INVITATION FOR BIDS (IFB) 18-008

Promenade Mall Bus Stop Expansion Project

RIVERSIDE TRANSIT AGENCY 1825 Third Street Riverside, CA 92507 (951) 565-5000

The Contract to be awarded will be paid for in part with funds from the Federal Transit Administration (FTA), State Transportation Assistance (STA) funds, Transportation Mitigation Fee (TUMF) Program funds and Local Transportation Funds (LTF).

Key IFB Dates

Issue Date: February 2, 2018

Pre-Bid Conference (10:00 a.m.): February 14, 2018

Written Clarifications/Questions Due: February 26, 2018

RTA Response to Questions: March 9, 2018

Bid Submittal Due: March 19, 2018

February 2, 2018

SUBJECT: NOTICE INVITING SEALED BIDS IFB 18-008: PROMENADE MALL BUS STOP EXPANSION PROJECT

Gentlemen/Ladies:

Riverside Transit Agency (RTA) invites sealed bids from qualified contractors for the Construction Phase Services of the Promenade Mall Bus Stop Expansion Project. The contractor is to provide and install benches and other associated amenities, as well as hardscape and landscape enhancements associated with the project. Prospective bidders shall possess the appropriate contractor’s license to meet the requirements of the project.

Bids must be submitted at or before 2:00 p.m., on March 19, 2018.

Bids delivered in person or by a means other than U.S. Mail shall be addressed as follows: Riverside Transit Agency 1825 Third Street Riverside, CA 92507 Attn: Robert Wyman, Contracts Administrator IFB 18-008 Promenade Mall Bus Stop Expansion Project

Bids delivered by U.S. Mail shall be addressed as follows: Riverside Transit Agency P.O. Box 59968 Riverside CA 92517-1968 Attn: Robert Wyman, Contracts Administrator IFB 18-008 Promenade Mall Bus Stop Expansion Project

Bids received after the date and time specified above shall be deemed non-responsive and returned unopened.

Bids shall be submitted on the Bid Forms contained herein.

Parties interested in obtaining a copy of IFB 18-008, may do so by emailing their request to [email protected] or by calling (951) 565-5190 or (951) 565-5000. Please include the following information: • name of firm • address • contact person • telephone and facsimile number • DIR registration number • Invitation For Bid (IFB) 18-008 • e-mail address

A pre-bid conference will be held on February 14, 2018 at 10:00 a.m. at RTA’s Riverside facility located at 1825 Third Street, Riverside. All prospective Bidders are strongly encouraged to attend the pre-bid conference.

The Contract to be awarded will be paid for in part with funds from the Federal Transit Administration (FTA), State Transportation Assistance (STA) funds, Transportation Mitigation Fee (TUMF) Program funds and Local Transportation Funds (LTF). Bidders shall comply with all applicable rules and

regulations including, but not limited to, Equal Employment Opportunity (EEO), Debarment Suspension, Davis Bacon and Related Acts and Disadvantaged Business Enterprise (DBE).

This is a prevailing wage project and is subject to Davis Bacon and Related Acts. Bidders are responsible to be self-informed regarding the requirements of prevailing wages on Federally-funded projects within the State of and the County of Riverside. This project will be subject to monitoring and enforcement by the California Department of Industrial Relations (DIR), including the obligation of the successful contractor to submit certified payroll records directly to the DIR Compliance Monitoring Unit (CMU), as well as RTA.

Bid Security: Each bid must be accompanied by bid security in the form of a bid bond, a certified check, cashier’s check or treasurer’s check, drawn on or issued by a responsible bank or trust company, made payable to RTA in an amount no less than five percent (5%) of the amount of the base bid.

Performance and Payment Bonds of a surety company licensed and authorized to do business under the laws of the State of California and satisfactory to RTA will be required of the successful Bidder. Article 5 “Bonding” of the Form of Agreement (Section V) contains the specific requirements.

Bidders shall comply with all requirements of Section II, Disadvantaged Business Enterprise (DBE) and ensure DBEs are afforded full opportunity to compete for subcontracted work.

RTA reserves the right to accept or reject any and all bids, or any item or part thereof; or to waive any informalities or irregularities in bids. RTA, in its sole discretion, shall determine the most responsive and responsible bid.

Should further information or clarification be required, please contact the undersigned at (951) 565-5190.

Sincerely,

Robert Wyman Contracts Administrator

TABLE OF CONTENTS

SECTION I

INSTRUCTIONS TO BIDDERS

SECTION II

DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

SECTION III

BID PACKAGE AND REQUIRED FORMS

EXHIBIT A - BID FORM (FORM 60)

REQUIRED FORMS CERTIFICATION OF PRIMARY PARTICIPANT CERTIFICATION OF LOWER-TIER PARTICIPANTS CERTIFICATION OF RESTRICTIONS ON LOBBYING CERTIFICATION OF DRUG FREE WORKPLACE BUY AMERICA CERTIFICATION FAITHFUL PERFORMANCE BOND FORM BID BOND FORM MATERIAL AND LABOR BOND FORM PARTY DISCLOSURE FORM PARTICIPANT DISCLOSURE FORM AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF CONTRACTOR CERTIFICATION OF FINANCIAL REQUIREMENT REQUIRED BIDDER INFORMATION

SECTION IV

EXHIBIT B - SCOPE OF WORK GENERAL PROVISIONS PROJECT DRAWINGS – COVER PAGE (FTP LINK) PROJECT SPECIFICATIONS – DRAWINGS

SECTION V

PROPOSED CONTRACT – SAMPLE AGREEMENT ATTACHMENT 1: FEDERAL TERMS AND CONDITIONS ATTACHMENT 2: CALIFORNIA PREVAILING WAGE CLAUSES

SECTION I

INSTRUCTIONS TO BIDDERS

1. BID PROCEDURE

a) Bids shall be submitted in a sealed envelope, on or before 2:00 p.m., on March 19, 2018.

Bids delivered in person or by a means other than U.S. Mail shall be addressed as follows: Riverside Transit Agency 1825 Third Street Riverside, CA 92501 Attn: Robert Wyman, Contracts Administrator IFB 18-008 Promenade Mall Bus Stop Expansion Project

Bids delivered by U.S. Mail shall be addressed as follows: Riverside Transit Agency P.O. Box 59968 Riverside CA 92517-1968 Attn: Robert Wyman, Contracts Administrator IFB 18-008 Promenade Mall Bus Stop Expansion Project

b) Bids shall be submitted on a properly completed and signed Bid Form; see Section III and as set forth in this Section I, § 2 below. Bids submitted on any other form may be considered nonresponsive and may be rejected.

c) Bids shall conform in all aspects to the instructions, specifications, terms and conditions contained within this IFB. Please review all attachments and instructions carefully. Failure to make a complete review of all instructions and attachments will not be deemed just cause for claims of error.

d) A pre-bid conference will be held on February 14, 2018, at 10:00 a.m. at RTA’s Riverside facility located at 1825 Third Street, Riverside. All prospective Bidders are strongly encouraged to attend the pre-bid conference.

e) All verbal modifications of these conditions or specifications are void and ineffective for bid evaluation purposes. Only written changes issued by RTA’s Contracts Administrator are authorized and binding.

f) Bidders, if requested, shall present evidence of experience, ability, service facilities and financial standing necessary to fully demonstrate compliance with the requirements set forth or implied in the bid.

g) RTA reserves the right to remove from mailing lists for future bids, for an indeterminate period of time, the name of any Bidder for their failure to accept a contract, failure to respond to two (2) consecutive IFBs and unsatisfactory performance. Please note that a “No Bid” is considered a response.

h) RTA reserves the right to postpone the bid opening for its own convenience and to withdraw this invitation at any time without prior notice. Further, RTA makes no representations that a contract will be awarded to any Bidder responding to this invitation. RTA expressly reserves the right to reject any and or all bids responding to this invitation without indicating any reasons for such rejection(s).

1

i) The Agency reserves the right to award portions of the Scope of Work as it deems necessary.

j) RTA reserves the right to make an award within one-hundred twenty (120) calendar days from the date bids are opened. Should award in whole or in part be delayed beyond the period of one-hundred twenty (120) calendar days, such award shall be conditioned upon successful Bidder’s acceptance.

k) RTA shall not pay for any pre-contractual expenses. Pre-contractual expenses are defined as expenses incurred by Bidders to: • Prepare and submit a bid in response to this IFB; • Negotiate any matter related to this bid; and/or • Any other expenses incurred by Bidder prior to date of award.

l) Where two or more Bidders desire to submit a single bid in response to this IFB, they should do so on a prime-subcontractor basis rather than as joint venture. RTA intends to contract with a single firm and not with multiple firms doing business as a joint venture.

m) Whenever Bidder has knowledge that any actual or potential labor dispute may delay this agreement, Bidder shall immediately notify and submit all relevant information to RTA.

n) RTA’s written Protest Procedures may be obtained by contacting the Administrator responsible for this procurement. Any protest filed by a Bidder in connection with this solicitation must be submitted in accordance with RTA’s written procedures.

o) The successful contractor shall be required to accept a purchase order and execute the form of agreement included in Section V, with modifications, if any, as mutually agreed to pursuant to the clarifications process outlined in § 5 below, to which this IFB, addendums thereto and their requirements, conditions and specifications will be included as a part thereof.

p) The term of the anticipated agreement may, in RTA’s sole discretion, be extended subject to mutual agreement of the parties as to Technical Specifications and pricing.

q) Bids that include exceptions to this IFB, not ‘accepted’ or ‘approved’ in accordance with § 5 below, shall be deemed non-responsive and ineligible for further consideration.

2. BID FORMAT/CONTENT

Sealed bids shall be submitted on the forms provided and contain the following:

a) Completed Section II “DBE Forms” b) Completed Section III “Bid Form (Form 60)” c) Completed Section III “Required Forms” (excluding Performance and Payment Bond forms, see note below1). d) “Bid Bond” in the amount of 5% of the bid amount (see Section III for the bid bond form).

Failure to include all of the forms listed above shall result in your sealed bid being deemed “non- responsive”. Please ensure you have included all the required elements in your sealed bid.

1 Please note: Performance and Payment Bonds will be required from the successful Bidder within twenty one (21) calendar days from award of agreement; see Section V – Form of Agreement, Article 5 for specific requirements

2

3. APPENDICES

Information considered by the Bidder to be pertinent to this project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous material; appendices should be relevant and brief.

4. AWARDS TO RESPONSIBLE CONTRACTORS

RTA shall make awards only to responsible contractors possessing the ability to perform successfully under the terms and conditions of proposed procurement. Consideration shall be given to such matters as contractor integrity, compliance with public policy, records of past performance, and financial and technical resources.

5. CLARIFICATION/APPEAL PROCEDURES

a) Requests for clarification of the IFB document, approved equals, clarifications of specifications, or protest of specifications must be received by RTA, in writing, via email, fax or U.S. Mail no later than close of business (COB) on February 26, 2018. When submitting requests, be sure to reference, “IFB 18-008 Promenade Mall Bus Stop Expansion Project”, and if there is more than one request item, order your requests in the order of the IFB document. RTA has no obligation to respond to any requests or clarifications not received by the deadline indicated.

b) Any request for an approved equal or protest of the specifications must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is equal to or better than the specification requirements. The burden of proof as to the equality, substitutability, and compatibility of proposed alternates or equals shall be upon the Bidder, who shall furnish all necessary information at no cost to RTA. RTA, in its sole discretion, shall determine the equality, substitutability, and compatibility of proposed alternates or equals.

c) RTA shall provide its response to requests under § 5.a. via email no later than COB on March 9, 2018.

d) Request for approved equals, clarifications of specifications, and protest of specifications must be clearly labeled as such and sent to Robert Wyman at [email protected]. RTA is not responsible for failure to address a request that has not been labeled as such.

6. CALIFORNIA PREVAILING WAGE LAW

This is a prevailing wage project and is subject to the requirements of projects which use public funds within the State of California and the County of Riverside. Contracts for public works projects in excess of $1,000 must comply with the California Labor Code including, but not limited to 1) prime and subcontractors must register with the California Department of Industrial Relations; 2) payment of prevailing wages; and, 3) submission of certified payrolls; see www.dir.ca.gov for more information. (Labor Code § 1725.5(d)(1)).

The following applies where payment of prevailing wages is required under the Labor Code:

o The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. (Labor Code § 1771.4(a)(1)). o The prime contractor is required to post job site notices, as prescribed by regulation (Labor Code § 1771.4(a)(2)).

3

o In accordance with the provisions of Section 3700, every contractor will be required to secure the payment of compensation to his or her employees. (Labor Code § 1860). o A contractor must be registered with the DIR in order to be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any public work contract. (Labor Code § 1725.5). o Pursuant to Labor Code § 1771.1(a)): A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. o Pursuant to SB 96, the Public Contract Code § 4104 was amended to require a person who makes a bid or offer on a public works project to include in the bid or offer: the name, the location of the place of business, the California contractor license number, and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of I percent of the prime contractor's total bid 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 of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. o In addition, SB 96 provides that an inadvertent error in listing either the California contractor license number or the public works contractor registration number identified above shall not be grounds for filing a bid protest or for considering a bid nonresponsive so long as the corrected contractor's license number is submitted to the agency by the prime contractor within 24 hours after bid opening, and provided that the corrected number corresponds to the submitted name and location for that subcontractor. (Public Contract Code §4104(a)(2)). o The successful contractor shall be responsible for complying with all applicable requirements including, but not limited to, § 1774, 1775, 1776, 1777.5 and 1813. See Attachment 2 California Prevailing Wage Law Required Clauses in Section V ‘Agreement’. o In accordance with § 1773.2 of the California Labor Code: In lieu of specifying the rate of wages in the call for bids, copies of the prevailing rate of per diem wages are on file at the Agency’s principal office, which shall be made available to any interested party on request.

The Department of Industrial Relations (DIR) is advising companies that use ready-mix concrete for public works projects of changes to prevailing wage laws. The changes apply to public works contracts that were advertised for bid or awarded on or after July 1, 2016. Amendments to Assembly Bill 219 became effective on July 1, 2016. The amendments made the following changes to Labor Code section 1720.9:

• A company hauling or delivering ready-mix concrete for a public works contract shall:

o Register as a public works contractor.

4

o Submit a certified copy of the payroll records required by subdivision (a) of Section 1776 to the party that engaged the company and to the general contractor within five working days after the employee has been paid, accompanied by a written time record that shall be certified by each driver for the performance of job duties. o Ready-mix concrete companies’ requirement to submit payroll online to DIR using its electronic certified payroll reporting system is temporarily on hold.

Nothing in section 1720.9 shall cause any company to be treated as a contractor or subcontractor for any purpose other than the application of this chapter of the Labor Code.

5

SECTION II

DISADVANTAGED BUSINESS ENTERPRISE

Federal Fiscal Year 2016 / 2018

10/1/2015 1 DISADVANTAGED BUSINESS ENTERPRISE

Riverside Transit Agency Assurance. Riverside Transit Agency (“Agency”) shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any U.S. Department of Transportation (DOT) assisted contract, or in the administration of its Disadvantaged Business Enterprise (DBE) Program, or the requirements of 49 CFR Part 26.

The Agency will take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-discrimination in the award and administration of DOT-assisted contracts.

It is the policy of the Agency to ensure nondiscrimination in the award and administration of DOT-assisted contracts and to create a level playing field on which DBEs can compete fairly for contracts and subcontracts relating to the Agency’s construction, procurement and professional services activities.

Contractor Assurance. Pursuant to 49 CFR Part 26, the Contractor is required to make the following assurance in its agreement with the Agency and to include this assurance in any agreements it makes with subcontractors in the performance of this contract:

“The Contractor or Subcontractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure of the Contractor or Subcontractor to carry out these requirements is a material breach of contract, which may result in the termination of contract by the Agency, or any other such remedy the Agency may deem appropriate, which may include, but is not limited to: (1) Withholding monthly progress payment; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor or Subcontractor from future bidding as non- responsible”.

The Agency’s DBE Program, as required by 49 CFR Part 26, as approved by DOT, is incorporated by reference in this section.

Implementation of this DBE Program is a legal obligation and failure to carry out its terms shall be treated as a violation of this contract. Upon notification of failure to carry out its approved program, the DOT and/or the Federal Transit Administration (FTA) may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq).

10/1/2015 2

In accordance with Part 26, Title 49 of Code of Federal Regulations, “Participation by Disadvantaged Business Enterprise in Department of Transportation Programs,” the Agency sets a specific percentage for participation by DBE certified firms. This percentage goal is based upon the total amount of Federal dollars the Agency anticipates spending over the fiscal year as compared to the amount of ready, willing and able DBEs to perform Federally funded projects. For the current fiscal year, the Agency has established a DBE participation goal of 2%.

The Agency intends to meet this goal to the maximum extent feasible through race- neutral measures, including the encouragement of DBE participation on contracts which have no specific DBE goal.

DBE Participation Goal For This Contract.

X No DBE participation goal has been established for this contract.

10/1/2015 3

Riverside Transit Agency CONTRACT COMPLIANCE BIDDERS LIST OF PARTICIPATING FIRMS

PROJECT NAME: ______DATE: ______

FIRM AGE/ CONTRACTING PRIME CONTRACTOR NAME/ADDRESS DBE? ANNUAL GROSS $$ REVENUE WORK TYPE * / NAICS CODE LICENSE #

SUBCONTRACTORS NAME/ADDRESS:

* P = PROFESSIONAL CONSULTING SERVICES, C = CONSTRUCTION, S = SUPPLIES, E = EQUIPMENT, O = OTHER (describe)

Report prepared by: ______Signature: ______

Title: ______Date: ______

02.13.15

Riverside Transit Agency CONTRACT COMPLIANCE DBE / NON-DBE PARTICIPATION

PROJECT NAME: ______DATE: ______

SUBCONTRACTOR WORK TO BE PERFORMED / NAICS CODE ESTIMATED $$ PARTICIPATION PERCENT OF TOTAL CONTRACT VALUE NAME/ADDRESS/License #

Report prepared by: ______Signature: ______

Title: ______Date: ______

02.13.15

Riverside Transit Agency CONTRACT COMPLIANCE SUMMARY OF SUBCONTRACT AWARD AND MONTHLY PAYMENTS REPORT

PROJECT NAME: ______CONTRACTOR NAME: ______

REPORTING PERIOD: From: ______To: ______

WORK ASSIGNMENT / SUBCONTRACTOR NAME/ADDRESS SUBCONTRACT $$ AMOUNT DBE? DOLLARS PAID THIS MONTH DOLLARS PAID TO DATE NAICS CODE

Report prepared by: ______Signature: ______

Title: ______Date: ______

11.16.15 CALIFORNIA UNIFIED CERTIFICATION PROGRAM (CUCP)

CUCP participants include municipalities, counties, transit agencies, airports, special districts, and the State Department of Transportation that administer and award contracts funded by the U.S. Department of Transportation (USDOT). CUCP participants are classified as certifying and non-certifying members.

A certifying agency performs Disadvantaged Business Enterprise (DBE) certification on behalf of the State of California and this certification applies to all USDOT funded contracts. Certification activities performed by a certifying agency include, among others, processing DBE applications, performing DBE site interviews, making DBE certification decisions, investigating certification complaints and appeals, and maintaining a single Statewide directory of certified DBEs. Contact a certifying agency if you have a question about DBE certification.

A non-certifying agency adheres to all aspects of the USDOT DBE program, except it does not perform DBE certification activities. A non-certifying agency accepts all firms certified as a DBE by a certifying member. Accordingly, the DBEs listed on the CUCP DBE directory is eligible to participate on all USDOT funded contracts administered by a CUCP participant. Contact a CUCP participant, both certifying and non-certifying, about contract opportunities.

CERTIFYING CUCP AGENCIES

For certification inquiries for Imperial, Kern, Los Angeles, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties:

CITY OF LOS ANGELES Bureau of Contract Administration 1149 S. Broadway Street, Room 300 Los Angeles, CA 90015 Phone: (213) 847-1922 Fax: (213) 847-2777 http://bca.lacity.org

LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY (METRO) Diversity and Economic Opportunity Department One Gateway Plaza Los Angeles, CA 90012 Phone: (213) 922-2600 Fax: (213) 922-7660 www.metro.net

For Alameda, Amador, Calaveras, Contra Costa, Fresno, Kings, Madera, Marin, Mariposa, Merced, Monterey, Napa, San Benito, , San Joaquin, San Mateo, Santa Clara, Santa Cruz, Solano, Sonoma, Stanislaus, Tulare, and Tuolumne counties:

S.F. DISTRICT (BART) Office of Civil Rights 300 Lakeside Drive 18th Floor Oakland, CA 94612 Phone: (510) 464-7580 Fax: (510) 464-7587 www.bart.gov

CITY OF FRESNO DBE Program 2101 G Street, Building A Fresno, CA 93706 Phone: (559) 621-1182 Fax: (559) 488-1069 www.ci.fresno.ca.us

CUCP – Roster of Certifying Agencies Updated 1/28/15

SANTA CLARA VALLEY TRANSPORTATION AUTHORITY (VTA) Office of Small & Disadvantaged Businesses 3331 North First Street, Building A San Jose, CA 95134-1906 Phone: (408) 321-5962 Fax: (408) 955-9729 www.vta.org

CENTRAL CONTRA COSTA TRANSIT AUTHORITY (CCCTA) Office of Civil Rights 2477 Arnold Industrial Way Concord, CA 94520-5327 Phone: (925) 676-1976 Fax: (925) 686-2630 www.cccta.org

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY (SFMTA) Contract Compliance Office San Francisco Municipal Railway 1 South Van Ness Avenue, 3rd Floor San Francisco, CA 94103 Phone: (415) 701-4443 Fax: (415) 701-4347 www.sfmuni.com

SAN MATEO COUNTY TRANSIT DISTRICT (SAMTRANS)/ PENINSULA CORRIDOR JOINT POWERS BOARD (JPB) DBE Office 1250 San Carlos Avenue San Carlos, CA 94070 Phone: (650) 508-7939 Fax: (650) 508-7738 www..com

For Alpine, Butte, Colusa, Del Norte, El Dorado, Glenn, Humboldt, Inyo, Lake, Lassen, Mendocino, Modoc, Mono, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, Yolo, and Yuba counties:

CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS) Civil Rights MS 79 1823 14th Street Sacramento, CA 95814 Phone: (916) 324-1700 or (866) 810-6346 Fax: (916) 324-1862 www.dot.ca.gov

YOLO COUNTY TRANSPORTATION DISTRICT () DBE Programs 350 Industrial Way Woodland, CA 95776 Phone: (530) 661-0816 Fax: (530) 661-1732 www.yctd.org

SECTION III

BID PACKAGE AND REQUIRED FORMS

EXHIBIT A

BID FORM (FORM 60)

IFB 18-008

BID FORM (FORM 60)

RIVERSIDE TRANSIT AGENCY Attn: Robert Wyman Contracts Administrator 1825 Third St. Riverside, CA 92507

Gentleman/Ladies:

The undersigned hereby accepts the RIVERSIDE TRANSIT AGENCY’s Form of Agreement, the Statement of Work, and all requirements within this IFB including all amendments. Further, the undersigned hereby proposes to perform all work for which a contract may be awarded and to furnish any and all plant, services, material, tools, equipment, supplies, transportation, utilities, and all other items and facilities necessary therefore required in the IFB 18-008 and to do everything required therein; and further proposes that, if his Bid is accepted, will contract in the form and manner stipulated to perform all the work in strict conformity therewith within the time limits set forth therein, and will accept as full payment therefore, the following price:

Total Lump Sum Description Bid Amount

IFB 18-008 Promenade Mall Bus Stop Expansion Project $ ______

A cashier’s check / certified check / bid bond (circle applicable term) properly made payable to RIVERSIDE TRANSIT AGENCY, hereinafter designated as the Owner, for the sum of

______Dollars ($______) which amount is not less than five percent (5%) of the total amount of this bid, is attached hereto and is given as a guarantee that the undersigned will execute the Agreement and furnish the required bonds, “Guaranty,” Certificate of Lower-Tier Participants Regarding Debarment and Suspension, Certificate of Restriction on Lobbying, and Certificate of Insurance, if awarded this contract, and in case of failure to do so within the time provided, (a) the proceeds of said check shall be forfeited to RIVERSIDE TRANSIT AGENCY; or (b) surety’s liability to RIVERSIDE TRANSIT AGENCY for forfeiture of the face amount of the bond shall be considered as established [circle (a) or (b)].

The undersigned hereby represents that:

1. He/she has thoroughly examined and become familiar with the work required and documents included under this IFB. The Bidder understands that the award of the contract, if it is awarded, will be based on the lowest Base Bid submitted by a responsive and responsible Bidder, and further, that the amounts and total on the Bid Form will be subject to verification by RIVERSIDE TRANSIT AGENCY.

IFB 18-008

2. By investigation at the site of work and otherwise, it is satisfied as to the nature and location of the work and is fully informed as to all conditions and matters, which can in any way affect the work or the cost thereof.

3. Bidder fully understands the scope of work/specifications and has checked carefully all words and figures inserted in said Invitation For Bids and further understands that RIVERSIDE TRANSIT AGENCY will in no way be responsible for any errors or omissions in the preparation of this Bid.

4. Bidder will execute the Agreement and furnish the required Performance and Payment Bonds after notice of acceptance of bid by Riverside Transit Agency; and further, that this bid may not be withdrawn for a period of 120 calendar days after the date set for the opening thereof, unless otherwise required by law. If any Bidder shall withdraw its bid within said period, the Bidder shall be liable under the provisions of the Bid Security, or the Bidder and the surety shall be liable under the Bid Bond, as the case may be.

5. Bidders are advised that by the signing of their bid, they are certifying that they and all lower tier subcontractors, under penalty of perjury under the laws of the State of California, that the Bidder has complied with Title 49, Code of Federal Regulation, Part 29, Debarment and Suspension Certificate, which certifies that he/she or any person associated herewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntary exclusion, or determination of ineligibility by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not be indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exception to this certification must be disclosed to the Riverside Transit Agency from covered transaction by any federal department or agency.

6. Bidder certifies that this bid is genuine and not a sham or collusive or made in the interest or in behalf of any person not herein named, and the undersigned has not directly or indirectly induced or solicited any other Bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding; the undersigned has not in any manner sought collusion to secure for himself an advantage over any Bidder.

7. Bidder herby certifies that each and every representation made in this Bid are true and correct and made under penalty of perjury.

Bidder shall permit the authorized representative of RIVERSIDE TRANSIT AGENCY to inspect and audit all data and records of Bidder relating to this bid, and if awarded a contract resulting from this bid, shall permit such inspection and audit of all data and records of Bidder related to Bidder’s performance of such contract.

8. Bidder does not employ anyone who is now, or for one (1) year immediately prior to the date of this offer was, a director, officer, member, or employee of Riverside Transit Agency. The undersigned has not agreed to pay a fee contingent upon award of a contract resulting from this bid to anyone who is now, or for one (1) year immediately IFB 18-008

prior to the date of this bid was, a director, officer, member, or employee of Riverside Transit Agency. No member of or delegate of Congress of the United States shall be admitted to any share of the contract or to any benefit arising therefrom.

9. If awarded a contract resulting from this bid, Bidder shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age or national origin. The Bidder shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to race, religion, color, sex, age 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. This is in conformance with Title 49 CFP Part 26.

10. If awarded a contract resulting from this bid, Bidder will cooperate with Riverside Transit Agency in achieving the maximum utilization of DBE firms and will use its best efforts to ensure that DBE firms shall have the maximum practicable opportunity to compete for subcontract work under such contract.

11. Bid will be in effect for 120 calendar days after the bid closing date. IFB 18-008

Now: In compliance with the Invitation For Bids IFB 18-008 the undersigned, with full cognizance thereof, hereby purposes to perform the entire work in strict compliance with all of said requirements and provisions for the prices set forth herein upon which award of contract is made. The undersigned affirms that the information provided herein is true and accurate and that any misrepresentations are made under penalty of perjury.

By signing below, the Bidder accepts the Form of Agreement, the Statement of Work, and all requirements within this IFB including all amendments.

Dated______, 201___ Bidder______

The above bid includes Signature______

Addenda No.____ Dated______Name______

Addenda No.____ Dated______Title______

Addenda No.____ Dated______

Addenda No.____ Dated______

Addenda No.____ Dated______

Bidder’s Authorized Representative ______

Title ______

Telephone No. / Fax No. ______

Bidder’s post office address ______

______

______

Corporation organized under the laws of the State of ______

Contractor’s License No. ______

Expiration Date of License ______

Surety or sureties ______

______

(CORPORATE SEAL) IFB 18-008

BID SCHEDULE

IFB 18-008 Promenade Mall Bus Stop Expansion Project

Bidder’s Name: ______

GENERAL REQUIREMENTS NO. ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL COST 1. Mobilization / De-Mobilization LS 1 $ $ 2. Erosion Control & Stormwater LS 1 $ $ Pollution Prevention SUBTOTAL $ TRAFFIC CONTROL 3. Traffic Control LS 1 $ $ SUBTOTAL $ EARTHWORK 4. Clearing and Grubbing LS 1 $ 5. Site Earthwork LS 1 $ SUBTOTAL $ EXTERIOR IMPROVEMENTS PAVING 6. Asphalt Concrete Pavement TON 156 $ $ 7. Crushed Aggregate Base TON 571 $ $ 8. Pavement Markings LS 1 $ $ 9. Construct Curb Ramp EA 1 $ $ (All Types) 10. Tactile Warning SF 41 $ $ 11. Install Linear Concrete Pavers LS 1 $ $ per Plans 12. Construct Vehicular Concrete SF 1000 $ $ Pavers, 8” per Plans 13. Construct Pedestrian SF 707 $ $ Concrete Paving, 4” per Plans 14. Construct 10” P.C.C. SF 5500 $ $ Roadway Pavement per Plans 15. Construct Type D-6 Curb per LF 400 $ $ Plans 16. Construct 6” P.C.C. Type A-6 LF 82 $ $ Curb & Gutter per Plans 17. Construct Curb Transition per LF 32 $ $ Plans 18. Construct Thickened Curb per LF 196 $ $ Plans 19. Construct Thickened Curb & LF 122 $ $ Gutter per Plans 20. Construct 1’ Curb Cut Inlet per EA 16 $ $ Plans IFB 18-008

21. Stamped Asphalt Concrete SF 214 $ $ 22. Landscaping & Irrigation LS 1 $ $ 23. Canopy Structure LS 1 $ $ SUBTOTAL $ SIGNAGE 24. Install RTA-Provided Variable EA 3 $ $ Message Sign per Plans 25. Pylon Sign EA 1 $ $ 26. Architectural Fin Signage EA 8 $ $ 27. Display Case EA 2 $ $ 28. Install LED Solar Panel Stop EA 2 $ $ Signs per Plans 29. Panel Signage EA 8 $ $ SUBTOTAL $ SITE FURNISHINGS 30. Relocate Bike Rack EA 1 $ $ 31. Bike Rack EA 1 $ $ 32. Relocate Bench EA 1 $ $ 33. Relocate Trash Receptacle EA 1 $ $ 34. Transit Seating Bench, 6’ L, EA 9 $ $ Backless, Surface Mount 35. Fiberglass Tapered Square EA 16 $ $ Planter 36. Tree Grate, 6” Square KIVA, EA 2 $ $ Pedestrian Duty 37. Trash Receptacle EA 6 $ $ 38. Removable Steel Bollard EA 7 $ $ SUBTOTAL $ GARAGE SCREENS 39. Decorative Screen Panel SF 1384 $ $ Assembly 40. Modular Trellis Panel SF 962 $ $ Assembly SUBTOTAL $ UTILITIES STORM DRAIN 41. Biofiltration and Retention LS 1 $ $ System 42. Construct Catch Basin, Single EA 1 $ $ Grate 43. Construct Catch Basin, EA 1 $ $ Double Grate 44. StormFilter Steel Catch Basin EA 3 $ $ 18” Cartridge 45. StormFilter Steel Curb Inlet EA 1 $ $ 18” Cartridge 46. SD Pipe, 3” PVC – Sidewalk LF 100 $ $ Underdrain per Plans IFB 18-008

SUBTOTAL $ WET UTILITIES 47. Private Waterline Extension LS 1 $ $ 48. Adjust to Finish Grade, SS EA 3 $ $ Interceptor 49. Adjust to Finish Grade, SS EA 3 $ $ Cleanout 50. Adjust to Finish Grade, Water EA 1 $ $ Meter 51. Adjust to Finish Grade, Blow- EA 1 $ $ Off Valve, 4” SUBTOTAL $ ELECTRICAL AND COMMUNICATIONS SYSTEM 52. Construct Site Electrical and LS 1 $ $ Communications System 53. Photovoltaic System LS 1 $ $ SUBTOTAL $

TOTAL OF EXTENDED PRICES (Lines 1 to 53) $

Note: The Total of Extended Prices above must match the Total Lump Sum Bid Amount on the cover page of the Bid Form. (Includes all direct and indirect costs and profit and overhead).

The Contractor shall carefully check and verify all dimensions and quantities before submitting a bid. Contractor shall conduct a careful examination of the premises and shall thoroughly familiarize themselves with the requirements of the contract and scope of the work to be done. By the act of submitting a bid for the work included in this contract, the Contractor shall be deemed to have made such study and examination, and is familiar with the conditions of the sites.

Definitions of column abbreviations: (CDAY) Calendar Day (LB) Pound (MO) Month (SY) Square Yard (WDAY) Work Day (CY) Cubic Yard (LF) Lineal Foot (PR) Pair (TF) Track Foot (YR) Year (EA) Each (LS) Lump Sum (SF) Square Foot (TON) Ton

In the case of an error in the LUMP SUM figures entered by the Bidder versus the TOTAL OF EXTENDED PRICES line, the figures shall be corrected by the AGENCY and that corrected extension shall be the Total Bid Amount for the purposes of bid evaluation.

If the LUMP SUM prices are illegible or are omitted, the bid may be deemed to be nonresponsive.

The AGENCY will correct discrepancies accordingly, and the corrected Total Bid Amount determined by the AGENCY will be final.

SECTION III

REQUIRED FORMS

CERTIFICATION OF PRIMARY PARTICIPANT Regarding Debarment, Suspension and Other Responsibility Matters

For use by prime contractors submitting a proposal in an amount equal to or greater than $25,000.

The certifies to the best of its knowledge and (firm name/principal) belief, that it and its principals:

1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;

2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and

4. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

If unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.

The primary participant, certifies or (firm name/principal) affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. sections 3801 et seq. are applicable thereto.

Signature and Title of Authorized Official

CERTIFICATION OF LOWER-TIER PARTICIPANTS Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion

For use by sub-contractors who submitted proposals to the prime contractor in an amount equal to or greater than $25,000.

The (firm name/principal) certifies by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participant in this transaction by any Federal department or agency.

If unable to certify to any of the statements in this certification, such participant shall attach an explanation to this proposal.

The (firm name/principal) certifies or affirms the truthfulness and accuracy of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. sections 3801 et seq. are applicable thereto.

Signature and Title of Authorized Official

CERTIFICATION OF RESTRICTIONS ON LOBBYING

I, ______, hereby certify on behalf (name of proposer) of

______that: (name of company)

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds, other than Federal appropriated funds, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in all subcontracts, and that all subcontractors shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Executed this day of ___ , 20

By (signature of authorized official)

(title of authorized official)

Agreement No.

CERTIFICATION OF DRUG FREE WORKPLACE

I, ______(name of authorized official), hereby certify on behalf of (name of company) that the CONTRACTOR named above, and all Sub-Contractors working on this contract, will comply with California Government Code Section 8355 in matters relating to providing a drug-free workplace. The CONTRACTOR and all Sub-Contractors will therefore: 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance are prohibited, and that specified actions will be taken against employees for violation of these prohibitions, as required by California Government Code Section 8355(a). 2. Establish a Drug-free Awareness Program, as required by California Government Code Section 8355(b), to inform employees all of the following: a. The dangers of drug abuse in the workplace; b. The firm’s policy of maintaining a drug-free workplace; c. Any available counseling, rehabilitation and employee assistance programs, and; d. Penalties that may be imposed upon employees for drug abuse violations, including that no employee who tests positive for use of a controlled substance shall be permitted to work on this contract. 3. Provide, as required by California Government Code Section 8355(c), that every employee who works on the proposed contract: a. Will receive a copy of the firm’s drug-free policy statement, and; b. Will agree to abide by the terms of the firm’s statement as a condition of employment on the contract.

CERTIFICATION:

I, ______(name of authorized official), hereby certify that the above-named company, which I am duly authorized to represent, will comply with the Drug Free Workplace requirements of this contract. I understand that this certification is made under penalty of perjury, under the laws of the State of California.

Executed this ______day of , 20 ______.

Signature of Authorized Official Title

“BUY AMERICA” PROVISION

The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include microprocessors, computers, microcomputers, or software, or other such devises, which are used solely for the purpose of processing or storing data.

A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.

“BUY AMERICA” CERTIFICATION

Certificate of Compliance with Buy America Requirements

The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 CFR 661.

Date ______

Signature ______

Company ______

Name ______

Title ______

Certificate of Non-Compliance with Buy America Requirements

The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but may qualify for an exemption to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 CFR 661.7.

Date ______

Signature ______

Company ______

Name ______

Title ______

FAITHFUL PERFORMANCE BOND FOR RIVERSIDE TRANSIT AGENCY

KNOW ALL MEN BY THESE PRESENTS that ______as CONTRACTOR and ______, as SURETY, are held and firmly bound unto Riverside Transit Agency, as RTA, in the penal sum of ______Dollars ($ ______), which is ONE- HUNDRED PERCENT (100%) of the total Contract amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.

THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with RTA for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the Contract Documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and in effect in favor of RTA; provided that any alterations in the obligations or time for completion made pursuant to the terms of the Contract Documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY.

IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this ______day of ______, 20_____, CONTRACTOR * ______

SURETY * ______Subscribed and sworn to this ______day of ______, 20_____.

NOTARY REPUBLIC • Provide CONTRACTOR/SURETY name, address and telephone number and the name, title, address and telephone number of authorized representative.

BID BOND

FOR

RIVERSIDE TRANSIT AGENCY

KNOWN ALL MEN BY THESE PRESENTS that ______, as BIDDER, and ______, as SURETY, are held and firmly bound unto Riverside Transit Agency, as RTA, in the sum of ______dollars ($ ______), which is five percent (5%) of the total amount bid by BIDDER to RTA for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to RTA for the above stated project, if said bid is rejected, or if said bid is accepted and a Contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of RTA.

IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this ______day of ______, 20______.

BIDDER* ______SURETY* ______Subscribed and sworn to this ______day of ______, 20______/ NOTARY PUBLIC ______* Provide BIDDER/SURETY name, address and telephone number and the name, title, address and telephone number of authorized representative.

MATERIAL AND LABOR BOND FOR RIVERSIDE TRANSIT AGENCY

KNOW ALL MEN BY THESE PRESENTS that ______as CONTRACTOR and ______, as SURETY, are held and firmly bound unto Riverside Transit Agency, as RTA, in the penal sum of ______Dollars ($ ______), which is FIFTY PERCENT (50%) of the total Contract amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.

THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with RTA for the above stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the Contract Documents shall not in any way release either CONTRACTOR or SURETY and notice of said alterations is hereby waived by SURETY.

IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this ______day of ______, 20 ______, CONTRACTOR* ______SURETY * ______Subscribed and sworn to this ______day of ______, 20 ______.

NOTARY REPUBLIC * Provide CONTRACTOR/SURETY name, address and telephone number and the name, title, address and telephone number of authorized representative.

PARTY DISCLOSURE FORM Information Sheet

RIVERSIDE TRANSIT AGENCY

California Government Code §84308, commonly referred to as the “Levine Act,” precludes an officer, and his or her alternate, of a local government agency from participating in the award of a contract if he or she receives any political contributions totaling more than $250 in the 12 months preceding the pendency of the contract award, and three months following the decision, from the person or company awarded the contract. This prohibition applies to contributions to the officer, or received by the officer on behalf of any officer, or on behalf of any candidate for office or on behalf of any committee.

IMPORTANT NOTICE

Basic Provisions of Government Code Section 84308

A. If you are an applicant for, or the subject of, any proceeding involving a license, permit, or other entitlement for use, you are prohibited from making a campaign contribution of more than $250 to any board member or his or her alternate. This prohibition begins on the date your application is filed or the proceeding is otherwise initiated, and the prohibition ends three months after a final decision is rendered by the Board of Directors. In addition, no board member or alternate may solicit or accept a campaign contribution of more than $250 from you during this period.

B. These prohibitions also apply to your agents, and, if you are a closely held corporation, to your majority shareholder as well. These prohibitions also apply to your subcontractor(s), joint venture(s), and partner(s) in this proceeding. Also included are parent companies and subsidiary companies directed and controlled by you, and political action committees directed and controlled by you.

C. You must file the attached disclosure form and disclose whether you or your agent(s) have in the aggregate contributed more than $250 to any board member or his or her alternate during the 12-month period preceding the filing of the application or the initiation of the proceeding.

D. If you or your agent have in the aggregate contributed more than $250 to any individual board member or his/or her alternate during the 12 months preceding the decision on the application or proceeding, that board member or alternate must disqualify himself or herself from the decision. However, disqualification is not required if the board member or alternate returns the campaign contribution within 30 days from the time the director knows, or should have known, about both the contribution and the fact that you are a party in the proceeding. The Party Disclosure Form should be completed and filed with your proposal, or with the first written document, you file or submit after the proceeding commences.

1. A proceeding involving “a license, permit, or other entitlement for use” includes all business, professional, trade and land use licenses and permits, and all other entitlements for use, including all entitlements for land use, all contracts (other than competitively bid, labor or personal employment contracts), and all franchises.

2. Your “agent” is someone who represents you in connection with a proceeding involving a license, permit or other entitlement for use. If an individual acting as an agent is also acting in his or her capacity as an employee or member of a law, architectural, engineering, consulting firm, or similar business entity, both the business entity and the individual are “agents.”

3. To determine whether a campaign contribution of more than $250 has been made by you, campaign contributions made by you within the preceding 12 months must be aggregated with those made by your agent within the preceding 12 months or the period of the agency, whichever is shorter. Contributions made by your majority shareholder (if a closely held corporation), your subcontractor(s), your joint venture(s), and your partner(s) in this proceeding must also be included as part of the aggregation. Campaign contributions made to different directors or their alternates are not aggregated.

4. A list of the members and alternates of the Board of Directors is attached.

This notice summarizes the major requirements of Government Code Section 84308 of the Political Reform Act and 2 Cal. Adm. Code Sections 18438-18438.8.

PARTY DISCLOSURE FORM RIVERSIDE TRANSIT AGENCY AND ITS AFFILIATED AGENCIES

_____ No contributions have been made during the preceding 12 months. (Skip following portion and have authorized person sign where indicated.)

______Contributions have been made during the preceding 12 months as detailed below.

Party’s Name: ______

Party’s Address: ______Street ______City State Zip Phone Application or Proceeding Title and Number:______

Board Member(s) or Alternate(s) to whom you and/or your agent made campaign contributions and dates of contribution(s) in the preceding 12 months:

Name of Member:______

Name of Contributor (if other than Party): ______Date(s): ______Amount(s): ______

Name of Member: ______Name of Contributor (if other than Party): ______

Date(s): ______

Amount(s): ______

Name of Member: ______

Name of Contributor (if other than Party):______

Date(s): ______

Amount: ______

Date: ______

Signature of Party and/or Agent

RTA Board Members & Alternates 2018

City of Banning: Council Member Art Welch City of Murrieta: Council Member Randon (Mayor George Moyer, Alternate) Lane (Mayor Pro Tem Alan Long, Alternate)

City of Beaumont: Mayor Nancy Carroll (Council City of Norco: Council Member Berwin Member Michael Lara, Alternate) Hanna (Mayor Ted Hoffman, Alternate)

City of Calimesa: Council Member Linda Molina City of Perris: Council Member Tonya T. (Council Member Ed Clark, Alternate) Burke (Council Member Rita Rogers, Alternate)

City of Canyon Lake: Council Member Dawn City of Riverside: Council Member Andy Haggerty (Council Member Randy Bonner, Melendrez (Council Member Mike Gardner, Alternate) Alternate)

City of Corona: Council Member Dick Haley County of Riverside, District I: Supervisor (Council Member Jason Scott, Alternate) Kevin Jeffries (Jerry Sincich, Alternate-At – Large; Legislative Analyst Tricia Almiron, Alternate)

City of Eastvale: Council Member Brandon Plott County of Riverside, District II: Supervisor (Mayor Pro Tem Todd Rigby, Alternate) John Tavaglione (Ike Bootsma, Alternate-At- Large; (Andrea Puga, Alternate-At-Large)

City of Hemet: Council Member Linda Krupa County of Riverside, District III: Supervisor (Mayor Pro Tem Karlee Meyer, Alternate) Chuck Washington (Chief of Staff Jeff Comerchero, Alternate)

City of Jurupa Valley: Council Member Anthony County of Riverside, District V: Supervisor Kelly (Mayor Pro Tem Brian Berkson, Alternate) Marion Ashley (Chief of Staff Jaime Hurtado, Alternate)

City of Lake Elsinore: Council Member Daryl City of San Jacinto: Council Member Alonso Hickman (Council Member Robert Magee, Ledezma (Mayor Pro Tem Russ Utz, Alternate) Alternate)

City of Menifee: Council Member Greg August City of Temecula: Council Member Maryann (Mayor Pro Tem Lesa Sobek, Alternate) Edwards (Mayor Matt Rahn, Alternate)

City of Moreno Valley: Council Member David City of Wildomar: Council Member Bridgette Marquez (Dr. Yxstian A. Gutierrez Mayor, Moore (Mayor Pro Tem Marsha Swanson, Alternate) Alternate; Council Member Tim Walker, Alternate)

Updated 01-08-18

PARTICIPANT DISCLOSURE FORM Information Sheet

RIVERSIDE TRANSIT AGENCY

California Government Code §84308, commonly referred to as the “Levine Act,” precludes an officer, and his or her alternate, of a local government agency from participating in the award of a contract if he or she receives any political contributions totaling more than $250 in the 12 months preceding the pendency of the contract award, and three months following the decision, from the person or company awarded the contract. This prohibition applies to contributions to the officer, or received by the officer on behalf of any officer, or on behalf of any candidate for office or on behalf of any committee.

