TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS All work as shown on the Contract Drawings and indicated on the Contract Documents, including General Conditions and General ...
Author: Marjory Walters
1 downloads 0 Views 128KB Size
TECHNICAL SPECIFICATIONS All work as shown on the Contract Drawings and indicated on the Contract Documents, including General Conditions and General Requirements, shall conform to the latest edition and supplements of the Standard Specifications For Public Works Construction (SSPWC) adopted by the Board of Public Works of the City of Los Angeles as modified by the corresponding issue of Standard Plan S-610 and to these Technical Specifications. The following Technical Specifications are supplementary and in addition to the provisions of the Standard Specifications for this project unless otherwise noted. Where applicable, the section numbers of the Technical Specifications coincide with those of the said Standard Specifications. In addition to the Standard Specifications set forth above and these Technical Specifications, all work as shown on the plans for the Construction on State Highway I405 Freeway shall conform to the provisions in the Caltrans Standard Specifications, dated July 1999, and Caltrans Standard Plans, dated July 1999, and the Notice to Contractors and Special Provisions shown in APPENDIX I, of these Technical Specifications. Also, all sewer rehabilitation work for the Santa Monica Boulevard Transit Parkway project shall be performed and constructed in accordance with the sewer rehabilitation plans and schedules in APPENDIX II, of these Technical Specifications.

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 1

TABLE OF CONTENTS SUBJECT

PAGE

GENERAL CONSTRUCTION CONTRACTOR’S JOB-SITE ……………………………………………………………………………

4

REMOVAL OF EXISTING RAILROAD TRACKS ……………………………………………………..

5

REMOVAL OF EXISTING CONCRETE FOOTINGS, STAIRWAY, RETAINING WALL, ETC …………………………………………………………………

6

CONSTRUCTION STAGING PLANS AT SIGNALIZED INTERSECTIONS FOR CONSTRUCTION OF COLORED CONCRETE INTERSECTIONS AND CROSSWALKS …………………………………………………………………………………….. 7 RETAINING WALL FINISH – INTEGRALLY COLORED CONCRETE …………………………….. 8 - 10 STREET LIGHTING - GENERAL REFURBISHING SPECIFICATIONS FOR UM 8705 ELECTOLIERS ………………………………………………………………………….. 11 - 12 LADOT – CHANGEABLE MESSAGE SIGN …………………………………………………………… 13 - 25 DEPARTMENT OF WATER & POWER - UNDERGROUND CONDUIT AND SUBSTRUCTURES WORK ……………….……………………………………………………………… 26 PROTECTION OF EXISTING 28” MWD WATER MAIN ………………………………………………. 27 - 29 CALTRANS – CONSTRUCTION ON STATE HIGHWAY I-405 ……………..……………………….. 30 SEWER REHABILITATION ……………………………………………………………………………….. 31 REMOVAL, TESTING, AND DISPOSAL OF POTENTIAL CONTAMINATED SOIL EXCAVATION …..…………………………………………………………………………………… 32 - 33 LADOT MANUAL POLICIES AND PROCEDURES SECTIONS 521 AND 531 ……………………. 34 MISCELLANEOUS OUT-OF-SCHEDULE CONSTRUCTION ACTIVITIES ………………………… 35 BID QUANTITIES ADJUSTMENT ………………………………………………………………………. 36 PERMITS / AUTHORIZATIONS …………………………………………………………………………. 37

CONSTRUCTION MITIGATION CONSTRUCTION MITIGATION AND SPECIAL EVENTS .………………………………………….. 38 CONSTRUCTION MITIGATION SIGNAGE ……………………………………………………………. 39 HOLIDAY MORATORIUM ………………………………………………………………………………… 40 CONTRACT WORK TO BE PERFORMED BY CITY FORCES ……………………………………… 41 SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 2

APPENDIX CALTRANS – CONSTRUCTION ON STATE HIGHWAY I-405 SPECIFICATIONS ……… APPENDIX I SEWER REHABILITATION PLANS AND SPECIFICATIONS……………………………….. APPENDIX II CITY OF LOS ANGELES - CONSTRUCTION STAKING GUIDELINES …………………… APPENDIX III DWP-POWER SPECIFICATIONS 104 AND STANDARD PLAN……………………………. APPENDIX IV LADOT MANUAL OF POLICIES AND PROCEDURES SECTIONS 521 & 531 ………….. APPENDIX V CONSTRUCTION MITIGATION PLAN ………………………………………………………… APPENDIX VI PERMITS / AUTHORIZATIONS ……………………………………………………………….. APPENDIX VII PROTOCOL FOR HANDLING CONTAMINATED RAILROAD BALLASTS DURING STREET RECONSTRUCTION PROJECTS …………………………. APPENDIX VIII

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 3

CONTRACTOR’S JOB-SITE The CONTRACTOR may use the existing vacant median in the project area for its construction office, employee’s parking and material storage. The area selected by the CONTRACTOR shall be submitted and approved by the ENGINEER. The yard should be fenced and covered with cloth material to block view from the street. Parking shall not include spaces that are used for existing business and community parking. The CONTRACTOR should be aware that the median area will eventually be graded, paved and/or landscaped as shown on the Contract Drawings. Therefore, the CONTRACTOR shall make provisions to relocate its construction office, employee parking, storage of materials, etc, from the project site. The CONTRACTOR shall provide parking and transportation services for its and subcontractor’s employees at no cost to the employees. All costs associated with requirements specified herein shall be included under Bid Item No. 1 – Mobilization.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 4

REMOVAL OF EXISTING RAILROAD TRACKS The CONTRACTOR shall remove all existing railroad tracks, including ties and ballast, that are encountered and interfere with the contract work. The CONTRACTOR shall remove and dispose of existing railroad tracks in accordance with the Protocol For Handling Contaminated Railroad Ballasts During Street Reconstruction Projects, attached in APPENDIX VIII, of these Technical Specifications. Existing railroad tracks are visible at some areas along Santa Monica Boulevard and some of the railroad tracks may be buried or already have been removed. The CONTRACTOR shall understand that the quantity shown in Bid Item No. 9, of Bid Proposal, may be significantly more than the actual quantity removed during the construction of improvements. The CONTRACTOR shall note that for this bid item only, if actual quantities exceed twenty-five percent (25%) of Bid Item quantity, no adjustments in payments as specified in Section 01254 – Payment for Changes and Extra Work, of GENERAL REQUIREMENTS, shall be made. The ENGINEER shall issue a change order based on the adjustment of actual quantities and the Contract Unit Price for this Bid Item. All costs for work and requirements specified herein shall be covered in the Contract Unit Price for Bid Item No. 9 – Remove Existing Set of Railroad Tracks.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 5

REMOVAL OF EXISTING CONCRETE FOOTING, STAIRWAY, RETAINING WALL, ETC The CONTRACTOR shall excavate and remove, demolish and/or cut existing structures or appurtenances that interfere with construction of new improvements to a point 600 mm below finished excavation grade or elevation. These existing structures and appurtenances are as shown on Contract Drawings and include but are not limited to existing concrete footings, piles, stairways, retaining walls, and rebar. The CONTRACTOR shall backfill with on-site material and compact voids left by removals up to finished excavation grade or elevation. The CONTRACTOR shall haul and dispose of debris resulting from removals. All costs for work, materials and disposal required for removal of existing structures and appurtenances as specified herein shall be included in this Bid Item.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 6

