) whose namc(e� is/ape' subscribed to the within instrument and acknowledged to me that he/ lie/lbey executed the same in his/bap/their authorized capacity(ies), and that by his/ber/t eii signature(yf) on the instrument the person(,ee), or the entity upon behalf of which the person(o acted; executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WJWMA R RAPERS WITNESS my hand and official seal. Signature or Nolary Public ADDITIONAL OPTIONAL INFORMATION CortrtNsslon B 98®0419 P3attxy R'upOs • CeliPornl1 Orange Courcy oma• E Jun 9 A9 (NotarySeal) DESCRIPTION OF THE A"I'fACHED DOCUMENT Safety_ Record — Jamboree Road (-rule or description of attached document) Improvements Contract #4071 ('fine or description of attached document continued) Number of Pages 2 Document Date 9/4/12 City of Newport Beach (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) )_ZI Corporate Officer President & Secretary ❑ Partncr(s) ❑ Attorney -in -Fact ElTrustee(s) ❑ Other 2008 Version CAPA v 12.10.07 800-873-9865 wwwNmma yClasses.com 'I INSTRUCTIONS FOR COMPLF ANG HIS FORM Any acknmelerlgrnew c'ompleied in California must contain verbiage exactly as' appears above in the rotor), section or a separate ackrnnvlerlgmeni fi, rn ..nisi be properly completed and attached to dot docurnem. The only exception is ifn document is to be recorded outside of California. hi such instances, ono ahenuin'e acknowledgment rerbioge as may be printed an such a document so long as the verbiage does trot require the notary to do something that is illegal fir a notar), in California (i.e. certifying the autborlxd capochy of the signer). Please check the rlocnma... carefully for proper nolalal wording and onach ibis final (required. • Slate and County information must be the Slate and County where the document signer(s) personally appeared before the notary public for acknowledgment • Date of timarrration must be the date that the signer(s) personally appeared which must also be the same date the acknmdedgmenl is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (nomp• public). • Print the name(s) of document signcns) who personally appear al the lime of notarization. • Indicate the correct singular or plural forms by crossing WIT incorrect lora (i, c. eh hheh,Iwy-, is /ase ) or circling the correct forms. Failure to correctly indicate Otis information may lead to relec6on of document recording. • The notary seal impression must be clear and photographically reproducible Impression must not cover text or lines. If seal impression snmdges, re -seal il'a sufficient area permits, otherwise complete a dillerem acknowledgment firm. • Signature 01"(11C notary Iwblic must match the sigialurc on file with the olfec or the county clerk. Additional information is not required but could help to ensure this acknowledgmern is not misused or attached to a different document mm. Indicate title or type of ached document, number of pages and date.rn Indicate the capacity claimed by the signer_ If the claimed capay is a corporate officer, indicate the mide(i_c. CVO. CFO, Secretary), • Securely much this document to the signed document GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT 13Y PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 4th of January, 2012, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: 13E 1T RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. 1, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adepted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held at Tustin, California, on the 15th day of January, 2011; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal Al Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 0 (714) 247-1040 o Fax (714) 247-1041 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Sept. 4, 2012 before me, Barbara A. Myers, Notary Public (Here insert name and tide of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(s) whose name(rl is/4K subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/be t4er authorized capacity(les), and that by his/ber`lte-h• signature(er) on the instrument the person(e), or the entity upon behalf of which the person(R) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the Slate of California that the foregoing paragraph is true and correct. WITNESS my hand and offici seal. Signature ofNon, ry Puhlic BARS A A. MYERS Cornaftslon if 1880499 L10 Notary Public • CalRtuMa linings County M Comm. = Jun 9 B (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DE'SCRIPT'ION OF THE A'ITACI-IED DOCUMENT Res. Auth. Execution of any cci (Title or description ofattached document) by President Gennady Chizhik (-rule or description of attached document continued) Number of Pages 1 Document Date N/A Contract # 4071 Newport Beach (Additional intbrmation) CAPACITY CLAWED 6Y THE SIGNIER ❑ Individual (s) X Corporate Officer President & Secretary ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07800-373-9565 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING PHIS FORM Any acknoodeelAnrent completed is Cnlf1brrda 1,21,81 Column rerhiage tuned) ns appears above in the norory ,section or it separate ucknorleae... ent 81,-21, muss be properly completed and attached to that dol, rmienl. The only esceplion it f/ u t r a't0tanenl is to be recorded outside of California. in such insranres. nny ahernath e acknowledgntenl verbinge as fray be printed tat .such a document s1, long is rhe verbiage does nor require the notary to do something that is illegal for a nota) in California (i.e. certifying the audmriced caparifir of the signer)- Please check rhe document carefdlyfor proper rmlarial rvardhkq and crunch ifusfornu if required. • State and Count, information must he the Slate and County where (lie document signer(s) personally appeared before (he notary public lin acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same dale the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and (lien your title (notary public) • Print the names) of document signcr(s) who personally appear ul the time of notarization. • Indicate the correct singular or plural nems by crossing on' incorrect forms (i.e Wshe/iliey, is late ) or circling (he correct forms Failure to correctly indicate Ihrs information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must no cover lest or lines. II'scal impression smudges, re -seal da sufficient arca permits, otherwise complete a differcm acknowledgment Rum_ • Signature of the notary public must match the signature on 151e with the office at' the county clerk. Additional information is not required but could help at ensure this acknowledgment is not misused or attached to a dilleren( document, Indicate tide or type of attached document, numiwr m' pages and date. Oe Indicate the capacity claimed by the signer. If the clainied capacity is a corporate officer, indicate the title (i.e.. CEO, CFO, Secretary). • Securely attach this document to the signed documcn( City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 ACKNOWLEDGEMENT OF ADDENDA Bidders name GMC Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature IN City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of Corporation: GMC Engineering, Inc. Business Address: 1401 Warner Avenue, Suite B, Tustin, CA 92780 Telephone and Fax Number: 714-247-1040 714-247-1041 California State Contractor's License No. and Class: 739091 A & B (REQUIRED AT TIME OF AWARD) Original Date Issued: 8/11/97 Expiration Date: 8/31/13 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Gennady Chizhik - President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Gennady Chizhik - Pres. 1401 Warner Avenue, Suite B 714-247-1040 Tustin. CA 9.2780 Corporation organized under the laws of the State of WE California GMC Engineering Inc. 1401 Water Avenue, Suite B Tustin, CA 02700 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For alt arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; lic Works 333 West Santa Arta Blvd., Suite 407 Briefly summarize the parties' claims and defenses; GMC Claimed OCPW breached its contract by failing to make the project available for GMC to commence its work. OCPW claimed that it did not breach the contract and GMC could have on portions of project . The parties settled at mediation. Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?x/01 19 Are any claims or actions unresolved or outstanding? Yes /& If yes to any of the above, explain. (Attach additional sheets, if necessary) fVyiG1 Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. GMC Engineering, Inc.. Bidder Gennady Chizhik — President (Print name of Owner or President of Corporation/Co. mpany) �QQ� Authorized Signature/Titl President Title September 4, 2012 Date On before me, Notary Public, personaLly appeared who proved to met he basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed e within instrument and acknowledged to me that he/she/they executed the same in his/ eir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the pers or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �/ SEF. ATTACHED Notary Public in Expires: State 20 (SEAL) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Sept. 4, 2012 before ine, Barbara A. Myers, Notary Public (Isere insert nameand tide ofthc officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person( whose name(fr) i aPC-Subscribed to the within instrument and acknowledged to me that he/she/dkey- executed the same in authorized capacity(*), and that by his/1wr/then' signature(a) on the instrument the person((). or the entity upon behalf of which the person(a) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA A� Cwnngoeton # 1980619 Notary Public - Cdltomla WITNESS my hand and official seal. Orange C" l o�yr� 611111; Cemm. El Tree Jen1,409 (Notary Seal) Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF IT117 ATTACHED DOCUMENT Bidder's Info. — Jamboree Road (Title or description of attached document) Improvements Contract #4071 (Title or description of attached document continued) Number of Pages 3 Document Date 9/4/12 City of Newport Beach (Additional information) CAPACITY CLAIMED BY'I HC SIGNER ❑ Individual (s) K_ Corporate Officer President ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.Nwma yClasses.com INSTRUCTIONS FOR COMPLETIN tIG THIS FORM Any ackmmrledgment completer! in California nuisi common verbiage eraeth. ac appears above in the notary section or a separate acknmrleekniew fin -fn nrusr be properly completed and attached to that (lonorrew. The ordy exception is if a document ism he recorded o aside of California. In .tach instances. art)' allernmire acknowledgnrenl verbiage as nary be printed on such o dowrmem so long as fire verbiage does nor require the notary m do smnethiar that is ith-gal Jnr a rnum)r ire California (i.e. certifying the authorized capacity of the signer). Please check the .-..mien nrrefidly for proper motorial warding mrd nrrnch aus form J7e,frah .. • State and County information must he the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing on' incorrect Amos (i, C. he/she/drey- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must he clear and photographically reproducible Impressionmust not cover text or lines. If scat impression smudges. rc-seal if a sufficient area permits, other ise complete a dificrem acknowledgment forst. • Sienature of the notary public most match the signature on file with the (ill -ice of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a dilicreni document. Indicate title or type of attached document, number c pages and date. Indicate the capacity claimed by the signer. If" the claimed capacity is if corporate officer, indicate the Title (i.e. C H0. CPO. Scerclary). • Securely allach this document to thesigned document City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: ® CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS ® LABOR AND MATERIALS PAYMENT BOND C FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 City of Newport Beach Contract No. 4071 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this _ day of 2012, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City("City") and GMC ENGINEERING, INC., a California corporation ("Contractor'), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of mobilization; traffic control; construction notifications; survey services; asphalt concrete pavement removal and pavement excavation; concrete curb and sidewalk removal; retaining wall and monument sign removal; cold milling; asphalt concrete pavement improvements; curb and gutter and median curb improvements; sidewalk, median hardscape and access ramp improvements; retaining wall improvements; storm drain improvements; sewer force main improvements; landscape and irrigation; signing and striping, traffic signal improvements and all other incidental items of work necessary to complete the work in place. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractors careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4071, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 22 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Million, Four Hundred Eighty -Nine Thousand, Nine Hundred Seven and 50/100 Dollars ($1,489,907.50). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to Citv. addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Andy Tran (949) 644- 3315 CONTRACTOR GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 714-247-1040 714-247-1041 Fax F. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Coverage and Limit Requirements. a. Workers' Compensation. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and employer's liability insurance with limits of at least one million dollars ($1,000,000) each type for Contractor's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, 23 Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the required certificate of insurance, a copy of such waiver of subrogation endorsement. b. General Liability. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) General Aggregate and two million dollars ($2,000,000) Products and Completed Operations Aggregate for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. Coverage shall be at least as broad as that provided by Insurance Services Office form CG 00 01. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing. C. Automobile Liability. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. d. Builders Risk. For Contracts with Construction/Builders Risk property exposures, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special form causes of loss with limits equal to one hundred percent (100%) of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. 2. Other Insurance Provisions. a. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and an additional insured endorsement for general liability. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current evidence of insurance shall be kept on file with City at all times during the term of this contract. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bond documentation. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 24 b. General liability insurance provisions. Primary and excess or umbrella liability policies are to contain, or be endorsed to contain, the following provisions: i. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. Contractor shall submit to City a copy of the additional insured endorsement along with the required certificates of insurance. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self-insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. Notice of Cancellation. Contractor agrees to oblige its insurance broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage except for builder's risk insurance. The builder's risk policy will contain or be endorsed to contain a provision providing for 30 days written notice to City of cancellation or nonrenewal, except for nonpayment for which ten (10) days notice is required. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with the contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. 25 f. Timely Notice of Claims. Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. g. Waiver. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. h. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. i. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. j. City's Remedies. City shall have the right to order the Contractor to stop Work under this Contract and/or withhold any payment(s) that become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. In the alternative, City may purchase the required coverage and charge Contractor the cost of the premiums or deduct the cost from Contractor's payments. k. Coverage not Limited. All insurance coverage and limits provided by contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the city or its operations limits the application of such insurance coverage. I. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any services under this or any other contract or Contract with the City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 41 G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by the Contractor. 3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties') from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any work performed or services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to 27 be performed, and has correlated all relevant observations with the requirements of the Contract Documents. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM OFFICE OF THE CITY ATTORNEY Date: (0 AarV C. Harp City Attorney m `� ATTEST: Date: �' �0-)'- Leilani I. Brown City Clerk CITY OF NEWPORT BEACH A California Municipal Corporation and City and Charter Ci y Date: O � Z By. Y -> Na cy Gardn Mayor GMC ENGINEERING, INC. a California Corporation By: (Corporate icer) Title: President Print Name: Gennady Chizhik Date: 47—/4fOW12- . B �#-Aav4k' Y (Financial Officery Title: Secretary Print Name: GennaddyChizzhik Date: =` `�/ fio! CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Ora On Sept. 1 9 , 2 01 2 before me, personally appeared Genna Barbara A. Myers, Notary Public (I Icre insert name and title ol'the officer) Chizhik who proved to me on the basis of satisfactory evidence to be the person(w) whose name(z) iS/ subscribed to the within instrument and acknowledged to me that he/fie/tJaey executed the same in his/Jaer/tin^authorized capacityUtsj, and that by his/}ger/tbjjlrsignature(s) on the instrument the person(o, or the entity upon behalf of which the personO acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Commission N 1980419 Notary Public - CaNlarMa Orange County A Comm EW (Notary Seal) WITNESS my hand and official seal. at L�f Signature o Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Jamboree Road Improvements ("Title or description of attached document) Contract No. 4071 (Title or description of attached document continued) Number of Pages 7 Document Date City of Newport Beach (Additional information) CAPACITY CLAIMED BY THE SIGNER El Individual (s) Corporate Officer President/Secretary (Title) ElPartner(s) ElAttorney- in-Fact 1-1 Trustee(s) El Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain rerbiage esactlt as appears above in the notary section ora separate acknowledgment form must be properly completed and attached to that document. The only cxception is it a docuntent is to be recorded outside of California. /n such instances, cnry ahernatire acknowledgment rerbiage as stay be printed on such a document so long as the verbiage does not requh-e the notary to do something that is illegal for a nolcn•r in California (i.e. certifj,ing the audtorized capacity of the signer). Please check the document carefully for proper notarial hording and attach this form if required. • State and County information must be the State and County where the doe Llmenl signer(s) personally appeared before the notary public Ibr acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which most also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the lime of notarization. • indicate the correct singular or plural forms by crossing off incorrect forms (i.e. lie/she/fliey- is /are ) or circling the correct forms. Failure to correcll.\ indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover teat or lines. If seal impression smudges, re -seal if a sulficienl area permits, otherwise complete a different acknowledgment 1`61111.• Signature of the notary public nwst match the signature on file with the office of the county clerk. Additional information is not required Kit could help to ensure this acknowledgment is not misused or attached to a dil'lcrew document. Indicate title or type oi'attached doeument, number of pages and date. Indicate the capacity claimed by the signer. II'the claimed capacit, is a corporate officer. indicate the title (i.e. C'1:0, C'P0, Secretary). • Securely attach this doellml'nt to the signed document Bond No. 58699630 Premium: $12,052.00 City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 BOND NO. 58699630 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 12,052.00 being at the rate of $ 8.089 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GMC Engineering, Inc., hereinafter designated as the "Principal", a contract for construction of JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD, Contract No. 4071 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4071 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Western Surety Company 'duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Four Hundred Eighty -Nine Thousand, Nine Hundred Seven and 501100 Dollars ($1,489,907.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 29 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of September . 2012. Gennady Chizhik - President XM _ GMC Engineering, Inc. (Principal) Authorized SignatureTtl Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3512 Telephone NOTARY ACKNOWLEDGMENTS OF ATTACHED T Adthorized Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title Kif AND SURETY MUST BE Western Surety Company PONVER OF ATTORNEY APPOLNUNG 1`i IVIVIIDUAL ATTORINEY-LIT-FACT Know All Men By These Presents, Thal WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Glyde, Individually of Laguna Niguel, CA, its We and lawfi l Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,undertakingsand otter obligatory instruments of simitarnature - In Unlimited Amounts - acrd to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made mid executed pursuant to and by authority of Ure By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In witness Whereur, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 17th day of June, 2009. •d`M1F)} WESTERN SURETY COMPANY s oro 9 p�i"an_: t;y-6,N AV �4.. Paul . Bmlm, Senior Vice President State of South Dakota 1 j ss County of Minnehaha On this 17th day of June, 2009, before me personally cane Paul T. Bmlat, to me known, who, being by me duly sworn, did depose and say: tial. he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said insWrnent is such corporate seal: that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuma to like authority, and acknowledges same to be the act and deed of said corporation My commission expires 1494444444Mtti\\444444444 8 D. KRELL November 30, 2012 SEAL NOTARY PUBLIC RSOUTH DAKOTA tP ♦4h444444M14h4bF44bA44444 � D. Krell, rNo ryll Public CERTIFICATE L L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of ARorrrey hereinabove set forth is still in force, and further certify that the By -Law of the corporation primed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 18th _ day of September 2012 ,,uaEr} WESTERN SURETY COMPANY ;i SEpy r B A r.M / L. Nelson, Assistant Secretary Forth P4280-09-06 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On September 18, 2012 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. ZEIS COMM. #1974059 z rc rD Notary Public California n Z Orange County My Comm. Expires Apr. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title of description of attached document) fride or desertrAhm ofineubcd document continued) Number of Pages_ Document Date (Additinnol infurmmion) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) O Corporate Officer (Ti let ❑ Partner(s) 29 Anomey-in-Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Anv acknowledgment completed in Cohitb nix musr mntain verbiage exactly as appears above in the untaly section ar o .separate actno+rledgment form must be propmiv completed and attached to that document. The only esrepriou is if a document it to be recorded otttslde o/'Cafifonria. In such instances. ans, ahernative acknowtedgment verbiage as may be printed on such a docttmear so long as the verbiage does not require the win" to do something that Is lllrgiri for a notary in California, rte- crrtifying the audiorized capacity of the signer). Please check the document c rrrefrdly for popes notaries) wading a;3d attach this /atm if required. • State and County infamretion must be the. Slate and County where the document signe(s) personally appeared before the notary public foracknowledpmeIv. • Date of natarirelion must he the hate that the signers) pessnmlly appeared which muss also lie the same date the acknowlodgmemr is completed. • The notary public must print his or her name as it appears within his or her commission fal ltwcd by a comma and then yromr ritle(mutry public) • Print dee names) of document signers) who pasamthy appear nl the time of r Mnaalion. • Indieatu the correct smguinr or plural fomss by cnlssing off iuwncci forms (i.e. hdshdshyr is )aro I or circling do conga fimtu. Failure to correctly indican this information nuy lead 10'ejection of ducmtrcit recording. • The notary seal impression must he clear and photographically repradmcible. Impression imus net cove, test v, lines. If seal impression smudges, �l if a sufficient area pemrits, odrerwise complete a different acknowledgment tone. • Signature of the notary public must match the signature on File with the nlTme of the coons• clerk. 4 Addittorsal information is not requited but Could help to ensure this acknowlcdgmem is nor misused or attached to a different docuutcnt. c.. Indicate title or type of attached document, number of pages and dare. 0 Indicate the capacity claimed by the sipper. If the claimed capacity is a corporate officer, indicate the tale (i.e. CEO. CFO. Secretary). • Securely attach this document to the signed documemt CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California Countv of Orange On Sept. 19, 2012 before me, Barbara A. Myers, Notary Public (Here insert name and til le of the officer) personally appeared izhik who proved tome on the basis of satisfactory evidence to be the person(K) whose namek) is/are subscribed to the within instrument and acknowledged to me that he/She/Ux-y executed the same in his/krlliatr authorized capacityU4, and that by his/Dyer/tki-r signature(e) on the instrument the person(,T), or the entity upon behalf of' which the person( acted,, executed the instrument. I certify under PENAL'T'Y OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ® 8 C9INfRxB16fl � 10/4® WITNESS my hand and official seal. N omp C min - ft Zi c Signature ol'Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE Al"PACHI:D DOCUMENT Jamboree Road Improvements (Tide or description of attached document) Faithful Performance Bond (ode or description of attached document continued) Number of Pages 2 Document Date 9/18 /12 Contract No. 4071 — Newport Be (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President (Title) ❑ Partner(s) ❑ Atiomey-in-Fact ❑ Trustee(s) ❑ Other 2008 version CAPA v 12.10.07 800-873-9865 www.NotaryClasses.com ch INSTRUCTIONS FOR COMPLETING THIS FORM Any ack n n-lerlgniew completed in Califon da mast contain rerb(age eracdp nes appears above in the noury section ar a separate ncknnmled;--meat fnrrn rm<st he properly completed and attached on thar docuarem. The only eiceptipn is (f a deer... env is to be recorded outside of California lot such instances. any alternative acknowledgment verbiage as nmy be primed no; such a docmnern .so long as the verbiage does Poor require the rotary to do something drat is illegalfur a noway in California (i.e. certifying rhe ambm'ieed capacity of rhe signer). please check the document carefdly for proper rtotoriol wording awl attach this frmrn if required. • Stale and County information must he the stale and Coung' where the document signer(s) personally appeared before the notaay puhl is far acknowledgment. • Dale of notarization must be the date that the signcr(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public)_ • Print the name(s) of document signer(s) who personally appear at the time of notarisation. • Indicate the correct singular or plural foots by crossing off incorrect forms (i.e. haishehkey- is lace ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording, • The notary seal impression nwsl be clear and photographically reproducible Impression must not cover teal or lines. If seal impression sinudges, le,,eal if a sufficient arca permits, otherwise complete a dificrcnl acknowledgment krint • Signature of the notary public must match dte signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached in a difibrcm document. Indicate title or type of attached document. number ofpages and date. Indicate the capacity claimed by the signer It' [lie claimed capacity is a corporate officer, indicate the title (i e, CEO. CFO, Secretary) • Securely attach this document to the signed document Bond No. 58699630 Premium: Included City of Newport Beach JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD Contract No. 4071 BOND NO. 58699630 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GMC Engineering, Inc., hereinafter designated as the "Principal; a contract for construction of JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH' TO FAIRCHILD ROAD, Contract No. 4071 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or Is about to execute Contract No. 4071 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of One Million, Four Hundred Eighty -Nine Thousand, Nine Hundred Seven and 501100 Dollars ($1,489,907.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect Its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 18th day of September . 2012. Gennady Chizhik — President ?A�twm_ GMC Engineering, Inc. (Principal) Authorized Signat errale Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3512 Telephone :� 4L/- /- Authori ed gent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 Western Surety Company PONV-ER OF ATTORNEY APPOLNTICNG INDIVIDUAL ATTORNEY -W -FACT Know M1 Men By These Presents, That WESTERN SURETY COMPAITY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and Slate of South Dakota. and that it does by virtue of the signature andseal herein affixed hereby make, constitute and appoint Jeffrey R Glyde, Individually of Laguna Niguel, CA, its true and lawful Attorney(s)-id-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Un1nnited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corpomUon and all the acts of said Atto ney,.pursuant to lie authority hereby given, are hereby ratified and confirmed. This Power of Atlonrey is made and executed pursuant to and by authority of Ute By -Law printed on the reverse hereof, duty adopted, as indicated, by the shareholders or the corporation. In 1Vitness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 17th day of June. 2009. air�ro WESTERN SURETY COMPANY ..+' Paul ' . BruBat, Senior Vice President Slate of South Dakota 1 County of Minnehaha J On this 17th day of June. 2009, before me personally came Paul T. Bruflat, to me known. who, being by me duly sworn, did depose and say that he resides in the City of Sioux Falls, State of South Dakota; that In is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above insimmera; that he knows the seat of said corporation; that the seal affixed to the said ire tmment is such corporate seal; that it was so affixed pursuant to anthorhy given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ....9^+++++++++•++^'°+++• a D. KRELL November 30, 2012r ^ OTABY PUBLIC i s AL SOUTH DAKOTA SEAL i D. Krell. No iry Public CERTIFICATE 1. L. Nelson. Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Parer of Allomey hereirmbove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and a0ixcd the seal of the said corporation Ibis 18th _ day of September. 2012 c`1os; WESTERN SURETY COMPANY Z!60 ,NO '2�t\ / �-- L. Nelson, Assistant Secretary Form F4280 -n3-03 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On September 18, 2012 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _ P.2EIS COMM. #1974059 z z m Nolary Public -California o z . Orange County My Comm. Expires Apr. 29. 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description nfauaohed do umcm) ('rith: or description of amcbed docmnent eontdued) NumbcrorPagci DocumcmDatc (Additional inf carotis) CAPACITY CLAIMED BY THE Sf0NER ❑ Individual (s) ❑ Corporate Officer ITule) ❑ Partner(s) M Anomey-in-Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Anv uclurowlMgn+ern completed in Cofiromta mwl contain verbiage exactly or appears above in the notary recrian or a .teparete oeknan•ledgment form must be properly wmpleted and attached to that document. The only exception is tf a document is to be recorded ouulde of Caf+forrdd. In such uurances, anv alternative acknowledgment verbiage as may be printed on such a dontment ra long as the verblage does not require the rmmn, to do something that 4 illegnf for a nomry in California (i.e. cr df3ang the audronzed capacity of the signer). Pleare check the document carefidly for proper naurial wording and onach this form if required. • Slate and County mfamntion must be the Sime and County where the documem signes(s) pct onaliy appeared before thnnatny public for acknowledgment • Date of namrimimn must be the dare that the signer(z) personally appeared which must 3150 he the same dare the acknowledgment is completed. • The notary public must print his or her name as it appear_ within his or her commission followed by a comma and then your tide (rotary public). • Print the mime(s) of document 5igner(s) who petsanatly appoar a1 the time of notarizatien. • Indicate the correct suillAor or plum) (orals by crossing off inwrr«t ferns (i.e. Wahe 4hoyr 4 Jere ) or circhng the eurteel femur. Failure 10 cormcdy imdicale this information nay lead to rejeclims ofdosumc l recording. • 'rhe notary seal impression must be c4ar atxl phutugrapldcalh• reproducible. bnpression trust an cover text or linea. If seoh impression smnlgs, Pr l If a sufficient arca permits, olhowise complete a different acknmwledgmem form. • Signature of the notary public must match the signature on file with the office of the county clerk. 10 Additional informatttan is not rEgurred but Cuuid help to ertsute this acknowledgment is not misused ut attached to a dtlfutm document. • Indicate rule or type ofallaChed document, number ofpaget and date. v Indicate the capacity claimed by the signer If the claimed capacity is a conpomle otTtcer, indicate the Isle fGe. CE0. CFO. Secretary). • Securely amach This document to the signed document CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of' California County of Or On Sept. 19, 2012 before me, Barbara A. Myers, Notary Public (there insert name and tide of (he officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the persona whose name(g) iS/PM subscribed to the within instrument anis acknowledged to me that he/4k/tbeq executed the same in hisj;i, t/tpeiT authorized capacity(jes), and that by his/J;ier/tJ6eiT signature(,a) on the instrument the person(#), or the entity upon behalf of which the person(,) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 811AR1111AIARIA Ai Cormmis 10 99 WITNESS my hand and officia eal. LID NOtaryPubHc•CglttomPn Oram Ctttgtlq Signature of Notary Public (Notary Scut) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION 017 ']'HE ATTACHED DOCUMENT Jamboree Road Improvements ('title or description of attached document) Labor & Materials Payment Bond ('Palle or description ofat(ached document continued) Number of Pages 2 Document Dale 9/18/12 Contract # 4071 — Newport Beach (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President ('Title) ❑ Panner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12. 10.07 800-873-9865 www. NolaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed m cohlbrmu must contain lei'birge erectly .ens appears above in die notary section or a separate ackmmlcoament;fnrmr must be properly completed and anoched to that docunrew. 7'he wily excepthur is if a document ism be recorded outside of Califarni2 br sllch 112,t7mmes. any alternatite acknowledgment verbiage as may be printed on such a document sa hang as the verbiage does nm require the nanny to (lo something drzn Is illegal fiw a "'tor) 11, Colifarnia (i.e. eertlfyOo; the ouihorired capacity of the signer). Please check the document carefully for proper rnaor kil wordbig and attach dtlsfiirnr 11 req iOed. • Stale and County information must he the State and County where the document signer(s) personallyappeared before the notary public for acknowledgment. • Date or notarization must be the date that the signers) personally appeared which must also be the same date the acknowledgment is. completed. • The notary public must prior his or her mime as it appears within his or her commission followed by a comma and (hen your title (runny public.). • Print the name(s) of documcnl signers) who personally appear tit [lie time of notarization. • Indicate the correct singular or plural forms by crossing oil' incorrect forms (i.e. ke/sheAbey- is /are ) or circling the correct forms. Failure to correctly indicate this intonation may lead to rejection of documcnl recording. • The notary seal impression most be clear and photographically reproducible. Impression must not cover test or lines. II'scal impression smudges, re -seal it a sufficient arca permits, otherwise complete it diiferent acknowledgment form. • Signature Off lie notary public must match the signature on file wi(11 the oI(ice of (he county clerk. Additional information is nm required [)tit could help 10 ensure this acknowledgment is not misused or attached (o a difliwent documcnl. Indicate title or type of attached document, number of pages and dale. Ind icola (he capacity claimed by the signer. If the claimed capacity is a corporate officer, indicafe the tide (i. c. C1`0, CI'O, Secretary). • Securely attach this document to the signed document CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD CONTRACT NO. 4071 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4071 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 1. Lump Sum IVIgXbiplii/zatiron S=r1- -xia e-- Dollars and Cents $ a. 237-, 6b Per Lump Sum 2. Lump Sum SWPPP Preparation and Implementation Tr'N Tl�ciS�yO @Five 1fce.Y1'ze1 Dollars and 18-� Cents $ O Per Lump Sum 3. Lump Sum Surveying Services @ i7couS� Dollars and Cents Per Lump Sum PR2of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Traffic Coptrol (a1t a� .v zed )v�J FJ'✓L Dollars and Cents Per Lump Sum 5. Lump Sum Implementation of Mitigation Monitoring Reporting Program @ Forty -Seven Thousand Dollars and Zero Cents Per Lump Sum 6. Lump Sum Provide As -built Drawings @ Two Thousand Dollars and Zero Cents Per Lump Sum 7. Lump Sum Clearing and Grubbing V Dollars (? and Cents Per Lump Sum $ 47,000.00 $ 2,000.00 $ 3? 2PS go 8. 4 EA Remove Tree @ iaVC Kwcrgtco� Dollars and -tom/ Cents $ sW 00 $ 0/7 00 Per Each 9. 1,200 LF Remove PCC Curb and Gutter @ f'ou'r Dollars � and �tf� Cents $ 4 // • V $ ST_00 Per Linear Foot PR3of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1,500 LF Remove PCC Curb @ Dollars and 2 Cents $ ?- • Go Per Linear Foot 11. 4,500 SF Remove PCC Sidewalk / Median @ OAle_ Dollars and ��11 Bfl Cents $ �' � $ 7_� Per Square Foot 12. 30 LF Remove -PCC �V-Ditch @ i vee Dollars and Cents $ (0-60 $ 390. Per Linear Foot 13. 3 EA Remove Catch Bin (3.5 -ft) 0/V2 YN.ouSA Dollars and Cents $ $ q Per Each 14. 1 EA Remove Catch Basin (7- t) owe lusan-.! -e; Nuv6✓Rx a' �w @ ;2,' V--c-Dollars and p7�� Cents $ �, 4 7, • $ Per Each 15. 2 EA �Hecee,.vp.KPFrt�c��Basin l(21 -ft @ Dollars and 2 �. Cents $ 4 $ Per Each PR4of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 1 EA Remove Junction Structure O/✓t- 7Pc-ouf4AA,:�l @PYR 94' Dollars and Cents $ $ Per Each � 17. 30 LF Remove Cable Railing and Footings @ OV Dollars and Cents $ $ ao-o' P0 Per Linear Foot 18. 20 CY Remove Underground Sump Structure @ �Ct/ V� Dollars and Per Lump Sum Cents 19. 1 EA Remove Monument Sign at Centerpointe Fl VIe 77- /.0 '�1' @ Dollars and Cents $$ 4 Per Lump Sum 20. Lump Sum Remove �Reetaini g Wall /V ' k tida¢aoot"/ @S�✓�^�/.�^✓e— Dollars and n VD Cents $ ( d' Per Lump Sum 21. 70 LF Remove 18 -in. RCP @'�=� 9/Y.2_ Dollars and Cents $ 21. $ Per Linear Foot PR5of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 15 LF Remove 12 -in. RCP @ Dollars and Cents $ /Z PO $ / Per Linear Foot 23. 1 EA Remove IRWD Irrigation Meter and Backflow Pr venter ��ir s+v o @ Dollars and Cents $ 2T0 tv $ ZSV' Per Each 24. 600 LF Remove 4 -in. Sanitary Sewer Force Main @1' Dollars and Cents $ 3• B-0 $ �� Per Linear Foot 25. 2,800 CY Roadway Excavation @ Dollars and % Cents $ Per Cubic Yard 26. 800 CY Unclassified Excavation Dollars and Cents $ 21. S $ 1 Pe Cul is rd 27. 1,800 CY Subgrade Preparation @ Dollars and Cents $ 400 $ `t 00 Per Cubic Yard PR6of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT 'TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 3,700 SF Cold Mill AC Pavement @ Dollars and x ✓� Cents $ Per SqUar6r Foot 29. 450 TN Construct AC Pavement Surface Course @ 9M tt Dollars and p � Cents $ l y � $ 72� y/2.sD Per Tow V —� 30. 2,900 TN Construct AC Pavement Base Course @e Dollars Dollars U and �J Cents $ q a $ Z 6� �• Per Ton 31. 900 LF Construct PCC Curb and Gutter @��✓ Dollars and C 3.6.E Z�S' 60 -2 Cents $ l $ /2, Per Li6kai Foot 32. 200 LF Construct PCC Median Curb and Gutter Dollars and �� � Cents $ 1q, • y $ z qyV • to Per LinearToot 33. 1,600 LF Construct PCC Median Curb @ �! Dollars and Cents $ �% $ 3� , 1/yo. OD P r Linear F&bt PR7of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 4,4000 SF Construct PCC Sidewalk @ Dollars and 1/-C— Cents $ 3 ys� $ Per Squ e Woot 35. 500 SF Construct PCC Access Ramp A @ Dollars / ,Z�41 and Cents $ 2r $ 4 ro 2s Per SqMark Foot 36. 400 SF Construct PC9 Turnout @ Dollars and Per Square Foot 37. 3 EA Construct Local Depression (3.5 -ft Catch Basin) Two T,K iJALAVYN2 Q @ Si 'V Dollars and Z�3�efl O f Cents $ $ Per Each 38. 1 EA Construct Local De ress)Jon (7 -ft Catch Basin) rwt @ Je, Dollars and p,� Cents $ Woo $ Z/ 6ft• � Per Each 39. 1 EA Construct Local Depression (2 x 21 -ft Catch Basin) Dollars and Cents $ 6� -S igv BO $ 6 Per Each 40. 650 LF Construct PCC V -Ditch @��D Vomit/ Dollars and� DO Cents $ $ Per Linear Foot PR8of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 41. 1,200 SF Construct Stamped Colored PCC Median Dollars and Cents $ $ Pe S ware oot 42. 11 LF Install Cable Railing and Cents $ /00-00 $ ��• Per Linear Foot 43. 230 LF Construct Decorative Concrete Barrier @� Dollars and p Cents $ 300- 00 $ 6�, 000 00 Per Linear Foot 44. 3 EA Construct Pedestrian arricade � ,V� u Dollars Cents $ fgYt0 $ Per Each 45. 5 EA Install Truncated Domes (Median Islands Only) @ Yxi Dollars and Cents $ 3, �•�• � Per Each 46. 680 SF Construct Retaining Wall @ N(?-ef Dollars and Cents $ �3 • $ P r Squar oot PR9of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 47. 1,600 LF Construct Block Planter Wall @ IWC Dollars and Cents Per Square of 48. 2 EA Construct Catch Basin 3.5 -ft) Two y�ys (0) Dollars and S i99O Cents $' $ Per Each 49. 1 EA Construct Modified Catch Basin (3.5 -ft) @ ""no I a rs and Cents $ Z &C $ 290 Per Each 50. 1 EA Construct Catch Basin (7 -ft) ?`two @ c� Dollars and ,fin, Cents $Z,�� $ Zpi �• &0 Per Each T 51. 2 EA Construct Catch Basin (21 -ft) @Fiye 4A4,� r'i -'w Dollars and Cents $ 31 SIVA90 $ �i X90. Bim` Per Each —' 52. 2 EA Construct Concrete Collar mnna yz<oe�t�w.o/ Dollars and Cents $ I $ Z�6kQ &0 Per Each 53. 1 EA Join Existing Junction Structure r-(.vo TLcm.NS .4 -.pro' Dollars and Cents $ Z� 6fJ $ 2 Per Each 1=6111ne am ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 54. 1 EA Construct PCC Lining nd Cutoff Wall @+' Dollars and T— $2 Cents $ i� T Per Each 55. 100 LF Construct ���e @ Dollars and Cents $ 4571 80 $ I -C,5 -bo- &0 Per Linear Foot 56. 1 EA Construct Area Draip and onnection to Catch Basin @ Dollars and Cents $ �� 3S000 $ '• BO Per Each 57. 10 CY Construct Rock Slope Protection BNB- �-•✓�.e�' @�^x ✓� Dollarsand /� Cents $ /rd'J, 00 $ 00 Per Cubic Yard 58. 450 LF Construct 4 -in. Sanitary Sewer Force Main Dollars and Cents $5,1100 $ 12113190, 510 r Li ea oot 59. 1 EA Reinstall New IRWD 2 -in. Water Service, Meter, Backflow Preventer and Join Existing Irrigation Line rev -ens Yxs�+S�� @Y�; Ve 4u4 Dollars and Cents $ "/ $ sbo. 00, Per Each PR 11 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 60. Lump Sum Landscape and Irrigation Improvements (Public) wn e.: Dollars and Cents $� Per Lump Sum 61. Lump Sum Langscape and Irrigation Improvements (Private) @ �ww�✓ dun �itery Dollars rte/ and Cents $ .3�0-0 Per Lump Sum 62. 100 CY Class A Soil @,01RA1411-I'AP Dollars and Cents Per Lump Sum 63. 350 LF Construct 2 -in. PVC Irrigation Water Line (Trench) @ g, Of Dollars and Cents $ s-. &$ Per Linear Foot 64. 500 LF Construct 1.5 -in. PVC Irrigation Controller Wire Sleeves (Bore) @ 2 %eek Dollars and Cents $ Per LineAr F 65. 500 LF Construct 1.5 -in. PVC Irrigation Controller Wire Sleeves (Trench) @ Dollars and g-WA04/ Cents $ 3.70 $ �. M oD Per Linear of PR 12 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 66. 500 LF 67 70 160 LF Construct 4 -in. PVC Irrigation Water Line Sleeves (Bore) @l s �Y"' Dollars and Cents $ 1S Bo Per Linear Foot Construct 4 -in. PVC Irrigation Water Line Sleeves (Trench) @ X Dollars and Cents $ S� $ eq yo. &0 P r Linear root Lump Sum Traffi Signqal Modification (MacArthur Blvd) twoe(Axw7hat� YkawsA4-70 @gjr e � Dollars and Cents $ Zyt Per Lump Sum Lump Sum Traffic Signal Modification (Centerpoiinte) S�VuvT° t vo7 OoW-r*,wq/ .Slit 4r.'eA &W Dollars and Cents $ Per Lump Sum Lump Sum Install Signing, Striping, Markings and Markers r-ov M 'gjZo i4"t A�j ✓e_ Dollars and a Cents $ y93foo Per Lump Sum PR 13 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE JN WRITTEN WORDS 0�2 C/ h� he 7N 9ti/Sil Nom" ONe M; OA, - X -+ A- h-+ Ue 4LeVw-ev/ Dollars and Cents September 4, 2012 Date 714-247-1040 / 714-247-1041 Bidder's Telephone and Fax Numbers Total Price (Figures) GMC Engineering, Inc. Bidder Bidder's Aut onzed Sig ature e5d T1'tle Gennady C izhik - President 730991 A & B 1401 Warner Ave. Ste. B, Tustin Bidder's License No(s). Bidder's Address CA 92780 and Classification(s) Bidder's email address: gennady@grnceng.net CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 9/20/12 Dept./Contact Received From: Shari Rooks Date Completed: 9/20/12 Sent to: Shari By: Renee Company/Person required to have certificate: Gemc Engineering, Inc. Type of contract: All Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/12 to 6/25/13 A. INSURANCE COMPANY: Great American Assurance Co B. AM BEST RATING (A-: VII or greater): A XIII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 51,000,000/52,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ® N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes ® No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/12 to 6/25/13 A. INSURANCE COMPANY: Nationwide Mutual Insurance Co B. AM BEST RATING (A-: VII or greater) A+ XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: 0 N/A ® Yes 0 No 111. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/11 to 10/1/12 A. INSURANCE COMPANY: Everest National Insurance Company B. AM BEST RATING (A-: VII or greater): A+ XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK $1,000,000 2 Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ®N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ® No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Workers' Comp — Coverage is coming up for renewal. Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 9/20/12 Date RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ 1 ❑ N/A ❑ Yes ❑ No Reason far Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. Client#: 1265037 305GMCENG ACORD. CERTIFICA` E OF LIABILITY INSURANCE DATE(M9/17/22012012YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement..A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BB&T Insurance Services of Orange County 680 Langsdorf Drive Suite 100 Fullerton, do 92iv CONTACT Vanessa Maldonado NAME: PH(AlONE 714 576-7256 FAX 677-287-1116 Ext: AIC, No: EWAIL ADDRESS: vmaldonado@bbandt.com INSURERStAFFORDING COVERAGE NAIL# INSURER A: Great American Assurance Co. 26344 INSURED GMC Engineering Inc. 1401 Warner Avenue #B Tustin, CA 92780-6457 INSURER B: Nationwide Mutual Ins Co 23787 INSURER C: Great American Insurance Co. 10120 INSURER D: Everest National Insurance Co. 25674 INSURER E: Travelers Property Casualty Co. 42579 INSURER I: X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ®OCCUR COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED. TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE M ISR WVD POLICY NUMBER FY MMI10% EFF POLICY UP LIMITS A GENERAL LIABILITY GLP2101377 6/25/2012 06/25/2013 EACHOCCURRENCE$1 000000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ®OCCUR PREMISES Ea see nce $50,000 MED UP(Anyone person) SEXCluded PERSONAL B ADV INJURY $1,000,000 X BI/PD Ded:$5,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $2,000,000 POLICY X jECO� F1 LOC I $ B LIABILITY ACP7805631474 6/25/201206/25/201 EeaBIEDt'INGLE LIMIT $1,000,000 BODILY INJURY(Per person) $ ANY AUTO POMOBILE ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Peraccidenl) $ HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE $ Per accident C XUMBRELLA LIAB X OCCUR UMB2101378 6/25/2012 06/2512013 EACH OCCURRENCE $1000000 AGGREGATE $1.000.000 EXCESS LIAB CLAIMS -MADE DED I X RETENTION 5$10000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVEYIN OFFICERIMEMBER EXCLUDED? ❑ (Mandatory In NH) N I A 7600007937111 10/01/2011 10/01/201 X WCSTATU- OTH- TORYLIMITSD ER E.L. EACH ACCIDENT 57000000 E.L. DISEASE - EA EMPLOYEE $1,000,000 I E.LDISEASE -POLICY LIMIT $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E Rented/Leased QT6606069C455TIL12 06F2512012 061251201 $150,000 Max Per Item Equipment Deductible $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: Jamboree Road Improvements from Bristol Street North to Fairchild Road, Contract No. 4071 ' The City, its elected or appointed officers, agents, officials, employees and volunteers are named as additional insureds and this insurance is primary and noncontributory with any other insurance of the additional insured as respects general liability as required by written contract, per endorsement attached. Waiver of subrogation as respects general liability, auto and workers compensation applies. Cit of Newport Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE 'WILL BE DELIVERED IN Public Works Dept ACCORDANCE WITH THE POLICY PROVISIONS. 3300 Newport Blvd PO Box 1768 AUTHORIZED REPRESENTATIVE Newport Beach, CA 92658 A?Svftol Ajt*alR� ' ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S9230621/M8960414 KAVON Policy No. GLP2101377 CG 20 37 07 04 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1--103:1=011111I11 Name Of Additional Insured Person(s) Or Organization(s): location And Description Of Completed Operations Any person or organization that "you" and such person Only Per Certificate(s) of Insurance accepted by and or organization have agreed in writing in a contract or on file with "us" agreement that such person or organization be added as an additional insured on "your" policy, but only for .,your work" performed during this policy period. "Your work" performed during this policy period Additional Premium: $Included Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who is an Insured is amended to include as an additional insured the person(s) or organization (s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage caused, in whole or in part, by "your work' at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 9 of 9 Policy No. GLP2101377 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. f �, i,� �,�l l,� h`� � �1 i T...y I J l ' _ l,) - (.i 1� h,l \ ` _ � (`,' i J r� ' (_! l•� This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with re- spect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineeringor surveying ser- vices, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. CG 20 33 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 11 Policy No. GLP2101377 GAC 3649 CG (Ed. 11/06) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM This insurance is primary to any other insurance held by third parties with respect to work performed by you under written contractual agreements with such third parties and any other insurance which may be available to such third parties shall be non-contributory. GAC 3649 CG (Ed. 11/06) Page 1 of 1 ❑ Policy No. GLP2101377 CG 24 04 IEd. 05 09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART. Schedule Name of Person or Organization: Any person or organization for whom or on whose behalf "you" are performing operations when "you" and such person or organization have agreed in writing in a contract or agreement to waive any right of recovery "we" may have against such person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to paragraph B. Transfer of Rights of Recovery Against Others to Us of SECTION IV - CONDITIONS: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" This waiver applies only to the person or organization shown in the Schedule above. Copyright ISO Properties, Inc., 2008 CG 24 04 (Ed. 05109) PRO JPage 1 of 1) Policy No. ACP7805631474 COMMERCIAL AUTO AC 01 01A 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. NEWLY ACQUIRED OR FORMED ENTITIES The Named Insured shown in the Declarations is amended, to include any organization you newly acquire or form, other than a partnership, joint venture, or limited liability company, and over which you maintain ownership or majority (more than 50%) interest; if there is no other similar insurance available to that organization. CoveraK under this provision is afforded until the 180 day after you acquire or form the or- ganization or the end of the policy period, whi- chever is later. B. TEMPORARY SUBSTITUTE AUTOS — PHYSICAL DAMAGE COVERAGE The following is added to paragraph C. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of the — COVERED AUTOS SECTION: If Physical Damage Coverage is provided by this Coverage Form, the following types of vehicles are also covered "autos" for Physi- cal Damage Coverage: Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss": or e. Destruction The coverage that applies is the same as the coverage provided for the vehicle being replaced. C. EMPLOYEES AS INSUREDS — NONOWNED AUTOS The following is added to paragraph A.I. Who Is An Insured of the LIABILITY COVERAGE SECTION: d. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. SUPPLEMENTARY PAYMENTS — BAIL BONDS Paragraph A.2.a. (2) of the LIABILITY COVERAGE SECTION is revised as follows: (2) Up to $2,500 for cost of bail bonds (in- cluding bonds for related traffic law vi- olations) required because of an "acci- dent" we cover. We do not have to furnish these bonds. E. SUPPLEMENTARY PAYMENTS — LOSS OF EARNINGS Paragraph A.2.a.(4) of the LIABILITY COVERAGE SECTION is revised as follows: (4) All reasonable expenses incurred by the "in- sured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. FELLOW EMPLOYEE — OFFICERS, MANAGERS, AND SUPERVISORS Paragraph B.5.A. Fellow Employee in the LIABILITY COVERAGE SECTION is replaced as follows; A. "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the con- duct of your business. This exclusion does not apply to an "insured" who occupies a position as an officer, manager, or supervi- sor. G. PERSONAL EFFECTS AND PROPERTY OF OTHERS EXTENSION 1. Paragraph B.6. Care, Custody or Control of the LIABILITY COVERAGE SECTION, does not apply to "property damage" to property, other than your property, up to an amount AC 01 01A 03 10 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 3 . with its permission AC 01 01A 03 10 not exceeding $250 in any one "accident". Coverage is excess over any other valid and collectible insurance. 2. The following paragraph is added to A.4. Coverage Extensions of the — PHYSICAL DAMAGE COVERAGE SECTION: c. We will pay up to $500 for your property that is lost or damaged as a result of a covered "loss", without applying a de- ductible. Coverage is excess over any other valid and collectible insurance. H. HIRED AUTO PHYSICAL DAMAGE If covered "auto" designation symbols 1,8,61 or 68 apply to Liability Coverage and if at least one "auto" you own is covered by this policy for Comprehensive, Specified Causes of Loss, or Collision coverages, then the Physical Damage coverages provided are extended to "autos" you lease, hire, rent or borrow without a driver; and provisions in the Business Auto Coverage Form applicable to Hired Auto Physical Damage ap- ply. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. Any Comprehensive deductible does not apply to fire or lightning. I. EXPANDED TOWING COVERAGE We will pay up to: 1. $100 for a covered "auto" you own of the private passenger type, or 2. $250 for a covered "auto" you own that is not of the private passenger type, for towing and labor costs incurred each time the covered "auto" is disabled. However, the la- bor must be performed at the place of disable- ment. This coverage applies only for an "auto" covered on this policy for Comprehensive or Specified Causes of Loss Coverage and Collision Cove- rages. J. AUTO LOAN OR LEASE COVERAGE 1. In the event- of a total "loss" to a covered "auto", we will pay any unpaid amount due on the loan or lease, including up to a max- imum of $500 for early termination fees or penalties, for your covered "auto" less: a. The amount paid under the - PHYSICAL DAMAGE COVERAGE SECTION of this policy; and b. Any: 1) Overdue lease/loan payments at the time of the "loss'; 2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; 3) Security deposits not refunded by a lessor; 4) Costs of extended warranties, Cre- dit Life insurance, Health, Accident, or Disability insurance purchased with the lease; and 5) Carry-over balances from previous leases. 2. This coverage only applies to a "loss" which is also covered under this policy for Com- prehensive, Specified Causes of Loss, or Collision coverage. 3. Coverage does not apply to any unpaid amount due on a loan for which the covered "auto" is not the sole collateral. K. RENTAL REIMBURSEMENT COVERAGE 1. This coverage applies only to a covered "au- to" for which Physical Damage Coverage is provided on this policy. 2. We will pay for rental reimbursement ex- penses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered 'auto." No deductibles apply to this coverage. 3. We will pay only for those expenses in- curred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: a. The number of days reasonably re- quired to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you. b. The number of days shown in the Sche- dule. 4. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses in- curred. 2. $75 for any one day or for a maximum of 30 days. 5. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc AC 01 01A 03 10 with its permission. 6. If "loss" results from the total theft of a cov- ered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement ex- penses which is not already provided for under the PHYSICAL DAMAGE COVERAGE Coverage Extension. 7. Coverage does not apply to any covered "auto' for which coverage is provided by en- dorsement form CA9923 on this policy. L. EXPANDED TRANSPORTATION EXPENSE Paragraph AA.a. of the PHYSICAL DAMAGE COVERAGE SECTION is replaced by the fol- lowing: We will pay up to $50 per day to a maximum of $1000 for temporary transportation expense in- curred by you because of the total theft of a covered "auto" of the private passenger type. We will only pay for those covered "autos" for which you carry, Comprehensive or Specified Causes of Loss Coverage. We will pay for tem- porary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to us or we pay for its "loss". M. EXTRA EXPENSE — STOLEN AUTOS The following paragraph is added to Section A.4. of the — PHYSICAL DAMAGE COVERAGE SECTION: c. We will pay for up to $5,000 for the expense of returning a stolen covered "auto" to you. We will pay only for those covered "autos" for which you carry Comprehensive or Spe- cified Causes of Loss Coverage N. NEW VEHICLE REPLACEMENT COST The following is added to paragraph C.Limit of Insurance of the PHYSICAL DAMAGE COVERAGE SECTION: AC 01 01A 03 10 5. The provisions of paragraphs 1.and 3. do not apply to a covered "auto" of the private passenger type or a vehicle with a gross ve- hicle weight of 20,000 pounds or less which is a new vehicle. In the event of a total "loss' to your new ve- hicle to which this coverage applies, we will pay at your option: a. The verifiable new vehicle purchase price you paid for your damaged ve- hicle, not including any insurance or warranties purchased; b. If it is available, the purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment or the most similar model available, not in- cluding any furnishings, parts, or equip- ment not installed by the manufacturer or manufacturers' dealership; or . c. The market value of your damaged ve- hicle, not including any . furnishings, parts, or equipment not installed by the manufacturer or manufacturer's dealer- ship. We will not pay for initiation or set up costs associated with loans or leases In this endorsement, a new vehicle means an "auto' of which you are the original owner that has not been previously titled and which you purchased less than 365 days before the date of the "loss". O. BLANKET WAIVER OF SUBROGATION The following is added to paragraph 5. Transfer Of Rights Of Recovery Against Others To Us of — BUSINESS AUTO and MOTOR CARRIER CONDITIONS SECTIONS: We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident" because of payments we make for damages under this coverage form. All terms and conditions of this policy apply unless modified by this endorsement. AC 01 01A 03 10 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 3 with its permission WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FR0M OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person(s) or organization (s) named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California Workers' Compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION This endorsement changes the policy to which is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) EndorsementEffecti% 10/1/11 Insured GMC Engineering Inc Policy No. 7600007937111 Insurance Company EVEREST NATIONAL INSURANCE COMPANY Endorsement No. Premium S NCL. 1 1 1 1 3 3 3 3 4 4 4 4 4 5 5 5 5 5 5 6 6 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD CONTRACT NO. 4071 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATION 2-5.3 Submittals 2-5.3.4 Supporting Information 2-6 WORK TO BE DONE 2-7 SUBSURFACE DATA 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 1 1 3 3 3 3 4 4 4 4 4 5 5 5 5 5 5 6 6 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 7 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 7 6-1.1 Construction Schedule 7 6-7 TIME OF COMPLETION 7 6-7.1 General 7 6-7.2 Working Days 7 6-7.4 Working Hours 8 6-9 LIQUIDATED DAMAGES 8 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTORS EQUIPMENT AND RESPONSIBILITY 9 7-1.2 Temporary Utility Services 9 7-5 PERMITS 9 7-7 COOPERATION AND COLLATERAL WORK 10 7-8 PROJECT SITE MAINTENANCE 10 7-8.4.2 Storage in Public Streets 10 7-8.6 Water Pollution Control 11 7-8.6.1 General 11 7-8.6.2 Best Management Practices (BMP's) 12 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) and Implementation 12 7-9 PROTECTION AND RESORATION OF EXISTING IMPROVEMENTS 14 7-10 PUBLIC CONVENIENCE AND SAFETY 14 7-10.1 Traffic and Access 14 7-10.1.1 Steel Plates 15 7-10.3 Street Closures, Detours, Barricades 15 7-10.4 Safety 15 7-10.4.1 Safety Orders 15 7-10.7 Notices to Residents and Businesses 16 7-15 CONTRACTOR LICENSES 16 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 16 SECTION 9 MEASUREMENT AND PAYMENT 16 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 16 9-1.2 Methods of Measurement 16 9-3 PAYMENT 17 9-3.1 General 17 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 27 200-1 ROCK PRODUCTS 27 200-1.6 Stone for Riprap 27 200-2 UNTREATED BASE MATERIALS 27 200-2.1 General 27 201-1 PORTLAND CEMENT CONCRETE 27 201-1.1.2 Concrete Specified by Class 27 201-2 REINFORCEMENT FOR CONCRETE 27 201-2.2.1 Reinforcing Steel 27 SECTION 206 MISCELLANEOUS METAL ITEM 27 206-7 TRAFFIC SIGNS 27 206-7.1 General 27 SECTION 207 PIPE 28 207-2 REINFORCED CONCRETE PIPE (RCP) 28 207-2.1 General 28 207-2.5 Joints 28 SECTION 209 STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS 28 SECTION 210 PAINT AND PROTECTIVE COATINGS 28 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 28 212-1 LANDSCAPE MATERIALS 28 212-1.1 Topsoil 28 212-1.1.3 Class "B" Topsoil 29 212-1.1.4 Class "C Topsoil 29 212-1.2 Soil Fertilizing and Conditioning Materials 29 212-1.2.2 Manure 29 212-1.2.3 Commercial Fertilizer 29 212-1.2.4 Organic Soil Amendment. 29 212-1.2.5 Mulch 29 212-1.3 Seed 29 212-1.4 Plants 29 212-1.4.1 General. 29 212-1.4.5 Sod and Stolens 30 212-1.4.6 Cuttings 30 212-1.5 Headers, Stakes, and Ties 30 212-1.5.2 Headers and Stakes 30 212-2 IRRIGATION SYSTEM MATERIALS 30 212-2.1 Pipe and Fittings 30 212-2.1.3 Plastic Pipe for Use with Solvent 38 300-2.8 Weld Socket or Threaded Fittings 30 212-2.2 Valves and Valve Boxes 31 212-2.2.2 Gate Valves 31 212-2.2.4 Remote Control Valves 31 212-2.2.6 Quick Coupling Valves and Assemblies 31 212-2.2.7 Valve Boxes 31 212-2.3 Backflow Preventer Assembly 32 212-2.4 Sprinkler Equipment 32 212-3 ELECTRICAL MATERIALS 32 212-3.2 Conduit and Conductors 32 212-3.2.1 Conduit 32 212-3.2.2 Conductors 32 212-3.3 Controller Unit 33 SECTION 214 PAVEMENT MARKERS 33 PART 3 --CONSTRUCTION METHODS SECTION 300 EARTHWORK 34 300-1 CLEARING AND GRUBBING 34 300-1.1 General 34 300-1.2 Preservation of Property 34 300-1.3 Removal and Disposal of Materials 34 300-1.3.1 General 34 300-1.3.2 Requirements 35 300-1.5 Solid Waste Diversion 38 300-2 UNCLASSIFED EXCAVATION 38 300-2.1 General 38 300-2.8 Measurement and Payment 38 300-3 STRUCTURAL EXCAVATION AND BACKFILL 39 300-3.1 General 39 300-4 UNCLASSIFED FILL 39 300-4.9 Measurement and Payment 39 SECTION 301 TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 39 301-1 SUBGRADE PREPARATION 39 301-1.2 Preparation 39 301-1.3 Relative Compaction 40 SECTION 302 ROADWAY SURFACING 40 302-1 COLD MILLING OF EXISTING PAVEMENT 40 302-5 ASPHALT CONCRETE PAVEMENT 40 302-5.1 General 40 302-5.4 Tack Coat 41 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 41 303-4 MASONRY CONSTRUCTION 41 303-4.1.1 General 41 303-4.1.2 Construction 41 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 42 303-5.1 Requirements 42 303-5.1.1 General 42 303-5.1.1.1 Curbs and Curb and Gutter 42 303-5.1.1.2 Sidewalk 42 303-5.1.1.3 Curb Ramp 43 303-5.1.1.4 Local Depression 43 303-5.1.1.5 V -Ditch 43 303-5.1.1.6 Decorative Concrete Barrier 43 303-5.1.1.7 Turnout 43 303-5.1.2 Drainage Outlets Through Curb 44 303-6 STAMPED CONCRETE 44 303-6.3 Pattern 44 303-7 COLORED CONCRETE 44 303-7.1 General 44 SECTION 304 METAL FABRICATION AND CONSTRUCTION 44 304-2 METAL RAILINGS 44 304-2.1 Metal Hand Railings 44 304-2.1.1 General 44 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 44 306-1 OPEN TRENCH OPERATIONS 44 306-1.1 Trench Excavation 45 306-1.1.2 Maximum Length of Open Trench 45 306-1.2.1 Bedding 45 306-1.2.1.1 General 45 306-1.2.2 Pipe Laying 45 306-1.2.4 Installation, Field Jointing, and Inspection of Reinforced Concrete Pipe 45 306-1.3 Backfill and Densification. 46 306-1.3.1 General 46 306-1.4 Testing Pipelines 46 306-1.4.1 General 46 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS SYSTEMS 46 307-1 GENERAL 46 307-1.A GENERAL (CITY OF NEWPORT BEACH) 46 307-1.113 GENERAL (CITY OF IRVINE) 46 307-11 PULL BOXES 46 307-11.1 General 46 307-17 TRAFFIC SIGNAL CONSTRUCTION 48 307.17.1 General 48 307-17.5.4 Interconnect 50 307-17.5.5 Fiber Optic Cable 51 307-17.5.5.1 General 51 307-17.7 Vehicle Detectors 52 307-17.7.3 Inductive Loop Detectors 52 307-17.8 Pedestrian Signals 55 307-17.8.2 Pedestrian Push Buttons 55 307-17.10 Closed Circuit Television (CCN) System 55 307-17.11 Emergency Vehicle Preemption (EVP) System 56 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 56 308-2 EARTHWORK AND TOPSOIL PLACEMENT 56 308-2.1 General 56 308-2.3.1 General 56 308-2.3.2 Fertilizing and Conditioning Procedures 57 308-3 HEADER INSTALLATION 57 308-4 PLANTING 57 308-4.6 Plant Staking and Guying 57 308-4.6.2 Method "B" Tree Staking 57 308-4.7 Ground Cover and Vine Planting 57 308-4.8 Lawn Planting 57 308-4.8.2 Seed 57 308-4.8.4 Stolon 57 308-4.9 Erosion Control Planting 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General 308-5.2 Irrigation Pipeline Installation 308-5.2.1 General 308-5.2.3 Plastic Pipeline 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment 308-5.4 Sprinkler Head Installation and Adjustment 308-5.4.2 Location, Elevation and Spacing 308-5.4.3 Riser and Nozzle Line Installation 308-5.4.4 Sprinkler Head Adjustment 308-5.5 Automatic Control System Installation 308-5.6 Flushing and Testing 308-5.6.1 General 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 308.6.2 Charts, Manuals, and Drawings 308-6.2.1 As -Built Drawings 308-6.2.2 Controller Charts 308-6.2.3 Manuals 308-6.3 EQUIPMENT 308-6.3.1 Loose Equipment to be Furnished 308-7 308-8 SECTION 310 310-5 310-5.6 310-5.6.7 310-5.6.8 SECTION 313 313-1 313-1.1 313-2 313-2.1 313-3 313-3.1 GUARANTEE PAYMENT PAINTING PAINTING VARIOUS SURFACES Painting Traffic Striping, Pavement Markings, and Curb Markings Layout, Alignment, and Spotting Application of Paint OTHER CONSTRUCTION ITEMS TRUNCATED DOMES General WATER SERVICE RELOCATION General SEWER FORCE MAIN General 57 57 57 58 58 58 59 59 59 59 60 60 60 60 61 61 61 61 62 62 62 62 63 63 63 63 63 63 64 64 64 64 64 65 65 APPENDIX Al City of Newport Beach - Traffic Signal Special Provisions Supplement A2 City of Irvine - Section 104 — Traffic Signals A3 Mitigation, Monitoring, and Reporting Program A4 Standard Drawings AS Newport Beach Irrigation Materials List CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD CONTRACT NO. 4071 INgItie] 111101LOW I SP 1 OF 65 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -5998-S); (3) the City of Newport Beach's Standard Special Provisions and Standard Drawings for Public Works Construction (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements, (5) the City of Irvine Standard Plans, (6) Irvine Ranch Water District's Standard Plans and Specifications, and (7) California Department of Transportation Standard Plans and Specifications. Copies of the Newport Beach Standard Special Provisions and Standard Drawings for Pulic Works Construction may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF WORK 2-5 PLANS AND SPECIFICATIONS 2-5.3 Submittals. 2-5.3.4 Supporting Information. [Replace the third sentence with the following:] Supporting information for products, systems and materials shall be bound together and include (as applicable) all mix designs, certificates of compliances, installation instructions, product samples, parts lists, all information and data necessary for the fabrication and installation of the product or system, warranties, and all other items required by these Specifications and Standard Provisions. SP2OF65 [Revise the list to the following:]: 1) Survey Cut -Sheets per 2-9.2. 2) Construction Schedule per 6-1. 3) Copies of Permits Obtained per 7-5. 4) Storm Water Pollution Prevention Plan per 7-8.6.1. 5) Traffic Control and Construction Phasing per 7-10.1 6) Confined Space Entry Program per 7-10.4.4. 7) "As -Built' plans per 7-16. 8) Rock Slope Protection Materials per 200-1.6. 9) Aggregate Base Mix Designs per 200-2.1 10) Concrete Mix Designs per 201-1.1.1 11) Median Hardscape per 303-6 and 303-7. 12) Concrete Block Materials per 202-2. 13) Asphalt Concrete Mix Designs per 203-6.2. 14) Cable Railings per 206-5. 15) Pedestrian Barricade per 206-5. 16) Traffic Signs per 206-7. 17) Reinforced Concrete Pipe (RCP) per 207-2.1 18) Traffic signal equipment per 209. 19) Traffic paint and thermoplastic materials per 210. 20) Landscaping and Irrigation Materials per 212. a. Topsoil per 212-1.1 b. Soil Fertilizing and Conditioning Materials per 212-1.2 c. Plants per 212-1.4 d. Headers, Stakes and Ties per 212-1.5 e. Irrigation Pipe and Fittings per 212-2.1 f. Valves and Valve Boxes per 212-2.2 g. Sprinkler Equipment per 212-2.4 h. General Electrical Material per 212-3.1 i. Conduit and Conductors per 212-3.2 j. Controller Unit per 212-3.3 21) Pavement markers and materials per 214. SP 3 OF 65 22) Letter Indicating the Final Disposition of Materials Removed per 300-1.5. 23) Ledgestone Veneer Sample per 303-4.1.1 24) Atrium Drain and PVC Drain Pipe per 303-5.1.1.5 25) Decorative Concrete Barrier Segment per 303-5.1.1.6 26) Truncated Domes per 313-1. 27) Water Meter and Backflow Preventer per 313-2. 28) PVC Sewer Force Main per 313-3. 2-6 WORK TO BE DONE. [Add the following to the end of the section] The work necessary for the completion of this contract consists of mobilization; traffic control; construction notifications; survey services; asphalt concrete pavement removal and pavement excavation; concrete curb and sidewalk removal; retaining wall and monument sign removal; cold milling; asphalt concrete pavement improvements; curb and gutter and median curb improvements; sidewalk, median hardscape and access ramp improvements; retaining wall improvements; storm drain improvements; sewer force main improvements; landscape and irrigation; signing and striping, traffic signal improvements and all other incidental items of work necessary to complete the work in place. 2-7 SUBSURFACE DATA. [Add the following to the end of the section]: A copy of the project geotechnical report is available on the City's FTP Site ftp://www.city.newport-beach.ca.us The report is saved in the following directory: Jamboree -Bristol to Fairchild/Geotechnical Report 2-9 SURVEYING 2-9.1 Permanent Survey Markers. [Replace the entire subsection with the following] Prior to the beginning of Work, the Contractor shall inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SP4OF65 Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service. [Replace the entire subsection with the following]: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services, with accuracy adequate for construction, that are required to construct the improvements. The design surveyor for this project is Butch Austinson (VA Consulting Inc.) and can be contacted at (949) 474-1401 x241. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. At a minimum, stakes will be set and stationed for curbs, storm drains, retaining walls, and sawcut lines that are not typical offsets from the adjacent curb. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK. 3-3.2 Payment. 3-3.2.3 Markup. Replace this section with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in SP5OF65 excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements. Add Subsection 4-1.3.4 Inspection and Testing: 4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 6 ---UTILITIES 5-1 LOCATION. [Add the following after the 3`d paragraph:] The existence and locations of utilities shown on the drawings have been determined by a search of the available records as provided by the City and respective utility owners. The Contractor shall determine the exact location and depth of all existing utilities prior to commencing work. He agrees to be fully responsible for any and all damages which may be caused by his failure to exactly locate and preserve any and all underground utilities shown on the plans or marked in the field by Underground Service Alert (USA) member utilities. In the event that utilities are marked in the field by USA which are not shown on the plans (or shown in a different locations than on the plans), Contractor shall immediately notify the Engineer, regardless of whether the utility conflicts with the proposed construction or not. In the event the Contractor encounters underground utilities not shown on the plans or marked in the field by USA, he shall verify the exact location of the utility and immediately notify the Engineer, regardless of whether the unknown utility conflicts with the proposed construction or not. SP 6 OF 65 In the event a previously unknown conflict is discovered, the Contractor shall immediately notify the Engineer as to the extent, of delays or additional costs resulting from said conflict. Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, Cox Communications, Irvine Ranch Water District, MCI, AboveNet and any other utility facilities to coordinate the disposition of their existing utilities as shown on the plans. The Contractor shall coordinate with each utility company as to the extent of required work and the time required to do so. The Contractor shall include this time in his schedule. The Contractor shall schedule his work and conduct his operations so as to permit access and time for the required utility work to be accomplished during the progress of the work. Payment for the above, if any, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better. 5-2 PROTECTION. [Add the following to the end of the subsection:] The Contractor shall exercise extreme care to protect all existing utilities in place and shall assume full responsibility for all damage resulting from his operations. The Contractor shall coordinate with each utility company as to the requirements and methods for protection of their facilities during the construction period and shall assume full responsibility to maintain uninterrupted service for all utilities. In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. 5-7 ADJUSTMENTS TO GRADE. [Add Subsection:] The Contractor shall adjust or replace to finish grade all affected City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments within the project limits. SP7OF65 SECTION 6 ---PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK. [Add the following to the end of the subsection:] The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed.' 6-1.1 Construction Schedule. Add the following after the first paragraph: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. 6-7 TIME OF COMPLETION. 6-7.1 General. [Add the following to the end of the subsection:] The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. All work adjacent to APN 427- 242-007 shall be completed before January 4, 2013. Landscape maintenance and/or plant establishment period is not included within these working days. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. 6-7.2 Working Days. [Replace No. 3 with the following:] 3. Any City holiday, defined as January 15f (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4`", the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24`h, (Christmas Eve), December 25`h (Christmas), and December 315` (New Year's Eve). If the holiday falls on a Sunday, the SP8OF65 following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. [Add Subsection 6-7.4 Working Hours] 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. In addition, refer to Section 1.3 of the City of Newport Beach Traffic Signal Specifications Supplemental for traffic signal shutdown times in Newport Beach. Refer to Subsection 307-17.1 of these Special Provisions for traffic signal shutdown times in Irvine. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146.00 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. [Revise the third sentence to the following:] For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. [Replace the first sentence of the second paragraph with the following:] Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. In addition, temporary construction easements (TCE) have been established for the following three adjacent private properties: 1. First California Bank (19752 MacArthur Blvd.) SP9OF65 2. Bates Johnson Building, Ltd. (19742 MacArthur Blvd.) 3. CIP Centerpointe 123, LLC (19712 MacArthur Blvd.) All work within the TCE shall be completed within 40 consecutive working days. Contractor shall provide a written notice to the City ten (10) days prior to commencement of work within each of the three TCE's. If construction activities extend beyond the 40 days, Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $200.00 for each TCE (up to $600 per day). This liquidated damage is in addition to the liquidated damage described in the first paragraph of this section. The work shall not be considered complete until all equipment are demobilized from the TCE area. Lastly, if construction activities extend beyond January 4, 2013 for work adjacent to APN 427-242-007 (south of MacArthur Boulevard), Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $200.00 per calendar day. This liquidated damage is in addition to the liquidated damage described in the first paragraph of this section. The work shall not be considered complete until the silt fence is removed and all equipment are demobilized. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services. [Add the following to the end of this section]: If the Contractor elects to use City water, he shall arrange for a meter and tender an $857 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a ,quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water. 7-5 PERMITS [Add the following to the end of the subsection:] The Contractor shall obtain the following permits: 1) City of Irvine Street Improvements Permit (#503831-MCE) 2) City of Irvine Retaining Wall Permit (#00550916-CTIS) SP 10 OF 65 7-7 COOPERATION AND COLLATERAL WORK [Add the following to the end of the subsection:] City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down. Contractor shall coordinate utility improvements, removals, relocations, and adjustments per Section 5. 7-8 PROJECT SITE MAINTENANCE 7-8.4.2 Storage in Public Streets. [Delete the first paragraph and add the following:] "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Due to the proximity of the adjacent existing wetland, Contractor shall not stage within the California coastal development zone. The boundary of the California coastal development zone is shown below: SP 11 OF 65 Q� 1 xT: VP S� m _ f•. N Iia f • \ r'r• o heti `'.p 1_.. N', /��� ♦\ y F- ,¢ �nAYvIF.V4 IJR s - ..... .1-.-- - I UNIVBRSIYY UR~.. S1, , 0 \. e by oa f Inn Ln SAIUU r war" AMALFI Coastal Development Zone (Area bounded by dashed lines) The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.6 Water Pollution Control. 7-8.6.1 General. [Add the following to the end of the subsection:] Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's SP 12 OF 65 website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com 7-8.6.2 Best Management Practices (BMPs). [Delete section:] 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) and Implementation. [Revise subsection to the following:] The State Water Resources Control Board (SWRCB) issued a General Permit under the National Pollutant Discharge Elimination System (NPDES) for Stormwater Discharges Associated with Construction and Land Disturbance Activities. This General Permit identified as Order No. 2010-0014-DWQ, NPDES No. CAS000002 was adopted on November 16, 2010, and is effective February, 14 2011. A copy of that permit is available on the SWRCB's web site. The Contractor shall be required to comply with the provisions of the permit for all construction activities associated with this project. The Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) as required by the State Water Resources Control Board (SWRCB) and the California Regional Water Quality Control Board (CRWQCB)-Santa Ana Region. The SWPPP shall be prepared and amended or revised by a Qualified SWPPP Developer (QSD), and shall be prepared in the format required or suggested by the Storm Water Best Management Practice Handbook for Construction Activities (BMP Hand -book) published by California Stormwater Quality Association (CASQA) and the requirements of the CRWQCB-Santa Ana Region. The SWPPP shall be designed to address the following objectives: 1. All pollutants and their sources, including sources of sediment associated with construction, construction site erosion and all other activities associated with construction activity is controlled; 2. Where not otherwise required to be under a Regional Water Board permit, all non -storm water discharges are identified and either eliminated, controlled, or treated; 3. Site Best Management Practices (BMPs) are effective and result in the reduction or elimination of pollutants in storm water discharges and authorized non -storm water discharges from construction activity to the Best Available Technology Economically Achievable/Best Conventional Pollutant Control Technology standard (BAT/BCT standard); 4. Calculations and design details as well as BMP controls for site run-on are complete and correct, and 5. Stabilization BMPs installed to reduce or eliminate pollutants after construction are complete. SP 13 OF 65 To demonstrate compliance with requirements of this General Permit, the QSD shall include information in the SWPPP that supports the conclusions; selections, use, and maintenance of BMPs. Within 10 days from the issuance of the Notice to Proceed, Contractor shall submit the proposed SWPPP to the City for review and shall update the SWPPP to rectify any perceived deficiencies that are identified by the City's review. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall contain (2) copies and one (1) Adobe Acrobat "pdf' file copy on a compact disc. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the RWQCB, the City or City designates. Contractor is not responsible for filing a Notice of Intent (NOI) for Permit coverage or a Notice of Termination (NOT) at project end. City will file a NOI for permit coverage and file a (NOT) at the end of the project through the SWRCB SMARTS system. The Contractor shall ensure that Best Management Practices (BMPs) within the SWPPP are implemented by a Qualified SWPPP Practitioner (QSP). The QSP shall be: • Responsible for stormwater pollution control work. • The primary contact for stormwater pollution control work. m Have authority to mobilize crews to make immediate repairs to stormwater pollution control practices. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any Administrative Civil Liability (fine) imposed by the CRWQCB-Santa Ana Region, as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may, in the exercise of his sole judgment and discretion, withhold from payments otherwise due the Contractor a sufficient amount to cover the Civil Liability. Failure of the Contractor to follow construction BMP requirements outlined in the SWPPP may also result in the immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030 of the City's Municipal Code. SP 14 OF 65 The Contractor shall be responsible for all costs and for any liability imposed by law as a result of the Contractor's failure to comply with the requirements set forth in this section, including but not limited to, compliance with the applicable provisions of the Caltrans Handbooks, General Permit, Federal, State, and local regulations. For the purpose of this paragraph, costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed against the City or the Contractor, including those levied under the Federal Clean Water Act and those levied under the authority of the CRWQCB. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS [Add to this section:] A mitigated negative declaration has been approved and recorded for this project and is available at the City for review. Included in the appendix is the Mitigation Monitoring and Reporting Program. The Contractor shall be responsible for the following: 1. Conforming to all requirements outlined in the Mitigation Monitoring and Reporting Program. 2. Hiring qualified Project Biologist and Project Archaeologist to provide services outlined in the Mitigation Monitoring and Reporting Program. Refer to Bid Item No. 5 for additional information. 3. Keeping out of any "No Construction" Buffer Zone established by Project Biologist. 4. Installing silt fence per 7-8.6.1. 5. Preparing and implementing Erosion Control Plan per 7-8.6.1. 6. Implementing the Traffic Control Plans per 7-10. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. [Add to this section:] The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications, the approved Traffic Control Plans, the California Manual on Uniform Traffic Control Devices (CA MUTCD), and the Work Area Traffic Control Handbook (WATCH) published by Building News, Inc., most recent editions. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments including those devices not specifically indicated on the project traffic control plans, if requested by the Engineer. SP 15 OF 65 7-10.1.1 Steel Plates. [Add the following subsection:] Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface. 7-10.3 Street Closures, Detours and Barricades. [Add to this section:] The Contractor shall follow the construction staging and implement traffic control measures shown on the approved project staging and traffic control plans as included in the improvement plans. If the Contractor proposes a revised staging and traffic control plan, the Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - revised traffic control plans and detour plans(s) for each construction stage and area of work. The Contractor shall be responsible for processing and obtaining approval of the revised traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of either the original plan set traffic control plans or revised plans. Revised traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the California Manual on Uniform Traffic Control Devices (CA MUTCD), and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Editions. Traffic Control Plans shall be signed and sealed by a California licensed Traffic Engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 7-10.4 Safety. 7-10.4-1 Safety Orders. [Add to this section:] The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SP 16 OF 65 7-10.7 Notices to Residents and Businesses. Prior to the start of work, the Contractor shall deliver construction notices (door hangers) to residents and businesses within 500 feet of the project limits. The City will provide the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENSES. [Add the following subsection:] At the time of the award and until completion of work, the Contractor shall possess a General "A" License. In addition, all landscape and irrigation improvements shall be completed by a landscaping contractor with a "C-27" license. At the start of work and until completion of work, the Contractor and all subcontractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS / AS BUILT DRAWINGS. [Add the following subsection:] A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 ---MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.2 Methods of Measurement. [Replace with the following]: The various non -lump sum work items required by these Contract Documents will be measured by the method of measurement identified within these Special Provisions for each item actually constructed, placed, installed, or demolished as determined by the Engineer from field measurements or certified weigh tickets. SP 17 OF 65 9-3 PAYMENT 9-3.1 General. [Replace the second paragraph with the following]: The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, distributing construction notices, preparing and updating the construction schedule as requested by the Engineer, coordinating utility adjustments/relocation with utility agencies, demobilizing from the project site, removal of USA markings, providing any required documentations as noted in the Special Provisions, and all other related work as required by the Contract Documents. Item No. 2 SWPPP Preparation and Implementation: Work under this item shall include preparation and implementation of the Storm Water Pollution Prevention Plan (SWPPP) in accordance with Section 7-8.6.1. Included in this item is the installation of the silt fence per Section 7-9. Item No. 3 Surveying Services: Work under this item shall include the cost of surveying, construction staking, centerline ties, all horizontal alignment, survey monument adjustment, filing of corner records, reestablishment of property corners disturbed by the work, protection and restoration of existing monuments and other survey items as required to complete the work in place. Item No. 4 Traffic Control: Work under this item shall include providing the traffic control as required by the project plans including, but not limited to, signs, cones, portable tubular delineators, temporary Type K railing, barricades, flashing arrow sign, temporary striping, and flagpersons. Four changeable message boards (CMB) shall be included for the duration of the project as part of this bid item. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the traffic control plans and the California Manual on Uniform Traffic Control Devices (CA MUTCD), W.A.T.C.H. Manual, Latest edition, and City of Newport Beach or Irvine requirements. Item No. 5 Implementation of Mitigation Monitoring Reporting Program: Contractor shall be responsible for all mitigation monitoring items shown in the appendix. Contractor shall subcontract with Bonterra Consulting to provide biological and cultural resources services for this bid item. Contact Ann Johnston at (714) 444-9199 to coordinate construction schedule. SP 18 OF 65 Item No. 6 Provide As -built Drawings: Work under this item shall include marking up construction drawings with as -built conditions and all actions necessary to provide as - built drawings. These drawings must be kept up to date and submitted to the City Inspector for review prior to processing monthly progress payments. Item No. 7 Clearing and Grubbing: Work under this item shall include all labor, tools, equipment, and material costs for any clearing and grubbing required to perform the construction operations that is not specifically specified in a separate bid item. Item No. 8 Remove Tree: Work under this item shall include all labor, tools, equipment, and material costs, and all other work items required to remove and dispose of existing trees as indicated on the plans. The cost of removing any trees adjacent to APN 427- 242-007 shall be included in the Clearing and Grubbing bid item. Item No. 9 Remove PCC Curb and Gutter: Work under this item shall include all labor, tools, equipment, and material costs for saw cutting, removing, and disposing of the existing PCC curb and gutter to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 10 Remove PCC Curb: Work under this item shall include all labor, tools, equipment, and material costs required for saw cutting, removing, and disposing of the existing PCC curb to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 11 Remove PCC Sidewalk/Median: Work under this item shall include all labor, tools, equipment, and material costs required for saw cutting, removing, and disposing of the existing PCC sidewalk and PCC median hardscape to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 12 Remove PCC V -Ditch: Work under this item shall include all labor, tools, equipment, and material costs required for saw cutting, removing, and disposing of the existing PCC V -ditch to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 13 Remove Catch Basin (3.5 -ft): Work under this item shall include all labor,. tools, equipment, and material costs required for saw cutting, removing, and disposing of the existing 3.5 -ft wide catch basin as shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. SP 19 OF 65 Item No. 14 Remove Catch Basin (7 -ft): Work under this item shall include all labor, tools, equipment, and material costs required for saw cutting, removing and disposing of the existing 7 -ft wide catch basin as shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 15 Remove Catch Basin (21 -ft): Work under this item shall include all labor, tools, equipment, and material costs required for saw cutting, removing, and disposing of the existing 21 -ft wide catch basin as shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 16 Remove Junction Structure: Work under this item shall include all labor, tools, equipment, and material costs required for saw cutting, removing, and disposing of the existing junction structure as shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 17 Remove Cable Railing and Footings: Work under this item shall include all labor, tools, equipment, and material costs required for removing and disposing of the cable railing, posts, and PCC footings to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 18 Remove Underground Sump Structure: Work under this item shall include all labor, tools, equipment, and material costs required for the removal and disposal of existing underground sump structure. For the purposes of bidding, the Contractor shall assume that approximately 20 cubic yards of material will need to be removed. Item No. 19 Remove Monument Sign at Centerpointe: Work under this item shall include all labor, tools, equipment, and material costs required to remove the monument sign at the "Centerpointe" entrance as indicated on the plans and as required by these specifications. This work shall include removing and disposing the "Centerpointe" monument sign and foundation and removal and temporarily capping of all electrical wire feeding the sign. This bid item shall also includes restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 20 Remove Retaining Wall: Work under this item shall include all labor, tools, equipment, and material costs required to remove the retaining wall as indicated on the plans and as required by these specifications. This work shall include removing and disposing the "Centerpointe" monument sign by MacArthur Boulevard, removing and disposing of the retaining wall and foundation, and removal and temporarily capping of all electrical wires feeding the sign. This bid item shall also include restoring all existing SP 20 OF 65 improvements, including the monument sign and electrical wires, damaged by this work, and all other work items required to complete the work in place. Item No. 21 Remove 18 -in. RCP: Work under this item shall include all labor, tools, equipment, and material costs required for the excavation, removal, and disposal of the 18 -in. RCP to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements, damaged by this work, and all other work items required to complete the work in place. Item No. 22 Remove 12 -in. RCP: Work under this item shall include all labor, tools, equipment, and material costs required for the excavation, removal, and disposal of the 12 -in. RCP to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements, damaged by this work, and all other work items required to complete the work in place. Item No. 23 Remove IRWD Irrigation Meter and Backflow Preventer: Work under this item shall include all labor, tools, equipment, and material costs required for removal, and disposal of the existing irrigation meter and backflow preventer shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements, damaged by this work, and all other work items required to complete the work in place. Item No. 24 Remove 4 -in. Sanitary Sewer Force Main: Work under this item shall include all labor, tools, equipment, and material costs required for the excavation, removal, and disposal of the 4 -in. sanitary sewer force main to the limits shown on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements, damaged by this work, maintaining existing sewer operations, and all other work items required to complete the work in place. Item No. 25 Roadway Excavation: Work under this item shall include all labor, tools, equipment, and material costs for saw cutting and removing asphalt pavement and other unclassified excavation to the pavement subgrade level between the saw cut line and the back of the proposed curb & gutter. Also included is this work shall be the removal of non -suitable planting material under the proposed median islands. This bid item shall also include restoring all existing improvements, damaged by this work, and all other work items required to complete the work in place. Any fill required shall be assumed to be included in the cost of the removals and no additional compensation will be allowed. Item No. 26 Unclassified Excavation: Work under this item shall include all labor, tools, equipment, and material costs for unclassified excavation required to construct the improvements outside of the roadway excavation areas, including removals required for slope benches. This bid item shall also include restoring all existing improvements, damaged by this work, and all other work items required to complete the work in place. Any fill required shall be assumed to be included in the cost of the removals and no additional compensation will be allowed. SP 21 OF 65 Item No. 27 Additional Subgrade Preparation: Work under this item shall include all labor, tools, equipment, and material costs for any additional subgrade preparation outlined in Section 301-1. For the purpose of bidding, the Contractor shall assume that subgrade preparation shall consist of removing unsuitable material and importing new, granular material. Item No. 28 Cold Mill AC Pavement: Work under this item shall include all labor, tools, equipment, and material costs required to cold mill the AC pavement to a depth below existing finished grade as indicated on the plans and dispose of milled material, and all other work items required to complete the work in place. Item No. 29 Construct AC Pavement Surface Course: Work under this item shall include all labor, tools, equipment, and material costs for pavement clearing, tack coat, AC pavement surface course placement, compaction and all other work items as required to complete the work in place. Item No. 30 Construct AC Pavement Base Course: Work under this item shall include all labor, tools, equipment, and material costs for pavement clearing, tack coat, AC pavement base course placement, compaction and all other work items as required to complete the work in place. Item No. 31 Construct PCC Curb and Gutter: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, constructing PCC curb and gutter, re -chiseling of curb face for existing underground utilities, curb drains, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. This single bid item includes PCC curb and gutter in both cities and curb and gutter adjacent to the PCC Turnout. Item No. 32 Construct PCC Median Curb and Gutter: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, constructing PCC curb and gutter, re -chiseling of curb face for existing underground utilities, curb drains, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. This single bid item includes PCC median curb and gutter in both cities. Type "C" PCC median curb and gutter per City of Newport Beach standard drawing 183-L is also included in this bid item. Item No. 33 Construct PCC Median Curb: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, constructing PCC median curb, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. This single bid item includes PCC median curb in both cities. SP 22 OF 65 Item No. 34 Construct PCC Sidewalk: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC sidewalk, construction of non -stamped PCC median, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. This single bid item includes PCC sidewalk in both cities. Item No. 35 Construct PCC Access Ramp: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC access ramp, construction of monolithically poured retaining curbs, installation of truncated domes, grooves, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Adjacent PCC curb and gutter is not included in this bid item. Item No 36 Construct PCC Turnout Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC turnout, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Adjacent PCC curb and gutter is not included in this bid item. Item No. 37 Construct Local Depression (3.5 -ft Catch Basin): Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC local depression adjacent to the 3.5 -ft catch basin, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 38 Construct Local Depression (7 -ft Catch Basin): Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC local depression adjacent to the 7.0 -ft catch basin, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 39 Construct Local Depression (2 x 21 -ft Catch Basis): Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC local depression adjacent to the two 21 -ft catch basins, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 40 Construct PCC V -Ditch: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, construction of PCC V -Ditch (including the welded wire mesh reinforcement), restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place Item No. 41 Construct Stamped Colored PCC Median: Work under this item shall include all labor, tools, equipment, and material costs for compacting subgrade, SP 23 OF 65 construction of stamped PCC median, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 42 Install Cable Railing: Work under this item shall include all labor, tools, equipment, and material costs for excavation and construction of PCC post foundation, installation of cable railing and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 43 Construct Decorative Concrete Barrier: Work under this item shall include all labor, tools, equipment, and material costs for construction of decorative concrete barrier, foundation, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 44 Construct Pedestrian Barricade: Work under this item shall include all labor, tools, equipment, and material costs for excavation and construction of PCC barricade foundation, installation pedestrian barricade, restoring all existing improvements damaged by the work (including any existing PCC sidewalk, PCC median pavement, or PCC curb required to be removed and reconstructed in order to install pedestrian barricade), and all other work items as required to complete the work in place. Item No. 45 Install Truncated Domes (Median Islands Only): Work under this item shall include all labor, tools, equipment, and material costs for installation of truncated domes on median islands only and all other work items as required to complete the work in place. Truncated domes for access ramps shall be included in ramp bid item. Item No. 46 Construct Retaining Wall: Work under this item shall include all labor, tools, equipment, and material costs for structure excavation, controlling ground and surface water, subgrade preparation and compaction, placing concrete, reinforcement, masonry block, constructing reinforced CMU retaining wall, constructing ledgestone and split face architectural finish, sub -drainage system, structure backfill, and all other work items as required to complete the work in place. Item No. 47 Construct Block Planter Wall: Work under this item shall include all labor, tools, equipment, and material costs for structure excavation, controlling ground and surface water, subgrade preparation and compaction, placing concrete, reinforcement, masonry block, constructing reinforced CMU planter wall, constructing ledgestone and split face architectural finish, sub -drainage system, structure backfill, and all other work items as required to complete the work in place. Item No. 48 Construct Catch Basin (3.5 -ft): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 3.5 -ft catch basins, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. SP 24 OF 65 Item No. 49 Construct Modified Catch Basin (3.5 -ft): Work under this item shall include all labor, tools, equipment, and material costs for construction of the modified 3.5 -ft catch basin, joining existing RCP, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 50 Construct Catch Basin (7 -ft): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 7 -ft catch basin, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 51 Construct Catch Basin (21 -ft): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 21 -ft catch basins, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 52 Construct Concrete Collar: Work under this item shall include all labor, tools, equipment, and material costs for trenching, construction of concrete collar, bedding, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 53 Join Existing Junction Structure: Work under this item shall include all labor, tools, equipment, and material costs for trenching, joining existing junction structure, backfill, compaction, restoring all existing improvements damaged by the work (including the existing junction structure), and all other work items as required to complete the work in place. Item No. 54 Construct PCC Lining and Cutoff Wall: Work under this item shall include all labor, tools, equipment, and material costs for excavation, construction of PCC lining and cutoff wall, reinforcement, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 55 Construct 18" RCP: Work under this item shall include all labor, tools, equipment, and material costs for trenching, construction of RCP pipe, bedding, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 56 Construct Area Drain and Connection to Catch Basin: Work under this item shall include all labor, tools, equipment, and material costs for, trenching, construction of 6" atrium drain, 4" PVC pipe and fittings, connection to catch basin, bedding, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 57 Construct Rock Slope Protection: Work under this item shall include all labor, tools, equipment, and material costs for, excavation, installation of filter fabric, SP 25 OF 65 construction of light rock slope protection, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 58 Construct 4 -in. Sanitary Sewer Force Main: Work under this item shall include all labor, tools, equipment, and material costs for trenching, construction of 4 -in. sanitary sewer force main, fittings, bedding, backfill, compaction, shoring, locating and connecting to existing 4 -in. sanitary sewer force main, maintaining existing sewer operations, restoring all existing improvements damaged by the work (including existing 4 -in. sanitary sewer force main and sewer pump station), and all other work items as required to complete the work in place. Item No. 59 Reinstall New IRWD 2 -in. Water Service, Meter, Backflow Preventer and Join Existing Irrigation Line: Work under this item shall include all labor, tools, equipment, and material costs for removal of existing 2 -in. water service, installation of new 2 -in. water service and meter box, installation of new 2 -in. backflow preventer and foundation, joining existing irrigation line, trenching, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 60 Landscape and Irrigation Improvements (Public): Work under this item shall include all labor, tools, equipment, and material costs for all public property landscaping and irrigation improvements shown on plans (including the City of Newport Beach owned parcel with APN number 427-242-007), except for work contained in item 61 and items 62 through 67 below. The 90 -day maintenance and plant establishment period is also included in this bid item. Item No. 61 Landscape and Irrigation Improvements (Private): Work under this item shall include all labor, tools, equipment, and material costs for all private property landscaping and irrigation improvements shown on plans, except for work contained in item 60 and items 62 through 67 below. Item No. 62 Class A Soil. Work under this item shall include all labor, tools, equipment, and material costs to place Class A soil in median islands only as shown on the plans, restore all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 63 Construct 2 -in. PVC Irrigation Water Line (Trench): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 2 -in. PVC irrigation line directly buried within trench in street, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. All other irrigation water lines shall be included in the Landscape and Irrigation Improvements bid item. Item No. 64 Construct 1.5" PVC Irrigation Controller Wire Sleeves (Directional Bore): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 1.5" PVC irrigation controller wire sleeves via directional boring, SP 26 OF 65 restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Irrigation Controller wire within sleeves shall be included in the Landscape and Irrigation Improvements bid item. Item No. 65 Construct 1.5" PVC Irrigation Controller Wire Sleeves (Trench): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 1.5" PVC irrigation controller wire sleeves directly buried in a trench backfill (not directional boring), restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Irrigation Controller wire within sleeves shall be included in the Landscape and Irrigation Improvements bid item. Item No. 66 Construct 4" PVC Irrigation Water Line Sleeves (Directional Bore): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 4" PVC irrigation water line sleeves via directional boring, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Irrigation water line within sleeves shall be included in the Landscape and Irrigation Improvements bid item. Item No. 67 Construct 4" PVC Irrigation Water Line Sleeves (Trench): Work under this item shall include all labor, tools, equipment, and material costs for construction of the 4" PVC irrigation water line directly buried in a trench backfill, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Irrigation water line within sleeves shall be included in the Landscape and Irrigation Improvements bid item. Item No. 68 Traffic Signal Modification (MacArthur Blvd): Work under this item shall include all labor, tools, equipment, material costs, SCE coordination, and incidentals for modification of the MacArthur Boulevard and Jamboree Road traffic signal system (operated by City of Newport Beach), including maintaining the existing and temporary systems, connection to a new service point, and installation of interconnect facilities, as shown on the plans. Item No. 69 Traffic Signal Modification (Centerpointe): Work under this item shall include all labor, tools, equipment, material costs, and incidentals for modification of the Jamboree Road and Centerpointe/Koll Center traffic signal system (operated by City of Irvine), including maintaining the existing and temporary systems, the protection of existing CCTV and EVP systems, installation of a new video detection system and interconnect facilities, as shown on the plans. Item No. 70 Install Signing, Striping, Markings and Markers: Work under this item shall include removing and installing traffic signing, striping, markings and raised pavement markers per the signing and striping plan, and all other work items as required to complete the work in place. SP 27 OF 65 PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS 200-1 ROCK PRODUCTS 200-1.6 Stone for Riprap. [Replace this entire subsection with following:] All materials required for the rock slope protection construction shall conform to Section 72, "Rock Slope Protection" and Section 88 "Engineering Fabrics" of the State of California, Department of Transportation's Standard Specifications, dated May 2006. 