IMPORTANT NOTICE

Basic Provisions of Government Code Section 84308

A. If you are a participant in a proceeding involving a license, permit, or other entitlement for use, you are prohibited from making a campaign contribution of more than $250 to any board member or his or her alternate. This prohibition begins on the date you begin to actively support or oppose an application for license, permit, or other entitlement for use pending before the Riverside Transit Agency or any of its affiliated agencies, and continues until three months after a final decision is rendered on the application or proceeding by the Board of Directors.

No board member or alternate may solicit or accept a campaign contribution of more than $250 from you and/or your agency during this period if the board member or alternate knows or has reason to know that you are a participant.

B. The attached disclosure form must be filed if you or your agent have contributed more than $250 to any board member or alternate for the Riverside Transit Agency or any of its affiliated agencies during the 12-month period preceding the beginning of your active support or opposition. (The disclosure form will assist the board members in complying with the law.)

C. If you or your agent have made a contribution of more than $250 to any board member or alternate during the 12 months preceding the decision in the proceeding, that board member or alternate must disqualify himself or herself from the decision. However, disqualification is not required if the member or alternate returns the campaign contribution within 30 days from the time the director knows, or should have known, about both the contribution and the fact that you are a participant in the proceeding.

The Participant Disclosure Form should be completed and filed with the proposal submitted by a party, or should be completed and filed the first time that you lobby in person, testify in person before, or otherwise directly act to influence the vote of the board members of the Riverside Transit Agency or any of its affiliated agencies.

1. An individual or entity is a “participant” in a proceeding involving an application for a license, permit or other entitlement for use if: a. The individual or entity is not an actual party to the proceeding, but does have a significant financial interest in the Riverside Transit Agency’s or one of its affiliated agencies’ decision in the proceeding.

AND b. The individual or entity, directly or through an agent, does any of the following:

(1) Communicates directly, either in person or in writing, with a board member or alternate of the Riverside Transit Agency or any of its affiliated agencies for the purpose of influencing the member’s vote on the proposal;

(2) Communicates with an employee of the Riverside Transit Agency or any of its affiliated agencies for the purpose of influencing a member’s vote on the proposal; or

(3) Testifies or makes an oral statement before the Board of Directors of the Riverside Transit Agency or any of its affiliated agencies.

2. A proceeding involving “a license, permit, or other entitlement for use” includes all business, professional, trade and land use licenses and permits, and all other entitlements for use, including all entitlements for land use; all contracts (other than competitively bid, labor, or personal employment contracts) and all franchises.

3. Your “agent” is someone who represents you in connection with a proceeding involving a license, permit, or other entitlement for use. If an agent acting as an employee or member of a law, architectural, engineering, or consulting firm, or a similar business entity or corporation, both the business entity or corporation and the individual are agents.

4. To determine whether a campaign contribution of more than $250 has been made by a participant or his or her agent, contributions made by the participant within the preceding 12 months shall be aggregated with those made by the agent within the preceding 12 months or the period of the agency, whichever is shorter. Campaign contributions made to different members or alternates are not aggregated.

5. A list of the members and alternates of the Board of Directors is attached.

This notice summarizes the major requirements of Government Code Section 84308 and 2 Cal. Adm. Code Sections 18438-1 8438.8.

PARTICIPANT DISCLOSURE FORM RIVERSIDE TRANSIT AGENCY AND ITS AFFILIATED AGENCIES

______No contributions have been made during the preceding 12 months. (Skip following portion and have authorized person sign where indicated below.)

______Contributions have been made during the preceding 12 months as detailed below.

Party’s Name: ______

Party’s Address: ______Street Address ______City State Zip Phone

Application or Proceeding Title and Number: ______

Board Member(s) or Alternate(s) to whom you and/or your agent made campaign contributions and dates of contribution(s) in the preceding 12 months:

Name of Member: ______Name of Contributor (if other than Party): ______

Date(s): ______

Amount(s): ______

Name of Member: ______Name of Contributor (if other than Party): ______

Date(s): ______

Amount(s): ______

Name of Member: ______Name of Contributor (if other than Party): ______

Date(s): ______

Amount(s): ______

Date: ______

Signature of Party and/or Agent

RTA Board Members & Alternates 2018

City of Banning: Council Member Art Welch City of Murrieta: Council Member Randon (Mayor George Moyer, Alternate) Lane (Mayor Pro Tem Alan Long, Alternate)

City of Beaumont: Mayor Nancy Carroll (Council City of Norco: Council Member Berwin Member Michael Lara, Alternate) Hanna (Mayor Ted Hoffman, Alternate)

City of Calimesa: Council Member Linda Molina City of Perris: Council Member Tonya T. (Council Member Ed Clark, Alternate) Burke (Council Member Rita Rogers, Alternate)

City of Canyon Lake: Council Member Dawn City of Riverside: Council Member Andy Haggerty (Council Member Randy Bonner, Melendrez (Council Member Mike Gardner, Alternate) Alternate)

City of Corona: Council Member Dick Haley County of Riverside, District I: Supervisor (Council Member Jason Scott, Alternate) Kevin Jeffries (Jerry Sincich, Alternate-At – Large; Legislative Analyst Tricia Almiron, Alternate)

City of Eastvale: Council Member Brandon Plott County of Riverside, District II: Supervisor (Mayor Pro Tem Todd Rigby, Alternate) John Tavaglione (Ike Bootsma, Alternate-At- Large; (Andrea Puga, Alternate-At-Large)

City of Hemet: Council Member Linda Krupa County of Riverside, District III: Supervisor (Mayor Pro Tem Karlee Meyer, Alternate) Chuck Washington (Chief of Staff Jeff Comerchero, Alternate)

City of Jurupa Valley: Council Member Anthony County of Riverside, District V: Supervisor Kelly (Mayor Pro Tem Brian Berkson, Alternate) Marion Ashley (Chief of Staff Jaime Hurtado, Alternate)

City of Lake Elsinore: Council Member Daryl City of San Jacinto: Council Member Alonso Hickman (Council Member Robert Magee, Ledezma (Mayor Pro Tem Russ Utz, Alternate) Alternate)

City of Menifee: Council Member Greg August City of Temecula: Council Member Maryann (Mayor Pro Tem Lesa Sobek, Alternate) Edwards (Mayor Matt Rahn, Alternate)

City of Moreno Valley: Council Member David City of Wildomar: Council Member Bridgette Marquez (Dr. Yxstian A. Gutierrez Mayor, Moore (Mayor Pro Tem Marsha Swanson, Alternate) Alternate; Council Member Tim Walker, Alternate)

Updated 01-08-18

AFFIDAVIT OF NON-COLLUSION (required) Submit this form with the Price Proposal, failure to do so is grounds for disqualification. I hereby swear (or affirm) under penalty of perjury that: 1. I am the bidder (if the bidder is an individual), a partner in the bid (if the bidder is a partnership), or an officer or employee of the bidding corporation and have authority to sign on its behalf (if the bidder is a corporation); 2. The bidder has independently produced the attached bid(s) without collusion, agreement, understanding or planned common course of action, with any other source, that would limit independent bidding competition; 3. The contents of the bid(s) have not been communicated by the bidder and or its employees and or agents to any person not an employee and or agent of the bidder and or its surety, on any bond furnished with the bid, and will not be communicated to any such person prior to the official opening of the bid, and 4. I have fully informed myself regarding the accuracy of the statements made in this affidavit.

Bidder’s Company Name Legal Structure (corp./partner/proprietor) Principal Office Address City, ST, Zip Phone Number Fax Number E-Mail Federal Employer Identification Number Title of Person Authorized to Sign Print Name of Person Authorized to Sign

Date Signed by Authorized Signatory

CALIFORNIA PREVAILING WAGE LAWS § 1861

CERTIFICATION BY CONTRACTOR

I am aware of and acknowledge the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker’ 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.

Date ______

Signature ______

Company ______

Name ______

Title ______

FINANCIAL STATUS REQUIREMENT

CERTIFICATION BY CONTRACTOR

I am aware of and acknowledge the requirement to submit financial documentation that meets the following criteria: • Clearly identifies the financial status and condition of Bidder’s immediate business entity, as well as that of the overall Company structure, if applicable, and; • Covers a period of at least one (1) year, and; • Is dated not more than 12-months prior to the date of bid submission.

I understand examples of acceptable documentation include: • Audited financial statements, or; • Dun and Bradstreet report, or; • Filed Federal tax return for immediately preceding tax year, or; • One-page CPA summary.

I affirm that: • I have attached the requisite financial documentation (staple financial documents to this certification), and; • I have fully executed this certification; see below, and; • I will include this certification and the attached financial documents with my sealed bid.

Date ______

Signature ______

Company ______

Name ______

Title ______

INFORMATION REQUIRED OF BIDDER

The Bidder is required to supply the following information. Additional sheets may be attached if necessary.

1. Name of Bidder, Firm or Corporation: ______

2. Business Address: ______

3. Telephone: ( ) ______

4. Type of Firm--Individual, Partnership or Corporation: ______

5. Corporation organized under the laws of state of: ______

6. Contractor/Business License No.: Years of Experience: ______

License Type/Expiration Date: ______

7. List the names and addresses of all owners of the firm or names and titles of all officers of the corporation: ______

______

8. Key Personnel to work on this Project (include title): i. ______ii. ______iii. ______

9. List at least three project references for services rendered as of recent date:

Contract Type of Date Name and Address Contact Name and Phone Type Service/Product Completed of Owner Number

10. List three credit references as follows:

Name:______

Address:______

Telephone: ______

Contact:______

Name:______

Address:______

Telephone: ______

Contact:______

Name:______

Address:______

Telephone: ______

Contact:______

11. BIDDERS must submit its most current Audited financial statements, a Dun & Bradstreet report, last year’s tax return or a one-page summary from a CPA. This statement should clearly identify the financial status and condition of the Offeror’s immediate business entity, as well as that of the overall Company structure, if applicable; the date of this statement should cover a period of at least one (1) year and should be dated no more than twelve (12) months prior to the date of the bid submission.

12. BIDDER to provide its Workers’ Compensation Experience Mod Factor for the past three years.

2014 ______

2015 ______

2016 ______

If BIDDER is self-insured, the total number of injuries (lost-time and medical only) each for the past three years and the corresponding payroll dollars by year shall be provided as an attachment.

13. List of Suppliers for Major Items (provide an attachment if necessary):

Name:______

Address:______

Item Being Supplied:______

14. Labor Agreements

Union(s) ______

Local No.(s)______

Expiration date of current agreement(s)______

SECTION IV

PROJECT SPECIFICATIONS AND PROJECT DRAWINGS

EXHIBIT B

SCOPE OF WORK

REVISED GENERAL PROVISIONS FOR PROMENADE MALL BUS STOP EXPANSION

A. SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications, and contract documents. The general items of work include clearing, grubbing, grading, trenching, excavation, and installation of sidewalk, landscaping, irrigation, signage, solar paneling, lighting, shelter canopies, concrete and asphalt pavement, architectural treatments, pylon, storm drain, inlets, and street improvements as required to construct the Promenade Mall Mobility Hub Project and all items not mentioned but indicated in the Plans, Specifications, and the Standard Specifications within the Contract Documents. B. LOCATION OF WORK The general locations and limits of the work are as follows: In the City of Temecula along Ring Road within the Forest City Temecula Promenade Mall property.

C. TIME OF COMPLETION The Contractor shall complete all work in every detail within 180 (one hundred eighty) calendar days after the date in the Notice to Proceed with the Work, including: 1. Ring Road Bus Stop Expansion Improvements and associated work. 2. Wine Shuttle Stop Improvements and associated work.

D. NOTIFICATION The Contractor shall notify the staff at the City of Temecula, Temecula Promenade Mall, and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct: Forest City Promenade Mall Security: Chris Loswego, (951) 296-0975 Forest City Promenade Mall General Manager: Jeff Kurtz, (951) 296-0975 City of Temecula Public Works/Utilities: Patrick Thomas, (951) 694-6411 Eastern Municipal Water District (Sewer): Rebecca Tibayan, (951) 928-3777 x4330 Southern California Gas Company: Arturo Moriel (909) 335-7844 Frontier Utilities: Desiree Serrano, (909) 748-6640 Charter Communications: Keith Klump, (951) 547-3831 Level 3 Communications: Caleb King, (918) 547-0007 Rancho California Water Distract (Water): Kim Kerckhoff, (951) 296-6994 E. EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor and subcontractors, or their representatives, shall be filed with the Engineer, Temecula Promenade Security Department, and the County Sheriff’s Department or the City Police Department prior to beginning work. F. STANDARD SPECIFICATIONS The project provisions applicable to this contract shall be those set forth in California Building Code (CBC), California Mechanical Code (CMC), California Plumbing Code (CPC), and California Electrical Code (CEC), City of Temecula Dept of Public Works Engineering and Construction Manual, 2013 edition, California Energy Standards and the Standard Specifications for Public Works Construction, 2015 edition, hereinafter referred to as “Standard Specifications.” The Standard Specifications are referred to and by this reference are made a part hereof as though set forth at length. The Contractor is required to comply with the Standard Specifications in addition to the conditions set forth in these General Provisions and Technical Specifications. The Standard Specifications set forth above will control the general provisions, construction materials, and construction methods for this contract, except as amended by the Plans, Specifications, or other Contract Documents. The following Technical Specifications are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted and the section numbers of the Technical Specifications coincide with those of the said Standard Specifications. Only those sections requiring elaborations, amendments, specifying of options, or additions are called out. G. CHANGES AND EXTRA WORK The owner may make changes within the scope of work and add extra work. The engineer describes the changes and extra work, the payment basis, and any time adjustment in a Change Order. A Change Order is approved when the owner signs the Change Order. Until the Owner approves a Change Order, continue to perform the work under the Contract unless the Engineer orders you to start the work described in the Change Order before its approval. RTA SPECIAL PROVISIONS

PROMENADE MALL BUS STOP EXPANSION PROJECT JANUARY 23, 2018 Table of Contents

Section 01000 Mobilization ...... 6

Section 01001 Permits ...... 7

Section 01010 Contractor’s Request for Information (RFIs) ...... 8

Section 01020 Submittals ...... 10

Section 01030 Sequencing, Restrictions, and Parameters ...... 13

Section 01040 Traffic Control ...... 15

Section 01041 Noise Control ...... 18

Section 01042 Erosion Control and Storm Water Pollution Prevention ...... 20

Section 01050 Clearing and Grubbing ...... 24

Section 01060 Site Earthwork ...... 28

Section 01070 Underground Conduit Construction ...... 30

Section 01080 Dynamic and Static Site Signage ...... 32

Section 01090 Concrete, Paving and Curbs ...... 35

Section 01100 Asphalt Concrete Pavement ...... 38

Section 01110 Aggregate Base ...... 39

Section 01120 Removable Steel Bollard...... 40

Section 01130 Photovoltaic (PV) Systems...... 41

Section 01140 Landscape and Irrigation...... 44

Section 01150 Electrical Systems and Communications ...... 63

Section 01160 Architecturally-Exposed Structural Steel Framing ...... 86

Section 01170 Decorative Metal ...... 89

Section 01180 Structural Steel Framing ...... 91

Section 01190 Steel Decking ...... 103 Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 4 January 23, 2018 Section 01200 Selective Demolition ...... 109

Section 01210 Decorative Screen Panel Assembly ...... 112

Section 01220 Modular Trellis Panel Assembly ...... 115

Section 01230 Patching Portland Cement Plaster ...... 118

Section 01240 Exterior Painting ...... 121

Section 01250 High-Performance Coatings ...... 125

Section 01260 Display Cases ...... 135

Section 01270 Dimensional Letter Signage ...... 138

Section 01280 Panel Signage ...... 140

Section 01290 Pylon Signage ...... 143

Section 01300 Led Exterior Lighting ...... 150

Section 01310 Site Furnishings ...... 157

Section 01320 Linear Concrete Pavers ...... 161

Section 01330 Tactile Warning ...... 167

Section 01340 Pavement Markings ...... 168

Section 01350 Biofiltration and Retention System ...... 169

Section 01360 Adjust to New Finished Grade ...... 174

Section 01370 Catch Basin and Curb Inlet Cartridges ...... 175

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 5 January 23, 2018 SECTION 01000

MOBILIZATION

01000-1 SCOPE

The work of this Section shall consist of furnishing all labor, materials, equipment, supplies, appliances, services, and temporary services and facilities necessary for the execution and completion of all Mobilization and De-Mobilization Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: · Preparatory operations including, but not limited to those efforts necessary for the movement of personnel, equipment, supplies, and incidentals to the Work site; · All other operations which must be performed or costs incurred prior to beginning Work on the site; · All operations necessary for De-Mobilization Work; · Provision and installation of Construction Fence per Standard Specification Section 7- 10.5.2 Security Fencing; · Secure all required permits, including but not limited to those required by the City of Temecula and County of Riverside; · Submittals per Standard Specifications Section 2-5.3 Submittals and Section 01020 SUBMITTALS of these Special Provisions. · Mobilization/De-Mobilization shall include the period of time between November 15, 2018 (de-mobilization) and January 2, 2019 (re-mobilization) in which Work shall be suspended during the Holiday Shopping Season, unless otherwise approved by the shopping center owner and the Engineer. · Contractor shall be provided adequate space for a construction lay-down area in close proximity to the project site at no cost to Contractor.

As a part of Mobilization, all submittals as specified in various individual sections of the Standard Specifications and these Special Provisions shall be forwarded to RTA in the format specified in Special Provisions Section 01020 SUBMITTALS. The Contractor shall allow for minimum Submittal review time as specified in Section 01020 of these Special Provisions.

01000-2 CONSTRUCTION METHODS

N/A

01000-3 MEASUREMENT AND PAYMENT

Mobilization/De-Mobilization shall be measured and paid for as Lump Sum per Subsection 9- 3.4 Mobilization of the Standard Specifications and shall not exceed 5% of the total amount bid for the Work.

END OF SECTION 01000

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 6 January 23, 2018 SECTION 01001

PERMITS

01001-1 SCOPE

All permits and approvals for laydown staging areas needed for performance of the Work shall be obtained by the Contractor.

01001-2 CONSTRUCTION METHODS

N/A

01001-3 MEASUREMENT AND PAYMENT

No separate measurement will be made for complying with the requirements of this section.

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for various items of work and no additional compensation will be allowed therefor.

END OF SECTION 01001

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 7 January 23, 2018 SECTION 01010

CONTRACTOR’S REQUEST FOR INFORMATION (RFIS)

01010-1 SCOPE

This section sets forth the administrative requirements that Contractor and RTA are to adhere to for submission of, and responses to, of the Contractor’s requests for information.

RFI Submittal Requirements: A properly prepared RFI shall include a detailed written statement that indicates the specific Drawings or Specification in need of clarification and the nature of the clarification requested. a) Drawings shall be identified by drawing number and location on the sheet. b) Specifications shall be identified by Section number, page and paragraph.

An RFI that is not properly prepared will be returned marked “Not Reviewed” with a notation stating why the RFI does not meet submittal requirements.

When the Contractor is unable to determine from the Contract Documents the material, process or system to be incorporated into the Work, an informal clarification shall be requested of the Engineer at the next appropriate project meeting, so that when possible a response can be provided and entered into the meeting minutes. When such informal clarification is not possible due to the RFI’s complexity, or when clarification cannot wait until the next project meeting due to the urgency of the issue, the Contractor shall prepare and submit an RFI.

RFIs shall be submitted on a form acceptable to RTA. Forms shall be completely filled in and shall be fully legible when photocopied and/or scanned and emailed. Each page of attachments to RFIs shall bear the RFI number.

RFIs shall be originated by the Contractor: 1. RFIs from subcontractors or material suppliers shall be submitted through, reviewed, and signed by the Contractor prior to submittal to the Engineer. 2. RFIs sent by a subcontractor directly to the Engineer will not be accepted and will be returned unanswered.

In cases where RFIs are submitted to request clarification of coordination issues (for example, pipe and duct routing, clearances, specific locations of work shown diagrammatically, and similar issues), the Contractor shall fully lay out a suggested solution using drawings or sketches drawn to scale, and submit said drawings and sketches with the RFI. RFIs which fail to include a suggested solution will be returned unanswered with the notation that the Contractor is to submit a complete RFI.

In the event the Contractor believes that a clarification by the Engineer or RTA results in additional cost or time, the Contractor shall immediately notify the Engineer and shall not proceed with the Work indicated in the RFI until a change order is prepared and approved. An RFI alone shall not be considered adequate to justify a Contractor’s assertion of a cost increase

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 8 January 23, 2018 in the Work or a change in the project schedule. All such changes must be documented via official change orders.

The Contractor shall prepare and maintain a log of RFIs, and, at any time requested by the Engineer or RTA, shall furnish copies of the log showing outstanding RFI’s. The Contractor shall note unanswered RFIs in the log.

The Engineer will respond to properly prepared RFIs in one of the following ways: 1. Engineer’s supplemental instruction; 2. Request for Cost Proposal; 3. Instruction Bulletin; or, 4. RTA/Engineer may opt to retain RFI’s for discussion during regularly scheduled project meetings for inclusion or responses in meeting minutes in lieu of a separate written response in another form.

01010-2 CONSTRUCTION METHODS

N/A

01010-3 MEASUREMENT AND PAYMENT

No separate measurement will be made for complying with the requirements of this section.

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work involved, and no additional compensation will be allowed therefor.

END OF SECTION 01010

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 9 January 23, 2018 SECTION 01020

SUBMITTALS

01020-1 SCOPE

The Work of this section shall consist of furnishing all labor, materials, equipment, supplies, appliances and services and facilities necessary for the execution and completion of all Submittal work including, but not necessarily limited to, the following:

· Preparation of Submittal Schedule; · Submittal planning; · Submittal preparation, distribution, and transmittal, to include all of the following: o Product Data o Material Lists o Samples o Record Drawings

Replace subparagraph (a) with the following in Submittals Subsection 2-5.3.1 General:

(a) The Contractor shall allow for a minimum of 15 Working Days for review of submittals. The 15 day review time includes 10 days for initial review and 5 days for resubmittal review, as required.

Submittals shall include, but are not limited to, all Materials Lists, Catalog Cuts, Shop Drawings, material and color samples, and Construction Schedule, all as specified.

The Contractor shall coordinate preparation and processing of submittals with the performance of the related work. The Contractor shall transmit each submittal allowing sufficient lead time to obtain appropriate reviews and approvals as specified herein and to avoid delays in the related work.

The Contractor shall coordinate the submittal date for each submittal with the lead time needed for fabrication, purchasing, testing, delivery, review of other related submittals, and related work that require sequential processing/completion.

Concurrently with the development of the Contractor’s Construction Schedule (per Standard Specifications Section 6-1), the Contractor shall prepare a complete ‘Submittals Schedule’ for all anticipated Construction Submittals. The Contractor shall submit the Submittal Schedule together with the Construction Schedule at the Pre-Construction meeting. The Contractor shall itemize submittals in schedule in the chronological sequence planned for submission and shall include all submittals required by the Contract Documents. The following information shall be provided:

· Schedule date for initial submittal of each item;

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 10 January 23, 2018 · Related specification number; · Name of subcontractor or supplier, as applicable; · Record successive date(s) of any resubmittal(s); and, · Record date of RTA/Engineer approval of each submittal.

The Contractor is responsible to verify completeness of all submittals. Incomplete submittals, as determined at the sole discretion of the Engineer, will be rejected.

Upon receipt and review of the Contractor submittal, the Engineer will stamp the cover page of the submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken:

a) “No Exception Taken”: meaning that the part of the Work covered by the submittal may proceed. b) “Make Corrections Noted”: meaning that the part of the Work covered by the submittal may proceed provided it complies with the notations and corrections marked on the submittal, as well as the requirements of the Contract Documents. c) Returned for Re-Submittal: Submittals may be returned for re-submittal for various reasons. When a submittal is marked “Submit Specified Item,” “Rejected,” or “Revise and Resubmit,” the Contractor shall not proceed with any part of the Work covered by the submittal, including purchasing, fabrication, delivery, or any other associated activity. In the event a submittal is returned for re-submittal, the submittal shall either be revised to comply with the Contract Documents and resubmitted, or a new submittal shall be prepared in accordance with the notations and submitted; resubmission shall occur without delay. d) Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked “Action Not Required.” e) Contractor shall repeat the submittal process as specified herein for all submittals as necessary to obtain an action mark that will allow the Work to proceed.

Contractor shall follow the following Distribution requirements for Submittals:

1. Do not proceed with the Work until an appropriately marked copy of the applicable submittal has been received from the Engineer and is in the Contractor’s possession. 2. Do not permit use of unmarked copies of submittals in connection with construction. 3. The Contractor shall not permit submittals marked “Rejected,” “Submit Specified Item,” or “Revise and Resubmit” to be used at the Project site, or elsewhere where Work is in progress.

For Product Data (“Catalog Cuts”), the Contractor shall assemble Product Data submittals into a single submittal package for each construction trade or system (e.g. Shelter, Bus Stop Furnishings, Signs, Electrical Lighting, Concrete, etc.). Product data submittals shall include all available printed information, such as, but not limited to, manufacturer’s installation instructions, catalog cuts, standard color charts, standard wire diagrams, and performance curves. Where

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 11 January 23, 2018 Product Data must be specially prepared because standard printed data is not suitable for use, submit as “Shop Drawings.”

Product Data submittals, as a minimum, shall include the following information:

a) Manufacturer’s printed recommendations; b) Compliance with recognized trade association standards; c) Compliance with recognized testing agency standards; d) Application of testing agency labels and seals; e) Notation of dimensions verified by field measurement; and, f) Notation of coordination requirements.

The Contractor shall keep and maintain “Record Prints” of the Work and shall include the following items in said prints:

1. Record of changes depicted accurately on one set of blue-line prints for all changes in the Work constituting departures from the original Contract Plans. 2. Record of changes shall be legible and include dimensions clearly outlined to the satisfaction of the RTA and Engineer. The Contractor shall submit Record Prints to the RTA and Engineer for approval prior to final inspection. 3. Record Prints shall include reference points to dimension the changes between two permanent points of reference (buildings, monuments, curbs, etc.). Data to be shown on Record Prints shall be recorded on a daily basis as the project is being constructed. 4. As-built items shall be shown and recorded that include locations and depths of the following types of underground items: a. Point(s) of connection for irrigation, domestic water, electric and similar underground utilities; b. Routing of underground conduits, irrigation pressure lines and utility lines; c. All types of valves in various piping systems, including gate valves, quick coupler and remote control valves; d. Related equipment (as may be directed by the Engineer). 5. The Contractor shall maintain Record Prints on site at all times.

01020-2 CONSTRUCTION METHODS

N/A

01020-3 MEASUREMENT AND PAYMENT

No separate measurement will be made for complying with the requirements of this section,

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01020

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 12 January 23, 2018 SECTION 01030

SEQUENCING, RESTRICTIONS, AND PARAMETERS

01030-1 SCOPE

The Contractor shall conform their Order of Work to the requirements of these Special Provisions and the Construction Plans.

The Contractor’s first Order of Work shall include, but may not necessarily be limited to:

· Preparation and submittal of a Critical Path Schedule (Progress Schedule); · Procurement of shelter canopy system and accessories; · Procurement of water quality treatment units; · Procurement of any other long lead-time items; · Potholing.

All construction shall be “Substantially Complete,” within 180 calendar days of the Contractor’s Notice to Proceed.

There are three distinct project phases. The following table identifies those phases and sets forth the timeframes for which each phase shall commence and is to be completed, including when Liquidated Damages shall be assessed:

Description of Work to Phase be Performed in Phase Start End 1 Submit Baseline Critical NTP (Notice to On-going Path Schedule, Shop Proceed) Drawings, Plans and Submittals, Initiate Static sign and VMS Sign Fabrication Process, etc. 2 Commence Field Work – NTP+30 Calendar NTP+150 Calendar Concurrent Construction Days Days* of Ring Road Bus Stop Area and Wine Shuttle Stop Area 3 Deliver, Install, and Test NTP+20 Calendar NTP+180 Calendar Static and VMS Signs, Days, Days** Shelter Canopies, parking structure façade Or Earlier (Contract Completion) treatments, Including Final Acceptance CONTRACT COMPLETION SHALL BE NTP + 180 CALENDAR DAYS * Liquidated Damages will be assessed for late completion of Phase 2 at $500 per day.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 13 January 23, 2018 ** The Contractor will not be permitted to install shelter canopies, parking structure architectural treatments, or any construction work that directly or indirectly might affect traffic, parking, or pedestrian access to businesses between November 9th, 2018 and January 2nd, 2019. Additionally, Contractor shall not perform any work that creates excessive noise, and shall be required to get approval from the RTA and Engineer prior to starting any work to ensure it complies with both noise and traffic restrictions. The Contractor may install shelter canopies, architectural treatments, and/or other associated project work prior to November 9th or after January 2nd with no liquidated damage assessed. However, The Contractor will not be paid extra for idle time between November 9th, 2018and January 2nd, 2019.

Installation of station signage shall meet the requirements for “Substantial Completion,” as defined in the phasing schedule as outlined above.

All Work shall be identified on the Contractor’s baseline schedule. Additionally, the Contractor shall prepare a 3-week look-ahead schedule that shall be submitted to the Engineer and discussed at weekly progress meetings. Each activity shall have working days assigned to the activity.

01030-2 CONSTRUCTION METHODS

N/A

01030-3 MEASUREMENT AND PAYMENT

No separate measurement will be made for complying with the requirements of this section.

Full compensation for complying with the requirements of this section, including construction of any temporary work items required for construction, shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01030

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 14 January 23, 2018 SECTION 01040

TRAFFIC CONTROL

01040-1 SCOPE

The work of this Section shall consist of furnishing all labor, materials, equipment, supplies, appliances, services and facilities necessary for the implementation of Traffic Controls, including but not limited to: preparation of plans; installation, maintenance, and removal of cones, delineators, advanced warning signs, barricades, etc.; flagmen; written notices; temporary traffic stripe application; removal of existing striping by sandblasting; and, traffic rerouting.

The Contractor shall coordinate with the Forest City Promenade Mall Engineering and Security departments for appropriate traffic control in advance of and during special events.

The Contractor shall prepare Traffic Control Plans (TCPs) for pavement construction work, obtain City review and approvals/permits as necessary for said Traffic Control Plans, and fully implement and maintain said Traffic Control Plans.

All Traffic Control shall be in accordance with the Project’s Traffic Control Plans provided, the Contractor-provided Traffic Control Plans that have been approved and permitted by the City (as required), and the following:

Traffic Control Permit

1. The Contractor shall not begin work in the roadway without an approved Traffic Control Plan. The traffic control plans are not valid until Work dates are approved by Forest City Promenade Mall staff and a Traffic Control Permit is issued by the City of Temecula. 2. The Traffic Control Permit application submittal shall be coordinated so that no items of work will be delayed. To obtain a Traffic Control Permit, contact the City of Temecula Traffic Division, (951) 694-6411, for an appointment a minimum of Three (3) Weeks prior to starting the Work.

Traffic Control Devices

Traffic control devices must conform to the following, unless shown otherwise, on the Traffic Control Plans and Permit:

1. Use traffic control devices in accordance with the latest edition of the California MUTCD and the Standard Specifications. 2. Furnish, install, and maintain the traffic control devices as shown on the Traffic Control Permit and approved TCPs, and any additional traffic control devices as may be required to ensure the safe movement of vehicles and pedestrians, and to provide for the safety of construction workers. The Contractor shall install a minimum 42” high temporary chain link fence with a continuous detectable edging, or approved equal, at all locations where the pedestrian path of travel is adjacent to the work area. The 42” high temporary chain link fence, or approved Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 15 January 23, 2018 equal, shall be per MUTCD requirements. The Contractor shall relocate existing RTA informational, bus route, and bus schedule signs to temporary bus stop location for duration of construction. 3. The Contractor’s name or the Supplier’s name that owns the traffic control devices must be clearly noted on each device. 4. Barricades used at night must be equipped with flashing lights. Signs used at night must be reflectorized with a material that has a smooth, sealed outer surface, or illuminated to show approximately the same shape and color day and night. Use internally or externally illuminated signs where there is significant interference from extraneous light sources and reflectorized signs will not be effective. External light sources must be properly shielded to protect drivers from glare. Street lighting is not adequate for sign illumination. 5. Do not store or allow equipment, material, or debris to remain in the public right- of-way or major access driveways without prior approval by the Engineer. 6. Travel lanes must be 12’ wide, minimum, unless otherwise approved by the City of Temecula Department of Public Works. 7. Maintain cross traffic and turning movements at the intersections. 8. Pedestrian and bicycle access and control must be provided and maintained at all times, unless otherwise approved by the Department of Public Works. 9. Backfill or cover trenches with steel trench plates at the end of each work day. Place an asphalt ramp around each trench plate to prevent the plate from being dislodged. Upon completion of excavation backfill, provide a satisfactory surface for traffic. Portable concrete barrier -- i.e., K-rail, additional noticing, and other items which may be required when trenching cannot be secured overnight by backfilling or trench-plating. 10. All striping removed or damaged by construction work must be replaced within 24 hours) 11. Utilize Armorcast Guardian 170 Barrier Heavy Duty, or approved equal, water- filled plastic rails to direct pedestrians to pedestrian ramps at all street corners. 12. Post signs notifying the public a minimum of 5 Working Days prior to closure, or detour, of streets. 13. A solar-powered flashing arrow board is required on all arterial street lane closures. 14. Maintain full width of all traffic lanes of the existing roadway during non-working hours, on designated holidays, and when construction operations are not actively in progress on Working Days. 15. Keep the streets in and adjacent to the construction area clean.

Submit proposed changes to, and deviations from, the traffic control plans or permit for the Engineer’s approval. Prior to implementation, the Engineer will observe the implementation of Traffic Control Plans and reserves the right to require the Contractor to make changes as field conditions warrant. The Engineer may approve changes to the Traffic Control Plan or Permit; said changes shall only be valid if directed in writing by the Engineer. Call the Traffic Control Division, (951) 694-6411, for an appointment to request a revision to the Traffic Control Plan or Permit. Such changes must supersede the original Traffic Control Plan or Permit. In such case, the Contractor shall assume full responsibility and liability for said revisions.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 16 January 23, 2018 Street Closures and Detours

1. Comply with all applicable State, County, and City requirements for closures of streets. 2. Street closures, detours, barricades lights, other safety devices must conform to the State of California Manual of Traffic Controls. 3. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons, and watch persons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor must furnish and install signs and warning devices and promptly remove them upon completion of the Work. 4. At least 48 hours in advance of closing, partially closing or reopening, any street, alley, or other public thoroughfare, the Contractor must notify the Police, Fire, and Traffic and Engineering Departments, and shall comply with their requirements. Deviations to street closures and detours must first be approved in writing by the Engineer. 5. Note the owner’s name clearly on the traffic control safety devices. 6. Construct and maintain detours at the proper time. The Engineer will order that the Work be stopped and the construction site made safe, as determined at the sole discretion of the Engineer, if the Contractor fails or refuses to construct and maintain detours as required. 7. Furnish flag persons when required to give adequate warning to traffic or to the public of any dangerous conditions to be encountered.

01040-2 CONSTRUCTION METHODS

Vehicular Traffic. Grading operations, pavement milling, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably smooth and satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic.

Pavement disruptions 1.5” or greater shall have a beveled edge of 4 horizontal to 1 vertical.

01040-3 MEASUREMENT AND PAYMENT

Traffic Control shall be measured and paid for as Lump Sum and shall include full compensation for furnishing all labor, materials, tools, equipment, construction area signs, transportation, and incidentals for all necessary and required Traffic Control and Stage Construction to completely implement and maintain the Traffic Control Plans, the Standard Specifications, these Special Provisions, and any approved revisions thereto, including, but not limited to, obtaining all permits, payment of all fees, and all required coordination efforts, and no additional compensation will be allowed therefor.

END OF SECTION 01040

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 17 January 23, 2018 SECTION 01041

NOISE CONTROL

01041-1 SCOPE

The Contractor shall comply with all relevant City of Temecula noise control requirements, noise/sound levels, and permissible hours of operation. Permits from the City of Temecula may be required in order to be in compliance with the local municipal code and ordinances. Obtaining permits, including permit fees, shall be the responsibility of the Contractor. The Contractor shall comply with the permitting requirements of the City of Temecula.

Further, this section applies to equipment on the project or associated with the project, including trucks, transit mixers, stationary equipment, and transient equipment.

1. Noise Control Plan

A Noise Control Plan shall be prepared by the Contractor and submitted to the Engineer. The plan shall identify reasonable and feasible methods of mitigating night time construction noise. As a minimum, the following items shall be considered in the Noise Control Plan:

· Enclosures around noise-producing stationary sources. · Selection of low sound level equipment and the lowest acoustic height for performing tasks. · Alternatives to standard backup beepers. · Specially quieted equipment. · Performance of construction vehicle maintenance off-site between 7:00 a.m. and 7:00 p.m. · Limit delivery of materials (with the exception of concrete) to between 7:00 a.m. and 7:00 p.m.

Coordination with RTA and Forest City is required regarding distribution of public notification and complaint response procedures to the community no less than 30 days prior to the start of construction. The Contractor shall provide both RTA and Forest City the planned work, the hours of construction, and the procedures for handling public complaints and inquiries. A contact number for the project site manager should be included with each notification to expedite the handling of complaints or other inquiries.

01041-2 CONSTRUCTION METHODS

Vehicular Traffic. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide and maintain a reasonably smooth and satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic and maintained in that condition.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 18 January 23, 2018 Pavement disruptions 1.5” or greater shall have a beveled edge of 4 horizontal to 1 vertical.

01041-3 MEASUREMENT AND PAYMENT

No separate measurement will be made for complying with the requirements of this section.

Full compensation for complying with the Noise Control requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01041

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 19 January 23, 2018 SECTION 01042

EROSION CONTROL AND STORM WATER POLLUTION PREVENTION

01042-1 SCOPE

Section 7-8.6, “Water Pollution Control,” of the Standard Specifications is hereby incorporated by reference into these Special Provisions. In case of conflict between the Standard Specifications and these Special Provisions, these Special Provisions shall have precedence.

01042-2 CONSTRUCTION METHODS

The Contractor shall conform to local, state and federal water pollution control regulations. The Contractor shall utilize Best Management Practices to control erosion and storm water pollution as shown in the contract drawings, in conformance with local, state and federal water pollution control regulations, and as directed by the Engineer.

The Contractor shall perform water pollution control work during construction in conformance with the requirements documented in these Special Provisions and the Standard Specifications. The Contractor shall prepare, maintain, amend, and update a Water Pollution Control Plan in accordance with the Standard Specifications, these Special Provisions, and City of Temecula requirements.

Erosion Control work shall include the implementation and maintenance of storm water pollution prevention Best Management Practices (BMPs) required to prevent and control discharges of dust, soil, sediment, debris, and other pollutants from the project site onto adjacent areas and/or into the storm water conveyance system from construction activities shown on the Plans and as specified herein and in compliance with all applicable laws and regulations of authorities having jurisdiction.

The Contractor shall perform water pollution control work in conformance with the requirements in the approved Contractor-developed Water Pollution Control Plan, “California Stormwater Quality Association Construction Stormwater Best Management Practices Handbook,” and the Caltrans “Water Pollution Control Program (WPCP) Preparation Manual" and addenda in effect on the day the Notice to Contractors is dated. These manuals are referred to as the “Preparation Manual” and can be obtained from:

http://www.casqa.org/

or

http://www.dot.ca.gov/hq/construc/stormwater/manuals.htm

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 20 January 23, 2018 REGULATIONS

The Contractor must comply with the following Permits: a. State Water Resources Control Board (SWRCB) Order No. 2009-0009-DWQ, National Pollutant Discharge Elimination System (NPDES) Permit No. CAS000002, General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities (Construction General Permit), as adopted, amended, and/or modified (see

http://www.waterboards.ca.gov/water_issues/programs/stormwater/constpermits.shtml); and b. Regional Water Quality Control Board (RWQCB), San Diego Region, Order No. R9- 02013-0001, NPDES Permit No. CAS0109266, as amended by Order No. R9-2015-0001, National Pollutant Discharge Elimination System (NPDES) Permit and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within the San Diego Region (Municipal Permit).

START OF WORK

Construction work shall not start until:

1. The Contractor’s submittals required in the Project’s Water Pollution Control Plan have been reviewed and approved by the Engineer. 2. The Engineer determines that the appropriate BMPs are implemented and additional BMP materials are staged for rapid deployment, as necessary, in readiness for a likely precipitation event; 3. The Contractor submits the name and qualifications of the Contractor’s Qualified SWPPP Practitioner (QSP).

Contractor’s and subcontractor’s personnel have received the training required in the Project’s Water Pollution Control Plan and said training is adequately documented and certified by the Contractor.

MATERIALS

Materials shall be as shown on the plans and as specified in the publications listed above in the Water Pollution Control Plan. All materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project.

The Contractor shall have adequate materials on site to quickly deploy BMPs, as necessary, to protect the exposed portions of the site and to prevent sediment and pollutant discharges from the site.

NOTIFICATION

The Contractor shall notify the Engineer immediately of any unauthorized releases to the storm drain. The Contractor shall immediately document all unauthorized releases including but not limited to the time, date and duration, material released, and action taken to stop discharge and

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 21 January 23, 2018 prevent future discharges. Documentation shall be provided to the Engineer within three calendar days of said discharge(s).

CLEAN UP

All unsalvageable materials used in the storm water pollution prevention program shall be properly disposed of outside of the Owner’s property at the completion of work.

SCHEDULE

Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for: clearing and grubbing; grading; construction; paving; and, structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads, plant sites and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer.

EROSION CONTROL

This work shall consist of furnishing and applying erosion control materials, including temporary check dams and temporary inlet protection, and preparing areas to receive erosion control materials, as shown on the plans, in the Project Water Pollution Control Plan, and as specified in these Special Provisions.

TEMPORARY CHECK DAM

Construction: The following provisions shall be added to the Standard Specifications. In case of conflict between the Standard Specifications and these Special Provisions, these Special Provisions shall have precedence.

Temporary check dams shall be constructed, maintained, and later removed at the locations shown on the approved Water Pollution Control Plan in conformance with this section, "Erosion Control and Storm Water Pollution Prevention," of these Special Provisions, and in conformance with details shown on the Plans and in these Special Provisions.

Temporary check dam shall be one of the practices for erosion and sediment control. The Water Pollution Control Plan shall include the use of temporary check dams.

The temporary check dams shall be placed as shown on the plans and per the approved Water Pollution Control Plan.

Materials: Filtrexx Check Dam Socks or approved check dam equal shall be used for temporary check dams and shall be per manufacturer’s specifications.

Installation: Temporary check dams shall be installed per manufacturer’s specifications, details on the plans, and these Special Provisions.

Stakes: Wood stakes shall be a minimum of 0.75 in. x 0.75 in. in size for Type 1 installation, or Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 22 January 23, 2018 shall be a minimum of 0.75 in. x 1.5 in. in size for Type 2 installation, and sufficient length as shown on detail. Stakes shall be driven to a maximum of 2.0 in. above, or flush with, the top of the roll. Wood stakes shall be untreated fir, redwood, cedar, or pine, shall be cut from sound timber, and shall be straight and free of loose or unsound knots and other defects which would render them unfit for the purpose intended. Metal stakes may be used as an alternative. The Contractor shall submit a sample of the metal stake for Engineer's approval prior to installation. The tops of the metal stakes shall be bent at a 90-degree angle.

Details for an alternative temporary check dam shall be submitted to the Engineer for approval at least 7 days prior to installation.

When the temporary check dam is no longer required, as determined by the Engineer, the temporary check dam shall become the property of the Contractor and shall be removed and disposed of in conformance with the Standard Specifications and these Special Provisions.

Ground disturbances, including holes and depressions caused by the installation and removal of the temporary check dam shall be backfilled and repaired in conformance with the various sections of the Standard Specifications relevant to the restoration and repair work to be performed.

01042-3 MEASUREMENT AND PAYMENT

Erosion Control and Storm Water Pollution Prevention shall be measured and paid for as Lump Sum and shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals for all necessary and required erosion control and storm water pollution prevention measures to completely develop, implement, and maintain the Project’s Water Pollution Control Plan, best management practices and measures shown in the Plans, these Special Provisions, and any approved revisions thereto, including, but not limited to, obtaining all permits, payment of all fees, restoration and repair work, and all required coordination efforts, and no additional compensation will be allowed therefor.

END OF SECTION 01042

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 23 January 23, 2018 SECTION 01050

CLEARING AND GRUBBING

01050-1 SCOPE

The Work of this Section shall consist of furnishing all labor, materials, equipment, supplies, appliances, services, and facilities necessary for the execution and completion of all Clearing and Grubbing work as shown on the Plans and as described in these Special Provisions including, but not necessarily limited to, the following:

· Protection of all planting areas not designated for removal; · Sawcutting, removal and disposal of all pavement and surface improvements designated on the Plans for removal; · Furnishing, developing, applying and providing dust control watering equipment as required for the project; · Removal and disposal of all deleterious materials not specifically mentioned herein which may be found within the Work limits; · Coordination with Work of other Sections of these Special Provisions; and, · Clean-up.

Contractor shall secure and maintain all required permits and licenses, and pay all fees necessary to legally complete the Work of this Section. Contractor shall notify and coordinate with utility companies for all utilities to be cut off, modified or relocated, and shall maintain and protect all active utilities. Contractor shall coordinate all Work with the RTA and Engineer in an effort to avoid any conflicts with the operation schedules.

Contractor shall protect the Project site and adjacent properties from dirty water, mud and water accumulated due to Contractor’s operations and from rainfall runoff or water that enters the Project site from any other source.

01050-2 CONSTRUCTION METHODS

Disposal of Clearing and Grubbing materials shall conform to the Standard Specifications Subsection 300-1.3 “REMOVAL AND DISPOSAL OF MATERIALS,” except as modified and amended herein.

All surplus and extraneous materials and debris shall be disposed of by the Contractor at an approved landfill or disposal site at the Contractor’s sole expense. The Contractor shall abide by all applicable Federal, State, and local laws and regulations when handling, removing, protecting in-place, and disposing of (at a properly licensed facility) all cleared and grubbed materials and all hazardous materials encountered in the Work.