CONSTRUCTION STAGING PLANS AT SIGNALIZED INTERSECTIONS FOR CONSTRUCTION OF COLORED CONCRETE INTERSECTION AND CROSSWALKS The Contractor shall submit to the LADOT, Design Division and the Engineer for approval, the construction staging plans for construction of colored concrete intersections and crosswalks as shown on the Contract Drawings, Landscaping Plans (D-32150). Said construction staging plans shall be prepared by a licensed Transportation and/or Civil Engineer and shall conform to the latest “WATCH” Manual and all related sections of the Standard Specifications for Public Works Constructions, GENERAL CONDITIONS, AND GENERAL REQUIREMENTS and these Technical Specifications.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 7

RETAINING WALL FINISH INTEGRALLY COLORED CONCRETE GENERAL 1.1

SUBMITTALS A. Product Data: Submit manufacturer’s complete technical data sheets for the following: 1. Colored admixture. 2. Curing compound. B. Design Mixes: For each type of integrally colored concrete. C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available. D. Integrally Colored Concrete Mockups: 1. At location on Project selected by Architect and Engineer, place and finish area. 2. For accurate color, the quantity of concrete mixed to produce the sample should not be less than 3 cubic meters (or not less than 1/3 the capacity of the mixing drum on the ready-mix truck) and should always be in full cubic meter increments. Excess material shall be discarded according to local regulations. 3. Construct mockup using processes and techniques intended for use on permanent work, including curing procedures. Include samples of control, construction, and expansion joints in sample panels. Mockup shall be produced by the individual workers who will perform the work for the Project. 4. Retain samples of cements, sands, aggregates and color additives used in mockup for comparison with materials used in remaining work. 5. Accepted mockup provides visual standard for work of Section. 6. Mockup shall remain through completion of work for use as a quality standard for finished work. 7. Remove mockup when directed.

PRODUCTS 2.1

ACCEPTABLE MANUFACTURER A. L.M. SCOFIELD COMPANY B. DAVIS COLORS C. Or approved equal.

2.2

MATERIALS A. Colored Admixture for Integrally Colored Concrete by L.M. SCOFIELD COMPANY, DAVIS COLORS, or approved equal:

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 8

1. Admixture shall be a colored, water-reducing, admixture containing no calcium chloride with coloring agents that are limeproof and ultra-violet resistant. 2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979, ASTM C494 and ASSHTO M194. B. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. C. Curing and Sealing Compound: Curing and sealing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. D. SUBSTITUTIONS: The use of products other than those specified will be considered providing that the Contractor requests its use in writing within 14-days prior to bid date. This request shall be accompanied by the following: 1. A certificate of compliance from material manufacturer stating that proposed products meet or exceed requirements of this Section, including standards ACI 303.1, ASTM C979, ASTM C494 and AASHTO M194. 2. Documented proof that proposed materials have a 10-year proven record of performance.

2.3

COLORS A. Concrete Color: 1. Cement: Color shall be gray. 2. Sand: Color shall be locally available natural sand. 3. Aggregate: Concrete producer's standard aggregate complying with specifications. 4. Colored Admixture: To be selected by Architect from L.M. SCOFIELD COMPANY, DAVIS COLORS’ Color Charts or approved equal. B. Concrete Color: Provide cement, sand, aggregate and colored admixture as required to match Architect's sample. C. Curing Compound: Color to match integrally colored concrete.

2.4

CONCRETE MIX DESIGN A. See Structural Notes on the Contract Plans for Reinforced Concrete Mix Design. B. Add colored admixture to concrete mix according to manufacturer's written instructions.

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 9

2.5

CURING A. Integrally Colored Concrete: Apply curing compound for integrally colored concrete according to manufacturer's instructions using manufacturer’s recommended application techniques. Apply curing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 10

STREET LIGHTING GENERAL REFURBISHING SPECIFICATIONS FOR UM 8705 ELECTROLIERS This specification constitutes the requirements for the fabricating and refurbishing of UM 8705 electroliers. Pole, luminaire and pedestals shall be refurbished in accordance with the Contract Drawings, details and specifications. The CONTRACTOR is advised that the level of surface preparation may vary (as approved by the INSPECTOR) depending on pole/pedestal condition. Extreme corrosion may require Power Tool Cleaning (per Section 310-2.4 of the Greenbook) and or Blast Cleaning (per section 3102.5 of the Greenbook). REMOVAL AND INSPECTION The outer decorative shafts, lead rings, finials, bases, base doors, casing, and base collars shall be refurbished. These components shall be referred to herein as “external components”. The Contract Administration INSPECTOR shall inspect them upon dismantling and removal from job site. Prior to removal, CONTRACTOR shall identify any existing lead based paint. CONTRACTOR shall include the cost for testing, removal and disposal of any lead based paint if necessary in the overall bid for the project. If any of these items are missing or damaged beyond repair, the CITY will provide replacements (replacements shall also require refurbishing). Upon completion of inspection, components shall be removed to a blasting facility where the surfaces shall be cleaned. CONTRACTOR shall be responsible for the transportation, proper storage and care for the poles and their components throughout the entire construction of this project. SURFACE PREPARATION AND INSPECTION Surface preparation for the outer decorative shafts, lead rings, finials, bases, base doors, casing, and base collars, shall conform to the requirements of the Standard Specification for Public Works Construction, 2000 Edition (GREENBOOK) section 310-2.5 commercial blasting. Minor repair to the bases and base collars may be made using a filler such as “Bondo” or equal. Inspection and approval of the sandblasted components, by City Inspector, shall be required prior to continuation of the refurbishment process. Upon inspection approval of sandblasting, the outer decorative shafts, lead rings, bases, base doors, casing, fitters and base collars, and finials shall be acid washed and then “Hot Dipped” galvanized per ASTM A-123 specifications. Inspection and approval of the galvanization of the “external components” by a City Inspector, shall be required prior to continuation of the refurbishment and painting process. PAINTING/COATING AND INSPECTION The outer decorative shafts, lead rings, pedestals, casings, fitters and base doors shall be painted “Spring Street Green” in accordance with these specifications. The interior surface of SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 11

the bases shall be primed only; in lieu of primed and finish coated. However, the interior primer thickness shall be 10 mils minimum DFT. All painting/coating shall be accomplished with an etch primed to 1.0 mils, a two-part epoxy/urethane system consisting of Amerlock 400 epoxy primer and Amershield aliphatic polyurethane top coat. Top coat color shall be “Spring Street Green”. Three 3” x 5” sample steel panels coated in “Spring Street Green” shall be submitted for approval, prior to commencing the painting operations. Paint shall be applied according to the manufacturer’s application procedure. Nominal thickness of the coating shall be 10 mils minimum DFT (1 mil etch primed, 4 mil DFT for the primer and 5 mils DFT for the top coat). Inspection and approval of primer and top coat application thicknesses, by a City Inspector, shall be required prior to delivering poles to the job site. NEW FABRICATIONS The center support shaft shall be new, fabricated with a base plate and anchor bolts in lieu of a center shaft. Dimensions and details of the center support shaft shall adhere to Standard Plan B1723 and existing field conditions. Contractor shall submit shop drawing with foundation details to BSL, Testing and Evaluation Division for approval prior to fabrication. The CONTRACTOR shall be responsible to verify all dimensions and details with field conditions of existing poles. The shaft shall be straight and true, and shall not vary over its entire length by more than 0.75 inch. All openings in the shaft shall be ground smooth to prevent insulation damage to the electrical wires. All material shall be new; the pipe shall conform to ASTM A53A and plate material to ASTMA36. All welding shall conform to the requirements of AWSD1.1. Material certifications are required. The new center support shaft shall be hot dip galvanized in accordance per ASTM A-123. 6 – New base doors shall be fabricated from cast iron of the same thickness and type as existing cast iron base doors and then coated with primer and top coat as specified above. The refurbished pole assembly to be returned to job site for reinstallation by the contractor. Each pole assembly shall be furnished with 3” x 3” galvanized angle iron base leveling devices.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 12