200-2 UNTREATED BASE MATERIALS 200-2.1 General. [Add the following to the end of the subsection:] Unless otherwise shown on the plans, Contractor shall use crushed miscellaneous base as the base materials. 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. [Add the following to this subsection:] Unless otherwise shown on plans, within City of Newport Beach, Portland cement concrete for construction shall be Class 560-C-3250. Unless otherwise shown on plans, within City of Irvine, Portland cement concrete class shall be per City of Irvine Standard Plan no. 405 — Concrete Class Use Table (unless otherwise specified herein). Type V Cement shall be used for all concrete in contact with soil. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. [Add to this section:] Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 206 --MISCELLANEOUS METAL ITEM 206-7 TRAFFIC SIGNS. [Add the following subsection:] 206-7.1 General. SP 28 OF 65 Traffic signs shall conform to Subsection 56-2 "ROADSIDE SIGNS' of the Caltrans Standard Specifications. SECTION 207 ---PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General. [Add the following:] These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 Joints. [Add the following:] All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (877) 962--7622." SECTION 209 --STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS [Replace entire section with the following:] For modification of the MacArthur Boulevard and Jamboree Road traffic signal (City of Newport Beach), street lighting and traffic signal equipment shall be per Caltrans Standard Specification Section 86, latest edition, unless otherwise detailed in the City of Newport Beach Traffic Signal Specifications Supplemental. For modification of the Jamboree Road and Centerpointe/Koll Center traffic signal (City of Irvine), street lighting and traffic signal equipment shall be per Section 104, Traffic Signals, of the City of Irvine Standard Design Manual, latest edition. SECTION 210 — PAINT AND PROTECTIVE COATINGS [Replace entire section with the following:] Traffic paint and thermoplastic material shall be per Caltrans Standard Specification Section 84, latest edition. SECTION 212 --LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil. SP 29 OF 65 212-1.1.3 Class "B" Topsoil. Delete section 212-1.1.4 Class " C" Topsoil. Delete section 212-1.2 Soil Fertilizing and Conditioning Materials 212-1.2.2 Manure. Delete section 212-1.2.3 Commercial Fertilizer. Add the following: Fertilizers shall comply with applicable requirements of the State Agricultural Code and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant I ife. When requested, Contractor shall furnish the Engineer with a Certificate of Compliance stating that the material substantially meets the specifications. 212-1.2.4 Organic Soil Amendment. Use Type 1 organic soil amendment. 212-1.2.5 Mulch. Use Type 5 mulch (fir bark chips). 212-1.3 Seed. Delete section. 212-1.4 Plants 212-1.4.1 General. Add the following: Plant material shall be in accordance with the State Department of Agriculture's regulations for nursery inspections, rules and grading. Nursery grown stock shall be selected from high quality, well -shaped stock, grown under climatic conditions similar to those in the project locale. Minimum acceptable size of plants specified shall correspond with that normally expected for the species and variety of commercially available nursery stock. Caliper shall be the diameter of the trunk one foot (1') above the ground surface and shall be the determining measurement for trees when indicated. Oversize plants may be used if not root bound, but shall not increase the Contract price. Up to ten percent (10%) of undersize plants in any one (1) variety and grade may be used; provided they are larger than the average size of the next smaller grade. Scientific and common names conform to customary nursery usage. SP 30 OF 65 Types, sizes and quantities of plant materials shall be indicated on the drawings. The plant list shown on the drawings shall be used as a guide only. Contractor shall verify quantities by plan check. The Engineer reserves the right to refuse or reject any unsuitable plant material. Unsuitable plants shall be removed from the project site and replaced at the Contractor's expense. New plants shall be the same species, variety, size and condition as specified. Contractor shall submit photographs of plant material to City Representative for review and approval. 212-1.4.5 Sod and Stolens. Replace section with: Sod shall be grown from high quality propagative material, free from weeds, diseases, and insects, and shall be in accordance with the standards for regulation for nursery inspection of the applicable State of the project. Sod shall be machine cut at a uniform thickness of five-eighths of an inch (5/8") excluding top growth and thatch. Individual pieces shall be cut to the supplier's standard width and length with an allowable deviation of two percent (2%). Broken rolls or uneven ends will not be acceptable. Sod shall be harvested, delivered, and installed within a twenty-four (24) hour period. Sod shall be as indicated on the drawings. 212-1.4.6 Cuttings. Delete section. 212-1.5 Headers, Stakes, and Ties 212-1.5.2 Headers and Stakes. Delete section 212-2 IRRIGATION SYSTEM MATERIALS Refer to Newport Beach Parks Division Standard Irrigation Materials List. See appendix 212-2.1 Pipe and Fittings 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Replace the first sentence in the second paragraph with the following: Schedule 40 purple pipe for reclaimed water shall be used for installation on the discharge side of the control valves when the pipe size is two inch (2") or less. Schedule 40 purple pipe for reclaimed water shall be used for installation on the pressurized supply line of the control valves when the pipe size is one one-half inch (1 /i') or less. Class 315 purple pipe for reclaimed water shall be used for installation on SP 31 OF 65 the pressurized supply side of the control valves when the pipe size is two inch (2" or greater. The following paragraphs shall be added at the end of the subsection: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer, and shall follow installation methods prescribed by the pipe manufacturer. 212-2.2 Valves and Valve Boxes 212-2.2.2 Gate Valves. Replace section title with Ball Valve. The text of this subsection shall be deleted and replaced with the following: All valves shall be as identified on Construction Documents and per City review and approval. 212-2.2.4 Remote Control Valves. Add the following after paragraph number one: Remote control valve manufacturer and sizes shall be as indicated in plans and legend. 212-2.2.6 Quick Coupling Valves and Assemblies. Replace the words "19mm (3/4")" in the first sentence of the first paragraph with "25mm (1")". 212-2.2.7 Valve Boxes. Replace all text in this section with the following: Valve boxes shall be fabricated from a durable, weather -resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be eighteen inch by twelve inch by twelve inch (18"x12"x12") rectangular size. Valve box covers shall be marked "RCV" with the SP 32 OF 65 valve identification number "heat branded" onto the cover in two inch (2") high letters / numbers. Gate valve and quick coupler valve boxes shall be ten inch (10") circular size. Valve box covers shall be marked with either "BV" or "QCV" "heat branded" onto the cover in two inch (2") high letters. 212-2.3 Backflow Preventer Assembly. Delete this section. 212-2.3 Sprinkler Equipment. The text of this subsection shall be deleted and replaced with the following: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City Inspector. Irrigation bodies and nozzles shall feature low head drainage, pressure regulating and pressure compensating features. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of six inch (6") pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of twelve inch (12") pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of twenty-two feet (22'). SECTION 212-3 ELECTRICAL MATERIALS 212-3.2 Conduit and Conductors 212-3.2.1 Conduit. Replace all text in this section with the following: Conduit and sweeps shall be Schedule 40 PVC, gray in color and specifically manufactured for use as electrical installation. The conduits shall be sized twice the diameter of the wire bundle to be carried within. All ends of conduit in valve and pull boxes shall be sealed using a waterproof material that can be easily removed from the conduit openings for the purpose of pulling wire through the conduit. 212-3.2.2 Conductors. Add the following sentences to this section: Low voltage control wires shall have a single solid copper conductor with colored PVC coating. The pilot control wires shall be color coded a specific color per controller and the common wires color coded white with a strip matching the color of the pilot wires. The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with SP 33 OF 65 a different color stripe for each automatic controller. Install in accordance with valve manufacture's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten feet (10'). An expansion curl should be provided within three feet (3') of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with Pen-Tite wire connector, or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the City. 212-3.3 Controller Unit. Add the words 16 gauge stainless steel" between the words "weatherproof" and "enclosure" in third sentence of the section. Add the following sentence to this section: Additional control system equipment such as flow meters, rain sensors and moisture sensors shall be of the types and sizes shown on the Plans. SECTION 214 --- PAVEMENT MARKERS [Replace entire section with the following:] Pavement markers and materials shall be per Caltrans Standard Specification Section 84. SP 34 OF 65 PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General. [Add the following:] Payment for trees shown to be removed on the plans shall be at the unit price bid per Each (EA). Payment for removal of trees and scrubs adjacent to the APN 427-242-007 required to construct the roadway improvements shall be included in the Clearing and Grubbing bid item. Removal of these trees and shrubs shall be confirmed with the Engineer in the field prior to removal. At no time shall the Contractor enter the jurisdictional boundary areas designated on the plans. 300-1.2 Preservation of Property. [Add the following:] Prior to start of demolition, the Contractor shall document existing conditions adjoining project limits to establish preconstruction conditions that might be misconstrued as damage caused by site clearing. Contractor shall use sufficiently detailed photographs or videotape to document existing conditions and provide Owner with plans and notations to indicate damage. Payment for this work shall be included in the clearing and grubbing bid item. 300-1.3 Removal and Disposal of Materials 300-1.3.1 General. [Replace the subsection with the following:] Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Prior to the removal of materials, the Contractor shall coordinate with the regional notification center (Underground Service Alert of Southern California) to mark out all existing utilities per subsection 5-1. Contractor shall also confirm the depth of all existing utilities per subsection 5-1 in order to avoid damage to them during removal operations. SP 35 OF 65 Prior to removal of bituminous pavement or cold milling, the Contractor shall scan the work area using a metal detector of adequate strength to located manholes, valves, utility access covers or any other metal appurtenances buried below the existing pavement surface whether shown on the Plans or not. Contractor shall be responsible for locating these utilities, and if any are found that aren't shown on the Plans, Contractor shall inform the Engineer for direction on disposition of utility. Prior to earthwork, existing pavements should be removed and the site should be cleared of foundation remnants, hardscape, abandoned utilities, and surface obstructions. The work area should be stripped of rubble, debris, and vegetation and root systems, as well as soils containing organic materials. Existing utilities (if any) to remain in place should be located and protected from damage by construction activities. Obstructions that extend below the planned finish grade should be removed and the resulting holes filled with compacted soil. The materials generated from the clearing operations should be removed from the site and disposed at a legal dump site. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. All materials removed, except for materials indicated to be salvaged, become the property of the Contractor and shall be lawfully disposed of at a site secured by the Contractor. The Contractor will provide the Engineer with a letter indicated the final disposition of materials removed from the project within five (5) working days after project completion. No removed materials shall be left within the project limits overnight. Payment for hauling and disposing of removed materials will be considered as included in the item of work which is being removed and disposed of and no additional compensation will be allowed. Payment for hauling and salvaging removed materials will be considered as included in the item of work which is being removed and salvaged and no additional compensation will be allowed. 300-9.3.2 Requirements (a) Bituminous Pavement. [Replace the first sentence of this subsection with the following:] Sawcutting shall be accomplished by the use of a power driven saw. The depth of the sawcut shall be deep enough (2 inches minimum) to provide a clean, straight break without loosening, cracking, or damaging adjoining asphalt or concrete. [Add the following to this subsection:] Contractor shall remove slurry/asphalt concrete buildup on the existing gutter lip to the satisfaction of the agency's representative. All the existing AC pavement removal including shall be paid for as part of Roadway Excavation. SP 36 OF 65 (b) Concrete Pavement. [Replace the first two sentences of this subsection with the following:] Sawcutting shall be accomplished by the use of a power driven saw. The depth of the sawcut shall be deep enough (2 inches minimum) to provide a clean, straight break without loosening, cracking, or damaging adjoining asphalt or concrete. [Add the following to this subsection:] Any reinforcement existing within the concrete pavement shall be removed. Payment for reinforcement removal shall be considered included in the item of work the reinforcement was found in. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. [Replace the first sentence of this subsection with the following:] Sawcutting shall be accomplished by the use of a power driven saw. The depth of the sawcut shall be deep enough (2 inches minimum) to provide a clean, straight break without loosening, cracking, or damaging adjoining asphalt or concrete. Curb and gutter shall be sawed on neat line at right angles. [Add the following:] Any reinforcement found within the concrete pavement shall be removed. Payment for reinforcement removal shall be considered included in the item of work the reinforcement was found in and no additional compensation will be allowed. The removal of the PCC V -Ditch and median pavement are included in the section. Median pavement and curb ramps (including truncated domes and retaining curbs) shall be included in the concrete sidewalk removal bid item and no additional compensation will be allowed. (d) Catch Basins . [Add the following subsection:] Catch basins shall be removed and disposed per 300-1.3.1. Included in this item shall be the removal and disposal of reinforced concrete, manhole lid, face plate, steps, any material within the catch basin, and any other object which composes the catch basin. Backfill void per Section 300-4 "Unclassified Fill". Payment for unclassified fill shall be considered included in the catch basin removal item and no additional compensation will be allowed. (e) Junction Structure. [Add the following subsection:] SP 37 OF 65 Junction structures shall be removed and disposed per 300-1.3.1. Included in this item shall be the removal and disposal of reinforced concrete, manhole lid, steps, any material within the junction structure, and any other object which composes the junction structure. Backfill void per Section 300-4 "Unclassified Fill". Payment for unclassified fill shall be considered included in the junction structure removal item and no additional compensation will be allowed. (f) Cable Railing and Footings. [Add the following subsection:] Cable railing shall be neatly removed to limits shown on plans and disposed per 300- 1.3.1. Include in this item is the removal and disposal of concrete footings, steel posts, steel cables, and any other object which composes the cable railing system. (g) Underground Sump Structure. [Add the following subsection:] Contractor shall confirm that the underground sump structure is abandoned prior to being removed and disposed per 300-1.3.1. Included in this work shall be the removal and disposal of the structure's concrete walls (including any reinforcing), manhole lid, any material within the structure, and any other object which composes the structure. (h) Remove Monument Sign at Centerpointe. [Add the following subsection:] Contractor shall remove and dispose the monument sign, block wall and concrete sign foundation. per 300-1.3.1. Contractor shall also protect existing electrical conduit and wiring feeding the sign and clearly mark it so that the sign may be reconnected. (i) Remove Retaining Wall. [Add the following subsection:] Contractor shall remove dispose the block retaining wall, sign. decorative fagade, and reinforced concrete foundation per 300-1.3.1. Contractor shall also protect existing electrical conduit and wiring feeding the sign and clearly mark it so that the sign may be reconnected. (j) Remove 18" RCP. [Add the following subsection:] 18" RCP storm drain shall be removed and disposed per 300-1.3.1 to the limits shown on the plans. (k) Remove 12" RCP. [Add the following subsection:] 12" RCP storm drain shall be removed and disposed per 300-1.3.1 to the limits shown on the plans. (1) Remove Irrigation Service, Meter and Backflow Preventer. [Add the following subsection:] SP 38 OF 65 Irrigation service shall be removed to the corporation stop at the main and plugged per IRWD standards plans and specifications. Contractor shall coordinate with Engineer, any materials (meter, meter box, copper line, or backflow preventer) to be salvaged with IRWD or with City of Newport Beach per 5-8. All materials not salvaged shall be disposed of per 300-1.3.1. (m) Remove 4" Sanitary Sewer Force Main. [Add the following subsection:] Prior to removal and disposal of 4" sanitary sewer force main per 300-1.3.1, Contractor shall contact Jerry Franco at Jimni Systems (949) 770-7654. Contractor shall also submit and obtain approval of a plan indicating the measures to be taken to maintain sewer operations while the sewer is disconnected from the existing lift station. 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The cost of this disposal shall be included in the cost in the removal or excavation item and no additional compensation will be allowed. 300-2 UNCLASSIFED EXCAVATION 300-2.1 General. [Replace the entire subsection with the following:] Unclassified Excavation shall consist of excavation of asphalt pavement, base material and native material. All materials removed become the property of the Contractor and shall be lawfully disposed of at a site secured by the Contractor. The Contractor will provide the Engineer with a letter indicated the final disposition of materials removed from the project within five (5) working days after project completion. No removed materials shall be left within the project limits overnight. 300-2.8 Measurement and Payment [Add the following to the end of the subsection:] Roadway Excavation shall be designated to be all removals to the subgrade between the existing pavement sawcut line and the back of the proposed curb, as well as all removals necessary to construct the new medians. Any removals required below subgrade for subgrade preparation shall be included in the Additional Subgrade Preparation Bid Item. SP 39 OF 65 Any removals required for structural foundation over -excavation shall be included in the Construct Retaining Wall and Construct Block Planter Wall Bid Items. Unclassified Excavation shall be designated to be all other excavation areas, including removals (and recompaction) required for fill slope benches. 300-3 STRUCTURAL EXCAVATION AND BACKFILL 300-3.1 General [Add the following to the end of the subsection:] The Special Provisions for structural excavation and backfill are hereby supplemented by the Project specific recommendations of the Geotechnical Evaluation by Ninyo & Moore including but not limited to foundation over -excavation, imported structure backfill material, and retaining wall drainage details. Foundation over -excavation, imported backfill material, and retaining wall drainage system shall be included in the Construct Retaining Wall and Construct Block Planter Wall Bid Items. 300-4 UNCLASSIFED FILL 300-4.9 Measurement and Payment [Add the following to the end of the subsection:] Any unclassified fill required, unless otherwise noted in these Special Provisions, shall be assumed to be included in the Unclassified Excavation bid item. No additional compensation will be allowed SECTION 301 ---TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.2 Preparation. [Delete third paragpraph. Add the following:] Once the existing subgrade has been exposed, the City's geotechnical consultant will determine if all areas of the existing subgrade can be scarified and compacted per 301- 1.3. If the City's geotechnical consultant determines that some areas can not be compacted per 301-1.3, they will recommend additional mitigation measures for those area. The mitigation measures may include additional scarification beyond the depth indicated in 301-1.3, allowing the soil additional time to aerate, use of a geogrid such as Tensar Biaxial Geogrid BX1100 (or equivalent), or removing the unsuitable material and replacing it with granular soil. For bidding purposes, the Contractor shall assume that an average of 1.5 feet of unsuitable material will be removed and replaced with granular material within the roadway. If another mitigation measure is recommend, than the cost will be negotiated per Section 3-3 "Extra Work." The cost for moisture conditioning per this section and scarifying and compacting per 301-1.3 shall be included in the cost of each individual item and no additional compensation shall be allowed. SP 40 OF 65 301-1.3 Relative Compaction, [Replace entire subsection with the following:] When pavement is to be placed directly on subgrade material, the top 6 inches of such subgrade material shall be compacted to a relative compaction of 95 percent. When curb, gutter, driveways, or sidewalks are to be placed directly on subgrade material, the top 6 inches of such subgrade material shall be compacted to a relative compaction of 90%. When pavement base is to be placed on subgrade material, the top 12 inches of such subgrade material shall be compacted to a relative compaction of 90 percent. Compaction shall be in general accordance with ASTM D1557. After compaction and trimming, the subgrade shall be firm, hard, and unyielding. SECTION 302 ---ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-1.1 General. [Add the following:] Existing pavement may contain rubberized material and/or pavement fabric. Cold milling operations adjacent to the new median curb shall be conducted after the construction of the median curb unless approved otherwise by the Engineer. Residue from grinding shall not be permitted to flow or travel into gutters, onto adjacent street surfaces or parkways. All residues shall be completely removed by a vacuum sweeper and properly disposed. Sweeping is to take place immediately after the grinding has been completed and as directed by the Engineer. No washing of any residue into gutters and/or drainage structures shall be allowed. The Contractor shall cover and protect all storm drain inlets prior to the start of cold milling operations. Temporary Asphalt Concrete shall be placed and maintained at the interface between milled and non -milled areas to eliminate the hazard caused by sudden elevation differences, especially in pedestrian path of travel areas adjacent to wheelchair ramps, and shall be removed prior to placement of surface course pavement. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. [Add the following to the end of the subsection:] The asphalt concrete (A.C.) used for surface caps shall be III -C3 -PG 64-10. The A.C. for base course shall be III -B2 -PG 64-10. The top 2 inches of asphalt (finish course) shall be placed in a separate lift. SP 41 OF 65 302-5.4 Tack Coat. [Add the following to the end of the subsection:] Prior to placing the asphalt concrete, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one—tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed. SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-4 MASONRY CONSTRUCTION. 303-4.1.1 General. [Add the following:] The Retaining Wall shall be constructed per the details shown on the plans and this section 303-4. Included with the retaining wall material submittals, shall be samples of the Ledgestone veneer. The Block Planter Wall shall be constructed per the details shown on the plans and this section 303-4. 303-4.1.2 Construction. [Add the following to the end of this Section:] TESTING LABORATORY SERVICES: Laboratory selection, payment and reports in conformance with General Conditions and Section "Quality Control Services". Perform following tests: A. Concrete Masonry Units: Sampled and tested in accordance with ASTM specifications C140 and in addition shall have a maximum linear shrinkage of .06 percent from the saturated to the oven dry condition. B. Cement: Sample and test cement or provide mill test reports. C. Mortar: Take minimum of one set of cylinders on each of first three days of masonry work and thereafter at least one set on each 5,000 square feet of wall area placed. D. Grout: Make same number of tests as specified for mortar. QUALITY ASSURANCE A. All masonry work shall be continuously inspected. B. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. C. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: "Standard Specifications" — Standard Specifications for Public Works Construction "IBC" — International Building Code SP 42 OF 65 "ASTM" — American Society for Testing and Materials "DIS" — Division of Industrial Safety Refer to Section 01400. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. 303-5.1.1.1 Curbs and Curb and Gutter [Add the following subsection:] Curbs and/or curb and gutter shall be constructed per details shown on plans. Concrete curb and gutter, median curb and gutter, and median curb only and median curb shall be constructed to the lines and grades shown on the plans or as ordered by the Engineer. Existing curb and gutter to be joined shall be sawcut in a neat, straight line at the join location. Curb and curb and gutter construction shall occur prior to all cold milling and paving operations. Within the City of Newport Beach, the Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402. The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 303-5.1.1.2 Sidewalk [Add the following subsection:] Sidewalk shall be constructed per details shown on plans. Concrete sidewalk shall be constructed to the line, grades and designs shown on the plans or as ordered by the Engineer. Existing surfaces to be joined shall be sawcut on a neat, straight line at the join location. The contractor shall remove and replace any new concrete work with graffiti markings and blemishes at no additional cost to the City. Sidewalk shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patch back shall be placed within 72 hours following concrete placement. SP 43 OF 65 303-5.1.1.3 Curb Ramp [Add the following subsection:] Curb ramps shall be constructed per details shown on plans. Concrete Curb Ramps shall be constructed to the line, grades and designs shown on the plans or as directed by the Engineer. The Contractor shall remove and replace any new concrete work with graffiti markings and blemishes at no additional cost to the City. Curb ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patch back shall be placed within 72 hours following concrete placement. 303-5.1.1.4 Local Depression [Add the following subsection:] Concrete local depressions shall be constructed per details shown on plans. Concrete local depressions shall be constructed to the line, grades and designs shown on the plans or as ordered by the Engineer. Existing surfaces to be joined shall be sawcut on a neat, straight line at the join location. The contractor shall remove and replace any new concrete work with graffiti markings and blemishes at no additional cost to the City. 303-5.1.1.5 V -Ditch [Add the following subsection:] Concrete v -ditch shall be constructed per details shown on plans. Included in the v - ditch material submittals shall be a submittal containing product information for the atrium drain and PVC drain pipe. Concrete v -ditch shall be constructed to the line, grades and designs shown on the plans or as directed by the Engineer. Existing surfaces to be joined shall be sawcut on a neat, straight line at the join location. The Contractor shall remove and replace any new concrete work with graffiti markings and blemishes at no additional cost to the City. 303-5.1.1.6 Decorative Concrete Barrier [Add the following subsection:] Decorative concrete barrier with pile foundations shall be constructed per details shown on the plans and shall be constructed to the line, grades and designs shown on the plans or as directed by the Engineer. The Contractor shall construct a 10 -foot segment of the decorative concrete barrier for approval by the Engineer, and shall remove and replace any new concrete work with graffiti markings and blemishes at no additional cost to the City. 303-5.1.1.7 Turnout [Add the following subsection:] Turnout shall be constructed per details shown on plans. SP 44 OF 65 Concrete turnout shall be constructed to the line, grades and designs shown on the plans or as directed by the Engineer. The Contractor shall remove and replace any new concrete work with graffiti markings and blemishes at no additional cost to the City. 303-5.1.2 Drainage Outlets Through Curb. [Add the following to the end of the subsection:] The cost of all under sidewalk drains, including modification to curb, shall be included in the PCC Sidewalk bid item and no additional compensation will be allowed. 303-6 STAMPED CONCRETE 303-6.3 Pattern. [Add the following to the end of the subsection:] Median hardscape stamp pattern shall match the existing pattern of the medians at the Jamboree and MacArthur intersection. Prior to construction, Contractor shall submit a sample of the proposed median hardscape for approval by Engineer. 303-7 COLORED CONCRETE 303-7.1 General. [Add the following to the end of the subsection:] Median hardscape integral color shall match the existing color of the medians at the Jamboree and MacArthur intersection. Prior to construction, Contractor shall submit a sample of the proposed median hardscape for approval by Engineer SECTION 304 ---METAL FABRICATION AND CONSTRUCTION 304-2 METAL RAILINGS 304-2.1 Metal Hand Railings. 304-2.1.1 General. [Add the following to the end of the subsection:] Cable Railings shall be constructed per Caltrans Standard Plan B11-47, modified per detail 3 on sheet 5 of the plans, and conform to Section 83 'Railings and Barriers' of the Caltrans Standard Specifications, 2006 edition. Pedestrian Barricades shall be constructed per Caltrans Standard Plan ES -7P, Type 1, and conform to Section 83 "Railings and Barriers' of the Caltrans Standard Specifications, 2006 edition. SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS. SP 45 OF 65 306-1.1 Trench Excavation. [Replace third paragraph with the following] Excavation shall include the removal of ground water to a level sufficiently below the structure subgrade to ensure a firm and stable subgrade for the construction of pipes and structures. All costs for such dewatering shall be included in the prices paid for the various items of work except as may be otherwise specified in these Special Provisions. [Add the following]: Any trench with a depth of five (5) feet or greater shall be shored or braced. Trench safety and shoring of excavations shall comply with the requirements of the General Specifications. The Contractor shall be required to supply a copy of any permit required by the Division of Industrial Safety at the time of the pre -construction meeting. The cost of furnishing and installing bracing or other provisions required for worker protection shall be included in the various appropriate bid items of work, and no additional payment will be made therefor. All material used for worker protection, shall be removed from the project unless it has been approved to remain in place by the Engineer. 306-1.1.2 Maximum Length of Open Trench. [Add the following]: All work necessary for any given length of pipe placed, including excavation, bedding, pipe placement, backfill, temporary or permanent resurfacing shall be accomplished in the same working day. 306-1.2.1 Bedding. 306-1.2.1.1 General. [Add the following]: The cost of providing and installing said bedding material shall be included in the price paid for pipe, and no additional allowance will be made therefor. Bedding for RCP shall be per City of Newport Beach Drawing No. STD -106-L and City of Irvine Standard Plan 318. 306-1.2.2 Pipe Laying. 306-1.2.4. Installation, Field Jointing, and Inspection of Reinforced Concrete Pipe. [Add the following]: D -loads for all RCP are based on finished surfaces and normal highway loads. The Contractor shall exercise care in placing and compacting fill above pipes so that that designed D -loads are not exceeded. Any pipe damaged as a result of the Contractor's operations shall be replaced or repaired to the satisfaction of the Engineer at the Contractor's expense. SP 46 OF 65 306-1.3 Backfill and Densification. 306-1.3.1 General. [Add the following]: All trench backfill shall be densified to ninety percent (90%) minimum relative compaction. The top six (6) inches of trench backfill shall be per Section 301-1 "Subgrade Preparation" as modified by these Special Provisions. Jetting will NOT be permitted unless specifically approved in advance by the Engineer. Compaction equipment or methods, which may cause excess displacement of, may damage structures, such as sleeve tapers or other drop weight type equipment, shall NOT be used. Trench backfill slurry shall be used only with approval by Engineering. If used, trench backfill slurry shall be Class 100-E-100 in accordance with Section 201 "Concrete, Mortar and Related Materials" of the Standard Specifications, unless otherwise approved by the Engineer. 306-1.4 Testing Pipelines 306-1.4.1 General. [Add the following]: All testing of underground installation at any given point shall be completed before permanent resurfacing is completed at that point. SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-1 GENERAL 307-1.A GENERAL (CITY OF NEWPORT BEACH) For modification of the MacArthur Boulevard and Jamboree Road traffic signal system refer to Section 86 of the State of California Department of Transportation Standard Specifications, latest edition, unless otherwise detailed in the City of Newport Beach Traffic Signal Special Provisions Supplemental. 307-1.8 GENERAL (CITY OF IRVINE) For modification of the Jamboree Road and Centerpointe/Koll Center traffic signal system refer to Section 104, Traffic Signals, of the City of Irvine Standard Design Manual, latest edition and replace with the following: 307-11 PULL BOXES 307-11.1 General. REPLACE entire subsection with the following text: SP 47 OF 65 Traffic signal pull boxes shall be adjusted, relocated, replaced and installed per the provisions of Section 86 of the State Specifications as modified by these Special Provisions, and the Jamboree Road and Centerpointe/Koll Center traffic signal modification plans made part of these Specifications. a. Traffic signal pull boxes shall conform to the following types and applications: (1) Traffic signal wiring and interconnect pull boxes shall be No. 6 with lightweight lids. (2) Electrical power pull box shall be No. 5 or larger with a lightweight lid ("EDISON" marking), and shall be placed no more than 20 feet from the service cabinet. Only one pull box shall be allowed in the line between the Edison service vault and the traffic signal electrical service. (3) New or modified traffic signal cabinet bases shall include the installation of an adjacent B40 communications electrical box with a lightweight lid. b. The approved models are as follows: Size Christy BES #5 Box N30 Electrical Box C30 Electrical Box #5 Lid FL30T PL30T #6 Box N36 Electrical Box C36 Electrical Box #6 Lid FL36T PL36T B40 Box B40 Electrical Box C40 Electrical Box B40 Lid SYN2436T PL40T c. Pull box lids shall NOT be bolted down. d. Pull boxes shall not be placed: (1) In raised or painted medians. (2) In paved shoulder. (3) In traveled way. SP 48 OF 65 (4) In driveways. (5) Within one foot of a sidewalk access ramp or flares. e. When retrofitting ADA ramps, pull boxes within the ramp area must be relocated to conform to the placement restrictions identified in Condition No. d above. Pull boxes within the flare area may remain, but must be traffic rated with non-skid lids and re -installed flush with the concrete surface. f. Pull boxes shall be spaced at intervals of 400 feet or less. g. Cover markings: All traffic signal pull box covers shall be marked with "Traffic Signal", except electrical power pull box covers, which shall be marked "Edison". All markings shall conform to State of California Standard Specifications, Section 86-2.066 Cover Markings. Any sump of an existing pull box disturbed by the Contractor's operations shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed with a 1 -inch drain hole. All new pull boxes shall have crushed rock and shall be grouted with a 1 -inch diameter drain hole (See City of Irvine Standard Plan 16). 307-17 TRAFFIC SIGNAL CONSTRUCTION 307.17.1 General. After the last paragraph, ADD the following text: Traffic signal poles shall be relocated and/or constructed per the requirements and provisions under Section 86 of the State Specifications, these Special Provisions, and the Jamboree Road and Centerpointe/Koll Center traffic signal modification plans made part of these Specifications. The new location of signal poles shall be as shown on plan and shall be verified by the Engineer prior to relocation/installation. Turn -on of the new or modified traffic signal system shall only be made on a workday Monday through Thursday but not the day preceding a legal holiday and will be permitted between the hours of 9:00 a.m. and 2:00 p.m. only. The Engineer shall be notified at least three working days prior to the intended traffic signal turn -on. The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the traffic signal controller cabinet manufacturer or his representative, present at the time to verify operation of the equipment to be turned on. The Contractor shall not proceed with the turn -on without the presence of the City Traffic Engineer or his representative. No new signal locations shall be turned on without communications having been established to the ITRAC and the VMS master traffic control system, unless otherwise approved by the City Traffic Engineer. SP 49 OF 65 The existing electrical service for the controller cabinet and safety lighting system will be protected -in-place and re -used for this project. The cabinet assembly is existing at this project intersection and shall be protected -in- place, and reused (with modification) as follows: A. Jamboree Road/Centerpointe/Koll Center — ATMS Dual 332 Cabinet with 2070LN Controller, FILL, and miscellaneous equipment (Furnish and install in existing cabinet Iteris Vantage Edge2 video detection processor and extension modules and any miscellaneous equipment necessary to provide the operation shown on the plans.) In general, the work requires modification of the existing traffic signal and associated lighting systems, removing and installing new fiber optic signal interconnect and communication cables,, protecting in-place and reusing the existing traffic signal cabinet and controller, providing a new video detection system, roadway signing and striping and other appurtenant work. Improvements to be constructed include, but are not limited to, the following: a. Modification of existing traffic signal system and safety lighting at the following intersection: (1) Jamboree Road and Centerpointe/Koll Center b. Installation of traffic signal interconnect cable and related equipment along the following street segment: Jamboree Road — MacArthur Boulevard to Centerpointe/Koll Center In general, the work requires the existing traffic signal cable to be removed and furnish and install new 60 -fiber signal interconnect cable, 12 SMFO communications cable, and # 10 trace wire in existing and new conduit to controller cabinet at MacArthur Boulevard, all work per City of Irvine Standards. The furnishing, installing, and modifying of Traffic Signals and Highway Lighting Systems and Interconnect Facilities shall conform to these provisions, and the provisions in Section 86, 'Right of Way and Traffic Control Facilities" and "Material," of the State Standard Specifications and the Standard Plans of the State of California, Department of Transportation, latest edition. The Contractor shall deliver all materials to the site and install them at the appropriate location per the approved plans and these provisions. The Contractor shall be responsible for furnishing and installing all materials required to complete the contract per the plans and specifications.. SP 50 OF 65 307-17.5.4 Interconnect. REPLACE entire subsection with the following: This work involves removing existing interconnect cable and installation of new interconnect cable(s) as shown on the plans, and terminating the cable(s) at the cabinet located at the Jamboree Road and Centerpointe/Koll Center intersection. Specifically, the SIC to be installed with the project includes the following: a. 60 -fiber hybrid: The SIC for all construction shall be a 60 -fiber hybrid (24 x 62.5/125 micron multimode and 36 x 8.3/125 micron singlemode), 100% gel free cable as defined in City of Irvine Standard Plan 15, Signal Interconnect Cables. The approved 60 -fiber hybrid cable is a Corning Altos, part number 060XW4-641XXD20. b. 12 -fiber SMF: All SIC installations shall include and additional 12 -fiber singlemode, 100% gel free cable as defined in City of Irvine Standard Plan 15, Signal Interconnect Cables. The approved 60 -fiber hybrid cable is a Corning Altos, part number 012EW4-64101 D20. c. Trace Wire: Solid No. 10 green insulated copper trace wire, 1. SIC Pull Boxes: SIC conduit shall be installed in pull boxes using 45 - degree, UL approved elbows. These elbows shall be placed as far apart in the pull box as possible, oriented in the direction of the cable, and offset to one side to facilitate cable pulling and coiling (City of Irvine Standard Plan 16). Approximately 10 -feet of SIC shall be coiled inside of each pull box. 2. Splicing: SIC shall be continuous and unspliced between cabinets 3. Slack and Termination: A minimum of 50 feet of SIC slack shall be coiled and stored in the communications electrical boxes (B40BOX or No. 6 pull box) adjacent to the cabinet foundations at each end of a run. SIC shall be terminated in the communications cabinet (City of Irvine Standard Plans 13 and 14). When re -terminating existing SIC, sufficient cable slack shall be pulled from adjacent pull boxes to allow for terminations. If necessary, the slack will be obtained from as many pull boxes in the run required to re -terminate the cable to specifications. 4. Maintenance: The existing SIC system shall be maintained at all times during construction. In the event of damage, the contractor or responsible party, as determined by the Agency Representative, shall commence repairs immediately. Repairs shall be completed within 10 working days or the City shall have the option to complete necessary repairs and charge the responsible contractor(s) for any SP 51 OF 65 associated repair costs, pursuant to Sec. 6-3-317 of the City of Irvine Municipal Code. 5. Cleaning: Prior to any termination of copper SIC or the splicing of fiber optic cables, buffer tubes, fibers, etc. shall be cleaned with an acceptable industry cleaning agent to remove any gel or flooding materials used in the cable structure. Cabinet and surrounding area shall be cleaned of any debris and or gel flooding once termination procedure is completed. 6. Installation and Testing: Fiber optic SIC shall be installed, spliced, terminated, and tested in accordance with NECA/FOA 301-2004 standards. These standards are available for purchase from the National Electrical Contractors Association Web site at: http://www.necanet.org/store/index. cfm ?fuseaction =search results sites&index number-NECA%20301. This includes pre -installation and post installation testing of the cable. ® Pre -installation testing shall be performed on all fibers using an Optical Time -Domain Reflectometer (OTDR) to confirm no existing damage to the existing cable. The contractor shall perform such testing on-site prior to completing termination in the communication cabinet. ® Post -installation testing of all terminated fibers shall be performed using launch cables at both ends as specified in NECA/FOA 3012004 Annex B.3. The contractor shall perform such testing on-site after all termination and splicing work is completed. Test results: Test results, in the form of pre -installation test data and post -installation OTDR traces, shall be submitted to the Agency's Representative in a bound hard copy format along with the electronic file and appropriate viewing software, for review and approval after installation and splicing/termination work are completed. The pre- installation test results shall be in the form of a spreadsheet detailing the length and loss/km for each fiber as well as the parameters used for testing. The post -installation OTDR traces shall clearly show each continuous fiber, the connectors on each end, and the loss for each event. An Agency Representative shall approve the test results before final acceptance. 307-17.5.5 Fiber Optic Cable 307-17.5.5.1 General After the last paragraph, add the following text: The Fiber Optic Interconnect Unit (FIU) shall be protected and re -used at the existing signal cabinet unless directed otherwise by the Engineer. For reference, SP 52 OF 65 standard FIU components are listed in Table No. 1 (ATMS cabinets), below. At the Jamboree Road and Centerpointe/Koll Center intersection, the fiber optic cables shall be terminated and/or spliced with these components per the fiber chart provided by Traffic Engineering. A minimum of 2 working days notice will be required for Traffic Engineering to produce this documentation. Table No. 1 - Fiber Termination Components for ATMS Cabinet Manufacturer I Model I Description Qty Corning I CCH -02U (Rack -Mount Termination Housing (48 Fibers) 1 Corning CSH-03U Rack -Mount Splice Housing (up to 144 Fibers) 1 Corning M67-068 Splice tray (6 Fusion Splices) 2 Corning CCH-CP12- 15T 12 ST CCH panel, multimode ceramic 2 Corning CCU-CP12- 19T 12 ST CCH panel, single mode ceramic 2 Corning FAN-BT25- 06 Loose tube Fan -out kit 16 Corning 95-000-51 UniCam multimode ST connectors, ceramic 24 Corning 95-200-52 UniCam singlemode ST conectors, ceramic, UPC 24 Generic Varies 62.5/125 duplex fiber jumpers, ST-ST,1m 4 Generic Varies 62.5/125 duplex fiber jumpers, ST to MT -RJ, 3m 4 Generic Varies 1 8.3/125 duplex fiber jumpers, ST -ST, 1m 6 307-17.7 Vehicle Detectors 307-17.7.3 Inductive Loop Detectors. REPLACE entire subsection with the following: a. Loop Detectors: All detector units for advance loops shall be protected in-place and reused at the Jamboree Road and Centerpointe/Koll Center intersection. Presence loop detection units will be replaced with an Iteris Vantage Edge2 video detection processor and extension modules. SP 53 OF 65 b. Video Detectors: The intersection of Jamboree Road and Centerpointe/Koll Center will be upgraded to a video detection system as shown on the plans. Video detection systems shall be Iteris Vantage Edge2 systems. All components of the video detection system shall be installed per the Iteris Edge2 Installation and User Guide or per direction of the Engineer and shall be compatible with the existing controller cabinet at the intersection. The video detection processor and extension modules shall plug into the cabinet input file slots appropriate for the detection channels serviced. C. Loops: All advance detection loops shall be 6 -foot -diameter Type E installed per State of California Standard Plans ES -5A and ES -56 using Type 2 loop wire, unless otherwise approved by the City Traffic Engineer or his authorized representative. Elongated, oval shaped, loops may be installed to accommodate lanes over 12 feet in width. d. Loop Installation: Detector loops shall be installed in a saw -cut slot with a minimum of 3 -inches depth below the finished pavement surface, and minimum 2 -inches of sealant covering the loop wires (City of Irvine Standard Plan 9). All detection loops are to be sealed with hot melt adhesive. e. Series Connection: Where two loops are to be on one channel of detection, or to a single DLC, the loops shall be connected in series. f. Side Street Detection: Where a single phase is used on a side street approach, and both through (right turn) and left turn lanes are present, the left turn lane shall use phase 1 and/or 7 detection channels, and the plans shall indicate that left turn lane detection shall be jumpered to the through phase. The detection jumper configuration shall be done on the detectionprogramming panel. This jumpering shall not interfere with note g below. g. Side Street Right Lane Presence: To facilitate right turn delay functionality in the 2070 controller, the 6 phase 4 (18U) and 6 phase 8 (J8U) channels shall be exclusively used to serve the right -most stop bar detection loops on side street approaches. These detection channels shall not be jumpered to any others on the detection programming panel. h. Presence Loops: There shall be a maximum of two through loops for each presence detection channel. (City of Irvine Standard Plans 5 and 9). For each through lane up to 12 feet in width, there shall be two, 6 -foot diameter loops placed ten feet apart, in the direction of travel. The City Traffic Engineer shall approve all other loop sizes. Each presence loop shall have 3 turns. Where video detection SP 54 OF 65 systems are used in lieu of presence loops, the footprint of the video detection zones will envelop the area that would be occupied by presence loops of the configuration and location per these specifications, or as directed by the engineer. i. Presence Loop Placement: All presence loops shall be installed with the leading edge positioned one foot before the limit line, or the stop bar, in the direction of travel. All presence loop home run detection wires shall be located ahead of the loops, within the crosswalk. The left -turn lanes shall have four loops, with the front two loops and the back two loops on separate DLC's (City of Irvine Standard Plan 9). j. Single Lane/No Advance: Where a side street has only one lane of traffic, and no advance detection is installed, the loop configuration will consist of four Type -E loops. The front pair, closest to the stop bar, shall use channels 6 phase 4 or 6 phase 8 and be configured for delay capability per note 7 above. The back pair, farthest from the stop bar, shall use channels 4 phase 4 or 4 phase 8, configured as standard presence detection. k. Advance Loops: Advance detection loops shall be a single loop per lane with one DLC per loop. Each advanced loop shall be assigned to a separate detection channel. Each advance loop shall have four turns where the total length of the DLC is less than 500 feet; otherwise, five turns are required. Advance Loop Placement: Advance detection shall be provided on streets where the approach speeds are 25 mph or greater. Separate loops shall be placed in each through lane. Advance loop setback requirements from intersections, based on approach speeds, are shown in Table No. 7, below. Advance Detector Loop Setback CA-MUTCD Tahle 4D-101 Approach Speed (mph) Setback (feet from limit line) 25 105' 30 140' 35 185' 40 230' 45 285' 50 345' 55 405' 60 475' SP 55 OF 65 307-17.8 Pedestrian Signals 307-17.8.2 Pedestrian Push Buttons. REPLACE entire subsection with the following text: Pedestrian/Bicycle push button poles shall be relocated and installed per the requirements and provisions under Section 86-5.02 of the State of California Standard Specifications, these Special Provisions, and the Jamboree Road and Centerpointe/Koll Center traffic signal modification plan made part of these Specifications. The new location of Pedestrian/Bicycle pushbutton poles, if any, shall be as shown on plans and shall be verified by Engineer prior to relocation. All new signalized intersections shall have ADA compliant pedestrian and bicycle push buttons as specified below: a. PPB: New pedestrian push buttons (PPB) shall be ADA compliant, vibratory (City of Irvine Standard Plan 22), Type B with international symbol sign plates. The sign plates shall have black background with white illustrations. b. BPB: Bicycle push buttons (BPB) shall be ADA compliant, non - vibratory, Type B with international symbol sign plates. The sign plates shall have green background with white illustrations. C. Special: When applicable, provide special height push buttons for equestrian trail street crossings. d. ADA: The pedestrian push button assembly shall be mounted where the center of the PPB cap is located per ADA regulations or one meter (39.37") from the ground. Bicycle push buttons, and any other non -- vibratory buttons, shall be 2 -inch diameter, stainless steel, ADA compliant push button caps. e. Vibratory: Vibratory pedestrian push button systems shall be field wired models utilizing pedestrian head mounted control boards. Approved models are the Polara 4 -Wire Navigator or Campbell Advisor 57. Such units shall include a vibro-tactile push button with an integrated arrow indicating crosswalk direction, an audible button locator tone, a programmable audible walk message, and adjustable volume control. Such systems shall be installed per the manufacturer's instructions. When installing a system requiring a programmer unit, one such programmer unit shall be provided to the City with each installed system. ADD the following subsection: 307-17.10 Closed Circuit Television (CCTV) System SP 56 OF 65 There is an existing CCTV system complete with MPEG transmission at the Jamboree Road and Centerpointe/Koll Center intersection. This system will be protected -in-place and reused for this project. The Contractor shall exercise extreme care to avoid damage to the existing system and will be responsible for repair of any damage caused by his operations to the satisfaction of the Engineer. ADD the following subsection: 307-17.11 Emergency Vehicle Preemption (EVP) System There is an existing Emergency Vehicle Preemption (EVP) System at the Jamboree Road and Centerpointe/Koll Center intersection. This system will be protected -in-place and reused for this project. The Contractor shall exercise extreme care to avoid damage to the existing system and will be responsible for repair of any damage caused by his operations to the satisfaction of the Engineer. SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.1 General In paragraph three, remove "or Class B topsoil'. Add the following paragraph for palms: Backfill for palms shall be 100% washed plaster sand. For each cubic yard of sand, blend two (2) pounds of 16-16-16 commercial fertilizer prior to placement in planting hole. 308-2.3.1 General Delete first sentence of paragraph four. Add the following at end of section: WEED ABATEMENT OPERATIONS Contractor shall incorporate a 4 week long grow and kill period prior to the start of any planting. The irrigation system, soil preparation operations, and finish grade shall be approved by the Engineer prior to weed abatement operations. Contractor shall operate the irrigation system to keep planting areas uniformly moist for a period of two (2) weeks (14 calendar days). At the end of the two (2) week period, Contractor shall spray all visible weeds with an approved non-selective, post emergent herbicide. Application rate and method shall be recommended by the manufacturer. After spraying, planting areas shall remain unwatered for a minimum of forty-eight (48) hours. After seven (7) calendar days from the chemical application, weeds and debris shall be disposed of off-site. SP 57 OF 65 Contractor shall apply spray chemicals when air currents are still; preventing drifting onto adjoining property and preventing any toxic exposure to persons whether or not they are in or near the project. After weed abatement operations, and as determined by the Engineer, planting areas shall be scarified to a depth not to exceed one inch (1 "). Engineer shall approve weed abatement operations prior to hyrdroseeding. Weeds and debris shall be disposed of off-site. 308-2.3.2 Fertilizing and Conditioning Procedures. Add the following paragraph for palms: Root growth stimulant shall be equally distributed around the rootball and water jetted into the backfill when the backfilling is between one-half (1/2) to two-thirds (2/3) up the rootball. Stimulant shall be Vitamin B-1 as manufactured by Cal -liquid, Crooke, Chican, or Ortho. Application rate shall be as recommended by the manufacturer. 