Explosives and burning shall not be used for any Clearing and Grubbing activities related to this Contract.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 24 January 23, 2018 Add the following to Subsection 300-1.3.2 Requirements:

(a) Storm Drainage Inlet and Pipe. Existing storm drainage inlets and pipes shall be excavated and removed as shown on the Plans. Storm drainage pipes shall either be removed in full or sawcut at the removal limit as shown on the Plans. This item shall also include backfill and compaction of the area excavated to remove the existing storm drainage inlet and pipe. Removed structures and pipes shall be considered surplus materials and shall be disposed of by the Contractor.

(b) Signage and Fencing. Existing signage and fencing (including posts, concrete bases, brackets) shall be removed within the limits of work as directed by the Engineer. Removed materials shall be considered surplus materials and shall be disposed of by the Contractor. Signage panels shall be relocated and/or removed and salvaged as indicated on the Project Plans.

01050-3 MEASUREMENT AND PAYMENT

Measurement and payment for Clearing and Grubbing shall be as defined in Standard Specifications Subsection 300-1 “CLEARING AND GRUBBING,” except as modified and amended herein.

Delete both paragraphs in Subsection 300-1.4 “PAYMENT” of the Standard Specifications and replace with the following:

This work item shall be measured as one lump sum for performing all Clearing and Grubbing work as required by the Contract Documents. Payment for Clearing and Grubbing shall be made at the lump sum price bid. The price bid shall be full compensation for removal, handling, and disposal of all materials, and for all labor, equipment, tools, fees, and incidentals necessary to complete the Work, and no additional compensation will be allowed therefor.

Schedule of Values

The Contractor shall provide a Schedule of Values for Clearing and Grubbing for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The schedule of values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 25 January 23, 2018 SCHEDULE OF VALUES - CLEARING AND GRUBBING

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT

1 Remove sidewalk pavers SF

2 Remove concrete curb LF

3 Remove concrete curb & gutter SF

4 Sawcut PCC pavement LF

5 Sawcut asphalt pavement LF

6 Remove PCC pavement SF

7 Remove asphalt pavement SF

8 Remove crosswalk paving SF

9 Remove curb ramp EA

10 Remove landscape area SF

11 Remove tree & grate EA

12 Salvage grate EA

13 Salvage metal bollard EA

14 Remove stucco façade SF

15 Remove transformer pad & stub out EA

16 Remove SD inlet EA

17 Remove RCP SD pipe, 18” LF

18 Remove PVC water pipe, 4” LF

19 Trenching and backfill LF

20 Remove Backflow Preventer EA

21 Remove light pole and foundations EA

22 Relocate bike rack EA

23 Remove and salvage trash receptacles EA

24 Salvage traffic sign EA

25 Relocate bus shelter & appurtenances EA

26 Relocate bench EA

TOTAL LUMP SUM COST: ______Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 26 January 23, 2018 END OF SECTION 01050

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 27 January 23, 2018 SECTION 01060

SITE EARTHWORK

01060-1 SCOPE

Work performed under this section shall consist of all Unclassified Excavation and Unclassified Fill required for construction of the Work shown on the project Plans and shall conform to Subsections 300-2, “UNCLASSIFIED EXCAVATION,” and 300-4 “UNCLASSIFIED FILL” of the Standard Specifications.

01060-2 CONSTRUCTION METHODS

Earthwork shall conform to Standard Specification Subsections 300-2, “UNCLASSIFIED EXCAVATION” and 300-4 “UNCLASSIFIED FILL,” except as modified and amended herein.

The on-site soils, less any debris, organic matter, or contamination, may be used in compacted fills accordance with Subsection 300-4, “UNCLASSIFIED FILL,” except as modified and amended herein:

The contractor shall over-excavate under the pavement section to the depth as shown on the plans and recompact to 95% density.

Where properly compacted fill soils are to be placed over soft or loose soils, as determined by the Engineer, the soft or loose soils shall be over excavated to a depth of 12 to 18 inches and replaced with 1-1/2” minus crushed rock that is vibrated during placement. Removal and replacement of up to 25 cubic yards of unsuitable material shall be considered incidental to the project and no additional compensation will be allowed therefor. A geotextile may be placed, at the direction of the Engineer, prior to the placement of the crushed rock and properly compacted fill soils.

Contractor shall provide continuous access for each affected property, including alley access behind the Lazy Dog Restaurant. Contractor shall grade a temporary driveway access if necessary. Temporary driveway/access shall be removed at the completion of the driveway/access road construction.

Disposal of any surplus excavation materials shall conform to requirements of Subsection 300- 2.6, “REMOVAL AND DISPOSAL OF MATERIALS,” of the Standard Specifications.

01060-3 MEASUREMENT AND PAYMENT

Measurement and payment for unclassified excavation, site grading, removal and disposal of excess materials, and finish grading shall be considered included in the lump sum price paid for Site Earthwork. The price bid shall be full compensation for unclassified excavation, site grading, removal and disposal of excess materials, and finish grading, and for all labor, equipment, tools, fees, and incidentals

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 28 January 23, 2018 necessary to complete the Work, and no additional compensation will be allowed therefor.

SCHEDULE OF VALUES - SITE EARTHWORK

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT

1 Site grading, remove subbase CY

2 Haul away material CY

3 Finish Grading SF

4 Vapor Barrier, 6 mil SF

TOTAL LUMP SUM COST: ______

END OF SECTION 01060

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 29 January 23, 2018 SECTION 01070

UNDERGROUND CONDUIT CONSTRUCTION

01070-1 SCOPE

This item shall consist of all Underground Conduit Construction, including PVC Storm Drain, Concrete Pipe Catch Basin, Inserta-Tee storm drain connections, and Private Waterline Extension including DIP and PVC waterline pipe, and relocation of existing Backflow Preventer (BFP) required for construction of the Work shown on the project Plans and shall conform to Subsection 306 “UNDERGROUND CONDUIT CONSTRUCTION” of the Standard Specifications except as modified or amended by these Special Provisions.

01070-2 CONSTRUCTION METHOD

The new Rancho California Water District (RCWD) lateral connection shall be installed by RCWD contractors in advance of the BFP and Water Meter relocations. The Contractor is only responsible for the relocation of the existing BFP and connection to the Water Meter, which is to be relocated by RCWD.

Contractor shall install the proposed waterline prior to initiating the BFP relocation work. Contractor and RCWD Contractor shall only begin the BFP relocation and water meter relocation, respectively, once both the waterline (private) and RCWD lateral (public) are both constructed in place, inspected, and cleared for service. The BFP and water meter need to be concurrently relocated by both Contractor parties within the specified time frame per this specification.

Contractor shall contact the RCWD Engineering Services minimum two months prior to initiating waterline and BFP construction. All relocation work shall be performed in one night, between the hours of 1 am and 6 am. RCWD Engineering Service phone number is (951) 296-6900. Water service shall be restored by no later than 6 a.m.

01070-3 MEASUREMENT AND PAYMENT

Measurement and Payment for Underground Conduit Construction shall be per each for Concrete Pipe Inlet and per linear foot for 3” and 4” (DIP and PVC) pipe in conformance with Section 306-1.6, “BASIS OF PAYMENT FOR OPEN TRENCH INSTALLATIONS”.

The contract lump sum price paid for Private Water Line Extension shall include full compensation for furnishing all maintenance materials, labor, tools, equipment and performing all work necessary to complete, and maintain the Work described or specified in these Special Provisions and Contract Documents and no additional compensation will be allowed therefor.

Add the following to Section 306-1.6 of the Standard Specifications:

Schedule of Values

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 30 January 23, 2018 The Contractor shall provide a Schedule of Values for the Private Water Line Extension for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The schedule of values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

SCHEDULE OF VALUES – PRIVATE WATERLINE EXTENSION

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT

1 Relocate BFP Assembly, 4” EA

2 Water Line, 4” PVC, C900 LF

3 Water Line, 4” DI LF

4 90 Degree Bend, 4” DI EA

5 Trenching and Backfill LF

TOTAL LUMP SUM COST: ______

END OF SECTION 01070

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 31 January 23, 2018 SECTION 01080

DYNAMIC AND STATIC SITE SIGNAGE

01080-1 SCOPE

The Work of this Section shall consist of furnishing all labor, materials, equipment, supplies, appliances, services, and facilities necessary for the execution and completion of all Signage Work as shown on the Plans and as described in these Special Provisions including, but not necessarily limited to, the following:

· Construction Signs – Temporary, Construction Worksite, Access, Project Signs · Site Signs, including but not limited to Directional Signage, Bus Route Map Signs, Bus Schedule Signs, Dynamic Bus Informational Signs, LED powered stop signs. · Coordination with Related Work of other Sections · Testing · Clean-up · Replacements, Repairs, Guarantees, and Warranty Work

For additional requirements for the following signage described in this section, see the sections listed below within these special provisions:

- Pylon Signage Section 01290 - Architectural Fin Signage Sections 01170, 01270, 01280 - Service Schedule Display Cases Section 01260

01080-2 CONSTRUCTION MATERIALS

Variable Message Signs: All Variable Message Signs shall be supplied by Owner. Associated mounting equipment, storage, labor and cost for installation of Variable Message Signs shall be responsibility of the Contractor.

All other temporary and permanent project signs shall be supplied and/or manufactured by Contractor.

01080-3 CONSTRUCTION METHODS

Guarantee: All signage shall be guaranteed for a minimum period of one (1) year after acceptance of the Work by RTA against all pealing, fading, chipping and deterioration of any kind.

Submittals: Shall be prepared and submitted in accordance with the Submittals Section of these Special Provisions, and shall consist of the following:

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 32 January 23, 2018 a) Materials Lists/Manufacturer’s Product Information: Contractor shall submit a complete list of materials along with the manufacturer’s catalog cuts for all materials proposed for use in the Work at the preconstruction conference. Contractor shall also provide the Manufacturer’s complete installation drawings, including specifications and replacement parts lists for all equipment proposed for the Project. Submit all manufacturer’s product information for each item specified for use in the Work. b) Proposed Substitutions: Products proposed for substitution as “equals” to the products specified are subject to the approval of RTA. If, at the time proposed equals are delivered to the site and/or incorporated into the Work, it is determined by RTA and the Engineer that the substitute products are not equal to the products specified, the unacceptable substitute products shall be removed and the products specified shall be provided and installed by Contractor at no additional cost to RTA. c) Shop Drawings: Contractor shall prepare and submit Shop Drawings for all signage of this section which show complete details for all signs being fabricated. Shop Drawings shall show all methods of attachment, materials, letter styles, and height, finishes, colors, dimensions and locations for signs, and shall be prepared in accordance with Specifications.

Delivery, Storage and Handling: Contractor shall assume all responsibility for storage of all signage materials for the Project. RTA and Forest City assume no liability for losses or damages from any cause resulting from Contractor’s storage of materials on site.

INSTALLATION AND MAINTENANCE OF STATIC STATION SIGNAGE

The Contractor shall transport the static station signage (i.e., non-variable message transit station signage) to, and install signage at, station as indicated in the Plans, specifications, and these Special Provisions. Delivery, assembly, and installation of the static station signage shall not occur until the installation site work is substantially complete, and at the sole discretion of, the Engineer.

After installation and leveling of the signage to their foundations, the Contractor shall coat base plates, anchor bolts, and columns below grade with “RUST-OLEUM V9100 System, Low VOC DTM Epoxy Mastic,” or approved equal, and shall completely fill the space between the signage base plates and the concrete foundations with a non-shrink grout complying with ASTM C1107/C1107M. In addition, the signage base plates and anchor bolts shall be completely encased with non-shrink grout.

If the fabricator will not be installing the signage, the Prime Contractor or listed Subcontractor that will install the signage must be authorized and trained by the fabricator to install its products using the fabricator’s handling and installation procedures and techniques for the signage. Said authorization, including a statement that the installer is trained by the fabricator on handling and installation procedures for the signage shall be submitted in writing, on the fabricator’s

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 33 January 23, 2018 letterhead, to the Engineer in accordance with these Special Provisions, a minimum of 30 working days prior to shipping the signage.

If the fabricator will install the signage, a statement attesting to that fact shall be submitted in writing, on the fabricator’s letterhead, to the Engineer in accordance with these Special Provisions, a minimum of 30 working days prior to sign shipment.

The Contractor shall be responsible for protection and maintenance, including cleaning and polishing of sign until the Engineer has provided the Contractor with relief of maintenance upon completion of all Field Performance Testing.

01080-4 MEASUREMENT AND PAYMENT

Measurement and Payment for Install RTA-Provided Variable Message Sign per Plans, Pylon Sign, Architectural Fin Signage, Display Case, and Install LED Solar Panel Stop Signs per Plans shall be per each, and shall include all labor, equipment, appliances and associated fasteners, brackets, foundations, poles and materials necessary to manufacture, provide, and/or construct signs in place and operational as shown in the Plans, these Special Provisions and the Standard Specifications.

Full compensation for Construction Signs shall be considered to be included in the various items of work and no additional compensation will be allowed therefor.

END OF SECTION 01080

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 34 January 23, 2018 SECTION 01090

CONCRETE, PAVING AND CURBS

01090-1 SCOPE

The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Concrete, Paving and Curbs Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following:

· Exterior flatwork, walks, slabs, and miscellaneous concrete work and foundation as shown on the Plans per Standard Specifications Section 201; · Cement, finish, joints, sawcutting, and patching; · Setting of items to be inserted into concrete; · Curing; · Testing; · Placing of sleeves and conduit stubs under slabs; · Coordination with Work of other Sections; · Clean-up; and, · Replacements, Repairs, Guarantees and Warranty Work.

01090-2 CONSTRUCTION METHODS

Standards: Testing, materials, and workmanship shall conform to the requirements of all applicable codes, except that requirements specified herein shall govern where such requirements exceed the requirements in these Special Provisions and applicable codes and regulations.

Slope and Smoothness Tolerances and ADA Compliance: All exterior cement finish surfaces shall be sloped sufficiently to drain without ponding or “birdbaths”. Finish surfaces shall be of such smoothness and evenness that the surface shall contact the entire length of a 10-foot straight edge laid in any direction, with an allowable tolerance of 1/8 inch. All flatwork, pedestrian ramps, walkways and slabs shall comply with the requirements of the Americans with Disabilities Act as well as both Federal Guidelines and State Title 24 requirements for disability access (where access is required). Regardless of plan grade information, Contractor shall have primary responsibility to ensure compliance with ADA requirements and shall immediately bring to the attention of the Engineer any deviations or discrepancies in the plans that would preclude such compliance. Any operations necessary to achieve this result shall be performed by Contractor at no additional cost to RTA.

Patching: No patching will be permitted to correct defective work without the prior knowledge of the RTA. Patching of slabs to eliminate ponding and “birdbaths” will not be permitted; defective panels shall be removed and replaced. No extension of time will be allowed for correcting defective work. Granting of consent to attempt patching as a remedy to defects will not constitute

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 35 January 23, 2018 a waiver of RTA’s right to reject and require removal and replacement if the patching is deemed unacceptable by the RTA and Engineer.

Inspections: Inspections will be required. The Contractor shall call for inspection a minimum of 72 hours (three working days) prior to need. The Contractor shall call for inspection upon completion of each of the following specific phases of construction, each prior to concrete placement:

· All form work placement/construction; · All footing excavation; · Subgrade preparation; · Steel reinforcing placement

The Contractor shall notify the Engineer a minimum of 72 hours prior to each concrete placement. Any Work covered prior to inspection shall be opened to view by Contractor at Contractor’s expense.

01090-3 MEASUREMENT AND PAYMENT

· Full compensation for Portland Cement Concrete construction is considered included in the unit or lump sum prices paid for the various concrete bid items and no additional compensation will be allowed therefor. The lump sum or unit price paid for the items of work shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor. Curb and gutter at curb ramps shall be measured as curb and gutter and shall not be included in the unit price bid for “construct curb ramp (all types) per plans”.

Concrete bid items include, but are not limited to: Construct Catch Basin, Single Grate Construct Catch Basin, Double Grate Construct 6" P.C.C. Type A-6 Curb and Gutter per Plans Construct Type D-6 Curb per Plans Construct Curb Transition per Plans Construct Thickened Curb per Plans Construct Thickened Curb & Gutter per Plans Construct 1’ Curb Cut Inlet per Plans Construct 10” P.C.C. Roadway Pavement per Plans Construct Pedestrian Concrete Paving, 4” per Plans Construct Vehicular Concrete Paving, 8" per Plan Construct Curb Ramp (All Types) Per Plans

Non-Bid Items that must comply with the provisions of this Section include, but are not limited to:

CIDH Light Foundation Per Plans Concrete Underslab For Linear Concrete Pavers Sign Foundations and Footings

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 36 January 23, 2018 END OF SECTION 01090

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 37 January 23, 2018 SECTION 01100

ASPHALT CONCRETE PAVEMENT

01100-1 SCOPE

This item shall consist of all Asphalt Concrete Pavement required for construction of the Work shown on the project Plans and shall conform to Subsection 302-5 “ASPHALT CONCRETE PAVEMENT” of the Standard Specifications and these Special Provisions.

Stamped Asphalt Concrete shall be installed in strict accordance with the manufacturer’s requirements.

01100-2 MEASUREMENT AND PAYMENT

Asphalt Concrete Pavement shall be measured and paid at the contract unit price per ton as defined in Standard Specifications Subsection 302-5.9 “MEASUREMENT AND PAYMENT”. Stamped Asphalt Concrete shall be measured and paid at the contract unit price per square foot, excluding asphalt concrete pavement, and shall include all labor, materials,, transportation, and incidentals necessary for a complete installation and no additional compensation will be allowed therefor.

END OF SECTION 01100

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 38 January 23, 2018 SECTION 01110

AGGREGATE BASE

01110-1 SCOPE

This item shall consist of all Aggregate Base required for construction of the Work shown on the project Plans and shall conform to Subsections 200-2.2 “CRUSHED AGGREGATE BASE” and 301-2 “UNTREATED BASE” of the Standard Specifications and these Special Provisions.

01110-2 MEASUREMENT AND PAYMENT

Crushed Aggregate Base shall be measured and paid at the contract unit price per ton as defined in Standard Specifications Subsection 200-2.2 “CRUSHED AGGREGATE BASE”.

END OF SECTION 01110

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 39 January 23, 2018 SECTION 01120

REMOVABLE STEEL BOLLARD

01120-1 SCOPE

Work to be performed under this section shall consist of Removable Steel Bollard fabrication and installation as detailed in plans including subgrade preparation, concrete footing and construction of Removable Bollard.

Materials for Removable Steel Bollard shall conform to Standard Specifications Sections 201 “Concrete, Mortar and Related Materials”, 206 “Miscellaneous Metal Items”, except as modified herein and as specified on the Plans and Details and in these Specifications.

A. Footing base material shall be Crushed Aggregate Base conforming to Standard Specifications Subsection 200-2.2, “Crushed Aggregate Base”. B. Concrete for footings shall be Portland cement concrete, Class 565-C-2500P. C. Thermoplastic Striping, as shown on the plans

01120-2 CONSTRUCTION METHODS

All such work shall conform to Standard Specifications Section 303 “Concrete and Masonry Construction”, Section 304 “Metal Fabrication and Construction”, except as modified and amended herein and as specified on the Plans and Details and in these Specifications.

01120-3 MEASUREMENT AND PAYMENT

Removable Steel Bollard shall be measured and paid for at the contract unit price per each, and shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals, and for doing all the work involved and necessary to construct Removable Steel Bollards, complete in place, including excavation, fill, backfill, subgrade preparation, compaction, concrete footing, placement, installation, protection and restoration of existing public and private utilities, removal and disposal of extraneous and surplus materials, restoration of all areas adjacent to the work site on public and private properties which were disrupted during the above construction, thermoplastic striping, and all other features and work as necessary to complete this work, as shown on the project Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

END OF SECTION 01120

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 40 January 23, 2018 SECTION 01130

PHOTOVOLTAIC (PV) SYSTEMS

01130-1 SCOPE

1. The Contractor shall be fully responsible for all aspects of the design, construction, and maintenance of the PV systems in accordance with this RFP. The Contractor shall adhere to all applicable construction and safety codes, laws, City design standards and bonding requirements as required for construction work. Maintenance costs shall include all costs associated with the performance of the contract including ongoing inspection, maintenance, panel replacement costs resulting from damage, vandalism, theft, and routine inverter replacement costs for a minimum of 10 years after installation. Failure of the Contractor to comply with the agreed to operations and maintenance plan may result in a breach of contract determination that will allow the City to terminate the contract for cause.

2. The Contractor is responsible for evaluating the designated solar areas, assessing existing and proposed site conditions and determining appropriate PV system sizes. The required integration of the on-site PV system with the grid supplied power will be the responsibility of the Contractor.

3. The Contractor must summarize the design and construction approach for the solar panel mounting system proposed and shall need to be reviewed and approved the Owner and Engineer prior to installation. A registered Structural engineer licensed in the State of California is required to design and seal all structural mounting systems for the PV arrays. A registered Electrical engineer licensed in the State of California is required to design and seal all electrical drawings. All drawings shall comply with current local and state codes.

4. Project Specifics – The Contractor proposal shall include a technical description of the proposed solar infrastructure that includes at a minimum:

· Conceptual System Design and Configuration · Electric Grid Interconnection Description & Requirements · Design Assumptions · Guaranteed power capacity (DC, kW) measured at inverter input · Guaranteed power capacity (AC, kW) measured at interconnection point · Anticipated and guaranteed minimum output (AC, kWh) annual production · A Table depicting 15-minute interval data for projected AC power generation during the 11-hour period anticipated for optimal summer operation of the proposed system · Estimated Capacity Factor (%) and annual output (kWh) with the methodology used to develop the estimates · PV Panel specifications · Expected PV Panel degradation rate over 10, 15 and 20 years · Inverter specifications verifying degradation of no more than 15% over 10 years

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 41 January 23, 2018 · Structural requirements for system · Controls (metering and monitoring) · Description of Quality Assurance / Quality Control (QA/QC) program · Other relevant information

5. The Contractor shall prepare two pricing models for the sale of solar generated power. The first model shall assume a fixed price per kWh for 20 years. The second model shall identify a price per kWh for the first year and apply an annual escalator for the subsequent 19 years of the agreement.

6. Operations and Maintenance (O&M) Plan – The Contractor shall provide an O&M Plan that captures the following minimum services that will be included in the cost of solar power sold to the City:

· Specific proposed services for the term of the agreement · Description of proposed O&M tasks and frequency of services · Discuss project team experience in providing O&M services for solar infrastructure · Cite qualifications and experience of proposed O&M providers

7. O&M Responsibilities – The Contractor shall be responsible for all costs associated with the performance of the contract including ongoing inspection, maintenance, panel replacement costs resulting from damage, vandalism or theft, and routine inverter replacement for a minimum of 10 years.

8. System Monitoring – The Contractor shall be responsible for monitoring and observing the PV system. It is the RTA’s desire to view real-time electricity production at a minimum in the Promenade Mall Control Room. The Contractor shall provide a password protected web-based monitoring program and connection to the existing communications system to allow real-time remote monitoring of the PV system.

9. Solar panels shall be mounted on a total of nine (9) shelter roof canopies, each canopy is 9’x6’ in size. Contractor shall install three (3) solar panels, or minimum of 50 square. feet of solar paneling on each shelter canopy roof. Total watt producing capacity of the PV system shall be no less than 6,750 watts capacity.

10. Contractor shall not be required to install or use a battery. Contractor shall install a smart meter for connection back to the electrical grid.

11. The Contractor is responsible for all aspects of the interconnection process with the power company. All costs associated with utility interconnection including any required components furnished by the power company shall be borne by the Contractor.

01130-2 CONSTRUCTION METHODS

All such work shall conform to Standard Specifications Section 304 “Metal Fabrication and Construction”, except as modified and amended herein and as specified on the Plans and Details and in these Specifications. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 42 January 23, 2018 All work shall comply with the minimal requirements set forth by the National Fire Protection Agency, Chapter 70: National Electrical Code.

01130-3 MEASUREMENT AND PAYMENT

“Photovoltaic System” will be measured for payment as a lump sum.

The contract lump sum price paid for “Photovoltaic System” shall include full compensation for all labor, materials, tools, equipment, and incidentals, and for doing all work involved in “Photovoltaic System” construction, Complete In-Place, and no additional compensation will be allowed therefor.

Payment for “Photovoltaic System” shall conform to provisions in Section 86-8, “Payment,” of the Caltrans Standard Specifications and these Special Provisions.

END OF SECTION 01130

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 43 January 23, 2018 SECTION 01140

LANDSCAPE AND IRRIGATION

01140-1 SCOPE

The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances, fabricating, transportation, and services necessary for the execution and completion of landscape and irrigation system installation as detailed in the Plans, the Standard Specifications sections 212-1 and 212-2, and as described in these Special Provisions, including, but not necessarily limited to, the following:

· Topsoil · Soil Fertilizing Methods · Mulch · Plants · Headers, Stakes, and Ties · Pipe and Fittings · Valves and Valve Boxes · Backflow Preventer Assembly · Sprinkler Equipment · Conduit and Conductors · Controller Unit

01140-2 CONSTRUCTION METHODS

All work under this Section shall be done in accordance with Sections 308-1, 308-2, 308-4, 308- 5, and 308-6 of the Standard Specifications, except as modified by the following:

01140-2.1 GENERAL

Add the following to Section 308-1 of the Standard Specifications:

308-1.1 Progress Inspections. Progress inspections will be performed by the Engineer and/or Landscape Architect for planting and irrigation system work at the designated stages during the life of the contract.

Progress inspections will not relieve the Contractor of responsibility for installation in conformance with provisions in the Plans and Specifications. Work within an area shall not Progress beyond each stage until the inspection has been completed, corrective work has been performed, and the work is approved, unless otherwise permitted by the Engineer and/or Landscape Architect.

The requirements for progress inspections will not preclude additional inspections of work by the Engineer and/or Landscape Architect at other times during the life of the contract.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 44 January 23, 2018 The Contractor shall notify the Engineer, in writing, at least 4 days prior to completion of the work for each stage of an area and shall allow a minimum of 3 working days for the inspection.

Progress Inspections will be performed at the following stages of work:

A. During pressure testing of the pipelines on the supply side of control valves.

B. During testing of low voltage conductors.

C. Before planting begins and after completion of the earthwork work.

D. Before plant establishment work begins and after completion of work specified for planting in Section 308-4.

E. At intervals of one month during the plant establishment period.

01140-2.2 EARTHWORK AND TOPSOIL PLACEMENT

Contractor shall refer to Standard Specifications Section 212 “Landscape and Irrigation Materials” and Section 308 “Landscaping and Irrigation Installation” for additional information on topsoil and soil amendments.

Add the following to Section 308-2.3.2 of the Standard Specifications:

All fertilizing shall be performed in accordance with the American National Standard Industry - A300 standards.

308-2.4 Finish Grading

Add the following to Section 308-2.4 of the Standard Specifications:

Planted areas shall be provided with positive drainage and enclosed planters shall be provided with subsurface drainage as shown in plans.

The finish grade shall be defined as the surface of soil following all grading, soil preparation, water settlement and repair and shall be smooth, uniform, and free of abrupt grade changes and depressions to ensure surface drainage.

The contractor shall take every precaution to protect and avoid damage to sprinkler heads, irrigation lines, and other underground utilities during his grading and conditioning operations.

Full compensation for complying with the requirements of this section shall be considered as included in the contract prices paid for the various items of work involved, and no additional compensation will be allowed therefor.

01140-2.3 ROOT BARRIER

Add the following to Section 308-3 of the Standard Specifications: Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 45 January 23, 2018 308-3.1 Root Barriers

Root barriers shall conform to Subsection 212-1.7 ‘Root Barriers’ of the Standard Specifications.

Root barriers are required for all trees planted within ten (10) feet of all hardscape improvements such as, but not limited to, walks, walls, curbs, roads, brow ditches, drainage structures, etc.

Root barriers shall be installed at the locations and grades shown on the Plans prior to planting.

Root barrier shall be installed per manufacturer's recommendations. Root barrier shall extend a minimum of ten (10) feet from the center of any tree trunk located ten (10) feet or less from paved areas, measured parallel to the walk or paved area.

Root barrier panels must have factory installed independent joiner strips. Barriers must be a minimum of 0.90-inch thick and be made of 50% post-consumer High Impact Polypropylene (HIPP). Material must contain U.V. inhibitors to insure longevity. Barriers must have ½-inch raised vertical ribs running perpendicular to the panel at 6-inches on center. Panels shall have a 3/8-inch wide “T” top edge and an external ground anchoring base flange 1/8-inch in width.

01140-2.4 PLANTING

The scope of work under this section includes the following:

Furnish all labor, materials, and equipment to provide, install, and maintain soil preparation, headers, finish grading, planting, and establishment period as described herein and on the plans.

Replace Section 212-1.4.1 of the Standard Specifications with the following:

Plants shall have a habit of growth that is normal for the species and is specified in the plant legend and shall be symmetrical, sound, healthy, vigorous, and free of insect pests, plant disease, and injury. Provide singled trunked trees unless specified otherwise in the legend.

Root bound plant material is not acceptable although root shall fill the container. Container sized stock shall be grown in their containers for a minimum of six months and a maximum of two years. All plant material shall be subject to inspection and possible rejection prior to installation. Plant materials shall be protected from the sun and wind and other conditions that can cause damage or injury.

All plants shall equal or exceed the measurements specified in the plant list, which are minimum acceptable sizes.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 46 January 23, 2018 Substitutions for indicated plant materials will not be permitted without the prior written approval of the Engineer.

Add the following to Section 308-4.1 of the Standard Specifications:

The Contractor shall perform actual planting during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer’s approval of planting pits before planting operations begin. For pit planted vegetation when the soil moisture level is found to be insufficient for planting, the Contractor shall fill the planting pits with water and allow them to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted areas so that the planted vegetation is 100 percent healthy and thriving prior to, and throughout the landscape maintenance period.

All plant material shall meet the minimum standards set by the American Association of Nurserymen and these specifications.

308-4.2 Protection and Storage

Add the following to Section 308-4.2 of the Standard Specifications:

Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately.

308-4.3 Layout and Plant Location

Delete Section 308-4.3 of the Standard Specifications and replace with the followings:

Planting areas shall be staked by the Contractor and the Contractor shall obtain the Engineer’s approval of the planting layout before planting operations begin.

308-4.5 Tree and Shrub Planting

Add the following to Section 308-4.5 of the Standard Specifications:

The Contractor shall amend the backfill for planting holes to a thoroughly blended mixture of clean loamy soil and the soil backfill amendments listed in Table 308-4.5(A). Upon completion of blending, the Contractor shall obtain representative samples of amended backfill as prescribed by State and Local ordinances and analyzed by an agency approved independent

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 47 January 23, 2018 soil laboratory to determine if the soil chemistry and conditions are suitable for planting trees and shrubs.

Said laboratory shall report test results and provide final recommendations for additional amendments for tree and shrub planting backfill. Said report shall be submitted to the Engineer for review and approval. The costs of backfill sampling, testing, reporting, and amendment recommendations shall be included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor. The costs of additional amendments recommended by the approved laboratory report shall be paid as Extra Work in accordance with these Special Provisions.

TABLE 308-4.5(A)

BACKFILL AND AMENDMENTS FOR TREE AND SHRUB PLANTING

Soil Amendment Metric Application Rate Approx. U.S. Application Rate Agricultural Gypsum 18 kg per cubic meter 30 lbs. per cubic yard Iron Sulfate 600 g per cubic meter 1 lb. per cubic yard Calcium Carbonate Lime 6 kg per cubic meter 10 lbs. per cubic yard 2 Organic Soil Amendment 0.67 cubic meters per cubic meter /3 cubic yards per cubic yard Planting Tablets 1 1 per 100 mm dia. pot container 1 per 4” dia. pot container Planting Tablets 1 1 per each 50-mm width of each 1 per each 2” width of each box-size container box-size container

* Planting tablet requirements are not cumulative and apply to the size container indicated

The Contractor shall install all shrubs per drawing L-2 of the San Diego Regional Standard Drawings unless details shown on the project plans differ there from.

308-4.6 Plant Staking and Guying

Add the following to Section 308-4.6 of the Standard Specifications:

308-4.6.4 Pruning

All pruning shall be performed in accordance with the International Society of Arboriculture Standards.

Pruning shall be limited to the minimum necessary to remove fronds, and to compensate for loss of roots during transplanting. Pruning may be done only with the approval of, and in the presence of, the Engineer, Landscape Architect, and/or Certified Arborist.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 48 January 23, 2018 01140-2.5 IRRIGATION SYSTEM INSTALLATION

The work consists of furnishing all labor, materials, machinery, and processes required to complete the irrigation system as shown on the Plans and described herein.

The intent of the Plans and Special Provisions is to indicate and specify a complete sprinkler system, installed ready for use without further cost in labor or material to the Owner.

Add the following to Section 212-2 of the Standard Specifications

MATERIALS

Metallic Pipe and Fittings

Brass pipe shall be heavy wall type, IPS standard 125-pound class 85% red brass fittings and connections with threads complying with A.S.A. specifications. Brass shall contain no lead.

Fittings to be used with brass pipe shall be case brass or case bronze threaded joint, and shall comply with A.S.A. specifications. Threads on pipe and fittings shall be taper type.

Copper pipe shall be type K hard copper for plumbing installations between the water meter and the backflow prevention device.

Fittings for copper tubing shall meet ANSI B 16.22 wrought copper or cast brass recessed solder joint type fittings

Galvanized steel pipe shall be schedule 40 ASTM 120-gip threaded, coupled and hot dipped galvanized.

Galvanized steel fittings shall be heavy pattern, banded and malleable iron.

Plastic Pipe and Fittings

Plastic pipe shall be extruded from 100% virgin polyvinyl chloride (PVC) type 1, grade II (class 1120) conforming to ASTM resin specification D1784, as manufactured by Lasco, Johns- Manville, or equal. Ends shall be solvent welded joints conforming to ASTM-D2672

All plastic pipe shall be continuously and permanently marked with the following information: manufacturer's name nominal pipe size, PVC 1120 SDR (standard dimension ratio or pressure rating in psi).

Pipe shall be of the size and class or schedule as noted in the irrigation legend. Exposed pipe, only where approved shall be "Brownline" UVR PVC or equal. All potable water lines shall be white PVC.

Plastic fittings shall be PVC 11, IPS, Schedule 40 NSF and Schedule 80 threaded and/or slip fittings as shown in the details.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 49 January 23, 2018 (Alternate spec – fittings for all PVC pipe shall conform to the following:

3” and smaller pipe shall use solvent welded joint type fittings, min. schedule 40 with a working pressure rating no lower than that of the pipe. Schedule 40 fittings shall conform to ASTM- D2466 and schedule 80 fittings shall conform to ASTM D2464 & D-2467. PVC solvent cement shall conform to ASTM-D2564)

All pressure supply lines (Main Lines) located upstream of remote control valves and quick couplers shall meet the following criteria:

All (2) two inch and larger sized pipe shall be class 315 polyvinyl chloride (PVC) ASTM D1784 & D2241.

All (1-1/2”) One and one-half inch and smaller sized pipe shall be schedule 40 polyvinyl chloride (PVC) ASTM D1784 & 1785.

All threaded nipples shall be standard weight schedule 80 molded threads. Threaded nipples exposed above grade shall be gray in color.

Solvent to be used for joining plastic pipe and fittings shall be as per the pipe manufacturer’s recommendations and ASTM-D2564

Sleeving

Sleeve all mainline and lateral lines with PVC. SCH. 40 pipe twice the nominal diameter of the sleeved line where it passes under paved areas wider than four feet. Sleeves shall be a minimum of 4” dia. under roadways and driveways. Extend sleeve 12” beyond the edge of the pavement. Where main or lateral lines are sleeved, control wires shall run in a separate sleeve. All sleeves shall be installed by open trench method.

Wiring

A. Control Wire (Pilot wire, also known as hot wire, and Common wire): Awg-uf, #14 min. plastic coated copper UL approved for direct-burial. Common wire. (not-to-exceed 1200’) shall be 12 gauge, white and 14-gauge wire for pilot wire. More than 1200 feet, use 10-gauge wire for the pilot wire and for the common wire. Use alternate colors(s) for control wires.

Wire colors shall be solid color for the pilot wire and a stripe of that same color plus white for the common wire. (For example: pilot wire – black, common wire white with black stripe or pilot wire red, common wire white with red stripe)

Spare wire colors shall be red for the pilot wires and red & white stripe for the common wires.

Wire to flow sensor and master valve shall each be in separate dedicated conduits. Flow sensor cable shall be PVC jacketed two conductor 16-AWG 7-strand annealed copper by Arizona Electric Fabricators # 951-2SP, or approved equal. Wire shall be shielded and armored.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 50 January 23, 2018 Wire connections: Made with “Pen-tite" connectors, or approved equal. Locate mid wire splices in pull box (8” round plastic valve box).

Higher voltage connections or 110-Volt shall be made by clamp and shall be weather protected per local codes.

Concrete Thrust Blocks

Install thrust blocks as detailed at all bends, corners or ends on 4” O.D. or larger pressure mainline.

Assemblies

All threaded pipe and fittings shall be assembled using Teflon tape or equal, applied to the male threads only.

Equipment

Quick coupling valves, controllers, remote control (automatic) valves, ball valves, gate valves, sprinkler heads, backflow prevention units, and other equipment shall be as specified in the irrigation notes, details and legend on the drawings.

Valve Boxes

All remote control, gate, ball, and isolation valves shall be housed in plastic or concrete valve boxes as detailed. Concrete valve boxes shall be as manufactured by US Concrete Precast Group San Diego (formerly known as San Diego Precast) or approved equal. Plastic boxes shall only be used in soft landscape areas. Concrete Valve boxes shall have concrete lids.

Valve boxes shall be lock top or bolted. Provide two key / tools minimum for lockable boxes.

Valve box lids shall be marked as noted in the details.

Install master valve in “jumbo” (approximately 17” x 30” x 18”) valve box. All other valve boxes shall be sized appropriate to the equipment they house. (Standard sized boxes shall be approximately 21.8” x 16.6”x 12”). Remote control valves located in hard paved areas shall be in the “jumbo” sized box.

Each quick coupler shall be installed in its own valve box.

Each remote-control valve shall be installed in its own valve box.

Check Valves

Anti-drain valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Anti-drain valve shall be field adjustable

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 51 January 23, 2018 against draw-out from 5 to 40 feet of head. Anti-drain valve shall be Valcon ADV or approved equal.

Valve Station I.D. Tags

At the RTA Station, potable water shall be used for irrigation and tags shall be weatherproof plastic 3” x 4”, yellow in color, and the labels shall read “Potable water used for irrigation. Do not drink”. On the blank side, the Contractor shall provide the controller and station number in 1” high black letters using permanent waterproof ink. (ID-TAGPEN by T Christy Enterprises or approved equal.)

Add the following to Section 308-5.1 of the Standard Specifications:

The Contractor shall notify the Engineer not less than 72 hours prior to requiring initial access to existing controllers. If the Engineer determines that access to the controllers is required at other times, arrangements will be made to provide this access.

Existing irrigation facilities that are being connected to new facilities shall be checked for missing or damaged components and proper operation in the presence of the Engineer prior to performing new irrigation system work and at least once every 30 days thereafter until completed work is accepted. A written list of existing irrigation system deficiencies shall be submitted to the Engineer within 5 working days after checking the existing facilities.

Contractor shall coordinate with the City of Temecula Landscape Architect prior to connecting new irrigation facilities to existing facilities. The Contractor shall install the new facility such that the new facility is within ten feet from point of connection of the existing facility. Once the Contractor has received written authorization from the City of Temecula Landscape Architect for temporary water shut-off, the Contractor will proceed with connecting the two facilities per the Water Agency Standards unless otherwise shown on plans.

308-5.2 Irrigation Pipeline Installation

Add the following to Section 308-5.2.1 of the Standard Specifications:

Irrigation mains and laterals shall not be permanently routed under Bus Station Platforms and shall be sleeved in accordance with the Plans and these Special Provisions if routed within any portion of the Bus Guideway.

The Contractor shall repair any leaks and replace all defective pipe or fittings until lines meet test requirements. The Contractor shall not cover any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The Contractor shall not backfill trenches until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire.

Continuous metallic backed marking tape marked with “irrigation” shall be installed 12” directly above all irrigation sleeves.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 52 January 23, 2018 Continuous fourteen (14) gauge tracer wire shall be installed with all mainline.

Irrigation mainlines shall be installed within 12-inches to 18-inches of all planter edges and toe of slopes. Mainlines are not permitted at tops of slopes.

Add the following to Section 308-5.2.3 of the Standard Specifications:

The Contractor shall store all pipe and fittings under cover until used, and all pipe and fittings shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitting and gluing together. The Contractor shall center load pipe with small amount of backfill to prevent arching and slipping under pressure. Joints shall be exposed for inspection during testing. Plastic-to-plastic joints shall be solvent- welded, using only solvent recommended by pipe manufacturer.

Add the following to Section 308-5.2.6 of the Standard Specifications:

The Contractor shall cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. The Contractor shall ream and remove rough edges or burrs on all pipes so that smooth and unobstructed flow is obtained, place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. The Contractor shall tighten screwed joints with tongs or wrenches. Caulking is not permitted.

308-5.3 Installation of Valves, Valve Boxes, and Special Equipment

Add the following to Section 308-5.3 of the Standard Specifications:

The contractor shall confirm that a master valve is installed at the meter.

The Contractor shall install quick couplers at 175 feet maximum spacing.

The Contractor shall install each control valve in a separate valve box with a minimum of 12- inch separation between valves and 6-inches from any fixed object or structure. For all valve boxes, install rodent deterrent galvanized steel ¼” mesh and black landscape fabric.

The Contractor shall install no more than one valve per box.

All valve box lids shall be marked with 2-inch letters/numbers identifying the type of valve and the controller station number.

The Contractor shall install backflow preventer assembly in accordance with manufacturer's specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer and/or Landscape Architect.

Backflow preventer assemblies shall be housed in a heavy duty, stainless steel, and lockable Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 53 January 23, 2018 enclosure. Backflow devices shall be equipped with “high range” pressure regulators and wye strainers by Febco or Watts.

308-5.4 Sprinkler Head Installation and Adjustment

Delete Section 308-5.4.1 of the Standard Specifications and add the following:

308-5.4.1 General

In accordance with the requirements of Section 308-5.6, all mains, laterals and irrigation lines, including risers, shall be flushed and pressure tested before installing sprinkler heads, after which a water coverage test shall be performed.

Delete Section 308-5.4.2 of the Standard Specifications and add the following:

308-5.4.2 Location, Elevation and Spacing.

Sprinkler head spacing shall not exceed the maximum shown on the drawings or recommended by the manufacturer.

Adjust nozzles, arcs, and pressure compensating devices to suit the conditions of the area. This shall be done after the system has been thoroughly tested, immediately after written notice by the Engineer to do so.

Trees shall be irrigated with their own, independent, bubbler system.

Check valves and anti-drain valves shall be installed on all bubblers where necessary to prevent water flow from lower elevation sprinkler heads when irrigation system is turned off.

Permanently mark valve and controller number on top of automatic value box lids. Secure a plastic tag with the valve number embossed onto each automatic valve.

Add the following to Section 308-5.4.3 of the Standard Specifications:

PVC swing joints shall be used. All swing joints fittings shall be PVC Schedule 40, and all nipples shall be PVC Schedule 80. All joints shall be Teflon taped. Marlex fittings are not approved.

Add the following to Section 308-5.4.4 of the Standard Specifications:

The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures.

308-5.5 Automatic Control System Installation

Add the following to Section 308-5.5 of the Standard Specifications:

Verify power sources as shown on the drawings.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 54 January 23, 2018 A. Connections to the controller shall be made within the automatic controller enclosure. The Contractor shall be responsible for making 110 volt electrical connections to the automatic controller, and for connecting remote control valves to the controller. All electrical work shall be in accordance with local codes and/or ordinances.

B. Control wires shall be installed with three (3) feet of excess wire (coiled) at the end of each wire run, and at 100 foot intervals for runs over 100 feet. All wires shall follow the pressure main.

C. Controller shall have a master switch. It shall be possible to operate each valve manually independent of the clock or any other valve. Control system shall be programmed to operate one system at a time. System enclosure shall be equipped with a rain shut off device.

D. Run one extra pilot (hot) wire and one common wire to the end of each circuit.

E. No splices are allowed on runs of less than 500’. On runs of greater than 500’ splices are to be made with an approved splice unit and are to be installed in a valve box.

F. Install control wires within PVC SCH 40 electrical conduit from the controller to all remote-control valves. Control wire conduit shall be routed with the irrigation mainline piping in common trenches unless approved by the Engineer. When not routed with mainline install control wire conduits at least 17” below grade.

G. Prior to trench backfill, test all wiring for continuity. Test for leaks to ground with a mega ohm meter after each circuit has been made and connected. No circuit checking lower than 1 mega ohm will be acceptable.

H. The Contractor shall ensure that the existing flow sensing device is operational and in use.

The Contractor shall install all portions of the electrical installation with materials and methods conforming to the requirements of the latest edition of the National Electrical Code. The contractor shall provide no less than one control wire and one common ground wire to service each valve in system.

Contractor shall connect new valves and wiring to the existing controller in use for the existing irrigation zones on-site. If the existing controller cannot accommodate the additional zones, the Contractor shall contact the Engineer via written notice.

Control wiring shall be installed in conduit.

The Contractor shall install two (2) extra control wires per run of wires.

All control wiring shall be color coded and labeled at the controller, junction boxes, and RCV boxes, to correspond with the appropriate station at the controller.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 55 January 23, 2018 The charts shall be color coded showing all valves and mainline. The charts shall match the operation schedule and Plans. Individual charts shall be provided for each controller. The chart shall consist of a Plan sheet, reduced as necessary, legible in all details, and hermetically sealed in plastic, that will fit in the space provided in the controller cabinet.

308-5.6 Flushing and Testing

Add the following to Section 308-5.6.3 of the Standard Specifications:

This test shall be accomplished before any ground cover is planted.

01140-2.6 LANDSCAPE AND IRRIGATION MAINTENANCE

01140-2.6.1 MAINTENANCE AND PLANT ESTABLISHMENT

Add the following to Section 308-6 of the Standard Specifications:

At the completion of all Work under this section, the Contractor shall contact the Engineer to schedule a review of said work ("walk-thru") to determine that all aspects of Work are complete. Work must be fully completed according to all drawings and specifications, and must be accepted by the Engineer in writing prior to commencement of the maintenance period.