LADOT - CHANGEABLE MESSAGE SIGNS PART 1- GENERAL 1.1

DESCRIPTION - The following is a general summary of the work and is not intended to be all-inclusive. The Contractor shall complete all work as shown on the Contract Drawings and Contract Documents, including General Conditions, General Requirements and these Technical Specifications and as directed by the Engineer. The Contractor shall furnish and install the Changeable Message Sign system as approved in the Los Angeles Department of Transportation Design plans for this project and described in this specification. If a specific Standard Plan or Specification is cited on the drawing it shall take precedence over any general standard plan or drawing cited in this specification. Except as may otherwise be provided herein, all construction work and materials shall be done in accordance with the applicable Los Angeles Department of Transportation (LADOT) Special Provisions and Standard Drawings for the Installation and Modification of Traffic Signals, latest revision, City of Los Angeles, Bureau of Engineering Standard Plans, including S-610-27, (see www.eng.lacity.org/techdocs) and the provisions of the 2000 edition of the Standard Specifications for Public Works Construction (SSPWC), hereinafter referred to as the Standard Specifications. The State of California Department of Transportation, Standard Specifications, July 1999 edition, hereinafter referred to as the State or CALTRANS Specifications, shall govern all construction work neither addressed in the Technical Specifications contained herein nor the Standard Specifications. Conflicts between the above specifications, if not resolved in these Technical Specifications , shall be resolved by using an order of precedence in the same order as listed in this paragraph. These Technical Specifications shall take precedence over the plans and the standard specifications.

1.2

WORK TO BE DONE BY CONTRACTOR Except as stipulated in these specifications as being furnished by the City or others, the Contractor shall furnish all labor, materials, power, equipment, tools, transportation, and supervision necessary to construct, complete the following: Furnishing and installing 2 changeable message signs, sign support structures, fiber optics communication system and system integration and testing.

1.3

SUBMITTALS DESCRIPTION The Contractor shall provide submittals required by the contract documents and revise and resubmit as necessary to establish compliance with the specified requirements. A

Upon completion of construction the Contractor shall furnish three (3) sets of “asbuilt” plans to the Engineer. (Engineer shall keep one set and furnish the remaining sets to the following: City Engineer of the City of Los Angeles;

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 13

General Manager of the Department of Transportation City of Los Angeles, Attention: Signal Design Division. B

Minimum Submission - Working drawings shall include but not be limited to: The Contractor shall submit, for review and approval by the Engineer, five copies, drawings, brochures, and/or data covering all major items of material the Contractor proposes to use for the construction within 14 calendar days from the “Notice to Proceed”. At minimum, submission of data for the following materials will be required: • • • •



1.4

Changeable Message Signs Sign Controller, Cabinet & Accessories Modems and Surge Suppressors Cabinets & Enclosures Pole and CMS support structure details signed by a California licensed Structural Engineer (if structures other than those specified in para. 2.5 are used)

APPLICABLE OR REFERENCE STANDARDS A

All new electrical equipment, unless specifically excluded herein, shall conform to the standards of the National Electrical Manufacturers Association (NEMA), The Underwriters' Laboratories Inc., (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. Unless specifically excluded herein, all new materials and workmanship shall conform to the requirements of the National Electrical Code (NEC); California Administrative Code, (CAC) Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply.

B

Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Proceed with the work is dated.

PART 2 - SUMMARY OF WORK 2.1

2.2

SUMMARY OF WORK - SPECIFIC A

The Contractor shall furnish and install Changeable Message Sign Site equipment. The CMS Site shall at a minimum include a Type 337 Cabinet (Para 2.3) a CMS and Controller Pad (Para. 2.4) and a CMS support structure with foundation (Para 2.5).

B

All cabling and conduit shall conform to Section 86 of the Caltrans Standard Specifications.

PRE-PROGRAMMED CMS MESSAGES

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 14

The controller pad shall automatically display any previously programmed message(s) on the sign display as shown on the plans. Full control of the CMS shall be available through an RS-232 port. 2.3

2.4

TYPE 337 CABINET A

The Contractor shall furnish and install a Type 337 Cabinet with dimensions and power requirements that conforms to the latest specification for the Cabinet Assembly , Department of Transportation, City of Los Angeles. At a minimum, the cabinet shall include a power distribution assembly, a fan and fan circuit, and cabinet lighting but shall include any other equipment specified on the plan sheets. The cabinet shall also contain a fully functional controller pad connected by cable to the RS-232 port in the CMS.

B

The Contractor shall furnish and install the pedestal and foundation that meets the latest specification of the Department of Transportation, City of Los Angeles, for the Type 337 cabinet as directed on the plan sheets.

CHANGEABLE MESSAGE SIGN AND CONTROLLER PAD A

The CMS manufacturer providing the signs shall be the same for both signs. Synchronex Inc. (contact person, Mike Girardot (909) 482-1040 is a qualified manufacturer. Other manufactures may be used subject to: 1

The criteria in this section and items listed below.

2

A minimum of five years experience in manufacturing LED signs with an annual production rate exceeding 10 LED signs.

3

The approval of the LADOT Engineer, Inder Dugal, (213) 580-5388.

B

The CMS assembly shall be constructed with LED clusters assembled to form alpha-numeric modules forming messages of two (2) lines, sixteen (16) characters per line as described in this Specification and detailed on the plans. Each module shall have the capability to display left, right and up LED arrow. Messages shall be in one direction (left to right) and capable of displaying multiple frames. The LED message shall automatically adjust its light output by means of two installed photo-sensors, one on the top of the sign and one on the side of the sign. The light output shall be proportional to the ambient light (more light to more output, less light to less output), with two separate lighting levels of 100 percent and 50 percent. The sign background shall be non-illuminated and black in color. The sign shall be dark when a message is not selected. The sign shall have a 30 degree cone of vision in the horizontal axis and be visible at a distance of 152.4 meters (500 feet).

C

The overall size of each sign shall be .91m (three feet) in height by 3.66m (twelve feet) in width by 127 mm (five inches) in depth. The total weight of the sign, including all components required for the operation and mounting of the sign, shall be 272.7 Kg. (600 lbs.) or less. The sign face shall be made of transparent

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 15

break resistant and ultra violet resistant polycarbonate material. The legends shall be only visible from the front of the sign. D

The overall sign shall be constructed so that the front face panels are contained within an extruded anodized .90 gauge aluminum sheeting frame having full welded seams and powder coated with high gloss black finish which meets the color standards of Federal Specification 595B 17038. The transparent polycarbonate or hardened acrylic front face panels shall be encased in an aluminum frame, and sliding to allow access to the interior of the sign. A means shall be provided to permit servicing of the sign in ½ or 1/3 width increments. A 9.53mm (3/8 inch) black anodized aluminum hex cell louver having 95 percent open area and providing 60 degree shielding shall be installed between the LED lamp clusters and the front face panel to enhance resistance to sun phantom. These louvers shall be secured in front of the modules with captive type retainers. The sign shall be gasketed with a closed cell neoprene gasket making the sign watertight. Stainless steel latches shall be provided for quick access to the interior of the sign. The sign shall be provided with devices to retain the lens in a fully open mode which will assist in the servicing of the sign. All exterior hardware shall be of stainless steel materials. The sign shall be vented on the bottom and provided with interior thermostatically controlled ventilation fan(s).

