Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
20240514175132358 Full Specifications - Intersection Safety Improvements Project
DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 All Questions Regarding This Project Are to Be Directed To: Christian Malpica Associate Engineer City of Diamond Bar (909) 839-7042 Stan Liu, Mayor Chia Yu Teng, Mayor Pro Tem Andrew Chou, Council Member Ruth M. Lou, Council Member Steve Tye, Council Member Daniel Fox, City Manager May 2024 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 By: Claude T. Strayer, P.E. 86774 5/9/2024 Exp: 3/31/2025 PREPARED BY: Fehr & Peers 101 Pacifica Suite 300 Irvine, CA 92618 949-308-6300 Proposals will be received online at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 2:00 PM on May 29, 2024 for the performance of the above described services. i TABLE OF CONTENTS ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS 1 - 3 INFORMATION FOR BIDDERS 4 - 13 BIDDER’S PROPOSAL 14 - 15 BID SCHEDULE 16 - 18 LIST OF SUBCONTRACTORS 19 - 20 DECLARATION OF ELIGIBILITY TO CONTRACT 21 - 22 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 23 CONTRACTOR INDUSTRIAL SAFETY RECORD 24 AFFIDAVIT FOR CO-PARTNERSHIP FIRM 25 AFFIDAVIT FOR CORPORATION BIDDER 26 AFFIDAVIT FOR INDIVIDUAL BIDDER 27 AFFIDAVIT FOR JOINT VENTURE 28 FAITHFUL PERFORMANCE BOND 29 - 30 LABOR AND MATERIAL BOND 31 - 32 BID BOND 33 - 34 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 35 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 36 NON-COLLUSION AFFIDAVIT 37 CONTRACT AGREEMENT 38-45 PART II - GENERAL PROVISIONS GP-1 – GP-14 ii TABLE OF CONTENTS (Continued) PART III- SPECIAL PROVISIONS SP-1 – SP-10 PART IV - TECHNICAL PROVISIONS TP-1 – TP-9 PART V – APPENDICES APPENDIX A Vicinity Map APPENDIX B Improvement Layouts APPENDIX C Traffic Signal Plans iii PART I BIDDING AND CONTRACTUAL DOCUMENTS 1 1293492.1 CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 RECEIPT OF PROPOSALS: Proposals will be received online at http://at/ https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 2:00 PM on May 29, 2024 for the furnishing of all labor and materials and equipment for the PROJECT (CIP NO. TI24301) and other incidental and appurtenant work. No proposal will be considered from a Contractor who is not licensed as either a Class A or C-10 Contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes Installation of nearside supplement traffic signal heads, pedestrian countdown units with accessible Pedestrian Signal (APS) features, re-striping of high visibility crosswalks; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for the Intersection Safety Improvements Project. COMPLETION OF WORK: All work shall be completed within thirty (30) working days after the Notice to Proceed is issued by the City. ENGINEER'S ESTIMATE: The Intersection Safety Improvement Project is estimated to cost $150,000 all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all contract documents may be obtained at Planet Bids (https://www.planetbids.com/portal/portal.cfm?CompanyID=39500). PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent (100%) of the total bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%) of the contract price. Said bonds to be secured from a surety company authorized to do business in the State of California, and subject to the approval of the City Attorney. 2 1293492.1 MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the “Information for Bidders” section, pages 5 through 9. Bidders who do not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive. PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California. Copies of the prevailing rate of per diem wages are on file in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the particular area, and all overtime shall be paid at the prevailing rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. 3 1293492.1 CONTRACTOR ELIGIBILITY VERIFICATION Prior to awarding a contract, the Contractor’s Eligibility will be verified as follows: 1) status with the California Department of Industrial Relations at http://www.cslb.ca.gov, https://efiling.dir.ca.gov, and 2) eligibility at http://www.dir.ca.gov/dlse/debar.html and excluded parties list at the federal System for Award Management (SAM) website https://www.sam.gov. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. RETENTION OF RECORDS RELEVANT TO AUDITS AND REVIEWS: The Contractor and subcontractors working in the City of Diamond Bar must retain records pertaining to said project for a minimum of five (5) years. Records to be retained include but are not limited to documents regarding payroll, change orders, field directives, as-built plans, etc. CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any former contract with the City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid opening. BID AWARD: Subject to the reservations noted above, the contract will be awarded to the lowest responsible bidder. CITY OF DIAMOND BAR, CALIFORNIA DATE: By: David G. Liu, P.E Public Works Director/City Engineer RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $ 780,000$ 350,000$ 140,000$ 100,000$ 190,0 $ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108)RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ 5/13/2024 4 1293492.1 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, Latest Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in the proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the 5 1293492.1 total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. 6 1293492.1 The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable 7 1293492.1 grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12. AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class A or Class C-10 contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total base bid. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided 8 1293492.1 the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job site notices as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 3700. 13. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any specified alternate(s). 14. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the general class or type of work called for under the contract. A statement setting forth his/her experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form provided. 9 1293492.1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $200,000 each qualify as similar for this project. 1. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 2. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 3. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 10 1293492.1 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than three (3) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of three (3) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall have three (3) years of experience in the construction of ADA compliant curb ramps and CDBG work. 4. The Contractor shall perform at least 50% of contract with its own forces. 16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require 11 1293492.1 compensation or to undertake self insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21. EMPLOYMENT OF APPRENTICES: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative Code, Section 200 seq. to ensure compliance and complete understanding of the law regarding apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and 12 1293492.1 all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. 25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within thirty (30) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of seven hundred fifty dollars ($750.00) for each calendar day thereafter. 26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or 13 1293492.1 a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. 27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict of interest provision including, but not limited to, 2 CFR part 200, Subpart B, 200.112, 24 CFR Part 570.611 and 24 CFR part 85, Section 85.36 (b), respectively, shall apply. No employee, officer or agent of the sub-recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 14 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 Date , 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. 15 1293492.1 (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of DOLLARS ($ ). Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone of Bidder City Zip Code Signature of Bidder 16 1293492.1 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 BASE BID SCHEDULE ITEM NO. EST. QUANT. UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT 1 1 LS Furnish and install intersection improvements at Diamond Bar Blvd and Golden Springs Dr per Appendix B - Traffic Signal Plans 2 1 LS Furnish and install intersection improvements at Diamond Bar Blvd and Sunset Crossing Rd per Appendix B – Traffic Signal Plans 3 1 LS Furnish and install intersection improvements at Diamond Bar Blvd and Grand Ave per Appendix B – Traffic Signal Plans 4 1 LS Furnish and install intersection improvements at Diamond Bar Blvd and Pathfinder Rd per Appendix B – Traffic Signal Plans 5 1 LS Furnish and install intersection improvements at Diamond Bar Blvd and Brea Canyon Rd per Appendix B – Traffic Signal Plans 6 1 LS Furnish and install intersection improvements at Brea Canyon Rd and Golden Springs Dr per Appendix B – Traffic Signal Plans 7 1 LS Furnish and install intersection improvements at Golden Springs Dr and Carpio Dr per Appendix B – Traffic Signal Plans 8 1 LS Furnish and install intersection improvements at 17 1293492.1 Grand Ave and Summitridge Dr per Appendix B – Traffic Signal Plans 9 1 LS Furnish and install intersection improvements at Pathfinder Rd and Brea Canyon Rd per Appendix B – Traffic Signal Plans 10 1 LS Mobilization 11 1 LS Traffic control BASE BID SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)® BASE BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. 18 1293492.1 Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT PROJECT NO. LOCATION CLIENT CONTRACTOR Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 20 1293492.1 license of each Subcontractor – who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 1293492.1 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 1293492.1 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of ________________, 202_, at ___________________ (place of execution). Signature Name: Title: Name of Contractor: _____________________________ 23 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last three calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 3 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2021 2022 2023 TOTAL 2024 No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. 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 these records. ______________________________ ________________________________ Name of Bidder (Print Signature ______________________________ ________________________________ Address State Contractor’s Lic. No. & Class ______________________________ ________________________________ City Zip Code Telephone 25 1293492.1 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co-partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 26 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 27 1293492.1 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 28 1293492.1 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: ; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No.________________ 29 1293492.1 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($______________), this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 30 1293492.1 In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated:__________________ "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By:___________________________ Insurance Administrator BOND No.________________ 31 1293492.1 PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars($________________), this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, 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 work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to 32 1293492.1 pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Notary Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By:___________________________ Insurance Administrator BOND No._________________ 33 1293492.1 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work described as follows: INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 WHEREAS (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Dollars($______________), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 34 1293492.1 In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) 35 1293492.1 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM TITLE OF OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 36 1293492.1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: (TITLE) DATE: , 20 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 1293492.1 NON-COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the _____________________ of _________________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on __________________ [date], at __________________ [city], ______ [state]. _____________________________ _________________________________ Business Name Signature of Bidder (must be notarized) ________________________________ Business Address Attach Notary Acknowledgement Form to this form when submitting 38 1293492.1 PUBLIC WORKS AGREEMENT (Uniform Cost Accounting Contract-DBMC Chapter 3.25) The following agreement ("Agreement") is made and entered into, in duplicate, as of the date executed by the City Manager and attested to by the City Clerk, by and between ________________ hereinafter referred to as the "Contractor" and the City of Diamond Bar, California, hereinafter referred to as "City." WHEREAS, City received Contractor’s bid on __________________; and WHEREAS, City accepted the bid of Contractor under its Uniform Public Construction Cost Accounting Ordinance, Diamond Bar Municipal Code Chapter 3.25 (“UPCCA Ordinance”); and WHEREAS, the UPCCA Ordinance authorizes the City Manager to execute written contracts with the Contractor for furnishing labor, equipment and material for the INTERSECTION SAFETY IMPROVEMENTS PROJECT (CIP NO. TI24301) in the City. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the INTERSECTION SAFETY IMPROVEMENTS PROJECT (CIP NO. TI24301) in the City (the “Work”). The Work to be performed in accordance with the plans and specifications dated May 2024 (the “Plans”) on file with the City and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City’s Project Manager, who is Christian Malpica, Associate Engineer, 909-839-7042. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY/PRIORITY OF DOCUMENTS: The Plans are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans, Contractor’s bid dated ________________(“Contractor’s Bid”) together with this Agreement shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in this Agreement or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this Agreement, the following order of precedence shall apply: (1) this Agreement; (2) the Plans; and (3) Contractor's Bid (collectively, the “Contract Documents”). 3. COMPENSATION: Contractor agrees to receive and accept the prices set forth in its Contractor’s Bid as full compensation for furnishing all materials, performing all Work, and fulfilling all obligations hereunder. Said compensation in the amount of _____________________ ( ) shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. Final payment to Contractor shall be withheld for at least 30 days after the time in 39 1293492.1 which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 4. TERM OF AGREEMENT/LIQUIDATED DAMAGES: Contractor agrees to complete the work within thirty (30) working days from the date of the notice to proceed (the “Completion Date”). Contractor agrees to the assessment of liquidated damages in the amount of seven hundred and fifty dollars ($750) for each calendar day the work remains incomplete beyond the expiration of the Completion Date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this Agreement. Progress payments made after the scheduled Completion Date shall not constitute a waiver of liquidated damages 5. INSURANCE: Contractor shall not commence work under this Agreement until it has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any sub-contractor to commence work on his sub-contract until all insurance required of the sub-contractor has been obtained. The Contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Workers' Compensation Insurance: Before beginning work, the Contractor shall furnish to the City a certificate of insurance as proof that he has taken out full workers' compensation insurance for all persons whom he may employ directly or through sub- contractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every Contractor shall secure the payment of compensation to his employees. The Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any sub-contractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) General Liability - $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile - $2,000,000 per accident for bodily injury and property damage. 3) Employer's Liability - $1,000,000 per accident for bodily injury or disease. 40 1293492.1 c. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is authorized to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy; 4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage." 5) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any sub-contractor in performing the work provided for herein; 6) Otherwise be in form satisfactory to the City. d. The Contractor shall, prior to performing any work under this Agreement, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. 6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21810 Copley Drive, Diamond Bar, California, and are available to any interested party on request. Contractor shall cause a copy of such determinations to be posted at the job site. Contractor shall forfeit, as penalty to City, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this Agreement, by him or by any sub-contractor under him. 41 1293492.1 Contractor and any of its sub-contractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015 to a person not registered. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. Contractor is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other Contractors on the public works site are making such contributions. Contractor and any sub-contractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this Agreement, and the Contractor and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub-contractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10. CONTRACTOR'S LIABILITY: The City and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of Contractor, of its sub-contractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. Contractor will indemnify Indemnitees against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, 42 1293492.1 or activities of Contractor, its agents, employees, sub-contractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of City. In connection therewith: a. Contractor will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. Contractor will promptly pay any judgment rendered against Contractor or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of Contractor hereunder, and Contractor agrees to save and hold the Indemnitees harmless therefrom. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of City under any provision of this Agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. So much of the money due to Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the Agreement and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this Agreement or any additional insured endorsements which may extend to Indemnitees. Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of the race, color, sex, mental disability, physical disability, religion or other reason set forth in Government Code § 12940 of such person. Contractor agrees to post in conspicuous places available to employees and applications, a notice setting forth provisions of this non- discrimination clause. A violation of this section exposes the Contractor to the penalties provided for in Labor Code Section 1735. 12. RESERVED: 43 1293492.1 13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefor and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14. TERMINATION: This Agreement may be terminated by the City for any reason upon the giving of a written "Notice of Termination" to Contractor at least thirty (30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California Contractor’s License No. ________________________ Contractor’s Business Phone: Contractor’s emergency phone which can be reached at any time: IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the formalities required by law on the respective dates set forth opposite their signatures. Contractor: By: ______________________________________ Title: _________________________________ Date: By: Title: Date: 44 1293492.1 CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ Daniel Fox, CITY MANAGER __________________________ Date ATTEST: By: _____________________________________ Kristina Santana, CITY CLERK __________________________ Date APPROVED AS TO FORM: _____________________________________ Omar Sandoval, CITY ATTORNEY _____________________________ Date 45 1293492.1 *NOTE: If Contractor is a corporation, the City requires the following signature(s): -- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. GP - 1 12 PART II GENERAL PROVISIONS GP - 2 12 GENERAL PROVISIONS FOR INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 1. GENERAL CONDITIONS All work shall be done in accordance with the Standard Specifications for Public Works Construction “Greenbook” (Latest Edition and all subsequent supplements), hereinafter referred to as Standard Specifications; the State of California Department of Transportation Standard Specifications (Latest Edition and all subsequent supplements), hereinafter referred to as Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 1. General. Section 1-7. Award and Execution of Contract is amended by the following: (a) Examination of Plans, Specifications, Special Provisions, and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the Contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation was GP - 3 12 chartered and the names, titles, and business addresses of the president, secretary, and treasurer. c) Rejection of Proposals Containing Alterations, Erasures or Irregularities: Proposals may be rejected if they show any alterations or form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. d) Bidder's Guarantee: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of not less than ten percent (10%) of the amount named in said proposal, and no proposal shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. e) Return of Bidder's Guarantees: Proposal guarantees will be held until the Contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. The Notice to Bidders, Proposal, bonds, Instructions to bidders, General Provisions and Detail Specifications, shall be deemed incorporated in the Contract by reference. A Corporation to which an award is made will be required, before the Contract is finally executed, to furnish evidence of its corporate existence and evidence that the officer signing the Contract and bonds for the corporation is duly authorized to do so. Section 3 – Control of the Work. Section 3-7. Contract Documents, is amended by the addition of the following: An addendum to these specifications may be issued by the City Engineer at any time prior to the bid opening. Section 3-12. Work Site Maintenance. Subsection 3-12.6.1 General is amended by the addition of the following: The contractor shall conform to the requirements of the National Pollutant Discharge Elimination System (NPDES) Permit for Construction Activities, NPDES No. CAS000002. GP - 4 12 Subsection 3-12.6.2 Best Management Practices (BMPs) is amended by the addition of the following: The Contractor shall protect by any means all construction related materials from being discharged from the site by the forces of wind or water. At a minimum the contractor and/or any subcontractors are required to place gravel bags and fabric around all storm drain inlets, and also place gravel bags around the job site, as directed by the City Engineer, to protect polluted water from running into the storm drain systems. Section 3-13. Completion, Acceptance, and Warranty. Subsection 3-13.1 Final Cleanup and Closeout is amended by the addition of the following: Upon completion of the work, and before acceptance and final payment is made by the City, the Contractor shall clean the project site and areas occupied by him in connection with the work. All rubbish, excess materials, falsework, temporary structures, and equipment shall be removed; and all parts of the work shall be left in a neat and presentable condition. Prior to final closeout, the Contractor shall submit the following: A. A complete file of operation and maintenance manuals for equipment and materials used in the work. Such file shall be bound in hardcover, three-ring binders and shall be labeled. B. Required written guarantees. C. Complete list of subcontractors and principal vendors engaged in the execution of the work, including addresses and telephone numbers. D. Complete and updated Storm Water Pollution Prevention Plan/Water Pollution Control Plan and Contractor certification that construction activities were in compliance with applicable National Pollutant Discharge Elimination System regulations. Full compensation for conforming to the requirements of this Section shall be considered as included in the contract bid price paid for the various items of work and no additional compensation will be allowed therefor. GP - 5 12 Subsection 3-13.2 Acceptance is amended by the addition of the following: The Contractor shall notify the Engineer a minimum of five working days in advance when a final inspection of the work is desired. If the Engineer agrees that the work is complete and ready for inspection, he will, as soon thereafter as possible, make the necessary examinations. No final acceptance of the work shall be allowed until all check (punch) list items to be rectified have been corrected and any subsequent final inspections have been performed. Section 4 – Control of Materials. Section 4-1. General, is amended by the following: The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the AGENCY, shall make any repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within 1 year after the date of acceptance of work. Within this 1-year period, the Contractor shall also restore to full compliance with requirements of this contract any portion of the work which is found to not meet those requirements. The Contractor shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the Engineer's written notice. Section 4-9. Recycling of Material is hereby added to the Standard Specifications. 4-9.1 Recycling of Asphalt Concrete, Portland Cement Concrete. 4-9.2 Contractor’s Obligation. The Agency is committed to recycling program. It is the obligation of the contractor, under this contract, to recycle the waste material through an approved recycling plant. Records and report of waste material will be submitted to the City of Diamond Bar on a regular monthly basis. The construction and demolition requirements of the City of Diamond Bar has been provided in Appendix D for further information. GP - 6 12 Section 5. Legal Relations and Responsibilities. Section 5-3. Labor is amended by the addition of the following: Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. Subsection 5-4.1. Contractor's Responsibility for Work, is amended by the following: Reference is made to Section 3-13 of the Standard Specifications and these General Provisions. Except as provided above, until the formal acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other case, whether arising from the execution or from the non- execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof, except such injuries or damages occasioned by acts of the Federal Government or the public enemy. Subsection 5-7.7. Security and Protective Devices, is amended by the addition of the following: It is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life or loss of property, which would result from interruption or contamination of the public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property which may be damaged by the Contractor's operations in the opinion of the Engineer, immediate action shall be considered necessary in order to protect the public or property GP - 7 12 due to the Contractor's operations under this contract, the Engineer will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation within a reasonable time period, the Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. However, if the AGENCY does not take such remedial measures, the Contractor is not relieved of the full responsibility for public safety. Section 6. Prosecution and Progress of the Work, is amended by the following: Subsection 6-1.3. Order of Work The order of work, except where otherwise specifically required by the Plans and Specifications, shall be determined by the Contractor who shall be solely responsible for coordinating all subcontract and prime contract work to minimize delays during construction. The Contractor shall schedule his work in order to be as least disruptive as possible to adjacent businesses and residents. Subsection 6-1.4. Work Hours and Sound Control. Daytime work hours shall be 8:30 a.m. to 4:30 p.m. Monday - Friday. The Contractor will be allowed to begin traffic control setup at 8:30 am, but no physical work shall begin before 8:30 am. Saturday work hours, if permitted at least one week (7 Calendar Days) in advance by the City Engineer, shall be 8:30 a.m. to 3:30 p.m. The Contractor shall comply with all County and local sound control and noise level rules, regulations, and ordinances which apply to any work performed pursuant to the contract, and shall make every effort to control any undue noise resulting from the construction operation. Each internal combustion engine used for any purpose on the job or related to the job shall be equipped with a muffler of a type GP - 8 12 recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The Engineer reserves the right to stop work if he determines that these conditions are being violated. Section 7. Measurement and Payment. This section is modified by the addition of the following sections: Subsection 7-3, Payment is modified by the addition of the following paragraphs: Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenant items of work. The Contractor agrees that the payment of the amount under the Contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the Contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety-five percent (95%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments. Subject to the provisions of Section 22300 of the Public Contract Code, a five percent (5%) retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the GP - 9 12 City for payment. All billings shall be directed to the Engineer. In all events, the City shall withhold no less than five percent (5%) of the contract price until final completion and acceptance of the work. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the Contract, nor shall it in any way govern the final estimate. Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. Final Payments. After the completion of the Contract, the City Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay to the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety-five percent (95%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid thirty-five (35) calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the Contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City from any and all claims on account of the work performed under the Contract or any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. Guarantee. The Contractor agrees for a period of one year, commencing with the Final Notice of Completion, to correct without additional GP - 10 12 charge to the City, any defects in the work performed, or in the materials furnished, by the Contractor and/or manufacturer, jointly. Quantities and Unit Prices. All pay items will be paid for at the unit prices named in the Bid Schedule for the respective items of work. The quantities of work or material stated as unit price items on the Bid Schedule are stated only to give an indication of the general scope of the work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items. Section 402. Utilities. This section is modified by addition of the following subsections. Subsection 402-1. Location. This section is amended by the addition of the following: Utility Owner and Public Agency Identifications. Utility owners and Public Agencies who may have facilities or interests, which may affect the work, are as follows: Frontier Communications 1400 E. Phillips Blvd. Pomona, CA 91766 (909) 469-6333 Waste Management 13940 East Live Oak Avenue Baldwin Park, California 91706 (800) 266-7551 Valley Vista Services 16000 Temple Avenue La Puente, California 91744 (800) 442-6454 Southern California Edison Co. 800 West Cienega Avenue San Dimas, California 91773 (800) 227-2600 (DigAlert) (800) 684-8123 (Office) Southern California Edison - Transmission 7333 Bolsa Avenue GP - 11 12 Westminster, CA 92683 Richard Orozco (909) 394-2814 richard.orozco@sce.com Southern California Gas Company 1919 South State College Boulevard Anaheim, California 92803 (800) 227-2600 (DigAlert) (800) 427-2200 (Office) Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (909) 595-7554 Walnut Valley Unified School District 880 S. Lemon Ave. Walnut, CA 91789 (909) 595-1261 Los Angeles County Department of Public Works 900 S. Fremont Ave. Alhambra, CA 91803-1331 Operation Services (626) 458-1708 Sewer Maintenance (800) 458-7117 Los Angeles County Sheriff's Department 21695 E. Valley Blvd. Walnut, California 91789 (909) 595-2264 Los Angeles County Fire Department Station 119 20480 Pathfinder Road Diamond Bar, California 91765 (909) 861-5995 Los Angeles County Fire Department Station 121 346 Armitos Place Diamond Bar, California 91765 (909) 396-0164 Los Angeles County Fire Department GP - 12 12 Station 120 1051 S Grand Ave Diamond Bar, CA 91765 (323) 881-2411 (non-emergencies) 911 (emergencies) The Contractor shall notify each of the above listed utility companies and agencies in writing (copy to City) of the project. They shall be invited to a pre-construction meeting and provided a work schedule. Subsection 402-2. Protection. The Contractor is hereby alerted to the existence of utility lines. The Contractor shall carefully protect all lines during the course of construction. Section 600-Access. Section 600-1. General. This section is amended by the addition of the following: The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The Caltrans "Manual of Traffic Controls" shall be used for all traffic control on this project. Section 600-4. Public Notification is hereby added to the Standard Specifications Contractor shall comply with all applicable State, County and City requirements and any additional public safety requirements which may arise in notifying the Police, Fire, Traffic and Engineering Departments, Schools and Public Transit at least 48 hours in advance of any closures, partial closures or reopening, and detours. At least ten (10) calendar days prior to commencing work, the Contractor shall submit a detailed schedule to the City for approval. Based on the schedule, the Contractor will notify businesses, bus companies, trash and street sweeping companies, and emergency services of the proposed work. GP - 13 12 Due to the nature of this project involving some inconvenience to businesses and residents, a good Public Relations Program is mandatory and evidence of satisfactory past performance in this area will be required. The City will require the Contractor to distribute one (1) “Public Notice” to each business and residence affected by the program. The notice shall be distributed to each business and residence ten (10) calendar days prior to the start of any work. Said notice shall be provided by the Contractor. Prior to distribution, all notices shall be reviewed and approved by the City. All complaints received by the City associated with the construction alleging damage to private property and vehicles shall be responded to by the Contractor within twenty-four (24) hours of notification. Failure to comply with this provision may result in a penalty of fifty dollars ($50.00) per occurrence. The Contractor shall be responsible for maintain notification signage in a serviceable manner. Signs shall indicate the date and hours of restriction. Full compensation for conforming to the requirements of this section shall be considered as included