The Contractor shall continuously maintain all areas included in the contract during the progress of the work, through the establishment period, and until final acceptance of the work.

The Contractor shall maintain plantings for a period of 18 months for palms and 12 months for all other plants after approval of completion and notification in writing of the start of the maintenance period. The maintenance period includes but is not limited to the following scope of work:

1. Daily watering of all plant material. 2. Removal of all weeds from planting areas. 3. Replacement of any dead, dying, or damaged shrubs. 4. Pruning/Trimming of plant material as necessary. 5. Proper adjustment and maintenance of the irrigation system. 6. Filling, recompaction, and replanting of any eroded or settled areas. 7. Weekly removal of all trash, litter, clippings and foreign debris. 8. Disease, insect and rodent prevention and control measures. 9. At 30-days after completion of planting, apply ammonium phosphate at the rate of 5 lbs. per 1,000 square feet to all planting areas. 10. At 60-days after completion of planting, apply 16-6-8 fertilizer at the rate of 6 lbs. per 1,000 square feet to all planting areas.

Any day the Contractor fails to adequately water, replace unsuitable plants, weed, or other work of the maintenance period will not be credited towards the completion of the period. Plants

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 56 January 23, 2018 which decline due to lack of Contractor maintenance shall be replaced by the Contractor at his or her expense.

Prior to the end of the maintenance period, again contact the Engineer to schedule a final review (“walk-thru”). The Engineer must accept all maintained areas in writing to ratify the end of the maintenance period.

If, during the maintenance period, on site observations by the Engineer determine that proper maintenance procedures are not being followed, the Contractor will be notified in writing. Corrections shall be made within two working days of notification, or the Engineer may elect to extend the maintenance period beyond 12 months or 18 months, such extension being equal to the amount of time required to correct the maintenance practices.

01140-2.6.2 GUARANTEE

Add the following paragraphs to Section 308-7 of the Standard Specifications:

The Contractor shall guarantee all plants and palm trees installed under the contract to live and grow for twelve months and eighteen months, respectively, from the day of final acceptance of the contract work. In addition, the Contractor shall replace, at his or her own expense, all plant material found to be dead, missing, or in poor condition during the maintenance period (12 months for plants and 18 months for palms) within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at his or her own expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings.

Contractor shall adhere to General Irrigation Notes on plans for temporary irrigation requirements and maintenance of existing plant materials during the period of temporary irrigation watering.

The Contractor shall submit written planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Landscape Architect for a period of twelve months for plants and eighteen months for palm trees from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor's letterhead and contain the following verbiage:

“Guarantee for Planting and Irrigation System for Promenade Mall Bus Stop Expansion

We hereby guarantee that the tree planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the Plans and Specifications. We agree to repair or replace any defect in vegetation and irrigation system, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. This guarantee Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 57 January 23, 2018 does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within 15 days of written notice. In the event of failure to make such repairs or replacements within 15 days of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand.

Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: Address: (of Contractor)

Telephone: (of Contractor) By: (Typed or printed names of signing Officer(s) of the Contractor authorized to bind the Contractor in legal matters) Title: (of said officer(s)) Signature(s):

Date of Execution:

01140-2.6.3 RECORD DRAWINGS

Add the following subsection to Section 308-7 of the Standard Specifications:

308-7.1 Record Drawings

The Contractor shall prepare record drawings that show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent-pressure lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and non-pressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The Contractor shall record changes and dimensions in a legible and professional manner. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement, etc.). The accuracy of location of all items to be shown on the drawings shall be 6” in both the vertical and horizontal planes. All text and numerals placed on 1 drawings shall be /8” in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all:

A. Point(s) of connection, for water and electrical services B. Routing of irrigation pressure mainlines C. Backflow preventers D. Ball, gate and check valves E. Irrigation control valves. F. Quick coupler valves Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 58 January 23, 2018 G. Routing of service wires H. Routing of control wires I. Electrical service equipment J. Electrical junction boxes K. Irrigation controllers L. Sleeves M. Other equipment of a similar nature (as directed by the Engineer).

The Contractor shall keep the blue print drawings available for the Engineer’s inspection at any time. The Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point pen). Dimension locations of valves, mainlines, control wires, water sources, and other equipment from two visible stationary points. Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. Record drawings shall be submitted in the following formats: (a) Original inked on D-size Plans; and, (b) D-size Plans in PDF.

01140-2.6.4 CONTROLLER CHART

Add the following subsection to Section 308-7 of the Standard Specifications:

308-7.2 Controller Chart

The Contractor shall prepare record drawings which shall be submitted to the Engineer for approval by the Engineer before charts are prepared. The Contractor shall provide one color- coded controller chart of the maximum size the controller door will allow, for each controller supplied, showing the area covered by that automatic controller, as well as locations of mainline, numbered control valves (and manifolds), shut off valves, and valve coverage areas. The chart shall be a reduction of the actual record system drawing with a legend to explain all symbols. If the controller sequence is not legible when the drawing is reduced, the Contractor shall enlarge it to a size that will be readable when reduced. The Contractor shall photocopy the chart, with a pastel transparent color used to show area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of mylar plastic, each piece being a minimum 20 mils thick. The Contractor shall complete the charts and obtain the Engineer’s approval prior to final inspection of the irrigation system.

A color digital Adobe Acrobat “PDF” format copy of the laminated color-coded plan shall be submitted to the Engineer with As-Built Plans.

01140-2.6.5 IRRIGATION SYSTEM MAINTENANCE AND GUARANTEE

Contractor shall maintain the irrigation system for a minimum period of eighteen months after pre-maintenance walk-thru as approved by the Engineer, and shall water per the approved schedule, or as required for the health of plantings and weather conditions.

The maintenance period will be extended should the Engineer determine that the contractor has not fulfilled their maintenance responsibilities.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 59 January 23, 2018 Maintenance shall include routine repairs, adjustments and replacements. All material used in repairs shall be the same as the kind originally installed. Any proposed substitutions shall be approved by the Engineer.

Contractor shall guarantee the entire irrigation system as to materials and workmanship for a period of eighteen months from final acceptance by the Engineer. Should any operational difficulties in connection with the irrigation system develop within the guarantee period, which the Engineer determines are due to workmanship or materials, said difficulties shall be immediately corrected at the Contractor’s sole cost. Manufacturer’s warranties shall not relieve the Contractor of his or her liability under the guarantee.

01140-2.6.6 OPERATION AND MAINTENANCE MANUALS

Add the following subsection to Section 308-7 of the Standard Specifications:

308-7.3 Operation and Maintenance Manuals

The Contractor shall prepare and deliver to the Engineer, within 10 calendar days prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. The descriptive material shall describe the material installed in sufficient detail to permit qualified operating personnel to understand, operate, and maintain all equipment. The Contractor shall include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following:

A. Index sheet stating Contractor's address and telephone number.

B. Duration of Guarantee period.

C. List of equipment, with names and addresses of manufacturer's local representative.

D. Complete operating and maintenance instructions on all major equipment.

E. In addition to the maintenance manuals, the Contractor shall provide instructions for major equipment, and show written evidence to the Engineer after the work that this service has been rendered.

01140-2.6.7 CHECKLIST

Add the following subsection to Section 308-7 of the Standard Specifications:

308-7.4 Checklist

The Contractor shall complete and forward signed and dated checklist to the Engineer before final acceptance of project. The following checklist at the end of the project, using the format shown:

A. Plumbing permits (if none required, so note) Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 60 January 23, 2018 B. Materials approval C. Pressure mainline test (by whom, and date) D. Record drawings completed (received by, and date) E. Controller chart completed (received by, and date) F. Materials furnished (received by, and date) G. Operation and maintenance manuals furnished (received by, and date) H. System and equipment operation instructions (received by, and date) I. Manufacturer warranties (received by, and date) J. Written guarantee by Contractor (received by, and date)

01140-3 MEASUREMENT AND PAYMENT

Full compensation for Landscape and Irrigation construction is considered included in the lump sum prices paid for Landscape and Irrigation and no additional compensation will be allowed therefor. The lump sum paid for Landscape and Irrigation shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

The contract lump sum price paid for Landscape and Irrigation shall include full compensation for furnishing all maintenance materials, labor, tools, equipment and performing all work necessary to complete, maintain, and guarantee the planting and irrigation work described or specified in the contract documents for a duration of 1 year, including soils testing and recommended soil amendments, maintaining of tree stakes, mulch, root barrier, pea gravel, PVC inspection risers, temporary irrigation and permanent irrigation, including reduced-pressure back-flow preventer, ball valves, remote control valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, bubblers, connection from electrical service to irrigation electrical meter, connection from meter to irrigation controller(s), controller enclosure, preparation, correction, and reproduction of “as-built” drawings, controller charts, assembly and submittal of the check list and operation and maintenance manuals and all appurtenances to the aforementioned items and performing all work necessary to complete the maintenance Work described or specified in these Special Provisions and Contract Documents and no additional compensation will be allowed therefor.

Replace Section 308-8 of the Standard Specifications with the following:

Schedule of Values

The Contractor shall provide a Schedule of Values for the landscape and irrigation system for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The schedule of values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 61 January 23, 2018 SCHEDULE OF VALUES - LANDSCAPING & IRRIGATION

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT

1 Tree, 24" box EA

2 Shrubs, 5 gal./ 4" pot EA

3 Vine, 5 gal. EA

4 Groundcover, 1 gal SF

5 Topsoil SF

6 Mulch SF

7 Irrigation, dripline system SF

8 Irrigation lateral line, PVC sch 40 LF

9 Pipe Sleeve PVC sch 40 LF

10 1 Year Landscape & Irrigation Maintenance Month 12

TOTAL LUMP SUM COST: ______

END OF SECTION 01140

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 62 January 23, 2018 SECTION 01150

ELECTRICAL SYSTEMS AND COMMUNICATIONS

01150-1 GENERAL

Reference made to “Caltrans Standard Specifications” shall refer to the Caltrans Standard Specifications (2015). References made to specifications other than the Caltrans Standard Specifications (2015), including the Standard Specifications for Public Works Construction (Standard Specifications), are explicitly referenced in the section to which they apply.

The project involves the furnishing and installation of conduit, pull boxes, Closed Circuit TV (CCTV) cameras, Network Video Recorder (NVR), modifications to existing communications systems, and other miscellaneous work necessary to make the communications system operational at the project location. The work consists of furnishing, installing, and testing the electrical and communications systems along the guideway.

Furnishing and installing, modifying, and/or relocating communications systems, cameras, conduit, pull boxes, and cabling including the work required for the manufacture, delivery, modification, and testing of existing and new communication facilities, or other work shown on the Plans, and shall conform to these Special Provisions, the Caltrans Standard Specifications (2015), Caltrans Transportation Electrical Equipment Specifications, and the Caltrans Qualified Products List. In case of conflict between the Caltrans Standard Specifications, the Equipment Specifications, and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions.

The definitions and terms provided in Section 1-107, “DEFINITIONS,” of the Caltrans Standard Specifications and as specified below, shall apply to all work unless otherwise specified in these Special Provisions.

A. American Wire Gauge (AWG)

A U.S. measurement standard of the diameter of non-ferrous wire, which includes copper and aluminum

B. Breakout

The cable “breakout” is produced by (1) removing the jacket just beyond the last tie-wrap point; (2) exposing 1 to 2 meters of the cable buffers, aramid strength yarn and central fiberglass strength member; and (3) cutting the aramid yarn, central strength member and the buffer tubes to expose the individual glass fibers for splicing or connection to the appropriate device.

C. CAT-6

Refers to a category-6 ethernet cable.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 63 January 23, 2018 D. CCTV (Closed-Circuit Television)

CCTV is a television system in which signals are not publicly distributed; Cameras are connected to television monitors in a limited area.

E. Closet Connector Housing

The panels are used with factory-installed or field- installable connectors to provide interconnect or cross-connect capability in FDU housings. The closet connector housing panels are designed for applications where specified labeling and connector identification are required.

F. Connector

A mechanical device used to align and join two fibers together to provide a means for attaching to and decoupling from a transmitter, receiver, or another fiber (patch panel).

G. Connectorized

The termination point of a fiber after connectors have been affixed.

H. Couplers

Couplers are devices which mate fiber optic connectors to facilitate the transition of optic light signals from one connector into another. They are normally located within FDFs mounted in panels. They may also be used unmounted, to join two simplex fiber runs.

I. DIN

Deutsches Institut für Normung (DIN) (in English the German Institute for Standardization) – A Registered German Association headquartered in Berlin that develops technology standards for Germany.

J. European Standards (EN)

EN are documents that have been ratified by one of three European Standard Organizations: (a) the European Committee for Standardization (CEN); (b) the European Committee for Electrotechnical Standardization (CENELEC); or (c) the European Telecommunications Standards Institute (ETSI).

K. Electronic Industries Alliance (EIA)

EIA is a trade organization composed as an alliance of trade associations for electronics manufacturers in the United States. Those associations in turn govern sectors of EIA standards activity. EIA is accredited by ANSI to help develop standards on electronic

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 64 January 23, 2018 components, consumer electronics, electronic information, telecommunications, and Internet security.

L. Terminations

Electrical terminations means to properly strip wire and securely attach it to point of attachment on the devise in conformance with the manufactures recommendations.

Unless otherwise indicated, all materials, equipment, manufacturing methods, installation, testing, and workmanship shall conform to or exceed all regulations and codes indicated in Section 86-1.02, “Regulations and Code,” of the Caltrans Standard Specifications and the latest revisions of the regulations, codes and standards indicated herein. The Contractor shall submit documents indicating that the materials and equipment furnished conform to such standards and requirements.

A. California Code of Regulations, Title 8, Chapter 4, Subsection 5, Electrical Safety Orders

B. American Iron and Steel Institute (AISI) 316, Specification for Stainless Steel.

C. American National Standards Institute (ANSI) – Sections:

i. Z136 - Series related to laser and fiber safety standards and safe use.

ii. Z136.1 (2000)/Pub 106 – Laser safety standard and safe use of lasers.

iii. Z136.2 (1997)/Pub 112) - Safe use of optical fiber communication systems utilizing laser diode and LED sources.

D. American National Standards Institute, Electronic Industries Association and Telecommunications Industry Association (ANSI/EIA/TIA) - Sections:

i. EIA 472, Generic Specifications for Fiber-optic cable.

ii. EIA RS-310, Racks, Panels, and Associated Equipment.

iii. EIA/TIA-598, Optical Fiber Cable Color Coding.

iv. EIA/TIA-310-D - Racks, Panels, and Associated Equipment.

v. EIA/TIA-4750000B - Generic Specifications for Fiber Optic Connectors.

vi. EIA/TIA-455-A Standard Test Procedures for Optical Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and other Fiber Optic Components (FOTPs).

vii. FOCIS – EIA/TIA standards for Fiber Optic Connector Intermateability Standard. The standards are published with a document format TIA/EIA- 604-XX. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 65 January 23, 2018 viii. TIA/EIA-604-3 Fiber Optic Connector Intermateability Standard, FOCIS- 3 (Type SC).

ix. TIA/EIA-604-4-10 Fiber Optic Connector Intermateability Standard, FOCIS-10 (Type LC).

E. TIA/EIA 568B Series - Commercial Building Telecommunication Cabling Standard series, which includes requirements for the following:

i. TIA/EIA-568B.1 - Commercial Building Telecommunications Cabling Standard - Part 1: General Requirements. ii. TIA-EIA-568-B.1-1 - Commercial Building Telecommunications Cabling Standard - Part 1: General Requirements - Addendum 1 - Minimum 4- Pair UTP and 4-Pair ScTP Patch Cable Bend Radius.

iii. TIA/EIA-568-B.2-1 - Commercial Building Telecommunications Cabling Standard - Part 2: Balanced Twisted Pair Cabling Components (Category 6 cable).

iv. ANSI/TIA/EIA-568-B.2-2-2001 - Commercial Building Telecommunications Cabling Standard - Part 2: Balanced Twisted-Pair Cabling Components - Addendum 2.

v. TIA-EIA-568-B.3-2000 - Optical Fiber Cabling Components Standard.

F. American Society for Testing and Materials (ASTM) - Sections:

i. A123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

ii. A153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware.

iii. C857 - Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures.

iv. Insulated Cable Engineers Association and National Electrical Manufacturers Association (ICEA/NEMA) – Sections:

1. ICEA S-95-658/NEMA WC70 - Nonshielded 0-2kV Cables.

2. ICEA S-104-696 – Standard for Indoor-Outdoor Optical Fiber Cable.

G. National Fire Protection Association (NFPA), Sections:

i. 70 - National Electrical Code.

ii. 101- Life Safety Code.

H. Underwriters Laboratories Inc. (UL), sections: Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 66 January 23, 2018 i. 6 - Rigid Metal Conduit.

ii. 467 - Grounding and Bonding Equipment.

iii. 514B - Fittings for Conduit and Outlet Boxes.

iv. 651 - Rigid PVC conduit

The Contractor's Work shall conform in all respects to applicable industry standards. The manufacturer's recommended installation procedures and instructions for all materials furnished by the Contractor under this contract shall be followed explicitly, unless otherwise directed or by the Engineer. The Contractor shall submit the manufacturer’s recommended installation and maintenance procedures to the Engineer for approval prior to the start of construction. If the manufacturers recommended installation procedures or instructions differ from those shown on the plans or specified herein, the Contractor shall submit a request for information to Riverside Transit Agency that details the discrepancy and requests direction prior to proceeding with the Work.

The Contractor shall provide Equipment List and Drawings in accordance with Section 01150- 3.04.

01150-3.02 EXCAVATION AND BACKFILLING

All installation work shall conform to the requirements specified in Section 01060 “Earthwork” of these Special Provisions, unless otherwise specified herein.

01150-3.03 EXISTING UTILITY AND UNDERGROUND LOCATION

The Contractor shall mark out all existing utilities and retain an underground facilities locating company to locate and mark out the existing facilities.

01150-3.04 WARRANTIES AND COMPLIANCE

Manufacturers' warranties and guaranties furnished for materials used in the work, and instruction sheets and parts lists supplied with materials, shall be delivered to the Engineer prior to acceptance of the project in conformance with these Special Provisions.

The Contractor shall provide a 3-year warranty or the standard manufacturer’s warranty, whichever is greater, for all communications equipment, CCTV cameras, NVR, devices, cables, terminations, firmware updates, and all other equipment as part of these Special Provisions. The start date of the warranty shall be measured from the date of acceptance, not the date of shipment and shall continue for 3 years thereafter. During this time software and firmware upgrades, software patches, 24-7-365 coverage via email and phone, and access to technical repair personnel will be made within 72 hours of notification.

The Owner will deliver the defective equipment to the Contractor’s designated address for repair at which they will have 30 days to repair and return equipment. The Contractor shall be responsible for shipping costs for their defective equipment. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 67 January 23, 2018 A. Certificates of Compliance Submittals: The following compliance documents shall be submitted within 24 days following the Notice to Proceed: 1. Personnel Qualifications: Submit qualifications for personnel who will be performing any installation, testing, splicing, or termination of fiber and electrical construction. No personnel will be allowed to do Work until qualifications have been approved. Submit two sets of copies to the Engineer. 2. Tools and Test Equipment List: Provide a list of all tools and test equipment (major items only) that will be used in the performance of the Work, including make, model, description, and use. Obtain approval prior to commencing Work. Submit two sets of copies to the Engineer. 3. Catalog cuts and specifications for all of the Contractor-furnished equipment and materials.

01150-3.05 ENVIRONMENTAL

Unless otherwise indicated, all material and equipment supplied shall be capable of being operated and maintained without impairment resulting from the impact of the environment throughout the range of worst case values indicated within these Special Provisions. As used below, “exterior” shall apply to all locations other than interior. “Interior” shall apply to the spaces inside the building structure.

Exterior Tunnel Interior 15°F (-9°C) to 15°F (-9°C) to 15°F (-9°C) to Temperature 130°F (54°C). 130°F (54°C). 130°F (54°C). 10 to 100 percent 10 to 100 percent 10 to 100 percent Relative Humidity including conditions including conditions including conditions of condensation. of condensation. of condensation. 4 inches (10 cm) in 24 hours, and 1-1/2 Maximum Rainfall 0 inches. 0 inches. inches (4 cm) in one hour. Maximum Wind 85 mph (137 km/h). 85 mph (137 km/h). 85 mph (137 km/h). Velocity All frequencies less All frequencies less All frequencies less than 12 Hz, 0.02 than 12 Hz, 0.02 than 12 Hz, 0.02 Vibration inches peak to peak inches peak to peak inches peak to peak amplitude; all amplitude; all amplitude; all (near trackway) frequencies from 12 frequencies from 12 frequencies from 12 Hz to 1,000 Hz, 0.14 Hz to 1,000 Hz, 0.14 Hz to 1,000 Hz, 0.14 g peak or 0.19 rms. g peak or 0.19 rms. g peak or 0.19 rms. Comply with Comply with Comply with California Seismic California Seismic California Seismic Hazard Zone Hazard Zone Hazard Zone Seismic requirements in the requirements in the requirements in the CBC, and Refer to CBC, and Refer to CBC, and Refer to Drawing No. 00.300, Drawing No. 00.300, Drawing No. 00.300,

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 68 January 23, 2018 GENERAL GENERAL GENERAL STRUCTURAL STRUCTURAL STRUCTURAL NOTES, NOTES, NOTES, STRUCTURAL STRUCTURAL STRUCTURAL DESIGN CRITERIA DESIGN CRITERIA DESIGN CRITERIA Isokeraunic level will Lightning None. None. be five per year.

ALL EQUIPMENT SHALL CONFORM TO THE REQUIREMENTS SPECIFIED IN THE TABLE BELOW. ALL EQUIPMENT INSTALLED IN ENCLOSURES AT STATIONS SHALL BE CONSIDERED TO BE EXTERIOR INSTALLATIONS. ALL EQUIPMENT INSTALLED WITHIN COMMUNICATION ROOMS SHALL BE CONSIDERED TO BE INTERIOR INSTALLATIONS.

01150-3.06 GROUNDING AND BONDING

Bonding and grounding shall conform to the provisions in Section 86-2.10, “Bonding and Grounding,” of the Caltrans Standard Specifications and these Special Provisions.

The Contractor shall insure that new underground electric service enclosures are properly grounded in accordance with applicable codes and utility company requirements.

01150-3.07 CONDUIT

Conduit for Communications Systems shall conform to the provisions of Section 86-2.05, "Conduit," of the Caltrans Standard Specifications and these Special Provisions.

Any existing or newly installed facilities damaged by installation of the conduit must be repaired or reconstructed to original condition by the Contractor. No additional payment will be made for damage and reconstruction work and is considered incidental to the installation of the communications systems.

No boring will be allowed, except as approved by the Engineer.

Conduit runs that are not to be populated and are designated on the Plans as spare shall have a tracer wire installed in them in accordance with Section 86 2.10, "Bonding and Grounding" of the Caltrans Standard Specifications.

Section 86-2.05C, “Installation,” of the Caltrans Standard Specifications is revised to read:

“When “Trenching in Pavement Method” is specifically allowed or required in the special provisions, installation of conduit under pavement, not on freeway lanes nor freeway connector ramps, shall conform to subsection D only.”

Conduit shall be installed in the following method:

A. Communications Duct Bank in bus way. Buried conduit outside 50’ of an intersection shall be HDPE conduit per details as shown on the Plans.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 69 January 23, 2018 B. Communications Duct Bank in Intersection. Buried conduit within 50’ of entering an intersection shall be HDPE conduit red concrete encased per details as shown on the Plans. C. Communications Conduit underground at Station. Buried conduit shall be Caltrans Type 3, schedule 40 polyvinyl chloride (PVC) rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non-Metallic Conduit (Publication UL 651). D. Communications Conduit exposed at Station. Exposed conduit shall be Caltrans Type 1, hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL6 for Rigid Metallic Conduit. The zinc coating shall be capable of passing a test performed in conformance with ASTM Designation: A239.

New conduit shall be sized as shown on the Plans. If the conduit size is not provided on the Plans for a new conduit run, then the conduit shall be a 3-inch diameter conduit.

HDPE conduit shall have a minimum rating conforming to the requirements of NEMA TC-7 and UL 651A.

A. It shall have a cell classification of PE334470C (for black conduit) and PE334470E (for orange colored conduit) per ASTM 3350, “Standard Specification for Polyethylene Pipe and Fittings Materials.” B. The polyethylene base resin shall meet the density requirement and melt index properties described herein. The density shall not be less than 0.940 and not more than 0.955 g/CM3 in accordance with ASTM D 1505: Standard Test Method for Density of Plastics by the Density-Gradient Technique. The range for the melt index shall be between 0.05 to 0.5g/10 minutes in accordance with ASTM D 1238: Standard Test Method for Melt Flow Rates of Thermoplastics by Extrusion Plastometer. The HDPE conduit shall have a minimum Flexural Modulus, of 80,000 psi, per ASTM D 790 and a minimum tensile strength at yield of 3,000 psi, per ASTM D-638. C. Additives to the base resin shall be included to provide heat stabilization, oxidation prevention and ultraviolet (UV) protection. It shall utilize carbon black in the range of 2 to 3 percent for long term protection against UV degradation. The minimum protection period shall be one year from date of manufacture in unprotected, outdoor storage in accordance with ASTM D 1603: Standard Test Method for Carbon Black in Olefin Plastics. D. HDPE conduit and fittings shall comply with ASTM D 2241 and ASTM-F2160-01. E. The Contractor shall provide the Engineer with manufacturer’s certification of analysis and compliance showing that HDPE conduit meets these Special Provisions. F. HDPE communications conduit bends shall have a radius of not less than 12 times the diameter. Conduit shall be bent without crimping or flattening, using the longest radius practicable. Communications conduits shall not deflect more than one inch per foot (1:12) vertically or horizontally. This is equivalent to a minimum radius of 6 feet. a. If the 1:12 rule cannot be achieved, standard factory-made elbows of 11 1/4, 22 1/2, 30 or 45 degrees, with a minimum radius of 48 inches shall be used.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 70 January 23, 2018 G. HDPE conduit bends shall not exceed 180-degree cumulative turns between pull boxes. Any bends exceeding 22 degrees shall be factory bends. Any bends greater than 45 degrees shall must be galvanized steel with necessary adapters. H. New runs of HDPE conduit shall be continuous from pull box to pull box, unless otherwise shown on the Plans. HDPE conduit shall not be joined to PVC conduit in the length of the run. At pull boxes and/or cabinets where new HDPE is required to transition into new or existing PVC elbows, the Contractor shall submit for approval a manufacturer recommended coupling. I. When joining segments of HDPE conduit, heat fusion, electrofusion fittings, and mechanical connections shall be used if the HDPE conduit and joining device manufactures recommendations are observed and the internal diameter of the HDPE conduit is not reduced. Extrusion welding and hot gas welding to join HDPE conduits is not permitted. A minimum of two test fusions, by each fusion operator, must be demonstrated to the Engineer prior to performing fusion operations on HDPE conduit. J. Upon completion of joining HDPE conduit sections and setting the pull boxes, the Contractor shall clean the HDPE conduit with compressed air. The Contractor shall demonstrate by pulling a cleaning mandrel or ball mandrel, correctly sized for the conduit (80 percent of the HDPE inside diameter), that the conduit was not deformed during installation. If the mandrel passes through the HDPE the Contractor shall install the pull tape in accordance with Caltrans Standards and these Special Provisions. If the mandrel encounters a deformity in the HDPE conduit, the Contractor shall replace the entire segment of HDPE between pull boxes with new HDPE at no additional cost.

Conduits entering pull boxes, manholes, or splice vaults shall enter through knockouts. Conduits entering the ends of communications pull boxes must be vertically and horizontally aligned with conduits at the opposite end of the pull box. Space around conduits through end walls shall be filled with minor concrete cement mortar.

The Contractor shall locate all underground obstructions and utilities. Install conduit as near as possible to the routing indicated. Following mark out the Contractor shall schedule a site meeting with the Engineer or designated representative to layout the proposed equipment and conduit locations. The Contractor shall, with the approval of the Engineer or designated representative, shift the location of the conduit package to avoid interference with existing equipment and structures.

01150-3.08 PULL BOXES

New pull boxes shown to be installed, and containing communications cabling shall conform to the requirements of the Section 86-2.03 of the Caltrans Standard Specifications, except as otherwise specified here in.

All pull boxes containing communications cabling shall have a bolt-down lid and shall be marked in accordance with the Plans. Cover markings shall conform to the requirements of Section 86- 2.06B, "Cover Marking," of the Caltrans Standard Specifications.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 71 January 23, 2018 Communications pull boxes shall be fabricated of concrete and provide conduit access ports on each of the four sides, as shown in the Plans.

A Certificate of Compliance, in accordance with Caltrans Standard Specifications shall be supplied for structural capabilities and materials used in manufacture of Communications manhole.

Markings shall be clearly defined and shall be placed parallel to the long side of the cover. Letters shall be a minimum of 4-inch height for Communications pull boxes and manholes.

Pull boxes shall be field located, and approved by the Engineer, to avoid drainage swales, maintenance vehicle pathways or repeating wheel loads.

The Contractor shall be responsible for restoring the surrounding surface conditions back to their original condition. Any existing sidewalk or roadway elements (including curb and gutter and landscaped areas) damaged by the installation of pull boxes shall by replaced by the Contractor to its original condition. No additional payment will be made for reconstruction work and it is considered incidental to the installation of the pull box.

When installing a Communications pull box, the Contractor shall only lift using the lifting hardware installed for that purpose. The lid shall be oriented such that the lid hinge lies along the side of the pull box farthest from the roadway.

The compaction around pull boxes shall not cause the sides to deflect or any part of the box or lid to crack or become dented. The Contractor shall replace any cracked, broken, chipped or damaged pull boxes or lids at no additional cost to the Department.

01150-3.10 WIRE AND CABLE

The work shall consist of furnishing and installing wires and cables, cable, cable connectors, and other materials as referenced, but not specified in related Sections and as indicated on the Plans. Wire and cable shall be installed in conduit. Splices will not be permitted in cables. Cables shall be continuous between all designed termination points.

Raceways shall be thoroughly cleaned prior to installation to verify that no obstructions exist. No kinks in wire and cable will be permitted and bends shall be larger in radius than the minimum recommended by the manufacturer. Only those lubricants recommend by the wire and cable manufacturer shall be used for pulling cables.

A. Ethernet UTP Cables

All UTP patch cords or patch cables to be installed within a communications enclosure shall be Commscope, Uniprise indoor rated Category 6 (CAT-6) UTP strength through configuration blue jacket patch cord with RJ-45 factory installed connectors at both ends and conforming to the requirements of ANSI/TIA-568- B.2-1. Patch cords shall be installed to interconnect all communication interfaces between the network equipment as shown on the Plans. The patch cords shall be factory made, and not spliced and terminated on-site. They shall come in

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 72 January 23, 2018 standard lengths (e.g. 1 foot, 1.5 feet, 2 feet, 5 feet, and 10 feet). The patch cords shall have strain-relief RJ-45 connectors. The patch cords shall be rated as Category 6 unshielded twisted pair cabling, and shall terminate all eight conductor positions in both cable connectors.

All Category 6 cables installed between the communications enclosure to a field device (VMS, CCTV), shall be outdoor rated CAT-6 Unshielded Twisted Pair (U/UTP) flooding compound filled cables conforming to the requirements of ANSI/TIA-568-C.2. Cable shall be Comscope Media 6, outdoor rated category 6 (CAT6) Unshielded Twisted Pair (U/UTP) flooding compound filled cable (Comscope Media 6, 6NF4+) or an approved equivalent. One end of the outdoor rated CAT-6 cable shall be terminated to the field device with a RJ-45 connector and the other end shall be terminated to the rack mounted CAT 6 patch panel in the Communications Enclosure. CAT-6 connector on the device end of the cable shall be Platinum Tools EZ-RJ45 Cat-6+ Connectors with EZ-RJ45 Strain Reliefs or approved equivalent. Connectors shall be UL rated, EIA/TIA B.2. FCC compliant, and shall be installed using the EZ-RJ45 Crimping tool or an equivalent tool recommended by the connector manufacturer. Connectors shall be installed in conformance with the manufacturer’s recommended installation instructions and all eight conductors of each cable conductors shall be terminated at both ends.

B. Installation procedures shall be in conformance with the procedures specified by the cable manufacturer for the specific cable being installed. The Contractor shall submit the procedures to the engineer in writing a minimum or 30 days prior to the start of cable pulling.

01150-3.11 CABLE TAGS

Cable tags shall conform to the following requirements:

A. Each end of every patch cord, fiber optic cable, UTP cable, and speaker cable shall be labeled with Allied Electric Self-Laminating Laser Tag labels (Manufacturer’s number TAG5L-105) or an approved equivalent.

B. Each label shall contain the end device name (e.g. “VMS-EB1,” “PCID-WB1,” etc.), the near end termination port identification (e.g. “ES-C3” (Gigabit Ethernet Switch, port C3)) and the far end termination port identification at the other end of the cable (e.g., “16MC-1” (16 Bay Media Converter, port 1). The Contractor shall submit proposed device naming convention and port identification naming conventions for approval.

C. Tagging formats and administrative records shall be maintained for all cables. Tagging formats and administrative records shall be created following an approach that is similar to EIA/TIA-606 standard practices. Nomenclature shall be consistent with naming conventions shown on the Plans. Labels shall be concise and preferably diagrammatic in form. All labels or number plates and warning notices shall have black lettering on a white background. The size of the letters and the nature of the wording shall be submitted by the Contractor. All conductor wires and cables shall be identified whenever they enter or leave a junction box, manhole, housing, or enclosure, and at all terminals. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 73 January 23, 2018 D. All labels, number plates and warning notices shall be of durable and corrosion resistant materials securely fitted by permanent means and clearly worded. For outdoor use, they shall remain legible and not suffer degradation throughout the expected life of the equipment. All wires and cables shall be tagged during the termination process, as specified herein. E. Permanent non-conducting marking tags fastened securely to the wires and cables shall be used for identification. Wire designations shall consistently conform to an overall scheme prepared by Riverside Transit Agency. The Contractor shall develop detailed labeling and administrative records that indicate location, circuit, device, wire number, terminal branch, and position, etc. Letters and numbers shall be used.

01150-3.22 CCTV CAMERA AND ETHERNET DATA EXTENDER CCTV cameras shall be the TruVision 2MP TVD-5404 cameras or approved equal by Owner and Engineer. Cameras shall have extended zoom and IR range, 2 mega pixel resolution, remote autofocus, integrated motion detection, vandal-resistant housings, and minimum 3-year warranty.

Contractor shall install an Ethernet Data Extender for each camera, the ethernet data extender shall be IFS type POE302-EX or approved equal by Owner and Engineer.

See Appendix A for full TruVision manufacturer camera specifications, mounting specifications, and ethernet data extender specifications.

01150-3.23 NETWORK VIDEO RECORDER (NVR) The NVR shall be the TruVision TVN-2008S-4T NVR or approved equal by Owner and Engineer. The NVR shall be 8 channel and accommodate 45 days of storage.

See Appendix A for full TruVision manufacturer NVR specifications and TVN Calc attachment for camera/recorder storage setup.

01150-3.24 CAMERA VIDEO AND POWER

The CCTV camera power and video shall be carried, end-to-end, over Category-6 ethernet cable, with power-over-ethernet (PoE) injection in the Electrical/Communications room.

01150-3.25 UNINTERRUPTIBLE POWER SUPPLIES (UPS)

The uninterruptible power supply and additional battery pack units shall mount in a standard EIA-310-D, 19-inch rack, and shall be provided with the following features and ratings:

A. Power Capacity: 2700 Watts/3000VA. B. Input Voltage: 120 VAC, single phase (nominal). C. Output Voltage: 120 VAC, single phase (nominal). D. Output Voltage Distortion: Less than 5% at full load. E. Waveform Type: Sine wave. F. Rack Height: 3U. G. Environmental: 0-95% RH, 0-40°C, 0-3000 meters. H. Thermal Dissipation: 375 BTU/hr. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 74 January 23, 2018 I. Approvals: FCC Part 15 Class A, UL 1449, and UL 1778. J. Warranty: Two years

The uninterruptible power supply shall be a SUA3000R3XLNETPKG manufactured by APC, or an approved equivalent. The additional battery pack units shall be a SUA48RMXLBP3U manufactured by APC, or an approved equivalent.

01150-3.28 CCTV INTERFACE WORK FOR STATION CONTRACTOR

The Contractor shall contact Chris Loswego, Forest City CCTV Manager, a minimum of 72 hours in advance of start of construction.

The Contractor shall furnish and install conduit raceways from the Communications Cabinet to each camera location at the station as shown in the Plans.

Prior to installing the cables, meet with CCTV Manager and mall security department to confirm cable type to be used and final location for each camera.

Furnish CAT-6 cable for each camera and install it from communications cabinet to each camera on the platform as shown on the Plans and in accordance with the single mode fiber optic cable requirements specified herein.

Full compensation for CCTV interface work shall be considered as included in the prices paid for the Electrical and Communication facilities work and no additional compensation will be allowed therefor.

01150-3.31 COMMUNICATIONS TESTING

All material, equipment, devices, and installation testing shall be demonstrated to operate and conform to all requirements specified in Section 6-3, “Quality,” and all other sections of the Caltrans Standard Specifications and these Special Provisions.

The Contractor shall prepare test plans and procedures for all tests identified in the Caltrans Standard Specifications and these Special Provisions. Test plans and procedures shall be submitted to the Engineer a minimum of 30 days prior to start of testing. The Contractor shall address all comments raised during the Engineers review of the documents.

The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing. The Engineer shall be notified two weeks prior to all field tests. The notification shall include the exact location or portion of the system to be tested.

The procedures shall identify the tests to be performed and how the tests are to be conducted. Included in the test procedures shall be the model, manufacturer, configuration, calibration, and alignment procedures for all proposed test equipment.

Documentation of all test results shall be provided to the Engineer within 5 working days after the test is completed.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 75 January 23, 2018 The Contractor shall supply a copy of all test data and reports to the Engineer for written approval at the completion of each test.

All test equipment shall be calibrated within 30 calendar days prior to use, unless otherwise approved by the Engineer. Proof of calibration shall be submitted with all test reports.

The Contractor shall submit copies of certificates of calibration for the appropriate equipment (OTDRs, fusion splicing equipment, power meters, etc.) And certify that equipment components have been replaced at appropriate intervals. Note that rental equipment shall not be used without prior authorization from the Engineer.

The Contractor shall have submitted testing procedures for the Engineer’s review and shall have received approval from the Engineer. No testing shall be performed unless the Contractor has the approved test procedures in hand.

The Contractor shall schedule testing in consultation with Engineer.

The Contractor shall completely investigate any discrepancies, defects or anomalies, propose corrective action to the Engineer for approval, and take appropriate action to correct discrepancies, defects, and anomalies.

Functional tests shall be performed to the satisfaction of the Engineer.

All instruments or recorders employed in these test programs shall bear a record of calibration against certified standards by the National Institute of Standards and Technology. Such calibrations shall be made at least each 180 days and at such other periods as may be directed by the Engineer. Each test record shall identify the instrument employed and the last date of calibration.

Public Address testing shall be in accordance with ASTM E1014 - 08 Standard Guide for Measurement of Outdoor A-Weighted Sound Levels, and ensure appropriate NR (Noise Rating) Levels are in line with the EPA guidelines, taking into account ambient noise at each site.

Ground Verification Testing

The Contractor shall perform a ground verification test to verify that the ground at each grounding system location is less than 5 ohms.

Unshielded Twisted Pair Testing

Link Test Configuration: Perform metered field tests on each four-pair UTP cable link through the wiring block, patch panel, and/or telecommunication outlet (T.O.) terminations at each end of the cable section using the basic link test configuration described in TIA/EIA 568-B.1.

Channel Test Configuration: Perform metered field tests on each four-pair UTP cable channel, including all cabling sections, cross-connect equipment, jumper wire and/or patch cables, T.O.,

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 76 January 23, 2018 and work area station cords through the connectors at each end, but not including connections to active equipment using the channel test configuration described in TIA/EIA 568-B.1.

Horizontal Performance Tests: Use field test instruments capable of the swept/stepped frequency voltage measurements in accordance with the performance parameters required by TIA/EIA 568-B1.

Test each horizontal link or channel pair to verify wire map, length, attenuation, and near-end crosstalk (NEXT) as described in TIA/EIA 568-B.1. TIA/EIA 568-B.1 allows for a 10 percent uncertainty in the nominal velocity of propagation of signals in UTP cable when determining the cable length with an electronic tester. If during a test for data link, the tester identifies a length greater than 90 meters (295 feet), verify the cable’s physical length does not exceed 90 meters.

Test Reports: Include field test results for each pair, including cable link length in accordance with TIA/EIA 568-B.1. The test summary will include: Cable identification as it appears in the contract documents, cable identification as it is labeled. And pass or fail status.

01150-3.33 MEASUREMENT AND PAYMENT

“Construct Site Electrical and Communication Systems” will be measured for payment as a lump sum.

The contract lump sum price paid for “Construct Site Electrical and Communication Systems” shall include full compensation for all labor, materials, tools, equipment, and incidentals, and for doing all work involved in “Construct Site Electrical and Communication Systems” construction, Complete In-Place, and no additional compensation will be allowed therefor.

Payment for “Construct Site Electrical and Communication Systems” shall conform to provisions in Section 86-8, “Payment,” of the Caltrans Standard Specifications and these Special Provisions.

Schedule of Values

The Contractor shall provide a Schedule of Values for constructing the communication system for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The Schedule of Values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 77 January 23, 2018 SCHEDULE OF VALUES – CONSTRUCT SITE ELECTRICAL AND COMMUNICATIONS SYSTEMS

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT Relocate Pole Mounted Light Fixture w/ New 1 EA Footing 2 Surface Mounted Linear LED Fixture, 6' long EA

3 Surface Mounted Linear LED Fixture, 9' long EA

4 Wall Mounted LED Fixture EA

5 Conduit, GRS, 2" LF

6 Conduit, GRS, 1" LF

7 Wire, #10 LF

8 Wire, #12 LF

9 Wire, Cat-6A LF

10 Pull Box, Electrical / Communications EA

11 Linear LED Lighting to Fin Sign LF

12 Ethernet PoE-AT Extender EA

13 Truvision NVR – 4TB EA

14 Truvision Outdoor Camera EA

TOTAL LUMP SUM COST: ______

01150-4 LIGHTING AND POWER

01150-4.01 GENERAL

Reference made to “Caltrans Standard Specifications” shall refer to the Caltrans Standard Specifications (2010). References made to specifications other than the Caltrans Standard Specifications (2010), including the Specifications for Public Works Construction (Greenbook), as amended by the City of Temecula, are explicitly referenced in the section to which they apply.

The project involves the furnishing and installation of new lighting foundations, poles, luminaires, conduit, pull boxes, removal and salvage of existing equipment, modifications to existing lighting systems, and other miscellaneous work necessary to make the station lighting and power systems operational at the project location. The work consists of furnishing, installing, and

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 78 January 23, 2018 testing the electrical and communications systems at Promenade Mall bus and shuttle stop locations.

Furnishing and installing, modifying, salvaging, and/or relocating lighting, service points, cabinets, conduit, pull boxes, cabling, or other work shown on the Plans, shall conform to these Special Provisions, the Caltrans Standard Specifications (2015), Caltrans Transportation Electrical Equipment Specifications, and the Caltrans Qualified Products List. In case of conflict between the Caltrans Standard Specifications, the Equipment Specifications, and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions.

Unless otherwise indicated, all materials, equipment, manufacturing methods, installation, testing, and workmanship shall conform to or exceed all regulations and codes indicated in Section 86-1.02, “Regulations and Code,” of the Caltrans Standard Specifications and the latest revisions of the regulations, codes and standards indicated in Section 01150-3.01 of these Special Provisions. The Contractor shall submit documents indicating that the materials and equipment furnished conform to such standards and requirements.

The Contractor's Work shall conform in all respects to applicable industry standards. The manufacturer's recommended installation procedures and instructions for all materials furnished by the Contractor under this contract shall be followed explicitly, unless otherwise directed or by the Engineer. The Contractor shall submit the manufacturer’s recommended installation and maintenance procedures to the Engineer for approval prior to the start of construction. If the manufacturers recommended installation procedures or instructions differ from those shown on the plans or specified herein, then the Contractor shall submit a request for information to Riverside Transit Agency that details the discrepancy and requests direction prior to proceeding with the Work.

The Contractor shall provide Equipment List and Drawings in accordance with Section 01150- 1.02.

The Contractor shall meet the requirements for Environmental in accordance with Section 01150-3 of these Special Provisions.

01150-4.02 EXCAVATION AND BACKFILLING

All installation work shall conform to the requirements specified in Section 01060, “Earthwork,” of these Special Provisions, unless otherwise specified herein.

01150-4.03 EXISTING UTILITY AND UNDERGROUND LOCATION

The Contractor shall mark out all existing utilities and retain an underground facilities locating company to locate and mark out the existing facilities in accordance with Section 5 of the Standard Specifications and in accordance with these Special Provisions.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 79 January 23, 2018 01150-4.04 WARRANTY

A. The Contractor shall provide a written warranty for full replacement of the luminaire due to any failure for a period of ten (10) years from the date of installation. B. Luminaires shall, at the Owner’s option, be repaired or replaced if the luminaire fails to function as described in these Special Provisions for the duration of the warranty period.

01150-4.05 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS

All installation work shall conform to the requirements specified in Section 86-1.06, “Maintaining Existing and Temporary Electrical Systems,” of the Caltrans Standard Specifications, unless otherwise specified herein.

Measurement and Payment

No separate measurement will be made for complying with the requirements of this section.

Full compensation for complying with the requirements of this section shall be considered as included in the various items of work and no additional compensation will be allowed therefor.

01150-4.06 EXISTING UTILITY AND UNDERGROUND LOCATION

The Contractor shall mark out all existing utilities and retain an underground facilities locating company to locate and mark out the existing facilities in accordance with Section 5 of the Standard Specifications and in accordance with these Special Provisions.

01150-4.07 LIGHTING

Work under this section shall include platform lighting to be furnished and installed as shown on the Plans and directed by the Engineer. Lighting shall include light fixtures (luminaires) and mountings.