E

The LED legend shall be comprised of individual removable modules. Each LED module shall have thirty-five one-inch diameter pixels in a 5 pixel wide by 7 pixel high matrix arrangement. The characters displayed by this 5 pixel wide by 7 pixel high arrangement shall be 203 mm (8 inches) wide and 254mm (10 inches) high. Each 25.4mm (one-inch) diameter pixel shall have a minimum of ten LEDs. Each individual LED shall be a high power AllnGaP type LED equaling or exceeding in quality, color, and optical output and efficiency as those manufactured by Hewlett-Packard catalog # HLMA-DL00, and shall be AMBER 590nm. Each sign shall have two lines, 16 modules per line. For increased serviceability, each pixel shall be replaceable with the use of a screwdriver.

F

A drawing of the legend and message sign shall be submitted to the Engineer for approval prior to manufacturing.

G

The sign shall be controllable from the following three locations in order of priority: 1 2 3

H

Local controller pad at the sign cabinet Local RS232 port at the sign cabinet LADOT ATSAC Center computer via single mode fiber optic Cable.

The operation of the CMS locally by a laptop and remotely from the ATSAC Center shall be controlled by software provided by the Contractor. This software shall be compatible with a Microsoft Windows (95, 98, 2000, XP and NT). Sign shall comply with the DMS communications protocol as specified in the NTCIP 1203 Standard Objects for DMS document. Additionally, the sign shall comply with the LADOT communications protocol as specified by LADOT (contact Gabriel Murillo at 213-485-2815). Data communication between the LADOT

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 16

ATSAC Center and each CMS shall be via single mode fiber optic cable. The software shall be able to provide feedback from the CMS modules to verify characters displayed on the CMS, report module status, and report LED pixel failures of each CMS.

2.5

I

Control shall also be provided for each individual CMS using a stand alone controller pad stored at a contractor installed controller cabinet located near the CMS as shown on the plans. The controller pad shall have the minimum capabilities to create, transmit and store messages for the individual CMS. One additional controller pad shall be provided as a spare for in the ATSAC control center.

J

The contractor shall supply all miscellaneous cables and modems necessary to operate the CMS locally and remotely. The sign control protocol shall be nonproprietary and a list of control codes and their definition shall be provided.

K

The contact closure system shall utilize 24VDC. The LED message shall be steadily lit when activated. The sign supplier shall furnish and install sign power supplies, terminal blocks, circuit breakers and dimming capability as necessary to fully operate the sign. A current limiting circuit shall be provided for each pixel in the module in order to prolong LED life.

CHANGEABLE MESSAGE SIGN AND POLE STRUCTURES The sign should be mounted on the sign structure with foundation detailed on Caltrans Std. Plan S13, post type V. Sign should be manufactured to allow for mounting per Caltrans Standard Plans S1-S7. Shop drawings shall be submitted to Engineer for approval before manufacturing of signs. If different structure or foundation is to be used, the pole manufacturer shall submit shop drawings to the Engineer for approval.

2.6

INTEGRATION AND TESTING A

The Contractor shall: 1 2 3 4 5 6 7 8 9

2.7

Develop Test Procedures per Para 2.7 Set-up, configure and stand alone test the fiber optic modems per Para 2.7 Configure the CMS system per Para 2.8 Conduct a 60 day system Acceptance Test per Para 2.9 Conduct Training per Para 2.10 Furnish & Deliver Support Equipment per Para 2.11 Furnish & Deliver Spare parts per Para 2.12 Furnish & Deliver Manuals per Para 2.13 Provide Warranty services per Para 2.14

TEST PROCEDURE A

The Contractor shall develop and furnish test procedures to the Engineer, 30 days before the start of any proposed testing.

B

Each test procedure shall include;

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

conditions for testing, method of testing, TECHNICAL SPECIFICATIONS 17

equipment required for testing, expected result and a column for recording the actual results. Each test sheet shall have space to indicate the actual result pass or fail. If the test result is fail, a plan for corrective action shall be identified. Space shall be provided for signature by the Contractor and the Engineer. C

At minimum, the test procedures shall include: 1

The test procedures for each sign shall incorporate standards of testing as detailed in Section 86 Caltrans Standard Specifications and as listed below: a b c

2.8

D

The test procedures shall include a 60 day system acceptance test.

E

Testing shall be performed in the presence of the Engineer. The Engineer shall be notified of the test start date 15 working days prior to the test start date. Tests shall not be performed without written approval of the Engineer.

F

A complete report of each test performed shall be submitted. The report shall include all actions and results and all failures and corrective or preventive measures taken.

CHANGEABLE MESSAGE SIGN CONFIGURATION AND SETUP A

The Contractor shall configure the signs at each site shown on the plan sheets and demonstrate that each site is prepared for field operation.

B

The configuration shall include: 1 2 3

2.9

Acceptance testing of all supplied components Physical and functional testing of all modules A minimum 100 hour burn-in of all modules

Programming messages to be displayed when the fiber optic modem is receiving input from the dedicated LADOT computer. Verifying multi-phase message display and timing Testing all other sign functions with vendor furnished CMS software at each control cabinet. (features tested shall include dimming, message composition, message display, and sign blanking).

ACCEPTANCE TESTING A

The Contractor shall integrate all individual components and make final connections before acceptance testing.

B

The Acceptance test shall demonstrate that the system exhibits reliable and stable operation for a period of 60 days

C

The System Test shall take place over a period of 60 continuous days. The failure of any component of the system shall cause the System Test to be restarted from the beginning after appropriate corrective action has been taken

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 18

by the Contractor. If failure of the test is caused by an act of god, vandalism, or failure of utility furnished electrical power, the test clock will restart on the day it was stopped. If the failure is caused by Contractor furnished materials or workmanship, the test clock shall restart at day zero and a new 60 testing period shall start. If the acceptance test is required to be restarted, all test procedures will be repeated and documented using a clean copy of the accepted test procedures to ensure that all features remain functional.

2.10

2.11

D

If any single device fails three or more times during the test period, it shall be deemed unsuitable. The Contractor shall replace unsuitable devices at Contractor expense with new equipment. Unsuitable devices shall be permanently removed from the project and destroyed.

E

Final acceptance shall not occur until the Engineer has approved completion of the 60 day system acceptance test in writing and all project documentation, training, support and spare equipment has been furnished.

TRAINING A

The Contractor shall provide three four-hour training sessions for up to six people. The training shall be comprised of four sessions including 4 hours on the operation of the CMS assembly and 4 hours on the maintenance of the CMS Assembly, and 4 hours on the entire system operation and maintenance.

B

The Contractor shall submit a proposed training schedule and training documents to the Engineer for comment and approval 4 weeks prior to the beginning of training.

SUPPORT EQUIPMENT A

The Contractor shall furnish all test equipment necessary to calibrate and maintain the equipment for use by LADOT in maintaining the changeable message signs.