in the price paid for various items of work involved and no additional compensation will be allowed. Section 601. Temporary Traffic Control for Construction and Maintenance Work Zones. Section 601-1. General is amended by the addition of the following: At a minimum the contractor shall maintain one (1) dedicated left turn and one (1)thru/right turn lane at all times in all directions as deemed necessary on multi-lane streets. The Contractor shall prepare any traffic control or detour plans when directed in the technical provisions under Traffic Control. Lane transitions shall conform to the California MUTCD, Part 6, “Temporary Traffic Control.” Temporary traffic channelization shall be accomplished by the use of temporary striping when channelization is required for more than 3 days. The Contractor shall provide any plans that may be required for temporary striping prepared by a registered civil or traffic engineer to the satisfaction of the City Engineer. In no event will temporary striping be allowed on newly finished pavement surfaces GP - 14 12 which are to remain. Temporary traffic channelization needed on a daily basis shall be accomplished with delineators. The Contractor shall schedule an employee to police the temporary delineators within the travel way during weekday, nonworking hours and over Saturdays, Sundays, and holidays. SP - 1 1293492.1 PART III SPECIAL PROVISIONS SP - 2 1293492.1 SPECIAL PROVISIONS FOR INTERSECTION SAFETY IMPROVEMENTS PROJECT CIP PROJECT NO. TI24301 SPECIFICATIONS The work to be done shall be performed or executed in accordance with these Special Provisions and the "Standard Specifications for Public Works Construction", Latest Edition and all subsequent supplements, hereinafter referred to as the Standard Specifications. The Standard Specifications are published by Building News, Inc. 990 Park Center Drive, Suite E, Vista, CA 92081 and are included by reference only. ADDENDA The City Engineer may issue addenda to the Contract Documents during the period of advertising for bids for the purpose of: (a) revising prevailing wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided that any such addenda does not change the original scope and intent of the project. Purchasers of contract documents will be notified and furnished copies of such addenda, either by certified mail or personal delivery, during the period of advertising. TIME LIMIT AND NOTICE TO PROCEED All work shall be completed within thirty (30) working days. A move- in period of seven (7) calendar days will be allowed starting on the date in the Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move-in period, whichever occurs first. The Contractor shall utilize the move-in period to ensure that all materials required for the project will be available for the scheduled work. No additional working days will be allowed for material delay once the Contractor commences work. The Contractor shall notify the City Engineer at least seven (7) calendar days prior to the start of work. Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. SP - 3 1293492.1 CHANGES IN THE WORK Subsection 2-7.1 of the Standard Specifications is supplemented by the following: Notwithstanding the limitation imposed by this Subsection, the City Engineer may, with City Council approval, order changes in the work which increase the contract cost by not more than ten percent (10%) of the original contract amount. CONTRACTOR'S INDUSTRIAL SAFETY RECORD All bidders will be required to submit information as to their industrial safety record on the form provided in the Bid Proposal. A review of this safety record will be made prior to a determination of the lowest responsible bidder, and any adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Industrial Safety Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION SCHEDULE In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the City Engineer ten (10) calendar days prior to the start of work. Such schedule shall be subject to the review and approval by the City Engineer. No work shall be done until the City Engineer and the Contractor have agreed to the schedule to be followed by the Contractor. WITHHELD CONTRACT FUNDS Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the Agency with a state or federally chartered bank as the escrow agent. The acceptable securities are those listed in Section 16430 of the Government Code or bank or savings and loan certificates of deposit. The amount of securities to be deposited shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 7-3.2 of the Standard Specifications. Formal acceptance of the project by the Agency terminates the Agency's interest in the securities. SP - 4 1293492.1 PUBLIC CONVENIENCE AND SAFETY In addition to the requirement of Subsection 5-7 of the Standard Specifications and the Standard Special Provisions, the Contractor shall maintain access to all adjacent properties. Furthermore, this subsection is amended and supplemented by the following paragraphs: DETOUR In no case shall traffic be diverted from the existing traveled way without prior approval of the City Engineer. TRAFFIC FLOW In order to facilitate the flow of traffic during the contractual period, the Agency reserves the right to extend the limits of the project to include any areas where signing and delineating is deemed necessary by the Engineer. Full compensation for complying with the above requirements shall be considered as included in the various items of work unless otherwise specified above. CONSTRUCTION WATER Construction water is available from the Walnut Valley Water District (WVWD) by applying for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges. SANITARY CONVENIENCE Necessary sanitary facilities for the use of workman on the job shall be provided and maintained in an approved manner by the Contractor, properly secluded from public observation and in compliance with health ordinances and laws, and their use shall be strictly enforced by the Contractor. STORAGE SITE It shall be the Contractor's responsibility to locate any storage sites for materials and equipment needed and such sites either located on public or private property must be approved in advance by the City Engineer. No equipment or materials shall be stored in the public roadway right-of-way without prior written approval from the City Engineer. SP - 5 1293492.1 SPECIAL INSPECTION FEES If the Contractor elects to work under this contract more than 8 hours/day or more than 40 hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the Engineer for the required inspection service and pay the Special Inspection Fees which will be charged at the following rates: Monday through Fridays - $100.00 per hour Saturday, Sunday, Holidays - $1000.00 per day Fees may be deducted from payments due to the Contractor at the discretion of the Engineer. PROJECT COORDINATION AND NOTIFICATION REQUIREMENTS Notification to the agencies listed below and those agencies named in Subsection 402-1 (Location) of the General Provisions must be in writing with proof of letter given to the City. Walnut Valley Unified School District 880 South Lemon Avenue Walnut, California 91789 (909) 595-1261 Pomona Unified School District 800 S. Garey Ave Pomona, CA 91766 (909) 397-4800 PRE-CONSTRUCTION MEETING The City shall arrange a pre-construction meeting with the Contractor and representatives from utility companies, which shall be held a minimum of ten (10) calendar days prior to commencement of any work. TRASH COLLECTION SCHEDULE No streets will be closed or have work done on day of trash collection. Questions regarding trash collection can be directed to: Waste Management Valley Vista Services (626) 856-1285 (800)442-6454 SP - 6 1293492.1 STREET SWEEPER ROUTE SCHEDULE All overlays shall be applied at least twenty-four (24) hours prior to sweeping of any street in the project area. Questions regarding street sweeping can be directed to: Valley Vista Services (800) 442-6454 REMOVAL OF MATERIALS Materials, which are to be disposed of, include, but are not limited to: saw-cut asphalt pavement and concrete removed for curb and gutter shall not be stored at the site but shall be removed immediately. No overnight storage of materials or debris will be allowed in the street area or surrounding areas. COMPETENCY OF BIDDER The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Contract and shall be skilled and regularly engaged in the general class or type of work called for under this Contract. Contractor's License Class A, or C-10 is required for this project. BID QUANTITIES The quantities given in the Proposal and Contract form are approximate, being given as a basis for the comparison of bids only, and the city does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the City Engineer. CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS 1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY The following provisions pertaining to equal employment opportunity are incorporated into this Contract. In connection with performance of work under this Contract, the Contractor agrees as follows: SP - 7 1293492.1 a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, ancestry or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to race, color, sex, religion, ancestry or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. b. In all advertisements for labor or other personnel, or requests for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, sex, religion, ancestry or national origin. c. In all hiring, the Contractor shall make every effort to hire qualified workers from all races and ethnic groups. d. The Contractor shall be responsible for the compilation of records of the ethnic distribution of the entire project work force on forms furnished by the Agency. Said forms, indicating the ethnic distribution of man-hours of work within the various crafts and trades, shall be filed by the Contractor with the Agency every thirty (30) days. e. The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the Agency, advising the said labor union or worker's representative of the Contractor's commitments under this section. f. The Contractor shall maintain and permit access by the Agency to records of employment, employment advertisements, application forms and other pertinent data and records of the Contractor's own work force and that of the various subcontractors on the project for the purpose of investigation to ascertain compliance with this EEO section. g. Within ten (10) days after execution of the Contract by the Agency, the Contractor shall meet the following SP - 8 1293492.1 standards for affirmative compliance and shall ensure that each subcontractor on the project will meet these requirements within ten (10) days after receiving a Notice to Proceed from the Contractor, unless the Agency provides for a greater time period: (1) File with the Agency an Affirmative Action Plan indicating the steps it will take to encourage and assist qualified members of minority groups. Such affirmative action will include statements regarding recruitment, employment, compensation, promotion or demotion, and selection for training. (2) Provide evidence as required by the Agency that it has notified in writing all subcontractors, the Contractor's supervisors and other personnel officers of the content of this EEO section and their responsibilities under it. (3) Provide evidence, as required by the Agency that it has notified in writing all sources of employee referrals (including, but not limited to, unions, employment agencies and the State Department of Employment Development) of the content of this EEO section. (4) Notify the Agency in writing of any opposition to this EEO section by individuals, firms, unions or organizations. h. If the Agency has reason to believe that the Contractor or a subcontractor may have committed a violation of the EEO section of this Contract or of the California Fair Employment Practice Act or of any applicable Federal law concerning equal employment practices on this project, the Agency will cause written notice to be served on the Contractor or its representative, and to any subcontractor involved in such violation. The notice shall set forth the nature of the violation. Upon the Agency's request, the Contractor shall meet with representatives of the Agency in order to determine the means of correcting the violation and the time period within which the violation shall be corrected. If, within ten (10) days, the Contractor or subcontractor has failed or refused to remedy the violation, the Agency may notify the Fair Employment Practices Commission and pursue any other remedies, which may be available under the law. SP - 9 1293492.1 i. The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. 2. ANTI-DISCRIMINATION a. The Contractor certifies and agrees that all persons employed by the Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry or national origin and in compliance with State and Federal anti-discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions when so requested by the City. b. The Contractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the City may determine to cancel, terminate or suspend the Contract. While the City reserves the right to determine individually that the anti- discrimination provisions of the Contract have been violated, in addition a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti-discrimination laws shall constitute a finding by the City that the Contractor has violated the anti-discrimination provisions of the Contract. c. At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti-discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of SP - 10 1293492.1 damages sustained by reason of any such violation, because, from the circumstances and the nature of the violation, it is impracticable and extremely difficult to fix actual damages. TP - 1 1293492.1 PART IV Technical PROVISIONS TP - 2 1293492.1 TECHNICAL PROVISIONS SECTION 10 – INTERSECTION SAFETY IMPROVEMENTS PROJECT – BID ITEMS 10.1 DESCRIPTION Furnishing, installing, and updating traffic signal equipment and their payments therefore shall conform to the provisions in Sections 86 and 87, "Electrical Systems," of the current California Department of Transportation Standard Specifications (hereinafter called State Standard Specifications), while all appurtenant work shall conform to the State Standard Specifications in its entirety, and these special provisions. The following is the work to be performed: Remove existing vehicle signal heads, pedestrian signal heads, pedestrian push buttons, and crosswalk striping and install new equipment for new nearside vehicle signal, countdown pedestrian signal, accessible pedestrians signal, crosswalk striping, and appurtenant equipment and work per Appendix B at the following locations in the City of Diamond Bar: 1. Diamond Bar Boulevard and Golden Springs Drive 2. Diamond Bar Boulevard and Sunset Crossing Road 3. Diamond Bar Boulevard and Grand Avenue 4. Diamond Bar Boulevard and Pathfinder Road 5. Diamond Bar Boulevard and Brea Canyon Road 6. Brea Canyon Road and Goldin Springs Road 7. Golden Springs Drive and Carpio Drive 8. Grand Avenue and Summitridge Drive 9. Pathfinder Road and Brea Canyon Road 10.2. DAMAGE Add the following to Section 7.1-11 of the State Standard Specifications: Should the contractor damage the existing signal poles, mast arms, vehicle signal heads, pedestrian heads, mounting hardware, luminaires and any other signal related equipment during his operation and the damaged item(s) is/are determined to be unsatisfactory for reuse by the Engineer, the damaged item shall be replaced at the contractor's expense according these Technical Provisions, Standard Plans and Standard Specifications. TP - 3 1293492.1 10.3. TEMPORARY SIGNAL OPERATION The Contractor shall notify the Engineer 48 hours prior to any traffic signal shut down or "flashing red" operation. The Contractor shall provide trained traffic control personnel to direct traffic when required, as directed by the Engineer. During shut-down, the Contractor shall adhere to the requirements of Section 12 of the State Standard Specifications and the latest revision of the California Manual on Uniform Traffic Control Devices (CA-MUTCD), except that two stop signs, not one, shall be required per approach. The traffic control plan(s) required shall include strategies for the safe movement of traffic through the shutdown intersection. 10.4. REMOVING AND REPLACING IMPROVEMENTS Removal and replacement of improvements shall conform to the provisions in Section 86-2.02, "Removing and Replacing Improvements," of the State Standard Specifications and these special provisions. Replacement sidewalk shall include entire panels from score line to score line. 10.5. TIME OF COMPLETION All work shall be completed within thirty (30) working days from the date the Notice to Proceed is issued by the Director of Public Works or his designee. 