Handhole reinforcement rings for standards, steel pedestals, and posts shall be continuous around the handholes. Handhole covers shall be provided with stainless steel, tamperproof hardware.

Fixtures (luminaires) shall be of the types shown on the Plans.

01150-4.08 CANOPY STRUCTURE LIGHTING

Work under this section shall include Canopy Structure lighting systems to be furnished and installed at the bus and shuttle stop locations as shown on the Plans and directed by the Engineer. Canopy Structure shall include light fixtures as shown on the Plans, power supply, cabling and necessary appurtenances to furnish and install lighting complete in place.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 80 January 23, 2018 01150-4.09 CONDUIT

Conduit shall conform to the provisions of Section 86-2.05, "Conduit," of the Caltrans Standard Specifications and these Special Provisions.

No boring will be allowed, except as approved by the Engineer.

Conduit shall be Caltrans Type 1, hot-dip galvanized rigid steel (GRS) conduit conforming to the requirements in UL Publication UL6 for Rigid Metallic Conduit. The zinc coating shall be capable of passing a test performed in conformance with ASTM Designation: A239.

New conduit shall be sized as shown on the Plans. If the conduit size is not provided on the Plans for a new conduit run, then the conduit shall be a 2-inch diameter conduit.

Surface mounted and I-beam supported conduit runs shall be attached to the surface with hot dipped galvanized steel framing channels and all associated fittings and hardware including, but not limited to, clamps, brackets, hanger rods, and fittings.

Hardware shall be made of galvanized steel to match conduit.

Framing channels shall be secured to the surface with type 304 or 316 stainless steel mechanical wedge anchor fasteners that firmly anchor the channel to the surface in conformance with the manufacturers recommended installation procedures. The anchors shall be listed or approved by ICC (formerly ICBO) or UL.for this application. Spacing of the support shall conform to the manufacturer’s recommendations and shall not exceed five feet.

Steel framing systems shall comply with UL 5, “Standards for Surface Metal Raceway and Fittings.” All steel framing systems attached to buildings shall conform to all applicable NEC and NFPA standards and requirements.

Conduit run across roof surface shall be supported by a durable, ultraviolet resistant, flexible, polyethylene foam block with an integral galvanized steel channel that shall be used to clamp the conduit and additional hot dipped galvanized metal framing systems to it. All fasteners and hot dipped galvanized steel framing systems shall be UL listed and made of hot dipped galvanized steel. Spacing of the support shall conform to the manufacturer’s recommendations and shall not exceed five feet. All hardware shall be made of Type 304 or Type 316 stainless steel.

Conduits for future equipment shall be extended to match platform final grade and plugs installed.

The Contractor shall locate all underground obstructions and utilities. Install conduit as near as possible to the routing indicated. Following mark out the Contractor shall schedule a site meeting with the Engineer or designated representative to layout the proposed equipment and conduit locations. The Contractor shall, with the approval of the Engineer or designated representative, shift the location of the conduit package to avoid interference with existing equipment and structures.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 81 January 23, 2018 The Contractor shall install duct seal around wire, cable, and over empty conduits at all entry points to enclosures, pull boxes, and vaults.

Make connections including intercepting existing conduit, punching into existing pull boxes or vaults, panels, and other equipment.

Subsurface Conduit

All subsurface conduit shall be Caltrans Type 1, hot-dip galvanized rigid steel (GRS) conduit conforming to the requirements in UL Publication UL6 for Rigid Metallic Conduit. The zinc coating shall be capable of passing a test performed in conformance with ASTM Designation: A239conforming to these Special Provisions and shall be installed a minimum of 24 inches below the finished surface in paved areas and 24 inches below the finished surface in unpaved areas.

Warning tape shall be installed and placed in the trench over all new conduits. The warning tape shall be 100mm wide with bold printed black letters of approximately 19 mm on bright orange color background, and contain the printed warning “Caution Fiber Optic Line Buried Below,” repeated at approximately 800 mm intervals. The printed warning shall be non-erasable and shall be rated to last with the tape for a minimum of 40 years.

The construction of the warning tape shall be such that it will not delaminate when it is wet. It shall be resistant to insects, acid, alkaline and other corrosive elements in the soil. It shall have a minimum of 712 N tensile strength over 150 mm wide strip and shall have minimum of 700 percent elongation before breakage.

Use sweeps with a minimum bend radius of 16 inches.

After cables are pulled in all ducts, ducts shall be sealed with duct seal. All conduits shall be completely sealed to prevent intrusion of foreign objects and creatures.

When any facilities are placed below grade, a detailed conduit, cable, and facilities plan shall be submitted to the Engineer for approval.

Surface Mounted Conduit

All conduit installed above finish grade shall be galvanized rigid steel (GRS) conduit, conforming to these Special Provisions. Surface mounted GRS conduit shall be installed on surfaces where shown on the Plans.

All surface mounted conduits attached to wall faces shall be firmly attached to the wall with hot dipped galvanized steel framing channels and fasteners. The channels shall be securely anchored to the wall using stainless steel mechanical wedge anchor fasteners. The channel spacing shall conform to the manufacturer’s recommendation and shall not exceed 5 feet.

All GRS conduit hung from I-beams shall be mounted to hot-dipped galvanized steel framing channels with fasteners hung from the beams with firmly attached anchors and anchor rods. All attachments shall be made in conformance with local, state, and federal standards seismic Zone 4 building code standards and requirements. The anchoring system shall constrain the horizontal movement of the conduit during an earthquake. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 82 January 23, 2018 Construct with sufficient rigidity to hold all mounted equipment and material in permanent and neat alignment.

Paint all field cuts or welding of supports with one coat of zinc-rich coating at 3 mils dry.

01150-4.10 PULL BOXES

New pull boxes shown to be installed and containing electrical cabling shall conform to the requirements of the Section 86-2.03 of the Caltrans Standard Specifications, except as otherwise specified here in.

Pull boxes shall be constructed of concrete, with cast iron or hot dipped galvanized diamond plate steel lids. All lids shall be bolted in place with hexagon headed stainless steel bolts. All new pull boxes shall be provided with additional intermediate and/or base sections as necessary to provide the required space to coil the specified fiber lengths within the pull box. All pull boxes containing MTS electrical cabling shall have a bolt-down lid and shall be marked per Plans. Cover markings shall conform to the requirements of Section 86-2.06B, "Cover Marking," of the Caltrans Standard Specifications.

The bottom of the pull box shall rest firmly on a six (6) inch-thick bed of one-inch crushed rock extending six (6) inches beyond the outside edges of the pull box. Pull boxes shall be flush with final platform elevation and align with architectural features.

Pull boxes shall not be installed in any part of a driveway or other traveled way unless approved by the Public Works Inspector. A steel “traffic-rated” cover shall be provided on any pull box installed in a at all locations on the platform.

Pull boxes that are to be removed shall have the sump and gravel drain in the bottom of the pull box removed by the Contractor. The Contractor shall fill the void left by the pull box, sump, and gravel drain removal by placing and compacting native backfill material in the excavated area to the Engineer’s satisfaction. Any existing sidewalk or roadway elements (including curb and gutter and landscaped areas) damaged by the installation or removal of pull boxes shall be restored by the Contractor to its original condition. No additional payment will be made for reconstruction work and it is considered incidental to the installation of the traffic signal.

01150-4.11 GROUNDING AND BONDING

Bonding and grounding shall conform to the provisions in Section 86-2.10, “Bonding and Grounding,” of the Caltrans Standard Specifications and these Special Provisions.

The Contractor shall insure that new underground electric service enclosures are properly grounded in accordance with applicable codes and utility company requirements. Electrical services shall be bonded to the grounding electrode system. The grounding electrode system shall obtain a resistance to earth not to exceed 5 ohms and shall consist of a ground rod at the service and grounding cables to all equipment. Install additional ground rods in test wells, spaced at 10 foot intervals until the specified resistance to earth is established. All below grade connections shall be connected with exothermic welds. Above ground connections may be made with compression connectors or exothermic welds. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 83 January 23, 2018 Grounding materials shall be copper or copper alloy, corrosion-resistant, with high conductivity for ground systems. Fittings for slices, taps, and crosses or embedded conductors shall be suitable for exothermic welding of copper to copper conductors.

Grounding shall be provided to all metal structures on the platform. Grounding shall be minimum #4 copper wire. Grounding shall be insulated in conduit. Grounding shall be bare copper when in concrete. For all metal structures not provided with conduit, the Contractor shall route bare copper wire from service grounding bussing to metal structure underground in concrete and shall terminate on metal structure in concealed location. All terminations shall be per Caltrans Standard Specifications and approved by the Engineer.

The Contractor shall provide test equipment with current certificate of calibration. Certificate of Calibration shall be provided to Engineer 30 days prior to any ground test. Test report format shall be submitted to the Engineer for approval 30 days prior to any test.

The Contractor shall provide ground resistance tests per IEEE 142 Fall of Potential method of the grounding system. All tests shall be recorded and submitted for Engineer approval. Test instruments shall be capable of accurate resistance measurements and shall have a voltage rating of not less than 600V. Ground resistance values shall not exceed 5 ohms. Ground resistance tests shall be made in accordance with the methods as described in IEEE Standard 81, based on the three-probe test method, using a recently calibrated and suitable soils resistance test meter. The Contractor shall submit Test Reports shall be prepared for all the grounding and bonding and submitted to the Engineer in a bound test report.

Full compensation for furnishing grounding materials and testing shall be considered included in the contract prices paid for the various items of work and no separate payment will be allowed therefore. Payment for additional ground rods beyond two required to meet 5-ohm requirement shall be made in accordance with Section 3-3, “Extra Work” of the Standard Provisions.

01150-4.13 ELECTRICAL TESTING

The Contractor shall perform all tests in conformance with the requirements specified in Section 86-2.14, “Testing,” of the Caltrans Standard Specifications and these Special Provisions.

The Contractor shall prepare test plans and perform tests on existing and new load centers and circuit breakers to properly size and furnish electrical systems in conformance with the requirements of the National Electric Code, Caltrans Standard Specifications and these Special Provisions.

The Contractor shall test all electrical installations and submit a test report of the voltage measured at the outlet or point of connection to load. Contractor shall supply a list of all locations with the rating of the station main circuit breaker and the enclosure circuit breaker. Contractor shall submit Test Reports for all the electrical testing to the Engineer in a bound test report.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 84 January 23, 2018 01150-4.15 MEASUREMENT AND PAYMENT

Canopy Structure lighting shall be considered to be included in the Lump Sum paid for Canopy Structure and no additional compensation will be allowed therefor.

The contract lump sum price paid for Construct Site Electrical and Communications Systems shall include full compensation for all labor, materials, tools, equipment, and incidentals necessary to construct the site electrical and communications systems, except for Canopy Structure lighting, Complete In-Place, and no additional compensation will be allowed therefore.

END OF SECTION 01150

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 85 January 23, 2018 SECTION 01160

ARCHITECTURALLY-EXPOSED STRUCTURAL STEEL FRAMING

01160-1 SCOPE

The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances, fabricating, transportation, and services necessary for the execution and completion of all architecturally exposed structural-steel (AESS) framing as shown on the Plans at the proposed canopy structures and as described in the Specifications and these Special Provisions.

01160-2 CONSTRUCTION METHODS

All metals shall be free from surface blemishes where exposed to view in the finished unit.

Exposed-to-view surfaces exhibiting pitting, seam marks, roller marks, stains, discolorations, or other imperfections on finished units are not acceptable. Blemishes shall be filled, ground, or welded and ground before shop priming.

Comply with NAAMM’s “Metal Finishes Manual for Architectural and Metal Products” for recommendations for applying and designating finishes.

All exposed steel shall receive High Performance Coating System – Tnemec paint or equal. Color and Gloss TBD.

Comply with AWS for recommended practices in shop welding and brazing.

1. Provide welds and brazes behind finished surfaces without distortion or discoloration of exposed side. 2. Clean exposed welded and brazed joints of flux, and dress exposed and contact surfaces 3. Grind exposed welds smooth with adjacent surfaces Joints: Mill joints to tight, hairline fit. Cope or miter corner joints.

Finish exposed surfaces to smooth, sharp, well-defined lines and arises.

Drill and tap for required fasteners, and use concealed fasteners wherever possible.

Assemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 86 January 23, 2018 for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces.

Refer to Plans and Steel specification section for additional information.

Submittals: Shall be prepared and submitted in accordance with the Submittals Section of these Special Provisions, and shall consist of the following:

B. Product Data: Submit product data for each steel primer. C. Shop Drawings: Submit shop drawings showing fabrication and installation of AESS: 1. Fully dimensioned plans and elevations with detail coordinated keys 2. Components and attachments to other units of work 3. Materials and profiles of each decorative metalwork member, fitting, joinery, finishes, fasteners, anchorages, and accessory items. 4. Setting drawings, templates, and directions for installation of anchor bolts and other anchorages to be installed as work of other sections. 5. Necessary flashings and sealants when decorative work penetrates or connects with exterior building enclosure. Quality Assurance:

A. Installer Qualifications: AISC-Certified Erector, Category ACSE B. Fabricator Qualifications: AISC-Certified Plant, Category STD. C. Mock-ups

01160-3 MEASUREMENT AND PAYMENT

Full compensation for architecturally exposed structural-steel (AESS) framing construction is considered included in the lump sum price paid for Canopy Structure and no additional compensation will be allowed therefor. The lump sum price paid for Canopy Structure shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

Schedule of Values

The Contractor shall provide a Schedule of Values for fabricating and installing the Canopy Structure, Complete-and-in-Place per Plans, for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The Schedule of Values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 87 January 23, 2018 of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

SCHEDULE OF VALUES - CANOPY STRUCTURE

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT

1 Wall hung canopy structure, structural steel LBS

2 Wall hung canopy, metal deck painted SF

3 Canopy gutter LF

4 Paint steel to match existing LS

5 Patch and repair stucco façade SF

TOTAL LUMP SUM COST: ______

END OF SECTION 01160

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 88 January 23, 2018 SECTION 01170

DECORATIVE METAL

01170-1 SCOPE

The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances, fabricating, transportation, and services necessary for the execution and completion of all decorative metal screens and fins at the Parking Structure as shown on the Plans and as described in the Specifications.

PRODUCTS:

PARKING STRUCTURE ARCHITECTURAL FINS

Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings.

PARKING STRUCTURE ARCHITECTURAL SCREENS – GARAGE AND LIVING SCREENS

Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings.

01170-2 CONSTRUCTION METHODS

Submittals: Shall be prepared and submitted in accordance with the Submittals Section of these Special Provisions, and shall consist of the following:

A. Product Data: Submit product data for each screen type, including finishing materials. B. Shop Drawings: Submit shop drawings showing fabrication and installation of metal screens at parking structure openings, vegetated screens at parking structure façade and architectural fins at parking structure: 1. Fully dimensioned plans and elevations with detail coordinated keys 2. Components and attachments to other units of work 3. Materials and profiles of each metal screen member, fitting, joinery, finishes, fasteners, anchorages, and accessory items. 4. Coordinate installation of anchorages for decorative metal items. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. C. Samples for Initial Selection: For products involving selection of color, texture or design.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 89 January 23, 2018 01170-3 MEASUREMENT AND PAYMENT

Full compensation for Decorative Metal construction is considered included in the unit or lump sum prices paid for the various bid items, as indicated in the bid schedule, and no additional compensation will be allowed therefor. The lump sum or unit price paid for the items of work shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

Decorative Metal bid items include:

· Architectural Fin Signage · Decorative Screen Panel Assembly · Modular Trellis Panel Assembly

END OF SECTION 01170

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 90 January 23, 2018 SECTION 01180

STRUCTURAL STEEL FRAMING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Structural steel. 2. Grout.

B. Related Requirements: 1. Section 01190 "Steel Decking" of these special provisions. 2. Section 01240 "Exterior Painting" and Section 01250 "High-Performance Coatings" of these special provisions for surface-preparation and priming requirements.

1.3 DEFINITIONS

A. Structural Steel: Elements of the structural frame indicated on Drawings and as described in AISC 303, "Code of Standard Practice for Steel Buildings and Bridges."

B. AESS: Structural steel designated as "architecturally exposed structural steel" or "AESS" in the Contract Documents.

C. Category 1 AESS: AESS that is within 114 inches vertically and 48 inches horizontally of a walking surface and that is visible to a person standing on that walking surface or is designated as "Category 1 architecturally exposed structural steel" or "AESS-1" in the Contract Documents.

D. Category 2 AESS: AESS that is within 20 feet vertically and horizontally of a walking surface and that is visible to a person standing on that walking surface or is designated as "Category 2 architecturally exposed structural steel" or "AESS-2" in the Contract Documents.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 91 January 23, 2018 1.4 COORDINATION

A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another.

B. Coordinate installation of anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, sheet metal templates, instructions, and directions for installation.

1.5 PREINSTALLATION MEETINGS

A. Preinstallation Conference: Conduct conference at Project site.

1.6 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: Show fabrication of structural-steel components.

1. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Include embedment Drawings. 3. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. 4. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip-critical, high-strength bolted connections.

C. Welding Procedure Specifications (WPSs) and Procedure Qualification Records (PQRs): Provide according to AWS D1.1/D1.1M, "Structural Welding Code - Steel," for each welded joint whether prequalified or qualified by testing, including the following:

1. Power source (constant current or constant voltage). 2. Electrode manufacturer and trade name, for demand critical welds.

D. Delegated-Design Submittal: For structural-steel connections indicated to comply with design loads, include analysis data signed and sealed by the qualified, California registered, professional engineer responsible for their preparation.

1.7 INFORMATIONAL SUBMITTALS

A. Qualification Data: For Installer, fabricator, shop-painting applicators, professional engineer and testing agency.

B. Welding certificates.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 92 January 23, 2018 C. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers, certifying that shop primers are compatible with topcoats.

D. Mill test reports for structural steel, including chemical and physical properties.

E. Product Test Reports: For the following:

1. Bolts, nuts, and washers including mechanical properties and chemical analysis. 2. Direct-tension indicators. 3. Tension-control, high-strength, bolt-nut-washer assemblies. 4. Shear stud connectors. 5. Shop primers. 6. Nonshrink grout.

F. Survey of existing conditions.

G. Source quality-control reports.

H. Field quality-control and special inspection reports.

1.8 QUALITY ASSURANCE

A. Fabricator Qualifications: A qualified fabricator that participates in the AISC Quality Certification Program and is designated an AISC-Certified Plant, Category STD or is accredited by the IAS Fabricator Inspection Program for Structural Steel (AC 172).

B. Installer Qualifications: A qualified installer who participates in the AISC Quality Certification Program and is designated an AISC-Certified Erector, Category CSE.

C. Shop-Painting Applicators: Qualified according to SSPC-QP 3, "Standard Procedure for Evaluating Qualifications of Shop Painting Applicators."

D. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

E. Comply with applicable provisions of the following specifications and documents:

1. AISC 303. 2. AISC 341 and AISC 341s1. 3. AISC 360. 4. RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts."

1.9 DELIVERY, STORAGE, AND HANDLING

A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from corrosion and deterioration.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 93 January 23, 2018 1. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed.

B. Store fasteners in a protected place in sealed containers with manufacturer's labels intact.

1. Fasteners may be repackaged provided Owner's testing and inspecting agency observes repackaging and seals containers. 2. Clean and relubricate bolts and nuts that become dry or rusty before use. 3. Comply with manufacturers' written recommendations for cleaning and lubricating ASTM F 1852 fasteners and for retesting fasteners after lubrication.

PART 2 - PRODUCTS

2.1 STRUCTURAL-STEEL MATERIALS

A. W-Shapes: ASTM A 992/A 992M, ASTM A 572/A 572M, Grade 50.

B. Channels, Angles, M, S-Shapes: ASTM A 36/A 36M, ASTM A 572/A 572M, Grade 50.

C. Plate and Bar: ASTM A 36/A 36M.

D. Corrosion-Resisting Structural-Steel Shapes, Plates, and Bars: ASTM A 588/A 588M, Grade 50.

E. Cold-Formed Hollow Structural Sections: ASTM A 500/A 500M, Grade B, structural tubing.

F. Corrosion-Resisting, Cold-Formed Hollow Structural Sections: ASTM A 847/A 847M, structural tubing.

G. Steel Pipe: ASTM A 53/A 53M, Type E or Type S, Grade B.

1. Weight Class: Standard. 2. Finish: Galvanized.

H. Steel Castings: ASTM A 216/A 216M, Grade WCB with supplementary requirement S11.

I. Steel Forgings: ASTM A 668/A 668M.

J. Welding Electrodes: Comply with AWS requirements.

2.2 BOLTS, CONNECTORS, AND ANCHORS

A. High-Strength Bolts, Nuts, and Washers: ASTM A 325 (ASTM A 325M), Type 1, heavy-hex steel structural bolts; ASTM A 563, Grade C, (ASTM A 563M, Class 8S) Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 94 January 23, 2018 heavy-hex carbon-steel nuts; and ASTM F 436 (ASTM F 436M), Type 1, hardened carbon-steel washers; all with plain finish.

1. Direct-Tension Indicators: ASTM F 959, Type 325 (ASTM F 959M, Type 8.8), compressible-washer type with plain finish.

B. High-Strength Bolts, Nuts, and Washers: ASTM A 490 (ASTM A 490M), Type 1, heavy-hex steel structural bolts; ASTM A 563, Grade DH, (ASTM A 563M, Class 10S) heavy-hex carbon-steel nuts; and ASTM F 436 (ASTM F 436M), Type 1, hardened carbon-steel washers with plain finish.

1. Direct-Tension Indicators: ASTM F 959, Type 490 (ASTM F 959M, Type 10.9), compressible-washer type with plain finish.

C. Unheaded Anchor Rods: ASTM F 1554, Grade 55, weldable.

1. Configuration: Straight. 2. Nuts: ASTM A 563 (ASTM A 563M) heavy-hex carbon steel. 3. Plate Washers: ASTM A 36/A 36M carbon steel. 4. Washers: ASTM F 436 (ASTM F 436M), Type 1, hardened carbon steel. 5. Finish: Plain.

D. Headed Anchor Rods: ASTM F 1554, Grade 55, weldable, straight.

1. Nuts: ASTM A 563 (ASTM A 563M) heavy-hex carbon steel. 2. Plate Washers: ASTM A 36/A 36M carbon steel. 3. Washers: ASTM F 436 (ASTM F 436M), Type 1, hardened carbon steel. 4. Finish: Plain.

E. Threaded Rods: ASTM A 572/A 572M, Grade 50.

1. Nuts: ASTM A 563 (ASTM A 563M) heavy-hex carbon steel. 2. Washers: ASTM A 36/A 36M carbon steel. 3. Finish: Plain.

F. Clevises and Turnbuckles: Made from cold-finished carbon steel bars, ASTM A 108, Grade 1035.

G. Eye Bolts and Nuts: Made from cold-finished carbon steel bars, ASTM A 108, Grade 1030.

H. Sleeve Nuts: Made from cold-finished carbon steel bars, ASTM A 108, Grade 1018.

2.3 PRIMER

A. Primer: Comply with Section 01240 "Exterior Painting" and Section 01250 "High- Performance Coatings" of these special provisions.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 95 January 23, 2018 B. Primer: SSPC-Paint 20, Type II, organic urethane zinc rich primer. 1. Tnemec Company: 94H20 Hydro-Zinc @ 2.5 to 3.5 mils DFT or approved equal.

C. Galvanizing Repair Paint: SSPC-Paint 20.

2.4 GROUT

A. Metallic, Shrinkage-Resistant Grout: ASTM C 1107/C 1107M, factory-packaged, metallic aggregate grout, mixed with water to consistency suitable for application and a 30-minute working time.

B. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107/C 1107M, factory-packaged, nonmetallic aggregate grout, noncorrosive and nonstaining, mixed with water to consistency suitable for application and a 30-minute working time.

2.5 FABRICATION

A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC 303, "Code of Standard Practice for Steel Buildings and Bridges," and to AISC 360.

1. Camber structural-steel members where indicated. 2. Fabricate beams with rolling camber up. 3. Detail assemblies to minimize handling and to expedite erection 4. Locate field joints at concealed locations to the greatest extent possible. 5. Identify high-strength structural steel according to ASTM A 6/A 6M and maintain markings until structural steel has been erected. 6. Mark and match-mark materials for field assembly. 7. Complete structural-steel assemblies, including welding of units, before starting shop-priming operations.

B. Use special care to handle and fabricate structural steel. Comply with the following: 1. Fabricate with exposed surfaces smooth, square, and free of surface blemishes including pitting, rust, scale, and roughness. 2. Grind sheared, punched, and flame-cut edges of structural steel to remove burrs and provide smooth surfaces and edges. 3. Fabricate structural steel with exposed surfaces free of mill marks, including rolled trade names and stamped or raised identification. 4. Fabricate structural steel with exposed surfaces free of seams to maximum extent possible. 5. Remove blemishes by filling or grinding or by welding and grinding, before cleaning, treating, and shop priming. 6. Fabricate with piece marks fully hidden in the completed structure or made with media that permits full removal after erection. 7. Seal-weld open ends of hollow structural sections with 3/8-inch closure plates.

C. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 96 January 23, 2018 1. Plane thermally cut edges to be welded to comply with requirements in AWS D1.1/D1.1M.

D. Bolt Holes: Cut, drill, or punch standard bolt holes perpendicular to metal surfaces.

E. Finishing: Accurately finish ends of columns and other members transmitting bearing loads.

F. Cleaning: Clean and prepare steel surfaces that are to remain unpainted according to SSPC-SP 3, "Power Tool Cleaning."

G. Steel Wall-Opening Framing: Select true and straight members for fabricating steel wall-opening framing to be attached to structural-steel frame. Straighten as required to provide uniform, square, and true members in completed wall framing. Build up welded framing, weld exposed joints continuously, and grind smooth.

H. Holes: Provide holes required for securing other work to structural steel and for other work to pass through steel members.

1. Cut, drill, or punch holes perpendicular to steel surfaces. Do not thermally cut bolt holes or enlarge holes by burning. 2. Baseplate Holes: Cut, drill, mechanically thermal cut, or punch holes perpendicular to steel surfaces. 3. Weld threaded nuts to framing and other specialty items indicated to receive other work.

2.6 SHOP CONNECTIONS

A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified.

1. Joint Type: Snug tightened and Slip critical as indicated.

B. Weld Connections: Comply with AWS D1.1/D1.1M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work.

1. Assemble and weld built-up sections by methods that maintain true alignment of axes without exceeding tolerances in AISC 303 for mill material. 2. Use weld sizes, fabrication sequence, and equipment for AESS that limit distortions to allowable tolerances. 3. Provide continuous, sealed welds at angle to gusset-plate connections and similar locations where steel members are exposed to weather. 4. Provide continuous welds of uniform size and profile where structural steel is visible to a person standing on sidewalk level. This includes all steel members exposed at the underside of canopies.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 97 January 23, 2018 5. Make butt and groove welds flush to adjacent surfaces within tolerance of plus 1/16 inch, minus zero inch. Do not grind unless required for clearances or for fitting other components, or unless directed to correct unacceptable work. 6. Remove backing bars or runoff tabs; back-gouge and grind steel smooth for Steel at exposed underside of canopies. 7. Make fillet welds for structural steel of uniform size and profile with exposed face smooth and slightly concave. Do not grind unless directed to correct unacceptable work.

2.7 SHOP PRIMING

A. Shop prime steel surfaces except the following:

1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches (50 mm). 2. Surfaces to be field welded. 3. Surfaces of high-strength bolted, slip-critical connections. 4. Galvanized surfaces. 5. Surfaces enclosed in interior construction.

B. Surface Preparation: Clean surfaces to be painted. Remove loose rust and mill scale and spatter, slag, or flux deposits. Prepare surfaces according to the following specifications and standards: 1. SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning."

C. Priming: Immediately after surface preparation, apply primer according to manufacturer's written instructions and at rate recommended by SSPC to provide a minimum dry film thickness of 1.5 mils (0.038 mm). Use priming methods that result in full coverage of joints, corners, edges, and exposed surfaces.

1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2. Apply two coats of shop paint to surfaces that are inaccessible after assembly or erection. Change color of second coat to distinguish it from first.

D. Painting: Prepare steel and apply a one-coat, nonasphaltic primer complying with SSPC-PS Guide 7.00, "Painting System Guide 7.00: Guide for Selecting One-Coat Shop Painting Systems," to provide a dry film thickness of not less than 1.5 mils (0.038 mm).

2.8 GALVANIZING

A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to structural steel according to ASTM A 123/A 123M.

1. Fill vent and drain holes that are exposed in the finished Work unless they function as weep holes, by plugging with zinc solder and filing off smooth. 2. Galvanize shelf angles and welded door frames attached to structural-steel frame and located in exterior walls. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 98 January 23, 2018 2.9 SOURCE QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform shop tests and inspections.

1. Provide testing agency with access to places where structural-steel work is being fabricated or produced to perform tests and inspections.

B. Bolted Connections: Inspect shop-bolted connections according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts."

C. Welded Connections: Visually inspect shop-welded connections according to AWS D1.1/D1.1M and the following inspection procedures, at testing agency's option:

1. Liquid Penetrant Inspection: ASTM E 165. 2. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration are not accepted. 3. Ultrasonic Inspection: ASTM E 164. 4. Radiographic Inspection: ASTM E 94.

D. Prepare test and inspection reports.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify, with certified steel erector present, elevations of concrete- and masonry-bearing surfaces and locations of anchor rods, bearing plates, and other embedments for compliance with requirements.

1. Prepare a certified survey of existing conditions. Include bearing surfaces, anchor rods, bearing plates, and other embedments showing dimensions, locations, angles, and elevations.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place unless otherwise indicated.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 99 January 23, 2018 3.3 ERECTION

A. Set structural steel accurately in locations and to elevations indicated and according to AISC 303 and AISC 360.

B. Baseplates, Bearing Plates and Leveling Plates: Clean concrete- and masonry-bearing surfaces of bond-reducing materials, and roughen surfaces prior to setting plates. Clean bottom surface of plates.

1. Set plates for structural members on wedges, shims, or setting nuts as required. 2. Weld plate washers to top of baseplate. 3. Snug-tighten anchor rods after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of plate before packing with grout. 4. Promptly pack grout solidly between bearing surfaces and plates so no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply with manufacturer's written installation instructions for shrinkage-resistant grouts.

C. Maintain erection tolerances of structural steel within AISC 303, "Code of Standard Practice for Steel Buildings and Bridges."

D. Align and adjust various members that form part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that are in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment.

1. Level and plumb individual members of structure. 2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service.

E. Splice members at concealed locations to the greatest extent possible.

F. Do not use thermal cutting during erection.

G. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts.

3.4 FIELD CONNECTIONS

A. High-Strength Bolts: Install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified.

1. Joint Type: Snug tightened and Slip critical as indicated.

B. Weld Connections: Comply with AWS D1.1/D1.1M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 100 January 23, 2018 1. Comply with AISC 303 and AISC 360 for bearing, alignment, adequacy of temporary connections, and removal of paint on surfaces adjacent to field welds. 2. Remove backing bars or runoff tabs; back-gouge and grind steel smooth for Steel at exposed underside of canopies. 3. Remove erection bolts for steel at exposed underside of canopies, fill holes, and grind smooth. 4. Fill weld access holes for steel at exposed underside of canopies and grind smooth. 5. Assemble and weld built-up sections by methods that maintain true alignment of axes without exceeding tolerances in AISC 303, "Code of Standard Practice for Steel Buildings and Bridges," for mill material.

3.5 FIELD QUALITY CONTROL

A. Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections:

1. Verify structural-steel materials and inspect steel frame joint details. 2. Verify weld materials and inspect welds. 3. Verify connection materials and inspect high-strength bolted connections.

B. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections.

C. Bolted Connections: Inspect bolted connections according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts."

D. Welded Connections: Visually inspect field welds according to AWS D1.1/D1.1M.

1. In addition to visual inspection, test and inspect field welds according to AWS D1.1/D1.1M and the following inspection procedures, at testing agency's option:

a. Liquid Penetrant Inspection: ASTM E 165. b. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration are not accepted. c. Ultrasonic Inspection: ASTM E 164. d. Radiographic Inspection: ASTM E 94.

3.6 REPAIRS AND PROTECTION

A. Galvanized Surfaces: Clean areas where galvanizing is damaged or missing and repair galvanizing to comply with ASTM A 780/A 780M.

B. Touchup Painting: Immediately after erection, clean exposed areas where primer is damaged or missing and paint with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 101 January 23, 2018 1. Clean and prepare surfaces by SSPC-SP 3 power-tool cleaning.

C. Touchup Painting: Cleaning and touchup painting are specified in Section 01240 "Exterior Painting" of these special provisions.

D. Touchup Priming: Cleaning and touchup priming are specified in Section 01250 "High- Performance Coating” of these special provisions.

PART 4 - MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01180

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 102 January 23, 2018 SECTION 01190

STEEL DECKING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Roof deck.

B. Related Requirements: 1. Section 01180 "Structural Steel Framing" of these special provisions. 2. Standard Specifications Section 304 “Metal Fabrication and Construction” for framing deck openings with miscellaneous steel shapes. 3. Section 01250 "High Performance Coatings" of these special provisions for repair painting of primed deck and finish painting of deck.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of deck, accessory, and product indicated.

B. Shop Drawings:

1. Include layout and types of deck panels, anchorage details, reinforcing channels, pans, cut deck openings, special jointing, accessories, and attachments to other construction.

1.4 INFORMATIONAL SUBMITTALS

A. Welding certificates.

B. Product Certificates: For each type of steel deck.

C. Product Test Reports: For tests performed by a qualified testing agency, indicating that each of the following complies with requirements:

1. Power-actuated mechanical fasteners.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 103 January 23, 2018 D. Evaluation Reports: For steel deck, from ICC-ES.

E. Field quality-control reports.

1.5 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated.

B. Welding Qualifications: Qualify procedures and personnel according to AWS D1.3/D1.3M, "Structural Welding Code - Sheet Steel."

C. FM Global Listing: Provide steel roof deck evaluated by FM Global and listed in its "Approval Guide, Building Materials" for Class 1-90 windstorm ratings.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling.

B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a waterproof covering and ventilate to avoid condensation.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. AISI Specifications: Comply with calculated structural characteristics of steel deck according to AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members."

2.2 ROOF DECK

A. Roof Deck: Fabricate panels, without top-flange stiffening grooves, to comply with "SDI Specifications and Commentary for Steel Roof Deck," in SDI Publication No. 31, and with the following: 1. Galvanized and Shop-Primed Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grade 33, G60 zinc coating; cleaned, pretreated, and primed with manufacturer's standard baked-on, rust-inhibitive primer. a. Color: Manufacturer's standard. 2. Deck Profile: As indicated. 3. Profile Depth: As indicated. 4. Design Uncoated-Steel Thickness: As indicated. 5. Span Condition: Triple span or more. 6. Side Laps: Overlapped or interlocking seam at Contractor's option.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 104 January 23, 2018 2.3 ACCESSORIES

A. General: Provide manufacturer's standard accessory materials for deck that comply with requirements indicated.

B. Mechanical Fasteners: Corrosion-resistant, low-velocity, power-actuated or pneumatically driven carbon-steel fasteners; or self-drilling, self-threading screws.

C. Side-Lap Fasteners: Corrosion-resistant, hexagonal washer head; self-drilling, carbon- steel screws, No. 10 (4.8-mm) minimum diameter.

D. Flexible Closure Strips: Vulcanized, closed-cell, synthetic rubber.

E. Miscellaneous Sheet Metal Deck Accessories: Steel sheet, minimum yield strength of 33,000 psi (230 MPa), not less than 0.0359-inch (0.91-mm) design uncoated thickness, of same material and finish as deck; of profile indicated or required for application.

F. Pour Stops and Girder Fillers: Steel sheet, minimum yield strength of 33,000 psi (230 MPa), of same material and finish as deck, and of thickness and profile recommended by SDI Publication No. 31 for overhang and slab depth.

G. Column Closures, End Closures, Z-Closures, and Cover Plates: Steel sheet, of same material, finish, and thickness as deck unless otherwise indicated.

H. Piercing Hanger Tabs: Piercing steel sheet hanger attachment devices for use with floor deck.

I. Weld Washers: Uncoated steel sheet, shaped to fit deck rib, 0.0598 inch (1.52 mm) thick, with factory-punched hole of 3/8-inch (9.5-mm) minimum diameter.

J. Flat Sump Plates: Single-piece steel sheet, 0.0747 inch (1.90 mm) thick, of same material and finish as deck. For drains, cut holes in the field.

K. Recessed Sump Pans: Single-piece steel sheet, 0.0747 inch (1.90 mm) thick, of same material and finish as deck, with 3-inch- (76-mm-) wide flanges and sloped recessed pans of 1-1/2-inch (38-mm) minimum depth. For drains, cut holes in the field.

L. Galvanizing Repair Paint: SSPC-Paint 20.

M. Repair Paint: Manufacturer's standard rust-inhibitive primer of same color as primer.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine supporting frame and field conditions for compliance with requirements for installation tolerances and other conditions affecting performance of the Work.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 105 January 23, 2018 B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION, GENERAL

A. Install deck panels and accessories according to applicable specifications and commentary in SDI Publication No. 31, manufacturer's written instructions, and requirements in this Section.

B. Install temporary shoring before placing deck panels if required to meet deflection limitations.

C. Locate deck bundles to prevent overloading of supporting members.

D. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract side-lap interlocks.

E. Place deck panels flat and square and fasten to supporting frame without warp or deflection.

F. Cut and neatly fit deck panels and accessories around openings and other work projecting through or adjacent to deck.

G. Provide additional reinforcement and closure pieces at openings as required for strength, continuity of deck, and support of other work.

H. Comply with AWS requirements and procedures for manual shielded metal arc welding, appearance and quality of welds, and methods used for correcting welding work.

I. Mechanical fasteners may be used in lieu of welding to fasten deck. Locate mechanical fasteners and install according to deck manufacturer's written instructions.

3.3 ROOF-DECK INSTALLATION

A. Fasten roof-deck panels to steel supporting members by arc spot (puddle) welds of the surface diameter indicated or arc seam welds with an equal perimeter that is not less than 1-1/2 inches (38 mm) long, and as follows:

1. Weld Diameter: 5/8 inch (16 mm), nominal. 2. Weld Spacing: Weld edge and interior ribs of deck units with a minimum of two welds per deck unit at each support. Space welds 12 inches (305 mm) apart in the field of roof and 6 inches (150 mm) apart in roof corners and perimeter, based on roof-area definitions in FMG Loss Prevention Data Sheet 1-28. 3. Weld Washers: Install weld washers at each weld location.

B. Side-Lap and Perimeter Edge Fastening: Fasten side laps and perimeter edges of panels between supports, at intervals not exceeding the lesser of one-half of the span or 18 inches (457 mm), and as follows:

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 106 January 23, 2018 1. Mechanically fasten with self-drilling, No. 10 (4.8-mm-) diameter or larger, carbon-steel screws.

C. End Bearing: Install deck ends over supporting frame with a minimum end bearing of 1-1/2 inches (38 mm), with end joints as follows:

1. End Joints: Lapped 2 inches (51 mm) minimum or butted at Contractor's option.

D. Roof Sump Pans and Sump Plates: Install over openings provided in roof deck and mechanically fasten flanges to top of deck. Space mechanical fasteners not more than 12 inches (305 mm) apart with at least one fastener at each corner.

1. Install reinforcing channels or zees in ribs to span between supports and mechanically fasten.

E. Miscellaneous Roof-Deck Accessories: Install ridge and valley plates, finish strips, end closures, and reinforcing channels according to deck manufacturer's written instructions. Weld or mechanically fasten to substrate to provide a complete deck installation.

1. Weld cover plates at changes in direction of roof-deck panels unless otherwise indicated.

F. Flexible Closure Strips: Install flexible closure strips over partitions, walls, and where indicated. Install with adhesive according to manufacturer's written instructions to ensure complete closure.

3.4 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections.

B. Field welds will be subject to inspection.

C. Prepare test and inspection reports.

3.5 PROTECTION

A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on both surfaces of deck with galvanized repair paint according to ASTM A 780/A 780M and manufacturer's written instructions.

B. Repair Painting: Wire brush and clean rust spots, welds, and abraded areas on both surfaces of prime-painted deck immediately after installation, and apply repair paint.

1. Apply repair paint, of same color as adjacent shop-primed deck, to bottom surfaces of deck exposed to view.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 107 January 23, 2018 PART 4 - MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01190

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 108 January 23, 2018 SECTION 01200

SELECTIVE DEMOLITION

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes:

1. Selective demolition, cutting and alterations as indicated, specified, and necessary for the completion of the Architectural portion of the contract.

2. Removing demolished materials not indicated to be salvaged, from the site.

3. Preparation and cleaning of surfaces as required to install new work and finishes.

4. Patching, repairing and finishing existing items to remain to the specified condition with an invisible transition, under normal lighting conditions at the site, between new and existing.

5. Protection of work to remaining.

B. Related work:

1. See Civil Specification sections for other site and flatwork demolition, clearing and grubbing.

PART 2 – PRODUCTS – NOT USED

PART 3 – EXECUTION

3.1 GENERAL

A. Protection:

1. Do not begin demolition until temporary partitions, barricades, warning signs and other forms of protection are installed.

2. Protect trees, plants, utilities and existing improvements that are not to be removed from injury or damage resulting from the Contractor's operation. Replace damaged landscaping, improvements and utilities in kind.

3. During demolition provide safeguards, including warning signs and lights, barricades, and the like, for protection of the public, Contractor's employees Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 109 January 23, 2018 and existing improvements to remain.

B. Dust Control:

1. Assume liability for claims related to flying dust caused by this work.

3.2 DEMOLITION

A. Existing Conditions:

1. Intent of Drawings is to show existing conditions with information developed from record drawings and field surveys and to generally show the extent and type of demolition required.

2. Make a detailed survey of existing conditions prior to commencing demolition, and report discrepancies or conflicts between Drawings and actual conditions in writing to the Architect for clarifications and instructions.

3. Do not proceed where such conflicts or discrepancies occur prior to receipt of Architect's instructions.

B. Demolition shall be performed by skilled and properly equipped personnel.

C. Remove existing construction only to the extent necessary for the proper installation of new construction and junction with existing materials. Cut back finished surfaces to straight, plumb or level lines as required.

D. If unanticipated conditions which conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict.

1. Submit report to Architect in written, accurate detail.

2. Pending receipt of directive from Architect, rearrange demolition schedule as necessary to continue overall job progress without delay.

E. Where openings are cut oversize or in improper location, replace to excess removed material, to the Architect's satisfaction, at no additional cost to Riverside Transit Agency.

F. Coordinate demolition with other trades to assure the proper sequence, limits, methods and time of performance. Schedule demolition so as to impose a minimum of hardship on the present operation of the facilities and the performance of the work of other trades.

G. Whenever possible use small hand or small power tools designed for sawing or grinding; whenever possible avoid the use of tools with a hammering and chopping motion. Cut through finished surfaces from the exposed or finished side into concealed surfaces. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 110 January 23, 2018 H. In general, remove materials as follows:

1. Lath/Stucco:

a. Saw cut plaster, but not lath and weather barrier (paper backing), cleanly.

b. Leave at least 2 -inch of lath exposed to tie into new lath, where applicable.

c. Leave sufficient undamaged weather barrier exposed to create a watertight, by proper lapping, joint with the new weather barrier.

I. Materials not mentioned to be removed that interfere with new construction, except where structural integrity of the assembly is at risk, shall be cut to clean cut lines to provide for proper interface with new construction, or patching and repair, as required.

3.3 SALVAGE

A. Remove any items to be reused, clean and store in a protected location until re- installed or turned over to Riverside Transit Agency.

3.4 PATCHING

A. Patch materials to remain when damaged by demolition. Finish material and appearance of the patch or repair shall match the existing contiguous materials and finishes in all respects, as approved by the Architect.

3.5 CLEAN-UP/DISPOSAL

A. Debris, waste, and removed materials, other than items to be salvaged, are Contractor's property for legal disposal off the site.

B. Continuously clean-up and remove these items and do not allow accumulating in the building and on the site. Refer to Civil specifications for additional requirements on this subject.

PART 4 - MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01200 Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 111 January 23, 2018 SECTION 01210

DECORATIVE SCREEN PANEL ASSEMBLY

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes:

1. All water-jet cut screen panel assemblies at garage openings

1.2 ACTION SUBMITTALS

A. Shop Drawings: Submit shop drawings for all portions of the Work. Include plans, elevations,

1. Indicate materials, finishes, fasteners, anchorages, accessory items and assembly weight.

B. Calculations: Where installed products are indicated to comply with certain structural design loadings, include structural computations, material properties, and other information needed for structural analysis.

C. Samples: For each type of exposed finish.

1.3 QUALITY ASSURANCE

A. Single source responsibility: Award the screen panel work to single firm specializing in this type of work so that there will be undivided responsibility for such work. Firm shall have a minimum of 5 years successful experience in the fabrication of similar systems.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers specified by proprietary designation is Artisan Panels Inc. (artisanpanels.com). Artisan Panels Inc. serves as the reference standard by which the work will be judged.

2.2 MATERIALS

A. ¼” thick Aluminum panels

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 112 January 23, 2018 B. Factory-applied Powder Coating

C. Stainless Steel fasteners, painted to match

2.3 FINISHES, GENERAL

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

C. Remove scratches, abrasions, dents, die markings and other defects prior to finishing operations.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Provide anchorage devices and fasteners where needed to secure decorative metal panels to in-place construction.

B. Set products accurately in location, alignment, and elevation, measured from established lines and levels.

C. Fit exposed connections accurately together to form tight, hairline joints or, where indicated, uniform reveals and spaces for sealants and joint fillers.

D. Do not cut or abrade finishes that cannot be completely restored in the field. Return items with such finishes to the shop for required alterations, followed by complete refinishing, or provide new units as required.

E. Restore protective coverings that have been damaged during shipment or installation. Remove protective coverings only when there is no possibility of damage from other work.

F. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials.

1. Provide clear dielectric tape at concealed surfaces of aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals.

PART 4 - MEASUREMENT AND PAYMENT

Full compensation for Decorative Screen Panel Assembly shall be per square foot of panel, and shall include all labor, equipment, appliances and associated fasteners, brackets,

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 113 January 23, 2018 foundations, poles and materials necessary to install panels in place and operational as shown in the plans, these special provisions and the standard specifications.