308-3 HEADER INSTALLATION. Delete section 308-4 PLANTING 308-4.6 Plant Staking and Guying 308-4.6.2 Method "B" Tree Staking. Delete paragraph 308-4.7 Ground Cover and Vine Planting. Delete paragraph 308-4.8 Lawn Planting 308-4.8.2 Seed. Delete paragraph 308-4.8.4 Stolon. Delete paragraph 308-4.9 Erosion Control Planting. Delete section 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General. The following paragraphs shall be added after paragraph three: Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which maybe required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. SP 58 OF 65 All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the City Representative. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revisions necessary and shall perform such at his own expense. The following paragraph shall be added at the end of the subsection: Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 308-5.2 Irrigation Pipeline Installation 308-5.2.1 General. The following sentences shall be added at the end of paragraph four: A minimum of twelve inches (12") clearance shall be maintained between irrigation pipelines and non -irrigation pipelines/conduits. The 2 -inch PVC irrigation water line directly buried in the roadway shall be installed per the plans, Irvine Ranch Water District (IRWD) Standard Drawings, and IRWD General Technical Specifications. 308-5.2.3 Plastic Pipeline. Replace the third paragraph with the following: All solvent welding of PVC pipe and fittings shall be a two step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel -like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855. Replace the seventh paragraph with the following: No contractor thread cutting of Schedule 80 PVC fittings shall be allowed. All Schedule 80 nipples and risers shall have manufacturer molded threads. The following shall be added to the end of paragraph one: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, SP 59 OF 65 and on all threaded PVC to metal joints. Light wrench pressure is all that is required. The following paragraph shall be added following paragraph four: Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment. The following paragraph shall be added after the second paragraph: Ball valves shall be the same size as the pipeline in which they are installed for two inch (2") pipeline and smaller, for two and one-half inch (21/2") pipeline use two inch (2") ball valve. Downstream piping from the control valve shall be the size indicated on the Plans. Use PVC reducing bushings as required to change between control valve sizes and pipe sizes. Replace the words "covered concrete" in the second sentence of the fourth paragraph with the words "plastic valve box". Replace the first sentence of the fifth paragraph with the following: All quick coupler valves shall be installed inside plastic valve boxes, no quick coupler valves shall be installed projecting above grade. Replace the words "covered concrete' in the second sentence of the fifth paragraph with the words "plastic valve box'. Eliminate the third sentence in the fifth paragraph. Replace the word "double" in the fourth sentence of the fifth paragraph with the word "triple". Eliminate the sixth paragraph. 308-5.4 Sprinkler Head Installation and Adjustment 308-5.4.2 Location, Elevation and Spacing. Eliminate the fourth and fifth paragraphs in this section. 308-5.4.3 Riser and Nozzle Line Installation. Replace the second through seventh paragraphs in this section with the following: SP 60 OF 65 Sprinkler heads shall be installed on triple swing joint assemblies. Triple swing joint assemblies shall be pre -assembled units manufactured of PVC joints and pipe with double o -ring seals. The lay length of the swing joint shall be a minimum of 150mm (6"). No contractor assembled swing joints or Marlex fittings shall be allowed. Sprinkler swing joints shall be sized per the inlet of the sprinkler on which they are to be used. Quick coupler swing joint assemblies shall be pre -assembled triple swing units manufactured of PVC joints and pipe with double o -ring seals. Swing joints shall have a 25mm (1 ") brass MIPT outlet, for the connection to the quick coupler, and a 25mm (1") PVC MIPT connection on the inlet side of the assembly. Swing joint shall have an integral collar with holes for the installation of two No. 13M (No. 4) reinforcing steel rods to support the quick coupler. 308-5.4.4 Sprinkler Head Adjustment. Add the following sentence to this section. Sprinkler heads shall be adjusted to eliminate overspray onto adjacent paving, brick dust, play surfaces or other non -planted areas. 308-5.5 Automatic Control System Installation. Replace the word "concrete" in both instances in the second sentence of the third paragraph with the word "plastic". Replace the words "galvanized steel' in the first sentence of the fourth paragraph with the words "Schedule 40 PVC'. 308-5.6 Flushing and Testing 308-5.6.1 General. The following paragraph shall preface the subsection: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be piped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at anyone time. Amend the last sentence of the first paragraph by adding "and approved in writing"' at the end of the sentence. Add the following paragraph to the end of the subsection: When the irrigation system is completed, a coverage test shall be performed in the presence of the City inspector to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings SP 61 OF 65 as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the City inspector. This test shall be accomplished before any ground cover is planted. The Contractor shall request the presence of the City in writing at least forty-eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Replace the second sentence in paragraph six (6) to read: The plant establishment period shall be for a period of ninety (90) calendar days and only include areas within public right of way and APN 427-242-007. 308.6.2 Charts, Manuals, and Drawings. Subsection is hereby added to subsection 308-6 of the Standard Specifications as follows: 308-6.2.1 As -Built Drawings. Contractor shall provide City Representative with "as - built mylars" at the completion of the project. Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: 1. Ball valves 2. Sprinkler control valves 3. Routing of control wiring 4. Quick coupling valves 5. Other related equipment as directed by the City 6. Significant changes in routing of lateral lines from those indicated on the plans Delivery. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed mylar aperture cards to the City. Delivery of the final mylar will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 308-6.2.2 Controller Charts. As -built drawings shall be approved by the City before the Contractor prepares the controller charts. Provide one controller chart for each controller supplied. In the case that no controller is provided, the Contractor shall prepare a new controller chart utilizing any existing system that is being protected, as well as any new systems on line, for the existing controller(s). The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. SP 62 OF 65 The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of ten (10) mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. 308-6.2.3 Manuals. Operation and Maintenance Manuals. Prepare and deliver to the City within ten (10) calendar days after substantial completion of the project, two (2) hard cover binders with three rings containing the following information: 1. Index sheet stating Contractor's address and telephone number and list of equipment with name and address of local manufacturer's representatives. 2. Catalog and parts sheets on every material and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The Contractor shall file a complete copy of these specifications along with the guarantee prior to the acceptance of the irrigation system by the City. A copy of the guarantee form shall be included in the operations and maintenance manual. The guarantee form shall be retyped onto the Contractor's letterhead per attached form. 4. Complete operating and maintenance instructions on all major equipment. In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. 308-6.3 EQUIPMENT 308-6.3.1 Loose Equipment to be Furnished. The following subsection shall be added (confirm each item with the City Inspector prior to actual turn -over): The Contractor shall supply as a part of this contract the following tools: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. 2. One (1) quick coupler key and matching hose swivel for every five (5) of each type of quick coupling valve installed. 3. Six (6) spray nozzles of each type specified on the legend. 4. Twelve (12) spray bodies of each manufacturer specified on the legend. 5. Two (2) keys each for controller and controller enclosure doors. The above-mentioned equipment shall be turned over to the City at the conclusion of the project before final inspection can occur, evidence that the City has received material must be shown to the City Representative. 308-7 GUARANTEE. The text of the subsection shall be deleted and replaced with the following: SP 63 OF 65 The guarantee period shall begin at completion of maintenance or date of substantial completion as per the City's Representative, whichever is later. Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Any settling of backfill trenches which may occur during the one year guarantee period shall be repaired to the City's satisfaction by the Contractor without expense to the City, including the complete restoration of damaged planting, paving, or other improvements of any kind. The Contractor, within fifteen (15) days of notification by the City Representative, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. 308-8 PAYMENT. The lump sum or unit prices shown in the Bid shall include full compensation to complete and maintain the landscape and irrigation work shown on the Plans or in the Specifications. SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until SP 64 OF 65 the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." [Add the following section:] SECTION 313 ---OTHER CONSTRUCTION ITEMS 313-1 TRUNCATED DOMES. 313-1.1 General. Truncated domes within the City of Newport Beach shall be dark grey in color and shall be "Terra Paving" as manufactured by Wausau Tile, Inc. of Wisconsin or Equal. Truncated domes within the City of Irvine shall be per Plans. Truncated domes on curb ramps shall be included in the cost of the curb ramp. 313-2 WATER SERVICE RELOCATION. 313-2.1 General. Existing water service shall be removed to the corporation stop at the main and plugged per IRWD standards plans and specifications. Contractor shall coordinate with Engineer, any materials (meter, meter box, copper line, or backflow preventer) to be salvaged with IRWD or with City of Newport Beach per 5-8. All materials not salvaged shall be disposed of per 300-1.3.1. SP 65 OF 65 New water service, meter box, and backflow preventer shall be installed per Plans and IRWD specifications. New backflow preventer shall be installed 1 -foot maximum behind water meter box and shall be connect to existing private water line. 313-3 SEWER FORCE MAIN. 313-3.1 General. Sewer force main pipe shall be PVC C-900, Class 150 with ductile iron fittings (with thrust blocks per plan) and installed per IRWD specifications. Bedding for sewer force main shall be Controlled Low Strength Material (CSLM) per section 201-6. Contractor shall join existing sewer force main with Fernco flexible coupling or equal. Contractor shall provide all necessary shoring to protect existing curb and gutter and paving adjacent to new sewer force main alignment. Prior to construction, Contractor shall confirm join locations and depths at both ends of new alignment. Appendix City of Newport Beach Traffic Signal Special Provisions Supplement Jamboree Road Widening Project From Bristol Street North to Fairchild Road C-4071 July, 2012 TABLE OF CONTENTS 1.0 Summary of Work........................................................................................................1 1..1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF WORK.......................................................................................................... 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS..............................................................................2 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 3 1.6 CABLING REQUIREMENTS........................................................................................................ 3 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 3 2.0 Contractor's Qualifications...........................................................................................6 2.1 GENERAL.............................................................................................................................6 2.2 REQUIREMENTS.....................................................................................................................6 3.0 Fiber Optic Cable.........................................................................................................7 3.1 REQUIREMENTS.....................................................................................................................7 3.2 QUALITY CONTROL................................................................................................................ 8 3.3 GENERAL CON5IDERATIONS..................................................................................................... 8 3.4 FIBER CHARACTERISTICS.......................................................................................................... 8 3.5 COLOR CODING..................................................................................................................... 9 3.6 GENERAL CABLE PERFORMANCE.............................................................................................10 3.7 DROP CABLE....................................................................................................................... 11 3.8 FIBER PATCH CORDS............................................................................................................ 11 3.9 FIBER OPTIC FAN -OUT KITS................................................................................................... 11 3.10 FIBER OPTIC CONNECTORS................................................................................................ 12 3.11 FIBER OPTIC INSTALLATION................................................................................................ 12 3.12 SPLICING........................................................................................................................ 15 3.13 FIBER OPTIC CABLE ASSEMBLIES......................................................................................... 16 3.14 FIBER ASSIGNMENTS........................................................................................................ 17 3.15 FIBER OPTIC CABLE LINK TESTING....................................................................................... 17 3.16 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)......................................................... 20 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION............................................................... 20 3.18 FIBER OPTIC CABLE ROUTE RECORDS................................................................................... 21 3.19 #10 GREEN TRACER WIRE................................................................................................. 21 4.0 Microduct..................................................................................................................22 4.1 GENERAL........................................................................................................................... 22 4.2 REQUIREMENTS................................................................................................................... 22 4.3 QUALITY CONTROL.............................................................................................................. 22 4.4 MATERIAL.......................................................................................................................... 22 4.5 INSTALLATION..................................................................................................................... 22 5.0 Fiber Patch Panel/Wall Interconnect Unit..................................................................23 F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeach7rafficSignalSupplement.doc II 5.1 GENERAL........................................................................................................................... 23 5.2 DESCRIPTION......................................................................................................................23 6.0 Fiber Distribution Unit (FDU) and Rack.......................................................................24 6.1 GENERAL........................................................................................................................... 24 6.2 DESCRIPTION OF FDU.......................................................................................................... 24 7.0 Splice Closures...........................................................................................................25 7.1 GENERAL...........................................................................................................................25 7.2 INSTALLATION..................................................................................................................... 25 8.0 Ethernet Switch.........................................................................................................27 8.1 GENERAL.............................................................................................................................27 8.2 CAT6-A CABLE................................................................................................................... 27 8.3 INSTALLATION..................................................................................................................... 27 8.4 TESTING.............................................................................................................................27 8.5 WARRANTY........................................................................................................................ 27 9.0 Power Strip................................................................................................................28 9.1 GENERAL...........................................................................................................................28 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 28 10.0 CCTV System..........................................................................................................29 10.1 GENERAL........................................................................................................................29 10.2 CCTV DOME CAMERA...................................................................................................... 29 10.3 CCTV VIDEO ENCODER..................................................................................................... 29 10.4 CCN INTEGRATED CAMERA CABLE..................................................................................... 29 11.0 Conduit..................................................................................................................30 11.1 GENERAL........................................................................................................................30 11.2 REQUIREMENTS...............................................................................................................30 11.3 QUALITY CONTROL........................................................................................................... 30 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................ 30 11.5 PVC SCHEDULE 80 CONDUIT............................................................................................. 31 11.6 INSTALLATION................................................................................................................. 31 11.7 TRENCHING.................................................................................................................... 32 12.0 Pull Boxes...............................................................................................................34 12.1 GENERAL........................................................................................................................34 12.2 PULL BOX AND PULL BOX COVER........................................................................................ 34 12.3 INSTALLATION REQUIREMENTS........................................................................................... 34 12.4 INSTALLATION DETAIL....................................................................................................... 35 13.0 Twisted Pair Cable..................................................................................................36 13.1 GENERAL........................................................................................................................36 13.2 REQUIREMENTS...............................................................................................................36 F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_Newport8eachTrafficSignalSuppie ment.doc I I I 13.3 CABLE MARKING............................................................................................................. 36 13.4 QUALITY CONTROL........................................................................................................... 36 13.5 GENERAL CONSIDERATIONS............................................................................................... 36 13.6 INSTALLATION................................................................................................................. 37 13.7 COMMUNICATION LINK TESTING.......................................................................................... 37 14.0 Controller Cabinet Assemblies................................................................................38 14.1 GENERAL........................................................................................................................38 14.2 DOCUMENTATION............................................................................................................ 38 14.3 WARRANTY.................................................................................................................... 38 14.4 CABINET STANDARDS ........................................................................................................ 38 14.5 CABINET WIRING............................................................................................................. 39 14.6 CABINET EQUIPMENT........................................................................................................ 41 15.0 Standards, Steel Pedestals, and Posts.....................................................................44 15.1 GENERAL........................................................................................................................44 15.2 FOUNDATIONS................................................................................................................ 44 16.0 Service Enclosures..................................................................................................45 16.1 GENERAL........................................................................................................................45 17.0 Vehicle Signal Faces................................................................................................46 17.1 LIGHT EMITTING DIODE SIGNAL MODULE............................................................................. 46 17.2 PEDESTRIAN SIGNALS........................................................................................................ 46 18.0 Vehicle Detectors...................................................................................................47 19.0 Pedestrian Push Button Assemblies........................................................................48 20.0 Lighting..................................................................................................................49 20.1 HIGH PRESSURE SODIUM LUMINAIRES.................................................................................. 49 20.2 HIGH PRESSURE SODIUM LAMP BALLASTS............................................................................. 49 20.3 LAG-TYPE REGULATOR BALLASTS........................................................................................ 49 20.4 LEAD TYPE REGULATOR BALLASTS....................................................................................... 49 20.5 PHOTOELECTRIC CONTROLS............................................................................................... 50 20.6 INTERNALLY ILLUMINATED STREET NAME SIGNS..................................................................... 50 21.0 Opticom Priority Control System ................................... Error! Bookmark not defined F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DES IGN PHASE\100% PS&E\A01 NewportBeachTraHicSignalSupplement.doc iv 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done within either City of Newport Beach or City of Irvine right-of-way. Street Name Limits Jamboree Road I Bristol St North to Fairchild Road MacArthur Boulevard I Jamboree Road to Von Karman Avenue 1.2 DESCRIPTION OF WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Furnish and install all labor and material required for modification of the MacArthur Boulevard and Jamboree Road traffic signal system (operated by the City of Newport Beach) as shown on the plans. • Furnish and install all labor and material required for modification of the Jamboree Road and Centerpointe/Koll Center traffic signal system (operated by the City of Irvine), including installation of a new video detection system, as shown on the plans. • Furnish and install new 6 -strand SMFO cable in new (microduct) conduit from the new controller cabinet location at MacArthur Boulevard/Jamboree Road to existing splice vault on northwest corner of the intersection, as shown on the plans (operated by the City of Newport Beach). • Remove existing cable and install new conduit and 60 fiber interconnect and 12 SM fiber from existing controller cabinet location at MacArthur Boulevard/Fairchild Road to existing cabinet at Jamboree Road and Centerpointe/Koll Center per City of Irvine specifications, and as shown on the plans. This City of Newport Beach Traffic Signal Special Provisions Supplemental and the specifications included herein, apply only to work involving traffic signal systems operated and maintained by the City of Newport Beach as identified above. See the Project Special Provisions and City of Irvine Standard Design Manual Section 104, Traffic Signals, for requirements of work involving traffic signal systems operated and maintained by the City of Irvine. 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01 Newport Beach7rafficSigna ISupplement.doc 1 Traffic Signal shutdown shall be limited to the hours between 10:00 p.m. and 5:00 a.m. on weekdays (Monday through Friday), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall also occur during the specified times above. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturers recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01 NewportBeach"FrafficSignaISupplement.dcc. 2 to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range -+50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR F:\Users\PBW\Shared\Contracts\FV 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficSignalSupplement.doc 3 It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the modified systems, including any existing fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right-of-way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with the City of Irvine for all work within their respective right-of-way. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficS!gnal5upplement.doc 4 If other equipment not mentioned in these Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved at each project location. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01 11ewporlBeachTrafficSigna15upplement.doc 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCN cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\1009/ PS&E\A01 NewportBeachTrafficSigna[Supplement.doc 6 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_Newport8eachTrafficSignal5upplemen t.doc 7 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code (NESC), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.3 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 3.4 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS Media FX Plus or approved equivalent F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01 NewportBeachTrafficSignaISupplemenI.doc 8 Pafafnetefs� Value. Core diameter 8.3 µm (nominal) Cladding diameter 125 pm ± 1.0 ltm Core to Cladding Offset 50.7 µm Coating Diameter 240 µm ±0.5 pm Cladding Non -circularity defined as: (1- (min. cladding dia + max. cladding dia.&100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm <0.35 dB/km <_ 0.31 dB/km <0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak <2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (No) Zero Dispersion Slope 1302 < X,< 1322 nm <0.092 ps/(nm2.km) Maximum Dispersion: < 3.5 ps/(nm,km) for 1285 - 1330 nm < 18 ps/(nm.km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ±0.4 pm at 1310 nm 10.5±0.5pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.5 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) S. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficSignalSupplement.doc 9 The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.6 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow (Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0,1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall note exceed 0.4 dB during loading at 1550 nm for single -mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ±0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PFIASE\100% PS&E\A01_Newport8eachTrafficSignalSupplement.doc 10 residual tensile load, 400 N (90lbf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.7 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.8 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single -fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal. 3.9 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic juniper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 2501im fiber (loose tube cable) and F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\ABi NewportBeachTraffic5ignal5upplement.doc 11 shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 3.10 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and JIS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 Ib. Temperature Cycling <0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 3.11 FIBER OPTIC INSTALLATION F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewporteeachTraffic5ignal5upplement.doc 12 Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: o Proper attachment to the cable strength elements for pulling during installation. o Cable tensile limitations and tension monitoring procedures. o Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 5. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. F:\Users\PBw\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd.improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTraffic5ignalSupplement.doc 13 When power equipment is used to install optical -fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. F:\Users\PBW\Shared\Contracts\FV 12 -13\C -4071 -Jamboree ad Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeach-Fra fffc5ignalSupplement.doc 14 Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.12 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Ad Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficSignal5upplement.doc 15 Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.13 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5; the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficSignalSupplement.doc 16 All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Pm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 IV.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.14 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans 3.15 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. F:\Users\PBW\Shared\Contracts\FV 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchlld\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficSignal5upplement.doc 17 Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 OOD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination proce::s has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. F:\Users\PBw\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTraffic5ignal5upplement.doc 18 Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (d B), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficSignalSupplement.doc 19 allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.16 INSERTION LOSS TEST EQUIPMENT FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\300% PS&E\A01 Newport8eachTrafficsigna15upplemenr.doc 20 System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.18 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 3.19 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTraffic5ignal5upplement.doc 21 4.0 MICRODUCT 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smoothwall with mirroribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall extend and be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficSignalsupplement.doc 22 5.0 • FIBER PATCH PANEL/WALL_.INTERCONNECT UNIT 5,1 GENERAL The Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be relocated from the existing Type P cabinet at Jamboree Road and MacArthur Boulevard and installed in the new Type R cabinet per these specifications per the section below. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in the Type R cabinet shall be wall or shelf mounted in the outdoor traffic signal controller cabinet. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01 Q, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\AO1 NewportBeachTrafficSignalSupplement.doc 23 6.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 6.1 GENERAL The Contractor shall relocate the fiber distribution unit (FDU) from the existing Type P cabinet at Jamboree Road and MacArthur Boulevard to the new Type R cabinet per these specifications and per direction of the Engineer. 6.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the necessary connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. The FDU and associated equipment are existing and shall be reused as directed by the Engineer. If new equipment is required, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal. F:\Users\PBW\shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafcsignalSupplement.doc 24 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. 'F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_Newport6eachTrafficSignalSupplement.doc 25 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the.fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapusulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection -molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encopsulant, trays, and reseal kits shall be from OFS, Corning Coble Systems, or approved equal. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01 NewportBeachTraMcSignalSupplement.doc 26 8.0 ETHERNET SWITCH 8.1 GENERAL The existing Ethernet Switch located in the Type P cabinet at Jamboree Road and MacArthur Boulevard will be relocated in the new Type R cabinet per direction of the Engineer. 8.2 CAT6-A CABLE Contractor shall furnish and install CAT&A cable and complete connections from Ethernet Switch and installed equipment in new Type R controller cabinet including traffic signal controller and video encoder, at Jamboree Road and MacArthur Boulevard. 8.3 INSTALLATION The Ethernet Switch to be relocated is existing in the Type P cabinet at the Jamboree Road and MacArthur Boulevard intersection and will be installed in the new Type R cabinet as directed by Engineer. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed/relocated items and certify in writing to City that installed/relocated items operate within manufacturer's requirements. 8.5 WARRANTY The contractor shall warranty operation of relocated equipment to be free from defect due to workmanship a minimum of one (1) year from date of acceptance. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficSignalSupplement.doc 27 9.0 POWER STRIP 9.1 GENERAL The Contractor shall furnish and install one power strip in the new Type R cabinet at Jamboree Road and MacArthur Boulevard. The power strip shall be used to power the Ethernet switch and other equipment as necessary. An existing power strip meeting the specifications of this section may be relocated from the existing Type P cabinet for this purpose, if available. Power strips installed in NEMA cabinets shall be wall -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cahinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8Ultro-NEMA, or approved equal. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTra(fcSignalSupplement.doc 28 10.0 CCTV SYSTEM 10.1 GENERAL The Closed Circuit Television (CCN) Camera Systems shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCN camera system at Jamboree Road and MacArthur Boulevard including the dome camera, CCN camera mounting hardware, and video encoder is existing and shall be protected in-place or relocated as indicated on the plans. The Contractor shall install new CCN camera cable and relocate the existing video encoder to the new Type R cabinet as shown on the Plans. 10.2 CCTV DOME CAMERA The Camera at Jamboree Road and MacArthur Boulevard is existing and shall be protected in place and reused. 10.3 CCTV VIDEO ENCODER The video and data encoder at Jamboree Road and MacArthur Boulevard is existing in the Type P cabinet to be removed and shall be relocated to the new Type R cabinet and reused. 10.4 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA295M, or approved equal F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NevvportBeachTrafficSignalSupplement.doc 29 11.0 CONDUIT 11.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 11.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE. conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 11.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and 1-11-6518. The conduit leading to :splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBea chTrafficSignalSupplement.doc 30 The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent. 11.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent. 11.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\Ao1_NewportBeachTrafficSignalSupplement.doc 31 All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 11.7 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\300% PS&E\A01_NewportBeachTrafficSignalSupplement.doc 32 inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\300% PS& E\A01_N ewp o rt Bea chTra ff icSigna IS upp le m e n t. doc 33 12.0 PULL BOXES 12.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 12.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read 'TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 12.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficsignalSupplement.doc 34 of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people orvehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 12.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. F:\Users\PBW\Shared\Contracts\FV 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS& E\A01_NewportBeachTrafficSignalSupplement.doc 35 13.0 TWISTED PAIR CABLE 13.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 13.2 REQUIREMENTS Twisted pair cable shall be supplied in the config arations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 13.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (Y2) of the diameter of the cable and must be permanent and weatherproof. 13.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 13.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid p 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage F:\Users\PBW\Shared\Contracts\FY12-13\C-4071-Jamboree Rd Improvements Bristol to Faitch! ld\DESIGN PHAS E\100% P5&E\A01 NewportBeachTraffic5ignalSuppiement.doc 36 • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 13.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 13.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CD. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTraffic5igna15upplement.doc 37 14.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies' of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: 0 For 16 position main panel 0 Type "R" aluminum cabinet powder -coated white inside and out. -• Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. 0 Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU 0 16 -channel detector rack w/ BIU slot (minimum) 0 8- 2 -channel Detectors (minimum) or (16 channel max.) 0 Bus Interface Units— detector rack only 0 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 14.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 14.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 14.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 14.4 CABINET STANDARDS 14.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: 0 Material shall be 5052-1-132 0.125 -inch thick aluminum F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficSignalSupplement.doc 38 • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color 917875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams.. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 14.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "0" and "R" cabinets shall have three (3) shelves. 14.5 CABINET WIRING 14.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 14.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 14.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16") minimum. 14.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 14.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 14.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS & E\A01_Newpo Rae a chTra fficS ig na IS upp I eme nt.doc 39 14.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right coroner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 14.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 14.5.9 2 -POSITION Auro/FLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.103 -POSITION AUTolOFFION STOP TIME —SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 14.5.112 -POSITION CONTROLLER POWER ONIOFF —SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 145.192 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 14.5.142 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 14.5.15CABLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 14.5.16COLOR CODING All cabinet wiring shall be color coded as follows: F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\ADl NewportBeachTrafficSignalSopplement.doc 40 • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red Red signal wiring • Blue = Controller wiring • . Gray .= DC gro u nd(return),(logic ground) • Black — AC+ • White — AC- • Green = Chassis 14.5.1 7MAIN- PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solderless connectors shall be used. Printed circuit boards shall Not be used cn main panels. 14.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 14.5.19 DETECTOR RACK AND INTERFACE. A minimum of one vehicle loop detector rack and ane detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 14.5.20PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 14.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 14.5.22FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 14.6 CABINET EQUIPMENT 14.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 14.6.2 DETECTORS F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01—NewportBeachTrafficsignalSupplement.doc 41 Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 14.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 14.6.4 BIU (BUS INTERFACE UNIT) BIU's shall rneet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 14.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 14.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRACS central control system. The interface panel shall also contain wiring for door open and flash alarms. 14.6.7 POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 14.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemon model If S66M1-50 and sub- base. 14.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 14.6.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 14.6.111NTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 14.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. 14.6.13TESTING FACILITY F:\Users\PBW\Shared\Contracts\FV 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% Ps&E\A01 NewportBeachTrafflcSignalSupplement.doc 42 The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 14.6.14 EQUIPMENT TURN ON REQUIREMENTS Representatives from both Econolite and DDL Traffic and a signal technician from the city shall be present at the time of the controller assembly turn on. The representatives shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficSignalSupplement.doc 43 15.0 STANDARDS, STEEL PEDESTALS, AND POSTS 15.1 GENERAL Contractor shall furnish all hardware -to meet the state specifications for all new and relocated equipment. The hardware shall be hot -.dip galvanized or stainless steel as detailed. 15.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. after all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\AAS_NewportBeachTrafficSignalSupplemen I.doc 44 16.0 SERVICE ENCLOSURES 16.1 GENERAL Electrical service shall be modified Type II unless otherwise shown on the plans, and furnished by the Contractor: It shall be equipped with five (5).circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -213 and City Standard 910-L (P and R cabinets). If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 Newport Beach-TrafficSignalSupplementdoc 45 17.0 VEHICLE SIGNAL FACES Where indicated on the plans vehicle indications/heads shall be furnished and replaced new, including mounting framework and hardware. All new vehicle indications shall be nominal 12 -inch Ciameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. All new vehicle indications, visors, and back plates shall be structural plastic. Top openings of vehicle indications shall be sealed with neoprene gaskets. 17.1 LIGHT EMITTING DIODE SIGNAL MODULE All LED vehicle indications shall be Gelcore or Dialight (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. 17.2 PEDESTRIAN SIGNALS Where indicated on the plans pedestrian indications/assemblies shall be furnished and replaced new, including mounting hardware. All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal) Type A (LED) with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. F:\Users\PBW\Shared\Contracts\FY 12-13\C-4071- Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewporteeachTrafficSignal5upplement.doc 46 18.0 VEHICLE DETECTORS Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -SB and shall be Type D (head loops) or Type E spaced ten feet apart, and shall extend one foot into the crosswalk. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_Newport0each7ratficSignal5upplement.dcc 47 19.0 PEDESTRIAN PUSH BUTTON ASSEMBLIES Where indicated on the plans pedestrian and bicycle push buttons/assemblies shall be furnished and replaced new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). F:\Users\PBW\Shared\Contracts\FY 12 -.13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01_Newport BeachTrafficSignaISupplement.doc 48 20.0 LIGHTING 20.1 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full -cutoff type. Glare shields are not required. Each luminaire shall be die-cast aluminum, (86-6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90 -degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass -coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain -enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2. series 250W OR 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 20.2 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts', of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on most arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down -opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." 20.3 LAG-TYPE REGULATOR BALLASTS Each lag-type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 20.4 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01 NewportBeachTrafficSignalSupplement.doc 49 .1. The power factor shall be.not-less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3.. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 20.5 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 20.6 INTERNALLY ILLUMINATED STREET NAME SIGNS Where indicated on the plans street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on th'e plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Sign legends shall be white on a green background. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% Ps&E\AOl_NewportBeachTrafficSignal5upplement.doc 50 21.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or i' vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHASE\100% PS&E\A01_NewportBeachTrafficSignalSupplement.doc 51 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and insta'I a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema systern (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: e Inverter/Charger (with RS232 port): 24M11-WBE a Combined Manual Bypass Switch — 511020-2 (closed back) a 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 a All necessary hardware and interconnect wiring a Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly marufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified a least two working days prior to the beginning of the functional test period. 22.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "0" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. F:\Users\PBW\Shared\Contracts\FY 12 -13\C -4071 -Jamboree Rd Improvements Bristol to Fairchild\DESIGN PHAS E\100% PS&E\A01_NewportBeachTrafficSignalSupplement.doc 52 City of Irvine Section 104 — Traffic Signals Traffic Signals Revised April 2012 This section establishes the uniform policies and procedures for the preparation of traffic signal plans and construction requirements in the City of Irvine. It is not intended as a textbook, or substitute for engineering knowledge, experience, or judgment but rather as a guideline to uniformity and to provide the designer with sufficient information for the preparation of desired plans with a minimum amount of uncertainty. Please refer to the latest posted amendment for any updates or modifications to the standards herein. 0 104.1 104.2 104.3 Public. Works Section 104 Traffic Signals Table of Contents GENERAL REQUIREMENTS PLAN PREPARATION..., El SPECIAL DESIGN REQUIREMENTS (Green Book Specs).....7 Section 1 - Terms, Definitions, abbreviations, Units of Measure and Symbols.............................................................................................8 13 Section 209 — Street Lighting and.l-raffic Signa_ I Materials .................... 10 209-1 General ................................................................................... 10 209-3.3 Standards 10 209-3.5 Conduit ................................................................................ 10 209-3.7 Pull Boxes ........................................................................... 11 209-3.10 Service .............................................................................. 11 209-4.4 HPS Luminaires .................................................................. 13 209-4.7 Photoelectric Controls 13 ....................................................... 209-5.3 Conductors and Cable 13 209-5.4 Controllers ........................................................................... 14 209-5.4.1 General ................................................................ 14 209-5.4.6 Controller Unit ..................................................... 15 209-5.4.7 Detection and Isolation Subsystem..................16 209-5.4.8 Load Control Subsystem...................................16 22 209-5.4.9 Power Distribution Subsystem ......................... 17 209-5.4.10 Signal Monitor Unit...........................................17 209-5.4.11 Fiber Interconnect Unit .................................... 17 209-5.4.12 Communication Data Network ........................ 17 209-5.4.13 Call Input Test Panel........................................18 209-5.5 Traffic Signal Faces and Fittings......................................18 209-5.6 Pedestrian Signal Sections...............................................18 209-5.8 Detectors19 ............................................................................. 209-5.9 Push Button Assemblies ................................................... 21 209-5.10 Closed Circuit Television (CCTV).................................21 209-5.11 Internally Illuminated Street Name Signs (IISNS)....... 22 209-5.12 Emergency Vehicle Preempt (EVP) .............................22 209-5.13 Lighted Crosswalks.........................................................23 209-6 Irvine Traffic Signal Qualified Products List (QPL)..... ...... 24 Section 307 — Street Lighting and Traffic Signal Systems......................29 104.4 104.5 307-1 General 29 307-4 Damage to Existing or Modified Systems ..........................29 Sample Traffic Signal Plan Sheet 307-12 Conduit ................................................................................. 29 307-13 Wires, Conductors and Cables.........................................30 Traffic Signal Pull Boxes 307-14 Services ......................................................:......................... 30 307-16 Street Lighting Construction..............................................30 Accessible Pedestrian System (APS) Installation 307-17 Traffic Signal Construction............................................... 30 307-17.1 General ................................................................. 30 307-17.3 Pull Box Covers ................................................... 31 307-17.4 Conduit 31 307-17.5 Wiring, Conductors and Cables ......................... 32 307-17.6 Signal Heads........................................................35 ATMS 332L Detector Schedule 307-17.7 Vehicle Detectors 35 307-17.10 Closed Circuit Television (CCTV)--------------------38 Type P Detector Schedule 307-17.11 Emergency Vehicle Preempt (EVP)................39 ATMS Cabinet Foundations RELEASE NOTES,..............................40 ............................................ REVISION PROCESS 43 .................................................................... 104.6 ATTACHMENTS AND TRAFFIC SIGNAL PLANS Attachment 1 Standard City Title Sheet Attachment 2 Sample Traffic Signal Plan Sheet Plan TS -1 Mast Arm & Pole Placement Plan TS -2 Traffic Signal Pull Boxes Plan TS -3 Signal Interconnect Cables Plan TS -4 Accessible Pedestrian System (APS) Installation Plan TS -5 IISNS Panel Details Plan TS -6 CCTV System Mounting and Placement Plan TS -7 Type -IIB Service/BBS Details Plan TS -8A Traffic Signal Loop Detection Details Plan TS -813 Traffic Signal Video Detection Details Plan TS -8C ATMS 332L Detector Schedule Plan TS -8D ATMS Dual 332 Detector Schedule Plan TS -8E Type P Detector Schedule Plan TS -9A ATMS Cabinet Foundations Plan TS -96 ATMS Cabinet Placement Plan TS -9C ATMS 332L Cabinet Layout Plan TS -9D ATMS Dual 332 Cabinet Layout Plan TS -9E ATMS Dual 332 Interface Panel Plan TS -9F Type P Cabinet Foundation Retrofitting Plan TS -10A ATMS Cabinet Interconnect Termination Plan TS -10B Type P Cabinet Interconnect Termination Plan TS -11A Typical ATMS Communications Installation Plan TS -11 B Typical Type P Communications Installation EO m Public Works Section 104 .Traffic Signals 104.1 GENERAL A. The Design Engineer preparing plans and specifications for traffic signals shall: Comply with the requirements of the latest revision of the State of California Standard Plans and Specifications, except as modified herein, for the installation and/or modification of traffic signals, highway safety lighting, and internally illuminated street name signs (IISNS). Sign(s) installation shall comply with State of California Standard Specifications, Section 56. Traffic stripes and pavement markings shall comply with State of California Slaridard Specifications; Section 84, except that thermoplastic material shall not be allowed. All pavement -marking stencils shall match City of Irvine stencils (Hawkins). Pavement markers shall comply with State of California Standard Specifications, Section 85. 