B

The Contractor shall provide and furnish a laptop computer to the LADOT ATSAC Center within 45 days of the notice to proceed. The laptop shall meet or exceed the following specifications for the DELL Inspiron 8200:

CPU Storage and Memory

Display

• • • • • • • • •

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

Intel Pentium 4 1.7 GHz processor 512 KB L2 Cache 256 MB RAM, Expandable to 1024 MB 40 GB High Speed HDD Integrated 1.44 MB FDD Integrated 16XCDRW/dvd Combo Modular 250MB Zip Drive 15.0” UXGA (1600X1200) TFT Display 32 MB DDR 4X AGP Video Card

TECHNICAL SPECIFICATIONS 19

PC Cards

Keyboard & Input Interface

Power Supply

Software

Accessories

Warranty

C

The Contractor shall provide additional hardware/software for the laptop including: 1 2

D 2.12

2 Type II Internal 10/100 EthernetII Card. Internal mini-PCI DELL True Mobile 1150 Wireless Networking • Full-size keyboard • TrackPoint with “Press-to-Select” • Internal 56 K V.92 Modem • 1 Serial Port • 1 Parallel Port • 2 USB • 2 Lithium Ion Batteries • AC Adapter • Car Adapter • Preloaded Windows XP Professional • Preloaded MS Office XP Professional • Microsoft Visual Studio.NET Professional • Carrying Case • Battery Charger • 10/100 Combo PC Card with Cellular Modem 3 Year Parts and Labor

Sign control software that will exercise all features of the sign. Frontline Test Equipment Serial Asyn 9X SW, Serialtest Async 9X, STA/SPY 9X Setup guide, Serialtest Async Cable Set, Serial Port Serial Adapter Card with 2 serial ports.

The laptop shall meet additional software requirements as specified by LADOT engineer Gabriel Murillo, (213) 485-2815, up to $500 in retail value.

SPARES A

The sign Contractor shall supply two additional power supplies and ten modules, fully populated with 25.4 mm (one inch) LED modules for each sign. A spare control board and spare controller shall also be provided.

B

In addition to spare parts for the sign, the Contractor shall provide one spare fiber optic modem, one spare surge suppressor of each type used, and one spare for each fuse used in the entire system.

C

Spare parts shall be supplied in separate cartons or packages for each assembly. Each package shall be suitable for shipment by common carrier without special handling. All packages shall be clearly marked on the outside with the part number, serial number, and the manufacturers name and address. The price of the spare parts shall be included in System Integration and testing.

D

The Contractor shall deliver spare parts to an LADOT facility. The Contractor shall call LADOT at (213) 580-5388 for location and date of delivery. The Contractor shall, at minimum, provide fifteen (15) work days advance notice of

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 20

proposed delivery of spare parts. 2.13

2.14

MANUALS A

The contractor shall provide six (6) copies of the manufacturers operation and maintenance manuals for all components of the system. The documentation shall provide a complete and precise technical description of all system(s) equipment and materials and shall thoroughly demonstrate that the systems including all assemblies fully conform to all requirements of the Specifications. All documentation shall be neat, legible clearly identified, and suitably bound.

B

The documentation shall include, schematic diagrams, routine maintenance procedures and schedules for all equipment and materials.

WARRANTY Equipment furnished under this Specification shall be guaranteed to perform according to these specifications and to the manufacturer’s published specifications. Equipment shall be warranted for a minimum of five years against defects and/or failure in design, materials, and workmanship. The Contractor is fully responsible for all parts, labor, diagnosis, removal, shipping, handling, and reinstallation for the repair or replacement of any malfunctioning, failed, problematic, or otherwise unacceptable equipment. Any electrical component or electrical assembly or sub-assembly that experiences more than three failures while the guaranty is in effect shall be replaced with a new component.

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 21

LADOT - CHANGEABLE MESSAGE SIGNS ARCHITECTURAL REQUIREMENTS PART ONE - GENERAL 1.1

1.2

1.3

SUMMARY A.

Work Included: Provide Changeable Message Signs (CMS) where shown on the Contract Drawings, as specified hereinafter and as needed for a complete and proper installation.

B.

Related Sections: 1.

Documents affecting work of this Section include, but are not necessarily limited to the GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS and Sections in DIVISION 1 - GENERAL REQUIREMENTS of these Specifications.

2.

Concrete Work in Section 201.

3.

Paintings in Section 310-2.

4.

Electrical Work in Section 209.

QUALITY ASSURANCE A.

Use adequate numbers of skilled craftpersons who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section.

B.

Installer Qualifications: Installer of Changeable Message Signs shall have had not less than 3 years experience in the erection of similar types of signs (hereinafter specified) of length equal to or exceeding the length of the specified signs.

SUBMITTALS A.

General: Comply with conditions of SUBMITTALS SECTION 01340 of DIVISION 1 - GENERAL REQUIREMENTS of these Specifications.

B.

Product Data: Within 45 calendar days after the Contractor has received the City's "Notice to Proceed" submit the following: 1.

Materials list of items proposed to be provided under this Section;

2.

Manufacturer's specifications and other data needed to prove compliance with the specified requirements;

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 22

C. 1.4

1.5

3.

Shop Drawings showing general layout, dimensions, base design and its connection to foundation, anchoring and support system, and grounding system;

4.

Design, calculations, drawings, and other data needed to secure approval of foundation design for architectural signs hereinafter specified from governmental agencies having jurisdiction;

5.

Manufacturers' recommended installation procedures which, when approved by the Consultant or City Engineer will become the basis for accepting or rejecting actual installation procedures used on the Work.

Samples: Submit sample of factory applied finish for approval.

PRODUCT HANDLING A.

Delivery and Storage: Deliver Changeable Message Signs and accessories to the job-site and store in such manner as to prevent damage of any nature thereto. Furnish bolt circle template to the Contractor for accurate setting of anchor bolts and grounding rod in concrete foundation.

B.

Deliver components in manufacturer's protective wrappings.

PERMIT Provide plan and calculations by a licensed engineer as required to obtain required approval and permits. Permit shall be obtained and paid by the Contractor.

PART TWO - PRODUCTS 2.1

CHANGEABLE MESSAGE SIGNS A.

Provide Changeable Message Signs , accessories, bases and anchorage devices as complete flange mounted or ground set units, furnished by one manufacturer and with the attributes found on set drawings. 1. Clear anodized aluminum color with a coat of wax to avoid stains while in transit to and storage at the job-site. 2. Below ground: Shop coat of asphaltic paint inside and outside.

B.

Manufacturers: ATR Technologies, Inc. 805 Towne Center Drive, Pomona, CA 91767 Sierra Signs 1001 N 2nd St.,

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 23

San Jose, CA. 95112 or equal to. C.

Fittings and Accessories: 1.

Ball: Provide 8 inch diameter finial ball of 14-gage spun aluminum or Ball: 8-inch diameter seamless, polished stainless steel mounted on a 5/8-inch diameter brass rod screwed to top of truck or Ball: 8-inch diameter aluminum 356 alloy die cast with flush seams. Stem to be aluminum 6061-T6 alloy.

2.2

FOUNDATION A.

General: Construct concrete foundation as indicated on the Contract Drawings in accordance with Los Angeles City Building Code and requirements specified in Section 201 - CAST-IN-PLACE CONCRETE.

B.