END OF SECTION 01210

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 114 January 23, 2018 SECTION 01220

MODULAR TRELLIS PANEL ASSEMBLY

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes:

1. All trellis panel assemblies at garage façade.

1.2 ACTION SUBMITTALS

A. Shop Drawings: Submit shop drawings for all portions of the Work. Include plans, elevations,

1. Indicate materials, finishes, fasteners, anchorages, accessory items and assembly weight.

B. Calculations: Where installed products are indicated to comply with certain structural design loadings, include structural computations, material properties, and other information needed for structural analysis.

C. Samples: For each type of exposed finish.

1.3 QUALITY ASSURANCE

D. Single source responsibility: Award the green screen panel work to single firm specializing in this type of work so that there will be undivided responsibility for such work. Firm shall have a minimum of 5 years successful experience in the fabrication of similar systems.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers specified by proprietary designation is Greenscreen (greenscreen.com). Greenscreen serves as the reference standard by which the work will be judged.

2.2 MATERIALS

A. Modular Steel Trellis Panels Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 115 January 23, 2018 B. Factory-applied Powder Coating

2.3 FINISHES, GENERAL

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

C. Remove scratches, abrasions, dents, die markings and other defects prior to finishing operations.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Provide anchorage devices and fasteners where needed to secure modular trellis panels to in-place construction.

B. Set products accurately in location, alignment, and elevation, measured from established lines and levels.

C. Fit exposed connections accurately together to form tight, hairline joints or, where indicated, uniform reveals and spaces for sealants and joint fillers.

D. Do not cut or abrade finishes that cannot be completely restored in the field. Return items with such finishes to the shop for required alterations, followed by complete refinishing, or provide new units as required.

E. Restore protective coverings that have been damaged during shipment or installation. Remove protective coverings only when there is no possibility of damage from other work.

F. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials.

1. Provide clear dielectric tape at concealed surfaces of aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals.

PART 4 - MEASUREMENT AND PAYMENT

Full compensation for Modular Trellis Panel Assembly shall be per square foot of panel, and shall include all labor, equipment, appliances and associated fasteners, brackets, foundations, poles and materials necessary to install panels in place and operational as shown in the plans, these special provisions and the standard specifications.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 116 January 23, 2018 END OF SECTION 01220

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 117 January 23, 2018 SECTION 01230

PATCHING PORTLAND CEMENT PLASTER

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes:

1. Patching existing plaster damaged by the work of this Contract and filling openings.

2. Lath, accessories and plaster.

3. Selective demolition is specified in Section 01200 of these special provisions, but preparation of existing plastered surfaces to be joined by this work is a responsibility of this Section.

B. Related work:

1. Division 9 for new lath and Portland cement plaster soffits.

2. Division 9 for painting plaster.

PART 2 – PRODUCTS

2.1 MATERIALS

A. Paper weather barrier: Complying with FS UU-B-790, Type I, Grade D (vapor permeable), Style 2, except with a water resistance of 60 minutes; Fortifiber Corp. “Super Jumbo Tex” or equal.

B. Metal lath: Expanded diamond mesh lath weighing 3.4 lbs./ sq. yd. made from uncoated or zinc-coated (galvanized) steel sheet to produce lath complying with ASTM C 847, with uncoated steel sheet painted after fabrication, by Western Metal Lath, Amico West or Cemco.

C. Lathing accessories: Furnish in longest possible single lengths.

1. Control joints: Western Metal Lath No. XJ15-3.

2. Corner reinforcement: Western Metal Lath Stucco-Lok.

D. Fasteners:

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 118 January 23, 2018 1. For securing lath to metal stud framing, use self drilling, self tapping #12 x ¾” wafer head screws. Use of powder actuated or power actuated fasteners is acceptable, but may cause spalling when shot to the substrate; follow manufacturer’s instructions carefully.

2. Tie-wire: Galvanized, annealed steel wire 16-gage for lath-to-supports and 18- gage for accessories-to-lath.

E. Plastering Materials:

1. Portland cement: ASTM C 150, Type I. Do not use plastic cement.

2. Hydrated lime: ASTM C 206, Type S.

3. Sand: ASTM C 144 graded in compliance with Table 6.6.4.

4. Water: Potable and fresh.

2.2 MIXES

A. Proportions:

1. Scratch coat: One part Portland cement, maximum one part dry hydrated lime, maximum 4 parts loose sand of the total volume of cement and lime.

2. Brown coat: Same as specified for scratch coat, except that sand may be increased to one-1/2 parts of the total volume of cement and lime.

3. Finish coat: Same as specified for scratch coat, except that aggregates shall be decreased to no more than 3 parts graded sand. Slight variations in the mix to match existing texture will be allowed as approved by the Architect.

B. Mixing:

1. Mix plaster in mechanical mixer. Accurately measure all ingredients. Do not use caked or lumped materials.

2. Retempering will not be permitted. Discard materials that have partially set.

3. Thoroughly clean mixers and tools free of plaster after mixing each batch.

PART 3 - EXECUTION

3.1 EXAMINATION/PREPARATION

A. Examine existing and new framing, and existing plaster.

B. Correct conditions detrimental to the timely and proper performance of this work are corrected before proceeding with lathing and plastering.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 119 January 23, 2018 C. Preparation:

1. Before plastering begins, insure that adjacent finish work is well protected with waterproof covers securely taped in place.

2. Prepare existing lath to receive new lath by lapping a minimum of 2 inches and wire tying at not over 6 inches o.c.

3. Prepare existing plaster to be patched, and where joined by new plaster, by undercutting edges to provide a mechanical key with patches. Keep edges of patch wet for 24 hours prior to plastering to reduce suction.

4. Apply bonding agent to existing Portland cement plaster that is to receive plaster patch.

D. Except for patching small areas, apply scratch coat forming good full keys over the metal lath. Follow by the brown and finish coat, damp curing each coat as specified below.

E. Repair cracks and openings by moistening adjacent plaster to reduce suction and filling with new material, troweling or tamped flush with adjoining surfaces. Point-up finish plaster surfaces around items which are built into or penetrate plaster.

F. Completed patches shall match existing plaster as approved by the Architect.

3.2 CURING/CLEANING

A. Damp cure each coat and each patch for a minimum of 48 hours after it application. Begin curing as soon as plaster has hardened sufficiently to permit it. Protect from uneven and excessive evaporation during hot, dry weather, and from strong wind blasts.

B. Promptly remove plaster spatter and droppings from adjacent surfaces. Repair surfaces which have been stained, marred or otherwise damaged during plastering.

PART 4 – MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01230

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 120 January 23, 2018 SECTION 01240

EXTERIOR PAINTING

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes surface preparation and the application of paint systems on the following substrates of the existing parking garage. Painting is related to selective demolition and patching as part of the architectural and structural scopes of work.

B. Concrete.

1. Portland cement plaster (stucco).

1.2 DEFINITIONS

A. MPI Gloss Level 1: Not more than five units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523.

B. MPI Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523.

C. MPI Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523.

D. MPI Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523.

E. MPI Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523.

F. MPI Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523.

1.3 QUALITY ASSURANCE

A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution.

1. Architect will select one surface to represent surfaces and conditions for application of each paint system. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required.

2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. b. Final acceptance of colors will be from job-applied samples. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 121 January 23, 2018 1.4 JOB CONDITIONS

A. Environmental requirements:

1. Comply with paint manufacturer’s recommendations for environmental conditions and the following.

2. Do not apply finish in areas where dust is being generated.

3. Apply paint Apply paint under the following prevailing conditions. a. Air and surface temperatures are not below 40 deg. F or above 120 deg. F. b. Surface temperature is at least 5 deg. F above the dew point. c. When there is not threat of impending rain.

1.5 WARRENTY

A. Color of exterior surfaces painted, as part of the work of this Section shall, at the end of one year, have remained free from serious fading when compared to a control sample of the original paint.

B. Paint shall have its original adherence at the end of one year and there shall be no evidence of blisters, running, peeling, scaling, chalking, streaks, or stains at the end of this period.

C. Washing painted surfaces with alkali-free soap and water shall remove surface dirt from painted surfaces without producing deteriorating effects.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements and matching of existing surfaces, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Behr Process Corporation.

2. Benjamin Moore & Co.

3. Dunn-Edwards Corporation.

4. Kwal Paint; Comex Group.

5. Sherwin-Williams Company (The).

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 122 January 23, 2018 2.2 PAINT, GENERAL

A. MPI Standards: Products shall comply with MPI standards indicated and shall be listed in its "MPI Approved Products Lists."

B. Material Compatibility:

1. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated.

B. VOC Content: For field applications, paints and coatings shall comply with VOC content limits of authorities having jurisdiction and the following VOC content limits:

1. Flat Paints and Coatings: 50 g/L. 2. Nonflat Paints and Coatings: 50 g/L. 3. Primers, Sealers, and Undercoaters: 100 g/L. 4. Zinc-Rich Industrial Maintenance Primers: 100 g/L.

C. Colors: Match paint colors at existing parking garage. Per record drawings, the following colors were used at the garage. Contractor to verify all colors and ensure that any proposed colors align with actual colors used and any change in color that may have occurred over time due to the elements.

1. Dunn Edwards Corp, No. DE6033 Porcupine Needles – Typical Structure Color 2. Dunn Edwards Corp, No. DEC741 Bone White – Cornice Color 3. Dunn Edwards Corp, No. DE6150 Gourmet Honey – Typical Furred Stucco Walls 4. Dunn Edwards Corp, No. DE6090 Western Red – Accent Stucco Color

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work.

B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows:

1. Concrete: 12 percent. 2. Portland Cement Plaster: 12 percent.

C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 123 January 23, 2018 D. Proceed with coating application only after unsatisfactory conditions have been corrected.

1. Application of coating indicates acceptance of surfaces and conditions.

3.2 PREPARATION

A. Comply with manufacturer's written instructions and recommendations in "MPI Maintenance Repainting Manual" applicable to substrates and paint systems indicated.

B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting.

1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection.

3.3 APPLICATION

A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual."

B. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks.

3.4 CLEANING AND PROTECTION

A. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition.

B. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces.

PART 4 – MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01240

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 124 January 23, 2018 SECTION 01250

HIGH-PERFORMANCE COATINGS

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. This Section includes shop and field surface preparation and shop and field painting of exterior exposed steel.

1. Surface preparation, including in the shop and applications of metal primer, and field applications of primers and finishes are specified in this Section.

B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

1. This Section includes surface preparation and application of high-performance coating systems on exterior steel.

1.3 REFERENCES

A. ASTM B 117—Standard Practice for Operating Salt Spray (Fog) Apparatus

B. ASTM D 522—Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings

C. ASTM D 2794—Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact)

D. ASTM D 3363—Standard Test Method for Film Hardness by Pencil Test

E. ASTM D 4060—Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser

F. ASTM D 4541—Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers

G. ASTM D 4587—Standard Practice for Fluorescent UV-Condensation Exposures of Paint and Related Coatings

H. SSPC-SP 6/NACE 3—Commercial Blast Cleaning.

1.4 SUBMITTALS

A. Submit under provisions of Division 1.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 125 January 23, 2018 B. Provide manufacturer's data sheets on each product to be used, including:

1. Preparation instructions and recommendations 2. Storage and handling requirements and recommendations 3. Installation methods 4. Operation and maintenance data 5. Provide material analysis, including vehicle type and percentage by weight and by volume of vehicle, resin and pigment. 6. Manufacturer’s certified test reports showing the substitute product(s) performance as outlined in Paragraph 2.3 shall be submitted. 7. Submit manufacturer’s Material Safety Data Sheets (MSDS) and other safety requirements.

C. Shop Drawings:

1. Submit a complete list of products proposed for use, including identifying product names and catalog numbers.

a. Arrange in same format as Schedule of Paint Finishes below. b. Include applicable manufacturer’s data and recommendations.

D. Verification Samples: For each finish product specified, two samples, minimum size 3 X 4-inch square, and representing actual product color.

E. Manufacturer's Certificates: Certify products meet or exceed specified requirements.

1.5 QUALITY ASSURANCE

A. Manufacturer's Quality Assurance: Submit manufacturer's certification that coatings comply with specified requirements and are suitable for intended application.

B. Applicator's Quality Assurance: Submit list of a minimum of 5 completed projects of similar size and complexity to this Work. Include for each project:

1. Project name and location 2. Name of owner 3. Name of contractor 4. Name of architect 5. Name of coating manufacturer 6. Approximate area of coatings applied 7. Date of completion

C. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship.

1. Prepare 10 foot by 10-foot (3.05 m by 3.05 m) mock-up for each coating system specified using same materials, tools, equipment, and procedures intended for actual surface preparation and application. 2. Do not proceed with remaining work until workmanship, color, and sheen are approved by Architect. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 126 January 23, 2018 3. Refinish mock-up area as required to produce acceptable work. 4. Retain mock-ups to establish intended standards by which coating systems will be judged.

D. Pre-application Meeting: Convene a pre-application meeting before start of application of coating systems. Require attendance of parties directly affecting work of this section, including Contractor, Architect, applicator, and manufacturer's representative. Review the following:

1. Environmental requirements 2. Protection of surfaces not scheduled to be coated 3. Surface preparation 4. Application methods 5. Repair 6. Field quality control 7. Cleaning 8. Protection of coating systems 9. One-year inspection 10. Coordination with other work

1.6 DELIVERY, STORAGE, AND HANDLING

A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying:

1. Coating or material name 2. Manufacturer 3. Color name and number 4. Batch or lot number 5. Date of manufacture 6. Mixing and thinning instructions

B. Storage:

1. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions. 2. Keep containers sealed until ready for use. 3. Do not use materials beyond manufacturer's shelf life limits.

C. Handling: Protect materials during handling and application to prevent damage or contamination.

D. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction.

1.7 PROJECT CONDITIONS

A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 127 January 23, 2018 B. Weather:

1. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer's instructions. 2. Surface Temperature: Minimum of 5ºF (3 ºC) above dew point. 3. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions. 4. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. 5. Wind: Do not spray coatings if wind velocity is above manufacturer's recommended limit.

C. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with manufacturer's instructions.

D. Dust and Contaminants:

1. Schedule coating work to avoid excessive dust and airborne contaminants. 2. Protect work areas from excessive dust and airborne contaminants during coating application and curing.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Products of Tnemec Company, Inc., 417 East Weber Ave., Compton, CA 90222, (310) 637-2363, www.tnemec.com, are listed to establish a standard of performance and quality.

B. Materials specified herein shall not preclude consideration of equivalent or superior materials. Suggested equivalent materials or other substitutions shall be submitted to specifier for consideration in compliance with procedures in Section 4-1.6 of the Standard Specifications and must also include the following:

1. Submittals shall be provided no later than ten (10) days after Owner/Owner’s Agent letter of Notice to Proceed. 2. Requests for substitution shall include evidence of satisfactory past performance in similar environment. 3. Substitutions will not be considered that change the number of coats or do not meet specified dry film thicknesses. 4. Manufacturer’s certified test reports showing the substitute product(s) performance as outlined in Paragraph 2.3 shall be submitted. 5. After second submittal, Architect/Engineer/ Owner or Owner’s Agent hourly rates will be charged to review further submittals.

C. Bidders desiring to use coatings other than those specified shall submit those with their proposal based on the specified materials, together with the information required in

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 128 January 23, 2018 Paragraph 1.5 above, and indicate the sum which will be added to or deducted from the base bid should alternate materials be accepted.

2.2 HIGH PERFORMANCE COATINGS GENERAL

A. Materials Compatibility: Provide shop and field primers, and finish-coat materials that are compatible with one another and with the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

2.3 COATING SYSTEMS FOR EXTERIOR STEEL

A. Primary System: Zinc-Rich/Epoxy/Fluoropolymer

1. Urethane Primer, Zinc-Rich

a. Tnemec Series 94-H2O Hydro-Zinc

1) Generic Type: Aromatic Urethane, Zinc-Rich 2) Solids by Volume: 62% 3) Zinc Dust Content: 83% by weight in dried film 4) Volatile Organic Compounds, Unthinned: 0.74 lbs/gallon (89 grams/liter)

b. Performance Requirements:

1) Adhesion (ASTM D4541, Type V): No less than 1,730 psi. 2) Prohesion (ASTM G85): No blistering, cracking or delamination of film. No more than 1/8” rust creepage at scribe after 10,000 hours. 3) Salt Spray (ASTM B117): No blistering, cracking or delamination of film. No more than 1/16” rust creepage at scribe after 10,000 hours.

2. High-Build Epoxy Intermediate Coat

a. Tnemec Series L69 Epoxoline II

1) VOC content: 98 grams/liter 2) Volume Solids: 65% 3) Volatile Organic Compounds, Unthinned: 0.82 lbs/gallon (98 grams/liter)

b. Performance Requirements:

1) Abrasion (ASTM D4060, CS-17, 1000 g): No more than 140 mg loss after 1,000 cycles. 2) Adhesion (ASTM D4541, Type V): No less than 1,943 psi. 3) Humidity (ASTM D4585): No blistering, cracking, rusting or delamination after 10,000 hours. 4) Immersion (ASTM D870): No blistering, cracking, checking, rusting or delamination of film after two years continuous water immersion.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 129 January 23, 2018 5) Prohesion (ASTM G85): No rusting, cracking or blistering of film. No more than 1/8” rust creepage at scribe after 5,000 hours exposure. 6) Salt Spray (ASTM B117): No blistering, cracking, rusting or delamination of film. No more than 3/16” rust creepage at scribe after 20,000 hours.

3. Fluoropolymer, Pigmented Topcoat

a. Tnemec Series 1071V Fluoronar

1) Generic Type: Advanced Solution Thermoset Fluoropolymer 2) Finish: Semi-Gloss 3) Solids by Volume: 56% 4) Volatile Organic Compounds, Unthinned: 0.81 lbs/gallon (97 grams/liter)

b. Performance Requirements:

1) Abrasion

a) Method: ASTM D 4060, (CS-17 Wheel, 1,000 grams load) b) System: One coat thermoset fluoropolymer cured 30 days at 75ºF (24ºC) c) Requirement: No more than 147 mg loss after 1,000 cycles.

2) Adhesion

a) Method: ASTM D 4541 (Method B, Type II Tester) b) System: One coat aromatic urethane zinc-rich, one coat aliphatic acrylic polyurethane and one coat thermoset fluoropolymer applied to SSPC-SP10 Near-White Metal Blast Cleaned steel and cured 14 days at 75ºF (24ºC). c) Requirement: No less than 1,050psi (7.24 MPa) pull, average of three tests.

3) Adhesion

a) Method: ASTM D 4541 (Method E, Type V Tester) b) System: One coat aromatic urethane zinc-rich, one coat aliphatic acrylic polyurethane and one coat thermoset fluoropolymer applied to SSPC-SP10 Near-White Metal Blast Cleaned steel and cured 14 days at 75ºF (24ºC). c) Requirement: No less than 1,706 psi (11.76 MPa) pull, average of three tests.

4) Exterior Exposure

a) Method: ASTM D 4141, Method C (EMMAQUA)

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 130 January 23, 2018 b) System: One coat polyamide epoxy and one coat thermoset fluoropolymer (white) applied to SSPC-SP1 Solvent Cleaned aluminum and cured 30 days at 75°F (24°C). c) Requirement: No blistering, cracking or chalking. No less than 82% gloss retention, no more than 13 units gloss loss and 0.54 2 DEHunter color change after 3,500 M/J m EMMAQUA exposure.

5) Flexibility

a) Method: ASTM D 522 (Method A – Conical Mandrel) b) System: One coat polyamide epoxy and one coat thermoset fluoropolymer applied to SSPC-SP7 Brush-Off Blast Cleaned steel and cured 7 days at 75°F (24°C). c) Requirement: No less than 9.14% elongation average of three tests.

6) Hardness

a) Method: ASTM D3363 b) System: One coat polyamide epoxy and one coat thermoset fluoropolymer applied to SSPC-SP7 Brush-Off Blast Cleaned steel and cured 30 days at 75°F (24°C). c) Requirement: No gouging with an 8H or less pencil.

7) Humidity

a) Method: ASTM D 4585 b) System: One coat polyamide epoxy and one coat thermoset fluoropolymer applied to SSPC-SP10 Near-White Metal Blast Cleaned steel and cured 7 days at 75ºF (24ºC). c) Requirement: No blistering, cracking, rusting or delamination of film after 2,000 hours exposure.

8) Impact

a) Method: ASTM D 2794 b) System: One coat polyamide epoxy and one coat thermoset solution fluoropolymer applied to SSPC-SP10 Near-White Metal Blast Cleaned steel and cured 7 days at 75ºF (24ºC). c) Requirement: No visible cracking or delamination of film after 27 inch-pounds (3.9 J) or less direct impact.

9) QUV

a) Method: ASTM D 4587 (UVA-340 Bulbs, Cycle 4:8 hours UV/4 hours condensation) b) System: One coat thermoset fluoropolymer (white) applied to SSPC-SP1 Solvent Cleaned aluminum and cured 30 days at 75ºF (24ºC).

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 131 January 23, 2018 c) Requirement: No blistering, cracking, or chalking. No less than 92% gloss retention (1.7 units gloss change) and 2.04 DEFMC2 color change after 10,000 hours exposure.

2.4 STEEL SHOP FINISHING

A. Surface Preparation:

1. Clean surfaces as follows immediately prior to priming.

a. SSPC-SP6 Commercial Blast Cleaning Surfaces to be coated shall be clean, dry, smooth and free from dust and foreign matter which will adversely affect adhesion or appearance. Provide a minimum surface profile of 1.5 mils anchor pattern. b. Prior to application of primer, steel surfaces shall be prepared as stated above to receive coating system or in compliance with manufacturer's recommendations and specifications of Steel Structures Painting Council.

2.5 ACCESSORIES

A. Coating Application Accessories:

1. Accessories required for application of specified coatings: Provide in accordance with coating manufacturer's instructions, including thinners.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Do not begin installation until substrates have been properly prepared.

B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding.

3.2 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED

A. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and application of coatings.

B. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated.

3.3 SURFACE PREPARATION OF STEEL

A. Prepare steel surfaces in accordance with manufacturer's instructions.

B. Fabrication Defects:

1. Correct steel and fabrication defects revealed by surface preparation.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 132 January 23, 2018 2. Remove weld spatter and slag. 3. Round sharp edges and corners of welds to a smooth contour. 4. Smooth weld undercuts and recesses. 5. Grind down porous welds to pinhole-free metal. 6. Remove weld flux from surface.

C. Ensure surfaces are dry.

D. Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter in accordance with SSPC-SP 6/NACE 3, unless otherwise specified.

E. Abrasive Blast-Cleaned Surfaces: Coat abrasive blast-cleaned surfaces with primer before visible rust forms on surface. Do not leave blast-cleaned surfaces uncoated for more than 8 hours.

F. Shop Primer: Prepare shop primer to receive field coat in accordance with manufacturer's instructions.

3.4 APPLICATION

A. Apply coatings in accordance with manufacturer's instructions.

B. Mix and thin coatings, including multi-component materials, in accordance with manufacturer's instructions.

C. Keep containers closed when not in use to avoid contamination.

D. Uniformly apply coatings at spreading rate required to achieve specified DFT.

E. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of coating systems.

F. Stripe paint with brush critical locations on steel such as welds, corners, and edges using specified primer.

3.5 FIELD QUALITY CONTROL

A. Inspector's Services:

1. Verify coatings and other materials are as specified. 2. Verify surface preparation and application are as specified. 3. Verify DFT of each coat and total DFT of each coating system specified using wet film and dry film gauges. 4. Coating Defects: Check coatings for film characteristics or defects that would adversely affect performance or appearance of coating systems. 5. Report:

a. Submit written reports describing inspections made and actions taken to correct nonconforming work.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 133 January 23, 2018 b. Report nonconforming work not corrected. c. Submit copies of report to Architect and Contractor.

B. Manufacturer's Technical Services: Coordinate with coating manufacturer's technical service department or independent sales representative for current technical data and instructions.

3.6 CLEANING

A. Remove temporary coverings and protection of surrounding areas and surfaces.

B. Remove overspray and splatter, if any.

3.7 PROTECTION OF COATING SYSTEMS

A. Protect surfaces of coating systems from damage during construction.

B. Touch-up, or repair damaged products before Substantial Completion.

3.8 ONE-YEAR INSPECTION

A. Owner will set date for one-year inspection of coating systems.

B. Inspection shall be attended by Owner, Contractor, Architect, and manufacturer's representative.

C. Repair deficiencies in coating systems as determined by Architect in accordance with manufacturer’s instructions.

3.9 SCHEDULES

A. Exterior Exposed Steel, Semi-Gloss Finish

1. Surface Preparation: SSPC-SP6/NACE 3 Commercial Blast Cleaning. 2. Primer: Tnemec Series 94-H2O Hydro-Zinc at 2.5 to 3.5 mils DFT. 3. Intermediate Coat: Tnemec Series L69 High Build Epoxoline II at 4.0 to 6.0 mils DFT 4. Finish Coat: Tnemec Series 1071V Fluoronar at 2.0 to 3.0 mils DFT. 5. Total Dry Film Thickness: 8.5 to 12.5 mils

PART 4 – MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor.

END OF SECTION 01250

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 134 January 23, 2018 SECTION 01260

DISPLAY CASES

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Display cases referred to as “Service Schedule Display Case” in the plans and bid sheets.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: For display cases.

1. Include plans, elevations, sections, and attachment details.

C. Samples: For each exposed product and for each color and texture specified.

1.3 CLOSEOUT SUBMITTALS

A. Maintenance data.

PART 2 - PRODUCTS

2.1 SERVICE SCHEDULE DISPLAY CASE

A. Surface-Mounted Display Case: Factory-fabricated display case; with finished interior, and glazed doors at front.

1. Construction: Extruded-aluminum top, bottom, and side panels. 2. Aluminum Finish: Manufacturer's standard baked enamel or powder coat.

a. Color: As selected by Architect from manufacturer's full range to match decorative screen panels and associated steel support framing at garage openings.

3. Display Case Base: No base, for wall mounting.

B. Back Panel: Steel or other magnetized material decided by manufacturer to receive removable magnetic display posters. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 135 January 23, 2018 2.2 MATERIALS

A. Extruded-Aluminum Bars and Shapes: ASTM B 221, ASTM B 221M, Alloy 6063.

B. Aluminum Tubing: ASTM B 429/B 429M, Alloy 6063.

C. Clear Polycarbonate Display Window Panel with clear anti-graffiti liner, thickness and specification per manufacturer’s standards.

2.3 FABRICATION

A. Fabricate display cases to requirements indicated for dimensions, design, and thickness and finish of materials.

B. Use metals and shapes of thickness and reinforcing required to produce flat surfaces, and to impart strength for size, design, and application indicated.

C. Fabricate cabinets and door frames with reinforced corners, mitered to a hairline fit, with no exposed fasteners.

2.4 ALUMINUM FINISHES

A. Baked-Enamel or Powder-Coat Finish: AAMA 2603, except with a minimum dry film thickness of 1.5 mils or 0.04 mm. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish.

PART 3 - EXECUTION

3.1 INSTALLATION

A. General: Install units in locations and at mounting heights indicated on Drawings. Keep perimeter lines straight, level, and plumb. Provide grounds, clips, backing materials, adhesives, brackets, anchors, trim, and accessories necessary for complete installation.

B. Surface-Mounted Display Cases: Attach units through garage screen panels to structural steel framing with concealed clips, hangers, or grounds fastened at not more than 16 inches or 400 mm o.c. Cases to be mounted through integral rear pan.

PART 4 – MEASUREMENT AND PAYMENT

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 136 January 23, 2018 Display Case shall be measured and paid for at the contract unit price per each, and shall include full compensation for all labor, equipment, appliances and associated fasteners, brackets, foundations, poles and materials necessary to install display cases in place and operational as shown in the plans, these special provisions and the standard specifications.

END OF SECTION 01260

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 137 January 23, 2018 SECTION 01270

DIMENSIONAL LETTER SIGNAGE

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Cutout dimensional characters.

B. Related Requirements:

1. Section 01080 “Dynamic and Static Site Signage”.

1.2 ACTION SUBMITTALS

B. Shop Drawings: For signs.

1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list, typestyles, graphic elements, and layout for each sign at least half size.

C. Samples: For each exposed product and for each color and texture specified.

1.3 INFORMATIONAL SUBMITTALS

D. Sample warranty.

1.4 CLOSEOUT SUBMITTALS

E. Maintenance data.

1.5 WARRANTY

F. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period.

1. Warranty Period: One year from date of Substantial Completion.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 138 January 23, 2018 PART 2 - PRODUCTS

2.1 DIMENSIONAL CHARACTERS

A. Cutout Characters: Characters with uniform faces; square-cut, smooth edges; precisely formed lines and profiles; and as follows:

1. Character Material: Sheet or plate aluminum. 2. Character Height and Font: As coordinated with Forest City representative: Jeff Kurtz (email: [email protected]). 3. Thickness: 0.25 inch or Manufacturer's standard for size of character. 4. Finishes:

a. Baked-Enamel or Powder-Coat Finish: Manufacturer's standard, in color as selected by Architect from manufacturer's full range.

5. Mounting: Concealed studs.

PART 3 - EXECUTION

3.1 INSTALLATION

A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions.

1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. 3. Corrosion Protection: Provide clear dielectric tape at concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals.

B. Remove temporary protective coverings and strippable films as signs are installed.

PART 4 - MEASUREMENT AND PAYMENT

Full compensation for complying with the requirements of this section shall be considered to be included in the contract prices paid for Panel Signage as described in the plans and these specifications, and no additional compensation will be allowed therefor.

END OF SECTION 01270

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 139 January 23, 2018 SECTION 01280

PANEL SIGNAGE

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Panel signs referred to as "Architectural Fin Signage" in the drawings and bid sheets.

B. Related Requirements of these special provisions:

1. Section 01080 “Dynamic and Static Site Signage”

2. Section 01270 "Dimensional Letter Signage".

3. Section 01290 "Pylon Signage" for freestanding signs.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: For panel signs.

1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories.

C. Samples: For each exposed product and for each color and graphic pattern specified.

D. Delegated-Design Submittal: For Architectural Fin Signage

1. Include design drawings for exact finish and design of graphic patterns proposed for approval from Forest City representative: Jeff Kurtz (email: [email protected]).

1.3 INFORMATIONAL SUBMITTALS

A. Sample warranty.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 140 January 23, 2018 1.4 CLOSEOUT SUBMITTALS

A. Maintenance data.

1.5 WARRANTY

A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period.

1. Warranty Period: One year from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 PANEL SIGNS

A. Panel Sign: Sign with smooth, uniform surfaces; with message and characters as indicated in section 01270 "Dimensional Letter Signage"; and as follows:

1. Manufacturers: Subject to compliance with Forest City requirements and manufacturer’s ability, same manufacturer to provide Panel Signs in this section, "Dimensional Letter Signage" in section 01270, and "Pylon Signage" in section 01290 of these special provisions.

2. Solid-Sheet Sign, Returns, and Back: Aluminum sheet with finish specified in "Surface Finish and Applied Graphics" Subparagraph and as follows:

a. Surface-Applied, Flat Graphics: Silkscreened or digitally printed dot pattern as proposed by signage contractor.

3. Sign-Panel Perimeter: Finish edges smooth.

a. Edge Condition: Square cut. b. Corner Condition in Elevation: As indicated on Drawings.

4. Sign Materials:

a. Material: Aluminum. b. Profile: recessed reveal as indicated on Drawings. c. Panel Finish and Color: Manufacturer's standard, factory-applied, exterior grade sign paint, in colorway relating to Benjamin Moore 1050 “Weathered Oak” or similar, or as approved by Forest City representative. d. Flat Graphics Finish and Color: Silkscreened or digitally printed in contrasting colorway recommended by manufacturer and approved by Forest City representative.

5. Mounting: Projecting from wall over structure indicated on Drawings.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 141 January 23, 2018 2.2 ACCESSORIES

A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following unless otherwise indicated:

1. Use concealed fasteners and anchors unless indicated to be exposed. 2. Exposed Metal-Fastener Components, General:

a. Fabricated from same basic metal and finish of fastened metal unless otherwise indicated.

PART 2 - EXECUTION

3.1 INSTALLATION

A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions.

1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. 3. Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint.

B. Remove temporary protective coverings and strippable films as signs are installed.

PART 4 – MEASUREMENT AND PAYMENT

Panel Signage shall be measured and paid for at the contract unit price per each, and shall include full compensation for all dimensional letter signage, labor, equipment, appliances and associated fasteners, brackets, foundations, poles and materials necessary to install display cases in place and operational as shown in the plans, these special provisions and the standard specifications.

END OF SECTION 01280

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 142 January 23, 2018 SECTION 01290

PYLON SIGNAGE

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Internally illuminated pylon signs referred to in the plans and bid sheets as “Mall Directory and Advertising Pylon”.

B. Related Requirements:

1. Section 01080 “Dynamic and Static Site Signage”.

1.2 ORDER OF WORK:

A. Contractor shall conform to the following:

1. Contractor shall provide Architect with design documents, shop drawings and submittals for review and approval.

2. Architect shall provide comments on shop drawing and submittals. Contractor shall resubmit shop drawings and submittals for review by Architect.

3. Design documents shall be submitted to the City of Temecula for deferred signage permit.

4. Upon written approval of shop drawings and submittals by the Architect and approval from the City of Temecula, Contractor shall fabricate mock-ups and begin Inspection and Testing.

5. Mock-ups shall be reviewed by the Architect, RTA, and Forest City representatives. Architect shall provide the Contractor written comments on the mock-ups.

6. Contractor shall address mock-up comments and provide Architect written notice of correction.

7. Upon approval of mock-ups, Contractor shall be responsible for: a. Fabricating Pylon

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 143 January 23, 2018 b. Fabricating base plate templates out of 5/8” plywood. The templates shall include anchor bolt holes as well as the elliptical holes as shown in the drawings. 2 pylon base plate templates shall be provided to the Architect prior to 21 days prior to construction of pylon foundations; c. Packaging structure components for delivery and storage by individual pylon for safe outdoor storage; d. Delivering pylon for assembly to a location provided by the Contractor. Location shall be in Riverside County; e. Installation, Maintenance and Field Testing of pylon; and f. Providing a 1-year warranty, from acceptance of pylon to the Forest city Representative.

B. Substantial Completion shall be defined as the state at which the Work is sufficiently complete, in the opinion of the Architect, and in accordance with the Contract Documents. The Architect shall be the sole determinant of Substantial Completion and such determination may only be made in writing. The following requirements apply to Substantial Completion:

1. Contractor has fabricated the templates, pylon, and components necessary for assembly and installation; and 2. Contractor has developed detailed assembly instructions with list of parts and quantities; and 3. Architect has inspected pylon components and reviewed quality control documentation; and 4. Contractor has corrected, prior to packaging, all defects, deficiencies and deviations and the Architect has notified the Contractor in writing of its acceptance of such corrections; and 5. Contractor has prepared and packaged components for delivery, storage; and Contractor has delivered the structures and components to the site specified by Architect, and 6. Contractor has installed and field tested the performance of the pylon to ensure that the system, as installed in the field, works properly as a fully integrated and installed system.

1.3 ACTION SUBMITTALS

A. Product Data: Manufacturer’s descriptive literature for each type of material to be installed.

B. Shop Drawings: For signage.

1. Include fabrication and installation details for each unique panel type, including panel hinges and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list, typestyles, graphic elements, and layout for each sign. 4. Show locations of electrical service connections. 5. Include diagrams for power, signal, and control wiring. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 144 January 23, 2018 C. Verification Samples: Two samples, minimum size 6 inches square, for each exposed product and for each color and texture specified. Samples shall represent actual color and finish of products to be installed.

D. Delegated-Design Submittal: For Pylon Sign.

1. Manufacturer Qualifications: Documentation of specified manufacturer qualifications. 2. For the design and fabrication of the Pylon, the Contractor shall submit the Pylon fabricator's Quality Control (QC) Program, as well as the name of the Quality Control Manager, for the fabrication and installation of the Pylon for the review and approval of the Engineer prior to the commencement of fabrication work. The Contractor and the Pylon fabricator shall be responsible for QC throughout the fabrication and installation process. The QC Plan shall describe, and consist of, the plans, procedures, and organization necessary to produce a product that complies with the Contract. The Plan shall cover fabrication and procurement operations, both onsite and offsite, and shall be keyed to the fabricator's proposed fabrication sequence. 3. Include structural analysis calculations for signs indicated to comply with design loads; signed and sealed by the qualified professional engineer responsible for their preparation. 4. Design Data: System analysis by manufacturer verifying compliance of assemblies to specified design requirements; include details of allowance for anticipated thermal movements.

1.4 INFORMATIONAL SUBMITTALS

A. Sample warranty.

1.5 CLOSEOUT SUBMITTALS

A. Operation and maintenance data. Printed instructions on recommended cleaning and maintenance materials and methods.

1.6 WARRANTY

A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period.

1. Warranty Period: One year from date of Substantial Completion.

PART 2 - PRODUCTS

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 145 January 23, 2018 2.1 PERFORMANCE REQUIREMENTS

A. Unless otherwise indicated, all materials, equipment, design, manufacturing methods, installation, testing, and workmanship shall conform to all regulations and codes indicated in Section 209-2 of the Standard Specification, National Fire Protection Association (NFPA) Section 70 - National Electrical Code, and the latest revisions of the regulations, codes and standards indicated herein.

B. Delegated Design: Engage a qualified California licensed professional engineer to design sign structure and anchorage of pylon according to structural performance requirements.

C. Structural Performance: Signs and supporting elements shall withstand the effects of gravity and other loads within limits and under conditions indicated.

D. Thermal Movements: For exterior signs, allow for thermal movements from ambient and surface temperature changes.

1. Temperature Change: [120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces.

E. Accessibility Standard: Comply with applicable provisions in the 2016 California Building Code.

2.2 PYLON SIGNS

A. Pylon Signs: Sign with smooth, uniform surfaces and support assembly; with message and characters having uniform faces, sharp corners, and precisely formed lines and profiles; and as follows:

1. Illuminated Sign: Backlighted construction with LED Insert requirement lighting including transformers, insulators, and other accessories for operability, with provision for servicing and concealing connections to building electrical system. Use tight or sealed joint construction to prevent unintentional light leakage. Space lamps apart from each other and away from sign surfaces as needed to illuminate evenly.

a. Power: As indicated on electrical Drawings.

2. Solid-Sheet Sign Panels:

a. Inset, Cutout Characters per drawings: Sign face routed to receive push- through acrylic graphics, beveled or chamfered and extending no less than 1/8”, but no more than ¼” from the sign panel. 1) Mobility Hub Name: a) Name to appear white both during the day and at night b) Contractor to coordinate letter font and content with RTA and Forest City 2) RTA Branding Logo: Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 146 January 23, 2018 a) Reflect the design intent of the RTA branding art b) Art to be provided by RTA c) Art to be backlit and clearly visible at night

3. Single-Panel Sign Frame with Static “Insert”.

a. Material: Painted Aluminum b. Profile: Square c. Corner Condition in Elevation: Mitered d. Finish and Color: As selected by Forest City Representative from manufacturer's full range e. Lighting: Back-lit 1) 3/16 inch clear Plexiglas, or approved equal, face to protect insert; 2) 1/8-inch white polycarbonate diffuser (to back up insert and diffuse light); 3) LED illumination 4) Even light distribution 5) Weatherproof with seals and drainage (to avoid water entering into or stagnating near the inserts). f. Hinged from the inside, and not visible from the outside when panel is closed to allow for easy opening of the panel. g. Locked/unlocked with tamperproof, universal lock h. Easily removable (e.g. lifted up) from hinge i. Easy front loading of insert (hinged side) j. Panel insert size: 42”W x 50”H

4. Stone Clad Panel

a. To match dressed stone finish at Forest City standard pylon directory signs at Mall. Signage Contractor to coordinate with Forest City representative: Jeff Kurtz (email: [email protected]).

5. Pylon Structure: Internal frame.

a. Pylon Shape: Rectangular Insert requirement.

2.3 ACCESSORIES

A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following unless otherwise indicated:

1. Use concealed fasteners and anchors unless indicated to be exposed. 2. For exterior exposure, furnish nonferrous-metal devices unless otherwise indicated. 3. Exposed Metal-Fastener Components, General:

a. Fabricated from same basic metal and finish of fastened metal unless otherwise indicated. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 147 January 23, 2018 2.4 FABRICATION

A. General: Provide manufacturer's standard sign assemblies according to requirements indicated.

1. Mill joints to tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 2. Provide welds and brazes behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed joints of flux, and dress exposed and contact surfaces. 3. Conceal fasteners and anchors unless indicated to be exposed; locate exposed fasteners where they will be inconspicuous. 4. Internally brace signs for stability, to meet structural performance loading without oil-canning or other surface deformation, and for securing fasteners.

B. Pylon Fabrication: Fabricate pylon signs with integral base consisting of channels, angles, plates, or other fittings. Design and fabricate pylon and anchorage for structural performance indicated. Detail anchorage so that water can drain out of assembly without obstruction. Drill holes in members for anchor-bolt connection. Provide anchor bolts of size required for connecting base to concrete foundations.

1. Internal Frames: Manufacturer's standard internal steel framing system and anchorage, modified as required for Project requirements. Provide welded construction. Cut, drill, and tap units to receive hardware, bolts, and similar items.

a. Hot-dip galvanize steel framing system after fabrication according to ASTM A 123/A 123M.

PART 3 - EXECUTION

3.1 INSTALLATION

A. General: Contractor shall transport pylon to, and install pylon at, station as indicated in the Plans, specifications, and these Special Provisions. Delivery, assembly, and installation of pylon shall not occur until all testing (except Field Performance Testing) is completed, and the installation site work is substantially complete—as determined by, and at the sole discretion of, the Architect.

After installation and leveling of the Pylon to its foundation, Contractor shall coast base plate, anchor bolts, and column below grade with “RUST-OLEUM V9100 System, Low VOC DTM Epoxy Mastic,” or approved equal, and shall completely fill the space between the Pylon base plate and the concrete foundation with a non-shrink grout complying with ASTM C1107/C1107M. In addition, the Pylon base plate and anchor bolts shall be completely encased with non-shrink grout as shown on the Plans.

If the fabricator will not install the Pylon, the Prime Contractor or listed Subcontractor that will install the Pylon must be authorized and trained by the fabricator to install its products using the fabricator’s handling and installation procedures and techniques for Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 148 January 23, 2018 the Pylon. Said authorization, including a statement that the installer is trained by the fabricator on handling and installation procedures for the Pylon shall be submitted in writing, on the fabricator’s letterhead, to the Architect in accordance with these Special Provisions, a minimum of 30 working days prior to shipping the Pylon.

If the fabricator will install the Pylon, a statement attesting to that fact shall be submitted in writing, on the fabricator’s letterhead, to the Architect in accordance with these Special Provisions, a minimum of 30 working days prior to shipping the Pylon.

Contractor shall be responsible for protection and maintenance, including cleaning and polishing of pylon until the Architect has provided the Contractor with relief of maintenance upon completion of all Field Performance Testing.

B. Attachment with Preset Anchor Bolts: Set pylon base in position over anchor bolts projecting from concrete foundation, shim and support pylon to prevent movement, place washers and nuts, and tighten. Fill shim space with nonshrink, nonmetallic grout, mixed and placed to comply with manufacturer's written instructions.

C. Attachment with Drilled-in-Place Anchor Bolts: Set pylon base in position over concrete foundation, locate and drill anchor holes, shim and support pylon to prevent movement, place washers and anchor bolts, and tighten. Fill shim space with nonshrink, nonmetallic grout, mixed and placed to comply with manufacturer's written instructions.

PART 4 – MEASUREMENT AND PAYMENT

Pylon Sign shall be considered to be included in the Lump Sum paid for Pylon Sign and no additional compensation will be allowed therefor.

The contract lump sum price paid for Pylon Sign, known in the bid sheets and plans as “Mall Directory and Advertising Pylon”, shall include full compensation for all labor, materials, tools, equipment, and incidentals necessary to construct the pylon sign, except for signage lighting, Complete In-Place, and no additional compensation will be allowed therefore.

END OF SECTION 01290

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 149 January 23, 2018 SECTION 01300

LED EXTERIOR LIGHTING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. General luminaire requirements.

2. Exterior solid-state luminaires that are designed for and exclusively use LED lamp technology.

B. Related Requirements:

1. Section 01150 “Electrical Systems and Communications” of these special provisions. 2. Electrical Specifications - "Lighting Control Devices" for automatic control of lighting, including time switches, photoelectric relays, occupancy sensors, and multipole lighting relays and contactors. 3. Electrical Specifications - "Lighting Control Panelboards" for panelboard-based lighting control.

1.2 DEFINITIONS

A. CCT: Correlated color temperature.

B. CRI: Color rendering index.

C. Fixture: See "Luminaire."

D. IP: International Protection or Ingress Protection Rating

E. Lumen: Measured output of lamp and luminaire, or both.

F. Luminaire: Complete lighting unit, including lamp, reflector, and housing.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of luminaire.

1. Arrange in order of luminaire designation. 2. Include data on features, accessories, and finishes. 3. Include physical description and dimensions of luminaire. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 150 January 23, 2018 4. Light sources; include life, output (lumens, CCT, and CRI), and energy- efficiency data 5. Photometric data and adjustment factors based on laboratory tests, complying with IES LM-79. a. Manufacturer's Certified Data: Photometric data certified by manufacturer's laboratory with a current accreditation under the NVLAP for Energy Efficient Lighting Products. b. Testing Agency Certified Data: For indicated luminaires, photometric data certified by a qualified independent testing agency. Photometric data for remaining luminaires shall be certified by manufacturer. 6. Wiring diagrams for power, control, and signal wiring. 7. Means of attaching luminaires to supports and indication that the attachment suitable for components involved.

G. Shop Drawings: For nonstandard or custom luminaires.

1. Include plans, elevations, sections, and mounting and attachment details. 2. Include details of luminaire assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring.

1.4 INFORMATIONAL SUBMITTALS

A. Seismic Qualification Certificates: For luminaires, accessories, and components, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation.

2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions.