2. Use the latest edition of fhe California Manual on Uniform Traffic Control Devices (MUTCD) available on the Caltrans web site at: http://www. dot. ca. gov/hq/traffops/signtech/mutcdsupp/index. htm 3. Use the latest Standard City Title Sheet (Attachment 1), Sample Traffic Signal Plan Sheet (Attachment 2) and other attachments for reference on completing plans. 4. Include the following: a. Title sheet with general notes. Title sheet shall also include a note identifying the approval date of the City of Irvine Standards and Design Manual Section 104 -Traffic Signals, and all other relevant standards documents, used in designing of the project. b. Reference sheet(s) with applicable detail plans from the z attachments herein. Reference sheets shall include up to eight detail plan sheets tiled two vertically and 4 horizontally on each 24 -inch x 36 -inch sheet. ? C C. Civil Engineering plans for any right-of-way and/or traffic o signal maintenance easement. F V J.. Traffic signal plans shall include new and existing curb and gutter, right-of-way, maintenance easements showing all existing utilities, ail traffic signal interconnect cable, and City bounds; y lines on both civil and traffic signal plans. All widths shall be clearly labeled and dimensioned to the centerline. e. Signing and striping.plans. (If applicable) Traffic control plan for vehicles, bicycles and pedestrians, if applicable. B. During the design phase of the project, the Design Engineer shall be responsible for potholing proposed traffic signal pole locations (Type 1A and pedestrian poles excluded) to foundation depth and width, prior to completion of the plans in order to identify potential conflicts with existing substructures. A log of the work performed showing depth, width, location, and unusual obstructions in the potholes shall be provided with the plans after potholing. 104.2 PLAN PREPARATION A. General The first plan -check submittal shall be at least 80% complete. Plans not conforming to the standards herein will be returned to the design engineer for correction without further review. The City of Irvine requires the title sheet of "stand-alone" traffic signal plans to be prepared on 24 -inch x 36 -inch Mylar sheets with a '/z inch margin on all sides except the left side, which shall be 1'/z inches. Deviations from these specifications shall be requested from the City Engineer prior to commencement of work. All traffic signal plans shall be prepared using the latest version of AutoCAD. Prior versions of AutoCAD, released within four years of the plan submittal date, will be allowed. Provide files of completed plans in both AutoCAD and Adobe PDF format on CD-ROM disks to the City Engineer upon completion of design. B. Plan Preparation Plan preparation shall use AutoCAD layer descriptions (Attachment 3) and conform to the following requirements: z c 1. Signal plans shall be drawn at a 1" = 20' scale. 0 v 01 2. All lettering shall be 1/10" minimum in height when plotted or printed at full scale. The lettering size shall conform to the highest standards in order to issue legible reduced size prints 3. Streets shall always be oriented horizontally and vertically and the north arrow positioned near the upper left-hand corner of the plan. Refer to Standard Traffic Signal Plan Sheet, herein. 4. When preparing plans for crossing arterials, the major arterial shall be Phases 2 and 6: Phase 2 for eastbound direction on an East- West arterial and northbound direction on a North-South arterial. If the streets are apparently of equal importance, the designer shall request a determination from the City Engineer. 5. Squares shall be used to designate construction notes. 6. Triangles and clouding shall be used to indicate plan revisions. 7. All existing conditions shall be screened to appear lighter than the rest of the drawing. 8. Include standard traffic signal notes. Refer to Attachments, herein. 9. Signal pole schedule. Refer to Attachments, herein. 10. Detector/sensor schedule. Refer to Attachments, herein. 11. Conductor schedule. Refer to Attachments, herein. 12. The preferred location for cabinet placement shall be per Plan TS - 9B, on the far -side corner of the main arterial, in the direction of the primary flow of traffic. A minimum of 48 -inches of concrete pad shall be provided at the front and rear of the signal cabinet and electrical service/BBS. The police panel side of the signal cabinet may abut the ROW providing there are no physical barriers preventing access to the panel. Where sufficient ROW exists, up to 24 -inches of clearance shall be provided on the police panel side of the signal cabinet. Clearances shall be unobstructed by any above ground facilities. A retaining wall shall be installed where required. The City Engineer must approve any variance from the preferred location. 13. Front side of traffic signal controller cabinet should open toward the z intersection where possible. 14. Nearest practical Edison service vault shall be shown on plan. U 0@ 15. Utilize N.E.M.A. phasing conforming to the California MUTCD. 16. Symbols shown shall conform to State of California Standard Plans ES -1A and ES -1 B. 17. Pole identification numbering shall increase clockwise around the intersection, with the No. 1 being the first pole away from the controller corner. Refer to the Sample Traffic Signal Plan Sheet (Attachment 2) as an example. 18. All traffic signal plans shall indicate required traffic signal pole locations as referenced from BCR, ECR, and curb face. 19. Conduit run identification numbering shall start at the conduit crossing farthest from the controller corner and increase sequentially toward the home run pull box on the controller corner. The final home run conduits shall have the highest identification numbers. Refer to Attachments, herein. 20. Signing and striping, where applicable, shall be provided on separate plan sheets, drawn at a scale of 1 "=40'. Traffic striping shall be in accordance to the latest editions of the State of California Standard Plans and California MUTCD. 21. Unless otherwise physically required, an exclusive/split phase shall riot be used in the phase sequence. C. Deviations The City Engineer shall approve any deviation from the Sample Traffic Signal Plan Sheet or any of the specifications herein. 104.3 SPECIAL DESIGN REQUIREMENTS A. THESE ADDITIONS, DELETIONS, AND AMENDMENTS MODIFY THE SPECIFICATIONS IN THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION". 2009 EDITION. B. THESE ADDITIONS, DELETIONS, AND AMENDMENTS SHALL TAKE c PRECEDENCE IN THE EVENT OF A CONFLICT WITH ANY STANDARD o SPECIFICATIONS. F C. AS A CONVENIENCE, THESE ADDITIONS, DELETIONS, AND z AMENDMENTS HAVE BEEN ARRANGED IN A FORMAT THAT c PARALLELS THE "STANDARD SPECIFICATIONS FOR PUBLIC E WORKS CONSTRUCTION", 2009 EDITION. I N SECTION 1 - TERMS, DEFINITIONS; ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-1 TERMS. ADD the following term: The word provide shall be understood to.mean furnish and install. 1-2 DEFINITIONS MODIFYby adding the following new definitions: Agency/Board/City —The City of Irvine, a municipal corporation. Agency Representative — The person cr engineering/architectural firm authorized by the Agency to represent it. during the performance of the Work. by the Contractor and until Final Acceptance. The Agency Representative means the Agency Representative or his assistants. Calendar Day — The 24-hour day as denoted on the calendar. Calendar Month — The period including the first through the last day of a month. City — See Agency. Replace the definition for "Engineer" with the following: City Engineer -- The City Engineer acting either directly or through the Agency Representative. Laboratory — The laboratory authorized by the Agency or the Agency Representative to test material and work involved in the project. State Standard Specifications — Standard Specifications issued by the State of California, Department of Transportation, Current Edition. 1-3. ABBREVIATIONS 1-3.2 Common Usage ADD the following abbreviations: Abbreviation Word or Words ADA Americans with Disabilities Act DBE Disadvantaged Business Enterprise ESA Environmentally Sensitive Area NPDES National Pollutant Discharge Elimination System NOI Notice of Intent SWMP Storm Water Management Plan SWRCB State of California Water Resources Control Board WATCH Work Area Traffic Control Handbook WPCP Water Pollution Control Plan WDID Waste Discharge Identification Number SQPL State of California Qualified Products List, Current Edition TEES State of California Transportation Equipment Electrical Specifications, Current Edition DELETE the abbreviation of MUTCD and SUBSTITUTE the following MUTCD California Manual on Uniform Traffic Control Devices 1-3.3 Institutions ADD the following Institutions: Abbreviation Word or Words ACI American Concrete Institute Al The Asphalt Institute AIA American Institute of Architects APWA American Public Works Association AREMA American Railway Engineering and Maintenance of Way Association ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASME American Society of Mechanical Engineers CRSI Concrete Reinforcing Steel Institute NFPA National Fire Protection Association PCA Portland Cement Association SSPC Steel Structures Painting Council UBC Uniform Building Code, Pacific Coast Building Officials Conference of the International Conference of Building Officials ■ SECTION 209 — STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS 209-1 GENERAL. After last paragraph, ADD the following: The City maintains a Traffic Signal Qualified Product List (QPL) included Section 209- 6 of the Special Provisions. The City Engineer shall not be precluded from sampling and testing products on this list. The manufacturer of the product on the QPL shall furnish the City Engineer a Certificate of Compliance in accordance with subsection 4- 1.5 "Certificate of Compliance" of these Special Provisions for each type of material supplied. Requests for substitutions shall be in accordance with subsection 4-1.6 "Trade Names or Equals" of the Standard Specifications and these Special Provisions. 209-2 REFERENCE SPECIFICATIONS. After last paragraph, ADD the following: p) The State Standard Specifications and State Standard Plans q) The MUTCD 209-3.3 Standards. REVISE as follows: 209-3.3.3.1 General. DELETE last paragraph. 209-3.3.3.3 Aluminum Standards. DELETE in its entirety. 209-3.3.4 Fiberglass Standards. DELETE in its entirety. 209-3.5 Conduit. REVISE as follows: 209-3.5.2 Rigid Metallic Conduit. DELETE in its entirety. I o z 209-3.5.3 Galvanized Pipe. DELETE in its entirety. z a 209-3.5.4 Rigid Non -Metallic Conduit. DELETE in its entirety and SUBSTITUTE with the following: o z Rigid non-metallic conduit shall conform to the requirements of the UL Standard for Rigid Non -Metallic Conduit, Publication UL651 and UL 651 B, and the State Standard Specifications Section 86-2.05A. Rigid non-metallic conduit connections shall be of the solvent weld type. Unless otherwise indicated, the minimum trade size and type of conduit shall be: o r F V ■ a) All primary signal wiring and interconnect conduits at the intersection, including street crossings, between boxes on the corners, and cabinet entry conduits shall be 4 inch. b) Conduits for service wiring, primary pole entry and signal interconnect between intersections, except street and driveway crossings, shall be 3 inch. c) Conduits for advance DLC, extending beyond the BCR box, shall be 2-1/2 inch. d) Conduits for Type 1 pole entry shall be 2 inch. e) Conduits for pedestrian push button pole entry shall be 1-1/2 inch. f) Conduit installed behind curbs, other than foundation entry, shall be schedule 40 PVC. g) Conduit installed beneath roadway, driveways and foundation entry shall be schedule 80 PVC. 209-3.7 Pull Boxes. After the I" paragraph, ADD the following. a) Traffic signal wiring and interconnect boxes shall be No. 6 size (17'/2 -inch x 30'/2 -inch lid), per the State Standard Plans plan ES -8, with a lightweight lid and "TRAFFIC SIGNAL" marking, unless otherwise noted on the plans. b) Electrical service boxes shall be No. 5 size (13% -inch x 231/4 -inch lid), per the State Standard Plans plan ES -8, with a lightweight lid and "EDISON" marking. c) Communications electrical boxes and primary signal wiring boxes, for storage of wire and cable adjacent to traffic signal cabinets, shall be C40 size (23 7/8 -inch x 35 1/2 — inch lid) with a lightweight polymer lid and "TRAFFIC SIGNAL" marking. 209-3.10 Service. REVISE as follows: 209-3.10.1 General. DELETE in its entirety and SUBSTITUTE with the following: Service conduit shall conform to the requirements of the serving utility and shall not be less than 3 inches in diameter. Services enclosures shall conform to the Irvine Traffic Signal Standard Plan TS -7, shall be from a manufacturer listed on the Irvine Traffic Signal QPL, and shall have the following characteristics: a) Rating: NEMA 4X enclosure and UL listed assembly b) Main breaker capacity:, 100 -amp c) Type: Modified State Standard Type -II for mounting to the side of a traffic signal controller cabinet with integral Battery Backup System (BBS). d) Size: Enclosure width and height shall approximate the sidewall dimensions of the intended traffic signal cabinet. e) Construction: Aluminum Q Color: The service enclosure shall be powder coated the same color as the traffic signal cabinet. g) Photoelectric Control (PEC): The service shall have a PEC controlled safety lighting circuit with a replaceable PcC located in the Service provider section and a test switch located in the Agency accessible section. The PEC window shall have a protective shroud to shield the PEC from headlights and warning beacons. Output switching shall be accomplished by the use of a solid state contactor. No mercury contactors will be allowed. h) Circuits: The service shall provide for the following circuits using independent breakers: a. Metered circuits shall be provided for traffic signal cabinet (40 -amp), street name signs (15 -amp), CCTV (15 -amp), as well as two spare breakers (15 - amp). b. Unmetered circuits shall be provided for safety lighting (30 -amp) and control (15 -amp). i) Battery Backup System (BBS): The service enclosure shall house an integral battery backup system as defined in subsection 209-3.10.2. 209-3.10.2 Battery Backup System (BBS). Service enclosure assemblies shall include an Agency approved BBS. The system shall consist of bypass switch, Power Transfer Relay, BBS inverter, and batteries as shown in the City of Irvine Traffic Signal Standards Plan TS -7. Approved batteries and required cabling shall be provided with the BBS system. The battery pack shall have four completely sealed, maintenance -free, absorbed glass mat (AGM), valve regulated lead acid (AGMNRLA), deep cycle batteries designated specifically for traffic signal applications. Each battery shall have a rated capacity of 78 to 82 ampere hours (Ah). BBS components shall be from a model approved on the most recent SQPL under the "Battery Back-up System" section or as amended by the Irvine Traffic Signal QPL. 209-4.4 HPS Luminaires. REVISE as follows: 209-4.4.1 General. 2 n paragraph, DELETE in its entirety and SUBSTITUTE with the following: All luminaires shall conform to the State Standard Specifications Section 86-6.01. They shall include power doors, 90 -degree cutoff optics, 250 -watt Ignitron HPSV lamps with internal starter, and a shorting cap in the photoelectric unit receptacle. 209-4.7 Photoelectric Controls. REVISE as follows: 209-4.7.3 Contactor. DELETE in its entirety and SUBSTITUTE with the following: The contactor shall have contacts rated to switch the specified lighting load. The contact configuration shall be "normally open" unless otherwise specified in the Special Provisions. The contactor shall be the solid state type. No mercury type contactors will be allowed. The contactor shall have a minimum rating of 30A, per contact, inductive load. 209-5.3 Conductors and Cable. REVISE as follows: 209-5.3.1 General. TABLE 209-5.3.1(A) REVISE the following: Circuit Signal Phase Or Function Identification Size Insulation Colors Band Symbols Base Stripe Sign Lighting Ungrounded Line I Orange White NBR 14 Grounded and Common Sign Lighting White Orange NBR 14 209-5.3.3 Interconnect Cable. DELETE in its entirety. 209-5.3.4 Fiber Optic Cable. REVISE as follows: 209-5.3.4.1 General. DELETE in its entirety and SUBSTITUTE with the following: z Signal Interconnect Cable (SIC) shall consist of two separate fiber optic cables; one 60 -fiber hybrid multi-mode/single-mode cable and one 12 -fiber single -mode cable as o defined herein and on the Irvine Traffic Signal Standards Plan TS -3. Agency approved F materials are listed on the Irvine Traffic Signal CPL. The 60 -fiber hybrid cable shall contain 24 strands of multi -mode fiber and 36 strands of single -mode fiber. Multi - mode optical fiber shall have •a nominal core diameter of 62.5 microns and a nominal cladding diameter of 125 microns. 209-5.3.4.2 Performance. DELETE in its entirety and SUBSTITUTE with the following: Optical fiber shall be manufactured by Corning and meet the following minimum performance specifications: Table 205-5.3.4.2 A Fiber Type Test Wavelengths (nm) Maximum Attenuation (db/km) Minimum Bandwidth (MH?) Multi -mode 850 3.5 200 1300 I 1.0 I 500 Single -mode 1310 0.4 1550 0.3 209-5.3.4.3 Construction. DELETE in its entirety and SUBSTITUTE with the following: The fiber optic cables shall be constructed as shown on the Irvine Traffic Signal Standards Plan TS -3. The construction shall be non -armored, loose -tube, completely dielectric, and free of gel. Water-swellable tape and yarns shall be incorporated to inhibit water intrusion. The buffer tubes shall be 3.0 mm diameter, each containing 6 optical fibers. The color codes and order for tubes and fiber strands shall be as shown on the Irvine Traffic Signal Standards Plan TS -3. 209-5.3.4.5 Identification. ADD the following: Fiber optic cables must have "Corning Optical Cable" or "Corning Optical Fiber" on the labeling to identify the cable or optical fiber manufacturer. 209-5.4 Controllers. REVISE as follows: 209-5.4.1 General. DELETE in its entirety and SUBSTITUTE with the following: The traffic signal controller assembly shall be an Irvine ATMS 332L as defined herein 15 and in accordance with the Irvine Traffic Signal Standards Plan TS -9C. z ADD the following subsection: 209-5.4.1.1 Signal Control Cabinet Assembly. 0 r The signal control cabinet assembly shall include the following components: 10 N a) 2070L controller as defined in subsection 209-5.4.6 of these Special Provisions b) Detection and isolation subsystem as defined in subsection 209-5.4.7 of these Special Provisions c) Load control subsystem as defined in subsection 209-5.4.8 of these Special Provisions d) Power distribution subsystem as defi,ied in subsection 209-5.4.9 of these Special Provisions e) Signal monitor unit as defined in subsection 209-5.4.10 of these Special Provisions f) Fiber Interconnect Unit (FIU) as defined in subsection 209-5.4.11 of these Special Provisions g) Communications data network as defined in subsection 209-5.4.12 of these Special Provisions h) Retractable document storage tray below the controller i) Call input test panel as defined in subsection 209-5.4.13 of these Special Provisions j) Removable manual control pushbutton with coiled cable k) Front and rear door florescent lighting (hooded and downward reflectorized) with door -actuated switches 209-5.4.3.2 Steel Cabinets. DELETE in its entirety. 209-5.4.3.3 Stainless Steel Cabinets. DELETE in its entirety. 209-5.4.3.4 Aluminum Cabinets. DELETE requirement c in its entirety and SUBSTITUTE the following: Interior and exterior cabinet surfaces shall be powder coat finished with a beige color, No. 20475 of Federal Standard 595B. ADD the following subsection: 209-5.4.4.5 Contactor. The power distribution assembly shall utilize a solid state type contactor. No mercury type contactors will be allowed. The contactor shall have a minimum rating of 50A, per contact, inductive load. 209-5.4.5 Dual 5 -Way Active Data Bridge. DELETE this subsection in its entirety. ADD the following subsections: 209-5.4.6 Controller Unit. The Irvine traffic signal controller unit shall be a 2070L (for ATMS cabinets) or 207OLN (for retrofitting Type P cabinets) as defined in the 2007 TEES. The controller unit shall be from a manufacturer approved on the February, 2009 SQPL or as amended by the Irvine Traffic Signal QPL. The controller shall include 2070-1 B CPU, 2070-36 (8 -line) F V a display,. 2070-4A power supply, and appropriate 1/0 modules. The 1/0 module shall be 2070-2A (for 2070L) for ATMS cabinets, or 2070-213 with 2070-8 (for 2070LN) for Type - P cabinets. Firmware: The 2070L(N) controller shall be delivered pre -loaded with the latest version of firmware compatible with the Irvine traffic control system, unless otherwise specified in the project specifications. A client site license certificate shall be provided with each controller. ATMS cabinet installations shall include a factory produced category 6 network cable to interface the 2070L controller to the communications network switch. ATMS 332L cabinets shall require a minimum 6 foot length. ATMS Dual 332 cabinets shall require a minimum 20 foot length. Type P cabinet installations shall include a factory produced category 6 network cable with a minimum length of 5 feet to interface the 2070LN controller to the communications network switch. Such installations shall also include an 820A to 2070LN D adapter harness and flash signal conversion relay. Detailed specifications for these assemblies are available from the City Signal Operations and Maintenance Division. A 2070LN shall never be installed without this adapter. 209-5.4.7 Detection and Isolation Subsystem. Input Files: Irvine ATMS 332L signal control cabinets shall include two input file assemblies. Each input file shall be a TEES 332L standard, 14 -channel unit with PC backplane, from a manufacturer approved on the most recent SQPL under the "Model 332L Cabinets" section or as amended by the Irvine Traffic Signal QPL. The input file slots shall be allocated and labeled as shown on the Irvine Traffic Signal Standards Plan TS -9. Detectors and Isolators: Inductive loop detectors shall be Model 222, two channel units. DC isolators shall be Model 242, two channel units. AC isolators shall be Model 252, two channel units. Detectors and isolators shall be from a manufacturer approved on the most recent SQPL under the respective sections or as amended by the Irvine Traffic Signal QPL. 209-5.4.8 Load Control Subsystem. Output and auxiliary files: Irvine ATMS signal control cabinets shall include one TEES o 332L standard, 12 -position output file and one 6 -position auxiliary file. The load control z subsystem shall be fully populated with sixteen (16) Model 200 Switch Packs and all relays. Switch Packs shall be compatible for use with a model 2010 SMU with plus z features activated (PDC SSS -86-3 or equivalent). All load control subsystem components shall be from a manufacturer approved on the most recent SQPL under the L "Model 332L Cabinets" and "Model 200 Switch Packs' sections or as amended by the r F U EO Irvine Traffic Signal QPL. The output and auxiliary file slots shall be labeled for phase and function. 209-5.4.9 Power Distribution Subsystem. The main power distribution assembly shall 5e a TEES 332L standard PDA No. 2L unit. The PDA No. 2L shall be populated with two (2) Model 204 flashers and a high efficiency (>80% at 1/2 load) Model 206L or 206G power supply. All power distribution subsystem components shall be from a manufacturer approved on the most recent SQPL under the "Model 332L Cabinets," "Model 200 Switch Packs' and "Model 206L Power Supply Module" sections or as amended by the Irvine Traffic Signal QPL. 209-5.4.10 Signal Monitor Unit. The Signal Monitor Unit (SMU) shall be a 16 -channel, RMS voltage monitoring, model 2010 with red -yellow -green displays for all phases, event recording, and an Ethernet communications port. Each SMU shall installation include a program card and red monitor interface cable. Agency approved models are listed on the Irvine Traffic Signal QPL. 209-5.4.11 Fiber Optic Interconnect Unit. Cabinet assemblies shall include a Fiber Optic Interconnect Unit (FIU) to provide for termination and splicing of fiber optic cable. The FIU shall be assembled from components listed on the Irvine Traffic Signal QPL, unless otherwise specified in the project plans. The exact quantities of components required shall be defined by the fiber charts provided by the Agency before signal turn -on. 209-5.4.12 Communication Data Network. Data switches shall meet the minimum standards listed below and shall fully integrate with the Irvine 'CiscoWorks' network management and Cisco Secure Access Control systems. The components listed on the Irvine Traffic Signal QPL have been verified to meet or exceed the minimum standards. Minimum required switch standards: • Wire speed switching • NEMA TS -2 • Operational temperature range of -40 to +70 degrees Celsius c • Mean Time Between Failure (MTBF) rating of at least 30 years o • Virtual LANs (VLANs) • VLAN Trunking Protocol (VTP) N • IEEE 802.1q Trunking Protocol z • IEEE 802.1d Spanning Tree Protocol S • Simple Network Management Protocol (SNMP v1, v2 and v3) • Internet Group Multicast Protocol (IGMPv3) snooping O • Remote management via internal web server F EO • Cisco Discovery Protocol (CDP) 209-5.4.13 Call Input Test Panel. A call input test panel shall be installed at tha uppermost position of the signal control cabinet rack, above the controller, facing the front. The panel shall include 12 tactile push button switches with '% inch minimum diameter head, one for each vehicle and pedestrian input phase. The panel shall be labeled to indicate the phase and function of each button. The push buttons shall be wired to the appropriate output terminals on the back of the input files, actuating the primary vehicle and pedestrian call inputs for each phase. 209-5.5 Traffic Signal Faces and Fittings. REVISE as follows: 209-5.5.5 Plastic Signal Sections. DELETE in its entirety. 209-5.5.10.2 Plastic Backplates. DELETE in its entirety. 209-5.5.11 Circular Light Emitting Diode (LED) Signal Modules. DELETE this subsection in its entirety and SUBSTITUTE with the following: Traffic signal indications shall have light emitting diode (LED) modules conforming to the following standards and features: • ITE VTCSH LED Circular Signal Supplement of June 27, 2005 • ITE VTCSH LED Vehicle Arrow Traffic Signal Supplement of July 1, 2007 • Uniform appearance • Tinted lenses • Intertek/ETL Certification: Certified fu,l compliance to with ITE specifications by an independent 3rd party testing lab. Agency approved models are listed on the Irvine Traffic Signal QPL. 209-5.6 Pedestrian Signal Sections. REVISE as follows: 209-5.6.6 Pedestrian Signal Sections. DELETE this subsection in its entirety and SUBSTITUTE with the following: Pedestrian indications shall have light emitting diode (LED) modules conforming to the N following standards and features: z • PTCSI-2 LED Pedestrian Signal Specification of August 4, 2010 • Uniform appearance 0 Countdown timer function to indicate remaining pedestrian clearance time I U— m, Intertek/ETL Certification: Certified full compliance to with ITE specifications by an independent P party testing lab. Agency approved models are listed on the Irvine Traffic Signal QPL. 209-5.8 Detectors. REVISE as follows: 209-5.8.2.2 Sensor Units. ADD the following: ATMS cabinet applications shall use TEES standard Model 222 sensor units. Type -P cabinet applications shall use Model 262 -FC sensor units. 209-5.8.2.3 Conductors. REVISE as follows. DELETE specifications for Type 1 loop wire and Type C lead-in cable (DLC). Irvine Inductive loop installations shall use only Type 2 loop wire and Type B lead-in cable (DLC). 209-5.8.3 Magnetic Detectors. DELETE this subsections in its entirety. ADD the following subsections: 209-5.8.4 Video Detectors. 209-5.8.4.1 General. The term "video detector" shall be defined as a complete installation consisting of one or more video cameras, one or more video processors, extension modules and Input/Output (1/0) modules, a remote communications module, LCD display monitor, configuration device, mounting hardware, cabling, and any required interfacing equipment, providing the detection of vehicles and bicycles solely from visual image information. Agency approved models are listed on the Irvine Traffic Signal QPL. 209-5.8.4.2 System Components. Video detection system boards shall be in a form factor designed for installation into NEMA TS -1 and TS -2 detector racks, as well as TEES standard 332L cabinet input files. The system shall also allow for a self-contained stand-alone operation by adding a shelf mountable rack and independent power supply. Modules shall be interchangeable between detector rack and stand-alone installations. The system modules shall meet or exceed NEMA TS1 environmental specifications. Processor modules shall have one or more video camera inputs and four opto-isolated open collector outputs in a dual slot detector card form factor. Each processor module shall accommodate a minimum 20 detection zones per video input and a minimum of 20 detection outputs when used with expansion modules. ATMS cabinet applications F shall require a single or dual input processor module for each approach. Type -P cabinet applications shall require quad input processors. Expansion modules shall have two opto-isclated open collector outputs in a single slot detector card form factor. Expansion modules shall interface with a processor module in a serial manner, allowing multiple expansion modules to connect together in series to provide additional outputs from detection zones. ATMS 332L cabinet applications do not require expansion modules unless otherwise defined in the project specifications. ATMS dual 332 cabinet retrofit applications require at least one expansion module per approach. Input/Output (1/0) modules shall provide multiple NEMA TS -1 and TS -2 compatible interfacing to the traffic signal controller. 1/0 modules shall interface with a processor module in a serial manner, allowing multiple modules to connect together, in series, with other system modules. Type -P cabinet applications require at least one 1/0 module. A remote communications module shall provide access to the video detection system over an Ethernet network using Internet Protocol (IP) in a single or dual slot detector card form factor. The remote communications module shall provide connectivity for one to four processor modules through a single IP address. Remote connectivity shall be via both an embedded web browser interface and a remote Windows compatible application. Remote access shall be secured by the use of programmable user names and passwords. All applications require a remote communications module. Video camera units shall include a color CCD camera, adjustable lens, NEMA IP67 rated housing, adjustable sun shield, and mounting hardware. Cameras shall have a minimum 470 TV lines of resolution, automatic white balance, and shall be capable of creating an acceptable video image at a 0.1 lux light level. Lenses shall have adjustable focal length, auto focus, and manual focus override. Cameras and lenses shall be preassembled, back focused, and installed in the housing prior to delivery. Video camera units shall have optional mounting hardware to accommodate pole, mast arm, or luminaire arm installations. Video camera units shall be available in either wired or wireless configurations from the manufacturer. All applications shall require one or two video camera units per approach. Each video detection installation shall require a video monitor for configuration and maintenance use. ATMS cabinet applications shall include a rack -mounted, slide -out, LCD video monitor installed below the 2070L controller. Type -P cabinet applications shall include a shelf mounted LCD monitor. Complete video detection systems shall include ground loop isolation for each camera, z a power distribution and termination block, Belden 8281 or equivalent coaxial cable, and all additional wires, connectors, and hardware required to install a functional E system per the manufacturer's instructions. r V 209-5.9 Pedestrian Push Button Assemblies. DELETE this subsection in its entirety and SUBSTITUTE with the following: 209-5.9 Push Button Assemblies. All signalized intersections shall have ADA compliant pedestrian and bicycle push buttons as specified below: a) PPB: New or modified pedestrian push buttons (PPB) shall be ADA compliant Accessible Pedestrian Signals (APS) with international symbol sign plates. The sign plates shall have black background with white illustrations. b) BPB: New or modified bicycle push buttons (BPB) shall be ADA compliant, non - vibratory, Type B, with international symbol sign plates. The sign plates shall have green background with white illustrations. c) Special: When applicable, provide special height push buttons for equestrian trail street crossings. d) ADA requirements: The pedestrian push button assembly shall be mounted such that the center of the PPB cap is located per ADA regulations or one meter (40") from the ground. Bicycle push buttons, and any other non -vibratory buttons, shall have a 2 -inch diameter, stainless steel, ADA compliant push button caps. e) Accessible Pedestrian Signals (APS): APS push button systems shall be the field wired type, employing pedestrian head mounted interface boards. Agency approved models are listed on the Irvine Traffic Signal QPL. Such units shall meet all MUTCD standards including a vibro-tactile push button, with an integrated arrow indicating crosswalk direction, an audible locator tone, programmable audible walk and clearance messages, and adjustable volume control. The ambient noise level sensor for volume control shall be co -located with the APS station, on the same pole. All programmable functions shall be accessible from ground level at the APS station. ADD the following subsections: 209-5.10 Closed Circuit Television (CCTV). Closed Circuit Television (CCTV) systems shall include a Pan/Tilt/Zoom (PTZ), dome style camera assembly, MPEG video encoder, wiring, connectors and all required hardware. Agency approved models are listed on the Irvine Traffic Signal QPL. Video circuit wire shall be RG59/1.1 coaxial cable, Belden 8241 or equivalent. Control circuit wire shall be three -wire 18 AWG cable, Belden 9493 or equivalent. Power circuit wire shall be three (3) individual THWN stranded 14 AWG conductors: black, white and green in color. An in-line Tron HEB-AA or equivalent water tight fuse holder with a 5 -amp fuse shall be installed in the AC+ (black wire) circuit in the pull box adjacent to the F ■ camera mounting pole. A Leviton model 40178-1 or equivalent modular surface jack shall be used to terminate the control circuit in the traffic signal cabinet. Data connections from the MPEG encoder to both the network switch and control termination modular jack shall be Category 5 or better cable with factory installed RJ -45 connectors. The cable color for the network connection shall be blue and the control connection shall be white. 209-5.11 Internally Illuminated Street Name Signs (IISNS). Internally Illuminated Street Name Sign (IISNS) fixtures shall be 18 -inch height and 72 - inch or 96 -inch length. Sign construction shall conform to State Standard Specifications Section 86-6.065 and State Standard Plan ES -70 for Type A signs, except as noted below. Agency approved manufacturers are listed on the Irvine Traffic Signal QPL. Fixtures shall have two street name panels with 3M-Scotchlite*M Series 4090 Diamond Grade DG' reflective sheeting,. Lettering background overlay shall be 3M*M ElectroCut1MFiim Series 1179 (Brown). Panels shall be covered with a UV protective, clear acrylic plastic film. Panels shall have aluminum frames compatible with approved fixtures. Design specifications for the IISNS panels are shown on the City of Irvine Traffic Signal Standards Plan 23. Text font shall be "Highway Gothic, Series E," (8" upper case and 6" lower case), as adopted by U.S. Department of Transportation and Federal Highway Administration. Each panel shall have only one street name in a single line of text, unless otherwise approved by the City Engineer. When opposing approaches have different street names, unique street name panels shall be used for each side of the intersection. Street names placed on signs shall be approved through the City Planning Department before panels are ordered and installed. Type IV photoelectric control shall be provided on each IISNS fixture. 209-5.12 Emergency Vehicle Preemption (EVP). 209-5.12.1 General. Emergency Vehicle Preemption (EVP) shall include encoded phase selectors, optical detectors, optical detector cable, card racks, and any wiring harnesses required to interface the phase selectors to the traffic signal cabinet to actuate the controller and z monitor phase green status. EVP systems shall be GTT Opticom'M Priority Control System. r L' O 209-5.12.2 Components. V The encoded phase selector shall be a Global Traffic Technologies (GTT) model 764. The optical detectors shall consist of the following models. a) GTT 722 OpticomTM Detector: Receives Optical signals from two directions and outputs two discrete electrical signals. b) GTT 721 OpticomTm Detector: Receives Optical signals from two directions and outputs a single electrical signal. c) GTT 711 OpticomTm Detector: Receives Optical signal from a single direction and outputs a single electrical signal.. When installing an EVP system in a Type P cabinet, the Contractor shall furnish and install a GTT model 760 card rack and all necessary electronics, wiring and devices required to interface with the traffic signal controller and the detector units in the controller cabinet. The Contractor shall also install an additional, City Furnished, shelf in the Type P cabinet to accommodate the GTT model 760 card rack, where the existing detection shelf does not have sufficient space. The circuits from the optical detectors to the phase selectors shall use GTT model 138 optical detector cable. These circuits shall carry power to the optical detector from the phase selector and carry the optical detector signal to the phase selector. N 0 N 209-5.12.3 Warranty. it 4 At time of installation, the manufacturer shall warrant the system has been properly installed and is ready for operation. All component parts of the system shall be warranted to be free from workmanship and/or material defects during the first five (5) years from the date of shipment from the manufacturer. The system shall include an additional five-year maintenance coverage plan, providing repair or replacement at a fixed deductible charge to the Agency, for a total of ten (10) years of product coverage. o 0 209-5.13 Lighted Crosswalks. All signs and In -Roadway Warning Light (IRWL) units shall comply with current z a MUTCD requirements. 0 Lighted crosswalk systems shall provide an audible message when the crosswalk system is activated, F ti The system shall use ADA compliant push buttons, installed as defined in 209-5.9 "Push Button Assemblies" of these Special Provisions. x 0 F V Conduits and pull boxes shall conform to 209-3.5 "Conduit' and 209-3.7 "Pull Boxes" of these Special Provisions. . AbD the following subsection 209-6 IRVINE TRAFFIC SIGNAL QUALIFIED PRODUCTS LIST (Revised April 2012) 209-6.1 General. Specific models listed on this Qualified Products List (QPL) are approved by the Agency. Equivalency submittals for substitute products shall require submittal of specifications and/or samples, as deemed necessary by the Agency, to determine interchangeability, interoperability, and/or compatibility with existing hardware and equipment. Submittals shall be required before use or installation of any material not specifically listed or defined in the Special Provisions. Materials not specifically listed in the Irvine Traffic Signal QPL or Special Provisions by make and/or model shall comply with the characteristics defined in the Special Provisions or referenced base specifications. Equipment equivalency submittals shall be coordinated with the City of Irvine Signal Operations and Maintenance lab. Such submittals will be reviewed for actual equivalency within 30 days of receipt and approved or declined by the City Engineer. Submittal for equivalency shall not guarantee acceptance. Only accepted equipment, as specified herein, shall be allowable for field installation. Approval of equivalency shall be conveyed to the submitter through the Agency representative in a written memo from the City Engineer modifying the specifications herein. 209-6.2 Reference Specifications. Except as modified herein and on the Plans, Specifications, and Special Provisions all components shall conform, where applicable, to the following: a) State of California Department of Transportation, Qualified Products Lists (SQPL) b) State of California Department of Transportation, Transportation Electrical Equipment Specifications (TEES) c) The MUTCD 209-6.3 Pre -Qualified Materials and Equipment. Materials and equipment listed in o Table 209-6(A) have been pre -qualified for use in the City of Irvine. Where no specific make is specified, or to determine the standards for equivalency, refer to the Irvine Technical Provisions specified in the reference column. z z E 0 E- V a Material Type Make Model Reference MM Coupler Panel CCH-CP12-15T SM Coupler Panel CCH-CP12-19T Fan -Out Kit FAN-BT25-06 MM ST Connector 95-000-51 SM ST Connector 95-200-52 Communication Data Network: 209-5.4.12 Ethernet Switch Cisco IE-3000-8TC FX Port Module IE-3000-8FM= Power Supply PWR-IE3000-AC= Rack Mount STK-RACKMNT-2955 Vehicle and Pedestrian Signal Faces: 209-5.5 12"Red Ball GE Lumination DR6-RTFB-17A Dialight 433-1210-003XL Leotek TSL-12R-LX-IL6-A1 12"Amber Ball GE Lumination DR6-YTFB-17A-YX Dialight 433-3230-901XL Leotek TSL-12Y-LX-IL6-A1 12"Green Ball GE Lumination DR6-GTFB-17A Dialight 433-2220-001XL Leotek TSL-12G-LX-IL6-A1 12"Red Arrow GE Lumination DR6-RTAAN-17A Dialight 432-1314-001XOD ■ SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-1 GENERAL. ADD the following: c) The State Standard Specifications and State Standard Plans d) The MUTCD 307.1.1 Equipment List and Drawings. ADD the following: Agency approved models are listed on the Irvine Traffic Signal Qualified Products List (QPL). 307-4 DAMAGE TO EXISTING OR MODIFIED SYSTEMS. REVISE as follows: 307-4.1.1 Traffic Detectors. REPLACE entire subsection with the following: 307-4.1.1 Traffic Detection and Communication. The existing detection and communication systems shall be maintained at all times during construction. In the event of damage by the Contractor or any of his subcontractors as determined by the City Representative, the Contractor shall commence repairs immediately. The Contractor shall replace and restore to operation any damaged detector (inductive loop or other) within 24 hours after damage occurs. Repairs to damaged signal interconnect cable (SIC) shall be completed within 10 working days. The City shall have the option to complete necessary repairs and charge the responsible Contractor for any associated repair costs, pursuant to Sec. 6-3-317 of the City Municipal Code. 307-12 CONDUIT REVISE as follows: 307-12.1 General. 74h paragraph, DELETE the 15t and 2"d sentences and SUBSTITUTE with the following: Conduit types and sizes for each application shall be as specified in 209-3.5 "Conduit' of the Standard Specifications and these Special Provisions. 307-12.2 Rigid Metallic Conduit. DELETE in its entirety. 307-12.3 Galvanized Pipe. DELETE in its entirety. 307-13 WIRES, CONDUCTORS AND CABLES W REVISE as follows: c 307-13.1 General. 5m paragraph, DELETE the 1" sentence and SUBSTITUTE with � the following: F Each multi -conductor cable shall be labeled in each pull box and at the signal cabinet per the State Standard Specifications Section 86-2.08D, indicating the signal standard to which it is connected. 307-13.2 Splices. 1St paragraph, DELETE the 3`d sentence and SUBSTITUTE with the following: Each multi -conductor cable shall be continuous from the signal cabinet to the terminal block on the signal standard it services. No splicing of multi -conductor cable shall be permitted. 307-14 SERVICES REVISE as follows: 307-14.3 Service in Vaults. After the last paragraph ADD the following: The copper service feed wires from the service pull box to the electrical service shall have an Agency furnished tag at both ends identifying them as "City of Irvine Service Conductors" to power company officials. 307-16 STREET LIGHTING CONSTRUCTION REVISE as follows: 307-16.8 Luminaries. 307-16.8.1 General. After the last paragraph, ADD the following text: Luminaires mounted to traffic signal standards shall have an in-line 5 -amp fuse in a fuse holder (Tron HEB AA) within the pull box closest to the corresponding traffic signal pole foundation per the State Standard Specifications Section 86-2.095, "Fused Splice Connectors." 307-17 TRAFFIC SIGNAL CONSTRUCTION REVISE as follows: 307-17.1 General. After the last paragraph, ADD the following: Agency approved materials are listed on the Irvine Traffic Signal Qualified Products List (QPL). Per the State Standard Specifications Section 86-1.07, the initial turn -on shall be made between the hours of 9:00 a.m. and 2:00 p.m. Turn on shall occur on any working day z except Friday or the day preceding a legal holiday. Prior to turn -on, all equipment as —> shown on the plans shall be installed and operable including pedestrian signals, pedestrian push buttons, vehicle detectors, communications to the ITRAC center, r F v lighting, signs and pavement delineation. All louvers, visors and signal faces shall be directed to provide maximum visibiii:y. The City Engineer shall be notified at lea-st Three working days prior to the intended traffic signal turn -ori. The Contractor shall not proceed with the turn -on without the presence of the City Engineer or his representative. The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the traffic signal controller cabinet manufacturer or his representative, present at the time of turn - on to verity operation of the equipment. Pre -installation configuration and testing: Traffic signal cabinet assemblies, 2070 ccntroliers, network communications switches, and MPEG video encoders shall be delivered to the Agency lab at least five (5) working days before installation for configuration and testing by Agency personnel. The Agency lab is located at 6427 Oak Canyon Road, Building 3, Imine, CA 92618. Delivery and pick-up of equipment for pre -installation tasting can be coordinated though the City of Irvine Signal Operations and Maintenance Division at 949-7247649. 307.17.3 Pull Box Covers. REPLACE entre subsection with following: Traffic signal pull box covers shall be marked "TRAFFIC SIGNAL", except electrical service pull box covers, which shall be marked "EDISON". All markings shall conform to the State Standard Specifications Section 86-2.06B, "Cover Markings." 307-17.4 Conduit. REPLACE entire subsection with following text Conduit work shall conform to the provisions in. subsection 307-12 of the Standard Specifications, the State Standard Specifications Section 86-2.05, "Conduit," and these Special Provisions: a) Traffic signal conduits located beneath roadway shall be installed at a minimum depth of 42 -inches below finished surface or 6-iriches below the structural section, whichever is deeper, but no more than 66 -inches. Traffic signal conduits located behind curb and gutter shall be installed at a minimum depth of 30 -inches below top of curb. b) All new intersections shall include separate conduits for Signal Interconnect Cable (SIC) and signal wiring (including DLC). Sharing of the DLC and CCTV wiring in the same conduits with SIC is allowed on intersection modifications where conduit fill is less than 40%. c) All interconnect conduits shall contain a No. 10 green insulated solid copper trace wire. All other conduits shall contain a bare, No. 8 solid copper bonding wire, which shall be soldered and crimped in each pull box per the c State Standard Specifications Section 86-2.09D, and connected to the ground o bar in the traffic signal cabinet. E U EO d,) Conduit fill shall not exceed the NEC maximum of 40% for conduits with three or more conductors. e) The ends of all conduits shall have Carlon, or approved equal bell fittings with conduit sealing compound to prevent dirt and rock from entering conduit. f) All empty conduits for future condu:tors shall contain "mule tape" pull rope per the State Standard Specifications Section 86-2.05C. g) All "Pot -holing' within the street to determine subsurface utility locations shall be back-filled and patched to the specifications on Irvine Standard Plan No. 223, "Utility Trench Repair." 307-17.5 Wiring, Conductors, and Cables REVISE as follows: 307-17.5.1 General. After the last paragraph, ADD the following Whenever conductors or cables are installed or replaced in a conduit, the ends of the conduit shall have sealing compound applied to inhibit dirt and rock intrusion. 307-17.5.2 Conductor Splicing and Termination. After the last paragraph, ADD the following Splicing and termination of traffic signal conductors shall be pursuant to the State 0 N Standard Specifications Section 86-2.09D, "Splicing and Terminations." Line item E of the State Standard Specifications Section 86-2.09D shall not apply. U All individual conductors shall be labeled in the cabinet per NEMA numeric format. Conductor insulation colors and wire sizes shall be in accordance with the State Standard Specifications Section 86.2.08A, "Conductor Identifications," except as required herein. The conditions of this subsection shall apply for all new traffic signal installations and 0 a modifications where entire signal conductor legs are re -pulled. z New traffic signal field conductors shall be multi -conductor signal cable and individual s wires as specified herein and in accordance with the State Standard Specifications Sections 86-2.08D, "Signal Cable," and 86-2.088, "Multiple Circuit Conductors." New traffic signal -field conductors used for phase indications and buttons shall be State standard 120SC, 5CSC, and 3CSC multi -conductor signal cable. IMSA cable > shall not be utilized. Each signal cable shall be continuous from the signal cabinet to the terminal block on the signal standard it services. No splicing of signal cable shall o be permitted. The signal cables shall be labeled in each pull box, per the State F U a Standard Specifications Section 86-2.08D; and at the signal cabinet, indicating the signal standard to which it is ccinected. _ Primary and secondary signal standards shall receive one 12CSC cable for vehicle and pedestrian indications and one 3CSC cable for each button circuit. An additional 5CSC cable shall be provided for each additional vehicle phase serviced by the pole. AII.12 CSC cable conductors shall terminate on the terminal block. The 3CSC cables shall service the buttons directly. The 12CSC conductor• utilization shall be in accordance with the State Standard Specifications Section 86-2.08D, with the black conductors reserved as spares. The 3CSC conductor utilization shall be: blue/black stripe for pedestrian buttons, blue/orange st_riipe for bike buttons, and white/black stripe for common. Pedestrian signal'standards shall receive one 5CSC and one 3CSC cable. The 5CSC cable shall service the pedestrian indication. and the 3CSC cable shall service button circuits: Conductors arid, cables shall be as defined in the State Standard Specifications Section 209-5.3, "Conductors and Cable." Conductors for internally illuminated street name sign (IISNS) and Safety Lighting circuits may be spliced to branch the circuits as they progress around the.intersection. Additional conductors must be installed for vibratory pedestrian button systems, CCTV, and emergency vehicle preemption systems. Please refer to subsections 209- 5.9, 209-5.10 and 209-5.12 of these Special Provisions for additional conductor requirements of these systems. When either new conductors are added or existing conductors are removed from existing conduits, all existing conductors shall be removed per the State Standard Specifications Section 86-2.09B, "Installation." The conduit shall be cleaned as provided in the State Standard Specifications Section 86-2.05C, "Installation." Both old and new conductors, as shown on the plans, shall be pulled into the conduit as a unit, unless otherwise approved by the City Pngineer. 307-17.5.4 Interconnect. REVISE as follows: 307-17.5.5 Fiber Optic Cable REVISE as follows: 307-17.5.5.1 General. DELETE in its entirety and SUBSTITUTE with the following. All Signal Interconnect Cable (SIC) installations shall include fiber optic cables as defined in subsection 209-5.3.4, "Fiber Optic Cable," of these Special Provisions, and a solid No. 10 green insulated copper.trace wire. r F V ■ 307-17.5.5.2 Installation. DELETE in its entirety and SUBSTITUTE with the foliowing,: Signal Interconnect Cable (SIC) shall be continuous and unspliced between cabinets. SIC Pull Boxes: SIC conduit shall be installed in pull boxes using 45 -degree, UL approved elbows. These elbows shall be placed as far apart in the pull box as possible, oriented irr the direction of the cable, and offset to one side to facilitate cable pulling and coiling (City of Irvine Traffic Signal Standards Plan 16). Approximately 10 - feet of SIC shall be coiled inside of each pull box. Slack and Termination: A minimum of 50 feet of SIC slack shall be coiled and stored in the corrununications electrical boxes (B466OX or No. 6 pull box) adjacent to the cabinet foundations at each end of a run. SIC shall be terminated in the traffic signal cabinet (City of Irvine Traffic Signal Standards Plans TS -10A and TS -10B). When re - terminating existing SIC, sufficient cable slack shall be pulled from adjacent pull boxes to allow for terminations. If necessary, the slack will be obtained from as many pull boxes in the run required to re -terminate fh� cable to specifications. Cleaning: Prior to any termination or splicing of fiber optic cables, buffer tubes, fibers, etc. shall be cleaned with an acceptable industry cleaning agent to remove any gel or flooding materials used in the cable structure. Cabinet and surrounding area shall be cleaned of any debris and or gel flooding once termination procedure is completed. N Installation and Testing: Fiber optic SIC shall be installed, spliced, terminated, and tested in accordance with NECA/FOA 301-2009 standards. These standards are available for purchase from the National Electrical Contractors Association Web site at: http://www.necanet.orq/store/products/index.cfm/NECA%20301'/o20(R-09). This includes pre -installation and post installation testing of the cable. a) Pre -installation testing shall be performed on all fibers using an Optical Time -Domain Reflectometer (OTDFt) to confirm no existing damage to the existing cable. The Contractor shall perform such testing on-site prior to completing termination in the communication cabinet. b) Post -installation testing of all terminated fibers shall be performed using launch cables at both ends as specified in NECA/FOA 301-2009 Annex B.3. The Contractor shall perform such testing on-site after all termination and splicing work is completed. Test results: Test results, in the form of pre -installation test data and post -installation OTDR traces, shall be provided to the Agency Representative in a bound hard copy z format along with the 'electroriic file and appropriate viewing software, for review and approval after installation and.splicing/term ination work are completed. The pre- installation test results shall be in the form of a spreadsheet detailing the length and loss/kft for each fiber as well as the parameters used for testing. The post -installation F V EO OTDR traces shall clearly show each continuous fiber, the connectors on each end, and the loss for each event. An Agency repre"3entative shall approve the test results before final acceptance. 307-17.6 Signal Heads. REVISE as follows: 307-17.6.1 General. 3rd sentence, DELETE in its entirety and SUBSTITUTE the following: Traffic signal indications shall be 12 -inch diameter using Light Emitting Diode (LED) indications as defined in 209-5.5 of these Special Provisions. Pedestrian indications shall be LED with a countdown timer function as defined in 209-5.6 of these Special Provisions. All 1A pole mounted traffic signal heads shall be Types TV -1-T or TV -2-T, and pedestrian heads shall be clamshell side-mount,Types SP -1 - CS or top -mount TP -1.-T. Vehicie and pedestrian heads shall be vis"ble from all normal operational directions, without obstructions. 