General: Provide the services of an engineer properly licensed to perform such work at the job-site location and design a foundation for architectural sign(s) complying with Uniform Building Code with the Los Angeles City 1999 or latest Amendments and requirements in Section 201 - CAST-IN-PLACE CONCRETE. 1.

Provide such drawings and calculations as are required, make necessary arrangements and pay such costs as are involved, and secure approvals of governmental agencies having jurisdiction.

2.

Provide labor and materials and perform such services as are needed and construct the foundations in the locations shown on the Contract Drawings and as approved by the City Engineer or the Consultant and the governmental agencies having jurisdiction.

PART THREE - EXECUTION 3.1

SURFACE CONDITIONS Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until detrimental conditions are corrected.

3.2

GENERAL INSTALLATION Install the Changeable Message Signs signs and accessories in strict accordance with the manufacturers' recommendations as approved by the City Engineer or Consultant, aligning plumb to a vertical tolerance of one in 1000, and adjusting operating components for optimum smoothness of operation.

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 24

3.3

STEEL POLE A.

Pole: Caltrans Standard Plan S-13; welded joints, airtight and watertight.

B.

Fittings: 1.

C.

3.4

Ball Top: 8-inch. diameter 20-ounce copper, covered with 23-carat gold leaf over 3 coats of waterproof paint and 1 coat of waterproof silver size; mounted on a 1/4-inch. diameter seamless steel tube slipped over a 5/8inch. diameter steel rod screwed to top of truck.

Shop Painting: Coating of specified paint primer on pole and all surfaces of flashing collar.

ORNAMENTATION A.

Shop Painting: Coating of specified paint primer on perforated metal and specified brushed metal hollow steel tubing.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 25

DEPARTMENT OF WATER & POWER UNDERGROUND CONDUIT AND SUBSTRUCTURE WORK The CONTRACTOR shall construct and install DWP underground conduit and substructures as per Contract Drawings, DWP-PS - Construct 4.8KV & Service Conduit, Sheet Nos. 1-5, of plan 0IH5035, and in accordance with the Department of Water and Power Standard Specification 104 and Appendix I of same, as last revised, and U.G. Construction Standards UB745-03, 120.1, and DWP Standard Drawing H-168 R-25 unless modified in Contract Drawings. DWP Standard Specification 104 and Appendix I, aforementioned above, are attached under APPENDIX IV of these Technical Specifications. The CONTRACTOR is required to obtain full inspection and approval by the Department of Water and Power before final acceptance of underground construction work. DWP acceptance is required prior to installation of cable and equipment. The Contractor shall notify DWP at (213) 367-2697 two (2) normal working days in advance of construction. The CONTRACTOR shall coordinate with and make all necessary arrangements with DWP for performance of work and inspection detailed on Contract Drawings. The CONTRACTOR shall pay for any and all fees, costs and charges associated with the construction and installation of the DWP underground conduit and substructure as per Contract Drawings and these Technical Specifications. The CONTRACTOR shall install the underground conduit system and coordinate its work with the private utilities contractor to allow installation of the private utilities duct system. The CONTRACTOR is responsible for making separate arrangements with the private utilities to install the private system. Should the private utilities choose not to use the CONTRACTOR to install its facilities, the CONTRACTOR shall allow access to the open trench, after construction and inspection of the underground conduit, for the private utilities contractor to install their facilities. Coordination with the private utilities contractor shall not result in delays to the CONTRACTOR’s schedule. Disputes arising from the coordination between the contractors shall be brought to the attention of the INSPECTOR. The CONTRACTOR is required to propose solutions to the dispute which result in the mutual benefit of the contractors. Should the contractors not propose a solution, the ENGINEER shall provide instructions to be implemented without cost or delay to the contract.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 26

PROTECTION OF EXISTING 28” MWD WATER MAIN The Metropolitan Water District (MWD) maintains an existing 28-inch diameter cast iron water line (Santa Monica Feeder) that runs along Santa Monica Boulevard as approximately shown on Utility (D-32149) and Civil (D-32096) plans. The water main runs from Camden Avenue to the Beverly Hills city limits. The water main shall remain in place and in service throughout the construction of this Project and shall be protected and undisturbed by the CONTRACTOR. The CONTRACTOR shall protect the existing MWD water main throughout the construction of this project in accordance with the GENERAL CONDITIONS, GENERAL REQUIREMENTS and these Technical Specifications. LOADING RESTRICTIONS The CONTRACTOR shall perform any work over and adjacent to the existing 28” MWD water main in conformance with the loading restrictions that follow: 1. When cover between top of pipe and exposed surface grade is greater than 1.52 m, the CONTRACTOR shall not use equipment that imposes loads greater than a loaded CAT 633 scraper; 2. When cover between top of pipe and exposed surface grade is between 910 mm and 1.52 m, the CONTRACTOR shall not use equipment that imposes loads greater than AASHTO H-20 loading; 3. When cover between top of pipe and exposed surface grade is between 600 mm and 910 mm, the CONTRACTOR shall not use equipment that imposes loads greater than AASHTO H-10 loading; 4. When cover between top of pipe and exposed surface grade is between 450 mm and 600 mm, the CONTRACTOR shall not use equipment that imposes loads greater than that of a track-type tractor weighing a maximum of 12,000 pounds; 5. When cover between top of pipe and exposed surface grade is less than 450 mm, the CONTRACTOR shall use only hand equipment. The exposed surface grade is defined as the lowest surface elevation encountered during preparation and construction of the new pavement section or other improvement required per Contract Drawings. These loading restrictions shall apply for any work within and over a 4.90 m wide area that is directly above the existing 28” MWD water pipe approximately offset 2.45 m on each side of the pipe centerline. The longitudinal limits is the entire length of the existing pipe that is located within the project area as shown on the Contract Drawings. COMPACTION RESTRICTIONS The CONTRACTOR shall perform compaction work over and adjacent to the existing 28” MWD water main in conformance with the compaction equipment restrictions that follow: 1. The CONTRACTOR may not use vibratory compaction equipment in vibratory mode within 4.27 m of the pipe centerline for the entire length of the existing 28” MWD water main. SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 27

2. When the cover over the pipeline is greater than 910 mm, compaction equipment must be restricted to that which imposes loads no greater than a Caterpillar CS-683 E smooth drum compactor within 2.45m of the pipe centerline. 3. When the cover over the pipeline is between 600mm and 910mm, compaction equipment must be restricted to that which imposes loads no greater than a Caterpillar CS-573 D smooth drum compactor within 2.45 m of the pipe centerline. 4. When the cover over the pipeline is between 450 mm and 600 mm, compaction equipment must be restricted to that which imposes loads no greater than that of a smooth double drum roller, weighing a maximum of 7000 pounds, within 2.45 m of the pipe centerline. 5. When the cover over the pipeline is less than 450 mm, compaction equipment must be restricted to only hand equipment, approved by Metropolitan Water District, within 2.45 m of the pipe centerline. POTHOLING The depth of cover above the pipe varies throughout the length of the existing water main. The CONTRACTOR shall pothole along the entire length of the existing water main to determine actual cover above the pipe. FOR INFORMATION ONLY - Based on MWD As-built Plan No. H-2751, the approximate cover between the top of pipe and the exposed surface grade is estimated to be as follows:

STATION FROM 14+00 18+50 23+25 25+15 25+75 26+00 27+90 29+50 30+75 30+90 31+90 32+60 34+00 36+10 37+05 37+25 37+60 39+75 41+60