3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

1.5 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

1. Provide a list of all lamp types used on Project. Use ANSI and manufacturers' codes.

1.6 1.05 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 151 January 23, 2018 1. Luminaires: Ten for every 100 of each type and rating installed. Furnish at least one of each type. 2. Diffusers and Lenses: One for every 100 of each type and rating installed. Furnish at least one of each type.

1.7 FIELD CONDITIONS

A. Verify existing and proposed utility structures prior to the start of work associated with luminaire installation.

B. Mark locations of exterior luminaires for approval by Architect prior to the start of luminaire installation.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Protect finishes of exposed surfaces by applying a strippable, temporary protective covering prior to shipping.

1.9 WARRANTY

A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following:

a. Structural failures, including luminaire support components. b. Faulty operation of luminaires and accessories. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering.

2. Warranty Period: 5 years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Seismic Performance: Luminaires shall withstand the effects of earthquake motions determined according to ASCE/SEI 7.

B. Seismic Performance: Luminaires and lamps shall be labeled vibration and shock resistant.

1. The term "withstand" means "the luminaire will remain in place without separation of any parts when subjected to the seismic forces specified.”

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 152 January 23, 2018 2.2 LUMINAIRE REQUIREMENTS

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. NRTL Compliance: Luminaires shall be listed and labeled for indicated class and division of hazard by an NRTL.

C. FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global.

D. UL Compliance: Comply with UL 1598 and listed for wet location on all exterior fixtures.

2.3 SCHEDULED EXTERIOR LED LUMINAIRE TYPES

A. Basis-of-Design Product: Subject to compliance with requirements, providing the following:

1. Product indicated on Drawings Luminaire Schedule.

B. The following are indicated, as applicable, on Drawings and Drawings Luminaire Schedule for each luminaire Type:

1. Image of luminaire illustrating aesthetic attributes, shape, form. 2. Description of luminaire, dimensions, type of housing. 3. Light source characteristics including, CCT, CRI, lumen output. 4. Driver and ballast voltage and type. 5. Luminaire finish. 6. Type of lens, diffuser and globe. 7. Mounting type and mounting height above indicate datum (e.g. finished grade, finished floor).

2.4 FINISHES

C. Variations in Finishes: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast.

D. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 153 January 23, 2018 2. Class I, Color-Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: Medium satin; Chemical Finish: Etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thicker), complying with AAMA 611.

a. Color: As indicated on luminaire schedule.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work.

B. Examine roughing-in for luminaire electrical conduit to verify actual locations of conduit connections before luminaire installation.

C. Examine structures and surfaces including, but not limited to, the following for suitable conditions where luminaires will be installed.

1. Garage walls.

2. Canopy roofs.

3. Structural Steel Columns

3.2 GENERAL INSTALLATION REQUIREMENTS

A. Comply with NECA 1.

B. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer.

C. Install lamps in each luminaire.

D. Fasten luminaire to structural support.

E. Supports:

1. Sized and rated for luminaire weight. 2. Able to maintain luminaire position after cleaning and relamping. 3. Support luminaires without causing deflection of finished surface.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 154 January 23, 2018 4. Luminaire-mounting devices shall be capable of supporting a horizontal force of 100 percent of luminaire weight and a vertical force of 400 percent of luminaire weight.

F. Wall-Mounted Luminaire Support:

1. Attach to structural members in walls. 2. Attached to a minimum 1/8 inch backing plate attached to wall structural members. 3. Avoid visible backing plates for exterior wall sconces at existing stucco garage façade. If unavoidable, paint supports to match adjacent surfaces.

G. Wiring Method: Install cables in raceways. Conceal raceways and cables where possible or paint to match adjacent surface.

H. Install luminaires level, plumb, and square with finished grade unless otherwise indicated. Install luminaires at height and aiming angle as indicated on Drawings.

I. Coordinate layout and installation of luminaires with other construction.

J. Adjust luminaires that require field adjustment or aiming. Aiming angle of luminaires at architectural fin signage panels to be adjusted in the field to ensure proper coverage on panels and reviewed with Architect.

K. Comply with requirements in electrical specifications for wiring connections and wiring methods.

3.3 CORROSION PREVENTION

A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment.

B. Steel Conduits: Comply with electrical specifications. In concrete foundations, wrap conduit with 0.010-inch- 0.254-mm- thick, pipe-wrapping plastic tape applied with a 50 percent overlap.

3.4 IDENTIFICATION

A. Identify system components, wiring, cabling, and terminals. Comply with electrical specifications.

3.5 DEMONSTRATION

A. Demonstrate to Owner’s personnel operation of luminaires.

B. Train Owner's maintenance personnel to adjust, operate, and maintain luminaires.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 155 January 23, 2018 3.6 ADJUSTING

A. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting the direction of aim of luminaires to suit occupied conditions. Make up to two visits to Project during other-than-normal hours for this purpose. Some of this work may be required during hours of darkness. 1. During adjustment visits, inspect all luminaires. Replace luminaires that are defective. 2. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. 3. Adjust the aim of luminaires in the presence of the Architect.

PART 4 - MEASUREMENT AND PAYMENT

Full compensation for LED Exterior Lighting construction is considered included in lump sum bid for Construct Site Electrical and Communications Systems and no additional compensation will be allowed therefor.

END OF SECTION 01300

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 156 January 23, 2018 SECTION 01310

SITE FURNISHINGS

PART 1 - GENERAL

1.01 GENERAL CONDITIONS

A. The requirements of the “General Conditions of the Contract” shall apply to all work of this Section with the same force and effect as though repeated in full herein.

1.02 SCOPE OF WORK

A. Furnish all labor, material, equipment and services necessary to provide site furnishings, complete in place, as shown on the Drawings or in this Specification.

B. Related work:

1. Concrete – See Civil Specifications. 2. Plant Materials – See Civil Specifications.

1.03 SUBMITTALS

A. Submit Manufacturers’ catalogue cut sheets.

B. Submit Manufacturer’s Current Printed Instructions:

1. Submit Furniture Manufacturer’s Cleaning Instructions. 2. Submit Furniture Manufacturer’s Installation Instructions.

C. Submit shop drawings indicating size, materials, finishes and quantities of items being supplied, including hardware.

D. Submit one color sample for each product. Color sample shall be of final material.

1.04 COORDINATION

A. The Contractor shall coordinate his work with other trades.

1.05 QUALITY ASSURANCE:

C. Regulatory Requirements:

1. Meet requirements of applicable laws, codes, and regulations required by authorities having jurisdiction over such Work. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 157 January 23, 2018 2. Provide for inspections and permits required by Federal, State and local authorities in furnishing, transporting, and installing materials.

1.06 WARRANTY

D. General Description: In addition to manufacturer’s warranties, warrant Work for a period of one year from date of Final Completion against defects in materials and workmanship.

E. Additional Items Covered: Warranty shall also cover repair of damage to other materials and workmanship resulting from defects in materials and workmanship.

F. Exceptions: Contractor shall not be held responsible for failures due to normal wear, abuse or neglect by Others, vandalism and other causes outside the Contractor’s control.

PART 2 - PRODUCTS

2.01 TRASH RECEPTACLE, BENCH, TREE GRATE AND GUARD, PRE-FABRICATED PLANTER AND BIKE RACK

A. See Site Furnishings Drawings for product name, color, finish, supplier and comments.

2.02 FOOTINGS AND HARDWARE

A. See Civil Drawings and Specifications and manufacturer’s recommendations for required footings.

B. Hardware, anchors and adhesives for secured installation per details and manufacturer’s recommendations.

PART 3 - EXECUTION

3.01 EXAMINATION

A. Verification of Conditions: Examine site and verify that conditions are suitable to receive Work and that no defects or errors are present which would cause defective installation of products or cause latent defects in workmanship and function.

B. Notification of Unsuitable Conditions: Before proceeding with Work, notify the Owner in writing of unsuitable conditions.

3.02 DIMENSIONS

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 158 January 23, 2018 A. Dimensions shall be certified at the job site to insure proper placement, and fit of the equipment in the allotted areas.

3.03 PREPARATION

A. Protection: Use every possible precaution to prevent damage to existing conditions to remain such as structures, utilities, irrigation systems, plant materials and paving on or adjacent to the site of the Work.

1. Use every possible precaution to prevent excessive compaction of planting area soil within or adjacent to the areas of Work.

2. Provide barricades, fences or other barriers as necessary to protect existing conditions to remain from damage during construction.

3. Do not store materials or equipment, permit burning, or operate or park equipment under the branches of existing plants to remain.

4. Submit written notification of conditions damaged during construction to the Owner’s Designated Representative immediately.

3.04 INSTALLATION

A. Furnishings shall be installed per Manufacturer’s recommendations, unless otherwise noted on Drawings or Specification.

B. Work shall be set plumb and level, true to line and shall present a neat and finished appearance.

C. Set each item in its correct place, fastening it, connecting it, or incorporating it into other portions of the work.

D. Test and operate equipment to assure proper function.

3.05 CLEANING

A. General: Clean and keep clean until date of Final Completion.

B. Furniture Cleaning Method: Meet requirements of manufacturer’s current printed instructions.

3.06 PROTECTION

A. Adequately protect all work from damage by subsequent construction operations and vandalism until date of Final Completion. Damaged work shall be replaced.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 159 January 23, 2018 3.07 CLEAN-UP

A. The Contractor shall at all times keep the premises free from accumulation of waste materials and rubbish caused by his employees.

B. Upon completion of work, rubbish and excess materials are to be removed from the site, leaving the areas acceptably clean.

PART 4 – MEASUREMENT AND PAYMENT

Full compensation for Site Furnishings construction is considered included in the unit or lump sum prices paid for the various bid items and no additional compensation will be allowed therefor. The lump sum or unit price paid for the items of work shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

Site Furnishings bid items include:

· Transit Seating Bench, 6’ L, Backless, Surface Mounted · Trash Receptacle · Tree Grate, 6’ Square KIVA, Pedestrian Duty · Fiberglass Tapered Square Planter · Bike Rack

END OF SECTION 01310

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 160 January 23, 2018 SECTION 01320

LINEAR CONCRETE PAVERS

01320-1 SCOPE

This work includes furnishing materials, labor, transportation, services, and equipment necessary to furnish and install linear concrete pavers, including bituminous setting bed and joint filler, as indicated on drawings and as specified herein.

01320-2 CONSTRUCTION MATERIALS

Precast concrete architectural pavers shall conform to ANSI A137.1 and shall meet the following performance requirements:

Compressive Strength: Not less than 8,000 psi, averaging 9,000 psi minimum when tested in accordance with ASTM C-140.

Water Absorption: Not be greater than 7%, averaging 5%, when tested in accordance with ASTM C-293.

Flexural Strength: Not be less than 900 psi, averaging, 1,000 psi when tested in accordance with ASTM C-293.

Static Coefficient of Friction: Wet: 0.50 -0.60, Dry: 0.60 -0.70, when tested in accordance with ASTM C-1028.

The manufacturer shall be a company specializing in the manufacture of pre-cast concrete pavers for a minimum of three (3) years. Installation shall be by a contractor and crew with at least (1) year of experience in placing concrete pavers on projects of similar nature and dollar cost, per these project requirements including bituminous setting bed system and special joint filling operations. Installation contractor shall conform to manufacturer's recommendations and all local, state licensing and bonding requirements.

Packaging and Shipping: Precast pavers to be stretch-wrapped in rows and banded on pallets, delivered in original unopened packaging with legible manufacturer identification, including size, quantity, manufacture date and inspector initials.

Manufacturer/lnstaller shall warrant installed system for a period of 5 years from date of substantial completion against failure of workmanship and materials.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 161 January 23, 2018 EXTRA MATERIALS

Deliver supply of maintenance materials to the owner. Furnish maintenance materials (including concrete pavers and joint filler) from same lot as materials installed, and enclosed in protective packaging with appropriate identifying labels. Furnish two percent (2%) of total of extra pavers of each type, color, pattern and size of paver product installed, securely packaged on a pallet and delivered to Forest City. Furnish one 50 pound back of dry, joint filler material in a watertight container.

MOCKUPS

Before installing architectural concrete pavers, build mockups for each form and pattern of unit pavers required to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for the completed Work, including same base construction, special features for expansion joints, and contiguous work as indicated:

1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Engineer. Include patterns as directed by Engineer. 2. Notify Engineer 7 days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Engineer's approval of mockups before starting unit paver installation. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 6. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion.

MATERIALS

Pavers shall be Stepstone Inc., Calarc Pavers, or approved equal. Materials used in the fabrication and installation of linear concrete pavers shall conform to the following requirements:

Portland Cement: ASTM C-150 specifications for Portland Cement.

Aggregates: All aggregates to meet ASTM C-33 specifications, cleaned and properly graded to size. Aggregate shall be blended to meet individual project requirements. Aggregates to meet ASTM C241 HA 10 minimum.

Coloring: Pigments used shall be inorganic, resistant to alkalinity and used per manufacturer's recommendations.

Color Blending: Factory-blend pre-cast paver that has a natural color range so products taken from one container will have the same range as products from a separate container.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 162 January 23, 2018 Cleaner: Liquid neutral chemical cleaner with pH factor between 7 and 8, of formulation recommended by sealer manufacturer for type of precast paver used.

Sealer: Colorless, slip and stain resistant penetrating or acrylic sealer with pH factor between 7 and 8 that does not affect color or physical properties of precast paver surface.

Pavers shall conform to the requirements listed in the Finish and Material legend on the plans.

Pavers shall be fabricated by mechanically vibrated in molds, hydraulically pressed by a minimum of 400 tons of pressure, moisture cured with 100% humidity for 24 hours and factory finished by in-line grinding and shotblasting.

Bituminous Setting Bed: Bituminous setting bed shall be made from the following materials:

Asphalt Cement: Asphalt cement, conforming to ASTM D-3381. The viscosity grad. A.C. 10 or A.C. 20.

Sand for Bituminous Setting Bed: Fine aggregate shall be clean, hard sand with durable particles and shall be free from adherent coating, lumps of clay, alkali salts, and organic matter. It shall be uniformly graded from coarse to fine and all passing the No. 4 sieve, and it shall meet the gradation requirements when tested in accordance with the standard method of test or sieve or screen analysis of fine and coarse aggregates ASTM Designation C-136-81.

Bituminous Setting Bed Mix: The dried fine aggregate shall be combined with hot asphalt cement, and the mix shall be heated to approximately 300 degrees F at an asphalt plant. The approximate proportion of materials shall be seven (7) percent asphalt cement and ninety-three

(93) percent fine aggregate. Each ton shall be apportioned by weight in the approximate ratio of 145 lbs. asphalt to 1,855 lbs. sand. The contractor shall determine the exact proportions to produce the best possible mixture for construction of the bituminous setting bed to meet construction requirements.

Mastic and Base: Neoprene-modified asphalt adhesive under pavers, as manufactured by Hastings Pavement Co., Inc., or approved equal.

Mastic (asphalt adhesive)

Solids (base) 75%+/-1%

Lbs./Gal. 8-8.5 lbs.

Solvent, Mineral Spirits (over 100 degree F Flash)

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 163 January 23, 2018 Base (2% neoprene, 10% asbestos-free fibers, 88% asphalt)

Melting point – ASTM D-36 150 degree F Min.

Penetration – 77 degree F 100 Gram Load 5 Sec (.1mm) 23-27

Ductility – ASTM D-113-44 @ 25 degree C

5 cms/per minute 100-125 cm/Min.

Joint Filler: Dry mixture of one part colored Portland Cement to match color of pavers, as approved by the Engineer, and three parts clean sand.

01320-3 CONSTRUCTION METHODS

Contractor and Engineer shall jointly inspect areas to receive paver system for: defects in existing work that affect proper execution of paver installation, variances beyond allowable tolerances and maximum variation in paver bed not to exceed 1/8" in 10'-0" from required plane.

Before installation of each course of paving, the substrate shall be cleaned to remove any loose material. Dusty concrete or asphalt surfaces shall be washed and excess water removed and disposed of in accordance with local environmental requirements, to the satisfaction of the Engineer prior to application of the bituminous setting bed.

All electrical conduit, pull boxes, trench trains, foundations, and other surface penetrations shall be suitably protected prior to the application of the bituminous setting layer.

Installation of the Bituminous Setting Bed:

Tack Coat: Uniformly apply tack coat at a rate of 0.50 to 0.75 gallons per square yard to all surfaces to be in contact with the bituminous setting bed. Do not apply more asphalt emulsion than can be covered with the bituminous material during the same day. The surface shall be free of water, foreign material or dust when the tack coat is applied.

Bituminous Material: Set depth control depth rails on the existing concrete slab to proper line and level to achieve final surface profiles after installation of pavers. Maximum setting bed thickness to be one inch (1 in.). Minimum depth shall be one- half inch (1/2 in). Optimum depth is three-quarter inch (3/4 in.).

Spread hot bituminous material over the concrete substrate between the depth control rails. Screed material to level of setting bars. After each pass, low porous spots must be showered with fresh bituminous to produce a smooth, firm and even setting bed.

Fully compact bituminous materials with a 600-lb. power roller while still hot. The bed thickness shall be adjusted so that when the pavers are set on the adhesive layer, their top surface will be at the required grades. Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 164 January 23, 2018 Due to underslab imperfections, areas requiring a setting bed over 1 in. in depth, install material in separate, equal depth lifts.

Installation of Pavers:

Adhesive: Prepare neoprene modified asphalt adhesive in accordance with the manufacturers’ instructions.

After the bed has cooled, a coating of two (2) percent neoprene-modified asphalt adhesive shall be applied by squeegeeing or troweling over the top surface of the setting bed, so as to provide a bond under the pavers.

Pavers: Place pavers on adhesive layer with sufficient pressure to achieve a full bond to the setting bed. Pavers shall be set had tight in straight and square courses, and uniform top surface to the patterns and colors depicted on the drawings. Joint widths may vary to ensure good alignment to the proposed pattern and shall be 0 in. minimum to one-quarter inch (1/4 in.) maximum.

The pavers shall be laid away from the existing laying face as indicated on plans in such a manner to ensure pattern as shown on the plans.

Fit pavers to surface penetrations, as indicated on the drawings. Cut pavers as required, using masonry saws or coring devices. All cut faces to be vertical and top edges shall be free from chips. No segment shall be smaller than one-fourth (1/4) paver.

On completion, surface tolerances shall be within 3/16 in. under a 10-foot straight edge and 1/8 in. +/- from finished elevations. There shall not be a difference in elevation between adjacent pavers of greater than 1/16 in., the alignment of pavers shall be 3/8 in. +/- in 50 feet.

If additional leveling of pavers is required, cover the surface with plywood and roll the surface with a light roller to compact the paver into place.

Newly laid pavers shall be protected at all times by panels of plywood or other non- staining rigid board on which the installer shall work.

Filling Joints:

Clean joints of all debris using power air blowers.

Sweep a dry mixture of the required cement and sand until joints are flush with the top surface.

Fog lightly with water. Joints may recede up to 1/8 in. Cement stains that remain shall be cleaned immediately.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 165 January 23, 2018 Expansion joints shall be located in alignment over all structural expansion joints, along the nearest paver pattern joint, at fixed obstructions, at perimeter contact with other paving surfaces and at other locations as indicated on plans. Expansion material shall be a Type A sealant, of a color to match the adjacent paver. Contractor to submit colors for all conditions to Engineer for approval.

Following installation the completed paver surface shall be cleaned and sealed. The cleaning agent shall have a pH factor between 7 and 10, be biodegradable phosphate free. Following cleaning, the pavers shall be rinsed with clean water and allow to dry thoroughly.

01320-4 MEASUREMENT AND PAYMENT

Full compensation for linear concrete pavers construction is considered included in the lump sum price paid for Install Concrete Pavers per Plans and no additional compensation will be allowed therefor. The lump sum price paid for Install Concrete Pavers per Plans shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

Schedule of Values

The Contractor shall provide a Schedule of Values for fabricating and installing the linear concrete pavers, Complete-and-in-Place per Plans, for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The Schedule of Values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

SCHEDULE OF VALUES - INSTALL LINEAR CONCRETE PAVERS PER PLANS ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT 1 Concrete Linear Pavers, PAV-1 SF

2 Concrete Linear Pavers, mixed color, PAV-2 SF

3 Bituminous Setting Bed, ¾” SF

4 Concrete Under Slab, 4” SF

TOTAL LUMP SUM COST:

END OF SECTION 01320

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 166 January 23, 2018 SECTION 01330

TACTILE WARNING

01330-1 SCOPE

This work includes installing curb ramp tactile warning surface and curb-side tactile warning pavers as shown on the Plans, and as specified in these special provisions.

Curb ramp and curb-side tactile warning surface must be:

A. Yellow color complying with Federal Standard 595B, Color No. 33538 B. Prefabricated C. Raised truncated domes

Tactile warning surfaces, as manufactured by Armor Tile, Access Tile, ADA Solutions, Inc., or approved equal, and shall be of the type that may be set in freshly-placed concrete. Surface- applied detectable warning surface tiles will not be allowed.

The manufacturer(s) must provide a written 5-year warranty for tactile warning surface, guaranteeing replacement when there is defect in the dome shape, color fastness, sound-on- cane acoustic quality, resilience, or attachment. The warranty period will begin upon acceptance of the contract.

Installation of curb ramp and curb-side tactile warning surfaces shall comply with the manufacturer's recommendations.

01330-2 MEASUREMENT AND PAYMENT

Tactile Warning will be considered as included in the contract unit price paid for the respective curb ramp to be installed to which they apply and no separate payment will be made therefor.

Tactile Warning constructed outside of curb ramp locations, referred to in this specification as “Curb-Side Tactile Warning” shall be measured and paid for per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals, and for doing all the work involved and necessary to construct Tactile Warning, complete in place, including placement, installation, removal and disposal of extraneous and surplus materials, and all other features and work as necessary to complete this work, as shown on the project Plans, as Specified in the Standard Specification and these Special Provision, and as directed by the Engineer.

END OF SECTION 01330

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 167 January 23, 2018 SECTION 01340

PAVEMENT MARKINGS

01340-1 SCOPE

All pavement markings shall conform to Section 209-9 of the Standard Specifications, the 2012 State of California Manual on Uniform Traffic Controls, Department of Transportation State of California (Caltrans) Standard Plans 2015 Edition, and the Plans, with special attention directed to the Site Plans and Signing and Signing and Striping Plans, which detail additional striping and marking provisions, materials, and requirements.

01340-2 MEASUREMENT AND PAYMENT

Full compensation for Pavement Marking construction is considered included in the lump sum price paid for Pavement Markings and no additional compensation will be allowed therefor. The lump sum price paid for Pavement Markings shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

Schedule of Values

The Contractor shall provide a Schedule of Values for installing all Pavement Markings, Complete-and-in-Place per Plans, for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The Schedule of Values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

SCHEDULE OF VALUES - PAVEMENT MARKINGS ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT 1 Red painted curb LF

2 “BUS ONLY” Thermoplastic Pavement Marking EA

3 Thermoplastic Type VII Arrow EA

5 Paint Traffic Stripe per Plans LF

6 12” White Thermoplastic Limit Line per Plans LF

7 “STOP” Thermoplastic Pavement Marking EA

8 10’ Basic Thermoplastic Crosswalk per Plans LF TOTAL LUMP SUM COST: END OF SECTION 01340

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 168 January 23, 2018 SECTION 01350

BIOFILTRATION AND RETENTION SYSTEM

01350-1 SCOPE

This item shall consist of all constructed in accordance with these Special Provisions, in conformance with the lines, grades, and dimensions shown on the plans, or as required by the engineer.

01350-2 CONSTRUCTION MATERIALS

Retention Vaults

Retention Vaults shall be OldCastle Precast StormCapture SC2-7FT Clamshell or Engineer approved equal per Plans. Installation of these retention vaults shall be in strict conformance with the Manufacturer specifications. See Appendix B for Manufacturer specification.

Permavoid System

Contractor to install a Permavoid system, or approved equal, per Plans. Installation of Permavoid cells shall be in strict conformance with the Manufacturer specifications. See Appendix C for Manufacturer Specifications.

Biofiltration Soil

The biofiltration soil should achieve a long-term, in-place infiltration rate of 5 inches per hour, according to the County of San Diego Low Impact Development Handbook Appendix G. The biofiltration soil should also support plant growth while providing pollutant treatment. In order to achieve these two goals, the biofiltration soil should be a mixture of sand, fines, and compost. The following composition includes the measurements for determining the biofiltration soil by volume and weight:

Biofiltration Soil Sand Sandy Loam Compost Composition Sand Silt Clay Volume 65% 20% 15% Weight 75-80% 10% Max 3% Max 9% Max1

19% compost by weight results in approximately 5% organic matter by weight.

Biofiltration Swale and Detention Basin 3” Rock Surface

The biofiltration swale and detention basin surface shall be stabilized with 3” rock surface. The rock surface should consist of 6" minus and 3" crushed material with the majority of the material around the 3" size. Gradation for 3” rock surface should be, unless otherwise approved: Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 169 January 23, 2018 Size % Passing 6" 100% 5" 85% 4" 40% 3" 15% 2" 0

01350-3 CONSTRUCTION METHODS

Excavation for Retention Vaults

A. Pits for the retention vaults shall be excavated to the lines, grades, and elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure shown and as described in the manufacturer’s specifications.

B. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturbed and excavation to final grade shall not be made until immediately before the structure is placed.

C. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation.

D. After each excavation is completed, the Contractor shall notify the Engineer. No structure shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material.

Backfill Excavated Material

A. After the structures have been successfully installed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted. The field density of the compacted material shall be at least 90% of the maximum density for cohesive soils and 95% of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D698. The field density shall be determined in accordance with ASTM D1556 or CT 216.

B. No backfilling shall be placed against any structure until approved by the Engineer.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 170 January 23, 2018 Cleaning and Restoration of the Site

After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition.

Biofiltration Soil

General Placement Requirements

A. Erosion and sediment control practices during construction should be employed to protect the long-term functionality of the biofiltration. The following practices shall be followed for this reason:

1. Provide erosion control in the contributing drainage areas to the facility and stabilize upslope areas.

2. Facilities should not be used as sediment control facilities, unless installation of all biofiltration -related materials are withheld towards the end of construction, allowing the temporary use of the location as a sediment control facility, and appropriate excavation of sediment is provided prior to installation of biofiltration materials.

B. Do not excavate, place soils, or amend soils during wet or saturated conditions.

C. Operate equipment adjacent to the facility. Equipment operation within the facility should be avoided to prevent soil compaction. If machinery must operate in the facility, use lightweight, low ground-contact pressure equipment.

D. If constructing an infiltrating facility, the subgrade should be ripped or scarified to a minimum depth of 9 inches on 3-foot centers to promote greater infiltration.

E. Consider the time of year and site working area when determining whether to mix biofiltration soil on-site or to import pre-mixed soil. It is recommended that the biofiltration soil should be mixed prior to being delivered to the site, and mixing is not allowed on-site during rainy season. If biofiltration soil mixing occurs on-site during the dry season, use an adjacent impervious area or mix biofiltration soil on plastic sheeting. (Mixing should not occur within the biofiltration basin.)

F. Place soil in 6- to 12-inch lifts with machinery adjacent to the facility (to ensure equipment is not driven across soil). If working within the facility, to avoid over- compacting, place first lifts at far end from entrance and place backwards towards

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 171 January 23, 2018 entrance.

G. Allow biofiltration lifts to settle naturally, lightly water to provide settlement and natural compaction between lifts. After lightly watering, allow soil to dry between lifts. Soil cannot be worked when saturated, so this method should be used with caution to ensure dry conditions. After all lifts are placed, wait a few days to check for settlement, and add additional media as needed. No mechanical compaction is allowed.

H. The long-term hydraulic conductivity rate should not be less than 5 inches per hour when tested with a double ring infiltrometer (in accordance with ASTM D3385, Standard Test Method for Infiltration Rate of Soils in Field Using Double Ring Infiltrometer), a single ring infiltrometer, a Modified Philip-Dunne Infiltrometer, or other approved methods.

I. Vehicular traffic and construction equipment shall not drive on, move onto, or disturb the biofiltration soil once placed and water-compacted.

J. Rake biofiltration soil as needed to level out. Verify biofiltration soil elevations before applying mulch or installing plants.

01350-4 MEASUREMENT AND PAYMENT

Full compensation for Pavement Marking construction is considered included in the lump sum price paid for Biofiltration and Retention System and no additional compensation will be allowed therefor. The lump sum price paid for Biofiltration and Retention System shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals necessary for a complete installation, Complete-In-Place, and no additional compensation will be allowed therefor.

Schedule of Values

The Contractor shall provide a Schedule of Values for installing all Pavement Markings, Complete-and-in-Place per Plans, for review by the Engineer within 15 days of contract award. The Schedule of Values shall include, but is not limited to, each separate item of work specified in the plans and listed in the table below and must include type, size, and installation method for each item of work. The Schedule of Values will be used to determine progress payments to the Contractor and shall provide the basis of payment for work beyond what is shown on the Plans. Unit prices for each item of Work shall be included in the Schedule of Values submitted. Unit of measure on a lump sum basis shall not be included in the Schedule of Values.

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 172 January 23, 2018 SCHEDULE OF VALUES - BIOFILTRATION AND RETENTION SYSTEM

Contract No. CIP ______ITEM ITEM DESCRIPTION UNIT QUANTITY VALUE AMOUNT

1 Detention Vault, 7'x15'x7' EA

2 Galvanized Orifice Steel Plate EA

3 Concrete Check Dam CY

4 3/4" Crushed Stone Base, 3" Thick TON

5 1-1/2” Crushed Rock CF

6 Engineered Soil, 18" min depth CY

7 Replace AC pavement w/ base CY

8 PVC pipe, 6", incl trenching LF

9 Perforated PVC pipe, 6" incl trenching LF

10 Excavation for retention vaults CY

11 Backfill excavated material CY

12 Haul away CY

13 Trenching and backfill LF

14 Inserta-Tee EA

15 6" Cleanout EA

16 Vapor Barrier, 6 mil SF

17 Geotextile Fabric SF

18 Impermeable Liner, 30 mil SF

19 Permavoid PV-150 System CF

20 6” Overflow Riser EA TOTAL LUMP SUM COST:

END OF SECTION 01350

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 173 January 23, 2018 SECTION 01360

ADJUST TO NEW FINISHED GRADE

01360-1 SCOPE

All pavement markings shall conform to Section 15 of the Department of Transportation State of California (Caltrans) Standard Specifications 2015 Edition, and the Plans, with special attention directed to the Site Plans and Grading Plans, which the structures to be adjusted to finished grade elevations, and the finished grade elevations.

01360-2 MEASUREMENT AND PAYMENT

Adjust to New Finished Grade utilities, including SS Interceptor, SS Cleanout, Water Meter, and Blow-Off Value, 4” shall be measured and paid for per each and shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals, and for doing all the work involved and necessary to construct Tactile Warning, complete in place, including placement, installation, removal and disposal of extraneous and surplus materials, and all other features and work as necessary to complete this work, as shown on the project Plans, as Specified in the Standard Specification and these Special Provision, and as directed by the Engineer.

END OF SECTION 01340

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 174 January 23, 2018 SECTION 01370

CATCH BASIN AND CURB INLET CARTRIDGES

01370-1 SCOPE

Contractor shall furnish and install Catch Basin and Curb Inlet Cartridges of the type, size, and location defined on the drawings, in accordance with the requirements of these Special Provisions. Each cartridge shall be complete with all necessary fittings, structures, and encasement, to provide a functional installation.

Contractor shall remove all debris in existing inlet/catch basins prior to installation of cartridges. All debris must be removed and disposed of per these Special Provisions.

01370-2 CONSTRUCTION MATERIALS

Contractor to install Contech StormFilter Steel Catch Basin Cartridge/StormFilter Steel Curb Inlet Cartridge, or approved equal, in strict conformance with the details supplied by the Manufacturer. See Appendix C for Manufacturer Specifications.

01370-3 CONSTRUCTION METHODS

Contractor shall comply with all applicable OSHA requirements during debris removal and installation of Cartridges.

01370-4 MEASUREMENT AND PAYMENT

Measurement and Payment for StormFilter Steel Catch Basin 18” Cartridge and StormFilter Steel Curb Inlet 18” Cartridge shall be per each, and shall include all labor, equipment, debris removal, and materials necessary to install in place and operational as shown in the Plans, these Special Provisions and the Standard Specifications.

END OF SECTION 01370

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 175 January 23, 2018 Appendix A – TruVision Camera, NVR, and Ethernet Extender Specifications

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 176 January 23, 2018 Video Surveillance

H.265 IP Dome Cameras Series 4 IP Open Standards Cameras

STANDARD FEATURES Video • 2MPx, 3MPx or 5MPx resolution options • H.265 and/or H.264 compression with triple-streaming capability OVERVIEW • E xtended zoom and IR range The TruVision H.265 IP Megapixel Dome cameras by Interlogix bring • Motorized varifocal lens technology that provides remote autofocus state of-the-art, high-definition pictures to the mass video surveillance • P SIA and ONVIF Profile G and S open communications standards market and leverages the latest H.265 video compression compatibility technology. With camera resolutions of 2, 3 or 5 megapixel, these Video Enhancement cameras provide the flexibility for a wide variety of applications. • True Day/Night functionality and infrared illuninators Equipped with advanced technology and signal processing capability, these cameras also effectively capture video under • U p to 120 dB of Wide Dynamic Range (WDR) performance for challenging conditions. contrasting lighting environments • R OI (Region of Interest), Hallway View, Mirror, De-Fog and The H.265 IP Megapixel Dome cameras can utilize H.265 or H.264 Electronic Image Stabilization compression with triple-streaming capability to provide even greater Advanced Alarm Intelligence flexibility for managing bandwidth and storage usage. Memory card • Integrated Motion Detection and Privacy Masking recording also protects data in the event of network disruptions. • F ace detection, audio exception detection, intrusion detection, These cameras go above and beyond standard motion detection defocus detection, scene change detection, cross line detection, with enhanced alarm capabilities, including cross line, intrusion, advanced motion detection, region entrance detection, region exit defocus and face detection features. A Region of Interest function detection, object removal, object left behind, object counting ensures specific portions of an image are given priority during • A larm inputs and outputs provide easy notification and control of instances of high network traffic or network degradation. Using events the motorized varifocal lens technology, users can remotely adjust Edge Recording the varifocal lens length and focus the camera with the touch of a • E dge recording on up to 128GB micro SD/SDXC card for video button. Select models also feature Super Low Light technology, playback (Card not included) which provides a clear image in low lighting conditions. The H.265 IP Megapixel Dome cameras are also user-configurable to best suit the Installation and Environment installation environment. • Vandal-resistant housings and polycarbonate bubbles • A nalog BNC video out connection • T ruVision Device Manager program with fast and easy access to newly added system devices • UL approved Warranty • 3 -year warranty

interlogix.com/truvision Dimensional Diagrams

TVD-5401, TVD-5402, TVD-5403 Indoor Mini Dome Camera

TVD-5404, TVD-5405, TVD-5406, TVD-5407, TVD-5408 Outdoor Dome Camera

 Specifications

PART NO. TVD-5401 TVD-5402 TVD-5403 TVD-5404 TVD-5405 TVD-5406 TVD-5407 TVD-5408

1/1.8 Progressive 1/2.8 Progressive 1/1.8 Progressive Sensor 1/1.8 Progressive Scan CMOS 1/2.8 Progressive Scan CMOS Scan CMOS Scan CMOS Scan CMOS Resolution 2MPx 3MPX 5MPx 2MPX 2MPX 3MPX 3MPX 5MPX Day/Night IR cut filter IP Compression H.265 / H.264 / MJPEG Multiple Streaming Triple Stream Maximum Resolution 1920 x 1080 2048 x 1536 2592 x 1944 1920 x 1080 2048 x 1536 2592 x 1944 50Hz: 25 fps 50Hz: 25 fps (2592 x 1944, (2592 x 1944, 50Hz: 25 fps 2560 x 1920, 2560 x 1920, 50Hz: 50 fps (2048 x 1536, 2048 x 1536, 2048 x 1536), 50 (1920 x 1080, 1920 x 1080, 1920 x 1080, 50Hz: 50 fps (1920 x 1080, 1280 x fps (1920 x 1080, 50Hz: 25 fps (2048 x 1536, 1920 1280 x 960, 1280 x 720); 1280 x 960, 960, 1280 x 720); 1280 x 960, x 1080, 1280 x 960, 1280 x 720); Maximum Real-Time 1280 x 720); 60Hz: 48 fps @ 1280 x 720); 60Hz: 60 fps (1920 x 1080, 1280 x 1280 x 720); 60Hz: 30 fps @ 2048 x 1536, 60 Resolution (@fps) 60Hz: 60 fps 2048 x 1536, 30 60 Hz: 30 fps 960, 1280 x 720); 60 Hz: 30 fps fps (1920 x 1080, 1280 x 960, 1280 (1920 x 1080, fps (1920 x 1080, (2592 x 1944, 50Hz: 25 fps (1920 x 1200); (2592 x 1944, x 720) 1280 x 960, 1280 x 720), 2560 x 1920, 60Hz: 30 fps (1920 x 1200) 2560 x 1920, 1280 x 720) 1280 x 960 @ 50 2048 x 1536, 2048 x 1536), fps / 60 fps 1920 x 1080, 60 fps: 1920 x 1280 x 960, 1080, 1280 x Camera 1280 x 720) 960, 1280 x 720) Video Bit Rate 128 Kbps - 16 Mbps Wide Dynamic Range WDR (120 dB) DWDR WDR (120dB) DWDR Digital Noise Reduction 3DNR Color: 0.002 lux Color: 0.008 lux Color: 0.01 lux @ Color: 0.01 lux @ Color: 0.002 lux @ f1.2 (AGC On), 0 Color: 0.008 lux @ f1.2 (AGC On), 0 Minimum Illumination @ f1.2 (AGC On), @ f1.2 (AGC On), f1.2 (AGC On), 0 f1.2 (AGC On), 0 lux IR On lux IR On 0 lux IR On 0 lux IR On lux IR On lux IR On Digital S/N Ratio 52 dB (AGC Off) Auto Exposure (shutter) 50Hz: 1/3s~1/100,000s; 60Hz: 1/3s~1/100,000s 8mm~32mm 2.8mm~12mm 8mm~32mm 2.8mm~12mm Lens 2.8mm~12mm @ f1.2 @ f1.2 @ f1.2 @ f1.2 @ f1.2 Focus Varifocal Auto Focus Motorized Lens IR Range 98 ft. (30m) 164 ft. (50m) 98 ft. (30m) 164 ft. (50m) 98 ft. (30m) Video Output Composite (NTSC/PAL) Video Connector 1 - 75 Ω / BNC

Ethernet Port 1 RJ45 10/100/1000M Auto-negotiable

Network Protocols TCP/IP, HTTP, DHCP, DNS, DDNS, ezDDNS, RTP, RTSP, PPPoE, SMTP, NTP, SNMP, HTTPS, FTP, 802.1x, Qos, IPv6, ONVIF, PSIA, CGI Network

Media Micro SD/SDHC/SDXC slot Local

Storage Capacity Up to 128GB (card not included)

Input Audio in / Mic in (line level) Output Audio out Audio out (line level) Audio Audio bit rate (protocol) G.711ulaw, G.711alaw, MP2L2, G.726, PCM Face Detection, Audio Exception Detection, Intrusion Detection, De-focus Detection, Region of Interest (ROI), Electronic Image Stabilization (EIS), Defog, Scene Change Intelligence Detection, Cross Line Detection, Advanced Motion Detection, Region Entrance Detection, Region Exit Detection, Object Removal, Object Left Behind, Object Counting Alarms Camera Input/Output 1 input / 1 output -

Standard ONVIF Profile (G/S), PSIA, CGI ability Interoper

Voltage Input 12VDC, PoE (802.3af) 12VDC / 24VAC / PoE (802.3af / 802.3at with heater) Power Consumption 7.5W 9W 17W Current 625 mA 750 mA 1420mA @ 12VDC / 1010mA @ 24VAC Auxiliary Power 12VDC/50 mA @ 12VDC Line level Electrical/ Mechanical Dimensions Ø5.51 x 4.76 in. (Ø140 x 121.8mm) Ø6.29 x 4.76 in. (Ø159.8 x 146mm) Weight 3.09 lbs. (1400g) 4.62 lbs. (2100g) Storage Temperature -22°F~140°F (-30°C~60°C) -40°F~140°F (-40°C~60°C) Operating Temperature -22°F~140°F (-30°C~60°C) -40°F~140°F (-40°C~60°C) Environmental Rating N/A IP66

Environmental Vandal Rating IK10

Compliance FCC, CE, UL, WEEE, RoHS, REACH Regulation H.265 IP Dome Cameras Series 4 IP Open Standards Cameras

Ordering Information

TruVision® 2MPx Low Light IP Mini Dome Camera, H.265/H.264, 2.0MPx, 2.8-12mm Motorized Lens, Super Low Light, WDR, True D/N, TVD-5401 30m IR, Audio, Alarm, BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Indoor, IK10 TruVision 3MPx IP Mini Dome Camera, H.265/H.264, 3.0MPx, 2.8-12mm Motorized Lens, WDR, True D/N, 30m IR, Audio, Alarm, BNC, TVD-5402 Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Indoor, IK10 TruVision 5MPx IP Mini Dome Camera, H.265/H.264, 5.0MPx, 2.8-12mm Motorized Lens, DWDR, True D/N, 30m IR, Audio, Alarm, TVD-5403 BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Indoor, IK10 TruVision 2MPx Low Light IP Outdoor Dome Camera, H.265/H.264, 2.0MPx, 2.8-12mm Motorized Lens, Super Low Light, WDR, True TVD-5404 D/N, 30m IR, Audio, Alarm, BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Heater, IP66, IK10 TruVision 2MPx Low Light IP Outdoor Dome Camera, H.265/H.264, 2.0MPx, 8-32mm Motorized Lens, Super Low Light, WDR, True TVD-5405 D/N, 50m IR, Audio, Alarm, BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Heater, IP66, IK10 TruVision 3MPx IP Outdoor Dome Camera, H.265/H.264, 3.0MPx, 2.8-12mm Motorized Lens, WDR, True D/N, 30m IR, Audio, Alarm, TVD-5406 BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Heater, IP66, IK10 TruVision 3MPx IP Outdoor Dome Camera, H.265/H.264, 3.0MPx, 8-32mm Motorized Lens, WDR, True D/N, 50m IR, Audio, Alarm, TVD-5407 BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Heater, IP66, IK10 TruVision 5MPx IP Outdoor Mini Dome Camera, H.265/H.264, 5.0MPx, 2.8-12mm Motorized Lens, DWDR, True D/N, 30m IR, Audio, TVD-5408 Alarm, BNC, Micro SD/SHDC Slot, Intelligence, PoE (802.3-af)/12VDC, Heater, IP66, IK10

Accessories For TVD-5404, TVD-5405, TVD-5406, TVD-5407 or TVD-5408 For TVD-5401, TVD-5402 or TVD-5403 (Mini Domes) (Outdoor Domes) TruVision Dome Swan Neck Bracket (use with TVD- TruVision Dome Swan Neck Bracket (use with TVD- TVD-SNB TVD-SNB CB5, TVD-CB3, TVD-CB2) CB5, TVD-CB3, TVD-CB2) TruVision Back Box for TVD-SNB Swan Neck Bracket, TruVision Back Box for TVD-SNB Swan Neck Bracket, TVD-SNB-BB TVD-SNB-BB 4-directional Conduit, Indoor/Outdoor 4-directional Conduit, Indoor/Outdoor TruVision Dome Pendant-mount Bracket (use with TruVision Dome Bracket, L-shape, Indoor (use with TVD-PPB TVD-CB5, TVD-CB3, TVD-CB2) TVD-LWB-2 TVD analog/HD-TVI/IP VF Domes and IP Motor Lens Outdoor Domes) TVD-M-PMA TruVision Pole Mount Adapter for TVD-M-OWM Only TruVision Integrated Dome 5-Inch Cup Base (use TVD-M-CMA TruVision Corner Mount Adapter TVD-CB5A with TruVision IP Outdoor Dome Cameras, TVD-SNB, TruVision Indoor Wall Mount for TruVision Open TVD-PPB) TVD-M2-WM Standard Series Domes TruVision Dome Pendant-mount Bracket (use with TVD-PPB TruVision Dome 3-Inch Cup Base (Use w/UVD and TVD-CB5, TVD-CB3, TVD-CB2) TVD-CB3 TVD-6 Series Analog Domes, Indoor TVD-IP, TVD- TVD-M-OWM TruVision Outdoor Dome Wall Mount SNB, TVD-PPB TVD-M-PMA TruVision Pole Mount Adapter for TVD-M-OWM Only TruVision Dome Bracket, L-shape, Indoor (use with TVD-LWB-2 TVD analog/HD-TVI/IP VF Domes and IP Motor Lens TVD-M-CMA TruVision Corner Mount Adapter Outdoor Domes) TruVision Dome Back Box (use with TVD-6/7 Series Analog TVD-BB3 Domes, IP Indoor VF Domes, IP Outdoor VF Domes TruVision Dome Angled Back Box (use with TVD- TVD-BB3A 6/7 Series Analog Domes, IP Indoor VF Domes, IP Outdoor VF Domes interlogix.com

Specifications subject to change without notice. © 2016 United Technologies Corporation. All rights reserved. Interlogix is part of UTC Climate, Controls & Security, a unit of United Technologies Corporation. 2016/12 (GSP-2042) TruVision® Mounts and Adapters

Camera Mount Selection Guide

Mounting to Adapter Plate Back Box Mounting to a 2 Gang Flush Mount Flush Mount Included Included Back Box Electrical Box Fixed Lens VF Lens Wall Mount

TVD-M2-FM TVD-VFM TVD-LWB-1 TVD-LWB-2 TVD-AWB-1 TVD-AWB-2 DR Series ((1+9) or 10*) ((1+9) or 10*) DR-RWM Refer to Refer to Mounting Brackets legend below legend below

TVD-LWB-S

Accessories

Threaded Pipe Mounts

Cat. SKU TVF-3101 5, 6 TVF-3102 5, 6 TVF-3103 5, 6 TVF-3104 5, 6 TVW-3103 A (3 or 4) A + 7 8 A A + 7 TVW-3104 A (3 or 4) A + 7 8 A A + 7 TVW-3105 A (3 or 4) A + 7 8 A A + 7 TVW-3106 A (3 or 4) A + 7 8 A A + 7 TVW-3116 A (3 or 4) A + 7 8 A A + 7 TVW-3130 A (3 or 4) A + 7 8 A A + 7 TVD-5301 2 7 TVD-5302 2 7 TVD-5303 B 3, 4 B B B TVD-5304 B 3, 4 B B B TVT-5301 D (3 or 4) + D D TVT-5302 D (3 or 4) + D D TVT-5303 D (3 or 4) + D D IP TVT-5304 D (3 or 4) + D D TVT-5305 D (3 or 4) + D D TVT-5306 D (3 or 4) + D D TVT-5307 D (3 or 4) + D D TVW-5301 A (3 or 4) A + 7 8 A A + 7 TVW-5302 A (3 or 4) A + 7 8 A A + 7 TVW-5303 A (3 or 4) A + 7 8 A A + 7 TVW-5304 A (3 or 4) A + 7 8 A A + 7 TVW-5305 A (3 or 4) A + 7 8 A A + 7 TVD-5401 C 3, 4 C C C TVD-5402 C 3, 4 C C C TVD-5403 C 3, 4 C C C TVD-5404 F F F F TVD-5405 F F F F TVD-5406 F F F F TVD-5407 F F F F TVD-5408 F F F F TVW-4101 A (3 or 4) + 7 8 A A + 7 TVD-4202 E E E E TVD-4401 2 7 TVD-4402 E E E E TVD-4403 2 7 TVD-4404 E E E E Analog TVD-4405 E E E E TVT-4401 D (3 or 4) + D D TVT-4402 D (3 or 4) + D D TVW-4401 A (3 or 4) A + 7 8 A A + 7

Optional Back Boxes and Adapters

Wall/Ceiling Mount Adapters

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) TVD-SNB-BB TVD-BB1 TVD-BB3 TVD-BB3A TVF-BBM TVF-WBM DR-RWM-AD TVW-2G-AD TVD-LWB-AD TVD-2G-AD Wall Mount Dome Back Box Dome Back Box Dome Angled 360° Back Box 360° Angled Back Dome/Wedge 2 Gang Elec. Box LWB Wall Mount Recessed Back Box Back Box Box Adapter Plate Adapter Adapter Plate 2 Gang Adapter*

*Note: Not compatible with surface mount/all-weather 2 gang box.