307-17.7 Vehicle betectors REVISE as follows: 307-17.7.1 General. ADD the following: Side Street Detection: Where a single phase: is used on a side street approach, and both through (right turn) and left turn lanes are present, the left turn lane shall use phase 3 and/or 7 detection channels to facilitate future independent left turn phasing. Left turn lane detection shall output to the associated through phase. Side Street Right Lane Presence: To facilitate right turn delay functionality in the 2070 controller, the 6 phase 4 and 6 phase 8 channels shall be exclusively used to serve the right -most stop bar detection loops on side street approaches. These detection channels shall not be combined with any other presence channels. Single Lane/No Advance: Where a side street has only one lane of traffic, and no advance detection is installed, the loop configuration will consist of four Type -i= loops or video detection zones. The front pair, closest to the stop bar, shall use channels 6 phase 4 or 6 phase 8 and be configured for delay capability as noted above. The back pair, farthest from the stop bar, shall use channels 4 phase 4 or 4 phase 8, configured as standard presence detection. a 307-17.7.3 Inductive Loop Detectors. REPLACE entire subsection with the following: Loop Detectors: Inductive loop detection shall be utilized only for advance detection on all new traffic signals. Modifications involving replacement of less than 50% of existing presence (limit line) detection loops may retain inductive loop detectors unless otherwise specified in project plans or at the direction of the City Engineer. Loops: All detection loops shall be 6 -foot -diameter Type E installed per the State Standard Plans ES -5A and ES -513 using Type 2 loop wire, unless otherwise approved by the City Engineer. Elongated, oval shaped, loops may be installed to accommodate lanes over 12 feet in width. Loop Installation: Detector loops shall be installed in a saw -cut slot with a minimum of 3 -inches depth below the finished pavement surface, and minimum 2 -inches of sealant covering the loop wires (Irvine Traffic Signal Standards Plan TS -8A). All detection loops shall be sealed with hot melt adhesive. Series Connection: Where two or more loops are to be on one channel of detection, or to a single DLC, the loops shall be connected in series. Advance Loops: Advance detection loops shall be a single loop per lane with one DLC per loop. Each advanced loop shall be assigned to a separate detection channel. Each advance loop shall have four turns where the total length of the DLC is less than 500 feet; otherwise, five turns are required. Advance Loop Placement: Advance detection shall be provided on streets where the approach speeds are 25 mph or greater. Separate loops shall be placed in each through lane. Advance loop setback requirements from intersections, based on approach speeds, are shown in Table 307-17.7.3 (A). Table 307-17.7.3 (A) — Advance Detector Loop Setback CA-MUTCD Table 413-101 Approach Speed (mph) Setback (feet from limit line) 25 105' 30 140' 35 185' 40 230' 45 285' 50 345' 55 405' 60 475' 01 M Presence Loops (less than 501% replacement): There shall be a maximum of two through loops for each presence delectio,i channel (Irvine Traffic Signal Standards Plans TS -8A, TS•8D, and TS'oma). For each through lane up to 12 feet in width, there shall be two, 6-foot'dialmeter loops placed tan feet apart, in the direction of travel. The City Engineer shall approve all other loop sizes. Each presence loop shall have 3 turns. ' Presence Loop Placement (less than 501/6 replacement): All presence loops shall be installed with the leading edge positioned one foot before the limit line, or the stop bar, in the direction of travel. All presence loop home run detection wires shall be located ahead of the loops, within the crosswalk. The left -turn lanes shall have four loops, with the front two loops and the back two loops on separate DLC's (Irvine Traffic Signal Standards Plan TS -8A). 307-17.7.4 Magnetometer Detectors. DELETE subsection in its entirety and SUBSTITUTE with the following: 307-17.7.4 Video Detectors. All instailat ons shall include video processor( s), a remote communications module, surge protection and video isolation assembly, one to four cameras, and sufficient extension mod Iles to satisfy the presence detection requirements of the intersection, as defined in 209-5.8.4 "Video Detectors" of these Special Provisions. ATMS 332L Cabinets: Single or dual video input processors shall be installed in slots 11-2, 13-4, 15-6, and 17-8. The remote communications module shall be installed in slots 19-10. A rack mount LCD monitor drawer shall be installed below the 2070L controller. The surge protection and isolation assembly shall be installed in place of TBO, above the power panel. ATMS Dual 332 Cabinets: Single or dual video input processors shall be installed in the even phase slots 13-4, 17-8, J3-4, and J7-8. Dual channel extension modules shall be installed in the odd phase slots 11, 15, J1 and J5. The remote communications module shall be installed in slots 19-10. A rack mount LCD monitor drawer shall be installed below the 2070L controller. The surge protection and isolation assembly shall be installed in place of TBO, above tine power panel. Type -P Cabinets: One each quad video input processor, power supply, 32 channel o 1/0, and remote communications module shall be installed in a stand-alone rack o placed on a shelf. The 1/0 module inputs and outputs shall be wired to the controller interface panel per the manufacturer's instructions. A shelf mounted monitor shall be N installed on the controller shelf. z Temporary Video Detection: Where temporary detection is required due to road C L' construction activity or extended overhead wiring, video detection shall be installed before construction commences to ensure continuous operation of the presence Y F U 01 detection. After construction, any wireless camera systems shall be removed and the entire intersection presence detection shall be converted to wired video detection per the above specifications. All temporary wireless hardware shall become property of the Agency after wired conversion is completed. 307-17.7.5 Magnetic Detectors. DELETE subsection in its entirety. 307-17.9 Controller Slabs. DELETE subsection in its entirety and SUBSTITUTE with the following: ADD the following subsections: 307-17.10 Closed Circuit Television (CCTV) System. 307-17.10.1 Approved Location. The approved location for new CCTV camera installations shall be the primary pole farthest from the traffic signal cabinet corner, unless otherwise specified by the City Engineer or the project plans and specifications. 307-17.10.1 Installation. The CCTV system shall be installed per details on Irvine Traffic Signal Standards Plan TS -6, "CCTV System Mounting and Placement." All new or modified CCTV systems shall include MPEG CCTV transmission equipment as specified in 209-5.10, "Closed Circuit Television (CCTV)," of these Special Provisions, installed per Irvine Traffic Signal Standards Plan TS -11A (AIMS cabinets) or TS -11 B (Type P cabinets). Service connections shall be provided inside the camera arm access cover. The video service connection shall be a female to male BNC N connection with the female connector on the camera side. The control service connection shall utilize three, 18 AWG wire nuts on each of the white (+), black (-), and red (ground) conductors. The service connections shall have sufficient slack to be removed from the cover for usage, inspection, and repair. G 307-17.10.1 Power. New CCTV Power: Power for CCTV systems at new 4 intersections, shall consist of three individual No. 14 THWN stranded wires (black, white, and green), installed (un -spliced) from the designated 15 -amp breaker in the service to the CCTV camera arm. A 5 -amp fuse and holder shall be installed inline with the black wire (AC hot) in the pull box adjacent to the pole where the CCTV camera is mounted. The power wires shall be routed through the pole and terminated in the CCTV housing per the manufacturers instructions. z Retrofit CCTV Power: Power for a CCTV retrofit system at an existing intersection shall conform to the above specification for locations with ATMS cabinets or Type P o cabinets with BBS services. For a retrofit installation at a Type P cabinet location z without a BBS service, the CCTV power shall be spliced into the IISNS circuit hot and neutral conductors in the. pull box adjacent to the pole where the CCTV camera is z mounted, unless otherwise specified. The green (ground) wire shall be crimped and soldered to the bare copper bond wire in the pull box. C o r F V 01 307-17.10.1 Transmission Equipment. Siandard MPEG transmission components required for CCTV camera installations are defined in 209-5.10, "Closed Circuit Television (CCTV),' of these Special Provisions. The transmission equipment shall be installed and tested for operation by the Contractor to the satisfaction of the Agency. Representative before acceptanceof the system. Irvine Traffic Signal Standards Plans TS -11A and TS -11B depict typical communication systems installations, including the MPEG encoder unit. Ivl?EG units shall be delivered to the Agency lab at (east five (5) working days before installation for testing and programming by City personnel as described in 307-17.1, "General," of these Special Provisions. ADD the following subsection: 307-17.11 Emergency Vehicle Preemption (EVP) System. The EVP shall be installed in accordance with manufacturer supplied documentation. The encoded phase selector shall be installed in the input file slots J-11 (A, B) and J-12 (C, D) for ATMS applications, or a card rack for Type P appl'cations. EVP channels A, B, C, and D shall be utilized for phases 2, 6, 4 and 8, respectively. When installing an EVP system in a Type P cabinet, the Contractor shall furnish and install a card rack and any electronics, wiring and devices required to interface with the traffic signal controller and the detector units in the controller cabinet. The Contractor shall also install an additional shelf in the T./pe P cabinet to accommodate the card rack, where the existing detection shelf does not have sufficient space. 104.4 RELEASE NOTES Details of the changes in this amendment and each of the last three revisions of the Traffic Signals design standards are listed below. Revised April 2012 Revised Design Manual Style. 2. 104.3 Special Design Requirements section revised to amendments to the "Green Book" Standard Specifications for Public Works Construction. Changed primary signal conduits on the corners to 4 -inch. Traffic Signal Cabinet specifications and ail relevant subsections changed to ATMS 332L. 2070L(N) controller base requirements revised to the 2007 TEES and February 2009 State QPL. 6. Integrated Electrical Service and Battery Backup System (BBS). "Power Conditioning System renamed to Battery Backup System for consistency with State standards. 8. EVP phase selector module changed to GTT Model 764. 9. Lighted Crosswalk specifications refer to the MUTCD In -Roadway Lighting (IRWL) requirements. 10. Added the "Irvine 'traffic Signal Qualified Products List" section 209-6. 11. Fiber optic installation and testing standards updated to NECA/FOS 301- 2009. 12. Irvine Traffic Signal Standard Plan numbers changed to TS-xx. Plan additions, deletions, and revisions to accommodate the new ATMS 332L Cabinet, Type -II Service/BBS, and video detection standards. Amended January, 2011 z 1.. Incorporated all amendments from the January, 2010 published addendum to the March, 2007 specifications. r 0 a U 2. Incorporate the January, 2011 revised Accessible Pedestrian Signals (APS) specifications. These specifications were formerly referred to as "vibratory." Revised March, 2007 1. Removed specific date reference, changing to month and year only. 2. Included base standards references for each section. 3. Minor wording and paragraph order revisions and additions throughout the document for clarity. 4. Modified MuTCD references to reflect new California MUTCD. 5. Added plan set requirement for reference sheets including detail plan sheets from 104 attachments. 6. Allowed pull box modifications in lieu of relocation for ADA ramp retrofit installations. 7. Included newly adopted alternate manufacturers for pull boxes and IISNS fixtures. 8. Pedestrian indications requirements changed to use only units with countdown timer function. 9. Phase 4 usage specified for side -street indications at T -intersections to accommodate SEPAC software operation. 10. Detection system specifications modified to accommodate dedicated right - lane channels into the 2070L controller on side streets for delay o functionality. o z 11. Elongated (oval) Type -E loops allowed for extra wide lanes. a 12. Detection configuration clarified for single lane side streets without advance. o 13. IISNS naming conventions clarified for single name and single line of text z on each sign panel. z 14. Further refined AVMS cabinet specifications to provide a more consistent product with manufacturer independence. } ■ 104.5 REVISION PROCESS All users are encouraged to suggest revisions to this document. Suggestions should be submitted in writing to the City of Irvine, Signal Operations and Maintenance, for consideration. Each suggestion will be reviewed and responded to. Suggestions meeting the approval of the City Engineer will be incorporated in the next revision of this document. Equipment equivalency submittals shall be coordinated with the City of Irvine maintenance and testing lab. Such submittals will be reviewed for actual equivalency within 30 days of receipt and approved or declined by the City Engineer. Submittal for equivalency shall not guarantee acceptance. Only accepted equipment, as specified herein, shall be allowable for field installation. Approval of equivalency shall be conveyed to the submitter, and the City inspection department, in a written memo from the City Engineer modifying the specifications herein. December 31St is the cutoff date to have submittals :approved for the next revision of these standards. 104.6 ATTACHMENTS AND TRAFFIC SIGNAL PLANS ■ z CC 0 0 M. ATTACHMENT 1 JANUARY 2012 Y n W. za �g `< O' s }� w o Hm v z rc Q m � o !L I � U < w m O m Z 94 8 Wc G £§ Y 0 EL 0 w 1 _ O o U— G = U) z d z O f!1 z SiFfffs@»€ Z O zY»-3�d€ u `•7.p. a gg Mug 9 oeq€�� Y€4 qw Y3=€3: Seeer€b€f8� d a w o ¢• 8I$gyp. zCp �98geqgg2��� �€Y§n�etp»ef33e .f�£�� 3 � aY :PC$�3fd EYi€8 E3�3. E::Fei i 5 a Li ��p3Y$e° E�fi3"SC e q 39y'E p88s ®A x9.• i 5 jj� e yyed -ail se )€ € SS£ C d yj- isa F6e § 4[ sgj�lYa »" 3FxSSi d »s 9E e Y $� S4 E} G 5ta1. ea yss d.. [[[aiSs49 �P 3 q y " Y e d§§y€•� & .5 3 fi% xf° [[fl» §n Sg. ®cJ Si[js ! 88d f»»p# Y38 r ' £ f4 €» ffttftft°§'EE� -- ; a$ ag yy € x�C E € `+•� 4 5 ey2 F€4 xn d ££ N YY O efi�i€ Yob €`La€ �€ 7€ SnEi! ¢e/ rn 5 iE 6gdd Ex F fjSa [[ pp 5[ S b S9 CS8 b€b Yy Sf3[ b� i£ f s ppp$pF S2 B9S� 2� 1 B 8 P it jQ 4QQ a xx pa d a YS� �� IpS 3 �Lb1F dei bt£ q dxxpj f€£ Z }€fE3 jY£§ £E > 3?LYg E S 4§s( dF_ 4e YY s iQyyppsE !e 415 3eL •€ !'f 8 E?. £j99_ SP Y e¢ €eY- 7p 3 a 5 s-a 6 aE 8y� pi)b9 -PY ^f 'fe3d gig g51Y6Y 5� 04g€dw^gyyEli, yyyq q e»adt d 2 - - pff : Gq 3$[}}?» eFxe ve MP3 yde»`6 EFg83»§ §_ a� xpa fill yg • i 5 8 . i€ : f Y . HIM 6y8B 3 33 gai a 4 € 3S §ee 2€.f, E@"53 g3qI ygxY yg 55 p5 a wis p€0 . 3 i9¢ 5_ 8141 €^ P 9I ;rE<b E e Y g! Y-.a9 {Er '.:- § p 5 i 8t53 11 s iy€9 _ __ [b. e_ebSl fCadf €L Is., Ii:uE EEf's7€eE Pei9P 583tn8i4aL Cif - • P ATTACHMENT 1 JANUARY 2012 �� � iS4£9a3SA44R4otgasA�4$���;5d a r E J 2 W 0 I w II 4 II n = k. X - WITLU 'i aY �' Nrcr IT n -F(n LLx oa du = x • W]� :w .R dQ��� S PPP�j P3P"v .' 9 1EA�A�AAiE p e j t Y a a6e < s €l 3 BSi q�;� Pad 4� O _ _ d^ el, •I SIM E LJ s a "--- --- - -- _ _ _ _ _ _- _ _ I r e R 0 _ mo n B - t 8 S v T�2 .E� CS ;J�g 5 . � _5 •d fa3l�yi e3 Wg a u B a jjw 2 35� :: gag q . � 2y- 07 -- y- 9 Yp doh �Ig(i!'i p4. I' _ _.. oE"ac" 8'�t9a3y93�a 33YY�B Ud � -- w 3�%%}}� ysRkyYy55C�aP3 d N 2 36�„2a g33:K�p B_i �$ S4'j�.e8 p Eea°e .1 it�ax 3Y Y gr� CC }}£E 3`¢;6E 3T§"'?�"F'v3p{ X 38c ±j9iE:i: p =.v.. 'o�S E- EbEB6Ee u3�a$ d N ujw E�;o( hY'g g�L }�7. p1�3�gIiY yyg z 3 W O Zo53°u5�.td��Y ASYh. PAilPi� iS4£9a3SA44R4otgasA�4$���;5d W " I = k. X - TT i � �1@•§-� WITLU 'i aY �' Nrcr IT n -F(n LLx oa du = x • W]� :w .R dQ��� S PPP�j P3P"v .' 9 1EA�A�AAiE p e j t Y a a6e < s €l 3 BSi q�;� Pad 4� O _ _ d^ el, •I SIM E LJ s a "--- --- - -- _ _ _ _ _ _- _ _ I r e R 0 _ mo n B - t 8 S v T�2 .E� CS ;J�g 5 . � _5 •d fa3l�yi e3 Wg a u B a jjw 2 35� :: gag q . � 2y- 07 -- y- 9 Yp doh �Ig(i!'i p4. I' _ _.. oE"ac" 8'�t9a3y93�a 33YY�B Ud � -- w 3�%%}}� ysRkyYy55C�aP3 d N 2 36�„2a g33:K�p B_i �$ S4'j�.e8 p Eea°e .1 it�ax 3Y Y gr� CC }}£E 3`¢;6E 3T§"'?�"F'v3p{ X 38c ±j9iE:i: p =.v.. 'o�S E- EbEB6Ee u3�a$ d N ujw E�;o( hY'g g�L }�7. p1�3�gIiY yyg z 3 W O Zo53°u5�.td��Y ASYh. PAilPi� H I I Hl: H M t N l 2 3nNunav z. I H I I Hl: H M t N l 2 3nNunav z. CITY OF IRVINE PUBLIC WORKS SINGLE LEFT TURN LEGEND - - - PREFERRED PLACEMENT MAXINIUiN DEVIATION LEFT OF DIVIDING LINE NOTE: 1. THE LEFT -TURN TRAFFIC SIGNAL HEAD SHALL BE CENTERED ON THE LEFT -TURN MOVEMENT DRAT A MAXIMUM OF 5 FEET LEFT FROM THE LEFT -TURN MOVEMENT. 2. POLE PLACEMENT DIMENSION C SHALL BE 2.5 FEET FROM FACE OF CURB TO CENTERLINE OF POLE. DIMENSIONS 8 AND E SHALL BE PER POLE SCHEDULE, OR AS DIRECTED BY THE ENGINEER. DUAL LEFT TURN E.C.F U m POLE PLACEMENT MAST ARM & SIGNAL POLE- PLACEMENT JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -1 l or 1qL u �m CITY OF IRVINE PUBLIC WORKS (MODIFIES CALTRANS STANDARD PLAN ES -8) TOP VIEW A.1 PULL SOX - O r SIDE VIEW 421' PULL BOX COVER ' PULL SOX - SIDE VIEW PULL BOX COVER ' BQTTOM EDGE OF BELL TO TOP OF SLURRY - S4ALL BE A MINIMU14 OF 1021" MIN _ V ANDA MAXIMUM OF 2". ` (12±1" B40) + CONDUIT 6" MIN GRAVEL DEPTH DRAIN HOLE TO GRAVEL SLURRY OVER GRAVEL I 6" # MIN GRAVEL PAST BOX GRAVELBASE I 1. INTERCONNECT PULL BOXES ARE TO BE NO. 6, EXCEPT FOR THE C40 ELECTRICAL BOX ADJACENT TO THE COMMUNICATION CABINET, PLACED NO GREATER THAN 400 FOOT INTERVALS, AND HAVE 45 DEGREE CONDUIT ELBOWS. 2. NO. 6 PULL BOXES SHALL HAVE FIBRELYTE COVERS. C40 PULL BOXES SHALL HAVE "LIGHTWEIGHT" PCLYMER CCNCRETE LID. 3. ALL PULL BOXES ARE TO BE MARKED "TRAFFIC SIGNAL" EXCEPT THE EDISON PULL BOX. 4. THERE SHALL BE A MINIMUM OF 10 INCHES (±1) OF VOID FROM TOP OF SLURRY TO THE BOTTOM OF THE COVER, IN A SINGLE STACK PULL BOX. C40 BOXES SHALL HAVE AN ADDITIONAL 2" SUMP. 5. GRAVEL BED SHALL BE 6" DEEP, BELOW PULL BOX .AND EXTENDING 6" PAST THE OUTER EDGES IN ALL DIRECTIONS. 6. PULL BOX FLOOR SHALL HAVE CEMENT GROUT (MINIMAL SLOPE TO CENTER) COVERING BASE MATERIAL. 7. DRAIN HOLE SHALL ALLOW WATER TO DRAIN THROUGH GROUT TO GRAVEL BASE MATERIAL. 8. PULL BOXES SHALL BE INSPECTED FOR PROPER CONSTRUCTION PRIOR TO WIRE INSTALLATION. TRAFFIC SIGNAL PULL BOXES STD. PLAN JANUARY 2012 TS -2 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER TUBE COLOR FIBER TYPE BLUE 65.5/125 MMF ORANGE 65.5/125 MMF GREEN 65.5/125 MMF BROWN 65.5/125 MMF SLATE 8.3/125 SMF WHITE 8.3/125 SMF RED 8.3/125 SMF BLACK 8.3/125 SMF YELLOW 125 SMF VIOLET 8.3/125 SMF TUBE COLOR FIBER TYPE BLUE 8.3/125 SMF ORANGE 8.3/125 SMF CITY OF IRVINE PUBLIC WORKS 60 FIBER HYBRID CABLE (CORNING ALTOS 060XU4-CK339D20) �-- 0.64" NOM. O.D.-� 12 FIBER SINGLEMODE CABLE (CORNING ALTOS 012EU4-64101D20) PE JACKET RIPCORD DIELECTRIC STRENGTH MEMBERS WATER SWELLABLE TAPE BUFFER TUBE FIBERS (6 PER TUBE) WATER SWELLABLE YARN CENTRAL MEMBER PE JACKET RIPCORD DIELECTRIC STRENGTH MEMBERS WATER SWELLABLE TAPE BUFFER TUBE FIBERS (6 PER TUBE) WATER SWELLABLE YARN CENTRAL MEMBER FILLER SIGNAL INTERCONNECT CABLES -� �✓�_ % I JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER .STD. PLAN TS -3 06 APS STATION CITY OF IRVINE .PUBLIC WORKS W6 AVJ JIAIIVN NOTES: 1. ACCESSIBLE PEDESTRIAN SYSTEM (APS) SHALL BE FIELD WIRED MODELS UTILIZING PEDESTRIAN HEAD MOUNTED CONTROL MODULES. 2. SYSTEMS SHALL BE FROM THOSE APPROVED IN THE IRVINE TRAFFIC SIGNAL QPL. 3. A PROGRAMMER UNIT SHALL BE PROVIDED TO THE CITY WHEN REQUIRED FOR INSTALLATION, ACCESSIBLE PEDESTRIAN SYSTEM INSTALLATION JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD.PLAN TS -4 CITY OF IRVINE PUBLIC WORKS Sian; Text PANELS DIMENSIONS WITHOUT FRAME 1. PANELS SHALL BE CONSTRUCTED WITH 3M DG REFLECTIVE SHEETING, SERIES 4090. 2. PANELS AND FRAMING SHALL BE DESIGNED TO FIT THE ISNS FIXTURE DEFINED IN 209-5.11. 3. LETTERING BACKGROUND OVERLAY SHALL BE 3M ELECTROCUT FILM, 1179 (BROWN). 4. PANELS SHALL BE COVERED WITH A UV PROTECTIVE, CLEAR ACRYLIC FILM. 5. WHITE BORDER SHALL BE 1.5 INCHES AROUND ALL EDGES OF PANEL. 6. TEXT SHALL BE HIGHWAY GOTHIC, SERIES E, WITH 8- UPPER CASE AND 6- LOWER CASE. 7. TEXT SHALL BE CENTERED VERTICALLY ON THE PANEL, RELATIVE TO THE UPPER CASE LETTERS. 8. TEXT SHALL BE CENTERED HORIZONTALLY ON.THE PANEL. 9. SIGN PANELS SHALL HAVE ONLY ONE STREET NAME IN A SINGLE LINE OF TEXT. IISNS PANELS STD. PLAN G1/I JANUARY 2012I TS -5 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER Fixture Size Dimension 6 foot 8 fooL A 72" 96" B 69" 93" C 18" 18" D 15" 15" PANELS DIMENSIONS WITHOUT FRAME 1. PANELS SHALL BE CONSTRUCTED WITH 3M DG REFLECTIVE SHEETING, SERIES 4090. 2. PANELS AND FRAMING SHALL BE DESIGNED TO FIT THE ISNS FIXTURE DEFINED IN 209-5.11. 3. LETTERING BACKGROUND OVERLAY SHALL BE 3M ELECTROCUT FILM, 1179 (BROWN). 4. PANELS SHALL BE COVERED WITH A UV PROTECTIVE, CLEAR ACRYLIC FILM. 5. WHITE BORDER SHALL BE 1.5 INCHES AROUND ALL EDGES OF PANEL. 6. TEXT SHALL BE HIGHWAY GOTHIC, SERIES E, WITH 8- UPPER CASE AND 6- LOWER CASE. 7. TEXT SHALL BE CENTERED VERTICALLY ON THE PANEL, RELATIVE TO THE UPPER CASE LETTERS. 8. TEXT SHALL BE CENTERED HORIZONTALLY ON.THE PANEL. 9. SIGN PANELS SHALL HAVE ONLY ONE STREET NAME IN A SINGLE LINE OF TEXT. IISNS PANELS STD. PLAN G1/I JANUARY 2012I TS -5 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER OF t,4 CITY OF IRVINE PUBLIC WORKS 00 O 1z'• P� DRILL & TAP (2)1/2" c1`P I10LES IN POLE O �_3" POWER AND THREAD IN WATER _ 0 3 CONTROL 'FIGHT STRAIN RELIEF CONNECTORS DOME CO DEGREES , PA -402 POLE ADAPTOR CCTV CAMERA ARM ASSEMBLY IVVM24-GY ARM CCTV CAMERA ASSEMBLY BB4-PG-E-BLACK BOX DD4CBW35 -DOME DRIVE LD53PB-E1- LOWER DOME ViDEO AND CONTROL SERVICE — 2 -.75 STAINLESS DISCONNECTS INSIDE ARM COVER STEEL STRAPS 3 -14 AWG THWN STRANDED WIRE FOR POWER BLACK, WHITE, GREEN 12" 2 -1/2" HOLES TAPPED IN POLE USE 1/2" WATER TIGhT STRAIN RELIEF RELIEF CONNECTORS Wl TWO TYPES OF OPENINGS PART # HUBBELL # SHC-1022 (.250--.375" OPENING) PART # HUBBELL # UFC -0001 (.250"x.550" OPENING) BELDEN 8241 RG59-75 OHM COAXIAL CABLE BELDEN 9493 (3 WIRE #18) FOR CONTROL CIRCUIT NOTES: 1. USE TRON "HEB-AA FUSE HOLDER & SAMP FUSE IN PULL BOX. 2. CRIMP AND SOLDER GREEN GROUND WIRE TO BOND WIRE IN PULL BOX. 3. ATMS INSTALLATIONS REQUIRE CCN POWER CIRCUIT BACK TO DESIGNATED SERVICE BREAKER. 4. TYPE P INSTALLATIONS REQUIRE CCN POWER SPLICED TO IISNS CIRCUIT IN PULL BOX. CCTV SYSTEM MOUNTING AND PLACEMENT C-'-���/�I JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -6 � pF iq4 u �m CITY OF IRVINE PUBLIC WORKS TYPE P CABINET ATMS 332L CABINET SERVICE/BBS ENCLOSURE SERVICE/BBS ENCLOSURE EXTERNAL SERVICE METER INTERNAL SERVICE METER 26" � � 15" � 29.25" ,(" � 15 O 12" PV CELL SHROUD 20.25' I I INVERTERIPTS 1 PV CELL SHROUD 1 1 �-----'--'---"------ zl 1 INVERTER/PTS o, , Vi BATTERY N� SHELF 1 ti___________i________ JI z j�0 ___________1 ¢ O ¢ ZI �I FI BATTERY I wl SHELF wl 1 U, w 2 -, BATTERY 1 Y e >1 1 ¢ { �1 SHELF w w 42" 40" yl _,1 1 U �� _y 2 2 �I 1 ¢ O , 'nom -__________a m ~ 1 Vo BATTERY i u z >i SHELF a z �1 w ¢ WI ----------- l I 22" ' SOME TYPE -P RETROFIT LOCATIONS REQUIRE SERVICE 24 - PULL SECTION ON THE RIGHT SIDE. 1. SERVICEIBBS EMCLOSURE AND COMPONENTS MUST CONFORM TO 209-3.10 SPECIFICATIONS. 2. SERVICE/BBS ASSEMBLIES MUST BE UL LISTED. 3. A PULL SECTION ACCESS DOOR SHALL BE PROVIDED ON THE LEFT SIDE OF THE SERVICE. 4. SEPARATE METERED AND UNMETERED BREAKER BUSSES SHALL BE PROVIDED. 5. METERED CIRCUITS SHALL INCLUDE SIGNAL (40A), IISNS (15A), CCN (15A)• AND SPARE (15A). 6. UNMETERED CIRCUITS SHALL INCLUDE LIGHTING (30A) AND CONTROL (15A). 7. DETAILED SPECIFICATIONS MAY BE OBTAINED FROM SIGNAL OPERATIONS & MAINTENANCE: 949-724-7649 8. BREAKERIBBS SECTION DOOR SHALL HAVE A 3 -POINT LATCHING SYSTEM WITH CORBIN @2 LOCK AND PADLOCK HASP. TYPE IIB SERVICE/BBS DETAILS STD. PLAN JANUARY 2012 TS -7 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER 1 pp rQy " CITY OF IRVINE lop PUBLIC WORKS (MODIFIES CALTRANS STANDARD PLAN ES -5A) 1-06 2-06 3-06 4-06 STANDARD LOOP CONNECTIONS NUMBER i LOOP CLOSEST TO THE CROSSWALK SPLICE IN PULL BOX MIN 1/2" FOR TYPE 2 LOOP CONDUCTOR �1/6.. MAX DEPTH _ ".' IN CUT IE 3" kNT NOTES : 1. TRAFFIC SIGNAL LOOPS SHALL BE TYPE E. 2. LOOP CONDUCTORS SHALL BE TYPE 2. 3. LOOPS SHALL HAVE A MINIMUM OF 3 -TURNS FOR PRESENCE AND 4 -TURNS FOR ADVANCE. 4. LOOPS SHALL BE SEALED WITH HOT MELT ADHESIVE. 5. LOOPS SHALL BE SPLICED IN SERIES, AND BY LANE. 6. PRESENCE LOOPS SHALL BE INSTALLED ONE FOOT BEHIND THE LIMIT LINE. 7. ADVANCE LOOPS SHALL BE INSTALLED PER SET BACK REQUIREMENTS (104.3.V.10). 8. LOOP DESIGNATIONS SHALL REMAIN CONSISTENT WITH THIS PLAN. REGARDLESS OF LANE COUNT. TRAFFIC SIGNAL LOOP DETECTION DETAILS G///�� JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -8A CITY OF IRVINE 1-06 2-06 3-06 4.06 NOTES: 1. ADVANCE DETECTION LOOPS SHALL BE TYPE E CONFORMING TO PLAN TS -8A SPECIFICATIONS. 2. PRESENCE SHALL BE VIDEO DETECTION CONFORMING TO 209-5.8.4 AND 307-17.7 SPECIFICATIONS. 3. PRESENCE DETECTION ZONES SHALL BE CONSISTENT WITH PLANS TS -8C, TS -8D, OR TS -8E. 4. BICYCLE DETECTION ZONES SHALL BE PLACED AT THE FRONT OF ALL STOP BAR ZONES. - 5. ONE OR TWO VIDEO DETECTION CAMERAS MAY BE USED FOR EACH APPROACH. 6. PREFERRED PLACEMENT FOR VIDEO DETECTION CAMERAS IS ON THE LUMNAIRE ARM. TRAFFIC SIGNAL VIDEO DETECTION DETAILS 6�� c-1 �- I JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN :N . CITY OF IRVINE PUBLIC WORKS J SENSOR CHANNELS DESIGIIATED FCR FIGHT TURN DELAY FUNCTIONALITY IN 2070L CONTROLLER VIDEO PRESENCE DETECTION NOTES: 1. THIS DETECTION SCHEDULE IS APPLICABLE ONLY TO ATMS 332E CABINET INSTALLATIONS AND MODIFICATIONS. 2. VIDEO DETECTION PROCESSORS SHALL BE INSTALLED IN SLOTS 11.2,134,15-6, AND 17-8. 3. DETECTION CHANNELS 6.04 AND 6-08 SHALL ALWAYS BE UTILIZED FOR THE RIGHT -MOST LANE PRESENCE LOOPS ON SIDE -STREETS TO ACCOMODATEDELAY FUNCTIONALITY. B @6]6 co v c� 1-05 ® 2-05 1-020 ®5-02 2-020 3-020 6-02 4-020 6-06H O 4-06 O 3-06 5-06 O 2-06 O 1-06 2-01® 1-01 ATMS 332L DETECTOR SCHEDULE JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -8C SENSOR SCHEDULE SLOT POSITION CHANNEL SLOT POSITION CHANNEL 11 U 5.02 A U 402 L 6-02 L 2-02 12 U 1-05 J1 U '3-02 L 2-05 L 4-02 13 U 4-04 J9 U IL04 L ® 6,04 2-04 14 U 1-07 44p 3.04' IS U s -as JS VLI n06 L 6.06 2.06. 16 U —L 1.01 2-01 J6: 3-06 4-06 17 U 408 J] U 1.08 L. Q fi-08 L 2-08 IB U 1-03 J9 U 3.08 L 2-03 L SP Ig U L VD COM J9 U SP L °P 110 U L VD COM J10 U FREE L GL 111 U 02 BIKE J11 U E'VA-02 L 04 BIKE L EVS-06 112 U 06 BIKE J12 U EVC -04 l 08 BIKE L 113 U 02 PED Ji3 U L 04 PED L 114 U OE PED J14 U F' L O8 PED L S J SENSOR CHANNELS DESIGIIATED FCR FIGHT TURN DELAY FUNCTIONALITY IN 2070L CONTROLLER VIDEO PRESENCE DETECTION NOTES: 1. THIS DETECTION SCHEDULE IS APPLICABLE ONLY TO ATMS 332E CABINET INSTALLATIONS AND MODIFICATIONS. 2. VIDEO DETECTION PROCESSORS SHALL BE INSTALLED IN SLOTS 11.2,134,15-6, AND 17-8. 3. DETECTION CHANNELS 6.04 AND 6-08 SHALL ALWAYS BE UTILIZED FOR THE RIGHT -MOST LANE PRESENCE LOOPS ON SIDE -STREETS TO ACCOMODATEDELAY FUNCTIONALITY. B @6]6 co v c� 1-05 ® 2-05 1-020 ®5-02 2-020 3-020 6-02 4-020 6-06H O 4-06 O 3-06 5-06 O 2-06 O 1-06 2-01® 1-01 ATMS 332L DETECTOR SCHEDULE JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -8C CITY OF IRVINE ulp-IN[�1�1�I�7 ■ SENSOR UNITS SHALL BE RACKMOUNFNATH WRH TWO CHANNELS PER DETECTOR UNIT ® SENSOR CHANNELS DESIGNATED FOR RIGHT TURN DELAY FUNCTIONALITY IN M70L CONTROLLER NOTES: 1. THIS DETECTION SCHEDULE IS APPLICABLE ONLY TO ATMS DUAL 332 CABINET INSTALLATIONS AND MODIFICATIONS. 2: WHEN UTILIZED, VIDEO DETECTION PROCESSORS SHALL BE INSTALLED IN SLOTS 134,17-8, J3-4, AND J7-8. EXTENSION MODULES SHALL BE INSTALLED IN SLOTS 11. 15. J7, AND J5 3. DETECTION CHANNELS 6-04 AND 6-08 SHALL ALWAYS BE UTILIZED FOR THE RIGHT -MOST LANE PRESENCE LOOPS ON SIDE -STREETS TO ACCOMODATE DELAY FUNCTIONALITY. Q Q C @ @ @ Nr LOOP PRESENCE 080 (70 DETECTION @@@@@ IDNQH� h • LOX* L o • 9 • . • �Zi 6-06 O 4-06 7-06 O 3-06 6-06 0 2-06 5-06 [O::a O 1-06 3-01 D OO D-04-01 1-01 [Z -a 0:02-01 QQQ � VIDEO PRESENCE 00t�N0 DETECTION QQQrr 00000 ION ON_ 11-05 ® 2-05 1-02 O ®5-02 2-02 O F/ --/l 6-02 3-02 O ®7-02 4-02 O 177/18-02 ATM$ DUAL 332 DETECTOR SCHEDULE (FOR MODIFICATION REFERENCE USE ONLY) 8-06 Di SENSOR SCHEDULE UNIT CHANNEL I DETECTOR UNIT CHANNEL DETECTOR I1 1 1-01 J9 1 ® 6-08 2 2-01 2 FUT 12 3 01 J9 FUT 2 c-01 2 FUT 13 102 Ki 1-02 2 602 2 FUT 14 + 7-02 K2 1 2-02 2 SO2 2 FUT I� 03 K3 12 2 2-03 2 FUT I6 1 3-03 K4 1 4.02 2 4-03 2 FUT 17 1 4-04 K5 1 1.04 2 S-04 2 PUT 18 1 ® SO4 K5 1 2 FUT 2 FUT FUT 19 1 FUT K7 1 3-04 2 FUT 2 FUT J1 1 1-05 K8 1 1-06 2 2-05 2 FUT J2 1 3.05 K9 1 2-05 2 4-05 2 FUT 1 5_06 1 3.06 J3 2 6.06 K10 2 FUT Ja 1 7-06 K1t 1 4-06 2 8.06 2 FUT JS 1 1.07 K12 1 1.08 2 2.07 2 FUT J6 1 3-07 K13 1 2.08 2 407 2 FUT J7 1 0.08 Kt< 1 3-08 2 5.08 2 FUT ■ SENSOR UNITS SHALL BE RACKMOUNFNATH WRH TWO CHANNELS PER DETECTOR UNIT ® SENSOR CHANNELS DESIGNATED FOR RIGHT TURN DELAY FUNCTIONALITY IN M70L CONTROLLER NOTES: 1. THIS DETECTION SCHEDULE IS APPLICABLE ONLY TO ATMS DUAL 332 CABINET INSTALLATIONS AND MODIFICATIONS. 2: WHEN UTILIZED, VIDEO DETECTION PROCESSORS SHALL BE INSTALLED IN SLOTS 134,17-8, J3-4, AND J7-8. EXTENSION MODULES SHALL BE INSTALLED IN SLOTS 11. 15. J7, AND J5 3. DETECTION CHANNELS 6-04 AND 6-08 SHALL ALWAYS BE UTILIZED FOR THE RIGHT -MOST LANE PRESENCE LOOPS ON SIDE -STREETS TO ACCOMODATE DELAY FUNCTIONALITY. Q Q C @ @ @ Nr LOOP PRESENCE 080 (70 DETECTION @@@@@ IDNQH� h • LOX* L o • 9 • . • �Zi 6-06 O 4-06 7-06 O 3-06 6-06 0 2-06 5-06 [O::a O 1-06 3-01 D OO D-04-01 1-01 [Z -a 0:02-01 QQQ � VIDEO PRESENCE 00t�N0 DETECTION QQQrr 00000 ION ON_ 11-05 ® 2-05 1-02 O ®5-02 2-02 O F/ --/l 6-02 3-02 O ®7-02 4-02 O 177/18-02 ATM$ DUAL 332 DETECTOR SCHEDULE (FOR MODIFICATION REFERENCE USE ONLY) 8-06 Di O 4-06 7-06 Q O 3-06 6-06 ® O 2-06 5-06 O 1-06 2-01 1-01 I.1 In m m m @@@@@ � IJ1 d J1 m 00 Wm � N STD.PLAN JANUARY 2012I TS -8D MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER u 'mCITY OF IRVINE PUBLIC WORKS SENSOR SCHEDULE SENSOR UNIT CHANNEL ULTIMATE EXISTING 1 1 602 2 602 2 1 1-05 2 2-05 3 1 104 2 5-0a 4 1-07 5 06 2 6.06 6 1 1.01 z z -o1 7 1 108 2 5-08 8 1 1-03 2 2.03 9 1 ® A 1.02 2 ® A 2-02 10 1 ® A 3-02 2 ® A 4-02 11 1 0 A 1-04 2 A 2-04 12® A 3.04 2-0 A 1-06 13 ®♦ 2-06 2 ®A &06 14 1 ® A 4.06 2 0 A 1.08 15 1 ® A 2-06 2 ® A v08 16 1 O 702 2 ® ]-06 ® DELAY CALL CALL HOLD A SYSTEM SAMPLING LOOP PRESENCE DETECTION emms � r VIDEO PRESENCE H'2 DETECTION 1000 (- 1.05 1-02 O z -es O 2-02 O �02 3-02 O Q O 60' 4-02 0 U70]-0 VIDEO PRESENCE H'2 DETECTION 1000 1-0 1.02 0 20s 2-02 O 602 3.02 O ® 402 O 4•UI• VIDEO PRESENCE H'2 DETECTION 1000 NOTES; 1. THIS DETECTION SCHEDULE IS.APPLICA13LE ONLY TO TYPE -P CABINETS UTILIZING 2 -CHANNEL DETECTOR UNITS WITH TIMING FUNCTIONS (MODEL 262FC). 2. THIS SCHEDULE IS FOR REFERENCE USE AND SHALL ONLY APPLY WHEN MODIFYING EXISTING TYPE -P CABINET INSTALLATIONS. ALL NEW INSTALLATIONS OR CABINET REPLACEMENTS SHALL REFER TO PLAN TS -8C -ATMS 332L DETECTOR SCHEDULE'. 3. WHEN UTILIZED, VIDEO DETECTION MODULES SHALL BE INSTALLED IN A STAND-ALONE RACK AND WIRED TO THE CONTROLLER INTERFACE PANEL. TYPE P DETECTOR SCHEDULE JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER 0003 O 4-06 -06 S06 O 2-06 O 1-06 2.01 1-G1 STD. PLAN TS -8E 1-0 1.02 0 20s 2-02 O 602 3.02 O ® 402 O NOTES; 1. THIS DETECTION SCHEDULE IS.APPLICA13LE ONLY TO TYPE -P CABINETS UTILIZING 2 -CHANNEL DETECTOR UNITS WITH TIMING FUNCTIONS (MODEL 262FC). 2. THIS SCHEDULE IS FOR REFERENCE USE AND SHALL ONLY APPLY WHEN MODIFYING EXISTING TYPE -P CABINET INSTALLATIONS. ALL NEW INSTALLATIONS OR CABINET REPLACEMENTS SHALL REFER TO PLAN TS -8C -ATMS 332L DETECTOR SCHEDULE'. 3. WHEN UTILIZED, VIDEO DETECTION MODULES SHALL BE INSTALLED IN A STAND-ALONE RACK AND WIRED TO THE CONTROLLER INTERFACE PANEL. TYPE P DETECTOR SCHEDULE JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER 0003 O 4-06 -06 S06 O 2-06 O 1-06 2.01 1-G1 STD. PLAN TS -8E ATMS 332L o ' 46, 1 FRONT OF CABINET IIIII�IIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIII�III�IIIIIIIIIIII��IIIIIIj t: CITY OF IRVINE o E' ABOVE GRADE AT 4S DUAL 332 es f o__ ______ --------- o_____ __.______0 - 6s C -O--��ir FRONT ! i e.s 0 _ ______0 n ®--------------- L ------------------- (D 1' n _ 6.6' I P 4 61' © ANCHOR BOLT. ® S INCH GROUNDING ROD Q 1INCH ECISON SERVICE CONDUIT ©'.SANCH POWER. CONDUI T 8 tSItlGH SPAFE CONDUIT 0'.s -INCH FIELD CIRCUITS CONDUIT Q 4 -INCH ENTRY CONDUIT ® 1.5�,NCH SIC PIGTAIL CONDUIT NOTES: 1. CABINET LOCATION SHALL BE APPROVED BY A CITY REPRESENTATIVE PRIOR TO INSTALLATION OF THE CABINET BASE FORMS. 2. CONDUIT LOCATIONS ARE PROVIDED AS A GENERAL REFERENCE. FINAL CONDUIT PLACEMENT SHALL BE INSPECTED AND APPROVED PRIOR TO POURING THE CONCRETE FOUNDATION. ATMS CABINET FOUNDATIONS I STD. PLAN ����✓��ll JANUARY 2012I TS -9A MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER -4OF "? V o m PREFERRED CABINET LOCATIONS ii NOTES: CITY OF IRVINE PUBLIC WORKS "�2 ' 2 C ,E ECR RAN i FRONT BI i MAJOR STREET 1. THIS DETAIL SHOWS OPTIONAL ATMS 332L CABINET LOCATIONS IN ORDER OF PREFERENCE A TO C. DEVIATIONS FROM THESE PREFERRED LOCATIONS MUST BE APPROVED BY THE CITY TRAFFIC ENGINEER. 2. THE CABINET FRONT SHALL BE MINIMUM OF 36 -INCHES FROM THE E ECR OR BCR FOR PREFERRED LOCATIONS A OR B WITH THE FRONT DOOR FACING THE INTERSECTION. 3. HALF DELTA PREFERRED LOCATION C IS DIRECTLY IN LINE WITH THE PEDESTRIAN RAMP. 4. THERE SHALL BE A MINIMUM OF 48 -INCHES OF CONCRETE FRONTING BOTH CABINET DOORS AND THE ELECTRICAL SERVICE. THE BACK SIDE OF THE CABINET MAY ABUT THE RIGHT -OF WAY LINE. 5. TO MITIGATE FOR SLOPED CONDITIONS BEHIND THE CABINET, INSTALLATION OF RETAINING WALUCURB MAY BE REQUIRED TO MAINTAIN CLEAR ACCESS TO CONCRETE PAD AROUND CABINET. WHEN RETAINING WALUCURB IS REQUIRED, THE TOP OF THE RETAINING WALUCURB SHALL HAVE FEATURES TO PREVENT SKATEBOARDING. ATMS/332L CABINET PLACEMENT STD. PLAN !/ 6��: I JANUARY 2012 TS -9B MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER CITY OF IRVINE HOM; Zara m ®® "DEODEr nWMWTCR DOfiUM=Nr oRgw=H MHd U FN SfiLI .d Lp 2 6 2 6 �E Da@ ��OUOG00 YD a a ^ zart o 000 C@A pp o PEIAY 62 2d 6< 2-r 6d 2.1 69 N 8 4. 6 Al INPUT FILE SLOT ALLOCATION S2 FS a Iq SfiLI .d Lp 2 6 2 6 Da@ 61. YD PED C@A COM 62 2d 6< 2-r 6d 2.1 69 N 8 4. 6 .I. BIXE PED :-2 32 :i 34 iF .M Id 38 SP FR e A EVC ..SN 2 AW ENS 2-2 <x 2J - xd Ad 2d - - pL EV6 U T 1.VNEN s:E 8 ilAtE 1. ATMS 332L CASINETS,ARE BASED UPON THE CALTRANS TEES STANDARDS. 2. COMPONENTS SHALL BE MOUNTED IN THE RACK IN THE APPROXIMATE POSITIONS SHOWN. 3. INPUT FILE SLOT ALLOCATIONS SHALL BE AS SHOWN. - 4. COMMUNICATIONS NETWORK SWITCHES SHALL BE RACH MOUNTED TO THE BACK OF THE RACK, BEHIND THE 2070L. 5. THE EXTERNAL SWITCH PANEL (PD PANEL) SHALL INCLUDE SWITCHES FOR FLASH, ON/OFF, AND MANUAL CONTROL. ATMS 332L CABINET LAYOUT I STD. PLAN �✓��>;�I JANUARY 2012I TS -9C MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER 4.5^ 62" 6' 1 ABOV J ri m CITY OF IRVINE PUBLIC WORKS 'P" STYLE CAP INPUT FILE SLOT ALLOCATION 1-1 3-1 52 7-2 1-3 33 44 6< SP SP R l R 5 BIKE SEKS PEO PED 2-1 4-1 62 &2 &3 4J 5� SP SP SP 4 4 E BIKE eIa E PEO PEO I5 3-5 56 34 t -i 3-1 45 6d SP FEES EPA E.0 MNI I.S. 40 SENS 2s <-5 85 6i 2-2 4-2 58 SP SP SF m m NAN, Ito 6 6 EN i,ME 1-2 23 12 43 t< 24 3< 1fi 2d M 44 Id 24 38 SP SP SP SP SP SP SP SP SP SP SP SP SP SP "P' S -i YLE CAP DETAIL 2.5" 30" 2.5" w I CAP SLOPES TO REAR w f�4 5 F' a 4.5" 2.5" EdN a 0 < CW LL X > zORATED UNDER FRONT OVERHANG FOR FAN EXHAUST ATMS DUAL 332 CABINET LAYOUT (FOR MODIFICATION REFERENCE USE ONLY) JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -9D i pP 1g1' MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER ION 1, m CITY OF IRVINE PUBLIC WORKS ATMS MOUNTS - (MUST BE a s 13' TBA TBS TBC TBD TBE :'BA -NEMA CABINET INTERFACE BOARD TO RIGHT SIDE WALL BEHIND INPUT COMPATIBLE WITH US TRAFFIC MODEL z.75• —�• +� 2.75' FILES 104767) -�' DETECTION PROGRAMMING CARD JUMPERS USED TO PROGRAM DETECTION, DEFAULT SHOWN (MUST BE COMPATIBLE WITH US TRAFFIC MODEL 104773) B- C1A _______________ jJ1 DETECTION Jzj i PROGRAMMING BOARD O' ............... I NER070 ........ COMPATIBILITY CIRCUIT I __------------- ------------------• -L L ap \ \ y-164 RA �- `+cr cxnx oomu*s a Ii a o aEx oErt xx -s .... ............. ... e. • y �{�ryI!I 11Iq�{{ OE•Ljr��g4{,y bgXMX. xxp. 11r�gXjp{ i5I{F!� I1P�I tl tl tl�tl tl tl ��tl 4.5AREA as 45 3M 7064-6083 HEADER ON PROGRAMMING CARD 3M 7164-6082 HEADER ON INTERFACE BOARD MODULAR TERMINAL BLOCKS (20 TOTAL) 10 POSITION, 0.1- TERMINAL SPACING (SEE CHART BELOW FOR UTILIZATION) —TBC DET TBD -DET M1 TBE -OTHER + 40 11 a0 T1313 -DRIVERS 1 1 CHECK 1- 1 8 ON 1 DET 1 OUT. 1 DET 41 OUT 1 1 OL A RED CIA -97 2 1 NEXT CIS-22 2 8 HOLD - 2 DET 2 OUT -2 2 DET 42 OUT M77 -4-2 -T OLA YEL I -9 3 ION 1- 4 3 8 OMIT 3 DE'f 3 OUT. 3 DET 43 OUi' -[TE—T44 3 OLA GRN to -99 4 1 HOLD 1 - 4 S PED OMIT 4 OET 4 OUT 4 0UI '-4 -T-5—LB RED 5 1OMIT Cl -2 5 --l—VEH —RED 1 -1 5 DET GOUT 5 DET45OUT 745 5 OLBYEL CIA -95 6 2 CHECK 1 - 6 1 VEH YEL -1 6 DET 6 OUT -6 6 DET 46 OUT -46 6 OL B GRIL 1 -96 7 2 NEXT CIS -28 7 1 VEH GRN 1A-1 7 TET 7 OUT. D C-7 7 DET 47 OUT -577-4-7 7 OL C P.ED CIA -88 8 2 ON Cl .3 8 2 VEH RED 7 - B DET -BOUT 8 DET 48 OUT 4 8 OL C YEL C1A-89 9 2HOLD C18-26 9 2VEH7EL —C1771-3 9 DET 9007 VPT--9— 9 DET490UT PC 9 —9 OLCGRN CiA-90 10 2 OMIT C18-29 10 2 VEH GRN CIA -1 10 DET 1D OUT D -t0 70 DET 50 OUT DPC-50 10 OL D RED CIA -85 11 2PED OMIT CIB-27 11 2PED DW CIA -10 11 DET 11 OUT TP .11 11 DET51OUT DPC-51 11 .OL D YEL C1A-86 12 3 CHECK CTB -31 12 2 PED CLR CIA -35 12 DET 12 OUT DPC-12 12 DET 52 OUT DPC-52 12 OL D GRN C1A-87 13 3 NEXT CIS -33 13 2 PED WK GTA -11 13 DET 13 DDT DPC-13 13 DET 53 OUT DPC-53 13 AUX 3 RED CIA -91 14 30N CTB -35 14 3VEH RED CIA -7 14 DET 14 OUT DPC-14 14 DET 54 OUT DPC-54 14 AUX 3 YEL ClA101 75 3HOLD CTB -32 15 3VEH YEL GIA -8 15 DET 15 OUT DPC-15 15 DET SS OUT DPC-55 15 AUX3GRN GIA -93 16 30MIT CtB-34 16 3VEH GRN CIA -9 76 DET 760UT DPC-16 16 DET Sfi OUT OPG56 tfi AUX6 RED C1A-83 17 4CHECK CTB -36 17 4VEH RED C1A4 17 DET 17 OUT DPC-17 17 DET 57 OUT DPC-57 17 AUX 6 YEL C1A100 18 4NEXT C1B-39 18 4VEH YEL CIA -5 18 DET 18 OUT DPC-18 18 DET 58 OUT DPC-53 18 AUX6 GRN CIA -84 19 40N C1B-41 19 4VEH GRN CIA -6 19 DET 19 OUT DPC-19 19 DET 59 OUT DPC-59 19 FREE TIME C1B-5 20 4HOLD C18-37 20 4PEDWK CIA -2 20 DET 20 OUT DPC-20 20 DET 60 OUT DPC-60 20 SP. STAT.1 Cim 21 4OMIT C1B40 21 4PED CLR CIA -37 21 DET21OUT DPC-21 21 DET 61 OUT DPC-61 21 NEMA CNA CIB-7 22 4PED OMIT C18-38 22 4PED DW CTA -3 22 DET 22 OUT OPC-22 22 DET 62 OUT DPC-62 22 NEMA MAX2 CTB -8 23 5CHECK C1842 23 5VEH RED CIA -32 23 DET 23 OUT DPC-23 23 DET 63 OUT DPC-63 23 NEMA ORC C18-10 24 5 NEXTC18-44 24 5 VEH YEL CIA -33 24 DET 24 OUT DPC-24 24 DET 64 OUT DPC-64 24 NEMA RR C16-11 25 50N CTB -46 25 5VEH GRN CIA -34 25 DET 25 OUT DPC-25 25 2PED CALL CTA -67 25 NEMAWRM C1B-12 26 5 HOLD CTB -43 26 6 VEH RED CIA -29 26 DET 26 OUT DPC-26 26 4 PED CALL CIA -69 26 FL LOGIC C1B-2 27 5OMIT CIB45 27 6VEH YEL CIA -30 27 DET 27 OUT DPC-27 27 6PED CALL CIA -fib 27 FL SENSE C1B4 28 6 CHECK C7 B47 28 6 VEH GRN CIA -31 28 DET 2B OUT DPC-28 28 8 PED CALL CIA -70 28 INT AOV CIA -80 29 6 NEXT CTB -50 29 6 PED WK CIA -27 29 DET 29 OUT OPC-29 29 EVP t OUT CIA -77 29FL SENSE CIA -81 30 60N CIB-52 30 6PED CLR CIA -36 30 DET 30 OUT DPC-30 30 EVP 2 OUT CIA -72 30 STOP TM CIA -82 31 6HOLD C7B48 31 6PED DW CIA -28 31 DET 31 OUT DPC-31 31 EVP 3 OUT CiA-73 31 1 DET RESET CIA102 32 6OMIT CTB -51 32 7 D 71A-24 32 DET 32 OUT DPC-32 32 EVP4 OUT CIA -74 32 MAN ENBL CIA -53 33 6 PED OMIT C1B 99 33 7 VEH YEL CIA -25 33 DET 33 OUT DPC-33 33 RR i OUT CIA -51 33 SPARE 2 CIA -54 34 7 CHECK C1B-53 5 --7V—EH GR CIA -26 34 DET 34 OUT DPC-34 34 RR 2 OUT CIA -52 34 SPARE 3 CIA -75 35 7NEXT C78-55 35 —8 —VE RED CIA -21 35 DET 35 OUT DPC-35 35 2 B CALL C1B-13 35 WATCHDOG CIA103 36 7 O C1B-57 36 8V HK L CIA -22 36 DET 36 OUT DPC-36 36 4 B CALL C1B-64 36 CVM CTB -3 37 7 HOLD 218-54 37 8 V H CIA -23 37 DET 37 OUT DPC-37 37 6 BK CALL C15102 37 1 EVP OUT - CTB -16 38 7 OMIT C18-56 38 K CIA -19 38 DET 38 OUT DPC-38 38 1 8 SK CALL C78103 38 2 EVP OUT CTB -17 39 BCHECK I Cl 0.58 139 1 8 LR CIA -38 39 DET 39 OUT DPC-39 39 1 SPARE 39 3EVP OUT CTB -18 40 1 8NEXT I CTB -61 140CIA-20 40 c DPC40 40 1 SPARE 40 4EVP OUT I CTB -19 ATMS DUAL 332 INTERFACE PANEL FOR MODIFICATION REFERENCE USE ONLY STD. PLAN TS -9E JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER A pp TgLr u m - - CITY OF IRVINE PUBLIC WORKS TYPE P CONTROLLER CABINET & TYPE II SERVICE/BBS TO POWER e_ ]' DLC CONDUIT ALUMINUM SERVICEIEBS COMPANVSERVICE J'SIGNAL WIRE LEFT ENCLOSUREWITH FRONT CONDUIT COMMON SERVICE METER SOCKET AS Y POWER CONDUIT GROUNDHOG kEOUIRED BY UCEITY 2'C. TO CONTROLLER CABINET O FIU qq p TERMINATION BLOCK B• 2 -MAX ]'D!CCONOUR I II II e I fB'A.BOVE GRADE (TYPICAL) J'L. TO POWER —� COMPANY SERVILE POINT TO POWER e_ ]' DLC CONDUIT _ CABINET FOUNDATIONJ'C. COMPANVSERVICE J'SIGNAL WIRE 4• INTERCONNECT CONDUIT POINT CONDUIT COMMON SERVICE 4` INTERCONNECT Y POWER CONDUIT GROUNDHOG 2'C. TO CONTROLLER CABINET T SIGNAL WIRE CONDUITS TELEMETRY CABINET MODIFICATION W/ 4" SIC CONDUIT DETAIL FOUNDATION MODIFICATION MCDIFOUNDATION EXTENDED TYPE PU TERMINATIONCOMMUNICATON T`BEYOND SERVICEIBSS �\ REAR TYPE II TERMINATION CABINET ORCINAL •OUNDATON SERA TYPE P CABINET �\ B' �( 1) rcnunum Tn arvncw •{L,O'ELBOW COMPANY SERVICE POINT ]U' MINIMUM TO COMMUNICATIONS CONDUIT •I--�—/ TO LOMMWILATION580% FRONT VIEW / J -L ----------- - -,-`-` Y COPPER GROUND ROD (COMMON SERVICE) 4' INTERCONNECT CONDUIT - SEE DETAIL wB NOTE. WCONDUITS TO H6PULLBOX 2 -POWER CONDUIT (SIGNAL WIRES) O CHIP EXISTING RC.0 FOUNDATION J' CONDUIT FOR DLC's TOP VIEW AT CENTER OF TERMINATION CABINET. INSTALL 4' CONDUIT. REPAIR P.CG FOUNDATION REPLACE WITH GROUT NOTE: THIS PLAN IS FOR REFERENCE USE AND SHALL ONLY APPLY WHEN MODIFYING EXISTING TYPE -P CABINET INSTALLATIONS. ALL NEW INSTALLATIONS OR CABINET REPLACEMENTS SHALL REFER TO ATMS CABINET PLANS. TYPE P CABINET FOUNDATION RETROFITTING STD. PLAN (FFOR MODIFICATION REFERENCE USE ONLY) JANUARY 2012 TS -9F \ MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER u�y m CITY OF IRVINE PUBLIC WORKS . ATMS DUAL 332 ATMS 332L REAR VIEW OF COMM. CABINET REAR VIEW OF CABINET 60 -FIBER HYBRID CABLES TERMINATE IN CABINET FIU %TION UNIT FIBER PREP E IN SPACE RACK AND W 7 43.5' PIGTAIL FIBER CABLE TO SPLICE CANISTER IN COMMUNICATIONS BOX 1. ATMS DUAL 332 CABINETS: 60 -FIBER HYBRID CABLES TERMINATE IN CABINET FIU. 2. ATMS 332L CABINETS: 60 -FIBER HYBRID CABLES TERMINATE IN SPLICE CANISTER AND FIBER PIGTAIL TERMINATES IN CABINET FIU. 3. ALL FIBERS ARE TO BE SPLICED AND TERMINATED PER THE CITY PROVIDED FIBER CHART. 4. A MAXIMUM OF 6 FUSION SPLICES ARE TO BE PLACED IN EACH SPLICE TRAY. 5. SPLICE TRAYS ARE TO BE INSTALLED INTO SPLICE ADAPTER AND SECURED WITH VELCRO WRAPS PER MANUFACTURE SPECIFICATIONS. 6, FIBER SPLICING AND TERMINATION TO CONFORM TO MANUFACTURE SPECIFICATIONS. 7.12 -FIBER SINGLEMODE SLACK TO BE SEALED AND LEFT IN COMMUNICATIONS BOX. 8. ALL CABLE SLACK TO REMAIN IN COMMUNICATIONS BOX, NO SLACK COILS IN CABINET. ATMS CABINET INTERCONNECT TERMINATION JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER STD. PLAN TS -10A A pF rqL - u CITY OF IRVINE SIDE MOUNT.CABINET INTERCONNECT TERMINATION CABINET ENCLOSURE -1 26' FIBER INTERCONNECT UNIT (FIU) PLYWOOD BACK BOARD CABLE BREAKOUT (OLD HYBRID FIBER/ COPPER CABLE SHOWN) KEEP FIBERS IN THE TUBES UNTIL THEY ENTER THE FIU BREAK OUT SUB -CABLES FROM SIC CABLE LABELS BOTTOM OF SIDEMOUNT 1. ALL FIBERS ARE TO BE SPLICED AND TERMINATED PER THE CITY PROVIDED FIBER CHART. 2. A MAXIMUM OF 6 FUSION SPLICES ARE TO BE PLACED IN EACH SPLICE TRAY. 3. SPLICE TRAYS ARE TO BE INSTALLED INTO FIU SPLICE ADAPTER AND SECURED WITH VELCRO WRAPS PER MANUFACTURE SPECIFICATIONS. 4. FIBER SPLICING AND TERMINATION TO CONFORM TO MANUFACTURE SPECIFICATIONS. 5.12 -FIBER SINGLEMODE SLACK TO BE SEALED AND LEFT IN COMMUNICATIONS BOX. 6. ALL CABLE SLACK TO BE LEFT IN COMMUNICATIONS BOX, NO SLACK COILS IN CABINET. TYPE P CABINET INTERCONNECT TERMINATION (FOR MODIFICATION REFERENCE USE ONLY) JANUARY 2012 MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER 1-- 5 FOOT BUFFER TUBE FIBER SUB -CABLE SLACK TO FIU STD. PLAN TS -1 OB CCN POWER TO DEDICATED BREAKER CITY OF IRVINE PUBLIC WORKS ATMS CABINET FRONT ATMS 332L REAR OR ATMS DUAL 332 COMM. FRONT SWITCH SIOURA MPEG CODEC RJ -45 MODULAR JACK FIELD POWER CIRCUITS CONDUIT CCN VIDEO CONTROL 1. DELIVER CONTROLLER, SWITCH, AND MPEG CODEC TO CITY FOR CONFIGURATION AT LEAST 5 -DAYS PRIOR POWER TO TURN -ON. COORDINATE WITH SIGNAL OPERATIONS 8 MAINTENANCE: 949-724.7649 2. OBTAIN FIBER CHART FOR SIGNAL INTERCONNECT TERMINATION FROM CIN: 949-724-7649 3. 2070L CONTROLLER ETHERNET COMMUNICATIONS (C14S) CONNECTS TO SWITCH PORT 1 4. MPEG CODEC COMMUNICATIONS CONNECTS TO SWITCH PORT 9 5. OPERATIONAL TESTING: VERIFY CCN CAMERA, MPEG SYSTEM, AND 2070L COMMUNICATIONS OPERATIONAL ON-SITE. 6. VERIFY OPERATION OF ALL EQUIPMENT ON NETWORK WITH SYSTEMS SUPPORT STAFF 949-724-7649 ATMS CABINET COMMUNICATIONS I STD. PLAN JANUARY 2012I TS -11 A MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE - CITY ENGINEER u m CITY OF IRVINE PUBLIC WORKS TYPE P SIGNAL CABINET RIGHT WALL 'INSIDE) FLASH CONVERSION RELAY ASSEMBLY SYNCHRONEX maw 0 C14S CAT -6 CABLE 1370-888A m ®® O O (D TCAT-6 OPTELECOM-NKF MPEG C-15'E/IP/SNIRV - ENCODER AND POWER I FIBER JUMPERS - TO FIU IN w SIDE -MOUNT I RJ-45MODULAR JACK0 U = 820A TO 207GLN ADAP'i ER HARNESS m 3 SYNCHRONEX '1370-801A �m 0 X CCN VIDEO CCN CONTROL CCN POWER TO 1. DELIVER CONTROLLER, SWITCH, AND MPEG CODEC TO CITY FOR CONFIGURATION AT LEAST 5 -DAYS PRIOR IISNS CIRCUIT IN TO TURN -ON. COORDINATE WITH SIGNAL OPERATIONS & MAINTENANCE: 949-724-7649 ADJACENT PULL BOX 2. OBTAIN FIBER CHART FOR SIGNAL INTERCONNECT TERMINATION FROM CITY: 949-724-7649 3. 207OLN INSTALLATIONS REQUIRE AN 820A TO 207OLN D ADAPTER HARNESS, SYNCHRONEX 1370-801A OR EQUIVALENT. 4. 207OLN INSTALLATIONS REQUIRE A FLASH SIGNAL CONVERSION RELAY AND HARNESS, SYNCHRONEX 1370-888A OR EQUIV. 5. 207OLN CONTROLLER ETHERNET COMMUNICATIONS (C14S) CONNECTS TO SWITCH PORT 1 6. MPEG ENCODER COMMUNICATIONS CONNECTS TO SWITCH PORT 9 7. MPEG DECODER (FOR PRE -ACCEPTANCE TESTING) CONNECTS TO SWITCH PORT 10 8. OPERATIONAL TESTING: VERIFY CCN CAMERA, MPEG SYSTEM, AND 207OLN COMMUNICATIONS OPERATIONAL ON-SITE. 9. VERIFY OPERATION OF ALL EQUIPMENT ON NETWORK WITH CITY SUPPORT STAFF 949-724-7649 TYPE P CABINET COMMUNICATIONS STD. PLAN (FOR MODIFICATION REFERENCE USE ONLY ��/���/ I JANUARY 2012 TS -11 B MARK CARROLL, R.C.E. 31515 DATE CITY OF IRVINE — CITY ENGINEER Mitigation Monitoring and Reporting Program •: Mitigation Monitoring and Reporting Program •:• Section 21081.6 of the Public Resources Code requires all state and local agencies to establish monitoring or reporting programs whenever approval of a project relies upon a mitigated negative declaration (MND) or an environmental impact report (EIR). The monitoring or reporting program must ensure implementation of the measures being imposed to mitigate or avoid the significant adverse environmental impacts identified in the MND or EIR. The mitigation measures will be implemented by the City of Newport Beach, Public Works Department, the project applicant, to mitigate or avoid potentially significant impacts to nesting/migratory birds, Least Bell's Vireo, Roosting Bats, and other sensitive wildlife; sensitive habitat and wetlands; archaeological/paleontological resources and human remains; soil erosion or loss of topsoil; and emergency access and response, including service ratios and response times for both fire protection and police protection, due to the Widening of Jamboree Road Between North Bristol Street and Centerpointe (Project). The following mitigation will require implementation prior to or during any Project construction activities. The following table lists the potential issues and impacts, the level of significance after mitigation, the mitigation measures, the responsible parties and monitoring parties, and the phase in which the measures are to be implemented. As discussed in the Joint Cities Initial Study and Draft Mitigated Declaration, the areas requiring mitigation are: ® Biological Resources Q Cultural Resource ® Geology and Soils ® Hazards and Hazardous Materials • Public Services ® Transportation/Traffic These mitigation measures have also been included in the Mitigation Monitoring and Reporting Program to ensure that they will be implemented as part of the Widening of Jamboree Road Project. Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-1 Mitigation Monitoring and Reporting Program •: MITIGATION MONITORING AND REPORTING PROGRAM Issues/Impacts Level of Mitigation Measures Responsible Party / Implementation Significance Monitoring Party Stage After Mitigation Biological Resources The Project has the All potential MM BR 1: Pre -Construction Survey for Nesting City of Newport Pre- potential to have a biological resource Birds Beach / Construction substantial adverse effect, impacts will be less Project Biologist / either directly or through than significant Migratory. Birds, CDFG Section 3503, Cooper's Biological Monitor habitat modifications, on with Hawk, Yellow -breasted Chat, and Least Bell's species identified as a implementation of Vireo candidate, sensitive, or MM BR I to MM special status species by BR 6. In the event that project construction or grading the City of Newport Beach activities (including vegetation removal) should Local Coastal Program occur within the active breeding season for birds Coastal Land Use Plan or (i.e., February 15 — September 15`h), a nesting bird by the California survey shall be conducted by the designated Department of Fish and Project Biologist prior to commencement of Game. Species include construction activities (no more than 72 hours Migratory Birds, prior to construction). If no active nests are found Cooper's Hawk, Yellow- within, or adjacent to the project work area during breasted Chat, and Least the pre -construction survey period, construction Bell's Vireo. activities may proceed as scheduled. If an active nest is found within or adjacent to the project work The Project has the area during construction, a "No Construction" potential to have a Buffer Zone would be established to minimize substantial adverse effect project impacts on the nesting activity. The onsite on California Coastal Project Biologist will determine and flag the Commission defined appropriate buffer size required, based on the wetland and/or the specific situation, tolerances of the species, and the Environmental Sensitive nest locations. Once the designated Project Habitat Area (ESHA), as Biologist verifies that the birds have fledged from defined by the City of the nest and no attempts at secondary nesting have Newport Beach Local occurred, the buffer may be removed. The Project Coastal Program Coastal Biologist shall prepare and submit to the City field Land Use Plan, which is enting results of the survey and Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-2 •.- Mitigation Monitoring and Reporting Program •:- Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible Parry / Monitoring Party Implementation Stage located immediately compliances with buffer and/or other measures. adjacent to the Project site. Prior to authorizing the commencement of construction, the City of Newport Beach Director The Project has the of Public Works or designee, shall verify that all potential to have a project grading and construction plans include substantial adverse effect specific documentation regarding the requirements on federally protected of the Migratory Bird Treaty Act (MBTA) and wetlands as defined by mitigation measures, and preconstruction surveys Section 404 of the Clean have been completed and that the appropriate Water Act. buffers established by the Project Biologist and/or other measures (if needed) are noted on the plans The Project has the and established in the field. potential to interfere with the movement of native Because some bird species nest early in Spring and resident and migratory others nest later in Summer, surveys for nesting bird species and sensitive birds should continue during construction to bats. address new arrivals, and because some species breed multiple times in a season. If listed The Project has the Endangered or Threatened species are found potential to conflict with within 500 feet of the Project Work Area, the the City of Newport Beach USFWS and CDFG, as appropriate, will be Local Coastal Program consulted at the time they are first observed. Coastal Land Use Plan, which identifies an ESFLA located immediately MM BR 2: Pre -Construction and Construction adjacent to the southeast Clearance Surveys side of Jamboree Road south of MacArthur Unanticipated Sensitive Wildlife Species Boulevard. Pre -Construction: As vegetation removal and construction activities (e.g. surface grading/vibration/noise) will occur upslope of the riparian vegetation, a Project Biologist/Biological Widening ofJamborec Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-3 •3 Mitigation Monitoring and Reporting Program ❖ Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible Party / Monitoring Party Implementation Stage Monitor shall conduct pre -construction surveys within and adjacent to the Projects limits of construction three days before the commencement of construction activities (including the installation of any fencing and vegetation removal) to address potential effects on sensitive species, if present, in advance of construction. This includes inspections for sensitive terrestrial species, sensitive roosting bats, and sensitive nesting birds. Sensitive species observed should be flushed (with the exception of actively nesting birds) from the construction area away from Jamboree Road and MacArthur Boulevard into the riparian habitat down slope and on the construction free side of the chain link fence (see MM BR 5). Any Federal or State Threatened or Endangered species if observed shall be reported City of Newport Pre- to the USFWS (Federal) and CDFG (State), as Beach / Construction / appropriate. Project Biologist / Construction Biological Monitor During Construction: The Project Biologist/Biological Monitor shall monitor and inspect the installation of exclusion fencing (see MM BR.5), vegetation removal (i.e., Quail Brush Scrub), and surface grading activities that occur within close proximity to the riparian habitat. Following initial vegetation removal of non - riparian vegetation and surface grading, weekly monitoring shall occur throughout construction to help the construction crew to avoid or reduce impacts on sensitive biological resources, if encountered and to maintain the fencing in good conditions. The fencing should be routinely inspected and terrestrial species (e.g., herpetological species) shall be relocated back into Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-4 Mitigation Monitoring and Reporting Program :• Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible; Party / Monitoring Party Implementation Stage the ES14A habitat when discovered. MM BR 3: Avoidance and Minimization Measures for Least Bell's Vireo Least Bell's Vireo If possible, construction activities with the potential to directly (e.g. vegetation removal) or indirectly (e.g. noise/ground disturbance) affect nesting birds shall be scheduled between September 1 stand February 14th. If construction is scheduled to occur from February 15th through August 31 st (spring/summer), focused surveys for Least Bell's Vireo (LBV) should be completed to determine the presence/absence of LBV wherever suitable habitat is present within 500 feet of the limits of construction. Surveys will be conducted by a LBV permitted biologist according to the following USFWS guidelines: • For LBV, all riparian areas and other potential habitats will be surveyed at least 8 times during the period of April 10 to July 31. Each survey will be conducted at least 10 days apart. City of Newport Pre - However, the USFWS may agree to a Beach / Construction / reduced effort if the permitted Project Project Biologist / Construction Biologist and USFWS conclude that 8 Biological Monitor surveys are unnecessary. This will be determined following initial site visits. Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-5 s+ Mitigation Monitoring and Reporting Program :• Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible Party / Monitoring Party Implementation Stage • A Presence/Absence LBV Report shall be prepared detailing the results of the field surveys, and include potential mitigation measures, if any, for the Project site. MM BR 4: Pre -construction Surveys for Roosting Bats Although no evidence (sign) indicating the potential presence of sensitive bat species was observed, recent occurrences of sensitive bats have been reported in the region and suitable habitat is present within and adjacent to the Project site. Therefore, pre -construction surveys conducted by a qualified biologist are recommended to determine if sensitive bat species are present; particularly prior to tree removal and ground disturbance activities. If evidence of a bat hibemaculum (i.e., overwintering roost) or nursery sites are established by bats in the Project's limits of construction, the biological monitor will recommend exclusionary devices or removal efforts, if possible, as necessary based on specific species and situational criteria. For example, if sensitive bats are observed roosting within the drainage culvert beneath Jamboree Road, exclusionary devices may be installed at the tunnel opening to avoid indirect effects that may occur as City of Newport Pre - a result of ground disturbance occurring just Beach / Construction upslope of the tunnel. Exclusionary devices shall Project Biologist/ not be installed at the entrance to nursery sites as Biological Monitor Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-6 ti Mitigation Monitoring and Reporting Program •:- Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible Party / Monitoring Party Implementation Stage juveniles may not fly out. Nursery sites could be / qualified biologist expected during spring. Disturbances to sensitive bat nursery sites or winter roost shall be avoided. Due to local and California Health Department restrictions, no direct contact by workers with any bat species is allowed. The Project Biologist/Biological Monitor shall be contacted immediately should any bats be identified within the Project's limits of construction, who will oversee exclusion or removal efforts, as necessary. If construction is to occur in phases or over an extended period of time, multiple pre -construction surveys may be required to address seasonal bat migrants and the potential influx of new arrivals. MM BR 5: Construction Avoidance and Exclusion Measures USACE, CCC, and CDFG Jurisdiction and Sensitive Wildlife Jurisdictional (USACE, CCC, and CDFG) Avoidance Measures: The installation of a chain - linked fence prior to construction and located up slope of the limit of CDFG jurisdiction and CCC - defined wetland and ESHA is recommended as an avoidance measure. This chain -linked fence would function to prevent construction personnel and equipment from inadvertently affecting USACE and CDFG jurisdiction and a CCC -defined wetland and ESHA. In addition, this fence would also revent cobbles, dirt, and other debris from rolling Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-7 S• Mitigation Monitoring and Reporting Program :- Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible Party / Monitoring Party Implementation Stage down the slope from the construction site and into USACE and CDFG jurisdiction and the CCC - defined wetland and ESHA. This fence would not have to be any higher than 6 feet above ground level. However, the fence would need to be installed approximately 2 feet deep so that it can maintain its integrity if large amounts of cobbles and dirt were piled up against it. In addition, this City of Newport Pre - chain -link fence should also act as an exclusion Beach / Construction fence to reduce the likelihood of sensitive wildlife Construction (e.g., Two -striped Garter Snake) from entering the Contractor construction area. This would be accomplished by placing a fine vinyl mesh or silt fencing at the bottom of the chain-link fence. One end of the exclusion fence would be buried into the ground and the other end would be at least foot in height. It is important to note that if these USACE, CCC, and CDFG resources cannot be avoided by the Project, then a formal jurisdictional delineation and report will be required. A jurisdictional delineation and report would determine if each aquatic feature is subject to USACE jurisdiction pursuant to Sections 404 and 401 of the Clean Water Act; subject to CDFG jurisdiction pursuant to Section 1600 et seq. of the California Fish and Game Code. For those drainages that are jurisdictional, the jurisdictional delineation and report would characterize and quantify the amount and type of jurisdiction within the BSA and determine how much jurisdiction, and of what types, would be affected by the proposed Project. Subsequently, Section 404 and 401 permits pursuant to the Clean Water Act would need to be acquired from the Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-8 4• Mitigation Monitoring and Reporting Program ❖ Issues/Impacts Level of Significance After Mitigation Mitigation Measures Responsible Party / Monitoring Party Implementat-ion Stage USACE and CDFG, respectively. In addition, a Streambed Alteration Agreement from the CDFG, pursuant to Section 1600 et seq. of the California Fish and Game Code would also be required. A mitigation plan for these impacts would also likely be required by the resource agencies. MM BR 6: Post -Construction Avoidance and Exclusion Measures USA CE, CCC, and CDFG Jurisdiction and Wildlife Native shrubs and trees planted along the margins of the riparian habitat and the Projects limits of construction will act as buffers to further reduce visual impacts. Project landscaping plans should, at a minimum, require drought resistant and non- invasive plant species. No plant listed by the California Invasive Plant Council (Cal -IPC, 2006) shall be planted, particularly along the margins of the riparian habitat. Example of non-native invasive species that should not be included in Project Landscaping plans include Pampas Grass (Cortaderia spp), Fountain Grass (Pennisetum spp.), and Mexican Fan Palm (Washingtonian robusta). Recommended native tree and shrub species to be installed; particularly along the margins of the Riparian habitat, include Fremont's Cottonwoods (Populous Fremontii), Western Sycamores (Platanus racemosa , White Alder Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-9 i• Mitigation Monitoring and Reporting Program s• Issues/Impacts Level of Mitigation Measures Responsible Party / Implementation Significance Monitoring Party Stage After Mitigation (Alnus rhombifolia) Lemonade Berry (Rhus City of Newport Post- integrifolia), Laurel Sumac (Malosma laurina), and Beach / Project Construction Coyote Brush (Baccharis pilularis). When planted Landscaper along the margins of the Project limits of construction and the riparian habitat, these native shrubs and trees will acts as buffers to further reduce noise and visual impacts. Additionally, as these species are native, they will likely require limited supplemental watering after establishment. Cultural Resources There is the potential that Less than NM CR 1: Prior to issuance of a grading permit a City of Newport Prior to grading undiscovered significant with qualified archaeologist (with training in the Beach / qualified archaeological or implementation of recognition of paleontological resources, or a archaeologist / paleontological resources MM CR 1 separate paleontologist) shall be retained to paleontologist may be unearthed during observe grading activities and conduct salvage excavation and grading at excavation of archeological resources as necessary. the project site. The archaeologist shall be present at the pre - grading conference, shall establish procedures for archaeological resources surveillance, and shall establish, in cooperation with both cities, procedures for temporarily halting or redirecting work to permit the sampling, identification and evaluation of the artifacts as appropriate. If archaeological and/or paleontological features are discovered, the archaeologist shall report such findings to the Planning Department of the Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-10 :• Mitigation Monitoring and Reporting Program Issues/Impacts Level of Mitigation Measures Responsible Party/ Implementation Significance Monitoring Party Stage After Mitigation appropriate city, or both cities if deemed necessary. If the archaeological resources are found to be significant, the archaeological observer shall determine appropriate actions, in cooperation with the City(s), for exploration and/or salvage. These actions, as well as final mitigation and disposition of the resources, shall be subject to the approval of the Planning Director(s). Although no human Less than MM CR 2: In accordance with the Public City of Newport Grading / remains are known to exist significant with Resources Code §5097.94, if human remains are Beach / Construction on the Project site, there is implementation of found, the Orange County Coroner must be Construction still the potential of MM CR 2 notified within 24 hours of the discovery. If the Contractor discovery of human Coroner determines that the remains are not recent, remains. the Coroner will notify the Native American Heritage Commission in Sacramento to determine the most likely descendent for the area. The designated Native American representative then determines in consultation with the City of Newport Beach the disposition of the human remains. Geology and Soils The Project has the Less than MM G&S 1: Following grading activities, City of Newport Following potential to result in significant with disturbed areas adjacent to the project components Beach / grading substantial soil erosion or implementation of shall be replaced and reseeded (where appropriate) Construction activities loss of topsoil during MM G&S 1 and to reduce potential for erosion. Contractor excavation and grading of MM G&S 2 the Project site. MM G&S 2: An Erosion Control Plan (ECP) City of Newport Prior to the start shall be prepared to the satisfaction of the City of Beach / City of Construction Newport Beach and City of Irvine prior to start of Irvine construction. The ECP shall outline methods that Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (trvine) Page MMRP-I 1 ❖ Mitigation Monitoring and Reporting Program :• Issues/Impacts Level of Mitigation Measures Responsible Party / Implementation Significance Monitoring Party Stage After Mitigation shall be implemented to control erosion from graded or cleared portions of the site, including but not limited to: 1. Placing sandbags where appropriate along the perimeter of a project site prior to initial grading if grading is to be undertaken during the rainy season (October 15 to March 15). 2. Minimizing the length of time that soil lie exposed. 3. Revegetating (landscaping, hydro -seeding or any other method of providing vegetative cover) graded areas and/or use of chemical soil binders, in a manner approved by the City Inspector prior to work beginning. if determined to be required for erosion control in areas not planted for development until subsequent phases. Landscaping and hydro -seeding shall be under the direction of a licensed landscape architect and approved by the City. Hazards and Hazardous Materials The Project has the Less than MM HEM 1: Short-term impediments to City of Newport Pre- potential to impair significant with roadway use shall be mitigated by a Traffic Control Beach Traffic Construction / implementation of or implementation of Plan (TCP) to be established by the project Engineer / Construction physically interfere with NIM FIRM 1 contractor prior to construction of any Construction an adopted emergency improvements. This Plan shall consist of prior Contractor response plan or notices, adequate sign -posting, detours, phased emergency evacuation construction and temporary driveways where Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-12 ^:^ Mitigation Monitoring and Reporting Program -.- Issues/Impacts : Issues/Impacts Level of Mitigation Measures Responsible Party / Implementation Significance Monitoring Party Stage After Mitigation plan necessary. The Plan shall specify implementation timing of each plan element (prior notices, sign- posting, detours, etc.) as determined appropriate by the City Traffic Engineer. Proper detours and warning signs shall be established to ensure public safety. The TCP shall be devised so that construction will not interfere with emergency response or evacuation plans and condition the project contractor to maintain, at minimum, two - lanes of travel in each direction though the project area during the duration of construction. The TCP shall be prepared consistent with each jurisdictions' approved traffic control guidelines. Construction activities shall proceed in a timely manner to reduce impacts. Public Services The Project has the Less than See MM HHM 1 City of Newport Pre- potential to affect service significant with Beach Traffic Construction / ratios, response times or implementation of Engineer / Construction other performance MM HUM 1 Construction objectives for both Fire Contractor Protection and Police Protection. Transportation/Traffic The Project has the Less than See MM BTM 1 City of Newport Pre- potential to result in significant with Beach Traffic Construction / inadequate emergency implementation of Engineer / Construction access. MM HHM 1 Construction Contractor Widening of Jamboree Road Between North Bristol Street October 2010 (Newport Beach) and Centerpointe (Irvine) Page MMRP-13 Standard Drawings Y=2.25W( �2 ) L=LENGTH OF TAPER W=MAXIMUM OFFSET DISTANCE X=DISTANCE ALONG BASE LINE Y=OFFSET FROM BASE LINE L, ft (m) DISTANCE X. L/12 INCREMENTS, ft m 60' 5'10' 15' 20' 25' 30 35 40 45 50 55 60 (18.00) (1.50) (3.00) (4.50) (6.00) (7.50) (9.00) (70.50) (12.00) (13.50) (15.00) (15.50) (18.00) 72 6' 12 18' 24 30 36 42 48' 54' 60 66 72 (21.60) (1.80) (3.60) (5.40) (7.20) (9.00) (10.80) (12.60) (14.40) (16.20) (18.00) (19.80) (21.60) 90 7.5 15 22.5' 30 37.5' 45 52.5 60 67.5 75 825 90 (27.00) (2.25) (4.50) (6.75) (9.00) (11.25) (13.50) (15.75) (18.00) (20.25) (22.50) (24.75) (27.00) 120 10 20' 30 40 50 60 70 BO 90 100 110 120 (36.00) (3.00) (6.00) (9.00) (12.00) (15.00) (18.00) (21.00) (24.00) (27.00) (30.00) (33.00) (36.00) 150 12.5 25 37.5 50 62.5 75 87.5 100 112.5 12 5 137.5 150 (45.00) (3.75) (7.50) (11.25) (15.00) (18.75) (22.50) (26.25) (30.00) (33.75)I (37.50) (41.25) (45.00) W, ft(mm) OFFSET Y, ft (mm) 10 0.16' 0.62' 1.41' 75' 5.00' 6:25' 7.50' A.59' 9.38' 9.84 10.00' 3000) 47 188 422 25 1500 1875 2250 2578 2812 2953 3000 11 0.17 0.69' 1.55'13 5.50 6.88' 8.25 9.45' 10.31' 10.83 11.00' (3300), (51) (206) (464) 38) (1650) (2063) (2475) (2836) (3094) (3249) (3300) 12 0.19' 0.75' 1.69'.50' T'7.13' 6.00' 7.50' 9.00' 10.31' 11.25' 11.81' 12.00' (3600) (56) (225) (506) 50) (1800) (2250) (2700) (3094) (3375) (3544) (3600) 19 0.30 1.19' 2.67 .13' 9.50 11.88' 14.25' 16.33 17.81' 18.70 19.00' (5700) (89) (356) (802) 38) (2850) (3562) (4275) (4898) (5344) (5611) (5700) 20 0.31 1.25 2:87 5.00 7.50 10.00 12.50 15.00' 17.19' 18.75 19.69 20.00 (6000) (94) (375) (844) (1500) (2250) (3000) (3750) (4500) (5155) (5625) (5906) (6000) 21 0.33 1.31 2.95 5.25 7.88 10.50 13.13 15.75 18.05 19.69 "20.67 21.00 (6300) (98) (394) (886) (1575) (2363) (3150) (3937) (4725) (5414) (5906) (6202) (6300) 22 0.34 1.38 3.09 5.50 8.25 11.00 13.75 1 16.50' 18.91 20.6Y-21 �66 22.00 (6600) (103) (412) (928) (1650) (2475) (3300) (4125) (4950) (5672) (6188) (6497) (6600) NOTE: TO DETERMINE OFFSET DISTANCE FOR ANY LENGTH OF TAPER USE THE FORMULA Y=2.25W(t FOR THE PORTIONS AS' AND CD' WHICH ARc PARABOLIC CURVES. THE PORTION B'C' IS A TANGENT. WHEN THE BASE LINE IS CURVED, THE OFFSETS ARE APPLIED TO THE CURVED BASE LINE, AND B'C' IS NO LONGER A TANGENT. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION RRovuionTm ev TI¢ STANDARD PLAN � EDI A N FU9LIC EMO STM'DAREE INC. MEDIAN GREENBO 18 COMMITTEE �If p TAPER 1904 REV. 1992. 1998, 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION H 0 I C MAIN LINE EXISTING RCP STORM DRAIN '`—CLASS C MORTAR 0 LA? 45' �F t I CONC O PIPE EARTH TURBED ;, rSUPPORT PIPE ACROSS OD RENCH WITH 450—C-2000 ., (7265—C-14) CONCRETE BACKFILL. SEE NOTE 3 MINIMUM BEARING SURFACE'= OD/2 SECTION B -B SECTION C -C CASE 1 PLAIN CONCRETE PIPE D = 24" (600 mm) MAX VARIES TO SUIT CONDITIONS SADDLE SADDLE PLAN SECTION CASE 2 SADDLE CONNECTION IRTAR — .nm) MAX STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION, PLAN 4" 100 STANDARD PLAN _. m EXISTING STORM DR,�INS 335®2 CHIP PIPE TO SURFACE OF CONCRETE AND ROUND EDGES CONC PIPE � / I I CONC O PIPE EARTH TURBED ;, rSUPPORT PIPE ACROSS OD RENCH WITH 450—C-2000 ., (7265—C-14) CONCRETE BACKFILL. SEE NOTE 3 MINIMUM BEARING SURFACE'= OD/2 SECTION B -B SECTION C -C CASE 1 PLAIN CONCRETE PIPE D = 24" (600 mm) MAX VARIES TO SUIT CONDITIONS SADDLE SADDLE PLAN SECTION CASE 2 SADDLE CONNECTION IRTAR — .nm) MAX STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION, PIPE CONNECTIONS TO STANDARD PLAN _. Pusuc WORK59TDANDARDS MC. DREENDD 1984 ITIEE 891 EXISTING STORM DR,�INS 335®2 PEv, 1996, 1008 SHEET 1 OF. 3 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION T MAIN LINE EXISTING RC BOX STORM DRAIN LAS 45' EXISTING RCP STORM DRAIN ; 3� $ cl I I I I � 150 mml �3y E 4' \ F`c CLASS C MORTAR E (100 mm) PLAN CSP OR RCP r - 1 11 � it RCP CSP OR RCP I F UNDISTURBED EARTH CORRUGATED STEEL BAND CONNECTOR SUPPORT PIPE (CS BAND CONNECTOR ACROSS TRENCH NOT NEEDED FOR RCP) WITH 450—C-2000 265—C-14) CONCRETE BACKFILL SEE NOTE 3 BURN OR CUT PIPE TO SURFACE OF CONCRETE AND ROUND EDGES OF RCP SECTION E -E OPTIONAL RECTANGULAR COLLAR MINIMUM BEARING 00 SURFACE - 00/2 SECTION F -F DIAMETER OF CSP MIN GAGE 15° (375 mm) — 21" (525 mm) 16 24" (600 mm) 14 CASE 3 RCP OR CSP D = 24" (600 mm) MAX NOTES CASE 1 AND CASE 3 1. OUTSIDE DIAMETER OF THE CONNECTOR PIPE SHALL NOT BE GREATER THAN 1/2 THE INSIDE DIAMETER OF THE RCP MAIN LINE. 2. INSIDE DIAMETER D OF THE CONNECTOR PIPE SHALL NOT BE GREATER THAN 24" (600 mm). 3. THE MINIMUM OPENING INTO THE EXISTING STORM DRAIN SHALL BE THE OUTSIDE DIAMETER OF THE CONNECTING PIPE PLUS 1" (30 mm). THE CONCRETE BACKFILL SUPPORTING THE CONNECTING PIPE MAY BE OMITTED IF THE PIPE IS LAID ON UNDISTURBED EARTH TO STORM DRAIN WALL. 4. ALL CSP AND FITTINGS SHALL BE GALVANIZED. BAND CONNECTORS MAY BE 2 GAGES LIGHTER THAN THE PIPE, BUT WITH A MINIMUM GAGE OF 16. THEY SHALL BE CONNECTED AT THE ENDS BY ANGLES HAVING MINIMUM DIMENSIONS OF 2"x2"x3/16" (50 mm x 50 mm x 5 mm) AND 5 1/2" (140 mm) BOLTS. 5. WHEN JOINING A RCP CONNECTOR PIPE TO A CSP CONNECTOR PIPE, THE INSIDE DIAMETER D OF THE CSP SHALL BE AT LEAST EQUAL TO BUT NOT MORE THAN 3" (75 mm) GREATER THAN THAT OF THE RCP. 6. CONNECTOR PIPES SHALL BE NOT MORE THAN 5' (1.5 m) ABOVE THE INVERT. 7. CONNECTOR PIPES SHALL ENTER MAIN LINE RCP RADIALLY. 8. WHEN CONNECTING TO A RCB, SPPWC 333 SHALL BE USED IF THE TOP OF THE CONNECTOR PIPE IS LESS THAN 12" (300 mm) BELOW THE SOFFIT OF THE RCB OR THE FLOW LINE OF THE PIPE IS LESS THAN 13" (330 mm) ABOVE THE FLOOR OF THE RCB AT THE INSIDE FACE. CASE 2 9. SADDLE CONNECTIONS SHALL BE USED WHEN CONNECTING TO PIPES 21" (525 mm) OR LESS IN DIAMETER WITHOUT THE USE OF JUNCTION STRUCTURES OR PRECAST Y BRANCHES. 10. TRIM OR CUT SADDLE TO FIT SNUGLY OVER THE OUTSIDE OF THE MAIN PIPE SO ITS AXIS WILL BE ON THE LINE AND GRADE OF THE CONNECTING PIPE. 11. THE OPENING INTO THE PIPE SHALL BE CUT AND TRIMMED TO FIT THE SADDLE SO THAT NO PART WILL PROJECT WITHIN THE BORE OF THE SADDLE PIPE. 12. THE CONNECTOR PIPE SHALL BE SUPPORTED AS SHOWN IN CASE 1 AND CASE 3. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 335-2. CENTERLINES LANELINES (CONT) NO PASSING ZONES-TWO DIRECTION 12 LANE HIGHWAYS) UMULrILANE HIGHWAYS) DETAIL 1 DETAIL 12 DETAIL Zt�x aE �., sacs cl.,l sNal cN— ' Ir.-o,. y 1J.-p.. 1N..0• I. ® ®' ® ❑ 0 ❑ _I. WCY 1 2006 CrdtOi �� veV a mrvre u d ua r�N DETAIL Z ^6`0" .{ DETAIL 13 A6'-0- a 9. 6•• r•_0'• 1]• 0• 7•_0„ 6•_6•• y IB• p•• 1 0.. IB'-O" DETAIL 22 34. 0•• 2<•_0• loWpmf6.roaw Rwhttly//w.Mmq ❑ 0000 In a 0 ® 0 ...__ _ Derail n cemr<d DETAIL 19 A9'-o" +6'-0"+6'-0" —� 09 zip•'. _ie:_0.. m Coco m 0000 m 0000 ®DETAIL2A'-0" 23 24'-0" � � p.. l aA._p.. ®®®®®® ®® ®® 0 ® ®� DETAIL 9 +p'-p' DETAIL 79A 4e'-o^ 4e'-o" 46'-0" ®®®®®®®®®®®®®—I N e'-a^ b testi I —' TYPICAL LANE LINE DELINEATION C 0 000 600 0 m C=`m,I m o m b- a'-o" -4 (°�O— b. IN ADVANCE OF EXIT RAMP m NO PASSING ZONES-ONE DIRECTION LEGEND DETAIL I+ DETAIL 5T Cr IAA TQ —XW io— DETAIL 1$ Q TYPE A wpire NCo-rerlecri O TYPE 1.—y.y.—.�.1.—y ® TYPE er renC. Non-reflective w TYPE C Pea-clear Rerroretlecrive y �' I e DETAIL E 41'-0 TYPE 0 rvp-veY Y<llov fleirOre(1<eriv< 144' p" 144'-p' X/Cj D DETAIL 16<9•-p••/T TYPE G OCC-xCY Cl¢ar Rerrorelleetive mile I\� � mil app'-p- 1 m TYPE X pne-vCY Yellow RCrrerCfleCfive — Oct41l 12 14<'-O" Ct 3 LINES r DETAIL 7A. 67 ® 2A'-o" ® zA'-o" 67w11+re NOTE:D INTuu 14 is To ee used io comeinorion Z ® ®®®® ® DETAIL 17 Ae'-0" e" Yellow •giro Domotion Deraioe+a l 12ra R. Asea con+ virn � I A._p.. �— � e'-o-I e'-p-. e'-o-. �.'-0- I a_ Diroc+ion or rro�el D LANELINES ® ®®® ® ®®® ®=i. MARKER DETAILS N (MULTILANE HIGNWAYSI DETAIL 8 r-0•1V-0" 7'-V Ir-0• >'-0" DETAIL 18 _ D D Fa FEE-D b F r —r — DETAIL 94a'-0' 6'-6" 7•-c 1r'-o" .+moo'. e_G.'I —� DETAIL 19 ® O Q ❑ i� _ IB•-0•• 112•_0•• 1 t6'-O' I I \I DETAIL 10 A6'-0' —� ❑ ._ ❑ a= 24 0' 14'-.- 4'-.- TYPE A & TYPE AY TYPE C & TYPE D TYPE G & T EH 16.-C, 16'-U .9 -0'. 9'-U" OF ❑ o o 0 0 0 0 ❑ DETAIL 20 X'-D- DEPARTMSTATE ENT 0i TRANSPORTATION NN -� --�A c J�.4-0 la'-p" lz'-o" le'-p- Rerrorenecrive race PAVEMENT MARKERS a_ DETAIL IT ® ®®®® ®J. AND TRAFFIC LINES TYPICAL DETAILS No SCALE y A2—OA LEGEND LINES °wl[ — LEFT EOGELINES MEDIAN ISLANDS DAR"Ens C a (DIVIDED HICHWAYSI ® iiPE AY Yo Nor-rerTIF, -Af.PO✓CX DETAIL 24 tJ 28 TYPE D ;.o-wy Dirucripn of I ..IT �f494 0/ rr4velea .or 1 X. erlem by uor 1. 2046 Swm • + ® TTPE H w.. `�'wm�..� ia+r +.uw Bury wnv. .a w DETAIL 25 N1 -� Z Werr°rchf'ee7.ve INTERSECTION +N 11RW41M/Mrpmpr • E4D0 0/ v0v0m4 .4y 6 —�T TREATMENTS _rte la s DETAIL 34 .0 W-0. le-° rIP-0 2_�"�Q_ LQQ'-Q' _zo 0 DETAIL 25A r1 -o' DETAIL 29 I zi-a=i -1—'r IIt a I z+, -o„ r z+•-o=� za—o- I a' -o - y -d le•-n••��e•-o_��Ir-D� �y -Im M -I ^'I dT1 z.'a' ' `E4Dp 4/ lravele4 +4r 1 71 DETAIL 34A ® �y «I °o•- ..�,yy�J DETAIL 26_ or vpvelp4 wort 100'-0- 11 _ ®®ma=r 112'-D9 ]6'-0- N BEd'. 6 1 r 0 +R._o'"I DETAIL 35OOi y.. F 4 e.s•.--1 V— F -r.-°.. c a IL...IL DETAIL 271 . _ DETAIL �� � A 5' 1T 0 p 'T1 ® �f1�I1'' ® ® fd ® if 0• -�-9 6 D-6 1 D E404 p/rrwmp4+4r—� T _°. C DETAIL�35A r'+ I 4 FF-- �1 i-°- 100• -°"mm O m D moo ws®oso000a 117-a� �I '� 70 O RIGHT EDGELINES —� ®mee00®®0m09®-1' b m. -o- n' -o-,1 0 -WAY LEFT TURN LANES 7._0. DE A LS rMARKER om11-L-4A. Dalau P7A 4010704 DETAIL 31 D 4 2 I o a a DETAIL 27B A&"-A%i' X a'6" -+''/i' D 1 6•-°i. �—f ra — i —f —f O T T W E460 or lrowm4 wr RIGHT EDGELINE E%TENSION THROUGH I DETAIL 32 96"0 z.'-°• z.' -a z.'-0- z.'-0- Sem INTERSECTIONS a i y n •., DETAIL 27C ® ® 12 —I_L TYPE AY TYPE D TYPE H ®I ..1 r _ ��-O®0^ 1:4'-0h 36'-0' 1 -''I le• -4- ®— — ® R...... ciw4 rata LT 96'-0 DETAIL 33 96 - - - ' STATE or CALIFORNIA DEPSRiNEM OF IRAH$p0R1A1pM �� I�]e,-0,• � 2.•-a_ri z<•-0- 20' 0" <'- 2.'-0 1 � ®ommmmomemm®®mm©mm®mmmmm®®®®®®®0000mm�_ PAVEMENT MARKERS AND Ill moms sees Ea R_-gJ L ie•-o�_1z'-a. a-0- 0'-0' I1z•-D-� 1e_o• .. TRAFFIC LINES TYPICAL DETAILS 0000 0 memo 0e )o®1—L NO SCALE ®00000®000e0[4i00mm0�mmmm0®0000m® me 0000 EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 lu'•tA^A° aIYF� — ,wl•.a., Eaga or r ra lea r.y Imoi W;nel + c. _ uar I. 2LANS 00¢ P. m a.rt 1 mw.. l�'..�u �.•• m 0' Xnim s°° Dar°i, z10 a' wnN° line o.vNus.rmv � •l• Ing Sra PI°n n2p0 w Q a m �+ IOW bIR pp/.v MIIkW k1110/NrvWfaPr 514Darail 254 I LANE DROP AT EXIT RAMPS sro Pl.n ezaD � DETAIL 37 papa°, ar yY muv mmrmm xv on mil Js n an'. °r vava,=a ray Irampl 4' YomO" lino a?D0'-0] 11 1 T l ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT ED 0 a ED O O Ul G7 ® O O ® � t# m m s'-o- 0' q".Ynlla Imo \5aa Euoa or l ra lay .Oy ImO;m mal Z- 2 . DETAIL 36A /+'rmlla Iina ra plan 200 / $1. PI°n 42W N b I _ •� 9'0 - Q Q s.. oo mne n� DETAIL 37A gaPa., ar y. no interval. L'9: Sap Dmall JB sin Plan "all ]D'-O' a" Mnim line (n Sap Da..i. a, O a I. m 510 P1an 5,0a 88 R 88 a8 a 8a 88 ® 88 88 a Be 88 m 8B oa,t —. D e-Mnim ,ina C� .Io, S8 1 M a optional 1\I Y Y°llo• lin. �v 6'-0"'J` 6'- —J_-O Z �p S.a om fl .m d Eaga r.y Irampl 0.'." 0 of "ammo F 00 5m Pion A20D D • 1he al neo. Oman oo,nmi. `c of 'V ..0.p lame le -- M r,°lina.+IIMnY a Ipn.. r.. r tical. n.. \ O Sae Oer.ia 25A stn Ploy QoB LANE DROP AT INTERSECTIONS ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 378 so"',I >�' F r _ DETAIL 360 A.While li"O EODe.111yelap..y(mainline) II 1 1 -P o3a oaoIFI =1[Iono oao m Wnila Iina Z 8" 5.a Oola il. 270 FF 1, Data1. Z2i 5a.. F2 F�8 PI°n SIo Plan A208 nl Inrpypn ".rr;C �� Q n I. 8' Pi to I;.a DETAIL 37C 8" Wail. I�a0_ '-a" 'D'-0' n Ya °r Iina Ii Eaga pr rrpvc lap .or Irampl r♦—O MARKER DETAILS 88 a 88 88 11 88 88 a 88 88 a 88 88 a 88 N898 8188� m s'- Ipi0jl D•-r ' YDei°il _' 0 U, A- - I Sea 25A � inrmen Ir°rric�� 5,o P�an140DD sro Plan Azol, JI --4' ]�--`f/° � SWE OF CALTORIIA T�Ir ni Or IRANSPORimR LEGEND OEPAg114n —` PARMERS -` PAVEMENT MARKERS p TIPEAItalia l+.n-r.n°.ur. —m° AND TRAFFIC LINE ® irPE c qaO-aa.r gmrorar,perlm TYPICAL DETAILS DI ]rPE c an.-..r Cl... Rmroranom;v. TYPE A TYPE C TYPE G NO SCALE f� Oirpct ion ar ftp vol at rota..... ire tote A 2 0 C CHANNELIZING LINE LEGEND MAPKEflS DETAIL 38 a" wake Line O TYPE A wail. Noa-re(l¢cri... a-1zmnLo u"r._cwol��c�cr,— .•^r'•'a E f ® TYPE LY Yellor NM-P a (lec rive —1 _ ® TYPE G One-waY [leor Patrerefl¢ciive 0°'-0" I Y°'-0" •1 a ytr.yy r Tnroegn Trof(ic a"Yellor Line aeuaeas wars ma rIn DETAIL 38E Ae"w�— ^'re L'^e -ea­ oirec rias of Travel MARKER DETAILS pam¢ar aearkorr ear m e(alrec a+o;wa e o-Pa�e.aem " aryleass.'s" ] m r xore n sea r sea x o DETAIL 388 j e"nuLinee Le 1 �T SECTION A-A SECTION B-8 _I A v 1 °eg Of° z°'-O" z°'-o" a o RRvorsflecrive po.emear R¢o-er¢ut ca,por o pavement —a marxer .l a , 5 cum \ one of N DETAIL 38C TYPE A & TYPE AT TYPE G —elaloxR_L A e — --F- --8�-- -� W 9 a a s s e u a a a a s®xerrorenRari.a F..¢ , -o ,.-e. F inislad aouawor surface Roo`I surface Nrn Nin Min N,n PLAN PLAN „' m onNwor Trarn. 1 °ra 0" rvo-war Trarne f"p. 11 D ITYpe 21 Z RECESS DETAIL FOR p .'. y,. BIKE LANE LINE—_ —L f?- RETROREFLECTIVE PAVEMENT MARKER D DETAIL 39 �6"wnk. Line Taermvpl sari. Marerim 0 DETAIL FOR RECESSED�I_°'`-1� RE[ESSED MARKER NOTES: '.sae` r '13THERMOPLASTIC TRAFFIC STRIPE plcal for mak`''e tri INTERSECTION LINE see Notes 4 no R. BIKE LANE RECESSED THERMOPLASTIC NOTES eras °.`nos ® oeaem e�b ea type z ocaeos 1An D 2 a DETAIL 39A pvO'-v^ Int -Criss A. see typical traffic line ofteils for Rerrareflecfive race Z. (rre r r flacti.. D t tt5.n5. marni.... Pol hnstallai O S. Tire tops of the inermo lasric instal! a. sea. pvvem eat II ne Osro % "� 6" w e Line .. are c.F. are to a sees ala or c o as asea' far a 5¢s installations. ons. v Rel or pavement salfaca. ]. no rap of p ark./s i "" eae� see Goll be "' Rel arr'tne LANE LINE EXTENSIONS TYPE C & TYPE D TYPE G & TYPE H o..:meat sar(o.a. THROUGH INTERSECTIONS Bae ester 1 Rao z. DETAIL 40 DETAIL 40A RETROREFLECTIVE PAVEMENT MARKER FOR RECESSED INSTALLATION p p �° p p o o g o 0 0 0 0 � .e Lane floe < Non-Reflective 5I4TE OF CALVORMA CENTER LINE EXTENSIONS OEPARTMENT OF TRANSPORTATION THROUGH INTERSECTIONS PAVEMENT MARKERS AND TRAFFIC LINES DETAIL 41 DETAIL 41A s"-E7 TYPICAL DETAILS r y i� 0 M NO SCALE a' Yelmr Lina TYp. AT on-R¢neca.e A 20D �• II. L.. )' 0- Io ylAAk fdhveM y@AM✓Fn'.Ns9✓ _ I I N O O m rn _ 1 z z v E) o ) 0 V r z � D - N A _ m F -I 1'-e•' GRID �-otalo Br-oGRID I -H I'-0' LRIB. I P=42 5a f1 P=)=, ] 50 1! P_45 a4 IT TYPE M (L) ARROW TYPE EI (B) ARROW TYPE U (L) ARROW A=ss sa IT (FOR TYPE ID (R) USE MIRROR IMAGE) (FOR TYPE 11 (R) USE MIRROR IMAGE) TYPE IE (B) ARROW STATE ai GALw. IA BEFARTUENT BF TRANSPORTATION NOTE., PAVEMENT MARKINGS MINOR VARIATIONS BY D@.ENSIONS ARROWS PA, BE ACCEPTED BY THE ENLINEET. NO SCALE A24B 011il 111111 A=43 sq ft A=42 Sq ft A=35 sq ft A=31 sq ft A=10 SO ft A=5 Sq ft ZD A=24 sq ft E A=24 sq ft NOTES: ,. v a sage c or m ,mn a ora. if bwa roan vrs-, Le.,iiresrrzr .ore snwio ou �aorbar eP armor. P, monP?..... nen .orm snows bo of loon, rwr ,imve IF. n �Dnr , —F—r .... lo, io. mam rasa., wr fen tomos ma nmorO or no c ino ,pace rman y oe reaacea mPraariawy -nbrb auOe ore iimi MO nmce becouae of 1«a� cmaHimv. J. uimr vo i.ti— in ofinenniona mny bo accaolob by vm Enpinbar. 0. Poulson of a 1e11er, number 0 nymbal moy ba 6aCorara0 Oy ,moot in0 se0man1. n01 ro aacana t" in .i0,n. WORD MARKINGS 11E. I a0 ,I m. s4 L, liEu aV L, IIEu ao !, RING II $a BIKE S PCD IB PNESO SCHOOL 35 SLOW $] LOUP4[1 10 .W19 19 9CHPL SI STOP 33 PUNiwaY U IRNE 6 URN 29 LEfi 19 V[NI[L[S Ot S7 OF Moo. DEPARIUFT OF TRANSPOTAi@4 PAVEMENT MARKINGS WORDS NO SCALE A=27 5a ft A=2 sa ft say Nmya s aaa y CROSSWALK AND LIMIT LINE 5 m x0;0 5 z._a. r� v v TV v ;..ea leser ea of }1 es;.. of lea 1 ofolen fra.m YIELD LINE INGS rtu ea rra w1Y.E MVI EIUS EOxle EExy 1a 1.11 a saga c 1161915 or m Inch a vOra, Ir enaVla roaa "IIP �. i, u.. ino rrol vara 0115.15 be naaroet ino ar Nor. E, Tna euoca aarnoan varus u oula be al 1005; four rimae Ins nal9nr ar Ina cnarnaters ror Ion n5osed roods, Du; n ♦non ran rimes the 1101ynr 0r ma cnarac rura. urs aaaca may not maUuccO 000raprla ro ly Inas Inas 15 Ilrnlreo cvac 5. bsb.use of local Conalrion a. 1. Vinor—11.11onO in almamlone may be aCs.Pla. oy the Engincar. a, 'anima of a letter, n symbol may be Ceaarar0o 0y coec ing w soDmsall rot ;o .00d al.im, sl.. S. Cra»voles < n;i9uav5 f 001 9raunaa are ro as 1'-O',;yellav ace In blase of 1'-P' ` nfa 11110+11. s''so l or am lar P"Piccl iosar lam of ra,r b,e ro as Siwaar a �Ine ro gc. a ran, see ane 5903. T. Ina _v brae Is P.M.C. ^MII o5 pa:nraa In v a ..here nb lana rMn 1''a a:ge an on ling bacmgf'uno aaa ;armee ab uqr 1, is I ima Ira r Ila an%dreemom Incl ,a. S' A' E W CALWORxu DEPARTMENT Or TRANSPORTATION PAVEMENT MARKINGS WORDS AND CROSSWALKS NO SCALE e'c x mss+ e. coal. ce PCe fill xaY Io E006 Ppmovd dna" Dtlge. s• 1/4- Min galvanized steel Chain i g'5 C." aI.nda(tl IO pI PRL 6fiN.-e OC ib X{y/.wOlrop' Sign L steel pipe --Ir- I�a000.�o:o-oc�a.o.o- SCr.M..n arab, cap Sign gRIm-I'-6" x T-0"I —PCC Drill C Ip106 NPS. gal V,xI Standard pi ,%x pe _Y ior01 6 — ` 3 Srantldrtl ! ! NPS Dipo 6b Svb N.tv E �— use more Dost demi, TI sev x.ra x GUARD POST um .lpvva aril ..,.it top df - ON eldwatN ' ° PCCJ PC< b Unions orner,ise specified 6'-U' nl Z 10" iI 6' 0 Q TYPE U E NPS or Iy¢ NPs Sm Dip. adat, gmvonizo. TYPE I Y S to N %"a ball hou dm nor an.... her O OefOrm the tn(Ca. rinianad ".a r _L -- D NOTES: m 1. Pip. War to be sot V-6" back from face of curb ..In.. oth.1.ihi I I" N ,hooded pip. Collor Y Smev. ....i N.M. in a idling ConCrvlli Ditla'+OIF. the PCC SmC'nalN �jj' Chip pl.la I Iv'' see Nbie l j. shore barricade posts are installed x V . I I'.: post may be anchored t0 me sidewalk Os Shand, in the -Poet anchorage PCC pdoW. Be., c rale diameter ia¢M„ be 1' minimum far TIP. I bellies. ELEVAT ^ I— VI W.0 and 5" m m !or type p Wrrica.e. `- ]. Stam...wa re oe cons+ uelea ;In o.iimemr A.-Q or,or nqn poet. ' •+••, • I— met tniam...1 .Teale to be soma as psi or Ernsian pastors '�j' a SLEEVE POST DETAIL C. C.mrdcl.r may .P.mit mrem.ri.e details foo- aaii by me Engin.vr. ,mal L u.0 Phipps .1hervise spacifie..r 5. Par mmwum pipe diameters and loll rnlcMess refer to ASTM AGM. �rCt°t ¢Mvn an Floss ,\, iota a� � \ /� Yu" 0 Hales sUTEMEN7 OF CALWOmbom TRANSFOR PLAN tl[➢LPIxENI OF IPLNSPOPi¢ilNl POST ANCHORAGE DETAIL ELECTRICAL SYSTEMS (PEDESTRIAN BARRICADES) NO SCALE ES-7P ::. April 20, 2013 Jlf a a-11 — — — — _ _ u ix. Rry npJ�• — — — ra wmwn'Wou dace N •I•-0• GO GO - - — — - - - — CHAT A=w ao rt _ — 1 N TYPE 110'-O" ARROW -I -- • o _ I m CHAD 6 -0^ d=36 e° ft D �1 TYPE ARROW YID Z -1 1 A=25 so 1•_°•• GREG TYPE 1 18'-0" ARROW - --- - — o^ 20 r - 9 — 1�°0•• D —_— Z 1•-0.GRID I•'=° — eaSP 59 ri - — - -•I TYPE YI ARROW GO 1nL AD 11 RIGHT LANE DROP ARROW TYPE 1 24'-0" ARROW 11-0" LRm r-o• IPOR LEFT LANE. ? G,15 .,G I. USE MIRROR IN1LE1 D TYPE TZ (L) ARROW (FOR TYPE 14 181 ARROW, USE MIRROR IMAGE) I I A. 59 h _ - -- TYPE P ARROW 1 AT LALAGAMA NOTE: - IMATE OCPAflIUEnI Lr TRANSPORIAIgn MINOR VARIATIONS IN DIMENSIONS 1'-0" LflIO _� PA.VEIWENT MARKINGS udY BE ACCEPTED BY THE ENGINEER. 6" GRID �6' A•27 n0 11 ARROWS -•I TYPE 4➢ (L) ARROW NO SCALE A=3.5 SR ft (FOR TYPE IS IRI AFRICA, USE 41RROR ].AGE) RAP A24A DATED APRIL 20. 2012 SUPERSEDES STANDARD PLAN A24A GCI BIKE LANE ARROW OA1EO MAY 1, 2006 - PALE 0 OF THE STANDARD PLANS BOOK DATED MAY 2006. REVISED STANDARD PLAN RSP A24A ■__�� INES ■■■■ = :�i ry` C:C=EGER i iii ■ 1 ■■■■��■■■■ ■■ Q ■I ,' NEER Ark �n �■ ■■■■i■�i�'NOMINEES ■■■■■■■� INN Em no d CSC I.�'��'.. ,�. ..m....::: ■■■r■u / ■■�� .■■■■..:�■■...::.. ■■■ ■No :��....►: , ■� I ■■m■ ■■ ■■m■ r �■I�DI4 � \� ....■0 .. . .. on ... .r........ Ono ME . p p� yr■ �� ■■■:■!0 •■�■■■■■■ :::: Q►a ::• GD �■ �� umrs,R � •i■u r _ .. o■mui.�■ �pp •u � : • ::: : 7�IQIQIJCC�.::: �6 if nu v.m ■ �■■ m......:�.■» � I ■uuunumo arm Ilion p .■■ mu Ilionp 141► 1 X11111 p/ ','�1p� �W 'on i i',�■ / l►1 on I�1111�1 Il�lli 4o11�� 111111 100p/1,11 111 11111 _ �■��■ II ■::::■fig ■• SM ' ■r n111 111111 ■111111 ■ 1111111�1111111� nl�� II� 11111111 1 �Hill n1 1111111 ••••••• � � 11110 �, II 11•,111 CI��I III �■■■■■■■ �1�� U iii{iliii 11��'1 { i�U/' hil!11,i1 ill►IIIIU/' n WIl �U►n ►WI nlllll In �11�1 2006 REVISED STANDARD PLAN RSP A8.8A °cm gP Eyo °°Ro u " y ES o: o �E J z W a 'nj PL aE gZu c EO - ° �g o 6. E ?�� Q har c BIBZ do 81-0 g� Ed oa goo -E:h 8 is ® ® ® }057 mE_ n _ ig.00 EEo �2FB 0.0 NO„' m� - E O',E Yo ­v- SKg g C � ° frIt O `o ]so °x- v .c - Be! Uhy « E�a'ry i MV 2z Q ~�..%� ° 8 oe'° oe °�ES em oBa ceo: p y oS r o QNS "Y -- °E - `` �'^ g`g g j laOS V 5 N o < Q z meo O8gx o ._ _oo °'°' y �v« 8` - 8. «°_ _, Q R O lu TOF il; n g _ FY ��8 _° .`.fig :`s .8& F _ N N _a?E A .1 _ nag As! °$ aOn aghs -_ 12 y �. o LU r`TBS YL Ip �&SAgB° cg %2 mIF u- iO VIII nLoxJX_ °9mnR8 •—fC ,0'e� °.88 e�8�8 v� v 999 8�18M 8�Y N (.J _-� i eg�$�q",2 j8' n PB88�NSE V a � P 5 1� S� frN 5 /To W ni o Ory ~O eEv6 Kongo �o7N PJPInOJ01!MIen860JJ L nP L� F- 4 a OZ CS Why Z G v Bpi 15 VIII 1 1 V Z g61 ^`° xory_ �_,P oeolneJa 11 VlO.nz°Jp ° � IIY /} LL oulgi°� ¢ y : is N° ° ��IF •• IIIIII YCC'688�8 � t U,Ky IIIIII Y.CC'B al n �' eBY: LIP Q 1 BBQ °°888° o� a _ Q --san9�jllll LLL"�Z2 goI -I V � LL� SSI rv� _ a _ a a 115 Silt Fence Description and Purpose A silt fence is made of a woven geotextile that has been entrenched, attached to supporting poles, and sometimes backed by a plastic or wire mesh for support. The silt fence detains sediment -laden water, promoting sedimentation behind the fence. Suitable Applications Silt fences are suitable for perimeter control, placed below areas where sheet flows discharge from the site. They could also be used as interior controls below disturbed areas where runoff may occur in the form of sheet and rill erosion and around inlets within disturbed areas (SE -lo). Silt fences are generally ineffective in locations where the flow is concentrated and are only applicable for sheet or overland flows. Silt fences are most effective when used in combination with erosion controls. Suitable applications include: ■ Along the perimeter of a project. e Below the toe or down slope of exposed and erodible slopes. ■ Along streams and channels. ■ Around temporary spoil areas and stockpiles. ■ Around inlets. ■ Below other small cleared areas. SE -1 Categories EC Erosion Control SE Sediment Control Q TC Tracking Control WE Wind Erosion Control NS Non-Slormwater Management Control WM Waste Management and Materials Pollution Control Legend: Q Primary Category 17 Secondary Category Targeted Constituents Sediment Q Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives SE -5 Fiber Rolls SE -6 Gravel Bag Berm SE -8 Sandbag Barrier SE -10 Storm Drain Inlet Protection SE -14 Biolilter Bags CALI[01LCC1$16AMn'ATCR QUALM A950C1A110,C' November 2009 California Stofmwater BMP Handbook 1 of 8 Construction www.casga.org Silt Fence SE -1 Limitations ■ Do not use in streams, channels, drain inlets, or anywhere flow is concentrated. ■ Do not use in locations where ponded water may cause a flooding hazard. Runoff typically ponds temporarily on the upstream side of silt fence. ■ Do not use silt fence to divert water flows or place across any contour line. Fences not constructed on a level contour, or fences used to divert flow will concentrate flows resulting in additional erosion and possibly overtopping or failure of the silt fence. ■ Improperly installed fences are subject to failure from undercutting, overtopping, or collapsing. ■ Not effective unless trenched and keyed in. ■ Not intended for use as mid -slope protection on slopes greater than 4:1 (H:V). ■ Do not use on slopes subject to creeping, slumping, or landslides. Implementation General A silt fence is a temporary sediment barrier consisting of woven geotextile stretched across and attached to supporting posts, trenched -in, and, depending upon the strength of fabric used, supported with plastic or wire mesh fence. Silt fences trap sediment by intercepting and detaining small amounts of sediment -laden runoff from disturbed areas in order to promote sedimentation behind the fence. The following layout and installation guidance can improve performance and should be followed: ■ Use principally in areas where sheet flow occurs. ■ Install along a level contour, so water does not pond more than 1.5 ft at any point along the silt fence. ■ The maximum length of slope draining to any point along the silt fence should be 200 ft or less. ■ The maximum slope perpendicular to the fence line should be 1:1. o Provide sufficient room for runoff to pond behind the fence and to allow sediment removal equipment to pass between the silt fence and toes of slopes or other obstructions. About 1200 ft2 of ponding area should be provided for every acre draining to the fence. ■ Turn the ends of the filter fence uphill to prevent stormwater from flowing around the fence. ■ Leave an undisturbed or stabilized area immediately down slope from the fence where feasible. November 2009 California Stormwater BMP Handbook 2 of 8 Construction www.casga.org Silt Fence SE -1 ■ Silt fences should remain in place until the disturbed area is permanently stabilized, after which, the silt fence should be removed and properly disposed. ■ Silt fence should be used in combination with erosion source controls up slope in order to provide the most effective sediment control. ■ Be aware of local regulations regarding the type and installation requirements of silt fence, which may differ from those presented in this fact sheet. Design and Layout The fence should be supported by a plastic or wire mesh if the fabric selected does not have sufficient strength and bursting strength characteristics for the planned application (as recommended by the fabric manufacturer). Woven geotextile material should contain ultraviolet inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of o IF to 120 IF. ■ Layout in accordance with attached figures. ■ For slopes steeper than 2:1 (H:V) and that contain a high number of rocks or large dirt clods that tend to dislodge, it may be necessary to install additional protection immediately adjacent to the bottom of the slope, prior to installing silt fence. Additional protection may be a chain link fence or a cable fence. e For slopes adjacent to sensitive receiving waters or Environmentally Sensitive Areas (ESAs), silt fence should be used in conjunction with erosion control BMPs. Standard us. Heavy Duty Silt Fence Standard Silt Fence ■ Generally applicable in cases where the slope of area draining to the silt fence is 4:1 (H:V) or less. ■ Used for shorter durations, typically 5 months or less ■ Area draining to fence produces moderate sediment loads. Heavy Duty Silt Fence ■ Use is generally limited to 8 months or less. ■ Area draining to fence produces moderate sediment loads. ■ Heavy duty silt fence usually has 1 or more of the following characteristics, not possessed by standard silt fence. o Fence fabric has higher tensile strength. o Fabric is reinforced with wire backing or additional support. o Posts are spaced closer than pre -manufactured, standard silt fence products. o Posts are metal (steel or aluminum) . Materials Standard Silt Fence ■ Silt fence material should be woven geotextile with a minimum width of 36 in. and a minimum tensile strength of loo lb force. The fabric should conform to the requirements in ASTM designation D4632 and should have an integral reinforcement layer. The November 2009 California Stormwater BMP Handbook 3 of 8 Construction www.casga.org Silt Fence SE -1 reinforcement layer should be a polypropylene, or equivalent, net provided by the manufacturer. The permittivity of the fabric should be between o.1 sec -1 and o.15 sec-, in conformance with the requirements in ASTM designation D4491• a Wood stakes should be commercial quality lumber of the size and shape shown on the plans. Each stake should be free from decay, splits or cracks longer than the thickness of the stake or other defects that would weaken the stakes and cause the stakes to be structurally unsuitable. ■ Staples used to fasten the fence fabric to the stakes should be not less than 1.75 in. long and should be fabricated from i5 gauge or heavier wire. The wire used to fasten the tops of the stakes together when joining two sections of fence should be 9 gauge or heavier wire. Galvanizing of the fastening wire will not be required. Heavy -Duty Silt Fence ■ Some silt fence has a wire backing to provide additional support, and there are products that may use prefabricated plastic holders for the silt fence and use metal posts or bar reinforcement instead of wood stakes. If bar reinforcement is used in lieu of wood stakes, use number four or greater bar. Provide end protection for any exposed bar reinforcement for health and safety purposes. Installation Guidelines — Traditional Method Silt fences are to be constructed on a level contour. Sufficient area should exist behind the fence for ponding to occur without flooding or overtopping the fence. ■ A trench should be excavated approximately 6 in. wide and 6 in. deep along the line of the proposed silt fence (trenches should not be excavated wider or deeper than necessary for proper silt fence installation). ■ Bottom of the silt fence should be keyed -in a minimum of 12 in. ■ Posts should be spaced a maximum of 6 ft apart and driven securely into the ground a minimum of 18 in. or 12 in. below the bottom of the trench. ■ When standard strength geotextile is used, a plastic or Swire mesh support fence should be fastened securely to the upslope side of posts using heavy—duty Swire staples at least 1 in. long. The mesh should extend into the trench. ■ When extra -strength geotextile and closer post spacing are used, the mesh support fence may be eliminated. ■ Woven geotextile should be purchased in a long roll, then cut to the length of the barrier. When joints are necessary, geotextile should be spliced together only at a support post, with a minimum 6 in. overlap and both ends securely fastened to the post. ■ The trench should be backfilled with native material and compacted. ■ Construct silt fences with a setback of at least 3 ft from the toe of a slope. Where, due to specific site conditions, a 3 ft setback is not available, the silt fence may be constructed at the November 2009 California Stormwater BMP Handbook 4 of 8 Construction www.casga.org Silt Fence toe of the slope, but should be constructed as far from the toe of the slope as practicable. Silt fences close to the toe of the slope will be less effective and more difficult to maintain. ■ Construct the length of each reach so that the change in base elevation along the reach does not exceed 1/3 the height of the barrier; in no case should the reach exceed 500 ft. ■ Cross barriers should be a minimum of 1/3 and a maximum of 1/2 the height of the linear barrier. ■ See typical installation details at the end of this fact sheet. Installation Guidelines - Static Slicing Method ■ Static Slicing is defined as insertion of a narrow blade pulled behind a tractor, similar to a plow blade, at least ro inches into the soil while at the same time pulling silt geotextile fabric into the ground through the opening created by the blade to the depth of the blade. Once the gerotextile is installed, the soil is compacted using tractor tires. ■ This method will not work with pre -fabricated, wire backed silt fence. ■ Benefits: o Ease of installation (most often done with a 2 person crew). In addition, installation using static slicing has been found to be more efficient on slopes, in rocky soils, and in saturated soils. o Minimal soil disturbance. o Greater level of compaction along fence, leading to higher performance (i.e. greater sediment retention). o Uniform installation. o Less susceptible to undercutting/undermining. Costs ■ It should be noted that costs vary greatly across regions due to available supplies and labor costs. ■ Average annual cost for installation using the traditional silt fence installation method (assumes 6 month useful life) is $7 per linear foot based on vendor research. Range of cost is 83.50 - $9. lo per linear foot. ■ In tests, the slicing method required 0.33 man hours per loo linear feet, while the trenched based systems required as much as r.or man hours per linear foot. Inspection and Maintenance ■ BMPs must be inspected in accordance with General Permit requirements for the associated project type and risk level. It is recommended that at a minimum, BMPs be inspected weekly, prior to forecasted rain events, daily during extended rain events, and after the conclusion of rain events. ■ Repair undercut silt fences. November 2009 California Stormwater BMP Handbook 5 of S Construction www.casga.org Silt Fence SE -1 ■ Repair or replace split, torn, slumping, or weathered fabric. The lifespan of silt fence fabric is generally 5 to 8 months. o Silt fences that are damaged and become unsuitable for the intended purpose should be removed from the site of work, disposed, and replaced with new silt fence barriers. ■ Sediment that accumulates in the BMP should be periodically removed in order to maintain BMP effectiveness. Sediment should be removed when the sediment accumulation reaches one-third of the barrier height. ■ Silt fences should be left in place until the upstream area is permanently stabilized. Until then, the silt fence should be inspected and maintained regularly. s Remove silt fence when upgradient areas are stabilized. Fill and compact post holes and anchor trench, remove sediment accumulation, grade fence alignment to blend with adjacent ground, and stabilize disturbed area. References Manual of Standards of Erosion and Sediment Control Measures, Association of Bay Area Governments, May 1995. National Management Measures to Control Nonpoint Source Pollution from Urban Areas, United States Environmental Protection Agency, 2002. Proposed Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters, Work Group -Working Paper, USEPA, April 1992. Sedimentation and Erosion Control Practices, and Inventory of Current Practices (Draft), UESPA, 19go. Southeastern Wisconsin Regional Planning Commission (SWRPC). Costs of Urban Nonpoint Source Water Pollution Control Measures. Technical Report No. 31. Southeastern Wisconsin Regional Planning Commission, Waukesha, WI. 1991 Stormwater Quality Handbooks - Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), March 2003. Stormwater Management Manual for The Puget Sound Basin, Washington State Department of Ecology, Public Review Draft, 1991. U.S. Environmental Protection Agency (USEPA). Stormwater Management for Industrial Activities: Developing Pollution Prevention Plans and Best Management Practices. U.S. Environmental Protection Agency, Office of Water, Washington, DC, 1992• Water Quality Management Plan for the Lake Tahoe Region, Volume II, Handbook of Management Practices, Tahoe Regional Planning Agency, November 1988.Soil Stabilization BMP Research for Erosion and Sediment Controls: Cost Survey Technical Memorandum, State of California Department of Transportation (Caltrans), July 2007.. Erosion and Sediment Control Manual, Oregon Department of Environmental Quality, February 2005. November 2009 California Stormwater BMP Handbook 6 of 8 Construction www.casga.org EG0 b 0 O Meet 500' (See 11 Tamped babgtl �s 3 reorh - sale -- Slope direction Optionalmointescnx tllmctlon at fl. rt Cosa bartl.r opening de[og.Pen O 'sea ..to 10) 8' Paarlc Mou.take qD stokl W :A _ \ Crean Earner Toa at uldpo 'Z/ PLAN a ° SILT. FENCE F� a 0 j SeaNote 14 NOTES O 51t fence o 1. Constuet thelength of each each an lwt the change in base 0 3 el..U., along lha reach, does not exeaed l/J the hgight of the tuner Pe- nate., F barrier. In no woe aholl the reach length axcead 500. an m On 2 The loot d'-0' of farce shall be @rand up slope � — C 0 0 MJ. Slake dimensions aro nomisol. Toe ofd op. 3 4, OManolan may wry is tit Bnitl condition. a 0 5. Stokes shall be opacad of 8'-0s enand shall be a Q positioned on low nsueam sltla off fence. ID OCROSSBARRIER DETAIL 0 B. Stake. to ovmlop and fence fabric to told around each stake F we full tum,. Secure '.brfa to stake with 4 Jinplas. %. Sicken shall bu drhen. lightly Logotlmr to prwant potential Dow tivvugh of sediment. of 'pint. The tops of the. stake. Sandbags shall be secured with wil�� B. Par and stoke, (area fabric shall be folded around leo stakes are full Wan dna ...ad with 4 staples. 4 Minknam 4 etcpi.n par sick. Dlmennions shaven are tLeticd. 10. Crabs barriers shall by minimum of 1/3 and.. a maximum or I/2 the See seta 10 r heighttoff the linear barrier. 11. hiafnlenanee apenings chat be constructed in a manner to ensure T � ..aliment rcmal. behind sal fence. 12. Joining sections shall not be placed at sump locations. S=CiION C—C 11 Saaebag rows and lajers shall be ofisei to eliminate gyps. oA t49® 14. Ada 3-4 bags to croon bawls do dawngmdient silo- of sit fence as M needed to pro,,ant bypo., or imcl.h sing enc as ollowcbla based on silo limit. of disturbance. 1 O Oa a 0 v WI0 5e1bO1Ck varies ole a) Pobric see'lon B 51akeAid `(See holes 6, 7 & 12) Fabric 1 2" % 2" Wood stake Stoke A (Sort hales 3 & 5) Too a( =1cpe -�- r- fabric section A J Slope I (See notes 6. 7 h 12) 6J See delcil A JOINING SECTION DETAIL (TOP VIEW) o J tom_ — 2" M 2" wpoU stake to F(So v Col (sea c e ]) t_ nolo 8) SECTION A -A ENIJ STAKE DETAIL (70P VIEW) —w . 2 lilt fence / oaa stake End slake fabric f /// 1 (See nota 2) DETAIL A END DETAIL LEGEND Tempted backfill - Slope direction ^--- Direction of flow diameter � STAPLE DETAIL (SEE NOTE 9) "77 �^-n-(Erlfl 9take — \ii,, Toe at slope r End stake-/Sandoags (2 -layers nigh) N OPTIONAL MAINTENANCE OPENING DETAIL (SEE NOTE n) TRENCH WIDTH FINISHED SUBGRADE Y3/4 w OPTIONAL Cgs EXCAVATION LINES 3/4 5' ' '^ 6" 1 MIN. 2 A W m Off. SPRING LINE TRENCH SHEETING OR SHORING IF USED o ' w 6' MIN. 3/4 CRUSHED GRAVEL ti TRENCH SHEETING OR J 0.4 O.D. SHORING IF USED UNDISTURBED SOIL, TYPICAL 1. TRENCH WIDTH SHALL BE O.D. + 12' MINIMUM, OR O.D. + 20' MAXIMUM, INCLUDING THICKNESS OF TRENCH SHORING OR SHEETING. 2. BACKFILL SHALL BE PER STANDARD SPECIFICATIONS SECTION 306-1.3, EXCEPT THAT RELATIVE COMPACTION SHALL BE 90 PERCENT MINIMUM. 3. WHEN THE MAXIMUM TRENCH WIDTH IS EXCEEDED, THE CONSTRACTOR SHALL SUBMIT TO THE ENGINEER FOR APPROVAL, DRAWINGS WITH SUBSTANTIATING ENGINEERING CALCULATIONS FOR THOSE MODIFICATIONS OF PIPE STRENGTH AND/OR BEDDING WHICH WILL PROVIDE AN IN-PLACE FACTOR OF SAFETY EQUIVALENT TO THAT PROVIDED IN THE CONTRACT. 4. BEDDING SHALL BE PER STANDARD SPECIFICATIONS SECTION 306-1.2.1, EXCEPT THAT: (A.) CLASS 100-E-100 SLURRY MAY BE SUBSTITUTED FOR SHAPED BEDDING AT THE CONTRACTOR'S OPTION AND SOLE EXPENSE. (BJ HAUNCH BEDDING SHALL BE HAND TAMPED TO 907 RELATIVE COMPACTION MINIMUM FOR PVC, RPM, HDPE, AND ALL OTHER FLEXIBLE PIPE INSTALLATIONS. WHEREUPON THE REMAINDER OF BEDDING (ABOVE SPRINGLINE) MAY BE COMPACTED CONCURRENTLY WITH THE BACKFILL. S. TRENCH RESURFACING SHALL BE PER STD.-105-L. REVISED 6/2002 CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT RCE NO. 36106 WBLIC WORKS DIRECTOR PIPE BEDDING Dote: 2 Mor 1999 Scale: N.T.S. Drown b . M, GRAClA rnasEsils oamiw%zua"i siods m% DRAWING NO. STD- 106-L a -w o 1ti CURB FACE 3/8' EXPANSII JOINT MATERII I VARIES O' OR } J4 3/8' EXPANSION JOINT MATERIAL (TYP) CURB ACCESS RAMP SHALL COMPLY WITH CURRENT ADA REQUIREMENTS R=15' FOR LOCAL STREETS AND 25' FOR ARTERIAL STREETS UNLESS OTHERWISE SPECIFIED IK x 10' FOR MAJOR, 10' FOR PRIMARY, AND 8' FOR SECONDARY STREETS UNLESS OTHERWISE SHOWN CONCRETE SHALL BE 560-C-3250 CURB RETURN AREA R 10' TYPICAL 2' OR 4' MIN MATCH , SLOPE 2X MAX. EXTS L LANDSCAPE PARKWAY WITH . ,e. ... H-- STREET TREES REOUTRED WHEN DISTANCE FROM CURB 4' MIN. P.C.C. TO PROPERTY LINE EXCEEDS 6 IN TYPICAL SECTION AR£AT CONCRETE£ NTIAL SSIDEWALK IN COMMERCIAL AREAS WITH STREET TREES. t.irnvrnlrn Of Anlr rnrnrre CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS CITY OF NEWPORT BEACH APPROV PUBLIC WORKS DEPARTMENT RCE NO. 36106 DIRECTOR SIDEWALK DETAIL Date: Se 1994 F:+useus+rua�s'mRmm�o s*o+ on.n.+awt Sun' DRAWING NO. STD -180-L 1 I 4' MIN. T � NIQ c � m r oil n G Planting area variable F m m ato^� � y y NIm O,l 10% Max of curb 8.33% Max . See Nate B, / `10% Mox at curb See Notes 9, 15 and 16 8.33% Max 4' MIN. � Crosswalk CASE"A" A orB Retainin curb if 4' min, necessary at edge r,,,-necessary sidewalk CASE '13" See Note 8 Front edge of sidewalk Retaining curb if /necessary at edge ( of sidewalk 0 8.33% Max Nis° 71 See Note 8 A > a O,l 10% Max of curb 8.33% Max . See Nate B, / `10% Mox at curb See Notes 9, 15 and 16 8.33% Max 4' MIN. � Crosswalk CASE"A" A orB Retainin curb if 4' min, necessary at edge r,,,-necessary sidewalk CASE '13" See Note 8 Front edge of sidewalk Retaining curb if /necessary at edge ( of sidewalk 0 8.33% Max Nis° 71 See Note 8 Notes 9, 15 and 16 CASE "E" -'Cl,—See Notes 9, 15 and 16 CASE "C" Use when sidewalk is less than 6 It wide See Note 8 —'I�See Notes 9, 15 A ore and 16 CASE "F" See Note 4 A or wont e< See Note 8 sidewalk 6\I.X N ao nx ,Front edqe of _ m 10% Max at curb iee Notes 9, 15 and 16 Top of romp 4' Min Rounded 1 15 and 16 8.33% MT 8 ax 27. Max. SECTION A -A NOTE: PLEASE SEE STD- 181 -L -C FOR ALL NOTES. Top of ramp 4' Min. Retaining curb Rounded It if necessary 8.33% Max 2% Mox. 7 SECTION B -B Depress entire sidewalk as required Retaining curb 2% Max, if necessary 7 SECTION C -C ar c� See note A �.,BA or B below CASE"G" See Note 4 LENGTH OF CURB TRANSITION "X" (TYPICAL) Curb height Transition 6" 5.0' min. 8" 6.7" Min. Removal onq replacement Limit of any at can4' Min. trottor s apUan unless otherwise shown Rounde MEx on project pions — — — — — — 8.33% Mox I 7 DETAIL H Existing curb and sidewalk ( in) in y rl/4 In. 1/4 In .. .. GROOVING DETAIL eeTnTB— Variable L° 4S" I I See Note 8 nt I I See Note & I -'� e I I Z. (q� `. 9 He` fur ace J\14 F GJ2J T See notes 9. 15 and I6m - u y (10 f0 (4 in) Curb '4a ��jy e,• 1(4 ft) II Varies II 'bo S+'�j:•: Min._ \ 4 „ 4' Min. ( s I 121iq u A i 1.1 III Variable Curb Face Full Hei at Curb Face 10% SIO a Max. plt�.,. l o H, m d CF, a See note below _-.!'t--.J Vm. e••• •, "X" z z° .1 8.33% Slope oo LENGTH OF CURB TRANSITION (TYPICAL)'.` Curb transition v Max.' �� *��� 6height 8" 6.7" Min. CASE "H" J J° (6 it for 6 m Curb Face See notes 4, 15 and 16 )p% gape �' (8 fl (or 8 m Curb Face See notes 9, 15 and 16 90 CASE ",," CASE "Ln r� Varies 5' Min. Se Eo°c 2% MAX. I I --- See notes 9, 15 and 16 I Slope I v See Note 8 4, _C i- 1 I See Note 8 I I s d� r' 8.33% Slope +o�h� + m in C.F. 2 a o if j ate' + + FULL HEIGHT 3 a -I- + + a o U U W a Z3 -2 NIrt c .s 0 v MFS m m (4 in) Wide Variable •• Height Retaining. Curb +4 + U o 0 }�-w s c b _o, o cd _ BCR �$ + + a (4.25 in) (0 in) C.F. + + .f- + + + � ?s a�s$•�'o+see" 0 In Curb Face Along • o Access Romp Lending F G ............. See Note 8 + I t✓ ::: I 11 P9h! ° Is See notes 9. 15 and 16 --�---- rF�� Hf-l�Tl CASE nK" CF CASE n(n Ta of P romp 4' Min. Retaining curb Rountled2% Mok if necessary Tr 8.33% Max T- 2% Max. TU SECTION A-A SECTION C-C: NOTE: PLEASE SEE STD-181-L-C FOR ALL NOTES. CITY OF NEWPORT BEACFI APPROVr'I)o PUBLIC \VQKKS DF.PA12'IT11•;N'I' RCE NO, 36106't111LIC WORICS DIRBC'FOR CURB ACCESS RAMP Drawn:IL.Okada Scale:N:l'.S. DETAILS .1.1 Data 11/2005 r::us siii'i°�wiuind`:¢in'-sl u. DRAWING NO. STD-181—L—B NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMODATE RAMP AND 4 ft. PLATFORM (LANDING) AS IN CASE A, THE SIDWALK MAY BE DEPRESSED LONGITUDINALLY AS IN CASE 8 OR C OR MAY BE WIDENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6 ft. WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN FOR CASE E TO ACCOMMODATE WHEELCHAIRS. 4. FOR CASES F AND G, THE LONGITUDINAL PORTION OF THE SIDEWALK MAY NEED TO BE DEPRESSED AS SHOWN IN CASE B. 5. IF LOCATED ON A CURB THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4 ft.. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4 in. MINIMUM. 8. THE RAMP SHALL HAVE A 12 in. WIDE BORDER WITH 1/4 in. GROOVES APPROXIMATELY 3/4 in. ON CENTER. SEE GROOVING DETAIL. 9. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 10. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT IN CASE C. 11. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. 12. MAXIMUM SLOPES OF ADJOINING GUTTER, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4 ft. OF THE TOP OR BOTTOM OF THE CURB RAMP. 13. CONCRETE SHALL BE 560-C-3250. 14. RETROFITS - WHEN A WHEELCHAIR RAMP IS ADDED TO AN EXISTING FACILITY, THE CHANGES ARE PERMITED: (A) RAMP GRADE IN CASE "C" MAT BE INCREASED TO 47.. (B) OTHER RAMP GRADES MAYBE INCREASED TO A MAXIMUM OF 11.1% (NEVERTHELESS, THEY SHOULD BE AS FLAT AS FEASABLE. (C) WHERE THE 4 FOOT PLATFORM IS NOT FEASABLE, THE WIDTH MAY BE DECREASED TO 3 FOOT. (D) THE PLATFORM MAY BE ELIMINATED IF THE GRADE DOES NOT EXCEED 8.33% 15. RASIED TRUNCATED DOMES SHALL BE DARK GREY IN COLOR AND SHALL BE "TERRA PAVING" AS MANUFACTURED BY WAUSAU TILE, INC. OF WISCONSIN OR EQUAL. 16. DETECTABLE WARNING SURFACES SHALL EXTEND 36 INCHES MINIMUM IN THE DIRECTION OF TRAVEL AND THR FULL WIDTH OF THE CURB RAMP. NOTE: ADAPTED FROM CALTRANS CURRENT STANDARDS PLANS FOR UP-TO-DATE REQUIREMENTS. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP No TES DIRECTOR OF PUBLIC WORKS R.C.E. NO. 36106 DATE 11/17/06 SCALE N.T.S. DRAWN R. OKADA ISTD -181-L -C TOP DIAMETER �— MIN. 50% of base MAX. 65% of base 5mm (0.2") BASE DIAMETER 23mm MIN. (0.9") 36mm MAX. (1.4") 41mm (1.6") Min. 61mm (2.4") Max Center to Center spacing RAISED TRUNCATED DOME Base Spacing RAISED TRUNCATED DOME PATTERN IN-LINE CITY OF NEWPORT BEACHI APPROVED: PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP TICECE NOraI6 Drawn: R DETECTABLE WARNING SURFACE Date: I I See Notes 9, 15 and 16 PUBLIC. WORKS DIRECTOR Scale: N.T.S. DRAWING NO. STD -181 -L -D 6' d.' :.G 3.12: BATTER a a 24' ,1/2' R 3/8' LIP 6' OR 8' 1 ti CURB FACE I — I' R :o a LEVE :1/2' R a V WIDE BY V DEEP AC PATCH BACK TYPE A P.C.C. CURB AND GUTTER (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) " WIDE BY V DEEP IC PATCH BACK TYPE B P.C.C. CURB (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) NOTES: 1. GUTTER SURFACE WITHIN 4' OF FLOWLINE SHALL BE GIVEN A STEEL TROWEL. (APPLIES TO TYPE 'A' CURB) 2. PREFORMED 3/8' THICK EXPANSION FILLER SHALL BE INSTALLED IN ALL TYPES OF CURB AT THE B.C. AND E.C. OF RETURNS, AT INTERVALS OF 60' BETWEEN RETURNS AND AT THE ENDS OF DRIVEWAYS. SIMILAR EXPANSION JOINTS SHALL BE INSTALLED IN ALL GUTTERS ADJOINING CURB. WEAKENED PLANE JOINTS SHALL BE FORMED AT INTERVALS OF 20' BETWEEN RETURNS. (APPLIES TO TYPES 'A', 'B', AND 'C' CURBS). 3. CONCRETE SHALL BE 5617-C-3250. 4. SMOOTH TROWL THE TOP 4 -INCH OF THE BACK OF CURB. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT RCE NO. 36106 BLIC WORKS DIRECTOR STANDARD CURB SECTIONS Drawn: M.Gracia Scalc: N.T.S. TYPES "A" AND "B„ Date: Nov. 1993 05 oti mi:°4roi s S19 DRAWING NO. STD -182-L 6' 12' P 1/2' R 6' OR 8' CURB FACE P WIDE BY V DEEP m m T TER BANO LIP AC PATCH BACK BAT '. a 0 0 1/2'.R: . . G Na TES I. IN SUPER ELEVATED SECTIONS THE GUTTER SLOPE SHALL FOLLOW THE CROSS SLOPE OF THE STREET PAVEMENT. 2. SEE NOTES ON STD. -182-L FOR INFORMATION ON JOINT. 3. CONCRETE TO BE 560-C-3250. TYPE C P.C.C. CURB AND GUTTER DOWELS MAY BE DELETED AND CURB UNREINFORCED WHEN EXTRUDED CONCRETE IS BONDED TO PAVEMENT SURFACE WITH APPROVED EPDXY ADHESIVE CONFORMING TO STATE OF CALIFORNIA SPECIFICATION 8040-0/E-08 AND BE USED IN STRICT ACCORD WITH THE MANUFACTURER'S PRINTED INSTRUCTIONS. TOP OF PA 6' P 1/2' R a k 4 LONGITUDINAL BAR ,. 812 BATTER D � 3/4' .a_ a TOP OF FINISHED `� PA VEMENI 3' TYPE D P.C.C. CURB 6' 4' 6' 4' # 4 DOWEL SPACED 4' O.C. MIN. LENGTH 8' RATTER ASPHALTIC TACK COAT REQUIRED TYPE E ASPHALTIC CONCRETE CURB CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT RCE NO. 36106 --PUBLIC WORKS DIRECTOR STANDARD CURB SECTIONS Drawn: M.Gracia Scale: N.T.S. Date: Nov: 1993 r°us llp ora �uoici o a'nl TYPES "C", "DI' AND "E" DRAWING NO. STD -183-L 2' L 2' STD -300-L OR STD -316-L BULB ANGLE INLET i NORMAL GUTTER F.L. CURB FACE cv N 6' SECTION A -A CURB INLET STRUCTURE 2' L 2' A A CURB & j SECT ON GUTTER W ti MATCH NORMAL STREET GRADE PLAN LOCAL Dr- ESSION INLET GENERAL NOTES: L 'H' DEPTH FOR ALL BOXES IS 3'-6' UNLESS OTHERWISE SPECIFIED. 2. FOR 't' WALL THICKNESS, SEE TABLE OF INLET PLAN 3. HEIGHT OF CURB OPENING WILL VARY WITH THE TYPE OF CURB AND SHALL BE 2' GREATER THAN CURB FACE. USE FACE PLATE SHOWN ON STD -316-L. 4. REINFORCING STEEL SHALL BE 94 BARS @ 18' CENTERS PLACED 1-1/2' CLEAR TO INSIDE OF BOX UNLESS OTHERWISE SHOWN. 5 STEPS: NONE REQUIRED WHERE 'H' IS 3'-6' OR LESS. INSTALL ONE STEP 16' ABOVE FLOOR WHEN 'H' IS MORE THAN 3'-6' AND LESS THAN 5'-O'. WHERE 'H' IS MORE THAN 5-O', STEPS SHALL BE EVENLY SPACED AT 12' INTERVALS FROM 16' ABOVE FLOOR TO WITHIN 12' OF THE TOP OF THE BOX. PLACE STEPS IN WALL WITHOUT PIPE OPENINGS. SEE STD -404-L. 6. MANHOLE SHALL BE PLACED ALONG BACKWALL. MANHOLE FRAME AND COVER SHALL BE ALHAMBRA FOUNDRY #A-1530 OR EQUAL WITH LOCKING DEVICE AND LETTER 'D' ON NAME PLATE. 7. CURB SECTION SHALL MATCH ADJACENT CURB. SURFACE OF ALL CONCRETE SHALL CONFORM IN SHAPE, GRADE, COLOR, FINISH, AND SCORING, TO EXISTING OR PROPOSED CURB AND WALK ADJACENT TO THE BASIN 8. EXCEPT FOR INLETS USED AS JUNCTION BOXES, BASIN FLOORS SHALL HAVE A MINIMUM SLOPE OF 123 FROM ALL DIRECTIONS TOWARD OUTLET PIPE. 9. GALVANIZING.- ALL EXPOSED METAL SHALL BE HOT DIP GALVANIZED AFTER FABRICATION, 10 OUTLET PIPE SHALL BE TRIMMED TO THE FINAL SHAPE BEFORE CONCRETE IS POURED. 11. PIPE(S) CAN BE PLACED IN ANY WALL. 12. THE FLOOR OF ALL INLETS SHALL BE GIVEN A STEEL-TROWL FINISH. 13. STANDARD OPENING LENGTHS (L) ARE 3'-6', 7, 10, 14, AND 21 FEET. REF. STD -300-L, STD. -316-L REV. 9/93 APPROVED - PUBLIC WORKS DEPARTMENT DIRECTOR OF PUBLIC WORKS LOCAL DEPRESSION DETAIL R.C.E. NO. 12806 AND INLET GENERAL NOTES DAIL 22 Sep 1993 SCALE NTS. DRAWN GVW STD -304-L J N 12' F__#4 @ 12' A 1/4' RAD. TYP. OPTIONAL JOINT - N4 VERT. @ 12' FND WAII RFINF. H4 @ 12' E.W. 3'6' to 21'-D' 8' CURB 4' R i 3'6' to 21'-D' 10' 8' OR LESS 21'-I' OR GREATER Ila, CURVA n OPENII - IT 2-H4 A I 3-N4 HALF PLAN STD. FRAME & COVER SEE NOTE 6, STD. -304-L , STEP, SEE " N4 HORIZ. A.c STD. -404-L @ 12' (TYP) SLOPE TO OUTLET FROM ALL DIRECTIONS _ OPTIONAL COLD I2.•3 3" JOINT a...... ... R ti a � 70. #4 @ 12' It I .. ....3-2' 1 t SECTION A -A TYPICAL) TURE OF THE SIDEWALLS AT GUTTER G SHALL BE FORMED BY CURVED FORMS k4 @12' INLET AND OUTLET PIPES MAY BE PLACED IN ANY POSITION AROUND THE WALLS @ 3' BOTH SIDES @ 3' H L 8' OR LESS 3'6' to 21'-D' 8' 8'-1' TO 12' 3'6' to 21'-D' 10' 8' OR LESS 21'-I' OR GREATER Ila, FACE PLATE ASSEMBLY SEE STD. -316-L CURB FACE PLUS 2' LOCAL DEPRESSION SEE STD. -304-L 1-1/2' CLR. a.: a. ..:: a . . a.. TYPICAL T17P REINFORCEMENT PUBLIC WORKS DEPARTMENT CURB INLET TYPE OL -A 3 - JX H4 @ 12' _ 94 HORIZ. @ 12' ,)X/2 N4 @ 12" t+ 1-1/2' AlnTF_ c. 1. FOR GENERAL NOTES AND LOCAL DEPRESSION SEE STD. -304-L. 2. FOR H GREATER THAN 8' AND L GREATER THAN 21'-1' SPECIAL DESIGN REDUIRED. 3. NDELETE WHEN H IS LESS THAN 8' REFS. SIDS. 3DO-L; 304-L; 316-L AND 404-L. REV. 9/93 DIRECTOR OF PUBLIC WORKS R.C.E. NO. 12806 22 Sep 1993 SCALE N.T.S. N GRACIA I STD -3D5 -L. 2-N4 B @ BARS 2 (TYP) BULB ANGLE INLET 1 ` T• , SEE STD. -300-L 12, 1' CLR. B4 @ 12' A [ (IYPJA k4@6' OPTIONAL .' #4 @ 12' JOINT i SCORING LINE rANCHORS a CURB =_ CURB SUPPORT 4' RAD I I, B SEE STD. 'tel 4' RADIUS -316-L �� PROTECTION BAR OUTLET STATION POINT SEE STD. -316-L SECTION C -C SHOWN ON PLANS PLAN - INLET T YPE OL E B4 @ 12' 12 t 3' 6' t VARIES 6' 94@12' r _. 2-k4 @ 2'-1.. 1-1/2' CLR. 8' OR LESS 6' 0 8'-1- TO 2D' 8' MIN. SLOPE: 10% NOTE: B4 @ 12' FOR GENERAL NOTES AND LOCAL I: + DEPRESSION SEE STD. -304-L. 3 NOTE: STANDARD OPENING LENGTHS ARE: 7') 10'; 14' AND 21' (OTHER LENGTHS MAY BE USED) STD. FRAME 8 COVER SEC TION A -A SEE NOTE 6, STD -304-L FACE PLATE ASSEMBLY BI/4' RAD. SEE STA -L Fi A316 ANCHOR p CURB FACE t 3'-6' t PLUS 2' 2-k4 BARS � L '�' @ 2' (TYP) •'-"- BOTHSIDES #4 @ 12' D.C. •••� BOIHWAYS I'CLR I 3-94 @ 3' 1' CLR. �F. L` I-1/2' LR. .' N4 @ 12' O.C. STEPS SEE BOTHWAYS �' STD. -404-L ' f .'I I 94 P 6' 1-1/2' CLR. _ 3' R y ANCHOR SCORING LINE :..:. zo 4' RADIUS I A B OUTLET V 4' RADIUS (TYP) SECTION B -B PLAN - INLET TYPE OS REF SIDS. 300-L; 304-L; AND 404-L. REV. 9/93 IJ APPROVED: PUBLIC WORKS DEPARTMENT CURB INLET TYPE OL DIRETOR OF R.C.ECNO. 12806UBLIC WORKS CURB INLET TYPE OS VAIL Is Nov 1993 SCALE N.T.S. DRAWN M. GRACIA ISTD -3D6 -L D L T L #4@12' i.' L/2 1' TYP T TYP d i— :._&.......:.....:. _ '4 1.75' 1' NEW OR EXISTING I 9p, PIPE 90, j NEw OR J P/PET�NG ............ 'A 3-#4 CIRCULAR TIES #4 a /2' NOTES: 1. A CONCRETE COLLAR IS REQUIRED WHERE THE CHANGE IN GRADE EXCEEDS 0.10 FT. PER FT. 2 WHERE PIPES OF DIFFERENT DIAMETERS ARE JOINED WITH A CONCRETE COLLAR, L AND T SHALL BE THOSE OF THE LARGER PIPE. D = D IOR D 2WHICHEVER IS GREATER. 3 FOR PIPES LARGER THAN 66' A SPECIAL COLLAR DETAIL Is REQUIRED. 4. FOR PIPE SIZE NOT LISTED USE NEXT SIZE LARGER. S. OMIT REINFORCING ON PIPES 24' AND LESS IN DIAMETER AND ON ALL PIPES WHERE ANGLE A IS LESS THAN 10.° 6. WHERE REINFORCING IS ROUIRED THE DIAMETER OF THE CIRCULAR TIES SHALL BE D + (2 X WALL THICKNESS) + 8'. 7. WHEN DI IS EOUAL TO OR LESS THAN D 2 JOIN INVERTS AND WHEN D IIS GREATER THAN D 2 JOIN SOFFITS. 8. PIPE MAY BE CORRUGATED METAL PIPE, CONCRETE PIPE OR REINFORCED CONCRETE PIPE. REV. 9/93 N H APPROVED, PUBLIC WORKS DEPARTMENT CONCRETE PIPE COLLAR OF R.C.E.0NO. 1806UBLICWORKS POR PIPES 12" THRU 66 LIAlt 3 Dec 1993 SCALE N. T.. DRAWN M GRACIA S TD -31 — L PVMT. WIDTH TO THIS POINT — 2.. 6" r 24" 1/2"R i/2 R� 8" CURB FA 22 . �i"R � e--------------- 33" CONC. PER L.F. = .0645 CU. YDS. 1 CU. YD. = 15.5 L.F. TYPE "A-2" PVMT. WIDTH TO THIS POINT r 1 1/2 s.. I 1 1/2" R R 6" CURB FACE 1/2" R I{ " R 2„ 12" 6 3� 25 1/2" CONC. PER L.F. = .0505 CU. YDS. 1 CU. YD. = 19.8 L.F. TYPE "D" REVISIONS PVMT. WIDTH TO THIS POINT 6' 1 1/2" SEE 1/2" R NOTE #4 b F.S. 8 8" a 9 1/2'. CONC. PER L.F. = .0319 CU. YDS. 1 CU. YD. = 31.3 L.F. SEE NOTE #4 - CITY OF IRVINE TYPE "B-8" PVMT. WIDTH TO THIS POINT F6" 1 1/2" -1 i/2" R b I• a• r F.S. 14 8.. a 1 9 1/2'.] CONC. PER L.F. = .0279 CU. YOS. 1 CU. YD. = 35.8 L.F. TYPE "B-6" CONCRETE CURBS AND GUTTERS STANDARI PLAN No. 1M Approved by: Mark L. Correll R.C.E. 31515 I Sheet I of 2 ` City Engineer Dole: 03-19-2009 REVISIONS 1/2" R 6"—+— PVMT. WIDTH TO THIS POINT 9 1/2"] F.S. CONC. PER L.F. = .0161 CU. YDS. 1 CU. YD. = 62.1 L.F. TYPE "C-6" NOT TO BE USED ON PUBLIC STREET R/W NOTES : 1. ALL CURBS AND GUTTERS SHALL BE PORTLAND CEMENT CONCRETE. 2. CONSTRUCTION JOINTS AT 10 FOOT INTERVALS. 3. PAVEMENTSHALL BE 3/8 INCH HIGHER THAN EDGE OF GUTTER ON TYPE "A-2" AND TYPE "D". 4. MOISTURE BARRIERS SHALL BE REQUIRED IN ACCORDANCE WITH STD. PLAN No. 222. CITY OF IRVINE STANDARD PLAN No. CONCRETE CURBS AND GUTTERS 1200 I I Approved by: Mork L. Corr011 R.C.E. 11515 I 9h0et 2 or 2 City Engineer Date: 03-19-2009 11 TRAVELWAY WIDTH ORANGE COUNTY FIRE AUTHORITY (OCFA) TO THIS POINT 30" 6" OCFA 20 FT' MIN. TRAVELWAY WIDTH TO THIS POINT* 5" 12" Q d d d d. . d 31" 4 INCH CONC. FLARED CURB TRAVELWAY WIDTH TO THIS POINT 36" 6" OCFA 20 FT' MIN. TRAVELWAY TO THIS POINT' 1.5 12" Q• d d d• a dd n 37" NOTE: 6 INCH CONC. FLARED CURB 1, CURB CORES WILL NOT BE ALLOWED. YARD DRAINS MUST CONNECT DIRECTLY TO THE UNDERGROUND STORM DRAIN SYSTEM. * 28 FEET MIN. IN VERY HIGH FIRE 2. PAVEMENT SHALL BE 3/8 HAZARD SERVERITY ZONE (VHFHSZ) INCH HIGHER THAN EDGE OF GUTTER. REVISIONS CITY OF IRVINE STANDARD PLAN No. COURT/WAY CURB AND GUTTER 200A Approved by: Mork L. Correll R.C.E. 31515 Sheet I of t City Engineer Date: 03-19-2009 R/W 10, z SCORE MARK(TYP.) SIDEWALK 10' D.C. CURB & GUTTER R/W w 4d SCORE MARK(TYP.) SIDEWALK 10' D.C. 10' PARKWAY WIDTH VARIES CURB & GUTTER—< NOTES 1. THICKNESS OF SIDEWALK SHALL BE 4 INCHES EXCEPT IN DRIVEWAY APRONS (STD No. 204). 2. CURB AND GUTTER SHALL HAVE SCORE MARKS AT THE ENDS OF CURB RETURNS AND 1 — 1/2 INCH DEEP WEAKENED PLANE JOINTS AT INTERVALS SHOWN HEREON. JOINTS SHALL HAVE EDGES WITH 1/8 INCH RADII. 3. SEE SIDEWALK RETURN (STD. No. 202) AND DRIVEWAY STANDARDS (STD. No. 204, 205 & 206) FOR ADDITIONAL CONTROL JOINT REQUIREMENTS. 4. SIDEWALK SHALL BE PORTLAND CEMENT CONCRETE IN ACCORDANCE WITH STD. No. 405. 5. ALL SOILS SHALL BE BROUGHT TO MAXIMUM SATURATION AS REQUIRED IN THE APPROVED SOILS REPORT. THE SOILS ENGINEER SHALL PROVIDE CERTIFICATION ON THE FORM PROVIDED BY THE CITY STATING THE MOISTURE CONTENT HAS BEEN MAINTAINED AS REQUIRED PRIOR TO AND DURING THE PLACEMENT OF CONCRETE. IN HILLSIDE AREAS SOIL SHALL BE SATURATED AS RECOMMENDED BY THE SOILS ENGINEER AND APPROVED BY THE CITY ENGINEER. 6. SIDEWALKS ARE REQUIRED ON THE SIDE OF STREETS WHERE PARKING IS ALLOWED (i.e. PARKING ALLOWED ON ONE SIDE, SIDEWALK ON THAT SIDE OF STREET; PARKING ON BOTH SIDES OF STREET, SIDEWALKS ON BOTH SIDES). WHERE NO PARKING IS ALLOWED PEDESTRIAN CIRCULATION MUST BE PROVIDED EITHER WITH A SIDEWALK OR A GREENBELT PATHWAY. 7. PRE—EMERGENT WEEDKILLER MUST BE APPLIED PRIOR TO CONSTRUCTION OF SIDEWALK. 8. SEE STD. No. 222 FOR MOISTURE BARRIER REQUIREMENTS. 9. CURING COMPOUND IS REQUIRED IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. REVISIONS CITY OF IRVINE STANDARD PLAN No. SIDEWALK DETAILS 201 Approved by: Mark L. Carroll R.C.E. 31515 Sheet I of 2 City Engineer Date: 03-19-2009 EXISTING SIDEW REVISIONS SIDEWALK JOINT DETAIL NOTES : 1. ALL APPLICABLE NOTES FROM SHEET 1 SHALL APPLY. 2. KEY NEW SIDEWALK SECTION UNDER EXISTING SIDEWALK. 3. SOAKING OF SOIL SHALL BE APPROVED BY INSPECTOR. Approved by: MarX CITY OF IRVINE STANDARD PLAN No. SIDEWALK DETAILS 201 Dole: 03-19-2009 Sheet 2 of 2 CURB RET. APPLICATION RAD. 25. LOCAL STREET INTERSECTING ANOTHER LOCAL STREET 35' ALL OTHER INTERSECTIONS CONTROL JOINTS AT BCR/ECR TYPICAL SIDEWALK IN ACCORDANCE WITH STO. PLAN NO. 201 AND 201A CONTROL JOINTS AT BCR/ECR \ \ 6/2 CURBVO " WIDE 'n/2 /6/2\ FACEURBRETAINIINGQ //�/2X\ SEE NTGEOC9C� OF\ \ q SEE NOTE IDEWALKR/W y/y, 10% MAX. .`�R/WOb DETECTABLE WAR10% MAX. \\ENO LPILAT GNOTE'39 SIDEWALK ACCESS RAMP SLOPELOPE MAX, MINIMUM WIDTH 4 FEET 2% MAX. SLOPE S STRAIGHT CORNER CUT-OFF RADIUS CORNER CUT-OFF TYPE I -A CONTROL JOINTS AT BCR/ECR \ CURB 6/2/ / FACE A/2. —VERTICAL / SLOPE VARIES CURB / �R/W X-3 0 CURB / SIDEWALK V FACE IN ACCORDANCE WITH STD. PLAN NO. 201 NO LIP AT GUTTER AND 201A. SIDEWALK ACCESS RAMP MINIMUM WIDTH 4 FEET — DETECTABLE WARNING SURFACE — - 27V MAX. SLOPE SEE NOTE 7 SEE DETAILS & NOTES RADIUS CORNER CUT-OFIi' TYPE I -B REVISIONS CITY OF IRVINE STAND9RD PLAN PUBLIC AND PRIVATE STREET CURB & SIDEWALK RETURN DETAIL 20 Approved by: Mark L. Correll R.C.E. 31515 1 Sheet I of 0 11 1 City Eegineer Date: 03-19-2009 oeeeeeeeeeeo.veeeeeeeeeeee 1C PLAN 00000 000000000 000 00000 000000090 000 00000 000000000 000 0000 0000000 000 00000 O 00 090 O 00 000 000 00000 O 0000 0000000 00000 000000000 000 00.00000000000000000 00000 000000000 000 0000 0000000 00 000 ee 00 000 00 000 0 00 000 000 00000 0 DETAIL -1 1.670' 1.670' 0 TO r 1.25' 2.350' 2.350' 1.25' c IYP 1 rvo y --y TOP OF RAMP 4'-0" MIN ROUNDED CUTTER FLOWLINE T — — 2% MAX 6.33% MAX T SEE NOTE 9 SECTION A -A I" z rr . RETAINING CURB GUTTER FLOWLINE IF NECESSARY 2% MAX T SEE NOTE 9 REVISIONS SECTION 8-8 zrr z rr I SECTION C -C 8.33% MAX. SLOPE 10% MAX. SLOPE FLOW WlNII SEE NOTE 7 TO 8" WARNING SURFACE 01 •IIP DETECTABLE WARNING SURFACE APPROXIMATELY 3/4" 1/41 ` 1/4,. CITY OF IRVINE GROOVING DETAIL CURB & SIDEWALK RETURN DETAIL Approved 'Ey: Mork L. U=011 K.U.L. JIOID City Engineer Date: 03-19-2DO9 PLAN No. 202 Sheet 2 of 6 NOTES: 1. STRAIGHT CORNER CUT-OFF CURB RETURN TYPE SHALL BE USED AT ANY ARTERIAL INTERSECTION OR STREET/DRIVEWAY INTERSECTION WITH AN ARTERIAL HIGHWAY OR ANY INTERSECTION THAT IS SIGNALIZED. 2. STRAIGHT OR RADIUS CORNER CUT-OFF MAY BE USED AT LOCAL TO LOCAL STREET INTERSECTIONS. 3. ALTERNATIVE DESIGNS FOR SIDEWALK RETURN RAMPS MAY BE CONSIDERED FOR APPROVAL BY THE CITY ENGINEER. 4. SEE STANDARD NO. 201 AND 201A FOR SIDEWALK DETAIL. 5. APPROVED DETECTABLE WARNING SURFACE IS AS FOLLOWS: A) NEW INSTALLATIONS: CAST IN PLACE DETECTABLE WARNING SURFACE - MANUFACTURED BY ACCESS TILE (562) 842-9934, www.accesstile.com (Part #: ACC-R3x4-BK), OR MANUFACTURED BY ADA SOLUTIONS (800) 372-0519, www.adatile.com (Part #: 3648REP "BLACK") OR APPROVED EQUAL. B) RETROFIT INSTALLATIONS FLEXIBLE DETECTABLE WARNING SURFACE - MANUFACTURED BY DETECTABLE WARNING SYSTEMS INC., (866) 999-7452, www.detectable-warning.com, OR APPROVED EQUAL. C) COLOR SHALL BE BLACK OR APPROVED EQUAL. D) DETECTABLE WARNING SURFACE SHALL BE FULL WIDTH OF RAMP AND 3 FOOT IN DEPTH. E) THE DETECTABLE WARNING SURFACE SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURERS' RECOMMENDATIONS AND INSTRUCTIONS. F) THE MANUFACTURER SHALL PROVIDE A MINIMUM 5 -YEAR WARRANTY, GUARANTEEING REPLACEMENT WHEN THERE IS A DEFECT IN THE DOME SHAPE, COLOR FASTNESS, SOUND ON CANE ACOUSTIC QUALITY, OR DETERIORATION OF THE DETECTABLE WARNING SURFACE. THE WARRANTY SHALL COMMENCE ON THE DATE OF ACCEPTANCE BY CITY OF IRVINE. 6. THE EDGE OF THE DETECTABLE WARNING SURFACE NEAREST THE STREET SHALL BE BETWEEN 6" AND 8" FROM THE GUTTER FLOWLINE. 7. THE CURB RAMP SHALL BE OUTLINED, AS SHOWN, WITH A V-0" WIDE BORDER WITH 1/4" GROOVES APPROXIMATELY 3/4" ON CENTERS. SEE GROOVE DETAIL. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP SHALL BE RELOCATED OR ADJUSTED TO GRADE PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER FACILITIES SHALL NOT BE LOCATED WITHIN THE ACCESS RAMP. 9. MAXIMUM SLOPES OF ADJOINING GUTTERS, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP OR ACCESSIBLE ROUTE SHALL NOT EXCEED 5 PERCENT GRADE WITHIN 4'4" OF THE TOP AND BOTTOM OF THE CURB RAMP. 10. THERE SHALL BE NO LIP FROM RAMP TO GUTTER OR STREET. REVISIONS CITY OF IRVINE H 61). "IP PUBLIC AND PRIVATE STREETS CURB & SIDEWALK RETURN DETAIL(I) {Dare• • IL \. Or•• •.0.1, {1315 Sheet 3 OI 3 0lr L[,er 9•1a Oi 19 loot CURB SCORE LINE � 2"TYP � I II/ #4 BARS 0 S" PLAN eevr- IN ACCORDANCE WITH z •. -lu1 11e 61'� a� .I• I\I• Sell - 0 H •IIS•N ,.•I S\••I • •• kr I -•u ekl :e f D'ID •NS n, t n, l a 3,' cD\ e e -#4 BARS @ 4"~ A I 4"RON OPENINGS 11•r -1e r A ••-S SUPPORT IN ACCORDANCE WITH STD. PIAN No. 302 OR 302A 3" 3/EE DIA. CAM S EEL RUNG STEP DETAIL ALTERNATE FLOOR REVISIONS CITY OF IRVINE oialluFIRU PLAN No. CATCH BASIN TYPE I 300 Approved Ey: Mark L. Correll R.C.E. 31515 Sheet l of 2 C;ty Engineer Date: 03_19-2009 NOTES: 1. CURB OPENING SHALL CONFORM TO ADJACENT CURB ALIGNMENT. 2. REINFORCING STEEL FOR WALLS AND FLOOR SHALL BE k4 BARS ® 18 INCHES O.C. BOTH WAYS. PLACED 1-1/2 INCHES CLEAR TO INSIDE OF CATCH BASIN. 3. STEPS: a. 'H' IS 3 FEET 6 INCHES OR LESS. NO STEPS REQUIRED b. 'H' IS GREATER THAN 3 FEET— 6 INCHES. INSTALL LOWEST STEP 24 INCHES ABOVE FLOOR AND OTHER STEP(S) AT 16 INCH INTERVALS TO WITHIN 18 INCHES OF THE TOP OF THE BOX. c. PLACE STEPS IN A WALL THAT DOES NOT CONTAIN THE PIPE PENETRATION. 4. PIPES MAY BE PLACED IN ANY WALL. 5. CATCH BASIN FLOORS SHALL BE SLOPED FROM ALL DIRECTIONS TOWARD OUTLET PIPE AND SHALL HAVE A WOOD TROWEL FINISH. 6. DIMENSIONS H = 4 FEET— 0 INCHES UNLESS OTHERWISE SHOWN. T 6 INCHES FOR H = 8 FEET— 0 INCHES OR LESS. T = 8 INCHES FOR H = 8 FEET— 1 INCH TO 20 FEET — 0 INCHES. 7. CURB FACE AT CATCH BASIN OPENING SHALL BE EQUAL TO EXISTING C.F. + DEPTH OF LOCAL DEPRESSION (A). SEE STD. PLAN No. 303. 8. CONCRETE: Cc = 3250 psi AT 28 DAYS. 9. TREMIES OR OTHER SUITABLE CONVEYANCE FOR CONCRETE SHALL BE REQUIRED WHEN CONCRETE FALLS MORE THAN 6—FEET. REVISIONS CITY OF IRVINE STANDARD PLAN No. NOTES FOR STANDARD PLAN 3001 300 Approved by: Mork L. Corroll R.C.E. 31515 1 Sheet 2 of 2 11 1 City Engineer Dale: 03-19-2009 '-I/2 nP. r t i - —I- ITIT KT T I-� —I T TTT A I �. 2" nP. SCORE LINE PLAN r=eur d, oovr� IN ACCORDANCE WITH 2 6, -\ell M. 611 6" nP. r R=4•' 0 #4 BARS T i0 #4 BAR n �O 2 OC _ �A c� n a T' (D 3 CURB Feer •1e F A o9'4 SUPPORT IN ACCORDANCE WITH STD. PLAN No. 302 OR 302A 3" 3/4" DIA. GALV. STEEL RUNG STEP DETAIL ALTERNATE FLOOR REVISIONS CITY OF IRVINE CATCH BASIN TYPE II Approved by: Doter 03-19-2009 PLAN No. 301 Sheet I of 2 A 1 2" / ;• rl ro 1;1 MIS . ,.I %ke•r a e■ \r r^ou eks :a I o -re OMZ d.} •e'1 :d l ad a T' (D 3 CURB Feer •1e F A o9'4 SUPPORT IN ACCORDANCE WITH STD. PLAN No. 302 OR 302A 3" 3/4" DIA. GALV. STEEL RUNG STEP DETAIL ALTERNATE FLOOR REVISIONS CITY OF IRVINE CATCH BASIN TYPE II Approved by: Doter 03-19-2009 PLAN No. 301 Sheet I of 2 NOTES: 1. CURB OPENING SHALL CONFORM TO ADJACENT CURB ALIGNMENT. 2. REINFORCING STEEL FOR WALLS AND FLOOR SHALL BE #4 BARS ® 18 INCHES O.C. BOTH WAYS, PLACED 1-1/2 INCHES CLEAR TO INSIDE OF CATCH BASIN. 3. STEPS: a. 'H' IS 3 FEET— 6 INCHES OR LESS. NO STEPS REQUIRED b. 'H' IS GREATER THAN 3 FEET— 6 INCHES. INSTALL LOWEST STEP 24 INCHES ABOVE FLOOR AND OTHER STEP(S) AT 16 INCH INTERVALS TO WITHIN 18 INCHES OF THE TOP OF THE BOX. c. PLACE STEPS IN A WALL THAT DOES NOT CONTAIN THE PIPE PENETRATION. 4. PIPES. MAY BE PLACED IN ANY WALL. 5. CATCH BASIN FLOORS SHALL BE SLOPED FROM ALL DIRECTIONS TOWARD OUTLET PIPE AND SHALL HAVE A WOOD TROWEL FINISH. 6. DIMENSIONS H. = 4 FEET— 0 INCHES UNLESS OTHERWISE SHOWN. T = 6 INCHES FOR H = 8 FEET— 0 INCHES OR LESS. T = B INCHES FOR H = 8 FEET— 1 INCH TO 20 FEET — 0 INCHES. 7. CURB FACE AT CATCH BASIN OPENING SHALL BE EQUAL TO EXISTING C.F. + DEPTH OF LOCAL DEPRESSION (A), SEE STD. PLAN No. 303. 8. CONCRETE: Cc = 3250 psi AT 28 DAYS. 9. TREMIES OR OTHER SUITABLE CONVEYANCE FOR CONCRETE SHALL BE REQUIRED WHEN CONCRETE FALLS MORE THAN 6—FEET. REVISIONS CITY OF IRVINE PLAN No. NOTES FOR STANDARD PLAN 3011 301 Approved by: Dole: 03-19-2009 sheet 2 of 2 ANGLE TO 1 2' DA IABr 'IA r MATCH CURB FACE ANCHORS. AT 3'-6" O.C. O ' I 3-1/2" X 3-1/2" X 5/16" GALV. ANGLE FACE PLATE 1" DIA. GALV. SUPPORT BOLT PROTECTION BAR 1/2" GALV. STIRRUP CENTERED IN OPENING ... .�'.a 5" MIN. e' .a FACE PLATE ANCHORAGE AND CURB SUPPORT DETAIL SUPPORT BOLTS AS NEEDED 3/4" DIA. PROTECTION BAR OF CURB LINE LENGTH OF CURB OPENING # OF ANCHORS 3'-6" 2 7'-0" 3 10'-0" 4 14'-0" 5 21'-0" 7 GALV. FACE PLATE COUPLING (TYP.) / li P I� 1" CLEAR SEE NOTE 2 PROTECTION BAR DETAIL REVISIONS CITY OF IRVINE STANDARD PLAN No. CATCH BASIN DETAILS FOR STREETS WITH TYPE "A-2" CURB & GUTTER 302 Approved by: Mork L. Carrell R.C.E. 31515 Sheet t of 2 City Engineer Ootc 03_19_2009 REVISIONS NOTES: i. ONE SUPPORT BOLT SHALL BE PLACED 12 INCHES FROM EACH END OF FACE PLATE. 2. SUPPORT BOLTS SHALL BE SYMMETRICALLY SPACED IN THE CURB OPENING SO THAT THE UNSUPPORTED SPAN IS NOT MORE THAN 4 FEET. 3. ONE COUPLING SHALL BE PLACED 6 INCHES TO THE RIGHT OR LEFT OF EACH SUPPORT BOLT WITH THE EXCEPTION OF THE LAST BOLT. COUPLINGS SHALL BE THREADED TO FACILITATE REMOVAL OF PROTECTION BAR. 4. SUPPORT BOLTS. SHALL BE INSTALLED IN ALL CATCH BASINS AND SPACED AS SHOWN IN THE PROTECTION BAR DETAIL. 5. FACE PLATE ANCHORS SHALL BE UNIFORMLY SPACED NOT TO EXCEED 4 FEET— 0 INCHES AND SHALL BE PLACED 4 1/2 INCHES FROM EACH END OF THE FACE PLATE. 6. A COUPLING MAY BE OMITTED PROVIDED THE PROTECTION BAR IS REMOVABLE AFTER INSTALLATION. 7. ALL METAL SHALL BE GALVANIZED AFTER FABRICATION. 8. SUPPORT BOLTS AND ANCHORS MAY BE ATTACHED BY A FULL PENETRATION BUTT WELD AS AN ALTERNATE SOLUTION. 9. PLACE 3/4 INCH DIAMETER PROTECTION BAR (ALHAMBRA FOUNDARY A-1564 OR EQUAL) HORIZONTALLY ACROSS THE ENTIRE LENGTH OF THE CURB OPENING. ONE PROTECTION BAR REQUIRED FOR 9 INCHES OR LESS OPENING AND TWO BARS FOR OPENINGS IN EXCESS OF 9 INCHES. 10. HEIGHT OF CURB OPENING WILL VARY AS SHOWN ON STD. PLAN No. 303. 11. THE WORDS "NO DUMPING, DRAINS TO OCEAN" SHALL BE STENCILED ON TOP OF THE CATCH BASIN INLET WITH 2 INCH LETTERS USING BLACK EPDXY PAINT. ANY VARIATIONS MUST BE APPROVED BY THE CITY ENGINEER. CITY OF IRVINE STANDARD PLAN No. NOTES FOR STANDARD PLAN 3021 302 [:::�-I ApproveG by: Mork L Correll R.C.E. 31515 Sheet 2 of 2 II City Engineer Dote: 03-19-2009 6'W INLET 6' rr12' 72" T.C. SEE I I I I EXIST. T.C. NOTE 2 — _ I A CURB FACE — — - I \ I I — CURB FACE / \ l SEE NOTE 7 wlw A I SEE NOTE 1 w WARPED SURFACE WARPED SURFACE N 0 N PLAN EX.C.F. REVISIONS INLET ELEVATION AT CURB FACE FACE PLATE IN ACCORDANCE WITH STD. PLN. 302 & 302A G - C.F.-+ A� 1 SECTION A -A 3/8" LIP EX.C.F. STREET FINISHED SURFACE NOTE: 1. WHERE NO CURB EXISTS. CURB SHALL BE CONSTRUCTED BETWEEN ENDS OF LOCAL DEPRESSION. 2. G = WIDTH OF EXISTING GUTTER. 3. A = 1 INCH FOR G = i FOOT AND 2 INCHES FOR G GREATER THAN 1 FOOT. 4. CONCRETE SHALL HAVE COMPRESSIVE STRENGTH OF 3250 P.S.I. AT 28 DAYS. 5. DEPRESSION SHALL BE MONOLITHIC PLACEMENT. CITY OF IRVINE LOCAL DEPRESSION STANDARDI PLAN No. 303 II I Approved by: City Eng nee�oll R.C.E. 31515 Dote: 03-191 I by. City R.C.E. 31515 Dote: 03-19-2009—Sheet l of 1�1 of 1/2 INCH 0 STEEL BARS, WELD TO PROTECTION BAR AT 6 INCHES O.C. AND TO BAND AT 120°(3 LOCATIONS). BEND STEEL PLATE AND WELD. 1/4 INCH x 3 INCH STEEL BAND, BEND 1 I 2 INCH FLANGE AT ENDS. 1/4 INCH x 6 INCH DIA. STEEL PLATE --\ I a V 0 b O O 0 0 O O 4 INCH P.C.C. SLAB SLOPE TO DRAIN _ D2 1/2 INCH 0 STEEL PROTECTION BAR D2 RISER DIAMETER C.S.P. GUAGE 18"-27" 16 30"-39" 14 42"-48" 12 51"-66" l0 5/8 INCH rd x 6 INCH GALVANIZED MACHINE BOLT PROTECTION BAR SEE NOTE 6 STANDARD C.S.P. TEE" SECTION C.S.P. 0 INVERT ELEV. A CONNECT TO R.C.P. WITH P.C.C. COLLAR, IN ACCORDANCE WITH DETAIL AT RIGHT WRAP WITH ONE THICKNESS OF 15 POUND FELT PAPER, SHAPE OPENING FOR SMOOTH JOINT R.C.P. NOTES: 1. V, D1, D2 AND ELEVATION A SHALL BE SHOWN ON THE CONSTRUCTION PLANS. 2. GRATE ASSEMBLY SHALL BE FABRICATED TO FIT C.S.P. OF SIZE D2. 3. GRATE ASSEMBLY SHALL BE GALVANIZED AFTER FABRICATION. 4. R.C.P. SHALL BE SIZED TO FIT FUTURE CATCH BASIN DESIGN. 5. GRATE ASSEMBLY SHALL BE FABRICATED TO FIT THE OUTSIDE DIAMETER OF STANDARD JUNCTION STRUCTURE SHAFT IF INDICATED ON CONSTRUCTION PLANS. 6, 1/2 INCH WIDE SLOTS OR 1/2 INCH TO 1 INCH 0 HOLES. 7. D1 GAUGE SHALL BE SAME AS D2. REVISIONS CITY OF IRVINE STANDARD PLAN No. C.S.P. DROP INLET 1 304 I I Approved by: Mork L. Carroll R.C.E. 31515 Sheet 1 of 1 City Engineer Date: 03-19-2009 / A �] 0'0•I' 1 L/V I I UNDERGROUND NDERGS I CONTROL JOINT I I s j 00'4 tr C■ I' SECTION A -A i CONTROL JOINT T . ' ��:• moi. �. �`I SECTION B -B S Prnu r.4. III III= I=1 nen s� 0'A 11 ^'1 20 . AB 144 0' '10 u N. 5' WIRE MESH 4\AII r 6 X 6 — W1:4 X W1.4 WWF NOTE: 1. 3 INCH 0 MAXIMUM SIZE DRAIN PIPE FOR 6 INCH CURB FACE, AND 4 INCH 0 MAXIMUM SIZE FOR 8 INCH CURB FACE. REVISIONS I CITY OF IRVINE UNDER SIDEWALK DRAIN - NEW CONST. Approved by: Dale: 03-19-2009 STANDARD PLAN No. 305 Sheet 1 of 1 D 4 BARS 12 INCHES O.C. 18" 24" SEE NOTE 5) 36" 42" L 54" 60" NEW L/2 C EXISTING PIPE Typ, � 7 INCk TyPICAC ~�'� 'y•' • NEW OR EXISTING PIPE ti T 4" I 6" 7" 9o0 I Z a / 9" 10" I w / J 11" 11" 00 .08 .067 .052 .042 .036 .040 .036 .032 .028 .026 G1 L F r 4 BARS 12 INCHES O.C. (SEE NOTE 5) 3-1/4 CIRCULAR TIE BARS (SEE NOTE 5) G = SLOPE OF PIPE L 1.0' 1.0' 1.0' 1.25' 1,5' 7.5' 1.5' 1.75' 1.75' 1.75' FT./FT. NOTES: 1. A CONCRETE COLLAR IS REQUIRED WHERE G2- G1> A 2. WHERE PIPES OF DIFFERENT DIAMETERS ARE JOINED WITH A CONCRETE COLLAR, L AND T SHALL BE THOSE OF THE LARGER PIPE D = D1 OR D2 , WHICHEVER IS GREATER. 3. FOR PIPE LARGER THAN 66 INCHES A SPECIAL COLLAR DETAIL IS REQUIRED. 4. FOR PIPE SIZE NOT LISTED USE NEXT SIZE LARGER. 5. OMIT REINFORCING ON PIPES 24 INCHES AND LESS IN DIAMETER AND ON ALL PIPES WHERE G - G <3 x A. 6. WHERE REINFORCING IS REQUIRED THE DIAMETER OF THE CIRCULAR TIES SHALL BE D+(2 x WALL THICKNESS)+T. 7. WHEN D21S EQUAL TO OR LESS THAN O1, JOIN INVERTS AND WHEN D21S GREATER THAN D1, JOIN SOFFITS. 8. BEVELED PIPE MAY BE USED IN LIEU OF CONCRETE COLLAR. 9. THIS CONCRETE COLLAR DETAIL SHALL NOT BE USED WHEN G2- G1>10%. REVISIONS CITY OF IRVINE STANDARD PLAN No. CONCRETE COLLAR 310 F-7.City Approved by: Mork L. Carroll R.C.E. 31515 Sheet 1 of t Engineer Data: 03-19-2009 D 72" 18" 24" 30" 36" 42" 48" 54" 60" 66" T 4" 5" 6" 7" 8" 9" 10" 10" 11" 11" A .08 .067 .052 .042 .036 .040 .036 .032 .028 .026 I11 S I! 0'9/I40 a^ FINISHED SURFeev /Q �1 COMPACTED EARTH SELECT COVER 1 •• .. MATERIAL 1 4" MIN. III II I—III CONCRETE BACKFILL —III WHEN SPECIFIED .III -11I =IIIIIIIII O.D. PIPE 1=III 1IMlII .. I=III', I� 0.5 x O.D. BEDDING a . 2- 0 UA . NOTES I. ALL MATERIAL MUST MEET THE APPROVAL OF THE FIELD INSPECTOR. 2. SELECT COVER MATERIAL SHALL BE SAND OR OTHER GRANULAR MATERIAL WITH A MIN. SAND EQUIVALENT OF 25. 3. BEDDING SHALL CONSIST OF SAND OR OTHER GRANULAR MATERIAL WITH A MIN. SAND EQUIVALENT OF 25 UNLESS GROUND WATER IS PRESENT, IN WHICH CASE BEDDING MATERIAL OF #3 ROCK IS REQUIRED. 4. BEDDING AND BACKFILL SHALL BE COMPACTED TO A RELATIVE COMPACTION OF NOT LESS THAN 90%, EXCEPT FINAL 2 FEET WHICH WILL BE NOT LESS THAN 95%. REVISIONS CITY OF IRVINE STANDARD PLAN No. STORM DRAIN BEDDING DETAIL 318 Approved by: Mork L. Correll F.C.E. 31515 Sheel 1 of I City Engineer Dole: 03-19-2009 NOTES, 1. SERVICE CONNECTION SHALL N07 BE MADE WITHIN 19' OF VALVE. COUPLING. JOINT OR FITTING. 2. INSTALL CORPORATION STOP WYTH KEY SIDEWAYS IN OPEN POSITION. 3. SET TOP OF METER BOX FLUSH IWTH SIDEWALK OR CURB AS SHOWN. 4. THE WATER SERVICE SHALL EXTEND PERPENDICULAR TO THE CENTERLINE OF THE STREET FROM THE WATER MAIN TO THE METER STOP. 5. METER BOX SHALL BE SET BEHIND SIDEWALK WHERE SIDEWALK IS ADJACENT TO .CURB, OR IN PARKWAY BETWEEN CURB AND SIDEWALK. 6. ANODE LEAD WIRE SHALL BE CLAMPED TO COPPER TUBING. CLAMP SHALL BE DIRECT BURIAL TYPE OF RED BRASS WITH BRASS SCREWS AND $HALL BE TESTED PER IRVO STD. SPEC. SECTION 16640-6. (SEE TABLE FOR DNC ANODE SIZES HEREON). OR LANDSCAPE LOCATE LATERAL WITH Y MCH 'K FOR OR POTABLE WATER OR 'RW* FOR RECLAIMED WATER ON FACE OF CURB WHERE THE LATERAL .CROSSES UNDER THE CURB. USE WHEEL GRINDER. 1/4' DEEP GROOVE. 4k k ZINC ANODE SIZES FOR 2 -INCH COPPER SERVICES AND INSULATING :USTOMER SIDE OF )MER SERVICE VALVE ROM THE DISTRICT, COPPER ZINC ANODE ZINC ANODE PIPE LENGTH SIZE WEIGHT (FEET) (INCHES) (LOS) 0 to 22 1!x1.4.30 15 22 to 45 ' 2.Ox2.Ox30 30 45 to 70 2.0.2.0x48 40 70 to 90 2.(x2.0.60 60 ITEM MATERIALS O- 2' SERVICE SADDLE PER IRWD STD. DWG. W-3, 2 2' BRONZE BALL CORPORATION STOP PER IRWD STD. DWG. W-3. O— 2' X 3/4' BRONZE ANGLE METER STOP W/LOCKING WHO AND F.I.P.T. INLET CONNECTION. O— 2' BRONZE CUSTOMER SERVICE VALVE METER NUT X F.I.P.T. WIN INSULATING FLANGE. O— 2' COPPER SERVICE PIPE TYPE 'K" SOFT (COILED COPPER FOR 2 - NOT ALLOWED) O6 METER BOX W/READING LID. COMPOSITE POLYMER CONCRETE BOXES AND LIDS PER IRM STD. SPEC. 03462. O7 — 6" THICK BASE OF 3/4" CRUSHED ROCK. O— WIRE CLAMP (SEE NOTE 8). 9 — ANODE LEAD YORE: LEAVE 12" OF COILED WIRE IN METER BOX. 8— ZINC ANODE (FOR SIZE OF ANODE SEE TABLE HEREON) AND LEAD 1MRE. ANODE TO BE PLACED VERTICALLY OR HORIZONTALLY AT A MINIMUM SEPARATION OF 24 INCHES FROM THE COPPER SERVICE. G— 2' MOT COPPER 90' BEND. SWEAT x SWEAT. 12 — WARNING TAPE PER IRWD $TD. SPEC. SECTION 15151. 0— MOT COPPER ADAPTER. SWEAT X F.I.P.T. E03■Ilice SEE NOTE 6. PLAN IRWD MAINTAINED CUSTOMER SPECIFIED AND 1 MAINTAINED PIPING FIED AND NPING ITEM MATERIALS 10- D.I. 90' BEND G.E.. P.O. 2 D.I. 90' BEND F.E.. F.E. Jo- D.I. SPOOL F.E. a F.E. LENGTH AS REQUIRED. O— TRANSITION COUPLING. (BY OTHERS. FOR ON-SITE CONNECTION WHEN ON-SITE PIPING EXISTS.) OS – APPROVED DOUBLE CHECK VALVE BACKPLOW PREVENTION ASSEMBLY WITH RISING STEM RESILIENT WEDGE CATE VALVES, VALVES SHALL BE PROVIDED AS AN INTEGRAL PART OF BACKFLOW ASSEMBLY. 6' THICK P.C.C. SLAB. REINFORCE WITH W.W.F. 1.6 % 1.6 OJ – F.E. % M.J. ADAPTER N1TH RETAINER GLAND. a— FACTORY INSTALLED BY-PASS METER ASSEMBLY CONSISTING OF APPROVED POSITIVE DISPLACEMENT METER, DOUBLE CHECK VALVE AND ASSOCIATED PIPING. METER TO BE USED FOR FIRE SYSTEMS ONLY. METER READS IN CUBIC FEET. 9o-- THRUST BLOCK PER IRWD STD. DWG. W-16. 10 ADJUSTABLE PIPE SUPPORT FOR ASSEMBLIES 8' DIAMETER AND LARGER PER IRWD STD. DWG. W-24. 11 C-900 P.V.C. PIPE SECTION. CL. 200. 24' LONG. 12 END CAP. M.J. WITH RETAINER GLAND. U D.I. 90' BEND F.E. x P.E. (FOR 3' DOUBLE CHECK BACKFLOW ASSEMBLY USE a•.3. O.I. 90' REDUCING BEND F.E.. P.E.) NOTES: I. NOTIFY IRWO PRIOR TO INSTALLATION OF BACKFLOW DEVICE. 2. FIRE DEPARTMENT CONNECTION AND POST -INDICATOR VALVES SHALL NOT BE PART OF THE BACKFLOW ASSEMBLY AND MUST BE INSTALLED ON THE CUSTOMER SPECIFIED PIPING SIDE. 3. BACKFLOW ASSEMBLY SHALL BE A MINIMUM OF 36• FROM ANY STRUCTURE. CURB OR SIDE WALK. 4. BACKFLOW ASSEMBLY AND IR%0 PIPING SHALL BE W1THIN A DEDICATED IRWD EASEMENT OR PUBLIC RICHT-OF-WAY. S. PLACE BRASS PLUGS IN ALL TEST VALVC OUTLCTS 6. BY-PASS METER TO BE USED FOR FIRE SYSTEMS ONLY. DO NOT INSTALL BY-PASS METERS WHERE SUPPLY TO DEVICE IS ALREADY METERED. FLOW PLAN SEE NOTE 6. IRWO ^x SPECIFIEDAND COS MAINTAINZI T • gw®rp,zm_lillp. �,?e J - — - — - — - — - — - —A�.tl FLOW FI EVATION CUSTOMER SPECIFIED AND MAINTAINED PIPING CUSTOMER SPECIFIED AND MAINTAINED PIPING ITEM MATERIALS 0__ D.I. 90' BEND F.E.. P.O. O— D.I. 90' SENO P.E. x F.E. ]a— D.I. SPOOL F.E. x F.E. LENGTH AS REQUIRED. O4 — TRANSITION COUPLING. (BY OTHERS. FOR ON—SITE CONNECTION MEN ON—SITE ^ PIPING EXISTS.) V APPROVED N -PATTERN DOUBLE CHECK VALVE BACKFLOW PREVENTION ASSEMBLY WITH RISING STEM RESILIENT WEDGE GATE VALVES. VALVES SHALL BE PROVIDED AS AN INTEGRAL PART OF BACKROW ASSEMBLY. 6' THICK P.C.C. SLAB. REINFORCE WITH W.W.F. 1.6 % 1.6 D-- F.E. % M.J. ADAPTER WITH RETAINER GLAND. O— FACTORY INSTALLED BY—PASS METER ASSEMBLY CONSISTING OF APPROVED POSITIVE DISPLACEMENT METER, DOUBLE CHECK VALVE AND ASSOCIATED PIPING. METER TO BE USED FOR FIRE SYSTEMS ONLY METER READS IN CUBIC FEET. o- THRUST BLOCK PER IRWD STD. DWG. W-16. 10 C-900 P.V.C. PIPE SECTION. CL. 200. 24' LONG. II END CAP.. M.J. WITH RETAINER GLAND. T2 4' D.I. SPOOL F.E. % F.E. OR 4".3" D.I. REDUCER. F.E. x F.E. FOR 3- DOUBLE CHECK BACKFLOW ASSEMBLY. ONOTES- 1. TES - 1. NOTIFY IRWD PRIOR TO INSTALLATION OF BACKFLOW DEVICE. 2. FIRE DEPARTMENT CONNECTION AND POST—INDICATOR VALVES SHALL NOT BE PART OF THE BACKFLOW ASSEMBLY AND MUST BE INSTALLED ON THE CUSTOMER SPECIFIED PIPING SDE. 3. BACKFLOW ASSEMBLY SHALL BE A MINIMUM OF 36" FROM ANY STRUCTURE. CURB OR SIDE WALK. 4. BACKFLOW ASSEMBLY AND IRWD PIPING SHALL BE WITHIN A DEDICATED IRWD EASEMENT OR PUBLIC RIGHT—OF—WAY. 5. PLACE BRASS PLUGS IN ALL TEST VALVE OUTLETS 6. BY—PASS METER TO BE USED FOR FIRE SYSTEMS ONLY. 00 NOT INSTALL BY—PASS METERS WHERE SUPPLY TO DEVICE IS ALREADY METERED. ` COAT REBAR x411 80 MILS OF / COLD—APPLIED BITOMASTIC WATER—PROOrINC COMPOUND. l r H \PLAN v (2) — d9 BARS FOR PIPE �%� - e N SIZES UP TO I2" /Sy .�".< (2) — #5 BARS FOR PIPF. - ,�Y SIZE 16" Y �3 8' MIN. (2) — #6 BARS FOR PIPE C - �Cy SIZE 18".%�nl. t�,..fiXSr...\ _ l SECTION O n v ; H VERTICAL BEND ANCHOR SECTION HORIZONTAL BEND NOTE: SEE SHEET 3 OF 3 FOR NOTES L THRUST BLOCK "`fit � P[xAW SInxD/AO SP[PMCwIICxS CONUIHCC NO. Dart uwD.xD Dort M. Cortez 10/09 IRWD Y STD.DWG. /l�j"/�.t'J(<'.i'rl�tl"!L/.'/.+,~L/T [NdNCLPINC 0[PMIYCNI 416L11 END OF LINE K. Burton 70/09 mL�WP W-16 DIRECTOR 6 LNd UALNC Dort 9�EEL ' Of J PIPE 11 Y.' BEND 22 1/2' BEND 45' BEND 90' BEND ENO OF LINE 512E L H AREA THRUST L H AREA THRUST L H AREA THRUST L N AREA THRUST L H AREA THRUST (IN) (IN) (IN') (LDS) (IN) (IN) (INS) (LBS) (IN) (IN) (IN') (LDS) (IN) (IN) (IN') (LBS) (IN) (IN) (IN') (LOST 4" 12 6 7Z 554 16 8 128 1104 23 t2 276 2165 31 16 496 4000 16 13 378 2828 fi" IJ 9 15J 1248 24 12 288 2483 Sa 17 98 4871 46 .23 1058 9000 39 20 700 6369 8" 23 12 D6 2218 32 16 512 4914 45 23 1035 8659 fit 31 1891 15999 52 26 IJ52 11 ]13 10" 29 IS 4]5 3465 40 20 800 6897 56 28 1568 13529 76 38 2888 24990 64 32 2048 17677 12' 34 t7 5]B 4990 9B 24 u52 99]2 67 Ja 2P0 19482 92 46 4232 35999 77 J9 ]00] 25455 16' a6 Z3 1058 BBT 64 32 20x8 1)65] 9D a5 4050 }a635 122 61 7492 63998 103 9 5356 95253 18" 51 2fi 1]26 ❑228 J2 3fi 2592 223x7 101 St 51ST a3B35 i]] 69 9453 80997 VERTICAL BEND ANCHOR PIPE SIZE 22 I/2' BEND L,H. AND W(IN) THRUST VOLUME (YO') (LBS) 45' BEND L.H. AND W(IN) VOLUME (YD') THRUST (LOS) a" Z6 0.9 IIOa ]2 07 2165 6" 34 0.8 248] 42 1.6 a8T 8' al 1,5 an14 51 2.0 6659 10' a] 22 G89J 59 a.4 13529 12' S3 3.2 99]2 6J 6.4 19482 16" 64 5.6 1]69 BI 11.9 3afi]5 IB' JO J.4 2234) 8] 1aJ 43835 IIS SB fi6]0 5]2]4 2—HORIZONTAL /4 REBARS ® B' O.C. LI --I' �--e" MIN. WENCH Dl� D2 L WIDTH ',•�j"�� l j\ LI 2 -VERTICAL N4 REBARSO.C. PLAN GROUND SURFACE 24" MIN. 6"M�IN.. PLAN 01� D2 6 MIN, H TRENCH \ — Borroin LI _ —.� W k a :� 6" MIN. SECTION T:%' <:L' .i>, ::✓ �/`A./„'i �✓' TRENCH REDUCER BOTTOM SFCTION TEE NOTE: SEE SHEET 3 OF 3 is FOR NOTES THRUST BLOCK R[r5'M SIAxDARO L'[CIOCAT(HS CWUINCC xa Dnrt lsvrtoxcD Dnrt M. Cortez 10/09 IRWD OINK Dnrz o M.DWG. Cx GNC WING DCRAR1xCM1 4m[t13 W-16 16 IF A DIFFERENT TRENCH WOW I$ USED. THE THRUST BLOCK SHALL MAINTAIN THE MINIMUM BEARING AREA SHOWN. K. Burton 1D/09 ip pm DR V •• BEARING AREA REWIRED ON UNDISTURBED SOL OUTSIDE OF TRENCH. OIRCCIOR Ci CNGINCCRWL Dn IC SNEV 2 Ci 3 REDUCER WENCH TOTPI AREA Dl.D2 WIDTH• L H HI ll W INRO. TRENCH MIN. BEARING THRUST (IN} (IN) (IN� (IN) (IN) (IN) (IN (IN') AREA" DN') (LBS) 18%i6 36 64 42 10 14 16 2688 1999 12020 IB%12 ]6 86 $] 26 2$ � 4902 3]50 71819 18X10 J6 9a 62 JO 29 5828 4fi 14 ]959) 18%e 36 100 66 34 32 la 6600 8]82 45960 Ifi%li 36 ]2 48 tB 18 in ]456 23)6 19]98 16x10 3fi 82 54 24 2] t9 4428 3294 2)5)6 16X8 36 88 58 2B 26 12 SI On ]966 3]940 12X10 ]0 52 ]4 8 tt 12 1]68 98+ ]])e i2%B ]0 6i 91 i8 i6 12 2542 1)62 1ata2 12%6 JO fi0 +$ 19 t9 12 ]080 2280 19091 taxa ]0 )2 48 22 21 10 3456 26]6 2261] 10%B ]0 48 72 8 9 10 1536 816 6364 10X6 ]0 56 3) 13 13 10 20]2 1752 11313 t0%a 30 62 of I) 16 t0 2592 1822 14849 B%6 2a a2 28 6 9 10 lA6 64d x950 8x4 2a 48 32 10 12 a 1576 IOOB 8985 6%9 24 38 Z$ 5 ) B 950 n]0 3535 TEE PIPE L H AREA THRUST 92E (IN� (IN� (INS) (LBS) 4" 26 U 338 2828 6" 39 ZO )80 6]64 8' S2 26 1352 1131] 10" 6a J2 2048 1]6)2 12" )) 39 700] 25x55 I6" IOJ 52 5]56 4525] 18" n6 58 66]0 5)2]4 REBARS TRENCH OTTOM l ELEVATION 12' MIN. -►I I�- fl HN BUTTERFLY VALVES N4 MY TRENCH BOIIOM ELEVATION 12 MIN. IS �I Y 12' Mlt -�-rS SE TION ( A4 REBARS O MIN. 1 1 ' PLAN GATE VALVES 12' MIN. yy� - NOTES J- I. THRUST BLOCK BEARING AREA BASED ON ALLOWABLE SOIL BEARING VALUE OF 1500 PSF PRESSURE. 225 PSI LINE PRESSURE KITH 3'-0' COVER MINIMUM. AND A MINIMUM SAFETY FACTOR OF 1.2. FOR SEARING - 1000 PSF, 1.5 X AREA SHOWN FOR BEARING = 500 PSF. 3.0 X AREA SHOWN 2. ALL THRUST BLOCKS SHALL BE PORTLAND CEMENT CONCRETE MIX 560-C-3250 AND PLACED AGAINST UNDISTURBED SOIL. 3. THRUST BLOCKS ON REDUCERS SHALL BE KEYED INTO THE TRENCH BOTTOM AS SHOWN. 4. CONCRETE SHALL NOT EXTEND ONTO FLANGE OR ADJOINING PIPE. 5. DO NOT COVER FITTING OCLIS WITH CONCRETE, 6. WHEN VALVES ARE FLANGED TO FITTINGS AVOID PLACING CONCRETE ON ANY PART OF THE VALVE BONNET OR VALVE OPERATOR, J. COAT REBAR WITH SO MILS OF COLD -APPLIED BITUMASTIC WATER -PROOFING COMPOUND. WRAP EXTERIOR OF VALVE, ACIUATOR AND REBAR WITH B MIL POLYETHYLENE SHEETING AND TAPE PER IRWD SPECIFICATION. B. MINIMUM CONCRETE COVER OVER REBAR SHALL BE 3. 9. NO CONCRETE SHALL BE POURED ON VALVE OR PIPE JOINT. 10. YIELD STRENGTH OF STEEL BARS IS ASSUMED TO BE 36 K9. PAVED CONDITION I UNPAVED CONDITION AC OR PCC PAVEMENT PAVEMENT '.. _ .. _. ..\.\y ZONE ^o��°° °Ow".00'° °a oo°.p opo°" °'ciego \.n\: \ AGGREGATE BASE IF -4, REQUIRED BY i TRENCH GOVERNING AGENCY T ZONE PIPE LOCATOR FOR NON-METALIC PIPE INSTALLATIONS. WARNING TAPE PER IRWD STD. SPEC. PIPE WARNING TAPE SECTION 15151. REQUIRED FOR ALL PIPE INSTALLATIONS 6" MIN. 8" MAX. 12"� MIN., ,� (ON EACH SIDE 1 'Ci�., OF PIPE BELL) PIPE BEDDING PIPE ZONE ZONE 6" MIN SAND PIPE BASE �`•�°'..';: °::<-_�'�;:;:``.:'. BEDDING FOR UNSTABLESOIL �_ FOUNDATION CONDITION SEE NOTE 4 Y/'\\ Y7i,\\ RE -FILL MATERIAL NOTES: 1. ALL WORK SHALL BE PER IRWD STD. SPEC. SECTION 02223. 2. PIPE BASE SHALL BE A MINIMUM OF 6 -INCHES IN DEPTH. PIPE BEDDING MATERIAL SHALL BE PER IRWD STD. SPEC. SECTION 02223-2 AND SHALL INCLUDE BOTH PIPE BASE AND PIPE ZONE. 3. CONTRACTOR SHALL PROVIDE HAND EXCAVATED "BELL HOLE" FOR EACH PIPE JOINT SO THAT THE WEIGHT OF PIPE DOES NOT BEAR ON THE BELL. CONTRACTOR SHALL RE -FILL AND HAND -TAMP EACH "BELL HOLE" PRIOR TO COMPLETING THE PLACEMENT OF PIPE BEDDING. 4. IF UNSTABLE SOIL IS ENCOUNTERED, THE DISTRICT REPRESENTATIVE SHALL DETERMINE OVEREXCAVATION DEPTH AND FOUNDATION RE -FILL MATERIAL PER IRWD STD SPEC. SECTION 02223. 5. WHERE CONTRACTOR FAILS TO MAINTAIN PROPER TRENCH WIDTH LIMITS, SPECIAL BACKFILL SUCH AS ONE -SACK SLURRY AND BEDDING SHALL BE DETERMINED IN THE FIELD BY THE DISTRICT REPRESENTATIVE. WATER TRENCH REVISION STANDARD SPECIFICATIONS COMMITTEE NO. DATE APPROVED DATE M. Cortez 10/09 Mn IRWD CHAIR DATELWlI 00 STD.DWG. ENGINEERING DEPARTMENT 4ILii%J W-17 K. Burton 10/09 AT¢NRg�S PST DIRECTOR OF ENGINEERING DATE SHEET 1 OF I BA51C SEPARATION STANDARDS 1. PARALLEL CONSTRUCTION: THE HORIZONTAL DISTANCE BETWEEN DOMESTIC WATER AND RECLAIMED WATER LINES AND SEWER LINES SHALL BE AT LEAST 10 FEET, OUTSIDE OF PIPE TO OUTSIDE OF PIPE. 2. PERPENDICULAR CONSTRUCTION (CROSSING): WATER LINES SHALL BE AT LEAST ONE FOOT ABOVE SEWER AND RECLAIMED WATER LINES WHERE THESE LINES MUST CROSS. 3. SPECIAL PROVISIONS: WHERE THE BASIC SEPARATION STANDARDS CANNOT BE. ATTAINED ALTERNATIVE CONSTRUCTION CRITERIA ARE SHOWN BELOW. SITUATION: LOCATION OF NEW SEWER & RECLAIMED WATER LINES TO EXISBNC DOMESTIC WATER LINE. IF ANY SEWER OR RECLAIMED WATER PIPELINES ARE TO BE CONSTRUCTED WITHIN ANY OF THE ABOVE INDICATED ZONES. SPECIAL CONSTRUCTION SHALL BE REQUIRED AS DESCRIBED BELOW. ZONE SFWER RFCLAIMED WATER A. DO NOT LOCATE ANY PARALLEL SEWER OR RECLAIMED WATER LINES IN THIS AREA WITHOUT A STATE AND LOCAL HEALTH DEPARTMENT APPROVAL. B. USE V.C.P., CLASS 200 PVC OR O.I.P. WITH 1 ZONE CLASS 200 P.V.C. - AWWA C900 C. USE D.I.P. WITH MECHANICAL JOINTS USE D.LP., WELDED CML & C STEEL OR \�/ 2 A CLASS 200 P.V.C. - AWWA 0900 I USE D.I.P. OR CLASS 200 P.V.C. - USE D.I.P., WELDED CML & C STEEL OR AWWA CSOO WATER ZONE / B i o \ \ / O a PARALLEL CONSTRUCTION IF ANY SEWER OR RECLAIMED WATER PIPELINES ARE TO BE CONSTRUCTED WITHIN ANY OF THE ABOVE INDICATED ZONES. SPECIAL CONSTRUCTION SHALL BE REQUIRED AS DESCRIBED BELOW. ZONE SFWER RFCLAIMED WATER A. DO NOT LOCATE ANY PARALLEL SEWER OR RECLAIMED WATER LINES IN THIS AREA WITHOUT A STATE AND LOCAL HEALTH DEPARTMENT APPROVAL. B. USE V.C.P., CLASS 200 PVC OR O.I.P. WITH USE O.I.P., WELDED CML & C STEEL OR COMPRESSION JOINTS. CLASS 200 P.V.C. - AWWA C900 C. USE D.I.P. WITH MECHANICAL JOINTS USE D.LP., WELDED CML & C STEEL OR OR CLASS 200 P.V.C. - AWWA 0900 CLASS 200 P.V.C. - AWWA 0900 D: USE D.I.P. OR CLASS 200 P.V.C. - USE D.I.P., WELDED CML & C STEEL OR AWWA CSOO CLASS 200 P.V.C. - AWWA C900 GENERAL NOTES: 1. NO PIPE JOINTS SHALL BE PERMITTED WITHIN ZONE 0. IT IS THE INTENT OF THESE REQUIREMENTS NO JOINTS SHALL OCNR WITHIN ZONE C. IF THAT CANNOT BE ACCOMPLISHED, THE NEW LINE SHALL BE ENCASED FOR THE FULL LENGTH OF ZONE C. 2. SEWER FORCE MAINS SHALL NOT BE PERMITTED IN ZONES A THROUGH D. 3. THE MATERIALS OF NEW LINE'S AT CROSSINGS SHALL BE CONSISTENT WITH OTHER NEW MATERIALS I.E. STEEL ON A STEEL LINE. 4. THESE CONSTRUCTION CRITERIA APPLY TO HOUSE SEWER LATERALS THAT CROSS ABOVE A WATER MAIN, BUT NOT TO THOSE THAT CROSS BELOW A WATER LINE. SITUATION: LOCATION OF NEW DOMESTIC TO EXISTING SEWER & RECLAIMED WATER LINES. 6' \ ZONE D (\NO JOINTS \ 7 \ I O \ /\ �\ PROHIBITED ZONE a" Z ONE �I� 2 e ZONE/I W \ / PROHIBITED ZONE C" T ZONE C (NO JOINTS: PARALLEL CONSTRUCTION IF ANY WATER LINE IS TO BE CONSTRUCTED WITHIN ANY OF THE ABOVE INDICATED ZONES. SPECIAL CONSTRUCTION SHALL BE REQUIRED AS DESCRIBED BELOW. ZONE DOMESTIC WATER (SEE GENERAL NOTE 3) A. DO NOT LOCATE ANY PARALLEL DOMESTIC WATER LINE IN NIS AREA A WITHOUT STATE AND LOCAL HEALTH DEPARTMENT APPROVAL. B. USE D.I.P.. WELDED CML & C STEEL OR CLASS 200 P.V.C. - AWWA C900. G USE D.I.P.. WELDED CML & C STEEL OR CLASS 200 P.V.C. - AWWA 0900. 0. USE D.I.P., WELDED CML & C STEEL OR CLASS 200 P.V.C. - AWWA C900. I WATER AND SEWER SEPARATION STANDARDS I M.I�Cortez �M111LIo/os IRIND auP OA E 5� 4DWO ENCINURINC OEPARIMOT V OpJ W -I8 K. Burton 10/09 DAF.x C MLMRHIN. we 91EC1 I L I W 2W)4 k1h W."Lr- , ) IT'K.21 'le 1% W., IF! DIMENSION A 8 c 11Z 70 2 1X IN. SIZE 113i 17 4:" Y TO VIN SIZE 24" 4!1 SECTION VIE%t%r- N.T.S. CLEAN 00NIFFACTIFID BACXFILL LATERAL LINES NATIVE SOIL PRESSURE MAINLINE CONTROL WIRES NOTEt ALL PLASTIC PIPING, SHALL Br-- SNAKED WITHIN TRENCH. n UNDLE UMPIRING AND WW -VwrrH TAPE AT E'EN FOOT IWERVALS. ALL MA.INUMIE PIPING TO BF INSTALLED IN A=RDANCE VVITHWNUFACTUIREW INSTALLATION SPECIFICATIONS, 0ow4p =owu$-"u" -Tw*Wl - '�'-wom . �wy"wsr� md. loas REVISIONS CITY0FIRIANE STANDARD PLANNO. PIPE AND WIRE TRENCHING I - 1I 50,0 lwfrwf* MiAlL. Q111911 �- lima 1! �4[,?'j NOTE: PAVING BAS:E'KATERIAL. BACKFILL MA3 L ML SUBGRA0'E CONTROL WI RES IN. SCH 40'SUEJEVE PRESSUREil%%INLINE IN! SCH 4O SLEEVE LATERAL LINES IN SCH 40 SLEEVE ALL PIPING TO BE INSTALLED IN ACCORDANCE VATH MANUFACTURERS' INSTALLATION SPECIFICATIONS. ALL MAINLINE, LATHE L LINES, AND CONTROL WIRES SHALL BE SLEEVED DFLOW ALL HARDSCA'PE ELEMENTS WITH SCH 40 PVC, 2''TIMES THE DIAMETER SAF Tl-iE PIPE_ OR:WIRE BUNDLE 4"i'9THIN, DEPTH OF SLEEVES, BACKFILL, AND COMPACTION SCF TRENCH SHALL BE IN ACCORDANCE WITH STANDARD PLAN NO. 2234IFYCR CROSSINGS OF STREET' AND SHALL BE IN.ACCOR'DANGE wITH STANDARD PLAN NO, 500IFOR CROSSINGS OF PAMUNG LOTS, SMEWAL'KS, OR OTHER. HARDSCAPE EL51415AUTS. HORIZONTAL DIMENSION SEM88N SLEEVES SHALL SE A KIINIMiUM OF 4INCHES. peT,p3 andJAY tic mmmm N'+Y<aF, pir(4,.SetrvjAt'm ra S+^ietti trn REVISIONS CITY OF IRVINE STANDARD PLAN'N0, SLEEVE TRENCHING 501 lomrlw. . !ftwlvl at, EVC*u %5 j FINISHED GRADE IN'TURF AREAS SECTION VIEW - N.T.S.. C'VALVE BOX WI'ni BOLT DOWN EEL 13OLT NUT AND WASHER, ID'. FINISHED GRADE IN. SHRUB AREAS QUICK COUPLER VALVE tED WATER TAG IN MOE WITH IRVA) STANDARDS STAINLESS STEEL CL AMPS, 2 REQUIRED BRICK SUPPORTS 43 EACH? BRASS SWING JOINT WITH 2 BRASS STREET ELLS, A BRASS ELL AND 210IMSS NIPPLES. HORIZONTAL NIPPLE SHALL BE 6r INCH LONG, VERTICAL NIPPLE, LENGTH AS REQUIRED. SIZE TO!NIATCH QCV INLET. PVQ MAINLINE AJND FITTING #4 x 315 INCH REaAR. STAKE LANDSCAPE (FABRIC 314. INCH DIAMETER ROCK 6 INCHES DE'LP TO 001 -roto OF VALVE NOTE_ USETEFLON TAPE ON ALL THREADED !FITTINGS. QUICK COUPLER KEY MUST CLEAR VALVE BOX_ 1AIMP LANDSCAPE FABRIC AROUND SIDES AND BOTTOM OF BCX TO COVER ALL OPENINGS. 0?f(MF � NE 4S -0R li:' - m Yve w Fp3. M FBF+ � m M wn av {G/prd vas. Ee b9 � ie 14ti 4'w W di nRH_ a4 a F�.ii aY'.xtrt�ra � a qrj C-:, 6 -Ya. REVISIONS CITY OF'[WHE _ STANDARD PLAN NO. --- - - _ _ _ QUICK COUPLER VALVE 1N BOX __ -- ?(f1 vj9R SefG�Fb'�l FINISHED GRADE IN TURF AREAS 12 INCH x 17 INCH PLASTIC REETANGULAR.VALVE BOX WITH BOLT OOVVN COVER. USE STAINLESS STEEL BOLT,', NUT, AND WASHER. DOX TO BE PLACED.AT RIGHT ANGLE TO HARD.SCAAE EDGE :HEAT BRAND "RCV AND VALVE NUMBER ONTO LID. ,CONTROL WIRES SIZED PURSUANT TO PLAN- COIL S6 INCH MINIMUN4 LENGTH OF WIRE IN VALVE BOX. (T1(PICAL) 1" I I 1 REMOTE CONTROL VALVE --"° FINISHIED1GRAOE IN SHRUB AREAS WIRE CONNECTOR'S PURSUANT TO STANDARD FLAN NO- 51:8 P--7-- VALVE ID TAGS PVC SCH-4IJ MALE ADAPTIFR PVC LATERAL LINE_ BRICK SUPPORTS PVC tvMAINLINE PIPE LANDSCAPE FABRIC SCH 8+D FVC NIPPLE LENGTH AS RE(}LIIRED Ii SCH, SD PVC TEE SXS,XT, MAINLINE X MA,NLINE X, VALVE SItE 34 INCH DINMETER ROCK, SECTION VIEW- N.T�S, 6 INCHES DEEP NOTE:. INSTALL CONTROL VALVES' A MINIMUM OF'P/VO FEET APART IN SHRU3 AREAS UNLESS qr-FaRYOSE NOTED. INSTALL CHRISTrS MODEL W3800 RECLAIM -D WATER IDENTIFICATION NIMAE KATES TO THE LID OF EACH RECLAIMED'YVATER VALVE BOX - USE TEFLON TAPE ON THREADED FITTINGS, WRAP LANDSCAPE FABRIC AROUND SIDES AND BOTTOM 01° SOX TO COVERALL OPENINGS. ZO'414: SIAM 90NU:-1N:9WOW 4V''q the 0"dmiA.s, ve t4y6'b v!w M bn a W taro aq, W Ya W1, `4a .Wrya+•Pe j/ Y'A, WC WntNy REVISIONS � CITT'OFIRVINE STANDARD PLAN':NO, ANGLE REMOTE CONTROL VALVE^j 51,O NEMA 3R RAINPROO CLUSTER CONTROL UNIT (CCU:) POWER SWITCH AND RECEPTACLE FLOW SENSOR OUTPUT— TRANSMITTER WITH PULSE DECODER AND SENSOR DECODERS AS REQUIRED 0 H, ROCK ES DELP DUAL, HYDRAULIC ,PISTONS SUPPORT LID OPEN CONTROLLER ENCLOSURE'* DIMENSIONS WHEN CLOSED: 38"H r 16'W'z 15.5"D TERMINAL BLOCK FOR COMMUNICATION CABLE. TERMINALSTRIP FOR' REMOTE CONTROL VALVE WIRECONNECTION FRONT FINISHED;GRADE 2500 PSI, TYPE V, CONCRETE PAD 19"x 19" x 12" DEEP. SLOPE EDGES TO DRAIN. 3 INCH MIN. PVC CONDUIT FOR CONTROL WIRES TO VALVES 1 1/4 INCH PVC CONDUIT FOR COMMUNICATION CABLE TO OTHER CONTROLLERS 1 INCH' MIN. PVC CONDUIT/SWEEP FOR GROUND ROD CABLE 1 INCH PVCCONDUIT/SWEEP FOR TELEPHONE LINE 1, INCH PVGCONDUIT/SWEEP FOR FLOW SENSOR/MCV WIRES 1 1 1/4 INCH PVQCONDUIT/SWEEP 5/8 INCH DIA. x8 FOOT COPPER GROUND ROD FOR ELECTRICAL SERVICE W1#10 GROUND WIRE ANVALVE BOX WITH BOT DOWN COVER• USE S AIN ESSSTEEL BOLT, U(jLAMP IN lb -INCH DIA. ROUNLT.,, AND WASHER. NOTES: HEAT`BRAND:"GR"ONTO LID: ALL.. ELECTRICAL WORK SHALL BE IN ACCORDANCE WITH THE CALIFORNIA ELECTRICAL -CODE. CONTROLLER, ENCLOSURE,,AND ALL OF THE REQUIRED COMPONENTS SHALL BE PART OF A PkE-ASSEMBLED SATELLITE ASSEMBLY. PROVIDE A SEPARATE 5/8 INCH DIA x 8 FOOT COPPER GROUND ROD, WIRE,, AND 'CLAMP INSIDE CA131NET FOR ELECTRICAL SERVICE' PURSUANT TO' THE ^CALIFORNIA ELECTRICAL CODE. vow"=meaw-m,tic -Tm;tmw®dwww"moo va',M t-N=lakmoftoUMsamOWdm,d.®!agdwopWfmbd. REVISIONS I CITY OF IRVINE STANDARD PLAN NO. crmEm w'�"'c,esie�o DO: 0.22-M I snwftwf. II LOW VOLTAGE MRES, 3 N A IMUNI WIRES PASS THROUGH GROOYCS IN Tile LIC? TO ALLOW LII? TO CLOSE CLOSE TUBE LICE AFTER W1 RE. IS INSERTED. INTOTUBE POLY TUBE PRE-FIL.LEO WITH WATERPROOF GEL LOCK TABS PREVENT WIRE REMOVAL ONCE C3ONNECTOR IS INSERTED SCOTCHLOK ELECTRICAL SPRING CONNECTOR. WIRES SHALL BE PRE -STRIPPED OF I,'2 II ICN OF THE INSULAMOR PRIOR TO INSERTION INTO THE CONNECTIOR.-INV[ST CONNECTOR ON TO WiRPS TO SEAT FIRMLY. SCOTCHLOK CONNECTOR AND WIRES INSERTED INTO TUBE UNTIL THE . GONavECTQR PASSES LACK TRI® NOTE, WIRE; CONNECTOR SHALL BE A 3M D15Y DIRECT BURY SPLICE KIT. ,KITSHALL INCLUDE: A SCOTCHLOK Y SPRING CONNECTOR, A POLYPROPYLENE TUBE, U A WATIERPIROOF SEALING GEL- TUBE SHALL BE �51JPPL ILEI) PREFIl IEo �JITH GEL .SPLICE KI"T" SHALL BE USED TO ELECTRICALLY CONNECT 2 - 3 #14 OR 2412 PRE -STRIPPED CCPPERINJRES. LARGER WIRES OR GREATER QUANTITIES OF WIRES SHALL REQWRE A LARGER APPROVED WIRE CONNECTION. Z>'.#� Rf4+7kd Iii • nr,R#aiw FP� � � man wr ar nw a r»�pi �r � in asn mr wpv�n aeMsp pr;r.'ry A' � q�f^1*s a§.. IiFWI ONS GTY0F IMN z STANDARD PLANiN0. ''SIRE CONNECTOR 51 �AMPAbr. pue�_�nsu.ks.�aana .. ,.,._ 1', Y gsd1l FII IZHEd GRACIE INTURF AREAS 12 INCH x 11 INCH PLAST1;C RECTANGULAR VALVE 13OX WrirH 501,T DOWN COVF7R. USE.. STAINLFSS STEEL BOLT, NUT, AND WASHER, BOX TO BE PLACED AT RICHT 1 NGLE TP HARDSCAPE EO E, Hf AT 8RANO "PW OTO Llbo SEAL CONDUIT ENDS WITH SPRAY FOAM ° WIRE CONNECTORS PURSUANT TO.STAN D,ARD PLAN NO. 516 FINISHED GRADE IN SHRUB AREAS :IIII�IIpi . � III --III. i �I11T LCiW'VmTAGE C01a'I•RQL NOIRE COIL, 24 INCHES MINAIUM ,.Kpot': '_a `•-W i 1a'v�'�ae�.., B131GK SUPPQRIe, AT EACHCOE'RNrzR CONDUIT, IF 5'PECIFFED -- LANGSCAPtE FABRIC 314 INCH DIADAETER ROCK, B INCHES DEEP SECTION VIEW - N:T:Sl j' i NOTE: ALL CONTROL WIRE SPLICES SMALL BE INSTALLED INSIDE PULL BOXES. ALL SPLICES SHALA.'BEL MADE IN ACCORDAINCEWITH STANDARD PLAN NO. 516. WRAp LANMCAPE FAIaRIC AROUND $1OES AND BOT O)h OF Box TO C€ \'+ER ALL. OPENINGS. �S&p h1 Y.GaIilffpn:keF-Mdi.NR 6tl Na`b+a��AM �:tc+ma°it,><i�+..+mp:kroS Wbiei Rem c+n fkA'bad �!'�6NNviirAe i>Mtr Siad tew. . REVISIO14S CITY OF IRVINE ST'ANOARID $LARKNO, CONTROL WIREPULL ULL BOX � 51, 7 I I op ON W'.17- :Nai4L.CtiM3R:Ebi91@ '3»u9ifi LYY �i'J'iA>." rxti f=mIiSHED GRADE' SECTION VIE"J^i' - N.T.S. RIM, MNS PLAN VIEW - N.T,S. IUBSER DRAIN CAP, 4 'INCH DIAME T E.R. €CURE WITH STAINLESS STEEL LOSE CLAMP. ONCRETE StOEWALK.AND TREE IRATE OPTIONAL ;UBBLER HEAD TOP 1 ,INCH BELOW INISHED GRADE CH 80 NIPPLE, LENGTH S REQUIRED I'ATIVE SOIL (RILL THROUGH 4 INCH DRAIN PIPE 'VC LATERAL LINE 12INC3 DIAMETER PVC, ELL (SxT) MENDED NATIVE 5011 BACKFILL INAMENDED NATME SOIL SACKrILL INCH IIIA. x 36 INCISES LONG PERFORATED VC DRAIN !PIPE. PILL WITH 3,F4 INCH IIAMETER GRAVEL TO BOTTOhj. i007'13ALL OF TREE ROOT BALL OF TREE BUBBLER HEADS AS SHOWN ABOVE PVC LATERAL LINE PIPE NOTES: PROVIDE BUBBLER QUANTITIES AS INDICATED ON APPROVED PLANS. USE TEFLON TAPE ON ALL THREADED FITTINGS. aq C.{M n aNW'b vY Cs b L 4 WVl'Wls �I m 9 a1 �¢ o.:+ti9fP aW. b M�&?' R tx qq aF'm. CRY OF IRVINE STANDARD PLAN NO, TREE BUBBLER 1 11/2' INSTALL SPRINKLER HEAD FLUSH WITH FINISHED GRADE IN TURF AREAS POP-LIPSPRINKLER HEAD, ROTOR OR SPRAY TYPE INSTALL SPRINKLER HEAD 1,12 INCH ABOVE FINISHED GRADE [IN SHRUB AND GROUND COVERS AREAS NATrVE OR AMENDED SOIL TRIPLE SWING JOINT, WITH PVC SCH SO NIPPLES AND STREET ELLS MALE IRON PIPE THREAD dMIPT$ INLET AND TAIPT OUTLET. LAY Lt IGTA TO BE Fi INCHES MIN'IWAI, SIZE PURSUANT TO SPRINKLER. INLET. SCH 40 PVC SxSxT TEE FM, ING LATERAL. x SPRINKLER INLET SIZE LATERAL LINE NOTE; INSTALL. SPRINKLER HEADS ®l INCHES FROM PAVING EDGE IN GROUND COVER.AREAS'. INSTALL SPRINKLER HEADS 4INCHES FROM PAVING EDGE IN TURF' AREAS. INSTALL SPRINKLER HEADS PLUMES. ADJUST NOZZLE STREAM TO COVER LANDSCAPE AREA.WITHOUT OVERSPRl1Y ONTO PAVING, FENCES, WALLS, OR BUILDINGS, USE TEFLON TAPE ON ALL THREADED [FITTINGS. REN IONS G b%a nONV14 WWF1 MaE ami ykft®p w 1909rba Pp,a eOS9 hft CITY OF IRVIN E STANDARD PLAN'NO 1; lblx INSTALL SPRINKLER HEAD FLUSH WITH FINISHED GRADE IN TURF AREAS �- POP -IIP SPRINKLER HEAD ROTOR OR. SPRAY -TYPE - INSTAL SPRINKLER HEAD V2 INCI'I: ACSOVE:FNNISHEI) GRADE IN SHRUB 7-M AND AGROUND COVERS AREAS - NATIVE OR AMENDED SOIL TRIPLE SWING JOINT, WITH PVC SCH 80 NIPPLES AND SCH 40 STRM- ' ELLS MAlE IRON PIPE THREAD (mIPT} INLET AND MIPTOUTLET, LAY LENGTH TO, BE6INCHES MINIP41JM. NO NMRLEX FITTINGS 40 PVC SXSxT TEE FITTING RSL x SPRINKLER INLET" SIZE LATERAL LINE INSTALL SPRINKLER HEADS 2 INCHES FROM PAVING EDGE. INSTALL SPRINKLER HEADS PLUMB. ADJUST NOME STREAM TO %OVER UANDSCAPE AREA VATHOUT OVERSPRAY ONTO PAVING, FENCES, WALLS OR BUILDINGS. USE TEFLON TAPE ON AL THREADED FITTINGS.. IrEVI61DN5 CITY OF IRVINE j STANDARD - - - -- PLAN,N9 I .." am PONUP SPRINKLER (6 INICH)!li 5 2 er4m.�; Newport Beach Irrigation Materials List Heads Ga nereh Parks Division Standard Irrigation Materials List Toro 570Z-PRX-COM with Precisidn Series Spray Nozzle (small turf areas) Rain Bird 3500 (small/medium turf areas) Rain Bird 5000 (medium turf areas) Toro TR50XT (medium/large turf) Toro TR70XTP or Toro 2001 (large turf areas) Toro 570-PRX-COM with Precision Series Rotating Nozzle (slopes & groundcover areas) Rainbird RWS Series (tree wells) Controller Rain Master Evolution DX2 irrigation controller with flow, radio & antenna Drip and specialized low-volume irrigation Rain Bird Xerigation Jardinier Surface Flow Irrigation Toro Precision Series Rotating Nozzle Battery Powered Irrigation Controller Toro DDCWP Battery Powered Controller Miscellaneous Febco 825Y RP Spears # DS -100 Dri-Splice Connectors with crimp sleeves Spears # DS -300 Dri-Splice Sealant Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover Griswold DW Series Valve (Control Valve) Griswold DW Series Valve with DC latching solenoid (use with battery powered controller) Griswold 2160 Solenoid Valve (Normally Open Master Valve) Griswold 2000 Solenoid Valve (Normally Closed Master Valve) Matco 754 Series Full Port Ball Valve Schedule 40 PVC Lateral Pipes Class 315 Main Supply Pipe (2" and larger) Schedule 40 PVC Main Supply Pipe (1-1/2" and smaller) Rectangle Valve Box -Plastic -18"L x 12"W x 12"D Round Valve Box -Plastic -10" Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation. Rain Master EVFM Flow Sensor A EW�o = CITY OF N,EV�,P a..c p //a� e�np�ryy}}��i/�a C"9[iFOn��P Ctgit�!®y4ptld Agenda Item No. 6 September 25, 2012 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer APPROVED: �tr It /1 j TITLE: Jamboree Road Improvements — Bristol Street North to Fairchild Road — Award of Contract No. 4071 ABSTRACT: Staff has received favorable construction bids for the Jamboree Road Improvements (Bristol Street North to Fairchild Road) project and is requesting City Council's approval to award the contract to GMC Engineering, Inc. RECOMMENDATIONS: 1. Approve the project plans and specifications. 2. Award Contract No. 4071 to GMC Engineering, Inc., for the total bid price of $1,489,907.50, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish a contingency of $149,000 (10%) to cover the cost of unforeseen work. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding for the award of this contract. The following fund will be expensed: Account Description Measure M Competitive Account Number 7284-C2002019 Total: Amount $ 1,659,907.50 $ 1,659,907.50 104 Jamboree Road Improvements — Bristol Street North to Fairchild Road — Award of Contract No. 4071 September 25, 2012 Page 2 Proposed uses are as follows: Vendor Purpose Amount GMC Engineering, Inc. Construction Contract $ 1,489,907.50 GMC Engineering, Inc. Construction Contingency $ 149,000.00 Harrington Geotechnical Material Testing and Inspection $ 21,000.00 Total $ 1,659,907.50 DISCItSSION: At 10:00 a.m. on September 4th, 2012, the City Clerk opened and read the following bids for this project: BIDDER AS -BID AMOUNT CORRECTED AMOUNT Low GMC Engineering, Inc. $1,489,907.50 2 Yakar $1,634,298.00 $1,637,578.50 3 All American Asphalt $1,930,750.00 $1,880,350.00 4 Palp, Inc. $1,894,794.50 5 R.J. Noble Co. $1,976,936.50 6 Hillcrest Contracting $2,129,075.00 $1,985,255.00 7 Beador Construction Co. $2,091,300.00 8 GRFCO, Inc. $2,078,175.00 $2,173,175.00 The total low bid amount is 12.4% below the Engineer's Estimate of $1,700,000. The low bidder, GMC Engineering, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for Newport Beach and other municipalities. This contract involves widening the east side of Jamboree Road between Bristol Street North and Fairchild Road to accommodate one additional northbound thru lane and one additional southbound left turn lane onto MacArthur Boulevard. Proposed improvements include construction of retaining and planter walls, modification of two traffic signals, pavement striping, addition of new landscaped median and irrigation, and utility adjustment and/or relocation. Pursuant to the Contract Specifications, the Contractor will have 80 consecutive working days to complete the work. The widening of Jamboree Road requires partial real property acquisitions from three adjacent properties which have all been acquired and recorded with the Orange County 2 of Jamboree Road Improvements — Bristol Street North to Fairchild Road — Award of Contract No. 4071 September 25, 2012 Page 3 Recorder's Office. Since these three properties are located in the City of Irvine, they will be quitclaimed to the City of Irvine at the completion of construction. This contract is the second phase of improvements on Jamboree Road. Phase 1 construction involves the widening of the Jamboree Road Bridge overcrossing State Route 73 which is currently 95 percent complete. ENVIRONMENTAL REVIEW: In accordance with the California Environmental Quality Act (CEQA) guidelines, a Mitigated Negative Declaration (MND) was prepared, circulated for review, and adopted by City Council on October 26, 2010, The Mitigation Monitoring and Reporting Program (MMRP) as identified in the MND as well as the California Coastal Commission Special Conditions are both included in the construction bid documents. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: Public Attachment: Director A. Project Location Map 3 of JAMBOREE ROAD IMPROVEMENTS BRISTOL STREET NORTH TO FAIRCHILD ROAD CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ii I C-4071 1