10.6. EQUIPMENT LIST AND DRAWINGS 10.6.1 Equipment List Prior to the commencement of work, and within 15 days following the signing of the contract by the City and the Contractor, the Contractor shall submit 2 copies of a complete list and all supporting submittal data for equipment and materials to be furnished, including all substitutions proposed to the Engineer for approval, in accordance with Section 86-1.01C. Partial or incomplete submittals will not be considered. No substitutions will be considered thereafter. If the Contractor desires to make a substitution, he/she shall submit complete product information to document the equipment or material being offered as being equal to that specified. No substitutions shall be allowed until requested and approved in writing. The Engineer reserves the right to require the originally specified equipment and/ or materials. Installation of an approved substitution shall be the Contractor's responsibility, and any revisions necessary for the installation of TP - 4 1293492.1 approved substituted materials and/or equipment shall be made without additional expense to the City. Plans and Specifications and all contract documents may be obtained at Planet bids: (https://www.planetbids.com/portal/portal.cfm?CompanyID=39500). The submittal data shall contain sufficient information and details to permit full evaluation of each item for adherence to the requirements of the contract documents. When appropriate, carefully address the functional and technical interrelationships among the various items. Include appropriate catalog cut sheets and specifications for all standard, off-the-shelf items. For custom-made items, include shop drawings and other necessary data. When reprinted literature such as catalog cut sheets are used to satisfy some or all of the submittal data requirements, ensure that there are no statements on the literature that conflict with the requirements of the contract documents. Cross off and initial any conflicting statements. Provide written explanation of how the item will be changed from the literature. Following review, one complete set of submittal information and transmittal sheet, with date-stamp, will be returned with comments and disposition of acceptance or rejection. Typically, the Engineer will mark each item in one of the following four ways. 1. No exception taken; 2. Exceptions as noted; 3. Corrections required - resubmit; or 4. Rejected - resubmit. Work may proceed with equipment marked "no exception taken". In order to proceed with groups marked "exceptions as noted," it is necessary to provide written concurrence to the Engineer that all noted exceptions are agreed to; in which case; re-submittal of submittal data is not required. For items marked "corrections required - resubmit"; make noted corrections or provide additional information and resubmit for review. Identify or redesign items marked "rejected - resubmit" and resubmit for review. Submittals that, in the judgment of the Engineer, are insufficient to permit proper evaluation will not be reviewed. TP - 5 1293492.1 Following approval of submittals and the submittal package is in its complete and final form; submit two more complete and final submittal packages. Submit test procedures for review in the same manner described for submittal, except that submittal need not occur within the first 15 days. 10.6.2. As-Built Information: The Contractor shall maintain a current record of "As-Built" information that shall be submitted to the Engineer for review and approval upon request. The Contractor is required to submit to the Engineer "As- built" prints prior to the City accepting the installations. The prints shall indicate in red all deviations from the contract plans, such as: location of, pull boxes and runs; depths of conduit; number of conductors and other appurtenant work. Failure to comply with this requirement may result in the City not accepting the project as complete. 10.7. INTERRUPTION OF EXISTING UTILITIES The Contractor shall bear the cost of any utility interruption, temporary relocation, modification or other modifications as needed to install, remove, or modify any traffic signal equipment. 10.8. CONDUCTORS AND CABLES Conductors shall conform to Section 86-1.02F “Conductors and Cables” and 87-1.03F "Conductors and Cables Installations." Where new conductors are to be added to existing conduit, existing conductors shall be examined to see whether they should be replaced at the discretion of the Engineer. No splicing shall be allowed. The following shall apply: 1) #14 gauge/3 conductor and #14 gauge/12 conductor per State- Standard Specification 87-1.03F shall be continuous from the signal cabinet to the terminal block on the signal standard it services. No splicing of signal cable shall be permitted unless otherwise directed by the City Engineer. 2) The signal cables shall be labeled in each pull box per State of California Standard Specifications Section 87-1.03F and at the signal cabinet, indicating the cable/wire type and signal standard to which it is connected. 3) All traffic signal field conductors shall have a 5-foot coil TP - 6 1293492.1 of extra wire in each pull box to allow for servicing. The signal conductors shall be organized in a bundle to allow for easy identification of wires and cables. 4) All field installed wiring shall be Megger-Ohm tested. The CONTRACTOR shall provide documentation showing results that the wiring has passed the test. 10.9. TESTING Testing shall conform to the provisions in Section 86-1.01D, "Quality Assurance", State Standard Specifications and these Technical Provisions. Should any of the equipment fail to comply with the specifications, the Contractor shall correct the deficiency and resubmit the equipment for an additional test period. All testing subsequent to rejection of the equipment for failure to comply with the specification requirements will be at the expense of the Contractor. 10.10. MEASUREMENT AND PAYMENT The measurement of the individual items of this contract will be made on the actual number of each item as defined below, delivered and installed complete as specified and accepted. The accepted unit pay quantities will be paid for at the applicable contract unit price as set forth in the bid schedule. Payment, less any applicable withhold, will be made on the individual items after the items have been completed and accepted by the City. Payment shall be full compensation for all items of work described herein and no separate payment for any item shall be made and shall include all labor, tools, equipment, material, storage and transportation necessary to complete the work. Also, miscellaneous items not specified that are necessary to complete the work shall be included in the cost of the pay item. The Bid shall include the items listed below. 10.11. INTERSECTION RE-STRIPING This item shall include provision of tools and raw material to complete the striping as shown on approved plans. This item shall be measured by the lump sum and will be paid for at the bid price. Updates to the striping for this project is limited to the crosswalk lines and the lane line striping up to 50 feet from the crosswalk. The TP - 7 1293492.1 pavement markings shall comply with the latest Caltrans Standard Plans A20B and A24F. 10.12. REMOVE EXISTING SIGNAL HEAD This work shall consist of removing existing signal heads from signal poles and mast arms in accordance with plan. This item shall be measured by each device and will be paid for at the bid price. 10.13. FURNISH AND INSTALL VEHICLE SIGNAL HEAD This work shall consist of furnishing and installing signal heads (including signal head housing and mounting equipment) on signal poles and mast arms in accordance with the Traffic Signal Plan and per State Standard Specification 86-1.02R and 87-1.03R. This item shall be measured by each device and will be paid for at the bid price. 10.14. FURNISH AND INSTALL PEDESTRIAN SIGNAL HEAD This work shall consist of furnishing and installing pedestrian signal head with LED Countdown Pedestrian Signal Face Modules on proposed mast arm in accordance with plan and per State Specification 86-1.02S and 87-1.03S. This item shall be measured by each device and will be paid for at the bid price. 10.15. FURNISH AND INSTALL ACCESSIBLE PEDESTRIAN SIGNALS (APS) Existing push buttons shall be removed, and new ADA compliant APS (including mounting equipment and signage) shall be installed on existing poles and utilizing existing push button wires if in good condition. APS equipment shall comply with Section 86-1.02T and 87- 1.03T of the State Standard Specifications and be vandal resistant with no moving parts. The APS shall provide feedback upon activation with a non-visual indication and used “in combination with pedestrian signal timing. The information provided by an accessible pedestrian signal shall clearly indicate which pedestrian crossing is served by each device”. The APS shall comply to NEMA TS2 standards related to temperature and humidity, transient voltage, mechanical shock and vibration. Operation of the APS shall comply with CA-MUTCD 2014 revision 8 Chapter 4E. 10.16. INSTALL SIGNAL CONDUCTOR This work shall consist of furnishing and installing signal conductor in existing conduit for the proposed signal head in accordance with plan and per State Standard Specification 86-1.02F and 87-1.03F. This TP - 8 1293492.1 item shall be measured by linear foot to be included during equipment submittal and will be paid for at the bid price. 10.17. MOBILIZATION This item shall consist of mobilization in accordance with these plans, the Standard Plans, Standard Specifications, and these Technical Provisions. This item shall be measured by the lump sum and will be paid for at the bid price. 10.18. TRAFFIC CONTROL This item shall consist of traffic control necessary for construction of work per Traffic Signal Plans, the Standard Plans, Standard Specifications, and these Technical Provisions. This item shall be measured by the lump sum and will be paid for at the bid price. Street closures, detours, signs and barricades used for handling traffic shall conform to the requirements of latest edition of the “Work Area Traffic Control Handbook” (WATCH), the California Manual on Uniform Traffic Control Devices (CA MUTCD), and these Special Provisions. Traffic control plan must be submitted and approved before starting work on any public street, except for the following temporary closures: • Temporary single lane closure on 4 or 6-lane arterials can be done per WATCH handbook without submitting traffic control plan. • Temporary two lanes closure on 6-lane arterials may be done per WATCH handbook without submitting traffic control plan. However, this will require prior approval from Traffic Engineer. • Temporary closure of local streets may be done per WATCH handbook without submitting traffic control plan. However, this will require prior approval from Traffic Engineer. Flashing arrow signs shall be used on streets consisting of four or more lanes or where deemed necessary by the City’s Traffic Engineering section. The flashing arrow signs shall be solar powered and left in place for the duration of the lane closure. Temporary striping installation for traffic control may be paint or removable tape or approved equivalent. TP - 9 1293492.1 Any existing speed limit signs or other conflicting signs in the construction zone shall be covered during construction with heavy duty black plastic (non-transparent) sheets or bags, which are secured to the signpost below the sign, with tape. In no case shall tape be applied to either front or back of any sign. Intersections shall be kept open until work takes place within the intersection. Local vehicular and pedestrian access, including access to driveways and businesses, shall be maintained at all times. Pedestrian access (crosswalk and minimum 4-foot for sidewalk access) across both streets in an intersection must be maintained at all times. Crosswalk closures may be permitted if work directly affects crosswalk access, and a maximum of two at one time, such that pedestrians have full access across both streets. Crosswalk closures shall comply with WATCH and CA MUTCD when applicable. Where parking is prohibited during construction, "TEMPORARY NO PARKING" signs shall be posted at least twenty-four hours, but no more than forty-eight hours, in advance of the work. The signs shall be placed no more than 150 feet apart on each side of the alleys, streets and parking areas and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. 3492.1 PART V APPENDICES 1293492.1 APPENDIX A VICINITY MAP ! ! !! ! ! ! ! ! !! ·142 ·71 ·60 ·57 !"10 Golden SpringsDr & Carpio Dr Grand Ave &Summitridge Ave DiamondBar Blvd &Grand AveGolden Springs Dr& Brea Canyon Rd Diamond Bar Blvd& Pathfinder Rd Diamond Bar Walnut Chino Hills Diamond BarBlvd & BreaCanyon Rd Diamond BarBlvd & GoldenSprings Dr Diamond BarBlvd & SunsetCrossing Rd Fern Hollow Dr& Pathfinder Rd Vicinity Map Exhibit 1 0 0.9 1.80.45 Miles Study Intersections City Boundary City of Diamond Bar Los Angeles County Caltrans District 7 ·210 ·142 ·60 ·72 ·71 ·66 ·57 ·91 ·39 ·83 ·90 %&605 !"5 !"10 Los Angeles County San Bernardino County Orange County 1293492.1 APPENDIX B IMPROVEMENT LAYOUTS D i am o n d B a r B l v dGolden Springs DrS02Install Nearside Supplemental VehicleSignal S18PBRestripe Existing Yellow CrosswalkEdgeline Page 1 Proejct Concept Layouts Diamond Bar Boulevard and Golden Springs Drive Location 200 ft250’ Radius Inuence A re a Diamond Bar BlvdSunset Crossing R d S02Install Nearside Supplemental VehicleSignal S18PBConvert Existing Crosswalk to High Visibility Crosswalk Page 2Diamond Bar Boulevard and Sunset Crossing Road Location 200 ft Project Concept Layouts 250’ Radius Inuence Area Grand A v e Diamond Bar BlvdS17PBInstall pedestrian countdown signal heads with Accessible Pedestrian Signal (APS) Project Concept Layouts Page 3Diamond Bar Boulevard and Grand Avenue Location 200 ft2 50’ R a d iu s In u e n c e A rea Diamond Bar BlvdProject Concept Layouts Page 4Diamond Bar Boulevard and Pathfinder Road Location 300 ft S17PBInstall pedestrian countdown signal heads with Accessible Pedestrian Signal (APS) Pathfi n d e r R d 250’ Radius Inuence Area Page 5Diamond Bar Boulevard and Brea Canyon Road Location 300 ft Project Concept Layouts S17PBInstall pedestrian countdown signal heads with Accessible Pedestrian Signal (APS)Brea CanyonBlvdDia m o n d B a r B lv d I n u ence Area Golden Springs Dr B r e a C a n y o n R d S02Install Nearside Supplemental Vehicle Signal S18PBConvert Existing Crosswalk to High Visibility Crosswalk S17PBInstall pedestrian countdown signal heads with Accessible Pedestrian Signal (APS) Page 6Golden Springs Drive and Brea Canyon RoadLocation 300 ft Project Concept Layouts 2 5 0 ’ R a d i u s I n uence Area Car p i o D r Golden Springs DrS17PBInstall pedestrian countdown signal heads with Accessible Pedestrian Signal (APS) Project Concept Layouts Page 7Golden Springs Drive and Carpio Drive Location 200 ft 250’ Radius In uence A r e a Grand Ave Summi tb r idge D r S02Install Nearside Supplemental VehicleSignal S18PBConvert Existing Crosswalk to High Visibility Crosswalk Page 8Grand Avenue and Summitridge Drive Location 200 ft Project Concept Layouts 250’ Radius Inuence Area Pathfinder Rd S02Install Nearside Supplemental Signal S18PBConvert Existing Crosswalk to High Visibility Crosswalk Brea Canyon RdBrea Canyon Road and Pathfinder Road Location 200 ft250’ Radius Inuence AreaProject Concept Layouts Figure 9 1293492.1 APPENDIX C TRAFFIC SIGNAL PLANS RMRAMeasure MR Local ReturnGas Tax eet Rehab.- Area 1a, 1b, 2 (Design)n)ntain Laurel) anyon to Lemon) to BCY)82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $ 250-5510-46412)Project DescriptionTotal FY Budget(109) Measure M(111)Gas Tax (112) Prop A(113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $ 780,000$ 350,000$ 140,000$ 100,000$ 190,0 $ ments (250-5510-46413) Project DescriptionTotal FY Budget(113) Prop CFoothill Transit Grant60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements100,000$ 60,000$ 40,000$ 0-5510-46420) Project DescriptionTotal FY Budget(107) Measure W(108)RMRA(109) Measure M (113) Prop Covements-Phase 3 (Flapjack-Design)65,000$ 65,000$ 5/13/2024 L1 Wz s t c U WJ A W w z a LUMINALIRES LUMINAIRE H.P.S.V.) l 2 i i 2 2 L1 Wz s t c U WJ A W w z a 10 LUMINALIRES LUMINAIRE H.P.S.V.) 2 2 2 2 2 2 02 2 04 LUM.M.A. VEHICLE 8 12 COND*IIIIIIIIIIIg============= CABLE , T= PHASE c. -----s.- OLA 1 05 06 07 08 2 2 2 TV-1-T(N)SP-1-T(N) 6 (N) aaassaaaaooaa 1 3' 11 AB 2 24-4-70 30' 45' 15' 31 OW GOLDEN SPRINGS DR i 02 3 3 EXISTING 3 3 1-A 3 3 3 3 s 04 TV -1-T SP -1-T 4 N EXISTING 11 2 4O 2 2 35'(N) 15' DLC 06 2-MAS(N) SV -1-T SP -1-T wo— 3 EXISTING 2 3 10 11 3 3 10' 08 TV-1-T(N) SP -1-T 9 COND. CABLE 2 (N) EXISTING 711111 2 2 6 2 30' TOTAL 3 3 3 2 8 (N) 10 10 3 5 ITERIS BELDEN 8281 1-A 1 1 2 2 1 1 TV -2-T 4 4 8 (N) EXISTING MDEO DETEC11ON POWER CABLE 1 1 2 2 1 1 DIAMOND BAR BE (R) 4 4 s00000vaaooee F- 6 (N) EXISTING 2 3110 11 9 PPB(R) 3'10" 12 PR. #19 I/C CABLE I 1 1 1 1(N) t N 1 2 PR. 119 I/C CABLE 5 COND. 1(N) . 1(N) 1(N) F7. FILL 30 61 CABLE 60 40 6 30 23 l 24 4 24 4 13 29 CONDUIT SIZE _ 2" 2" 2.5" 2.5" 35N es00000aaooas 2-2-12-3( N 2" 2- 4N 2-4(" N 2"(N) 2" CABLE n000vooaaooaa 10 LUMINALIRES LUMINAIRE H.P.S.V.) 2 2 2 2 2 2 02 2 04 LUM.M.A. VEHICLE 8 SERVACE ` T= PHASE c. -----s.- OLA 1 05 06 07 08 2 2 2 TV-1-T(N)SP-1-T(N) 6 (N) 9' 1 3' 11 AB 2 24-4-70 30' 45' 15' 31 OW GOLDEN SPRINGS DR i 02 3 3 EXISTING 3 3 1-A 3 3 3 3 s 04 TV -1-T SP -1-T 4 N EXISTING 11 2 4O 2 2 35'(N) 15' DLC 06 2-MAS(N) SV -1-T SP -1-T wo— 3 EXISTING 2 3 10 11 3 3 10' 08 TV-1-T(N) SP -1-T 2 (N) EXISTING 711111 2 2 6 2 30' TOTAL 3 3 3 2 8 (N) 10 10 3 5 ITERIS BELDEN 8281 1-A 1 1 2 2 1 1 TV -2-T 4 4 8 (N) EXISTING MDEO DETEC11ON POWER CABLE 1 1 2 2 1 1 DIAMOND BAR BE (R) 4 4 SP -1-T F- 6 (N) EXISTING 2 3110 11 9 PPB(R) 3'10" 12 PR. #19 I/C CABLE I 1 1 1 1(N) t N 1 2 PR. 119 I/C CABLE 1(N) . 1(N) 1(N) F7. FILL 30 61 44 60 40 6 30 23 l 24 4 24 4 13 29 CONDUIT SIZE _ 2" 2" 2.5" 2.5" 35N 2" 2-2-12-3( N 2" 2- 4N 2-4(" N 2"(N) 2" EXISTING PHASE DIAGRAM EX. 2"C.. 1-12 PR. 19 I/C TO y BALLENA DR. to co 00CO l AB EX. 1 "C. i I 05 06 07 08 Y NOTE: + PROTECTED -PERMISSIVE LEFT TURN J CONTINUE G N PROPOSED PHASE DIAGRAM Y N EX 2"C. i Q OLA = 06+07 DETAIL "E" NO SCALE) 1-12PR. #19 I/C DIAMOND BAR TO BUS SHELTER SCALE: 1 "=20' TYPE I 4 CASE "B" POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) I.I.S.N.S. LEGEND SIGNAL MOUNTING PED PUSH BUT. PLACEMENT 0 01 02 03 04 LUM.M.A. VEHICLE PED ARROW T= PHASE c. -----s.- OLA 1 05 06 07 08 OLA = 06+07 DETAIL "E" NO SCALE) 1-12PR. #19 I/C DIAMOND BAR TO BUS SHELTER SCALE: 1 "=20' TYPE I 4 CASE "B" POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) I.I.S.N.S. LEGEND SIGNAL MOUNTING PED PUSH BUT. PLACEMENT REMARKS NO. TYPE ''I HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED ARROW T= PHASE A" B" 1 1-A(N) 10' TV-1-T(N)SP-1-T(N) 6 (N) 9' 1 3' 11 AB 2 24-4-70 30' 45' 15' 31 OW GOLDEN SPRINGS DR 2 -MAS SV -1-T SP -1-T EXISTING 3 3 1-A 10' TV -1-T SP -1-T 4 N EXISTING 11 4O 26-4-80 30' 35'(N) 15' 31 OW DIAMOND BAR BE (R) 2-MAS(N) SV -1-T SP -1-T wo— 2 (N) EXISTING 2 3 10 11 5 1-A 10' TV-1-T(N) SP -1-T 2 (N) EXISTING 711111 6 26-47-70 30' 45' 15' 31 OW GOLDEN SPRINGS DR 2 -MAS SV -1-T SP -1-T 8 (N) EXISTING 311111' 7 1-A 10' TV -2-T SP -1-T 8 (N) EXISTING 11 8 26-4-70 30' 35'(N) 15' 31 OW DIAMOND BAR BE (R) 2-MAS(N) SV -1-T SP -1-T F- 6 (N) EXISTING 2 3110 11 9 PPB(R) 3'10" 4 (N) 13' 2' 11 15 ALL EQUIPMENT SHALL BE EXISTING UNLESS OTHERWISE NOTED: (N)=NEW. (R)=RELOCATED 13 CC EX. R6-2 8 10' 13 . , ----------------- 11 11 10 11 11 5 INSTALL ,--- - - --- AB EX. LO PS 2,5"C. 5 5 T w, AB EX. 1 C. 6 r ; _ r 9 TO BUS SHELTER ` ", 1 13' I 9 CC RC CB : 1 0 U I EX. VEHICLE HEAD » DETAIL of D 11 MOUNTED AT 17' HIGH DETAIL C No Scale) 3 REMOVE PORTION OF ; EXIST. MEDIAD ANDRECONSTRUCTf0 ; • MATCH EXISTING PAVEMENT. iEX15T. MEDIAN : :P CONSTRUC CURB IN KIND.,' w o 7 OS 2 1011 (NO Scale) N.T.S.UJI 5 _ 4 4 TYPE I w R72# N/ N/ 6 - =15 CASE wBw EX. 1 C.. 3 -DLC R=4 ((S/SS)) BOULEVARD EX. 1.5" 1-12 PR. #19 BC ;'% ` EX. R10-11(MOD) I/C EX. 1.5" 1-12 PR. #19 04+' O3 I/C TO GOLDRUSH DR. AB EX. LOOPS 07 04 04 TEX. R26(S)(CA) MEDIAN NOSE R3-4 c i G- -_ _ _ - _ - G - - - - -CUTBACK DETAIL4 — 2 s,r•, — — — — — N.T.S. ALL CONDUITS SHALL BE EXISTING, UNLESS OTHERWISE NOTED (N) = NEW. 6J3L + ALL CONDUCTORS, CONDUCTOR CABLES AND VIDEO CABLES SHALL BE NEW. 6J3U - ALL DETECTOR LOOP CABLES ARE EXISTING TO BE RE -PULLED. - - - EX. R26(S)(CA) , INTERCONNECT CABLES SHALL BE RE -PULLED IF WORK IS DONE IN EXISTING CONDUIT. EX. BUS SIGN - - GENERAL NOTES - — — - — — - EX. DETAIL "E" 12 EX. 1.5 C.. I C EX. 1 C.. 3 DLC 71. ALL MATERIAL AND WORK SHALL CONFORM TO THE MAY 2006 STANDARD PLANSL EX. 1 C., 3 DLC % 06+OLA AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION.12 EX. ,.5C.. EX. R3 -4 -\ TO BUS SHELTER CB 2. UTILITIES SHOWN ON THIS PLAN ARE CORRECT AND ACCURATE TO THE EXTENT OF I/ CEX. TO KMART, AVAILABLE RECORDS. THE CONTRACTOR IS REQUIRED TO TAKE STEPS TO ASCERTAIN TYPE 4 THE EXACT LOCATION OF THE UNDERGROUND UTILITIES PRIOR TO DOING WORK THAT -_ ( i CASE "B' MAY DAMAGE OR INTERFERE WITH THEIR SERVICE. 