TO 18+50 23+25 25+15 25+75 26+00 27+90 29+50 30+75 30+90 31+90 32+60 34+00 36+10 37+05 37+25 37+60 39+75 41+60 45+50

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

COVER (meters) 0.60 - 0.91 0.91 - 1.52 1.52 < 0.91 - 1.52 0.60 - 0.91 < 0.46 0.60 - 0.91 < 0.46 0.60 -0.91 0.91 - 1.52 0.60 - 0.91 0.91 - 1.52 0.60 - 0.91 < 0.46 0.60 - 0.91 0.91 - 1.52 1.52 < 0.91 - 1.52 0.60 - 0.91

TECHNICAL SPECIFICATIONS 28

SUBMITTALS The CONTRACTOR shall submit to the ENGINEER, for review and approval, procedures for the placement and compaction of soil over and adjacent to the 28” MWD water main thirty (30) days prior to start of construction. Procedures that could subject the existing pipeline to excessive impact or vibration will not be permitted. COORDINATION OF WORK MWD will adjust its maintenance hole structures to accommodate new finished grade and modify or relocate existing air release, vacuum, and blow-off structures along the existing water pipeline. The CONTRACTOR shall coordinate work and operations within the vicinity of existing pipeline with MWD to permit access to the work site and provide time for MWD work to be accomplished during the progress of the work. The CONTRACTOR shall contact Mr. Pat Serna, Water Systems Operation Group - MWD, at (818) 832-2134, at least twenty-eight (28) days prior to start of construction in the vicinity of existing MWD 28” C.I. water pipeline. REPAIR In case of any damage to the water main caused by the CONTRACTOR’s forces, equipment or operations, the CONTRACTOR shall immediately notify the INSPECTOR and MWD representative. MWD shall perform all necessary repairs to its pipeline. The CONTRACTOR shall be liable for and pay MWD for all costs associated with the repair work. PAYMENT The CONTRACTOR shall organize its work, forces, equipment and operations to protect the existing water main while performing the work under this Contract. All construction costs associated with the protection of the MWD water main shall be paid for on the basis of the contract lump sum price bid for “PROTECTION OF EXISTING 28” MWD WATER MAIN”. The lump sum price bid shall include full compensation for furnishing all labor, materials, tools, equipment, and any and all incidental costs for potholing and protecting this water main while performing the work in accordance with these specifications, Contract Drawings and Contract Documents. The incidental costs shall also include any and all costs attributed to the coordination of work with MWD or other utility companies performing work below, over or adjacent to the existing water main. In addition, the CONTRACTOR shall include in its construction schedule any and all time effects and impacts that the protection of the existing water main shall have in the performance of the work in accordance of the Contract Drawings and Contract Documents; including these Technical Specifications. Any incidental costs attributed to these scheduling impacts or effects shall be considered as included in the contract lump sum bid price paid for “PROTECTION OF EXISTING 28” MWD WATER MAIN” and no separate payment will be made therefore.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 29

CALTRANS - CONSTRUCTION ON STATE HIGHWAY I-405 The general items of work within and adjacent to the State of California Highway I-405 are as follows: 1.

Widening of northbound and southbound I-405 Freeway on-ramps at Santa Monica Boulevard;

2.

Construction of a retaining/sound wall along the southbound on-ramp;

3.

Construction of a retaining wall along northbound on-ramp.

The CONTRACTOR shall perform and complete all work within and adjacent to State Highway I-405 in accordance with the Contract Drawings, Contract Documents, including the General Conditions, General Requirements, Geotechnical Report and these Technical Specifications. In addition, all work as shown on the plan shall conform to the provisions in the CALTRANS Standard Specifications, dated July 1999, and CALTRANS Standard Plans, dated July 1999, and the Notice to Contractors and Special Provisions in APPENDIX I, of these Technical Specifications. Also, the CONTRACTOR shall perform and complete all work within and adjacent to State Highway I-405 in accordance with the Department of Toxic Substances Control Variance included under APPENDIX VII, of these Technical Specifications.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 30

SEWER REHABILITATION All sewer rehabilitation work for the Santa Monica Boulevard Transit Parkway project shall be performed and constructed in accordance with the sewer rehabilitation plans and schedules in APPENDIX II.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 31

REMOVAL, TESTING, AND DISPOSAL OF POTENTIAL CONTAMINATED EXCAVATED SOIL The CONTRACTOR shall remove, stockpile, test, analyze, and dispose of potential contaminated soil at or near Borings B-1, B-38, B-40, B-41, B-42 and B-44 in accordance with recommendations specified in Geotechnical Investigation Report for Santa Monica Transit Parkway Project – Dated March 28, 2002. General handling requirements of potential contaminated soil or materials encountered during the performance of contract work shall be as recommended in Geotechnical Investigation Report for Santa Monica Boulevard (Dated March 28, 2002). The CONTRACTOR, or its subcontractor or consultant shall be licensed for hazardous materials handling and hauling. CONTRACTOR, or subcontractor, consultant employees shall have sufficient health and safety training, consistent with OSHA Hazardous Waste Operation Standards (29 CFR 1910.120), and Cal-OSHA “Hazardous Waste Operations & Emergency Response” (8 CCR 5192). The CONTRACTOR shall prepare a site-specific health and safety plan. The CONTRACTOR shall appoint a site safety officer and establish responses to metals and petroleum hydrocarbons, which may be encountered during excavations. The health and safety plan for project excavations must include measures to detect and mitigate organic vapors and hydrocarbons and metals in soil as noted in Geotechnical Investigation Report for Santa Monica Transit Parkway project. The plan should specify particular action levels for each contaminant found during exploratory drilling and suspected to occur along the alignment and provide guidelines for personal safety and public protection, including monitoring and appropriate personal protective equipment needed on the job site during all phases of excavation of the project. The project health and safety plan shall specify procedures and include for methods of dust control. The CONTRACTOR shall be responsible for maintenance and calibration of monitoring gear. The goal is to prevent health-significant inhalation and dermal exposure to hydrocarbon-contaminated soils, explosions and fires and to provide methods of decontaminating workers and equipment if contamination levels exceed those cited in the plan. The CONTRACOR shall prevent any unauthorized entry into the work and stockpile areas. The CONTRACTOR shall provide for testing and analyzing of potential contaminated soil and material in accordance with testing requirements and procedures specified in Geotechnical Investigation Report for Santa Monica Transit Parkway Project – Dated March 28, 2002. The testing lab shall be a state certified environmental laboratory. If after stockpiling and soil or material sample analyses show that hazardous levels are exceeded, the CONTRACTOR shall transport the hazardous soil or materials by hazardous waste manifest to an approved Class I disposal facility. The CONTRACTOR shall be required to obtain and pay for all permits required as a result of testing and hauling contaminated soil or material. The CONTRACTOR shall notify the INSPECTOR of all contaminated material removals. The CONTRACTOR shall submit all signed manifests to INSPECTOR.