11 10 2 3. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL - CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF SEE DETAIL OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 227-2600. 48 HOURS IN ADVANCE OF WORK, BC 4. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL PLACEMENT. R6-1 (12'x36') NE WA PERFORM STRIPING REVISIONS PRIOR TO SETTING VIDEO DETECTION ZONES. 1 > R4-7 (24'x30') ' 5. ALL SIGNAL HEADS SHALL BE METAL ALL LENSES SHALL BE GLASS. ALL VEHICULAR i 1 DISPLAYS SHALL HAVE 12* SECTIONS. ALL PEDESTRIAN AND VEHICULAR DISPLAYS SHALL BE LED TYPE PER THE CONTRACT SPECIAL PROVISIONS. ALL PEDESTRIAN PUSH BUTTONS SHALL BE ADA COMPLIANT TYPE B. WITH 2" DIAMETER ACTUATOR. ALL TYPE OM 1-3 MARKS t __L, VISORS SHALL BE FULL CIRCLE. >< 7 DIR ( 18'x18') i i' . i, ECTION6. CONDUITS SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH OF TRAV 48" ; AUNLESSOTHERWISESPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE E CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUITS UNDER PAVING SHALL BE " EQz'4'v ISLAND p INSTALLED WITHOUT OPEN CUTTING. DETAIL "p" W 7. CROSS-HATCHED D AREAS DENOTE OUTPUTS TOTION ZONES NTH THE CONTROLLER. CHANNEL DESIGNATIONS DIRECTION OF TRA - FOR ASSIGNINGD vEL SCALE. -J' EX. 1.5"C.. 1-12 All » PR. #19 I/C 8. REMOVE CONFLICTING PORTIONS OF STRIPING AND MARKINGS FROM INTERSECTION DETAIL A PER THIS PLAN AND AS DIRECTED BY THE ENGINEER. EXTEND BARRIER LINES AS REQUIRED. SEE CONTRACT SPECIAL PROVISIONS (No Scale) 9. ALL PULL BOXES SHALL BE #5 UNLESS SHOWN OTHERWISE. 0 10. ALL WIRING SHALL BE MARKED (TAGGED) FOR PHASE, INTERCONNECT. VEHICLE DETECTION 0o IDENTIFICATION. 11. COORDINATE WITH EDISON COMPANY FOR ELECTRICAL CALTRANS STD. NOTES: , SERVICE AND STREET LIGHT REMOVAL WELL IN AB ABANDON. IF APPLIED TO CONDUIT, REMOVE CONDUCTORS. o ADVANCE OF NEED. 1 Z EX. 1.5-C., 1-12-- 12. 12 12. ALL PROPOSED SIGNS SHALL CONFORM TO THE BC INSTALL PULL BOX IN EXISTING CONDUIT RUN. PR. #19 I/C TO 1 I CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL PROSPECTORS RD. I DRAWN BY L CB INSTALL CONDUIT IN EXISTING PULL BOX. DEVICES (MUTCD), LATEST EDITION. CONNECT NEW ANDSPOTTEDBY13. POT HOLING REQUIRED FOR UTILITIES SHOWN OR NOT CC INSTALL CONDUCTORSASEXISTING INDICATED. REMOVE EXISTING CONDUCTORS AND ' • g, SHOWN SHALL BE THE RESPONSIBILITY OF THE AS --BUILT CONTRACTOR AND COST FOR SAME SHALL BE RC EQUIPMENT OR MATERIAL TO BE REMOVED AND BECOME THE PROPERTY OF THE SUPERVISED BY INCLUDED IN THE CONTRACT BID PRICE CONTRACTOR. RL RELOCATE EQUIPMENT. REMSED BY RS REMOVE AND SALVAGE EQUIPMENT. 16 ; I yjg M_ 213E = I r ? 213U E X1. R10-11(MOD) c 02 I IEX. LOOPS AB 214E 212L CONSTRUCTION NOTES (CONT.: EX. R73-3(CA) t 11 FURNISH AND INSTALL NEW ADA PED PUSH I I EX. YELLOW CROSSWALK (TYP.) 214u - 260' FROM BUTTONS COMPLETE FOR THE ENTIRE a - 212U w — -I- — — w — — ; CROSSWALK w __ INTERSECTION. SEE GENERAL NOTE 5 FOR t; Yds — — — — — — — — — — — SPECIFICATIONS. 5J1 U 12 REMOVE EXISTING 7 WIRE I/C FROM GOLDEN SPRINGS TO KMART. FURNISH AND INSTALL I 7 00 1-12PR #19 I/C IN EXISTING CONDUIT, APPROX. Y EE DETAIL OD"' ---i- ---- 800' FROM CONTROLLER TO CONTROLLER. l CONTRACTOR TO CONNECT AND TEST I/C. EX. X73-5(CA) — 3 13 PAINT 12" YELLOW CROSSWALK UNE PER 4-4- — — w — ;— w — AB — v — — — w — — — w — — W — - w — CALTRANS STD. PLAN A24E AB X LOOPS _ 06 = ;}-+ ` 14 NOT USED. 1 11 I ( I I EX. R10-11(MOD) 3 15 RL EXISTING PED PUSH BUTTON POST TO NEW EX. DETAIL "E 16 i 06+OLA 1 r- - 05 LOCATION PER THE POLE SCHEDULE. I _ EIR1011(MOD) TYPE w w 4 EX. R81 (CA) i I CASE B FURNISH AND INSTALL DETECTABLE WARNING 06P 3 -4 R3 3 06P SURFACE ONTO NEW HANDICAP RAMPS APWA 04P CONSTRUCTION NOTES: STD. PLAN 111-3. 2006 EDITION, TYPE AND 08 03 03 2 0$ - I 9 REMOVE EXIST. CONTROLLER FOUNDATION COMPLETE. CASE AS SHOWN. 8, 7 - 11 15 0 17 FURNISH AND INSTALL INTERCONNECT SPLICERLCOMPLETETOEXISTINGTYPE332. CABINET. 170 CONTROLLER AND EQUIPMENT CO LE w PEDESTAL INCLUDING 2-3 CONDUITS TO 16 NEW LOCATION AS SHOWN. ADJACENT PULL BOX AS SHOWN. PEDESTAL ISE _ - _ = 1 CONSTRUCT NEW CONTROLLER FOUNDATION AT THE NEW LOCATION WITH NEW I EX. R2 S) C _ O MARCONI COMMUNICATIONS INC. CATALOG NO. 8 , CONDUITS AS INDICATED ON THE CONDUCTOR SCHEDULE. CONTRACTOR SHALLEX. R8 CA( - UPC -1000. OR APPROVED EQUAL PEDESTAL1RINSTALLALLNECESSARYEQUIPMENTANDAPPURTENANCESTOPROVIDETHE 3 1 I 7 11 SHALL HAVE 2 EACH TERMINATION TERMINAL f INTENDED OPERATION PER THESE PLANS AND THE SPECIAL PROVISIONS. B" BLOCK ASSEMBLIES. TERMINAL BLOCK ASSEMBLIES SHALL BE TYPE 66M1-50 HAVING 1 I Q 2 FURNISH AND INSTALL NEW/RELOCATED SIGNAL EQUIPMENT PER POLE SCHEDULE. I 2 GROUPS OF 2 PINS EACH PER ROW WITHIEX. 1"C.. 2 DLC BRIDGING CLIPS, AND MOUNTED ON A TYPE 89 3 FURNISH AND INSTALL ITERIS VANTAGE VIDEO DETECTION CAMERA AND BRACKET. MOUNT BLOCKS ON 0.75" EXTERIOR lfYl MOUNTING ASSEMBLY ON LUMINAIRE MAST ARM. PLYWOOD PANEL A GROUND ROD IS ALSO REQUIRED. CONSTRUCT WHEEL CHAIR RAMP PER APWA TYPE AND CASE AS SHOWN. REPLACE pig ALL SIDEWALK WITHIN CURB RETURN AREAS (SCOREUNE TO SCOREUNE) AND ASABEX. LO PS I 18 INSTALL 6' DIAMETER INDUCTIVE LOOPS. DIRECTED BY THE ENGINEER. n, 3 5 CUTBACK EXISTING MEDIAN NOSE TO NEW LOCATION AS SHOWN. SEE "MEDIAN 19 RE-ROUTE AND RE-PULL 2 -DLC (08) IN w EXISTING CONDUIT. NOSE CUTBACK DETAIL 6 RS EXISTING PEDESTRIAN PUSH BUTTON POST. REMOVE FOUNDATION COMPLETE. 7 RS EXISTING VEHICLE HEAD. 11' 11' 15' 1 I I FURNISH AND INSTALL NEW SIGNAL EQUIPMENT PER POLE SCHEDULE. 3 , , EXISTING SIGNS AND POST COMPLETE. I L { I 9 FURNISH AND INSTALL NEW SIGNS AND POST PER DETAIL "A." J 10 RS EXISTING 30' MAST ARM. MAST ARM VEHICLE HEAD AND R10-12 SIGN. CO NUE RL ' EXISTING I.I.S.N.S., R10-11(MOD) SIGN TO NEW MAST ARM. U) EX. 1"C.. 2 DLC RL EXISTING R3-4 SIGN ON STANDARD TO NEW MAST ARM AS SHOWN. v _ SUBMITTEDPLANSDESIGNEDBY: Y-- oFEss,o DATE CITY OF DIAMOND BAR J' I 03/27/09 h 0 F-O K FE` f y BY DATE s RECOMMENDED TRAFFIC SIGNAL PLAN . 0 No. 42445 r^ DATE •rAgD4TECConsultingEngineersWm Traffic +ITS t Communications t Systema t Electrical Exp. 3-3, -, o BY DIAMOND BAR BOULEVARD 21700 Copley Drive Tei: (909) 860-6222 sr T C11\- DATE APPROVED 6 AT GOLDEN SPRINGS DRIVE . Suite 350 Fa>G (909) 860-6722 F OF C\F Diamond Bar. CA 91765 www.advantec—uso.com BY C.C. I SH 1 OF 4 SCALE: 1"_20' ; SEE DETAIL "C* -\ EX. LOOPS AB W W w 1V w — D 1110 ; b 111L , 6'X50') TYP:_ A 250' FROM 6 w — — CROSSWALK wo— w — 6J4U 6X25) X25) TYP. w — — w' -- w - 6J2L 6J4L ALL CONDUITS SHALL BE EXISTING, UNLESS OTHERWISE NOTED (N) = NEW. 6J3L + ALL CONDUCTORS, CONDUCTOR CABLES AND VIDEO CABLES SHALL BE NEW. 6J3U - ALL DETECTOR LOOP CABLES ARE EXISTING TO BE RE -PULLED. - - - EX. R26(S)(CA) , INTERCONNECT CABLES SHALL BE RE -PULLED IF WORK IS DONE IN EXISTING CONDUIT. EX. BUS SIGN - - GENERAL NOTES - — — - — — - EX. DETAIL "E" 12 EX. 1.5 C.. I C EX. 1 C.. 3 DLC 71. ALL MATERIAL AND WORK SHALL CONFORM TO THE MAY 2006 STANDARD PLANSL EX. 1 C., 3 DLC % 06+OLA AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION.12 EX. ,.5C.. EX. R3 -4 -\ TO BUS SHELTER CB 2. UTILITIES SHOWN ON THIS PLAN ARE CORRECT AND ACCURATE TO THE EXTENT OF I/ CEX. TO KMART, AVAILABLE RECORDS. THE CONTRACTOR IS REQUIRED TO TAKE STEPS TO ASCERTAIN TYPE 4 THE EXACT LOCATION OF THE UNDERGROUND UTILITIES PRIOR TO DOING WORK THAT -_ ( i CASE "B' MAY DAMAGE OR INTERFERE WITH THEIR SERVICE. 11 10 2 3. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL - CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF SEE DETAIL OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 227-2600. 48 HOURS IN ADVANCE OF WORK, BC 4. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL PLACEMENT. R6-1 (12'x36') NE WA PERFORM STRIPING REVISIONS PRIOR TO SETTING VIDEO DETECTION ZONES. 1 > R4-7 (24'x30') ' 5. ALL SIGNAL HEADS SHALL BE METAL ALL LENSES SHALL BE GLASS. ALL VEHICULAR i 1 DISPLAYS SHALL HAVE 12* SECTIONS. ALL PEDESTRIAN AND VEHICULAR DISPLAYS SHALL BE LED TYPE PER THE CONTRACT SPECIAL PROVISIONS. ALL PEDESTRIAN PUSH BUTTONS SHALL BE ADA COMPLIANT TYPE B. WITH 2" DIAMETER ACTUATOR. ALL TYPE OM 1-3 MARKS t __L, VISORS SHALL BE FULL CIRCLE. >< 7 DIR ( 18'x18') i i' . i, ECTION6. CONDUITS SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH OF TRAV 48" ; AUNLESSOTHERWISESPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE E CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUITS UNDER PAVING SHALL BE " EQz'4'v ISLAND p INSTALLED WITHOUT OPEN CUTTING. DETAIL "p" W 7. CROSS-HATCHEDD AREAS DENOTE OUTPUTS TOTION ZONES NTH THE CONTROLLER. CHANNEL DESIGNATIONS DIRECTION OF TRA - FOR ASSIGNINGD vEL SCALE. -J' EX. 1.5"C.. 1-12 All » PR. #19 I/C 8. REMOVE CONFLICTING PORTIONS OF STRIPING AND MARKINGS FROM INTERSECTION DETAIL A PER THIS PLAN AND AS DIRECTED BY THE ENGINEER. EXTEND BARRIER LINES AS REQUIRED. SEE CONTRACT SPECIAL PROVISIONS (No Scale) 9. ALL PULL BOXES SHALL BE #5 UNLESS SHOWN OTHERWISE. 0 10. ALL WIRING SHALL BE MARKED (TAGGED) FOR PHASE, INTERCONNECT. VEHICLE DETECTION 0o IDENTIFICATION. 11. COORDINATE WITH EDISON COMPANY FOR ELECTRICAL CALTRANS STD. NOTES: , SERVICE AND STREET LIGHT REMOVAL WELL IN AB ABANDON. IF APPLIED TO CONDUIT, REMOVE CONDUCTORS. o ADVANCE OF NEED. 1 Z EX. 1.5-C., 1-12-- 12. 12 12. ALL PROPOSED SIGNS SHALL CONFORM TO THE BC INSTALL PULL BOX IN EXISTING CONDUIT RUN. PR. #19 I/C TO 1 I CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL PROSPECTORS RD. I DRAWN BY L CB INSTALL CONDUIT IN EXISTING PULL BOX. DEVICES (MUTCD), LATEST EDITION. CONNECT NEW ANDSPOTTEDBY13. POT HOLING REQUIRED FOR UTILITIES SHOWN OR NOT CC INSTALL CONDUCTORSASEXISTING INDICATED. REMOVE EXISTING CONDUCTORS AND ' • g, SHOWN SHALL BE THE RESPONSIBILITY OF THE AS --BUILT CONTRACTOR AND COST FOR SAME SHALL BE RC EQUIPMENT OR MATERIAL TO BE REMOVED AND BECOME THE PROPERTY OF THE SUPERVISED BY INCLUDED IN THE CONTRACT BID PRICE CONTRACTOR. RL RELOCATE EQUIPMENT. REMSED BY RS REMOVE AND SALVAGE EQUIPMENT. 16 ; I yjg M_ 213E = I r ? 213U E X1. R10-11(MOD) c 02 I IEX. LOOPS AB 214E 212L CONSTRUCTION NOTES (CONT.: EX. R73-3(CA) t 11 FURNISH AND INSTALL NEW ADA PED PUSH I I EX. YELLOW CROSSWALK (TYP.) 214u - 260' FROM BUTTONS COMPLETE FOR THE ENTIRE a - 212U w — -I- — — w — — ; CROSSWALK w __ INTERSECTION. SEE GENERAL NOTE 5 FOR t; Yds — — — — — — — — — — — SPECIFICATIONS. 5J1 U 12 REMOVE EXISTING 7 WIRE I/C FROM GOLDEN SPRINGS TO KMART. FURNISH AND INSTALL I 7 00 1-12PR #19 I/C IN EXISTING CONDUIT, APPROX. Y EE DETAIL OD"' ---i- ---- 800' FROM CONTROLLER TO CONTROLLER. l CONTRACTOR TO CONNECT AND TEST I/C. EX. X73-5(CA) — 3 13 PAINT 12" YELLOW CROSSWALK UNE PER 4-4- — — w — ;— w — AB — v — — — w — — — w — — W — - w — CALTRANS STD. PLAN A24E AB X LOOPS _ 06 = ;}-+ ` 14 NOT USED. 1 11 I ( I I EX. R10-11(MOD) 3 15 RL EXISTING PED PUSH BUTTON POST TO NEW EX. DETAIL "E 16 i 06+OLA 1 r- - 05 LOCATION PER THE POLE SCHEDULE. I _ EIR1011(MOD) TYPE w w 4 EX. R81 (CA) i I CASE B FURNISH AND INSTALL DETECTABLE WARNING 06P 3 -4 R3 3 06P SURFACE ONTO NEW HANDICAP RAMPS APWA 04P CONSTRUCTION NOTES: STD. PLAN 111-3. 2006 EDITION, TYPE AND 08 03 03 2 0$ - I 9 REMOVE EXIST. CONTROLLER FOUNDATION COMPLETE. CASE AS SHOWN. 8, 7 - 11 15 0 17 FURNISH AND INSTALL INTERCONNECT SPLICERLCOMPLETETOEXISTINGTYPE332. CABINET. 170 CONTROLLER AND EQUIPMENT CO LE w PEDESTAL INCLUDING 2-3 CONDUITS TO 16 NEW LOCATION AS SHOWN. ADJACENT PULL BOX AS SHOWN. PEDESTAL ISE _ - _ = 1 CONSTRUCT NEW CONTROLLER FOUNDATION AT THE NEW LOCATION WITH NEW I EX. R2 S) C _ O MARCONI COMMUNICATIONS INC. CATALOG NO. 8 , CONDUITS AS INDICATED ON THE CONDUCTOR SCHEDULE. CONTRACTOR SHALLEX. R8 CA( - UPC -1000. OR APPROVED EQUAL PEDESTAL1RINSTALLALLNECESSARYEQUIPMENTANDAPPURTENANCESTOPROVIDETHE 3 1 I 7 11 SHALL HAVE 2 EACH TERMINATION TERMINAL f INTENDED OPERATION PER THESE PLANS AND THE SPECIAL PROVISIONS. B" BLOCK ASSEMBLIES. TERMINAL BLOCK ASSEMBLIES SHALL BE TYPE 66M1-50 HAVING 1 I Q 2 FURNISH AND INSTALL NEW/RELOCATED SIGNAL EQUIPMENT PER POLE SCHEDULE. I 2 GROUPS OF 2 PINS EACH PER ROW WITHIEX. 1"C.. 2 DLC BRIDGING CLIPS, AND MOUNTED ON A TYPE 89 3 FURNISH AND INSTALL ITERIS VANTAGE VIDEO DETECTION CAMERA AND BRACKET. MOUNT BLOCKS ON 0.75" EXTERIOR lfYl MOUNTING ASSEMBLY ON LUMINAIRE MAST ARM. PLYWOOD PANEL A GROUND ROD IS ALSO REQUIRED. CONSTRUCT WHEEL CHAIR RAMP PER APWA TYPE AND CASE AS SHOWN. REPLACE pig ALL SIDEWALK WITHIN CURB RETURN AREAS (SCOREUNE TO SCOREUNE) AND ASABEX. LO PS I 18 INSTALL 6' DIAMETER INDUCTIVE LOOPS. DIRECTED BY THE ENGINEER. n, 3 5 CUTBACK EXISTING MEDIAN NOSE TO NEW LOCATION AS SHOWN. SEE "MEDIAN 19 RE-ROUTE AND RE-PULL 2 -DLC (08) IN w EXISTING CONDUIT. NOSE CUTBACK DETAIL 6 RS EXISTING PEDESTRIAN PUSH BUTTON POST. REMOVE FOUNDATION COMPLETE. 7 RS EXISTING VEHICLE HEAD. 11' 11' 15' 1 I I FURNISH AND INSTALL NEW SIGNAL EQUIPMENT PER POLE SCHEDULE. 3 , , EXISTING SIGNS AND POST COMPLETE. I L { I 9 FURNISH AND INSTALL NEW SIGNS AND POST PER DETAIL "A." J 10 RS EXISTING 30' MAST ARM. MAST ARM VEHICLE HEAD AND R10-12 SIGN. CO NUE RL ' EXISTING I.I.S.N.S., R10-11(MOD) SIGN TO NEW MAST ARM. U) EX. 1"C.. 2 DLC RL EXISTING R3-4 SIGN ON STANDARD TO NEW MAST ARM AS SHOWN. v _ SUBMITTEDPLANSDESIGNEDBY: Y-- oFEss,o DATE CITY OF DIAMOND BAR J' I 03/27/09 h 0 F-O K FE` f y BY DATE s RECOMMENDED TRAFFIC SIGNAL PLAN . 0 No. 42445 r^ DATE •rAgD4TECConsultingEngineersWm Traffic +ITS t Communications t Systema t Electrical Exp. 3-3, -, o BY DIAMOND BAR BOULEVARD 21700 Copley Drive Tei: (909) 860-6222 sr T C11\- DATE APPROVED 6 AT GOLDEN SPRINGS DRIVE . Suite 350 Fa>G (909) 860-6722 F OF C\F Diamond Bar. CA 91765 www.advantec—uso.com BY C.C. I SH 1 OF 4 SCALE: 1"_20' ; INSTALL NEW HIGH VISIBILITY CROSSWALK AND NEARSIDE VEHICLE INDICATIONS1Ø4 Ø2 Ø8 TV-2-T (N) TV-2-T (N) TV-2-T (N) 21 21 21 20 INSTALL STANDARD STYLE 12" CROSSWALK EDGE LINES (YELLOW) PER CA-MUTCD FIGURE 3B-19. MATCH EXISTING WIDTH. 2020 20 20 FURNISH AND INSTALL NEW SIGNAL EQUIPMENT PER POLE SCHEDULE. CONTRACTOR TO VERIFY IF EXISTING CONDUCTORS ARE SUFFICIENT AND AVAILABLE FOR INTENDED OPERATIONS AS SHOWN ON PLAN. 21 RS EXISTING VEHICLE HEAD. 1 1 1 1 1 1 1 W s M ALL CONDUITS, CABLES AND CONDUCTORS ARE EXISTING. 1-12 PAIR 119 INTERCONNECT CABLE. - - - - N0 a ms t--c TO BCR a I 212U m 1 0 1 11 r s L EXIST. 1"C, 1 -DLC — loom 011RO iWa+11:r f;01 EXIST. 1.5'C, 1-12PR.#19 INTERCONNECT CONDUCTOR SCHEDULE SPRINGS LANE D I A M O N D 03 04 01p I PIED. TYPE PHASE W. I 'B' 1 i1 g61 02 03 94 250W Sunset Crossing R MAS(N)/MAS(R) SV -1-T SP -1-T B 4 USED 6 Zr` 0000©00000 05 1 06 97 1 08 TV-2-T(N) SP -1-T B 6 EXISTING 171 3 24-4-70 30' 35' 15' 20OW Diamond Bar BI 2 -MAS SV -1-T SP -1-T B 6 EXISTING) 4 15 30' 15' 250W SV -1-T SP -1-T B 000©©00000 3 5 26-4-70 30' 45'(N) 15' 250W Sunset Crossing R MAS(N)/MAS(R) SV -1-Tr • B 8 EXISTING) 2 6 6 1-A 10' 15' 00000® TV -1-T SP -1-T B 2 EXISTING) 7 19-3-70 30' 25' 15' av000©©000 Diamond Bar BI I 2 -MAS 2-SV-1-T(N) SP -1-T I B 1 2 EXISTING) I7 8 15 30' 15' 250W I - I SV -1-T SP -1-T I B 1 4 EXISTING) I 3 r 00000 vaove000eva! vv©ov0000ae 0000000000 r, _ • • _ ae sooveaeae 000000000100 r, r 00000000000 r` r 00000©©©©00 r 0000®00000, r 0000000000'. r' . r oae©©vevave r 00000000 r a©saaoveeae dOODDOOO©00 v 00000aaaoe r 0000 000 aaaavevavo© CONDUIT ALL CONDUITS, CABLES AND CONDUCTORS ARE EXISTING. 1-12 PAIR 119 INTERCONNECT CABLE. - - - - N0 a ms t--c TO BCR a I 212U m 1 0 1 11 r s L EXIST. 1"C, 1 -DLC — loom 011RO iWa+11:r f;01 EXIST. 1.5'C, 1-12PR.#19 INTERCONNECT CABLE TO GENTLE SPRINGS LANE D I A M O N D 03 04 01p EXIST. 1'C, 1 -DLC - 2t, ; A DLC- a,A S.- — GENERAL NOTES EXISTING PHASE DIAGRAM NOTE: 02 AND 06 ON VEHICLE RECALL. PROPOSED PHASE DIAGRAM STANDARD LUMINAIRE H.P.S.V.) r NOT PED. PUSH BUT. PLACEMENT REMARKS USED 02 03 04 01p I PIED. TYPE PHASE I 'B' 1 i1 g61 02 03 94 250W Sunset Crossing R MAS(N)/MAS(R) SV -1-T SP -1-T B 4 USED 6 Z 1-A 10' 05 1 06 97 1 08 NOTE: 02 AND 06 ON VEHICLE RECALL. PROPOSED PHASE DIAGRAM NOTE: X12 AND 06 ON VEHICLE RECALL. OLP A=04+05 EXIST. 1.5"C, 1-12PR.#19 INTERCONNECT 51 D Q O Iin; POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) r SIGNAL MOUNTING PED. PUSH BUT. PLACEMENT REMARKS 01 02 03 04 01p VEHICLE I PIED. TYPE PHASE A" I 'B' 1 i1 05 06 07 1 08 NOTE: X12 AND 06 ON VEHICLE RECALL. OLP A=04+05 EXIST. 1.5"C, 1-12PR.#19 INTERCONNECT 51 D Q O Iin; POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) I.S.N.S. LEGEND SIGNAL MOUNTING PED. PUSH BUT. PLACEMENT REMARKS NO. TYPE HEIGHT SIG.M.A. LUM.M.A. VEHICLE I PIED. TYPE PHASE A" I 'B' 1 26-4-70 30' 45'(N) 15' 250W Sunset Crossing R MAS(N)/MAS(R) SV -1-T SP -1-T B 4 EXISTING) 2 6 Z 1-A 10' TV-2-T(N) SP -1-T B 6 EXISTING 171 3 24-4-70 30' 35' 15' 20OW Diamond Bar BI 2 -MAS SV -1-T SP -1-T B 6 EXISTING) 4 15 30' 15' 250W SV -1-T SP -1-T B 8 EXISTING) 3 5 26-4-70 30' 45'(N) 15' 250W Sunset Crossing R MAS(N)/MAS(R) SV -1-T SP -1-T B 8 EXISTING) 2 6 6 1-A 10' 15' TV -1-T SP -1-T B 2 EXISTING) 7 19-3-70 30' 25' 15' 20OW Diamond Bar BI I 2 -MAS 2-SV-1-T(N) SP -1-T I B 1 2 EXISTING) I7 8 15 30' 15' 250W I - I SV -1-T SP -1-T I B 1 4 EXISTING) I 3 ALL EQUIPMENT ARE EXISTING UNLESS OTHERWISE NOTED: (R) = RELOCATED, (N) = NEW L ILn C E`, SCALE: 1" - 20' 14' 12' 10- 12' 161 OLP A (04 + 05)4`' _ I SEE DETAIL 'A"// r- I oo—o 1 0 1 Z PV i-n-_ 'Iii C' O `\ P1 P\ DETAIL "A" ALL 12" SECTIONS SCALE: NONE PHASE 5 N.T.S. l = 4 IKC 2- 3 I r r r ,rlt r_R =' sJ 4 J f')JTI— rj I I I I J f I I —f I I' i i EXIST. 1"C, 1 -DLC5 08 ( 1 T Bus Bench EXIST. 