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 32

All costs associated with the removal, stockpiling, testing, and disposal of potential contaminated excavated soil shall be paid for on the basis of the contract unit price bid for “Removal, Testing and Disposal of Potential Contaminated Excavated Soil”. The unit price bid shall include full compensation for furnishing of all labor, materials, tools, equipment, disposal and permit fees and any and all incidental costs for performing the work in accordance with these Technical Specifications, Geotechnical Investigation Report – Santa Monica Transit Parkway Project (Dated March 28, 2002), Contract Drawings and Contract Documents.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 33

LADOT MANUAL OF POLICIES AND PROCEDURES SECTION 521 AND 531

Attached for CONTRACTOR use and reference is LADOT Manual of Policies and Procedures, Sections 521 and 531. The CONTRACTOR shall refer to these sections as specified in Contractor Notes of Worksite Traffic Control Plans, Sheet 1 of 47, D-32099, and Section 1120 – Interface / Coordination Requirements of the GENERAL REQUIREMENTS. See APPENDIX V of these Technical Specifications.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 34

MISCELLANEOUS OUT-OF-SCHEDULE CONSTRUCTION ACTIVITIES

This contract lump sum price bid item, Item No. 5 – Miscellaneous Out-of-Schedule Activities, is a fixed cash allowance to be used when directed and approved by the ENGINEER. During construction it may become necessary to modify the construction activities, sequence of construction, work nights, weekends and holidays (when permitted), etc, to accommodate community and business requests. The ENGINEER will submit to the CONTRACTOR a written request detailing what is needed to be modified or changed. The CONTRACTOR shall submit to the ENGINEER an itemized cost and time proposal for the requested work. After mutual agreement on cost and time and upon completion of work, the ENGINEER will request payment to the CONTRACTOR from this fixed cash allowance Bid Item.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 35

BID QUANTITIES ADJUSTMENT

This contract lump sum price bid item, Item No. 7 – Bid Quantities Adjustment, is a fixed cash allowance to be used when directed and approved by the ENGINEER. When quantities actually constructed, placed or installed are more than the quantities bid, The ENGINEER will request payment to the CONTRACTOR from this fixed cash allowance Bid Item.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 36

PERMITS / AUTHORIZATIONS

The CONTRACTOR shall comply with all conditions and requirements of permits issued for the Santa Monica Boulevard Transit Parkway. In addition, the CONTRACTOR shall obtain and pay all costs incurred for any permits required to perform work within project area that includes, but is not limited to, a Caltrans Dual Construction Permit. The permit/authorization list includes, but is not limited to, the following: 1. Caltrans Encroachment Permit; 2. Los Angeles County Flood Control District Permit; 3. California Department of Toxic Substance Control Variance; 4. State Water Resources Control Board; 5. Final EIR Signature Sheet; 6. Notice of Determination; 7. FHWA Finding Of No Significant Impact; 8. State Fish and Game Certificate of Fee Exemption; Copies of the aforementioned are included in APPENDIX VII, of these Technical Specifications. The CONTRACTOR shall include in its Bid all costs for the work and permit fees required as specified herein.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 37

CONSTRUCTION MITIGATION AND SPECIAL EVENTS This contract lump sum price bid item, Item No. 4 – Construction Mitigation and Special Events, is a fixed cash allowance to be used when directed and approved by the ENGINEER. This allowance will cover costs for work, service or items required, not mentioned in other bid items, to mitigate construction impacts to the community and businesses. The work, service or items may entail the following: 1. Provide tools or materials to enhance public information; 2. Provide and coordinate for Special Events, such as the annual Achievable Foundation 5K and Fair that is scheduled for April 27, 2003 and once a year after that; 3. Prepare and provide publications; 4. Provide private parking; 5. Provide valet parking; 6. Provide parking validation; 7. Provide tools and materials to assist in business advertisement; 8. Provide or coordinate newsletter; 9. Create and post banners; 10. Provide bus tokens; 11. Provide and coordinate Ground Breaking Ceremony, 50% Construction Completion Ceremony; 12. Provide Project Concierge to assist local citizens. 13. Provide and use special construction material (e.g. fast setting concrete). In addition to the above, any additional work service or items that will minimize construction impacts to the local residential and business community may be requested. The ENGINEER will submit to the CONTRACTOR a written request detailing what is needed. The CONTRACTOR shall submit to the ENGINEER an itemized cost and time proposal for the requested work. After mutual agreement on cost and time and upon completion of work, the ENGINEER will request payment to the CONTRACTOR from this fixed cash allowance Bid Item.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 38

CONSTRUCTION MITIGATION SIGNAGE This contract lump sum price bid item, Item No. 6 – Construction Mitigation Signage, is a fixed cash allowance to be used when directed and approved by the ENGINEER. Special credit signs may be needed at the start/middle/end of the project site. Also, other construction signs may be required adjacent to major traffic corridors. In addition, special signage to mitigate construction impacts to local businesses, enhance public relations or any other miscellaneous signs may be needed. The ENGINEER will submit to the CONTRACTOR a written request detailing what is needed. The CONTRACTOR shall submit to the ENGINEER an itemized cost and time proposal for the requested signs. After mutual agreement on cost and time and upon completion of work, the ENGINEER will request payment to the CONTRACTOR from this fixed cash allowance Bid Item.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 39

HOLIDAY MORATORIUM

The Contractor, its forces and subcontractors, shall not perform any work within the project area during the Holiday Moratorium period, November 15 through January 2, of every year, for the duration of the project’s contract time. 1. The Contractor shall incorporate the work stoppages and re-mobilization due to the moratoriums in its construction schedule. 2. The Contractor shall provide a safe and accessible project area prior to leaving the site. Access shall be provided for all businesses and residential properties located along Santa Monica Boulevard. All equipment and materials shall be removed from all publicly accessible areas. 3. The Contractor shall backfill and provide temporary pavement over excavated areas and areas where grades are offset in order to allow for safe vehicular and/or pedestrian movement during the moratorium. Open trenches or excavations not within traveled roadways or sidewalks shall be covered to the satisfaction of the Project Engineer. 4. The Contractor shall provide temporary barricades, fencing, and signs required to secure the construction areas from public access. 5. The Contractor shall provide all traffic control markers, signs, striping, traffic signal devices and equipment necessary for the control of traffic during the moratorium. 6. The Contractor shall conduct visits to the site on a daily basis necessary to verify that all equipment, roadways, sidewalks and facilities within the project area are maintained in a safe and working condition. The Contractor shall provide all material and work necessary to repair any unsafe condition. The Contractor shall take any necessary actions to allow safe and free movement of both pedestrian and vehicular traffic during the holiday season. Work should be done in an expeditious and unobtrusive manner as is possible. The CONTRACTOR shall include in its Bid all costs for the above requirements. Construction Moratorium during Special Events As specified in these Technical Specifications, “Construction Mitigation and Special Events”, the CONTRACTOR shall provide for and coordinate any Special Events as directed and approved by the ENGINEER. The CONTRACTOR shall cease construction in the areas affected by the Special Event and all holiday moratorium requirements shall apply to the affected areas. Payment for this work shall be requested from the fixed cash allowance, Bid Item No. 4 – Construction Mitigation and Special Events.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 40

CONTRACT WORK TO BE PERFORMED BY CITY FORCES

In order to expedite the completion of contract work, the ENGINEER may, at its discretion, via a Change Order, delete any work or activity from the contract and direct CITY forces to complete deleted work or activities. Cost of deleted work shall be deducted, via said Change Order, in accordance with Contract Unit Prices. The CONTRACTOR shall coordinate its operations and forces with those of the City in accordance with Section 01313 of the GENERAL REQUIREMENTS.

(END OF SECTION)

SANTA MONICA BOULEVARD TRANSIT PARKWAY W.O.E6000627 07/29/2002

TECHNICAL SPECIFICATIONS 41