1'C, 1 -DLC I 1I M .. - 06 o ''" Bus Podtt i 1 rl I N 06- Ir 6J2L v - r-jr-1 s i m t 6J2U 5 _-___: ;;_..f ; B O U L E V A R D 285' TOBAR6 BCR ` k a 4 111U 4-376 5a I7P5J1U N 6 I 4 IOLPA (04 05) _ 02 _ 212L SEE DETAIL 'A" N R 2 - s lei Y-( \., rI r T,c Bus Pad i 1 '' , 7 ' A. z — C3 2 ZP + 04 5_ ., .6 IN,2 •[ —Y : : : p• / ,, 6 %1%6r'sC'l . f_.! ` Bus Bench ryPVt,j O EXIST. TYPE III -BF t -i- 9 _ ' ` t,_, -=y.i " SERVICE CABINET LJ Ij I 1. ALL MATERIAL AND WORK SHALL CONFORM TO THE JULY 2002 STANDARD PLANS AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION. 2. ALL PROPOSED SIGNS SHALL CONFORM TO MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). CA SUPPLEMENT LATEST EDITION. 3. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 227-2600, 48 HOURS IN ADVANCE OF WORK. 4. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL PLACEMENT. 5. ALL SIGNAL HEADS SHALL BE METAL, ALL LENSES SHALL BE GLASS. ALL VEHICULAR DISPLAYS SHALL HAVE 12" SECTIONS. ALL VEHICULAR DISPLAYS SHALL BE LED TYPE PER THE CONTRACT SPECIAL PROVISIONS. ALL VISORS SHALL BE FULL CIRCLE. 6. ALL LOOPS SHALL BE 6' IN DIAMETER WITH 10' SPACING IN THE DIRECTION OF TRAVEL AND CENTERED IN THE LANE EXCEPT AS SHOWN. 7. ALL SALVAGED EQUIPMENT SHALL BE DELIVERED TO THE CITY'S DESIGNATED LOCATION. NOTIFY PRIOR TO DELIVERY. 73V-1 1 I ; O 20' - ,'-_' - O (ON CURB) EXIST. 2"C, 1-12PR.#19 INTERCONNECT y „ ,t 1 ; + CABLE TO SR -57 NB ON-RAMP R=35 R=35' CDMOUNTED@17' HIGH g8 8 - - I CONSTRUCTION NOTES: 1 EXISTING TYPE 170E CONTROLLER ASSEMBLY IN MODEL 332 CABINET TO REMAIN. INSTALL TWO LOAD SWITCHES AND MODIFY APPURTENANCES AS NECESSARY FOR THE INTENDED OPERATION. STANDARD NOTES: QRS EXISTING 35 MAST ARM. n! (PER CALTRANS STD. PLAN ES -1A) RL EXISTING 3-12" (R,Y,G) MAST ARM VEHICLE HEAD AND INTERNALLY ILLUMINATED STREET SIGN SCHEDULE t, v ' j NAME SIGN (I.I.S.N.S.) TO THE NEW 45 MAST ARM AT LOCATIONS n& n. POLE NO. MOUNT ON I FAC -1 I INGPOLEMASTARM RS REMOVE AND SALVAGE EQUIPMENT. 1 W i INSTALL 45' MAST ARM AND 3-12' (RA,YA,GA) VEHICLE HEAD. W l RL RELOCATE EQUIPMENT. F1 RS EXISTING 3-12" (R,Y,G) VEHICLE HEAD. 1 - R73-2(CA) * N REUSE EXISTING MOUNTING ASSEMBLY AND INSTALL 3-12" (RA,YA,GA) VEHICLE HEAD. 5 - R73-3(CA) * S ! O D4 INSTALL 6' DIAMETER INDUCTIVE LOOPS. SEE STANDARD PLAN ES -7N. DETAIL U. E5 SPLICE NEW LOOP WIRES TO EXISTING DLC IN PULL BOX. INSTALL NEW SIGN ON MAST ARM. SEE SIGN SCHEDULE. W 22. RS EXISTING 3-12" (R,Y,G) VEHICLE HEAD. 22 6 INSTALL 5 - 12" (R,Y,G,YA,GA) VEHICLE HEAD (SEE DETAIL OA"). YELLOW AND GREEN ARROWS SHALL BE "PROGRAMMED -VISIBILITY" (PV) HEADS AND SHALL BE VISIBLE ONLY TO EASTBOUND RIGHT TURN VEHICLES ON THE SOUTHERLY MOST LANE. PLAPiS DESIGNED BY. SUBMITTED ESS/DATE CITY OF DIAMOND B A RQQpEp4, O K <<,, BY DA _' z RECIMENDED TRAFFIC SIGNAL PLAN ADVANTEC Consulting Engineers CID, Na 14842 DATE Traffic +ITS+ Communications +Systems+ El rtrical k E* 06/30/07 BY DIAMOND BAR BOULEVARD rl E'tECT Ri p. 2,700 Copley Drive Tel: (909) 860-6222 jf Of* C APPROVED AT SUNSET CROSSING ROAD Suite 350 Fox: (909) 860-6722 DATE 3Ai./S1 Diamond Bar, CA 91765 rrwwadvantec-usacom BY / C.C. SH 3 OF 7 1 SCALE: 1"=20' PROJECT NOTES A SEPARATE FIRST INDUCTIVE LOOP IN THE LANE FROM OTHER LOOPS; SPLICE FIRST LOOP TO NEW DLC AND LEAVE REMAINING LOOPS SPLICED TO EXISTING DLC. SEE LOOP MODIFICATION DETAIL FOR EXAMPLE WITH TWO LOOPS, SEE CALTRANS STD PLAN ES-5A FOR OTHER SPLICE ARRANGEMENTS B ADD DETECTOR INPUTS (AS NECESSARY) TO REFLECT ADDITIONAL DETECTION AS SHOWN ON PLAN LEGEND: DETECTOR INPUT FILE (TO BE DETERMINED IN FIELD) A A B A A A A Ø6 Ø2 INSTALL NEW HIGH VISIBILITY CROSSWALK ANDNEARSIDE VEHICLE INDICATIONS8 88 8 9 9 8 INSTALL LADDER STYLE HIGH VISIBILITY CROSSWALK (WHITE) PER CA-MUTCD FIGURE 3B-19. MATCH EXISTING WIDTH. RS9 EXISTING VEHICLE HEAD. FURNISH AND INSTALL NEW SIGNAL EQUIPMENT PER POLE SCHEDULE. CONTRACTOR TO VERIFY IF EXISTING CONDUCTORS ARE SUFFICIENT AND AVAILABLE FOR INTENDED OPERATIONS AS SHOWN ON PLAN. SV-2-TA SV-2-TA 1 11 11 1 1 L, ALL CONDUITS ARE EXISTING UNLESS OTHERWISE NOTED. Q ALL CABLES AND CONDUCTORS ARE NEW UNLESS OTHERWISE NOTED. N) = NEW CONDUIT TO BE INSTALLED. n n E) = EXISTING CABLES AND/OR CONDUCTORS TO BE REUSED. BELDEN NO. 8281 COAXIAL CABLE. SEE SPECIAL PROVISIONS. O O 16-3 SJO POWER CABLE. 1-12 PAIR #19 INTERCONNECT CABLE. GR A N D 1 STANDARD LUMINAIRE H. P. S. V. ) CONDUCTOR S I GNAL MOUNTING SCHEDULE REMARKS NO -1 TYPE HE I GHT S I G. M- A LUM. M. A CIRCUIT aoa000 000 o®®® 1 HASEI QUAD -1 1 26-4-70 1. 15' (N ) 250W(N) DIAMOND BAR BL 2 -MAS SV -1-T SP -1-T 2 (N ) 0©©00000000000 SEE NOTES 10-16 3 21. O15 2 INTERCONNECT 8' 04EXISTING TO CLEAR CREEK CANYON. SV -1 -T Jill 4 N SEE NOTES 10-14 & 17. oaoao©00000000 30' 15'(N) 250W(N) 100 BREAK EXISTING 2" CONDUIT WITH N 3 29-5-70 1-12 PAIR 19 INTERCONNECT 00000©ao©0000ao I GRAND AVE CABLE. INSTALL 1 DLC. - SP -1-T 4(N) N SEE NOTES 10-16. O15 12' 250W 0000©00000®0000 Il SV -1-T SP -1-T 6 U Z uj 15(N) EXISTING IRRIGATION v 250W(N) CONTROLLER. PROTECT cv Lu I E IN PLACE. 26-4-70 w 45' 15'(N) 250W(N) DIAMOND BAR BL 2 -MAS SV -1 -T SP -1 -T 6 (N ) E 0©00000 0 O15 6SEE 28.5 12' 250W SV -1 -T SP --1-T 8 S NOTES 10-14 d. 17. 15 (N) 30' 15' (N ) 25OW(N ) SV-1-T(U) SP-1-T(U) 8(N) S 7 29-5-70 30' 50' 15' (N ) a s soo©oo©aoaaao GRAND AVE 2 -MAS SV -1 -T SP -1 -T 8(N ) S SEE NOTES 10-16. O15 8 28.5' 12' 250W 000©v©a0000©oo s SV -1 -T SP -1 -T 2 W SEE NOTES 10-14 &17. 15(N) 30' 15'(N) 250W(N) SV-1-T(U) SP-1-T(U) OOOOD©00000000 W 0000©000000©aa 0000©oa000000ao ao o©aoao soa000 000000000 00000 00000000000000 0000©000000000 a oa®a®oao s000 s 000©v©000000000 TYPE : o000000a000 0000 o aoo a000 o s so CABLE 000000a00000000 00000©0©©©00000 000 ao®000000000 O©©©00000000000 L '- 0000©0000000 0. I• W a0000©000000©oa m rso a saooaa0000© ALL CONDUITS ARE EXISTING UNLESS OTHERWISE NOTED. Q ALL CABLES AND CONDUCTORS ARE NEW UNLESS OTHERWISE NOTED. N) = NEW CONDUIT TO BE INSTALLED. n n E) = EXISTING CABLES AND/OR CONDUCTORS TO BE REUSED. BELDEN NO. 8281 COAXIAL CABLE. SEE SPECIAL PROVISIONS. O O 16-3 SJO POWER CABLE. 1-12 PAIR #19 INTERCONNECT CABLE. GR A N D 1 IEXISTINGIRRIGATIONIO0 SERVICE PEDESTAL. M PROTECT IN PLACE. W I -Iu) x .-. x REMOVE EXISTING TRAFFIC J M SIGNAL SERVICE PEDESTAL. ! ' SET NO. 6 PULL BOX AS I SHOWN. SPLICE SERVICE I I ICONDUCTORS. 97 7J5U 97 + +98 ( 6' X 50' ) 7J5L 6' X 50' ) V\ POLE SCHEDULE STANDARD LUMINAIRE H. P. S. V. ) P S I GNAL MOUNTING PED. PUSH BUT. REMARKS NO -1 TYPE HE I GHT S I G. M- A LUM. M. A VEH I CLE I 1 HASEI QUAD -1 1 26-4-70 1. 15' (N ) 250W(N) DIAMOND BAR BL 2 -MAS SV -1-T SP -1-T 2 (N ) W SEE NOTES 10-16 3 21. O15 2 INTERCONNECT 8' 04EXISTING TO CLEAR CREEK CANYON. SV -1 -T Jill 4 N SEE NOTES 10-14 & 17. 15(N) 30' 15'(N) 250W(N) 100 BREAK EXISTING 2" CONDUIT WITH N 3 29-5-70 1-12 PAIR 19 INTERCONNECT 15' (N ) I GRAND AVE CABLE. INSTALL 1 DLC. - SP -1-T 4(N) N SEE NOTES 10-16. O15 12' 250W w Il SV -1-T SP -1-T 6 U Z uj 15(N) EXISTING IRRIGATION v 250W(N) CONTROLLER. PROTECT cv Lu I E IN PLACE. 26-4-70 w 45' 15'(N) IEXISTINGIRRIGATIONIO0 SERVICE PEDESTAL. M PROTECT IN PLACE. W I -Iu) x .-. x REMOVE EXISTING TRAFFIC J M SIGNAL SERVICE PEDESTAL. ! ' SET NO. 6 PULL BOX AS I SHOWN. SPLICE SERVICE I I ICONDUCTORS. 97 7J5U 97 + +98 ( 6' X 50' ) 7J5L 6' X 50' ) V\ POLE SCHEDULE STANDARD LUMINAIRE H. P. S. V. ) I.S.N. S. LEGEND S I GNAL MOUNTING PED. PUSH BUT. REMARKS NO -1 TYPE HE I GHT S I G. M- A LUM. M. A VEH I CLE I PED. HASEI QUAD -1 1 26-4-70 30' 45' 15' (N ) 250W(N) DIAMOND BAR BL 2 -MAS SV -1-T SP -1-T 2 (N ) W SEE NOTES 10-16 3 21. O15 2 28.5' 8' 250W SV -1 -T SP -1 -T 4 N SEE NOTES 10-14 & 17. 15(N) 30' 15'(N) 250W(N) SV-1-T(U) SP-1-T(U) 4(N) N 3 29-5-70 30' 50' 15' (N ) 250W(N) GRAND AVE 2 -MAS SV -1-T SP -1-T 4(N) N SEE NOTES 10-16. O15 28.5 12' 250W SV -1-T SP -1-T 6 E SEE NOTES 10-14 d 17. 15(N) 30' 15'(N) 250W(N) SY-1-M) SP-1-T(U) 6(N) E 5 26-4-70 30' 45' 15'(N) 250W(N) DIAMOND BAR BL 2 -MAS SV -1 -T SP -1 -T 6 (N ) E SEE NOTES 10-16. O15 6SEE 28.5 12' 250W SV -1 -T SP --1-T 8 S NOTES 10-14 d. 17. 15 (N) 30' 15' (N ) 25OW(N ) SV-1-T(U) SP-1-T(U) 8(N) S 7 29-5-70 30' 50' 15' (N ) 25OW(N ) GRAND AVE 2 -MAS SV -1 -T SP -1 -T 8(N ) S SEE NOTES 10-16. O15 8 28.5' 12' 250W SV -1 -T SP -1 -T 2 W SEE NOTES 10-14 &17. 15(N) 30' 15'(N) 250W(N) SV-1-T(U) SP-1-T(U) 2(N) W ALL EQUIPMENT IS EXISTING UNLESS OTHERWISE NOTED. EXISTING 3,4" PVC CONDUIT FOR BUS SHELTER. INSTALL 2#12 CONDUCTORS. SEE NOTE 20. N) = NEW EQUIPMENT TO FURNISHED AND INSTALLED. I; 6` R=35'+ EXISTING 1.5" CONDUIT. INSTALL 1 DLC - fro T LC. 6T 61 1 11 r tQLo6 - ' / 7 227' ABANDON. 11 a ' 00 i REFERENCE) 9 y 10 ------- r--- 2 1•- 5 6 06 p r''1 02 p;,, 8O </., 105 11 11 08 02 08P L- ¢ 08p I 05 02 ` 1 07 8J7L 1 - I t, . f--I AVENUE ,,_ I --I 1 8J6U8J7U L-? 08 I D 03 too _ 16 3X550 ) 11 _ T + T I 0 07 `} (6' 315U X50' I t 1\ ' Q( SCHEDULE 80 PVC ) ilei f 4I6U + -4I8UQ 04 } 1 y 4I8L 03 I SEE NOTE 19. o „ 04p 06 06 01 04 04p == 0 6- - - 1 :: _ _ 1 EXISTING 2" CONDUIT WITH 6 • 3 1-12 PAIR #19 INTERCONNECT O •e l06p 01 L11 ! O EXISTING INTERCONNECT TO MONTEFINO CABLE AND 2#14 CONDUCTORS. \ II _ -V Q3 02p SEE SHEET 8 FOR INTERCONNECT CONSTRUCTION. AND 2#14 CONDUCTORS (FIRE PRE-EMPTION). INSTALL 1 DLC-'\ I ..,IT \\ + 22 240' ®\ - J so 1 r IQ Ln SEE NOTE 18. TYPICAL. W1- Z <aU0 O _ 0 WC c i w z W< L U we m w C) CL 0 N DRAWN SPOTTED AS BUILT SUPERVISED BY REVIEWED BY REFERENCE) r 6° + l O 1 12 LOCATIONS. NOTE$, CONTINUED NOTES d - E .A 10. REPLACE YELLOW LENSES WITH APPROPRIATE YELLOW ROUND OR ARROWED LED UNITS. 1. ALL MATERIAL AND WORK SHALL CONFORM TO THE JULY 2002 STANDARD PLANS R 5 D AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION.Q, SEE NOTE 8. I t 11. CONVERT EXISTING PEDESTRIAN DISPLAY TO LED TYPE USING LED CONVERSION KIT. 2. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL 12. REPLACE EXISTING PEDESTRIAN PUSH BUTTON ASSEMBLY WITH NEW. CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF 2#8 CONDUCTORS. ' OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 227-2600. 0' N I EXISTING 1.5" CONDUIT. 13. INSTALL NEW LUMINAIRE. 48 HOURS IN ADVANCE OF WORK. 2 CONDUIT. _ INSTALL 1 DLC. ` 8#12 CONDUCTORS, II 14. REPLACE LA COUNTY TYPE TERMINAL BLOCK WITH NEW STATE TYPE TERMINAL BLOCK. 3. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL 0 4#10 CONDUCTORS. PLACEMENT. PERFORM STRIPING REVISIONS PRIOR TO DETECTOR LAYOUT. 15. INSTALL VIDEO CAMERA ON LUMINAIRE MAST ARM. 2" CONDUIT. I 0 o I 16. REINSTALL INTERNALLY ILLUMINATED STREET NAME SIGN ASSEMBLY. 4. ALL SIGNAL HEADS SHALL BE METAL, A,, ALL LENSES SHALL BE GLASS. ALL SEE NOTE 9. I =3 in VEHICULAR DISPLAYS SHALL HAVE 12' SECTIONS. ALL VISORS SHALL BE I FULL -CIRCLE TYPE. ALL PEDESTRIAN AND VEHICULAR DISPLAYS SHALL BE -' x -'x n ul 17. REPLACE EXISTING TYPE 15 POLE ASSEMBLY WITH NEW USING EXISTING FOUNDATION. LED TYPE PER THE CONTRACT SPECIAL PROVISIONS. EXISTING 3,4 PVC 18. REMOVE DIRT. DEBRIS AND OLD AGGREGATE BASE MATERIAL FROM PULL BOX - CONDUIT N Q I ' wCONDUITFORBUS INSTALL NEW AGGREGATE BASE MATERIAL AND GROUT PULL BOX PER STATE 5. SYMBOL D DENOTES ITERIS VANTAGE VIDEO CAMERA MOUNTED ON LUMINAIRESHELTER. INSTALL M '`' wMASTARM. 2#12 CONDUCTORS. Y. N w STANDARD SPECIFICATION 86-2.06C. I Iuj 6. HATCHED AREAS DENOTE DETECTION ZONES WITHITH CHANNEL DESIGNATIONS FOR _ -_ _ _ - - _ Q s,pFESS/p q! 19. MITER R EXISTING CROSSWALK. 2 LOCATIONSOCATIONS AS SHOWN. ASSIGNING DETECTOR OUTPUTS TO THE CONTROLLER FROM VIDEO SYSTEM. C s/ 20 SHORTEN EXISTING MEDIANAS REFERENCE NMODIFICATION ICATION DETECTION ZONES ARE 6' X 30'. UNLESS OTHERWISE DIMENSIONED. yDETAIL"BON SHEET 7. EI SHOWN. 2„ HITECROSSWALKSTRIPE 100'BREAK7. CONDUIT SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH 21. REPAIR UNUSED HOLE(S) IN POLE BY MEANS OF WELDING. GRINDING ANDNo. 18707 SERVICE ADDRESS UNLESS OTHERWISE SPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUIT UNDER PAVING SHALL BE , -. Exp.63007 THE APPLICATION OF "GAL -VIZ." r SCALE: 1" = 20' I - * ` * 1179 DIAMOND BAR BL INSTALLED WITHOUT OPEN CUTTING. ..0 Al . ri yr OF 8. EXISTING TYPE 170 CONTROLLER ASSEMBLY,COMPLETE WITH MODEL -332- C 0lCABINET. A -I -NUMBER TEMPORARY CONTROLLER AND REMOVE EXISTING FOUNDATION. CONSTRUCT NEW- 66780 CONTROLLER FOUNDATION INCLUDING TWO NEW 3" CONTROLLER CONDUITS., fREINSTALLCONTROLLERASSEMBLYASSHOWN. FURNISH AND INSTALL REQUIRED 1 f N , PREPARED Br SUBMITTED CITY OF DIAMOND BARITERISVANTAGE EDGEN VIDEO RETECTION EQUIPMENT TO ACHIEVE- TH INTENDEp„,.-, DATE OPERATION. SEE SPECIAL PROV IS'I ONS. g s Q 1 ` 9. INSTALL 120/240 VOLT TYPE III -BF SERVICE PEDESTAL WITH THEM=fly OWING TRANSPORTATION & 120 VOLT CIRCUIT BREAKERS: ONE 50 AMPERE (FOR TRAFFICS3'GNAL RECOMMENDED TRAFFIC SIGNAL PLANONETRAFFICENGINEERING 15 AMPERE ( FOR I . S. N. S. ). ONE 15 AMPERE ( FOR VIDEO CAMERA--pOWER). 'AND I 20142 CANYON DRIVE DATE ONE 30 AMPERE (INTERSECTION SAFETY LIGHTING). SERVICE SHALU HAVEEXISTING INTERCONNECT N YORBA LINDA. CALIFORNIA 92886 GRAND AVENUE & TWO TYPE V PHOTO -ELECTRIC CONTROLS. ONE EACH FOR INTERSECTIO) SAFETY TO MONTEFINO. 04 I (714) 970-6247 LIGHTING AND FOR I.S.N.S. PEC UNITS SHALL BE TIME -DELAY TYPE: ?_ I APPROVED DIAMOND BAR BOULEVARD NOTE: SERVICE SHALL INCLUDE BATTERY BACKUP SERVICE. QUIXOTE PBM -2000----- ------ LJ G/-zsroyJ C ASU 1/GIa6 DATE ITS". OR APPROVED EQUAL, WITH 65 AH BATTERY STRINGS.`'` i`-` " T.G. 6 8 O'er B 3 1 ! ( t WARREN C. SIECKE R.C.E. NO. 18707 6YC.C. SH. OF 7 2 SCALE 1" = 20' 06p -w no 06 t 01 05 rol - OR 05-)"'m 02--*-- 02p -s 02 -+m- 02p -8- 8 1& O-ORm ams' m m w « m m m m 1 &5 1& 6 2& 5 2& 6 3 b 7 3& 8 4& 7 4& 8 PHASE DIAGRAM I; 6` R=35'+ EXISTING 1.5" CONDUIT. INSTALL 1 DLC - fro T LC. 6T 61 1 11 r t QLo6 - ' / 7 227' ABANDON. 11 a ' 00 i REFERENCE) 9 y 10 ------- r--- 2 1•- 5 6 06 p r''1 02 p;,, 8O </., 105 11 11 08 02 08P L- ¢ 08p I 05 02 ` 1 07 8J7L 1 - I t, . f--I AVENUE ,,_ I --I 1 8J6U8J7U L-? 08 I D 03 too _ 16 3X550 ) 11 _ T + T I 0 07 `} (6' 315U X50' I t 1\ ' Q( SCHEDULE 80 PVC ) ilei f 4I6U + -4I8UQ 04 } 1 y 4I8L 03 I SEE NOTE 19. o „ 04p 06 06 01 04 04p == 0 6- - - 1 :: _ _ 1 EXISTING 2" CONDUIT WITH 6 • 3 1-12 PAIR #19 INTERCONNECT O •e l06p 01 L11 ! O EXISTING INTERCONNECT TO MONTEFINO CABLE AND 2#14 CONDUCTORS. \ II _ -V Q3 02p SEE SHEET 8 FOR INTERCONNECT CONSTRUCTION. AND 2#14 CONDUCTORS (FIRE PRE-EMPTION). INSTALL 1 DLC-'\ I ..,IT \\ + 22 240' ®\ - J so 1 r IQ Ln SEE NOTE 18. TYPICAL. W1- Z <aU0 O _ 0 WC c i w z W< L U we m w C) CL 0 N DRAWN SPOTTED AS BUILT SUPERVISED BY REVIEWED BY REFERENCE) r 6° + l O 1 12 LOCATIONS. NOTE$, CONTINUED NOTES d - E .A 10. REPLACE YELLOW LENSES WITH APPROPRIATE YELLOW ROUND OR ARROWED LED UNITS. 1. ALL MATERIAL AND WORK SHALL CONFORM TO THE JULY 2002 STANDARD PLANS R 5 D AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION.Q, SEE NOTE 8. I t 11. CONVERT EXISTING PEDESTRIAN DISPLAY TO LED TYPE USING LED CONVERSION KIT. 2. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL 12. REPLACE EXISTING PEDESTRIAN PUSH BUTTON ASSEMBLY WITH NEW. CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF 2#8 CONDUCTORS. ' OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 227-2600. 0' N I EXISTING 1.5" CONDUIT. 13. INSTALL NEW LUMINAIRE. 48 HOURS IN ADVANCE OF WORK. 2 CONDUIT. _ INSTALL 1 DLC. ` 8#12 CONDUCTORS, II 14. REPLACE LA COUNTY TYPE TERMINAL BLOCK WITH NEW STATE TYPE TERMINAL BLOCK. 3. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL 0 4#10 CONDUCTORS. PLACEMENT. PERFORM STRIPING REVISIONS PRIOR TO DETECTOR LAYOUT. 15. INSTALL VIDEO CAMERA ON LUMINAIRE MAST ARM. 2" CONDUIT. I 0 o I 16. REINSTALL INTERNALLY ILLUMINATED STREET NAME SIGN ASSEMBLY. 4. ALL SIGNAL HEADS SHALL BE METAL, A,, ALL LENSES SHALL BE GLASS. ALL SEE NOTE 9. I =3 in VEHICULAR DISPLAYS SHALL HAVE 12' SECTIONS. ALL VISORS SHALL BE I FULL -CIRCLE TYPE. ALL PEDESTRIAN AND VEHICULAR DISPLAYS SHALL BE -' x -'x n ul 17. REPLACE EXISTING TYPE 15 POLE ASSEMBLY WITH NEW USING EXISTING FOUNDATION. LED TYPE PER THE CONTRACT SPECIAL PROVISIONS. EXISTING 3,4 PVC 18. REMOVE DIRT. DEBRIS AND OLD AGGREGATE BASE MATERIAL FROM PULL BOX - CONDUIT N Q I ' wCONDUITFORBUS INSTALL NEW AGGREGATE BASE MATERIAL AND GROUT PULL BOX PER STATE 5. SYMBOL D DENOTES ITERIS VANTAGE VIDEO CAMERA MOUNTED ON LUMINAIRESHELTER. INSTALL M '`' wMASTARM. 2#12 CONDUCTORS. Y. N w STANDARD SPECIFICATION 86-2.06C. I Iuj 6. HATCHED AREAS DENOTE DETECTION ZONES WITHITH CHANNEL DESIGNATIONS FOR _ -_ _ _ - - _ Q s,pFESS/p q! 19. MITERR EXISTING CROSSWALK. 2 LOCATIONSOCATIONS AS SHOWN. ASSIGNING DETECTOR OUTPUTS TO THE CONTROLLER FROM VIDEO SYSTEM. C s/ 20 SHORTEN EXISTING MEDIANAS REFERENCE NMODIFICATIONICATION DETECTION ZONES ARE 6' X 30'. UNLESS OTHERWISE DIMENSIONED. yDETAIL"BON SHEET 7. EI SHOWN. 2„ HITECROSSWALKSTRIPE 100'BREAK7. CONDUIT SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH 21. REPAIR UNUSED HOLE(S) IN POLE BY MEANS OF WELDING. GRINDING ANDNo. 18707 SERVICE ADDRESS UNLESS OTHERWISE SPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUIT UNDER PAVING SHALL BE , -. Exp.63007 THE APPLICATION OF "GAL -VIZ." r SCALE: 1" = 20' I - * ` * 1179 DIAMOND BAR BL INSTALLED WITHOUT OPEN CUTTING. ..0 Al . ri yr OF 8. EXISTING TYPE 170 CONTROLLER ASSEMBLY,COMPLETE WITH MODEL -332- C 0lCABINET. A -I -NUMBER TEMPORARY CONTROLLER AND REMOVE EXISTING FOUNDATION. CONSTRUCT NEW- 66780 CONTROLLER FOUNDATION INCLUDING TWO NEW 3" CONTROLLER CONDUITS., fREINSTALLCONTROLLERASSEMBLYASSHOWN. FURNISH AND INSTALL REQUIRED 1 f N , PREPARED Br SUBMITTED CITY OF DIAMOND BARITERISVANTAGE EDGEN VIDEO RETECTION EQUIPMENT TO ACHIEVE- TH INTENDEp„,.-, DATE OPERATION. SEE SPECIAL PROV IS'I ONS. g s Q 1 ` 9. INSTALL 120/240 VOLT TYPE III -BF SERVICE PEDESTAL WITH THEM=fly OWING TRANSPORTATION & 120 VOLT CIRCUIT BREAKERS: ONE 50 AMPERE (FOR TRAFFICS3'GNAL RECOMMENDED TRAFFIC SIGNAL PLANONETRAFFICENGINEERING 15 AMPERE ( FOR I . S. N. S. ). ONE 15 AMPERE ( FOR VIDEO CAMERA--pOWER). 'AND I 20142 CANYON DRIVE DATE ONE 30 AMPERE (INTERSECTION SAFETY LIGHTING). SERVICE SHALU HAVEEXISTING INTERCONNECT N YORBA LINDA. CALIFORNIA 92886 GRAND AVENUE & TWO TYPE V PHOTO -ELECTRIC CONTROLS. ONE EACH FOR INTERSECTIO) SAFETY TO MONTEFINO. 04 I (714) 970-6247 LIGHTING AND FOR I.S.N.S. PEC UNITS SHALL BE TIME -DELAY TYPE: ?_ I APPROVED DIAMOND BAR BOULEVARD NOTE: SERVICE SHALL INCLUDE BATTERY BACKUP SERVICE. QUIXOTE PBM -2000----- ------ LJ G/-zsroyJ C ASU 1/GIa6 DATE ITS". OR APPROVED EQUAL, WITH 65 AH BATTERY STRINGS.`'` i`-` " T.G. 6 8 O'er B 3 1 ! ( t WARREN C. SIECKE R.C.E. NO. 18707 6YC.C. SH. OF 7 2 SCALE 1" = 20' A B 200' TOLIMIT LINED E A A LEGEND: NEW VIDEO DETECTION ZONE USING EXISTING OR NEW CAMERA (INDICATED ON PLAN) DETECTOR INPUT FILE (TO BE DETERMINED IN FIELD) B430' TOLIMIT LINEB 200' TO LIMIT LINE 120'-0" B 200' TO LIMIT LINE B D D D B B B A C C 50'-0"CCC ADD NEW "EXIT" ZONE USING EXISTING VIDS; CONTRACTOR TO VERIFY VISIBILITY OF ZONE WITH EXISTING VIDS, DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING C A ADD NEW "FILTER" ZONE USING EXISTING VIDS; CONTRACTOR TO DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING B ADD NEW "ADVANCE" ZONE USING EXISTING VIDS; CONTRACTOR TO VERIFY VISIBILITY OF ZONE WITH EXISTING VIDS, DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING D REMOVE EXISTING VIDEO DETECTION CAMERA AND INSTALL NEW VIDEO DETECTION CAMERA ON LUMINAIRE MAST ARM OR SIGNAL MAST ARM WITH 5 FT RAISER AS SHOWN ON PLAN. NEW CAMERA MAKE/MODEL SHALL BE COMPATIBLE WITH EXISTING SYSTEM. EXACT LOCATION TO BE DETERMINED BY ENGINEER. CONTRACTOR TO VERIFY VISIBILITY OF ZONES PROJECT NOTES E INSTALL NEW VIDEO DETECTION CAMERA POWER/DATA CABLE IN EXISTING CONDUIT; TERMINATE IN CABINET AND INTEGRATE WITH EXISTING SYSTEM E E E E E E A 22 22 22 22 RS EXISTING PEDESTRIAN HEAD. FURNISH AND INSTALL NEW PEDESTRIAN HEAD WITH COUNTDOWN AND AUDIO FEEDBACK PER CA-MUTCD 4E. (5 TOTAL THIS SHEET) 2 2 2 2 2INSTALL NEW ACCESSIBLE PEDESTRIAN SIGNAL(APS)WITH COUNTDOWN INDICIATIONS (AND AUDIO FEEDBACK). REPLACE PEDESTRIAN PUSH BUTTONS WITH APS.2 23 23 REPLACE ALL PEDESTRIAN PUSH BUTTONS WITH ACCESSIBLE PEDESTRIAN SIGNALS (POLARA INS OR APPROVED EQUAL. 8 TOTAL THIS SHEET). Ø2P Ø8P Ø4P Ø2P Ø4P 0 0) w U) 0 cu Ld H 0 w a M a H 0 w J H Lt_ N 0 o a I pTECTION CABLES CATHODIC P¢ Q o1 = w co n 0 POLE SCHEDULE ALL STANDARD LUMINAIRE H.P.S.V.) welelklillorgill: SIGNAL MOUNTING PEQ PUSH BUT REMARKSNO. I TYPE HEIGHT SIG.M.A. LUM.M.A. VEHICLEQ©aDe©Dem000 TYPE PHASE O 17M 28'-6' 20' 12' 20OW Pathfinder MAS SV -I -T SP -i -T SALVAGE EXISTING & INSTALL NEW. REUSE SAV NEWAD SV-1-T. BRACKETS. SP-T& 26-4-70 (N) 30' 45' (N) 15' (N) 250W (N) Pathfinder M SV -1-T (U) SP -1-T (U) 2 1-A 10' TV -2-T B 6 3 17M 28'-6' 20' 000000©©©©0 Diamond Bar Bl. MAS SV -1-T SP -I -T B 6 4 15 28'-6' 12' 20OW 0 00000 SP -i -T B 8 5 17M 28'-6' 20' 12' 20OW Pathfinder MAS SV -I -T SP -I -T 0000 8 6 15 28'-6' 12' 20OW SV -2-T SP -i -T 000 7 17M 28'-6' 20' 12' 20OW Diamond Bar Bl. MAS SV -1-T SP -I -T 000000©®©©000 PPB 4'-6' g 2 f 0000000 1 12' 20OW SV-2-T(M) SP -I -T SEE NOTE 12.--- 2.`i 000000©©©0000 0©©©©©©©©000 00010©©©000© 000©©0000000 000©©©©©©©0001 0©©©0000®©00 000000000000 00©©©0000 000 00000 00 0©0 N 0 o a I pTECTION CABLES CATHODIC P¢ Q o1 = w co n 0 POLE SCHEDULE ALL STANDARD LUMINAIRE H.P.S.V.) I. S.N.S. LEGEND SIGNAL MOUNTING PEQ PUSH BUT REMARKSNO. I TYPE HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED. TYPE PHASE O 17M 28'-6' 20' 12' 20OW Pathfinder MAS SV -I -T SP -i -T SALVAGE EXISTING & INSTALL NEW. REUSE SAV NEWAD SV-1-T. BRACKETS. SP-T& 26-4-70 (N) 30' 45' (N) 15' (N) 250W (N) Pathfinder M SV -1-T (U) SP -1-T (U) 2 1-A 10' TV -2-T B 6 3 17M 28'-6' 20' 12' 20OW Diamond Bar Bl. MAS SV -1-T SP -I -T B 6 4 15 28'-6' 12' 20OW SV -I -T SP -i -T B 8 5 17M 28'-6' 20' 12' 20OW Pathfinder MAS SV -I -T SP -I -T B 8 6 15 28'-6' 12' 20OW SV -2-T SP -i -T B 2 7 17M 28'-6' 20' 12' 20OW Diamond Bar Bl. MAS SV -1-T SP -I -T 8 PPB 4'-6' g 2 f 9 15 28'-6' 1 12' 20OW SV-2-T(M) SP -I -T SEE NOTE 12.--- 2.`i ALL EQUIPMENT IS EXISTING UNLESS OTHERWISE NOTED. (N) = NEW EQUIPMENT TO BE FURNISHED AND INSTALLED BY CONTRACTOR. U) = USED EQUIPMENT AS SALVAGED AND REINSTALLED. (M) = EXISTING EQUIPMENT MODIFIED AS NOTED HEREON. r ; * NEW MAS -5 AND MAS DISPLAYS. c5l 1 1 1 Q Q \ 1 cn EXISTING SERVICE POINT. POWER POLE NO. 1598039E. NOTE: ALL FOUNDATIONS SHALL BE HAND DUG UNTIL CLEAR OF OBSTRUCTIONS. I 1 1 t l O 5D EXISTING SERVICE CONDUIT 3 ; ' ; A- + AND SERVICE CONDUCTORS. co NOTE: ALL CONDUITS AND CONDUCTORS ARE EXISTING UNLESS OTHERWISE NOTED. ' 9QSEENOTES7 & 10. ' F r•" WWV COAXIAL ANTENNA CABLE. SEE CONTRACT SPECIAL PROVISIONS. m )`_--+ r r- 1 i ' 1 j _—C-ftia: 8 7 5 % ; '' _ ,—`, I V isDIAMONDBARi2 0 :: 0 9 tdp ' 1 1 ' 4 ----- i+s SEE NOTE 8. 13 6 I. SEE NOTES 9 AND ii. SEE DETAIL 'A'. _ 12' WATER f r— 2I2L t t 10' WATER i 1+ 6 2+ 6 3+ 8 j 4 PHASE DIAGRAM NOTE: PHASE i OPERATES PROTECTED—PERMISSIV EXISTING In CONDUIT WITH i DLC. B O U L E V A R D 5/8' GAS r r 1 12' WATER r r L -..-J l 2I2U 11 r r L — J t -- 1-6J2U -+ - + - VLJ 0 I 18' SEWER y 3 TELEPHONE j ` .1/ Tr . Sv 6 3 13 r' 0 EXISTING iINTERCEPT EXISTING 2 CONDUIT AND CONDUIT WITH i DLC. NOTES R"25 R"25 r'V + SET N0. 5 PULL BOX AS SHOWN. i. ALL MATERIAL AND WORK SHALL CONFORM TO THE CURRENT STANDARD PLANS AND 1 SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION. 4 } ` 2. THE,CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 422-4133,', SCALE: in = 20' 48 HOURS IN ADVANCE OF WORK. ' t 3. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR 0 1 a T FINAL PLACEMENT. 4. ALL SIGNAL HEADS SHALL BE METAL, ALL LENSES SHALL BE GLASS. ALL VEHICULAR DISPLAYS SHALL HAVE 12' SECTIONS. \ 5. ALL LOOPS SHALL BE 6' IN DIAMETER WITH 10' SPACING IN THE DIRECTION OF TRAVEL AND CENTERED IN THE LANE EXCEPT AS SHOWN. EXTEND LIMIT LINE ELEPHONE SIGN SCHEDULE POLE NO. MOUNT ON ---- FA INGPOLEIMASTARM 1 R73-7 * S W LOOPS 2 PAST LIMIT LINE UNLESS OTHERWISE INDICATED. ; 'co \ ; 6. CONDUIT SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH V UNLESS OTHERWISE SPECIFIED. ALL CONDUIT UNDER PAVING SHALL BE INSTALLED l, — \ WITHOUT OPEN CUTTING. 2' GAS l' ` m \ 7. EXISTING TYPE 170 CONTROLLER IN A MODEL 332 CABINET. SEE CONTRACT SPECIAL PROVISIONS. N0. !870. s1 Exp. B. EXISTING TYPE III -B SERVICE PEDESTAL. slq CMS. ' ' \ + \ •% Q \, 9. EXISTING TYPE I PHOTO ELECTRIC CONTROL FOR I.S.N.S. SOF CA- \ \ Ar 10.INSTALL WWV RECEIVER ASSEMBLY COMPLETE IN EXISTING CONTROLLER CABINET. SEE CONTRACT SPECIAL PROVISIONS. PI R E P A R E D B Y 11. COIL A MINIMUM OF 40' OF WWV COAXIAL ANTENNA CABLE IN BASE OF POLE FOR INTALLATION OF POLE TOP WWV ANTENNA BY OTHERS WARREN C . SIECKE , TRANSPORTATION & 12.REMOVE AND SALVAGE EXISTING 8 INCH 3 -SECTION PHASE 6 DISPLAY, MODIFY TRAFFIC ENGINEERING EXISTING TV -2-T FRAMEWORK AND INSTALL 5 -SECTION DISPLAY PER DETAIL "A'. 20142 CANYON DRIVE YORBA LINDA CALIFORNIA 92686 13.ALL FOUNDATIONS TO BE REMOVED SHALL BE REMOVED COMPLETELY. (714 970-6247 ; V6e coo C 4p -,: 2L -A/ 9/27/96 ` 1 i WARREN C. SIECKE R.C.E. N0. 18707 36" X 45" SIGN. SEE STANDARD PLAN ES -6T. DETAIL "U". T O 12' SECTION! TELEPHONE 12" ARROWED U PHASE i SECTIONS p. COMBINATION SIGNAL HEAD DETAILS SCALE: NONE DETAIL "A" FINAL REVISIONS- FROM CONTRACTOR SUPPLIED INFORMATION - 450' TOLIMIT LINEB A ADD NEW "FILTER" ZONE USING NEW VIDS; CONTRACTOR TO DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING B ADD NEW "ADVANCE" ZONE USING NEW VIDS; CONTRACTOR TO VERIFY VISIBILITY OF ZONE WITH NEW VIDS, DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING C INSTALL NEW VIDEO DETECTION CAMERA ON LUMINAIRE MAST ARM OR SIGNAL MAST ARM WITH 5 FT RAISER AS SHOWN ON PLAN. CAMERA MAKE/MODEL SHALL BE COMPATIBLE WITH EXISTING SYSTEM. EXACT LOCATION TO BE DETERMINED BY ENGINEER. CONTRACTOR TO VERIFY VISIBILITY OF ZONES PROJECT NOTES C LEGEND: NEW VIDEO DETECTION ZONE USING EXISTING OR NEW CAMERA (INDICATED ON PLAN) DETECTOR INPUT FILE (TO BE DETERMINED IN FIELD) D D INSTALL NEW VIDEO DETECTION CAMERA POWER/DATA CABLE IN EXISTING CONDUIT; TERMINATE IN CABINET AND INTEGRATE WITH EXISTING SYSTEM NEW VIDEO POWER/DATA CABLE IN EXISTING CONDUIT D A A D B A E SEPARATE FIRST INDUCTIVE LOOP IN THE LANE FROM OTHER LOOPS; SPLICE FIRST LOOP TO NEW DLC AND LEAVE REMAINING LOOPS SPLICED TO EXISTING DLC. SEE LOOP MODIFICATION DETAIL FOR EXAMPLE WITH TWO LOOPS, SEE CALTRANS STD PLAN ES-5A FOR OTHER SPLICE ARRANGEMENTS E E F ADD DETECTOR INPUTS (AS NECESSARY) TO REFLECT ADDITIONAL DETECTION AS SHOWN ON PLAN F 14 REPLACE ALL PEDESTRIAN PUSH BUTTONS WITH ACCESSIBLE PEDESTRIAN SIGNALS (POLARA INS OR APPROVED EQUAL. 6 TOTAL THIS SHEET).1REPLACE ALL PEDESTRIAN PUSH BUTTONSWITH ACCESSIBLE PEDESTRIAN SIGNALS.1 14 1 N W 11 POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) I.S.N.S. LEGEND SIGNAL MOUNTING PED. PUSH BUT. PLACEMENT 1(N) NO TYPE HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED. I ARROW dREMARKS PHASE A" B" 1 26-4-70 30' 45' 12' 20OW BKA CYN RD MAS(N)/ MAS SV-1-T(N) P-1-T(N 8(N) EXISTING) 3 5 6 7 8 14 16 2 15TS 30' 12' 150W SV-2-T(N)[ P-1-T(N P-1-T(N 2(N) EXISTING 3 6 7181 O3 26-4-70 30' 40' 8' 150W DIAMOND BAR BL MAS(N)/ MAS SV -1-T SV-1-T(N) 2(N) EXISTING) 3 5 6 8 12 14 16 4 15TS 30' 8' 200W SV-2-T(N) P-1-T(N 4(N) EXISTING) 3 6 7 8 O5 26-4-70 30' 40' 8' 20OW BREA Cm RD MAS(N)/ MAS SV -1-T N SV -1-T N P_1-T(N 4(N) EXISTING) 3 5 6 7 8 12 14 16 6 15TS 30' 8' 150W SV-2-T(N) P-1-T(N 6(N) EXISTING) 8 7 26-4-70 30' 40' 8' 150W DIAMOND BAR BL MAS(N)/ MAS SV -1-T P-1-T(N f— 6 EXISTING) 14 16g36815TS30' 8' 20OW SV-2-T(N)IP-1-T(N 8(N) EXISTING) 8 GENERAL NOTES 1} z 1. ' ALL MATERIAL AND WORK SHALL CONFORM TO THE MAY 7. CONDUITS SHALL BE RIGID METALLIC. MINIMUM CONDUIT 2006 STANDARD PLANS AND SPECIFICATIONS OF THE SIZE SHALL BE 2 INCH UNLESS OTHERWISE SPECIFIED. CALIFORNIA DEPARTMENT OF TRANSPORTATION. THE TWO SIGNAL CONDUITS ENTERING THE CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUITS UNDER PAVING 2. UTILITIES SHOWN ON THIS PLAN ARE CORRECT AND SHALL BE INSTALLED WITHOUT OPEN CUTTING. ACCURATE TO THE EXTENT OF AVAILABLE RECORDS. THE2 6 CONTRACTOR IS REQUIRED TO TAKE STEPS TO ASCERTAIN 8. CROSS -HATCHED AREAS DENOTE DETECTION ZONES WITH 9 11 11 -DLC THE EXACT LOCATION OF THE UNDERGROUND UTILITIES CHANNEL DESIGNATIONS FOR ASSIGNING DETECTOR PRIOR TO DOING WORK THAT MAY DAMAGE OR INTERFERE OUTPUTS TO THE CONTROLLERvhEWITHTHEIRSERVICE. 12 4 + gC $ ( I , 9. REMOVE CONFLICTING PORTIONS OF STRIPING AND U 3. THE CONTRACTOR SHALL DETERMINE THE EXACT MARKINGS FROM INTERSECTION PER THIS PLAN ' AND AS LOCATIONS AND VERIFY ALL CONDITIONS ON THE JOB SITE. DIRECTED BY THE ENGINEER. EXTEND BARRIER LINES AS r 8 11 11 -DLC - 1- I HAND DIG FOUNDATIONS UNTIL CLEAR OF OBSTRUCTIONS. REQUIRED. SEE CONTRACT SPECIAL PROVISIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 16E 1 ; 227-2600. 48 HOURS IN ADVANCE OF WORK. 10. ALL PULL BOXES SHALL BE NO. 5 UNLESS SHOWN 1 3 0 , Oct EX. R26(CA) OTHERWISE. j 4. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONSALLEQUIPMENTSHALLBEEXISTINGUNLESSOTHERWISENOTED: (N) = NEW _ EX. 1-C., 9 3 PRIOR TO FINAL PLACEMENT. PERFORM STRIPING REVISIONS 11. ALL WIRING SHALL BE MARKED (TAGGED) FOR PHASE. 1/I C l YJ l ...-..w w i+r w.w ..er wrTrAT. I.. n.rn - ITrL1 /1/IIr/T rrN r nrTrnTn\+ +nru Tr+n Ail n6 I I I I 1 0 1 . . '. i . L r I I . : . L I L L ITERIS BELDEN 8281 m 000000000 1(N) 2(N) 2(N) 1(N) 1(N) 4(N) I4(N} VIDEO DETEC110N POWER CABLE 016-3 SJO' mmmmmmmmm mm0v0mm00 1(N) 2(N) 2(N) 1(N) 1(N) 4(N) I 4(N) mmmmmmmmm 112 COND CABLE mmmmmmmm Z 00v000 O 000a oa ooaoa sa 0000000no sooa so s0000n000 I I I I 1 0 1 . . '. i . L r I I . : . L I L L ITERIS BELDEN 8281 1(N) 1(N) 2(N) 2(N) 1(N) 1(N) 4(N) I4(N} VIDEO DETEC110N POWER CABLE 016-3 SJO' mmmmmmmmm mm0v0mm00 1(N) 2(N) 2(N) 1(N) 1(N) 4(N) I 4(N) mmmmmmmmm mmmmmmmm Z 00v000 O I I I I 1 0 1 . . '. i . L r I I . : . L I L L ITERIS BELDEN 8281 1(N) 1(N) 2(N) 2(N) 1(N) 1(N) 4(N) I4(N} VIDEO DETEC110N POWER CABLE 016-3 SJO' 1(N) 1(N) 2(N) 2(N) 1(N) 1(N) 4(N) I 4(N) 15 11 1 -DLC - 1 7 14 ,p 5 R81/ CONSTRUCTION NOTES. CONSTRUCTION NOTES (CONT.;^ 8 EX. R73-3(CA) / 3/ R81 A 1 RS EXISTING TYPE 332 CABINET. 8 R S EXISTING PEDESTRIAN HEAD. 12 PR. 19 I C CABLE 1 1 08P 5 / / 6 16 I N XI TIN FURNISH AND INSTALL LE.D. PEDESTRIAN HEAD WITH A1 -__ _____ _____ _. , 04P 3 MNISH AND INSTALL NEW TYPE 332 CAB NET 0 E S G 1 -DLC 11 , . r 8 FOUNDATION COMPLETE. COUNTDOWN TIMER. w w w 2.5" 2-3' 2-3" CONDUIT SIZE 2 2.5 2.5 2-2-12-2.5-1 2 08 - ` s EX. R26 S CA 3 RELOCATE EXISTING 170 CONTROLLER AND EQUIPMENT TO NEWQ7 c O( ) CABINET. 9 1 LPROTECT EXISTING DLC IN PLACE. 3-COND. 5-COND. AND 12-COND. ARE NEW CABLES. OTHER CONDUCTORS ARE _ ;r ,,' r - - 6 11 4 -DLC FURNISH AND INSTALL A NEW CLARY IN-LINE POWER FILTERINGALL , xSHOWN: N NEW. X. R26 S CA ~ „' - - - 6 O BATTERY BACK-UP SYSTEM, NEW ITERIS "VANTAGE' VIDEO 1 p CUTBACK MEDIAN NOSE. SEE DETAIL 'C'. EXISTING UNLESS OTHERWISE S O O E (X ) / .,, ALL CONDUITS SHALL BE EXISTING. ' 043 DETECTION SYSTEM, OR APPROVED EQUAL, AND ALL NECESSARY WN ON PLAN. EQUIPMENT AND APPURTENANCES TO PROVIDE THE INTENDED 11 REMOVE EX. DLC.. QUANTITY ASSH 0 r - EX. R81 7 OPERATION PER THIS PLAN AND THE SPECIAL PROVISIONS. , . v / 1 .- Q,_ _ - ' - n Fl IRNICN ANf1 IN -,TAI I NFW 3-1 7 SECTION VEHICLE HEADS PER EXISTING PHASE DIAGRAM I 01 02 03 04 4 I I L08] 05 06 07 Z O EXISTING PHASE DIAGRAM I 01 02 03 04 4 I I L08] 05 06 07 z V REMOVE CONFLICTING STRIPING UT WL 15ANUbLA51ING. 18hINEXISTINGCONDUITRUN. UBCINSTALLPULLBOXES , F ti o 3 8 VEHICLE HEAD. i /,/ / \\< - .—. 7 ( RS EXISTING , : I Boom loom LEGEND: EXISTING VIDEO DETECTION ZONE DETECTOR INPUT FILE 19 RS EXISTING PEDESTRIAN HEAD. FURNISH AND INSTALL NEW ACCESSIBLE PEDESTRIAN SIGNAL WITH COUNTDOWN HEAD AND AUDIO FEEDBACK PER CA-MUTCD 4E (2 TOTAL THIS SHEET) 19 19 11 1 1 Ø6P Ø2P 20 REPLACE ALL PEDESTRIAN PUSH BUTTONS WITH ACCESSIBLE PEDESTRIAN SIGNALS. (POLARA INS OR APPROVED EQUAL. 8 TOTAL THIS SHEET). 201 INSTALL NEW ACCESSIBLE PEDESTRIAN SIGNAL(APS)WITH COUNTDOWNINDICIATIONS(AND AUDIO FEEDBACK). REPLACE PEDESTRIAN PUSH BUTTONS WITH APS. U EXISTING PHASE DIAGRAM STANDARD CONDUCTOR SCHEDULE OLA 01 9l2 5713 POLE OR CIRCUIT HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED 05 1 06 1 91`7 08 1 150'000®v0®0 8' 200W V-2-T(N SP -1-T 6 EXISTING 151171 CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO PROVIDE THE INTENDED OPERATION PER THESE 2 26A-4-70 35' 45' 15' 20OW GOLDEN SPRINGS DR 2 -MAS SV -1-T SP -1-T 4 EXISTING 3 7 3 17M 30' 12' 20OW V-2-T(N SP -1-17 4 EXISTING 5 7 CASE 'A 4ea®ooaao 30' N 55' N 15' N 200W R BREA CYN RD R MAS N, MAS(R) V -1-T N P -1-T R 4— 2 26' o'aa®000vo 3 4 9 03 5 15 30' 1, 20OW 0'®®000®00' SV -2-17(N] SP -1-T 2 EXISTING 5 6 29-5-129 30' o'a000®oo® 15' 20OW GOLDEN SPRINGS DR 2—MAS SV -1-T SP -1-T EXISTING 8 7 17M 30' 12' 20OW V-2-T(N SP -1-T 8 0'000®®0001! 5 7 8 29-5-70 30' 55' 8' 200W BREA CYN RD tea®0000aoll V -1-T N SP -1-T 6 EXISTING 3 6 7 9 PPB POST 3'-10" 8 EXISTING 7 o®o®ooaoo; 1 aaoaoaoo, o'®a000000. o'®a®ooa®o 1 ao®000v a00000©a MFLUMINAIRE aaoaos© BELDEN 8281 CONDUIT SIZE 20 EXISTING PHASE DIAGRAM STANDARD LUMINAIRE H.P.S.V.) cam OLA 01 9l2 5713 04 HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED 05 1 06 1 91`7 08 I r EX. R 0(MOD)(CA)i 0 , EX. 2 C.. 1 I 1 11-12PR. 19 I/C TOt r-------- ADEL OR. 1 tt t 1 1 NOTE OLA = 02 + 03 13 tt t o IorIt1IJALLEQUIPMENTSHALLBEEXISTINGUNLESSOTHERWISENOTED (N) - NEW. (R) -RELOCATE PROPOSED PHASE DIAGRAM EX. 1'C..1 -DLC CONSTRUCTION NOTES: POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) I.S.N.S. LEGEND SIGNAL MOUNTING PED. PUSH BUT. PLACEMENT REMARKS NO. TYPE HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED TYPE PHASE A" B. 1 15 30' 8' 200W V-2-T(N SP -1-T 6 EXISTING 151171 CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO PROVIDE THE INTENDED OPERATION PER THESE 2 26A-4-70 35' 45' 15' 20OW GOLDEN SPRINGS DR 2 -MAS SV -1-T SP -1-T 4 EXISTING 3 7 3 17M 30' 12' 20OW V-2-T(N SP -1-17 4 EXISTING 5 7 CASE 'A 4 29-5-100 (N) 30' N 55' N 15' N 200W R BREA CYN RD R MAS N, MAS(R) V -1-T N P -1-T R 4— 2 26' 2.5' 3 4 9 03 5 15 30' 12' 20OW SV -2-17(N] SP -1-T 2 EXISTING 5 6 29-5-129 30' 55' 15' 20OW GOLDEN SPRINGS DR 2—MAS SV -1-T SP -1-T EXISTING 8 7 17M 30' 12' 20OW V-2-T(N SP -1-T 8 EXISTING 5 7 8 29-5-70 30' 55' 8' 200W BREA CYN RD MAS(N), MAS V -1-T N SP -1-T 6 EXISTING 3 6 7 9 PPB POST 3'-10" 8 EXISTING 7 rrac 04+OLB 1 REMOVE EXISTING CONTROLLER FOUNDATION COMPLETE. WITH 2-2' CONDUITS AND 2' CONDULET. OLA I 01 V2 03 94 0 11' 1 11' 110' 111Q' 1 1' 11 1 ' 1 CONDUCTOR SCHEDULE. II g5 g6 EXISTING TYPE 332 CABINET, 170 CONTROLLER AND ALL EQUIPMENT ONTO NEW FOUNDATION. WELD SHUT 2" CONDULET HOLE ON g8 DLCS O WORKING IORDERBUT 04+OLB U1[ 1 REMOVE EXISTING CONTROLLER FOUNDATION COMPLETE. WITH 2-2' CONDUITS AND 2' CONDULET. CONDUIT IN BAD I it I CONSTRUCT NEW CONTROLLER FOUNDATION AT THE SAME LOCATION WITH NEW 2-3" CONDUITS AS INDICATED ON THE CONDITION I 12' EX. R3-7 11' 1 11' 110' 111Q' 1 1' 11 1 ' 1 RS EXISTING 8" VEHICLE HEAD. - CONDUCTOR SCHEDULE. II pp C RL EXISTING TYPE 332 CABINET, 170 CONTROLLER AND ALL EQUIPMENT ONTO NEW FOUNDATION. WELD SHUT 2" CONDULET HOLE ON 7 RS TWO MAT MOUNTED MAST ARM HEADS. 8' VEH. HEAD, AND PPB. SIDE OF CABINET TO THE SATISFACTION OF THE ENGINEER. NEW ADVANCE LOOP DLC COILED IN I i CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO PROVIDE THE INTENDED OPERATION PER THESE 8 1^ 11 i SPECIAL PLANS AND THE SPECIAL PROVISIONS. I I I a CONSTRUCT WHEEL CHAIR RAMP PER ADWA TYPE AND CASE STD. PLAN 111-3, TYPE AND CASE AS SHOWN ON PLAN. REPLACE ALL 7 I 1 SIDEWALK WITHIN CURB RETURN AREAS AND AS DIRECTED BY THE ENGINEER. 2 I a3 FURNISH AND INSTALL ITERIS 'VANTAGE' VIDEO DETECTION CAMERA AND MOUNTING ASSEMBLY ON LUMINAIRE MAST ARM. AI I I I f I I SCALE 1" = 20' ®RS EXISTING TYPE 26-4-80 STANDARD, MAT MOUNTED MAST -ARM HEAD, 8" VEH. HEAD. PPB, AND R73-2 SIGN. EXISTING PPB. WELD SHUT MOUNTING HOLES TO THE SATISFACTION OF THE ENGINEER. CASE 'A 04P_ , , ._ , _ j ^- Go ao I I RL EXISTING MAS MOUNTED MAST -ARM HEAD, PEDESTRIAN HEAD. LUMINAIRE AND I.I.S.N.S. N T S NOTE OLA = 02 + 03 04+OLB r `t I U1[ FURNISH AND INSTALL NEW POLE EQUIPMENT PER THE POLE SCHEDULE. r, OLB 04 + 05 SEE DETAIL "B" I I I 5 RS EXISTING 8" VEHICLE HEAD. - OLC=08+01 I '-4 pp C EX. R81 6 7 RS TWO MAT MOUNTED MAST ARM HEADS. 8' VEH. HEAD, AND PPB. NEW ADVANCE LOOP DLC COILED IN I 8 PULL BOX 1 I 0 EX. R5-2(MOD) 7 FURNISH AND INSTALL NEW ADA PED PUSH BUTTONS COMPLETE FOR THE ENTIRE INTERSECTION. SEE GENERAL NOTE 5 FOR SPECIFICATIONS. TYPE III 2 t k 10 2 TYPE I RS EXISTING PPB. WELD SHUT MOUNTING HOLES TO THE SATISFACTION OF THE ENGINEER. CASE 'A 04P_ , , ._ , _ j ^- CASE 'A ' g INSTALL MAST ARM SIGN AS SHOWN PER CALTRANS STD. PLAN ES -7N, DETAIL "U". BREA CANYON .. r; ` I -y =_=_-- - : 5 7 - 8P ,, ` 10 FURNISH AND INSTALL DETECTABLE WARNING SURFACE ONTO NEW HANDICAP RAMPS APWA STD. PLANS 111-3, 2006 Ex. 1 c.' 1 -DLC EDITION, *DLCS IN WORKING033 ----_ 08 ! 7O ORDER BUT ALL CABLES AND CONDUCTORS SHALL BE NEW. 7 2 TYPE AND CASE AS SHOWN. Q ` ' SCP EX. G956(CA)(MOD) CONDUIT IN BAD08LC :.x 11. SEE STRIPING PLAN FOR PROPOSED STRIPING. ROADALLCONDUITSSHALLBEEXISTINGUNlFSSOTHERWISESHOWN_ (N)=NEW _ _ _ _ _ - _ _ 3 "B" EX. METROLINK CONDITIONr EX. R2-1(45) .`' 4•. 10 AB EX. LOOPS EX. R73-6(CA) SEE Dr7Al,` - ^, EX. R28(S)(MOD)(CA) w — SSC. DLC iO-SR-6D- w — — — w — — — — w — — w — — — — — — — — w — — — — — — - w — — — — w — » — — w — — w w-- w J— w w RAMP SIGNAL ; ._. , EX. 2»C., 1-12PR. { _ n co I :,, 3 f X19 I/C NEW ADVANCE LOOP DLC w 6J4L_ L COILED IN PULL BOX w —w- R% w t 1 • f Ii ' 5 7_ 06 6J4U — — — w M — 255'-TOh CROSSWALK 6J2UEX. R73-3 CA T ROSSEX. LOOPS AB+- r 0 5J1 U 05 } +; V .1Gccc . c * • 01 G '' — EX. R73-f(CA — c l G — — — — c -- — — — G — -- c 11111 o , 6X50') TYP _ _.._.__- __, — — — _ _ — — — — .- — — — '— — — — — - G G — --G G G G i , ,— G G G G _— —' G rJ i - r y 1 r+ N170TO .- . - 212U EX. LOOPS AB 21y4L--------- - 1 ' COS ''-------------- 1 li ! - - ---- - - _ w w _- w — w! , . w w w -- W EX. 1 -DL & I -- 212U ? 214U-- ---- rEX. R81(CA) DLCS IN WORKING ORDERA , ----- y 3 EX. R81A CA l EX. 2 C. 1-12PR. M M M BUT CONDUIT IN BAD 6 25 TYP. ` , , , i 9 R73-6(CA) , EX. R28 CA) r X19 I/C CONDITION -- -- ------------- , CB NEW ADVANCE LOOP DLC 90EX. G956(CA)(MOD) .T•: ----IZL3U____ _ I ; COILED IN PULL BOX 1 EX. R3-7 EX. FWY SIGN ---- ' w 04+OL6 L _ _'f = _ •--y it SEE DETAIL "B" ; <. r_:7 EX. 2"C., 1-12PR. 10 ----- --- Q v " 01" r r r w, ! i c3.v-r » #19 I/C TO 02+OLA -. ' 2 04 , $7 - / - EX. 2 C., SERVICE WIRES GLENBROOK DR. EX. 2 C., 7 -WIRE EX. R28(S)(MOD)(CA) EX. CALTRANS PB EX. CABINET SEE DETAIL "B" , : 3 _ 04" i - -- t " S 3 I/C TO SR -60 EX. R3-7(MOD) EX. CABINET O - EX. TYPE III RAMP SIGNAL GENERAL NOTES 3 SERVICE CABINET 5 7 , 11 SEE DETAIL/'A' 1 ALL MATERIAL AND WORK SHALL CONFORM TO THE MAY 2006 STANDARD PLANS EX. 232"C.. z----- ------ --- 1-14r;19 I/C EX. R5-2(MOD) AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION. TYPE III 2 ^-< 4 - \ j 11 CB / EX. R14-1(MOD) r; r2. UTILITIES SHOWN ON THIS PLAN ARE CORRECT AND ACCURATE TO THE EXTENT OF CASE 'A ' \ 08+OLC 8 AVAILABLE RECORDS. THE CONTRACTOR IS REQUIRED TO TAKE STEPS TO ASCERTAIN - m' SFE DETAIL 'B" 7 E EXACT LOCATION OF THE UNDERGROUNDTHCLCEUGROU UTILITIES PRIOR TO DOING WORK THAT MAY DAMAGE OR INTERFERE WITH THEIR SERVICE. 11 SEt\,D AIL tB:__,- 3. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL AB EX LOOPS ;:•:;. 02`' CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF I TYPE I 2 :•• _ J - 6 SPLICE CABfOBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 227-2600. 1 f CASE A ••_• 1 48 HOURS IN ADVANCE OF WORK. _ ", 1 020 _ EX. WWV r- 4. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL PLACEMENT. =' , f t• AB `-'_`__,J' PERFORM STRIPING REVISIONS PRIOR TO SETTING VIDEO DETECTION ZONES. I I 11 11912' 10 ' 110 11 11 J " 5. ALL SIGNAL HEADS SHALL BE METAL ALL LENSES SHALL BE GLASS. ALL VEHICULAR + CB 1 DETAIL "A" DISPLAYS SHALL AVE 12 SECTIONS ALL PEDESTRIAN AND VEHICULAR DISPLAYS ' Z I AB L OPSSHALLBELEDTYPEPERTHECONTRACTSPECIALPROVISIONS. A PEDESTRIAN (NO SCALEALLESANPUSHW I I 0 BUTTONS SHALL BE ADA COMPLIANT TYPE B. WITH 2' DIAMETER ACTUATOR. ALL f L7 VISORS SHALL BE FULL CIRCLE. j 1 w 6. CONDUITS SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH I 3 CALTR AN S STD. NOTES: DETAIL "B" C- UNLESS OTHERWISE SPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE EX. 1X C., 1 -DLC CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUITS UNDER PAVING SHALL BE M (NO SCALE) INSTALLED WITHOUT OPEN CUTTING. / — AB ABANDON. IF APPLIED TO CONDUIT. REMOVE CONDUCTORS. 7. CROSS -HATCHED AREAS DENOTE DETECTION ZONES WITH CHANNEL DESIGNATIONS / / Y / FOR ASSIGNING DETECTOR OUTPUTS TO THE CONTROLLER. 0 3 i / CB INSTALL CONDUIT IN EXISTING PULL BOX. SERVICE ADDRESS 8. REMOVE CONFLICTING PORTIONS OF STRIPING ANMARKINGS RELOCATE EQUIPMENT. XXXX m D FROM INTERSECTION PER SIGNING AND STRIPING PLAN AND AS DIRECTED BY THE ENGINEER. / I/ RS REMOVE AND SALVAGE EQUIPMENT. EXTEND BARRIER LINES AS REQUIRED. SEE CONTRACT SPECIAL PROVISIONS / r-• MBER EX. R28(S)(MOD)(CA), 9. ALL PULL BOXES SHALL BE #5 UNLESS SHOWN OTHERWISE R3-7. METRO SIGN X XXXX 10. ALL WIRING SHALL BE MARKED TAGGED FOR PHASE INTERCONNECT VEHICLE DETECTION / 1 /' PLANS DESIGNED BY. SUBMITTED DRAWN BY IDENTIFICATION. / I , / Q oFEss pH DATE CITY OF DIAMOND BAR 03/27/09 0 K ( E` - BY 11. COORDINATE WITH EDISON COMPANY FOR ELECTRICAL SERVICE AND STREET LIGHT REMOVAL l / - FF ticSPOTTEDBYWELLINADVANCEOFNEED. EX. 2'C., 1-12PR. DATE _; y RECOMMENDED TRAFFIC SIGNAL PLAN19I/C TO SR -60 w m DATE AS BUILT 12. POT HOLING REQUIRED FOR UTILITIES SHOWN OR NOT SHOWN SHALL BE THE rn ADV CGonsulting Engineers Na 42445 RESPONSIBILITY OF THE CONTRACTOR AND COST FOR SAME SHALL BE INCLUDED SUPERVISED BY IN THE CONTRACT BID PRICE. , RAMP SIGNAL Traffic+ ITS +C, mmunicotions+Systems+Electricai Exp. 3-31-10 BY B R E A CANYON ROA D AT GOLDEN SPRINGS DRIVE21700CopleyDriveTel: (909) 860-5222 17T f F1 C ALtF\ DATE APPROVED c REVISED BY Suite 350 Fax (909) 860-5722 Diamond Bar, CA 91765 www.odventec—uso.com BY / C.C. SH 3 OF 4 SCALE: 1"_20' r r, w 6. CONDUITS SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH I 3 CALTR AN S STD. NOTES: DETAIL "B" C- UNLESS OTHERWISE SPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE EX. 1X C., 1 -DLC CONTROLLER CABINET SHALL BE 3 INCH. ALL CONDUITS UNDER PAVING SHALL BE M (NO SCALE) INSTALLED WITHOUT OPEN CUTTING. / — AB ABANDON. IF APPLIED TO CONDUIT. REMOVE CONDUCTORS. 7. CROSS -HATCHED AREAS DENOTE DETECTION ZONES WITH CHANNEL DESIGNATIONS / / Y / FOR ASSIGNING DETECTOR OUTPUTS TO THE CONTROLLER. 0 3 i / CB INSTALL CONDUIT IN EXISTING PULL BOX. SERVICE ADDRESS 8. REMOVE CONFLICTING PORTIONS OF STRIPING ANMARKINGS RELOCATE EQUIPMENT. XXXX m D FROM INTERSECTION PER SIGNING AND STRIPING PLAN AND AS DIRECTED BY THE ENGINEER. / I/ RS REMOVE AND SALVAGE EQUIPMENT. EXTEND BARRIER LINES AS REQUIRED. SEE CONTRACT SPECIAL PROVISIONS / r-• MBER EX. R28(S)(MOD)(CA), 9. ALL PULL BOXES SHALL BE #5 UNLESS SHOWN OTHERWISE R3-7. METRO SIGN X XXXX 10. ALL WIRING SHALL BE MARKED TAGGED FOR PHASE INTERCONNECT VEHICLE DETECTION / 1 /' PLANS DESIGNED BY. SUBMITTED DRAWN BY IDENTIFICATION. / I , / Q oFEss pH DATE CITY OF DIAMOND BAR 03/27/09 0 K ( E` - BY 11. COORDINATE WITH EDISON COMPANY FOR ELECTRICAL SERVICE AND STREET LIGHT REMOVAL l / - FF ticSPOTTEDBYWELLINADVANCEOFNEED. EX. 2'C., 1-12PR. DATE _; y RECOMMENDED TRAFFIC SIGNAL PLAN19I/C TO SR -60 w m DATE AS BUILT 12. POT HOLING REQUIRED FOR UTILITIES SHOWN OR NOT SHOWN SHALL BE THE rn ADV CGonsulting Engineers Na 42445 RESPONSIBILITY OF THE CONTRACTOR AND COST FOR SAME SHALL BE INCLUDED SUPERVISED BY IN THE CONTRACT BID PRICE. , RAMP SIGNAL Traffic+ ITS +C, mmunicotions+Systems+Electricai Exp. 3-31-10 BY B R E A CANYON ROA D AT GOLDEN SPRINGS DRIVE21700CopleyDriveTel: (909) 860-5222 17T f F1 C ALtF\ DATE APPROVED c REVISED BY Suite 350 Fax (909) 860-5722 Diamond Bar, CA 91765 www.odventec—uso.com BY / C.C. SH 3 OF 4 SCALE: 1"_20' r A ADD NEW "FILTER" ZONE USING EXISTING VIDS; CONTRACTOR TO DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING B ADD NEW "EXIT" ZONE USING EXISTING VIDS; CONTRACTOR TO VERIFY VISIBILITY OF ZONE WITH EXISTING VIDS, DETERMINE AND RECORD DETECTOR INPUT FILE DURING COMMISSIONING A A PROJECT NOTES50'-0"B 50'-0" B A A A LEGEND: NEW VIDEO DETECTION ZONE USING EXISTING OR NEW CAMERA (INDICATED ON PLAN) DETECTOR INPUT FILE (TO BE DETERMINED IN FIELD) A A A A A A 12 12 12 12 13 12 INSTALL LADDER STYLE HIGH VISIBILITY CROSSWALK (WHITE) PER CA-MUTCD FIGURE 3B-19. MATCH EXISTING WIDTH. 13 RS EXISTING PEDESTRIAN HEAD. FURNISH AND INSTALL NEW PEDESTRIAN HEAD WITH COUNTDOWN AND AUDIO FEEDBACK PER CA-MUTCD 4E. (1 TOTAL THIS SHEET). 1 1 1 1 1 1 1INSTALL NEW HIGH VISIBILITY CROSSWALK, ACCESSIBLE PEDESTRIAN SIGNAL (APS) WITH COUNTDOWN INDICIATIONS (AND AUDIO FEEDBACK)AND REPLACE PEDESTRAIN PUSH BUTTONS WITH APS.Ø4P 14 141 REPLACE ALL PEDESTRIAN PUSH BUTTONS WITH ACCESSIBLE PEDESTRIAN SIGNALS (POLARA INS OR APPROVED EQUAL. 8 TOTAL THIS SHEET). CD co m w LL 0 Ito w H O w m Iz a U J 0 U' ui J H 212E NOTES i. ALL MATERIAL AND WORK SHALL CONFORM TO THE CURRENT STANDARD PLANS AND SPECIFICATIONS OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION. 2. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS AND VERIFY ALL CONDITIONS ON THE JOB SITE. HAND DIG FOUNDATIONS UNTIL CLEAR OF OBSTRUCTIONS. PHONE UNDERGROUND SERVICE ALERT AT (800) 422-4133, 48 HOURS IN ADVANCE OF WORK. 3. OBTAIN APPROVAL FOR EXACT EQUIPMENT LOCATIONS PRIOR TO FINAL PLACEMENT. PERFORM STRIPING REVISIONS PRIOR TO LOOP DETECTOR LAYOUT. 4. ALL SIGNAL HEADS SHALL BE METAL, ALL LENSES SHALL BE GLASS. ALL VEHICULAR DISPLAYS SHALL HAVE 12' SECTIONS. 5. ALL LOOPS SHALL BE 6' IN DIAMETER WITH 10' SPACING IN THE DIRECTION OF TRAVEL AND CENTERED IN THE LANE EXCEPT AS SHOWN. EXTEND LIMIT LINE LOOPS 2' PAST LIMIT LINE UNLESS OTHERWISE INDICATED. 6. CONDUIT SHALL BE RIGID METALLIC. MINIMUM CONDUIT SIZE SHALL BE 2 INCH UNLESS OTHERWISE SPECIFIED. THE TWO SIGNAL CONDUITS ENTERING THE CONTROLLER SHALL BE 3 INCH. ALL CONDUIT UNDER PAVING SHALL BE INSTALLED WITHOUT OPEN CUTTING. 7. INSTALL TYPE 170 CONTROLLER ASSEMBLY COMPLETE WITH MODEL 332 CABINET. SEE,CONTRACT SPECIAL PROVISIONS. 8. INSTALL 120/240 VOLT TYPE III -BF SERVICE PEDESTAL WITH THE FOLLOWING 120 VOLT CIRCUIT BREAKERS: ONE 60.AMPERE (FOR TRAFFIC SIGNALS). ONE 15 AMPERE (FOR I.S.N.S.). AND ONE 30 AMPERE (INTERSECTION SAFETY LIGHTING) . 9. INSTALL 2 EACH TYPE V PHOTOELECTRIC CONTROLS FOR LIGHTING AND I.S.N.S. 10.COIL A MINIMUM OF 40' OF WWV COAXIAL ANTENNA CABLE IN BASE OF POLE FOR INTALLATION OF POLE TOP WWV ANTENNA BY OTHERS. SEE NOTE 13. WWV COAXIAL ANTENNA CABLE. SEE CONTRACT SPECIAL PROVISIONS. 1-12 PAIR 019 INTERCONNECT CABLE. 2#8 A.W.G. SERVICE CONDUCTORS. SIGN SCHEDULE POLE N0. CONDUCTOR SCHEDULE POLE MAST ARM a8A W41-1 A.W.G.CIRCUIT 50 LF Q 4' SKIP WHITE Z% I A I RUNS Z% I Q Z I Z% I /9\ i0 PHASE I (FUT .) 3 3 3 3 3 3 3 3 SV -2 -TB 2 3 3 3 3 12'*** 6 3 3 3 6 3 3 3 3 0 8 3 3 3 3 2 PED 4 2 2 2 14 8 PED 2 2 2 2 2 2 2 2 PPB i i i 15 8 PPB 1 1 1 1 2 1 1 1 10' PPB COMMON 1 1 1 1 2 1 1 1 TV -i SPARES 3 3 3 3 6 3 3 3 TOTAL 16 19 19 22 26 16 16 13 12 I.S.N.S. 2 2 2 2 2 6 DET. (FUT. 1) 1 1 TYPE B 2 DET. 2 2 2 2 2 2 CABLE 6 DET. 016) 8 DET. 2 2 TOTAL 3 3 4 4 2 2 WWV ANTENNA INTERCONNECT LUMINAIRE 2 2 2 2 2 2 2 4 10 SIGNAL COMMON 1 I 1 1 1 1 1 i TOTAL 1 3 3 3 3 3 3 1 3 1 4 6 ISERVICE I- CONDUIT SIZE (INCH) 1 2 2 21/2 3 3 21/2 21/2 2 2 1 2 WWV COAXIAL ANTENNA CABLE. SEE CONTRACT SPECIAL PROVISIONS. 1-12 PAIR 019 INTERCONNECT CABLE. 2#8 A.W.G. SERVICE CONDUCTORS. SIGN SCHEDULE POLE N0. MOUNT ON FAC— INGPOLEMASTARM INSTALL ON UNISTRUT SIGN POST. INCLUDING ANCHOR ASSEMBLY. 485' FROM BCR. INSTALL ON UNISTRUT SIGN POST, INCLUDING ANCHOR ASSEMBLY. 500' FROM LIMIT LINE. PAINT W41-1 * NNEa8A W41-1 DOUBLE YELLOW 50 LF INSTALL ON UNISTRUT SIGN POST. INCLUDING ANCHOR ASSEMBLY. 485' FROM BCR. INSTALL ON UNISTRUT SIGN POST, INCLUDING ANCHOR ASSEMBLY. 500' FROM LIMIT LINE. PAINT SCHEDULE 3641 ITEM ITY. SQ FT. DOUBLE YELLOW 50 LF 50 4' SKIP WHITE 105 LF 35 RED CURB 35 LF 41 ON CURB) SCALE i' = 20' S I L V E R S P R A Y_ 8' SEWER u n i V L, O THERMOPLASTIC SCHEDULE ITEM I QTY. I SO FT. 12' WHITE 364 LFI 3641TURNARROWiEA. 15 POLE SCHEDULE STANDARD LUMINAIRE H.P.S.V.) I.S.N.S. LEGEND SIGNAL MOUNTING PED. PUSH BUT PL!!5H REMARKS NO. TYPE HEIGHT SIG.M.A. LUM.M.A. VEHICLE PED. TYPE PHASE A' i 24-2-70 30' 25'** 12 250W Carpio MAS SV -2 -TB SP -1-T B 8 AS SHOWN 6.5' 2 17-2-70 30' 18' 12'*** 250W Golden Springs MAS SV -2 -TA SP -i -T B 8 AS SHOWN 6.5' ONE SIDED I.S.N.S. 0 15 (E) * 25" 8' (E) 15OW (E) P.P. 4027396E . MOUNT PHASE 6 DISPLAY AT 17'. i9-2-70 30' 25' 12' 200W Carpio MAS 2/SV-i-T SP -1-T B 8 to, 3.0' 4 1-A 7' TP -1 B 2 10' 2.5' I sal 5 15 30' 12' 20OW SP -i -T B 2 10' 2.5' 6 i -A 7' TV -i I SP -1-T B 8 10' 2.5' ALL EQUIPMENT IS NEW UNLESS OTHERWISE NOTED. ORNAMENTAL CONCRETE POLE. ROTATED 90 DEGREES COUNTER CLOCKWISE. PROPOSED POWER POLE 141B867E. LS -i STREET U ITEM I QTY. 12' j N.T.S. f I t 2 + 6-1 8 PHASE DIAGRAM 9 SEE NOTE 7. E) = EXISTING EQUIPMENT TO BE SALVAGED BY SERVING UTILITY. INTERIM MAST ARM WITH ONE TENON ONLY. 1 t 6 2 + 6 8 PHASE DIAGRAM O NOTES, CONTINUED 11. CONSTRUCT WHEELCHAIR RAMP PER STATE STANDARD PLAN ABS. CASE C. 4 LOCATIONS AS SHOWN. i 12.REMOVE CONFLICTING PORTIONS OF STRIPING AND MARKINGS FROM INTERSECTION PER SANDBLAST SCHEDULE HEREON AND AS`DIRECTED BY THE ENGINEER. INSTALL NEW CROSSWALKS. DOUBLE YELLOW (ON CARPIO)AND TURN ARROWS. CROSSWALKS SHALL HAVE SO FEET BETWEEN 12" WHITE STRIPES,AND SHALL START AT HALF - DELTA. UNLESS OTHERWISE SHOWN. SEE CONTRACT SPECIAL PROVISIONS. 13.1-12 PAIR #19 INTERCONNECT CABLE. 11/2" CONDUIT. CONSTRUCT INTERCONNECT CONDUIT TO CONTROLLER PULL BOX AT GOLDEN SPRINGS ROAD AND BALLENA DRIVE. APPROXIMATELY 1.100 FEET. CONTINUE CABLE TO CONTROLLER CABINET AND TERMINATE AS REQUIRED. SEE CONTRACT SPECIAL PROVISIONS. 14. SERVICE POINT IS EXISTING EDISON HAND HOLE G8264202. INSTALL 2 1/2" SERVICE CONDUIT WITH 3#6 AWG CONDUCTORS FROM HAND HOLE TO SERVICE PEDESTAL AS SHOWN. SPLICING BY-EDISON COMPANY. Jo. 18707 EV. rr-" 2Z2 SANDBLAST SCHEDULE ITEM I QTY. O j 30 LF 30 R=35' 0 UD O 8' WHITE SO LF 7 4' SKIP WHITE 47 LF 16 TURN ARROW 1 EA. 15 1 i EA. 22 I I \ I I En a U 1 W 1 w zo m CL w J w r I I I I L I J 1 1 u yyT I sal LL I I f I t 2 + 6-1 8 PHASE DIAGRAM 9 SEE NOTE 7. E) = EXISTING EQUIPMENT TO BE SALVAGED BY SERVING UTILITY. INTERIM MAST ARM WITH ONE TENON ONLY. 1 t 6 2 + 6 8 PHASE DIAGRAM O NOTES, CONTINUED 11. CONSTRUCT WHEELCHAIR RAMP PER STATE STANDARD PLAN ABS. CASE C. 4 LOCATIONS AS SHOWN. i 12.REMOVE CONFLICTING PORTIONS OF STRIPING AND MARKINGS FROM INTERSECTION PER SANDBLAST SCHEDULE HEREON AND AS`DIRECTED BY THE ENGINEER. INSTALL NEW CROSSWALKS. DOUBLE YELLOW (ON CARPIO)AND TURN ARROWS. CROSSWALKS SHALL HAVE SO FEET BETWEEN 12" WHITE STRIPES,AND SHALL START AT HALF - DELTA. UNLESS OTHERWISE SHOWN. SEE CONTRACT SPECIAL PROVISIONS. 13.1-12 PAIR #19 INTERCONNECT CABLE. 11/2" CONDUIT. CONSTRUCT INTERCONNECT CONDUIT TO CONTROLLER PULL BOX AT GOLDEN SPRINGS ROAD AND BALLENA DRIVE. APPROXIMATELY 1.100 FEET. CONTINUE CABLE TO CONTROLLER CABINET AND TERMINATE AS REQUIRED. SEE CONTRACT SPECIAL PROVISIONS. 14. SERVICE POINT IS EXISTING EDISON HAND HOLE G8264202. INSTALL 2 1/2" SERVICE CONDUIT WITH 3#6 AWG CONDUCTORS FROM HAND HOLE TO SERVICE PEDESTAL AS SHOWN. SPLICING BY-EDISON COMPANY. Jo. 18707 EV. rr-" 2Z2 SANDBLAST SCHEDULE ITEM I QTY. ISO FT. DOUBLE YELLOW 30 LF 30 12' WHITE 30 LF 30 8' WHITE SO LF 7 4' SKIP WHITE 47 LF 16 TURN ARROW 1 EA. 15 rTs-ToFLEGEND i EA. 22 I LEGEND: DETECTOR INPUT FILE (TO BE DETERMINED IN FIELD) A PROJECT NOTES A SEPARATE FIRST INDUCTIVE LOOP IN THE LANE FROM OTHER LOOPS; SPLICE FIRST LOOP TO NEW DLC AND LEAVE REMAINING LOOPS SPLICED TO EXISTING DLC. SEE LOOP MODIFICATION DETAIL FOR EXAMPLE WITH TWO LOOPS, SEE CALTRANS STD PLAN ES-5A FOR OTHER SPLICE ARRANGEMENTS A B ADD DETECTOR INPUTS (AS NECESSARY) TO REFLECT ADDITIONAL DETECTION AS SHOWN ON PLAN B 15 15 15 RS EXISTING PEDESTRIAN HEAD. 2 2 2 2Ø8P Ø8P 152 16 INSTALL NEW ACCESSIBLE PEDESTRIAN SIGNAL(APS)WITH COUNTDOWN INDICIATIONS (AND AUDIO FEEDBACK). REPLACE PEDESTRIAN PUSH BUTTONS WITH APS.FURNISH AND INSTALL NEW PEDESTRIAN HEAD WITH COUNTDOWN AND AUDIO FEEDBACK PER CA-MUTCD 4E. (2 TOTAL THIS SHEET) REPLACE ALL PEDESTRIAN PUSH BUTTONS WITH ACCESSIBLE PEDESTRIAN SIGNALS (POLARA INS OR APPROVED EQUAL. 6 TOTAL THIS SHEET). T IV va POLE SCHEDULE CONDUCTOR: SCHEDULE I . S. N. S. SIGNAL MOUNTING LEGEND VEHICLE PED. I PED. PUSH BUT. PLACEMENT REMARKSA -W G CIRCUIT HEIGHTSIG.M.A. W LUM.M.A. TYPE RUNS A" R61-4.1*** - 1 26-4-70 30': 01 ( RED IS SPARE) 3 3 3 3 1 3 3 1[ 3 3 3 2 02 3(N) 3 3 EXISTING04333 6 ` : 05 (RED IS SPARE) 3 3 3 SP -1 T063333133(N) 3(N) 3(N) 3(N) SV -1 T(U) 08 3 3 3 3 02 PED 2 2 2 2 12' 04 PED 2 2 2 2 2 2 2 W14. 06 PED 2 2 2 2 2 15(N) 88 PED 2 2 2 2 2 02 PPB 1 1 04 PPB 1 1 1 1 1 1 1 1 1 2 06 PPB 1 1 1 1 SP -1-T 08 PPB 1 1 1 P-1-T(U)SP-1-T(u) PPB COMMON 1 1 1 1 1 1 1 1 1 SPARES 3 3 3 3 3 3 3 3 3 TOTAL 13 19 21 28 28 28 21 19 13 t12 I.S.N.S. 2 2 2 2 2 2 2 01 DET. 1 1 02 DET. 3 3 3 3 TYPE B 04 DET. 2 2 2 2 CABLE 05 DET. 1 1 1 1 M6) 06 DET. 3 3 08 DET. 2 2 TOTAL 2 2 5 6 6 6 4 4 4VWV ANTENNA 1 INTERCONNECT LUMINAIRE 2 2 2 2 2 2 2(N) 2 10 SIGNAL COMMON 1 1 1 1 1 1 1 1 1 TOTAL 3 3 3 1 3 1 1 3 3 3 2 98 ISERVICE I - I 2 CONDUIT SIZE (INCH) 2 2 2.5 2.5 3 3 2..552 2 2 POLE SCHEDULE STANDARD _ LUMINAIRE H•P•S•V•) I . S. N. S. SIGNAL MOUNTING LEGEND VEHICLE PED. I PED. PUSH BUT. PLACEMENT REMARKS NO -1 TYPE HEIGHTSIG.M.A. W LUM.M.A. TYPE PHASE A" R61-4.1*** - 1 26-4-70 30': 35'(N) 12' 20OW W mitridpe-SM(N) SV -1 -T SP -1 -T B 4 EXISTING EXISTING SEE NOTES 10. 11 12 d 13 2 1-A 10' TV -1 T SP -1 B 6 - EXISTING EXISTING SEE NOTES 11 d 12. 3 17-2-70 30'' 20' 12 : 20OW Grand MAS SV -1 T SP -1 -T B 6 ` : EXISTING EXISTING SEE NOTES 11 d 12. 0 1-q 1 p' SV -1 T SP -1 T B 8 : SEE NOTES 9.-10:,&-,12. 15(N) 30' 12'(N) 20OW(N) SV -1 T(U) SP-1-T(U) S(U) 8 5.0' 2.5' ; 15 27' 8' 200W P.P. NO. : 4410212E- 5 2fi-4-70 30' 35' (N) 12' 200W St mitridge : iA/Y(StN) SV -1 T SP -1 B 8 EXISTING EXISTING SEE NOTES 10. 11, '12 d 13.' 0 1-A 1.101 SV -1 T Sp -1 -T B 2 SEE NOTES 9 &A 2. 15(N) 30`` N) 15OW(N) SV-1-T(U)SP-1 T(U) B(U) 2 7.0' 2.5` 15 27' 8' 150W P.P. NO. 2316383E. 7 17-2-70 30 20' 12' 20OW Grand MAS SV -1 -T SP -1 -T B 2 EXISTING EXISTING SEE NOTES 11 a 12. 8 1-A 10' SV -1 -T SP -1-T B 4 SEE NOTES 9. 10 '8. 12. 15(N) 30' 12'(N) 25OW(N) P-1-T(U)SP-1-T(u) B(U) 4 4.0' 2.5' 15** 27' 8. 20OW P.P. NO. 2313672E. SIGN SCHEDULE' POLE NO. MOUNT ON FAC - INGPOLEMASTARM 1 R73-7 * E 4 R73-7 * W A R61-4.1 - N i3 R61-4.1*** - N '. A A A A A PROJECT NOTES A SEPARATE FIRST INDUCTIVE LOOP IN THE LANE FROM OTHER LOOPS; SPLICE FIRST LOOP TO NEW DLC AND LEAVE REMAINING LOOPS SPLICED TO EXISTING DLC. SEE LOOP MODIFICATION DETAIL FOR EXAMPLE WITH TWO LOOPS, SEE CALTRANS STD PLAN ES-5A FOR OTHER SPLICE ARRANGEMENTS B ADD DETECTOR INPUTS (AS NECESSARY) TO REFLECT ADDITIONAL DETECTION AS SHOWN ON PLAN B LEGEND: DETECTOR INPUT FILE (TO BE DETERMINED IN FIELD) A 16 16 16 16 17 Ø8 Ø2 Ø6 Ø4 17 17 17 1 1 1 1 1 1 1 116 INSTALL LADDER STYLE HIGH VISIBILITY CROSSWALK (WHITE) PER CA-MUTCD FIGURE 3B-19. MATCH EXISTING WIDTH. 17 RS EXISTING VEHICLE HEAD. FURNISH AND INSTALL NEW SIGNAL EQUIPMENT PER POLE SCHEDULE. CONTRACTOR TO VERIFY IF EXISTING CONDUCTORS ARE SUFFICIENT AND AVAILABLE FOR INTENDED OPERATIONS AS SHOWN ON PLAN. 1 INSTALL NEW HIGH VISIBILITY CROSSWALK ANDNEARSIDE VEHICLE INDICATIONSSV-2-TA 1 SV-2-TA SV-2-TA SV-2-TA INSTALL LADDER STYLE HIGH VISIBILITY CROSSWALK (YELLOW) PERCA-MUTCD FIGURE 3B-19. MATCH EXISTING WIDTH.1EXISTING VEHICLE HEAD.RSFURNISH AND INSTALL NEW SIGNAL EQUIPMENT PER POLESCHEDULE. CONTRACTOR TO VERIFY IF EXISTING CONDUCTORSARE SUFFICIENT AND AVAILABLE FOR INTENDED OPERATIONS ASSHOWN ON PLAN.21INSTALL NEW HIGH VISIBILITY CROSSWALK,AND INSTALL NEARSIDE VEHICLE SIGNAL1Ø42Ø6121111111 TV-2-TSV-2-TA1