46 Wall Mount Pendant Mount

TVD-SNB (1, 11, 12) TVD-M2-WM TVD-PPB (1, 11, 12)

TVW-AWB-1 TVW-DVM TVD-CB2 TVD-CB3 TVD-CB5A TVF-CBM TVW-AWB-1 TVW-DVM TVD-CB2 TVD-CB3 TVD-CB5A TVF-CBM

A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A 7 7 7 7 7 7 B B B B B B D D D D D D D D D D D D D D D D D D D D D A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A C C C C C C C C C Remove F Remove F Remove F Remove F Remove F Remove F Remove F Remove F Remove F Remove F A A + 7 A E E E 7 7 7 E E E 7 7 7 E E E E E E D D D D D D A A + 7 A

Optional Corner and Pole Mounts, Shield Included Adapters and Back Boxes

Corner/Pole Mount Shield Adapters Back Boxes

(11) (12) (A) (B) (C) (D) (E) (F) TVD-M-CMA TVD-M-PMA TVD-LWB-S Wedge Adapter IP Manual VF Lens IP Indoor VF Dome Turret Adapter Analog Manual VF Motorized Lens Corner Mount Pole Mount Dome Shield Plate Dome Adapter Plate Adapter Plate Plate Lens Dome Back Box Dome Back Box

47 TruVision® Mounts and Bubbles

Camera Mount Selection Guide

Mounting to Adapter Plate Back Box Mounting to a 2 Gang Flush Mount Flush Mount Included Included Back Box Electrical Box Fixed Lens VF Lens Wall Mount

TVD-M2-FM TVD-VFM TVD-LWB-1 TVD-LWB-2 TVD-AWB-1 TVD-AWB-2 DR Series ((1+9) or 10*) ((1+9) or 10*) DR-RWM Refer to Refer to Mounting Brackets legend below legend below

TVD-LWB-S

Accessories

Threaded Pipe Mounts

Cat. SKU TVD-M5225E- F F F F 3M-N TVD-3101 2 7 TVD-3102 2 7 TVD-3103 B 3, 4 B B B TVD-3104 B 3, 4 B B B TVD-3105 2 7 TVD-3106 2 7 TVW-3101 A (3 or 4) A + 7 8 A A + 7 TVW-3102 A (3 or 4) A + 7 8 A A + 7 TVW-3107 A (3 or 4) A + 7 8 A A + 7 IP TVW-3108 A (3 or 4) A + 7 8 A A + 7 TVW-3109 A (3 or 4) A + 7 8 A A + 7 TVW-3117 A (3 or 4) A + 7 8 A A + 7 TVW-3118 A (3 or 4) A + 7 8 A A + 7 TVW-3119 A (3 or 4) A + 7 8 A A + 7 TVD-3201 B 3, 4 B B B TVD-3202 B 3, 4 B B B TVD-3203 F F F F TVD-3204 F F F F TVD-3205 F F F F

Optional Back Boxes and Adapters

Wall/Ceiling Mount Adapters

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) TVD-SNB-BB TVD-BB1 TVD-BB3 TVD-BB3A TVF-BBM TVF-WBM DR-RWM-AD TVW-2G-AD TVD-LWB-AD TVD-2G-AD Wall Mount Dome Back Box Dome Back Box Dome Angled 360° Back Box 360° Angled Back Dome/Wedge 2 Gang Elec. Box LWB Wall Mount Recessed Back Box Back Box Box Adapter Plate Adapter Adapter Plate 2 Gang Adapter*

*Note: Not compatible with surface mount/all-weather 2 gang box.

48 Wall Mount Pendant Mount

TVD-SNB (1, 11, 12) TVD-M2-WM TVD-PPB (1, 11, 12)

TVW-AWB-1 TVW-DVM TVD-CB2 TVD-CB3 TVD-CB5A TVF-CBM TVW-AWB-1 TVW-DVM TVD-CB2 TVD-CB3 TVD-CB5A TVF-CBM

Remove F Remove F

7 7 7 7 7 7 B B B B B B 7 7 7 7 7 7 A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A A A + 7 A B B B B B B Remove F F Remove F Remove F F Remove F Remove F F Remove F

Optional Corner and Pole Mounts, Shield Included Adapters and Back Boxes

Corner/Pole Mount Shield Adapters Back Boxes

(11) (12) (A) (B) (C) (D) (E) (F) TVD-M-CMA TVD-M-PMA TVD-LWB-S Wedge Adapter IP Manual VF IP Indoor VF Turret Adapter Analog Manual Motorized Lens Corner Mount Pole Mount Dome Shield Plate Lens Dome Dome Adapter Plate VF Lens Dome Dome Back Box Adapter Plate Plate Back Box

49 TruVision® Mounts and Bubbles

Bullet and Box Camera Mount Selection Guide

Box Camera Outdoor Mounting to a Recessed Housing w/Heater and Back Box Included Mounting to a Back Box 2 Gang Electrical Box Wall Mount TVC-M2-WM Wall Mount

TVC-M-WM TVC-M2-WM TVC-OH2-H

Mounting Brackets Refer to legend below.

Cat. SKU TVB-3101 1 2 TVB-3102 1 2 TVB-3103 1 2 TVB-3104 A TVB-3105 A TVB-3201 A TVB-3202 A TVB-3203 A TVB-5301 1 2 TVB-5302 1 2 TVB-5303 A

IP TVB-5304 A TVB-5401 A TVB-5402 A TVB-5403 A TVB-5404 A TVB-5405 A TVC-3201 TVC-3202 TVC-5401 TVC-5402 TVC-5403 TVB-4201 1 2 TVB-4202 1 2 TVB-4203 A TVB-4401 1 2 TVB-4402 A TVB-4403 1 2 TVB-4404 A ANALOG TVB-4405 A TVB-4406 A TVB-4407 1 2 TVB-4408 A TVC-4401

Optional Back Box and Adapter Included Back Box

(1) (2) (A) TVB-BB1 TVB-2G-AD VF Lens Bullet Back Box Fixed Lens Bullet Back Box Recessed 2 Gang Box* Adapter Plate

*Note: Not compatible with surface mount/all-weather 2 gang box.

50 Video Surveillance

TruVision® NVR 22S H.265 Network PoE Video Recorder

H.264 COMPRESSION

OVERVIEW STANDARD FEATURES

The TruVision NVR 22S (TVN 22S) from Interlogix is a plug-and- Camera Support play H.264/H.265 network video recorder with up to 16 built-in • TruVision IP cameras from VGA ~ 8MPx PoE ports designed to support video streams from H.265 or H.264 • T ruVision single and multi-port encoders IP cameras and encoders. With a total of 80/160 Mbps (8- or • ONVIF Profile S support for 3rd-party camera integration 16-channel models) of incoming bandwidth available, the TVN 22S • RTSP Stream capability can support up to 16 cameras at HD resolution in real-time (30fps) Recording Capabilities and many other configurations. The on-board PoE ports support up • H.264/H.265 compression supported to 200 watts for ease of installation and flexible bandwidth allocation • Up to 8/16 HD cameras in real-time (30fps) per channel allows users to maximize recording performance. In • 80/160Mbps for incoming streams addition to browser, software and mobile device management tools, • Continuous, motion, event or scheduled recording modes the familiar front panel controls allow for easy operation. • Audio recording with capable IP cameras IP camera support includes resolutions ranging from standard VGA • Watermarking for video authentication to 8.0 megapixel, including Interlogix® and third-party IP cameras via • Up to 24TB of storage with front accessible hard disk storage ONVIF.* The TVN 22S also supports TruVision encoders for integrating • External hard drive (eSATA) support existing analog cameras. Up to four internal hard disk drives may be • Local USB archiving configured for a total internal hard drive capacity of 24TB, making Installation and Operation the TVN 22S ideal for extended storage or megapixel camera • Rack mountable – 1.5 RU applications. • Up to 16-ports embedded PoE Switch Recording options include continuous, motion, and alarm or • Intuitive and logical user interface combined scheduled recording modes. Motion recording utilizes • ezDDNS an IP camera’s built-in motion detection events, and alarms can be Local or Remote Control and Monitoring triggered from any of the 16 on-board alarm inputs or from alarm • Triple monitor support – HDMI (1), VGA (1) and analog (1) inputs that reside on the IP camera. • 16 on-board alarm inputs and 4 configurable alarm outputs Software connectivity allows remote access to the recorder’s full • PTZ and dome camera control via mouse, front panel, IR remote or capabilities via Web browser or TruVision Navigator. TruVision optional keypad TVRMobile also allows for remote device access via smartphone • Compatibility with TruVision Navigator and mobile app software or tablet. Configuration is quick and easy through startup wizards, • Mac® Safari® browser plug-in IP device auto-discovery tools and ezDDNS service. interlogix.com/truvision *Support from third-party IP cameras may vary. TruVision® NVR 22S H.265 Network PoE Video Recorder

Specifications Dimensional Diagram

Model TVN-2208S TVN-2216S

Video/ IP Video Input 8-channel 16-channel Audio Input Bi-directional Audio RCA (2.0 Vp-p, 1kΩ)

Total Bandwidth 80Mbps 160Mbps

Video/ 8MP /6MP /5MP /4MP /3MP /1080P /UXGA /720P /VGA /4CIF /DCIF /2CIF / 15.20 in. Recording Resolution (386mm) Audio CIF /QCIF Output Analog Output (1) BNC (1.0 Vp-p, 75 Ω) resolution: 704 × 576 (PAL); 704 × 480 (NTSC)

(1) Resolution: 3840 x 2160 /60Hz, 2560 x 1440 /60Hz, 1920 × 1080 /60Hz, HDMI Output 1600 × 1200 /60Hz,1280 × 1024 /60Hz, 1280 × 720 /60Hz, 1024 × 768 /60Hz

(1) Resolution: 1920 × 1080P /60Hz, 1600 × 1200 /60Hz, 1280 × 1024 /60Hz, VGA Output 1280 × 720 /60Hz, 1024 × 768 /60Hz 17.40 in. (442mm) Audio Output 2-channel, RCA (Linear, 600Ω) 2.91 in. 8MP/ 6MP /5MP /4MP /3MP /1080P /UXGA /720P /VGA /4CIF /DCIF /2CIF / (74mm) Playback Resolution CIF /QCIF

Synchronous Playback 8-channel 16-channel

Hard Disk SATA (4) SATA interfaces

eSATA (1) eSATA interface

Capacity 6TB capacity for each HDD

External Network Interface (1) RJ-45 10/100/1000 Mbps, Auto-negotiate, Ethernet port Interface Accessories (1) RS-232 interface (for parameters configuration, maintenance, transparent channel); Serial Interface (1) RS-485 interface (reserved) TruVision NVR HDD Expansion TVN-20XX-HDD-2T USB Interface (2) USB 2.0 ports (front panel); (1) USB 3.0 port (rear panel) Kit, 2TB Storage TruVision NVR HDD Expansion Alarm In 16 TVN-HDD-4T Kit, 4TB Storage Alarm Out 4 TruVision NVR HDD Expansion TVN-HDD-6T Power over PoE ports 8 16 Kit, 6TB Storage Ethernet PoE Standard 802.3-af/at

Total PoE budget 120 watts 200 watts

Maximum budget per port 30W

General Power Supply 100~240VAC, 6.3A, 50~60Hz

Consumption (without hard disk) ≤ 45 W

Working Temperature -10ºC ~+55ºC (14ºF~131ºF)

Working Humidity 10%~90%

Chassis 1.5U

Dimensions (W x D x H) 17.40 × 15.20 × 2.91 in. (442 × 386 × 74mm)

Weight (without hard disk) ≤ 8 Kg (17.64 lb)

Rack Mount Included

Ordering Information

TVN-2208S-4T TruVision NVR 22S, H.265, 8-Channel IP, 8-Channel PoE, 4TB Storage TVN-2208S-8T TruVision NVR 22S, H.265, 8-Channel IP, 8-Channel PoE, 8TB Storage interlogix.com TVN-2208S-12T TruVision NVR 22S, H.265, 8-Channel IP, 8-Channel PoE, 12TB Storage Specifications subject to change without notice. TVN-2216S-4T TruVision NVR 22S, H.265, 16-Channel IP, 16-Channel PoE, 4TB Storage © 2016 United Technologies Corporation. TVN-2216S-8T TruVision NVR 22S, H.265, 16-Channel IP, 16-Channel PoE, 8TB Storage All rights reserved. All trademarks are the property of their respective TVN-2216S-12T TruVision NVR 22S, H.265, 16-Channel IP, 16-Channel PoE, 12TB Storage owners. Interlogix is part of UTC Climate, Controls & TVN-2216S-24T TruVision NVR 22S, H.265, 16-Channel IP, 16-Channel PoE, 24TB Storage Security, a unit of United Technologies Corporation. 2017/01 (GSP-2041) IFS® Line / Network Transmission

POE302-EX IEEE 802.3af/at PoE+ and Ethernet Data Extender

OVERVIEW STANDARD FEATURES

The IFS® Power over Ethernet Extender is a quick and easy solution Installation that can be used when a Powered Device (PD) needs to be installed • Compact size beyond the 100 meter (328 ft.) distance limitation of Ethernet. The • Plug-and-play PoE self-powered design module can be powered from any network switch with PoE or from • Standalone or wall-mount installation an IFS Mid-Span Power Injector. • Can be used with an IFS PoE Injector or other This module provides the ability to extend Ethernet data and PoE IEEE 802.3af or 802.3at compliant PSE equipment power on a single network cable for remote deployment of an Standards Compliance Ethernet powered device (PD) i.e. IP camera, access control panel, VoIP or wireless access point (WAP). • Supports 10/100/1000Base-TX Ethernet • Complies with IEEE 802.3/802.3u/802.3ab The IFS POE302-EX is powered via the PoE power provided by a • Complies with IEEE 802.3af or 802.3at PoE Standard PoE switch or injector and thus does not require an external power adapter. Each extender requires 3.2 watts of PoE power providing PoE Circuit the remaining power to the next extender or PD device. • Auto-detect of PoE IEEE 802.3af or 802.3at equipment providing protection from incorrect installation Up to three POE302-EX extenders can be daisy-chained at 328 ft. (100m) intervals, based on the EIA-568 standard, to extend • Current overload detection Ethernet data and PoE power up to 984 ft. (300m). Maximum • LED Indicators for PoE In, PoE Out, Data distance (or hops) is dependent upon the remaining PoE power • Requires 3.2 watts of PoE power to operate available to meet the PD power requirements. Physical Ports The POE302-EX facilitates easier network planning by eliminating • One RJ45 port for data with PoE In restrictions of edge device placement near AC power outlets • One RJ45 connector for data with PoE Power Out and reducing the need for AC wiring and installation costs while delivering higher reliability. This results in a cost-effective remote Network Cable power and data distribution cable management solution for a • For use with EIA568 Category 5 or better cables PoE-centric IP network. • Can be daisy-chained to extend data and PoE on a single network cable a maximum of 984 ft. (300m).

Warranty • 3-year warranty

interlogix.com Specifi cations

Ethernet Description Data Rate 10/100/1000Mbps Throughput (packet per second) 14.8Mpps@64Bytes IEEE 802.3 Ethernet IEEE Standards IEEE 802.3u Fast Ethernet IEEE 802.3ab Gigabit Ethernet IEEE 802.3x Flow Control Latency 4.285 Maximum Frame Size 9K Bytes EIA/TIA-568 Standards Category 5 or better

Power Over Ethernet (PoE) PoE Standard IEEE 802.3af or IEEE 802.3at PoE Power Supply Type Mid-Span / Type B (No external power adapter required) PoE Output Pin Assignment 4/5(+), 7/8(-) PoE-at 52VDC Power Source (PSE) PoE-af 48VDC Power Source (PSE) PoE Output Power 100m (328 ft.) up to 24.6 watts 100m (328 ft.) up to 11.9 watts with Multiple Extenders 200m (656 ft.) up to 19.2 watts 200m (656 ft.) up to 8.4 watts 300m (984 ft.) up to 13.8 watts 300m (984 ft.) up to 4.9 watts 400m (1310 ft.) up to 9.4 watts

Connectors & Indicators Ethernet + PoE In 1 x RJ-45 (PD Mid-Span) Ethernet + PoE Out 1 x RJ-45 (PSE Mid-Span) LED Indicators 1 PoE In, 1 PoE Out , 1 Data LNK/ACT

Electrical & Mechanical Input Power (from PoE switch or mid-span injector) Powered by an IEEE 802.3at PSE Device (injector or switch) PoE Output Power 48VDC @ 270mA, 52VDC @ 510mA Power Consumption 3.2 Watts (max.) Enclosure Metal (Wall-mountable) Dimensions (W x D x H) 3.7 x 2.75 x 1 in. (94 x 70 x 26mm) Weight 0.43 lbs/197g

Environmental MTBF >50,000 hrs. @ 25°C Operating Temperature -10°C~60°C Storage Temperature -40°C~85°C Relative Humidity 5%~95% (non-condensing)

Standards Compliance Regulatory FCC Part 15 Class A, CE EN 55022 CLASS A EMI EN61000-3-2 EN61000-3-3 EN 55024 IEC 61000-4-2 IEC 61000-4-3 IEC 61000-4-4 EMS IEC 61000-4-5 IEC 61000-4-6 IEC 61000-4-8 IEC 61000-4-11 IEC/EN 60950-1 North America Latin America POE302-EX T 855-286-8889 T 561-998-6114 IEEE 802.3af/at PoE+ and Ethernet Data Extender

Ordering Information

POE302-EX IEEE 802.3at (30w) Power over Ethernet Extender (mid-span) Note: No power adapter required. Unit is powered via PoE from a PoE switch or PoE Injector.

Dimensional Diagrams

POE302-EX Gigabit Ethernet PoE-AT Extender (70.3mm) 2.76 in. OUT IN Ethernet+DC

OUT IN

PoE IN PoE OUTLNK/ACT

1.03 in. 3.70 in. (26.2mm) (94mm)

interlogix.com

Specifi cations subject to change without notice. © 2013 United Technologies Corporation. All rights reserved. Interlogix is part of UTC Building & Industrial Systems, a unit of United Technologies Corporation. 312-3763 2013/12 (76559) Appendix B – OldCastle StormCapture and PermaVoid Specifications

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 177 January 23, 2018 STORMCAPTURE® SYSTEM

Modular Stormwater Management System for Infiltration, Detention, Retention & Treatment DETENTIO N / RETENTION

Call us today (800) 579-8819 or visit our website for detailed product information, drawings and design tools at www.oldcastlestormwater.com StormCapture® Module

Large Storage Capacity Smaller system footprint for greater design flexibility.

Traffic Loading Modular Design Only requires 6" of cover. Precast concrete modules measure 8' wide by 16' long OD, (7’ x 15’ ID), with customizable heights. Custom Sizes Available in internal heights from 2' to 14' to best-fit site needs.

Easy to Install Fast installation with minimal handling.

Design Assistance Backfill Requirements Let our professionals Modules are typically backfilled customize for your with existing site materials. specific needs.

Treatment Train Construction Site Friendly Available with pre-treatment, Contractor does not have to post-treatment, or both. relinquish any ground on the site once the StormCapture system is installed. Same-day staging and installation of StormCapture project. StormCapture offers fast installation with minimal handling.

StormCapture modules are designed for HS20 traffic loading. StormCapture detention system installed beneath office parking lot. StormCapture Advantages

• Fast Service - Get help from our national • Sustainability - The system is maintainable for engineering team with layouts and specifications long-term sustainability. to meet your project's requirements. • LID - Ideal for Low-Impact Development (LID). • Cost Savings - Highly competitive installation • LEED - Manufactured locally with recycled and maintenance costs. material for potential LEED credits. LEED 2009 • Quality - Manufactured to the rigid standards for New Construction & Major Renovation, U.S. of the Oldcastle quality control program at Green Building Council: Sustainable Sites (5.1, 5.2, Oldcastle facilities around the country. 6.1, 6.2), Materials & Resources (4.1, 4.2, 5.1, 5.2), • Codes - Designed to the latest codes for Water Efficiency (1.1, 1.2, 3.1, 3.2). HS-20-44 (full truckload plus impact). Applications Maintenance Module

StormCapture offers numerous options for detention, retention, treatment and harvesting to solve your stormwater manage- ment needs. Let us show you how we can design and customize a solution for you.

DETENTION

Harvesting Equipment Skid with Sanitation, Pumps and Controls Pump Module

Pre-Treatment

RETENTION HARVESTING

Maintenance Module Detention

Filtration Modules with Floor Openings Pre-Treatment INFILTRATION TREATMENT

Permeable Interlocking Concrete Pavers

Pump Outlet

Inlet Modules with HydraPorts™ PERMECAPTURE CISTERNS INSTALLED IN JUST ONE DAY Module Sizes

SC1 - Single piece modules can be used for applications from 2' to 7' tall. Appropriate for cisterns, infiltration, de- tention and retention systems. SC1 modules are typically installed on minimally compacted gravel base, depending on specific project requirements.

Link Slab - Unique design allows for significant reduc- tion in the quantity of modules and associated costs, while providing maximum storage capacity.

Endless Configurations SC2 - Two piece modules can be used for applications from 7' to 14' tall for maximum storage capacity in a Contact us today to start condensed footprint. Appropriate for cisterns, infiltra- designing your system! tion, detention and retention systems. SC2 modules are typically installed on compacted native subgrade.

Module Capacity

Size (ft.) Capacity (ft3) Size (ft.) Capacity (ft3)

7x15x2 226 7x15x9 1027 7x15x3 343 7x15x10 1144 7x15x4 460 7x15x11 1257 7x15x5 577 7x15x12 1374 7x15x6 690 7x15x13* 1491 7x15x7 807 7x15x14* 1608 7x15x8 910 * Special design considerations required and limited availability. All dimensions are inside dimensions. PMVTM1 JANUARY 2016

Permavoid System Technical Manual

Planning, design, specification and installation guide SECTION 1 SECTION 2 Permavoid system overview and applications LEGISLATION AND REGULATIONS

SECTION Geocellular solutions - for shallower depths Permavoid - at a glance 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Polypipe provides the widest range of geocellular solutions to meet the needs The Permavoid system offers a means of providing integrated source control drainage solutions that can meet the volume control and water treatment demands of current guidance and regulations. SECTION of SuDS in a wide variety of applications. 3 PERMAVOID SYSTEM COMPONENTS The Permavoid system is designed to be used in Figure 2.1.1: Typical Permavoid system Key benefits place of a traditional aggregate sub-base within vs. traditional aggregate sub-base trafficked pavements. It provides a unique, high SECTION Application For car park applications strength, consistent structural raft in accordance 4

Finish Typically 330mm • Provides effective source control HYDRAULIC with BS7533-13:2009, 'Guide for the Design of Sand DESIGN • Can be installed above a high Permeable Pavements Constructed with Concrete Geotextile water table Paving Blocks and Flags, Natural Stone Slabs, Setts Permavoid • Allows water to be spread across and Clay Pavers'. Geotextile SECTION a wide area Bedding layer

• Ideal for brownfield or 605mm Typically 5 Permavoid cells have a 95% void ratio, thus considerably Aggregate STRUCTURAL contaminated sites DESIGN enhancing the attenuation capacity of a pavement and • Provides treatment to remove silt also enabling the reduction of aggregate requirements and hydrocarbon deposits in hydraulic pavements. The system is suitable beneath SECTION Design asphaltic, block-paved or concrete pavements and for the full range of traffic conditions from domestic driveways to 6 • Designed and tested for retention, highways. The units have a high compressive strength and SURFACE WATER attenuation and infiltration at TREATMENT Shallower applications are joined together with Permaties, a unique patented shallower depths The Permavoid system extends the choice and flexibility tapered jointing system, to create a horizontal structural raft. • Removes the requirement for SECTION of the Polypipe range by providing robust, effective source pumping stations control through retention, attenuation or infiltration at 7 • Oil interception at source – no need DELIVERY, shallower levels. for petrol interceptors INSTALLATION & Key benefits MAINTENANCE • Can be used in combination with the • On multi-layer systems, Shear Connectors are Shallower retention, attenuation or infiltration structures full range of Polystorm geocellular • Individual modular units tie together using inserted to maintain rigidity and minimise are often necessary because the ground at greater depths can solutions for deeper applications Permatie interlocking connectors SECTION lateral displacement present a construction challenge. This could be the presence • The Permaties have integral creep resistance • Permavoid geocellular units are manufactured 8 of chemicals or contamination left behind from previous land Installation • The Permatie provides rigidity and minimises STANDARD from recycled polypropylene and can be recycled DETAILS use, a high water table or perched water and hard rock areas. • Interlocking raft for rigidity and a deflections at the end of their useful life A shallower approach reduces or omits the requirement for high compressive and tensile strength • Permavoid sub-base replacement systems comply expensive pumping equipment. Shallower systems have a under load fully with the latest CIRIA guidance on structural lower environmental impact, requiring less excavation, • Suitable for use beneath porous SECTION design of geocellular drainage tanks temporary works and fewer trips to transport infill and and non-porous surfaces 9 rubble to and from the site reducing construction costs. • Reduction in excavation depth and cost CASE STUDIES • No need for trench supports or plant to deliver and remove trench Soft SuDS / Roads / Driveways / Leisure Areas / support panels Swales / Basins Highways Car Parks Play Areas SECTION 10 SUMMARY

Permavoid modular cell 95% void ratio Traditional aggregate Please note: Illustrations are for guidance only. Not to scale. 30% void ratio

14 Permavoid Technical Manual Permavoid Technical Manual 15 SECTION 1 LEGISLATION AND REGULATIONS

SECTION Permavoid - at a glance 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Source control In traditional stormwater drainage systems, silt/debris and contaminants are managed within the system via in-line separators typically installed downstream in the system. This requires larger and deeper chamber installations. SECTION Source control is a vital element of the SuDS Management Train, allowing silt/debris and contaminants to be Permavoid is an effective interception system supported by over 10 years of laboratory and field trials to ensure managed at the head of the system. The versatility of the Permavoid geocellular system allows for numerous 3 effectual water treatment close to source at shallower depths. PERMAVOID variations of stormwater treatment. SYSTEM COMPONENTS Surface Water Treatment System Selector SOURCE CONTROL DRAINAGE SYSTEM SECTION Car Parking Goods Vehicle Parking Highways Roof interception to incorporate: Access Roads 4 HYDRAULIC retention/attenuation/passive irrigation/re-use • Light contamination • Regular contamination • Regular contamination DESIGN • Occasional spillages • Frequent spillages • Frequent spillages Roof

Permeable Impermeable SECTION Impermeable Surface Impermeable Surface Surface Surface

Permafilter Permachannel Permachannel Ridgigully Permachannel Ridgigully 5 STRUCTURAL Permavoid Permafilter Permafilter Permafilter Permafilter Permafilter DESIGN Biomat Permavoid Biomat Permavoid Biomat Permaceptor Permavoid Biomat Permaceptor Permavoid Permavoid Permavoid Permavoid Permavoid Permavoid Control Source Medium Duty Medium Duty Medium Duty Medium Duty Medium Duty Medium Duty Podium with Biomat with Biomat with Biomat with Biomat with Biomat with Biomat SECTION A Choice of... 6 SURFACE WATER Retention Attenuation Infiltration TREATMENT

Permavoid/Polystorm Permavoid/Polystorm Permavoid/Polystorm Orifice Flow Control Orifice Flow Control Permatex 300 Permatex 300 Geomembrane SECTION Flow control/treatment/retention/attenuation/infiltration Permatex 300 Basement 7 DELIVERY, A Choice of Site Control Options INSTALLATION & Treatment/attenuation MAINTENANCE

Soft SuDS Attenuation Infiltration

Site Control SECTION Swales Polystorm Polystorm Retention Pond Ridgistorm-XL Ridgistorm-XL For pollution management Permavoid Permavoid Permavoid 8 Flow Control Flow Control STANDARD

Increasingly, regulations and design guidance highlight developer's obligations to mitigate the risk of pollutants DETAILS emanating from contaminated run-off from hardstanding surfaces. The most common diffuse pollutants are Regional Control Control hydrocarbons and contaminated silts. The Permavoid system offers an integrated technique for the source control Regional treatment of polluted run-off using advanced geotextiles and flotation techniques. SECTION 9 CASE STUDIES

SECTION Source Site Regional 10 SUMMARY Key benefits • Effluent loading under normal conditions • Low velocity water flow throughout, treated and degraded at source minimising emulsification and sediment • Accidental and catastrophic spills mobilisation recoverable at source • No large deep storage tanks or access required • Outperforms Class l and ll separators as • Routine maintenance easily achieved at source defined by PPG3

16 Permavoid Technical Manual Permavoid Technical Manual 17 SECTION 1 LEGISLATION AND REGULATIONS

SECTION Permavoid system - components 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Permavoid 85 and 150 Permachannel SECTION Product code: PVPP85 and PVPP150 Product code: PV03001 3 Permavoid is a geocellular interlocking system designed for Permachannel is a versatile, linear treatment system that PERMAVOID SYSTEM shallow groundwater storage or infiltration, to be used in place of can provide source control and pollution treatment in a COMPONENTS traditional aggregate sub-base. The system has an exceptionally wide variety of locations and applications. high compressive and tensile strength and bending resistance with The Permachannel functions as a combined run-off a proprietary jointing system to create a horizontal structural SECTION collection, silt and oil interceptor and treatment system. ‘raft’ within the pavement that is ideal for the shallow It is designed to be ideally laid with zero gradient to 4 attenuation of surface water. The system can also be combined in Applications HYDRAULIC prevent the development of lateral velocities, ‘stilling’ DESIGN layers using interlocking shear connectors to increase depth in The Permavoid units are suitable for use as a sheet run-off from each sub-catchment and encouraging 85mm and 150mm increments. This is particularly useful in stormwater attenuation and/or infiltration system. silt deposition within each channel. The outlets discharge designing infiltration systems, allowing flexibility in balancing the The system comprises of single, interconnected from the side of the channel via a weir and baffle SECTION soil permeability/infiltration area of the Permavoid storage units cells which can be installed in the ground as part component which separates oils and prevents the and residual temporary attenuation. of sub-base formation. Permavoid is suitable 5 effluent and silt from progressing into the rest of the for use in a range of applications including Applications STRUCTURAL drainage system. DESIGN Element 85mm 150mm residential, industrial estates, car parks, sports Permachannel is used for stormwater collection, pitches, roofs, basements, pedestrian areas and interception and the treatment of associated Physical Properties Element Value rainwater harvesting. pollutants. The system comprises of single or multiple SECTION Weight per unit 2.25kg 3kg Physical Properties interconnected channels appropriately located to Weight per square metre 9kg 12kg Performance collect surface water run-off from sub-catchments of 6 Weight per unit 29kg SURFACE WATER Length 708mm 708mm The structural load bearing capacity of the predominantly impervious or pervious pavements. TREATMENT Length 1000mm Width 354mm 354mm Permavoid units have been tested in accordance Permachannel is suitable for use in a range of Width 150mm applications including residential, industrial estates, Depth 85mm 150mm with the following European Standard: SECTION BS 7533-13:2009. The system’s structural design life Depth 210mm car parks, sports pitches, roofs, basements, pedestrian Short Term Compressive Strength expectancy, based upon creep test data (tested in Material Polymer concrete areas and rainwater harvesting. Vertical 715kN/m² 715kN/m² 7 accordance with CIRIA guidelines) is as follows; for Ductile iron standard DELIVERY, Lateral 156kN/m² 156kN/m² Grating Performance INSTALLATION & lightly loaded areas such as car parks, a design life of steel safe MAINTENANCE Short Term Deflection 50 years is achievable. For areas with prolonged HGV Catchment area 30m² Permachannel is related to D400 loading in accordance

Vertical 1mm per 126kN/m² 1mm per 126kN/m² loading a typical design life may only be 25 years, Loading Rated to D400 with BS EN124:1994 when installed with concrete bed depending on the design of the pavement surfacing and haunch in accordance with site specific SECTION Lateral 1mm per 15kN/m² 1mm per 15kN/m² Average effective perforated surface area Polymer concrete and structural layers over the tank. construction details. Tensile Strength 8 The polymer concrete STANDARD Of a single joint 42.4kN/m² 42.4kN/m² Installation standard has a capillary-free, Installation standard DETAILS non-porous sealed Of a single joint at (1% secant modulus) 18.8kN/m² 18.8kN/m² All calculations for Permavoid units are based upon Chemical resistance structure, which makes Permachannel must be installed on a load bearing Bending resistance of unit 0.71kN/m 0.71kN/m site-specific load cases, pavement construction types it naturally resistant concrete bed and haunch in accordance with site SECTION Bending resistance of single joint 0.16kN/m 0.16kN/m and thicknesses, soil cover and ground conditions to most chemicals specific construction details. (i.e. petrol, oils and acids) Volumetric void ratio 92% 95% and the suitability must therefore be approved for 9 each project. Effluent concentrations are below PPG3 Class I requirements CASE STUDIES Average effective perforated surface area 52% 52% Other Properties Note: Ancillary Universal Channel Connector 40mm diameter. Key benefits

Intrinsic permeability (k) 1.0 x 10-5 1.0 x 10-5 Key benefits • Gravity separation of oil and silts at source • Trapped effluent naturally treated by SECTION Permavoid Permatie Permavoid Permatie • High strength, high capacity, shallow, Ancillary aerobic digestion Permavoid Shear Permavoid Shear sub-base replacement system 10 Connector Connector • Can enhance the water quality and eliminate the SUMMARY Material Polypropylene (PP) Polypropylene (PP) • Stormwater attenuation and/or need for end of line petrol/oil interceptors infiltration system • The system complies with the regulations of the • Used as part of a SuDS scheme to Hydraulic Performance 85mm Hydraulic Performance 150mm treatment train criteria in a SuDS scheme as offer stormwater storage at shallow defined in the PPG3 3 units wide, 1 unit deep 3 units wide, 1 unit deep construction depths (1.06m x 0.15m) (1.06m x 0.15m) • 100% recyclable • Units are manufactured from 90% recycled Free Discharge Free Discharge polypropylene (PP) Gradient (%) 0 1 2 Gradient (%) 0 1 2 3 4 5 • 100% recyclable Flow Rate (l/m/s) 4 6 7 Flow Rate (l/m/s) 8 13 15 17 19 21

24 Permavoid Technical Manual Available to download on the website toolbox. Permavoid Technical Manual Available to download on the website toolbox. 25 SECTION 1 SECTION 7 Delivery, installation & maintenance LEGISLATION AND REGULATIONS

SECTION Delivery and storage Installation 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Excavation and preparation Permavoid SECTION • Permavoid is delivered to site on pallets. Palletised load Excavation 3 measurements are approx. 1.2m x 1.1m x 2.3m high and each • Ensure that the ground-bearing capacity at formation level PERMAVOID pallet will contain 72 Permavoid units SYSTEM is adequate for the design loads. COMPONENTS • Pallet weight is circa 220kg • The excavation is dug to the required plan, dimensions • Deliveries shall be unloaded using mechanical handling equipment and level, ensuring that the excavation will allow SECTION installation of connecting pipework. Slopes must be cut to a safe angle or adequately supported and safe 4 Permachannel HYDRAULIC access must be provided to allow personnel to enter DESIGN • Permachannel is delivered to site on pallets. Palletised the excavation. Excavation should be carried out in load measurements are approx. 1.0m x 0.8m x 1.0m high accordance with BS 6031:2009, with particular attention Permatie and each pallet will contain 20 Permachannel units paid to safety procedures. Adjacent Permavoid units are connected using Permatie SECTION • Pallet weight is circa 850kg • It is recommended that the excavation provides a minimum interlocking pins, which have integral creep resistance. 5 • Permachannel is delivered with gratings in position of 500mm clear zone on all sides of the plan dimensions of Permaties must be inserted into all available slots STRUCTURAL DESIGN • Deflection plates are supplied within the channel and need the tank to allow working space for the installation. If where units butt together up to a maximum of 5 to be positioned during installation required, suitable protection and earthwork support must Permaties per Permavoid unit. The Permatie provides be provided beyond the clear zone to all excavated faces. rigidity and minimises deflections. • Deliveries shall be unloaded using mechanical handling equipment SECTION

Base Shear Connectors 6 SURFACE WATER Storage Multi-layered Permavoid tank configurations shall TREATMENT To be trimmed smooth and free from sharp objects and be fixed with proprietary Shear Connectors • Position pallets on stable, level ground projections to provide an even formation that shall be free between each layer interface to maintain rigidity • Stacking of pallets is not recommended from undulations. Any present must be excavated and and minimise lateral displacement. A minimum of SECTION replaced with compacted granular fill material. • Store away from direct sources of heat or ignition four Shear Connectors per square meter at layer 7 • Transit banding should not be removed until installation interface is recommended. DELIVERY, Tolerance INSTALLATION & MAINTENANCE The formation shall be graded to achieve a maximum Drainage connections Geotextile and Geomembrane deviation of 5mm in 3m in any direction to prevent formation Proprietary drainage connections are available where of voids below installation which will cause Permavoid units SECTION • Deliveries shall be unloaded using mechanical handling equipment a drainage connection is required to the Permavoid to ‘rock’. A blinding layer may be used installation. There are several different options 8 to achieve required tolerances. available subject to type of tank encapsulation and STANDARD DETAILS whether the connection is at invert or centrally located. Blinding

A 50mm thick blinding layer of 20/6 clean crushed stone or SECTION sand to BS EN13242:2002 shall be used to achieve a suitable bedding surface. 9 Geosynthetic Permafilter Permatex 300 Wicking Geotextile Geomembrane CASE STUDIES Laying Material Polyester blend Modified polyester Polyester blend Polypropylene Ensure membrane is clean and free from debris before laying Roll size 2.4m x 100m 5.25m x 65m 2m x 25m Variable Permavoid. Check installation plan/details to confirm Permavoid SECTION orientation. Commence laying in corner of installation area and Weight 300g/m2 300g/m2 500g/m2 900g/m2 10 work forwards in a diagonal line to the opposite corner until SUMMARY

Delivery Single rolls Single rolls Single rolls Single rolls layer is complete. Repeat for further layers.

54 Permavoid Technical Manual Permavoid Technical Manual 55 SECTION 1 LEGISLATION AND REGULATIONS

SECTION Installation 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Attenuation applications Permachannel excavation and SECTION Where required, all penetrations through an bedding preparation impermeable encapsulation shall be sealed. Create an 3 impermeable seal using a preformed spigot connector PERMAVOID Base SYSTEM with a weldable membrane. COMPONENTS To be trimmed smooth and free from sharp objects The adaptors comprise a rigid body and spigot with and projections. For optimum capacity the Permachannel a flexible outer membrane manufactured from compatible should be installed with zero gradient but it can be installed SECTION material to the geomembrane encapsulating the tank. to shallow gradients should the drainage design require. Adaptors are available as invert or standard type and come The Permachannel should be laid on a 200mm deep concrete 4 HYDRAULIC in a range of diameters. The adaptors are fully welded bed with a minimum 150mm thick haunch to both sides. DESIGN to the main tank encapsulation. A 30N/mm2 concrete mix is recommended. Ensure connection unit is seated in a vertical position if All joints should be sealed, using proprietary techniques installing Permachannel ahead of the Permavoid tank, Tolerance SECTION recommended by the manufacturer. Advice on seam or is butted against the Permavoid tank if installing the Local subgrade below concrete bed tolerance of ±5mm testing procedures is given in CIRIA Report SP124. Permachannel after the Permavoid tanks. Redundant within any 3m direction. The commensurate level for the 5 Permachannel outlet, if not used must be blanked prior STRUCTURAL Permachannel installation should allow for the height of the DESIGN to placing concrete haunch. 40mm blanking plugs are Protection Geotextile for infiltration Permachannel and the depth of the concrete bedding, plus available. Place the concrete haunch to the front and a further 3-5mm below the finished level to protect the Permatex protection geotextile should be installed to the Permafilter Geotextile should be used for infiltrations rear of the Permachannel. The channel elements must Permachannel and prevent ponding. Ensure the membrane SECTION outside face of the base, top and sides of the installation applications. The geotextile should be laid with be kept clean during installation. Trafficking over laid encapsulation from the Permavoid tanks (if required) spans as protection layer to geomembrane. minimum of 300mm overlap or to lap marker and to material is to be kept to a minimum. 6 below the Permachannel installation with sufficient length be applied to all external surfaces of Permavoid units. SURFACE WATER Installation to return up the rear of the Permachannel run. TREATMENT Installation Adjacent sheets to be lap jointed with a minimum lap Manual handling Surface finish options of 300mm or heat sealed. Corners to be formed in folded SECTION Corners to be formed into folded welts and heat sealed It is recommended to remove the gratings and stainless It is recommended the grating is installed within the welts and heat sealed if required. Ensure geotextile is clean if required. Ensure geotextile is clean and free from steel diverter plate prior to installation to reduce the Permachannel prior to construction of the pavement. 7 and free from debris. Trafficking over placed material debris before installing Permavoid. Trafficking over laid handling weight from 42kg to 29kg. Consult your Concrete DELIVERY, to be avoided. material to be kept to a minimum. INSTALLATION & employer for specific manual handling advice. MAINTENANCE Between the minimum 150mm concrete surround and It is recommended that site vehicle traffic is prevented the concrete slab, an expansion joint must be inserted, from trafficking the Permavoid tanks until the Installation of Permachannel as structural engineer's specification. SECTION installation is complete. Check installation plan/details to confirm Permachannel Bituminous bound 8 Backfilling orientation in relation to Permavoid tank(s). Align using STANDARD To avoid damaging the channels during compaction of DETAILS The Permavoid tanks shall be backfilled with an initial a builder's line or suitable laser alignment equipment. the surfacing, the concrete surround must be haunched layer minimum 50mm thick of 20/6 clean crushed stone When positioning the Permachannel, insertion of the as high as possible (45° back to the Permachannel). or sand to BS EN 13242:2002. The preferred method of stainless diverter plate will assist alignment. The diverter The bituminous bound surfacing can be installed against SECTION aggregate placement is for the plant to be situated plate should be positioned so that it spans from the ends the side of the channel. The finished level following on top of a minimum of 300mm thick aggregate layer. of adjacent Permachannel units to divert rainwater compacting has to be 3-5mm above the height 9 Recommended plant to be used for placement of the run-off into the central Permachannel unit. Install the of the grating. CASE STUDIES aggregate to be a tracked machine with a maximum Permachannel connection units along the length of the operating bearing pressure of 200kN/m2. Wheeled Permachannel run, 1 connection unit required per machines to have low bearing pressure tyres (maximum linear metre of Permachannel, installed where adjacent SECTION permitted pressure 30psi), maximum tread/cleat Permachannel units butt against each other to form a projection 15mm. Under no circumstances should plant 40mm diameter outlet. Install the connection unit by firstly 10 SUMMARY operate in direct contact with Permavoid units. removing the fresh concrete bed (before hardening) in immediate area and inserting 'o' ring (supplied with connection unit) into the rebate of the 40mm diameter outlet from the Permachannel and then insert 40mm diameter spigot into the Permachannel aperture.

56 Permavoid Technical Manual Permavoid Technical Manual 57 SECTION 1 SECTION 8 Standard details LEGISLATION AND REGULATIONS

SECTION Maintenance General design details 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS The Permavoid range of products can be used individually or linked Like any conventional drainage system, sustainable drainage systems SECTION (SuDS) should be inspected regularly and correctly maintained together to provide unique and flexible water management solutions. 3 PERMAVOID to ensure optimum performance. SYSTEM COMPONENTS The following typical design details highlight a range of solutions available. These drawings are available on the Polypipe website at www.polypipe.com/toolbox. Individual projects may require tailored solutions that are not Maintenance plan detailed. For more information please contact our Technical Team on +44 (0) 1509 615100. SECTION Permaceptor This should be initiated by the drafting of routine 4 maintenance plans to suit the site installation. For Permaceptors the following routine maintenance HYDRAULIC A pre-handover inspection should be carried out procedures are required: Typical permeable pavements DESIGN and the Permavoid system cleaned prior to • 3 monthly inspections of road/yard gullies for signs final handover. of blockage and oil spillage Figure 8.1.1: Sub-base infiltration detail (drawing no. PV_SD_IN_PP_001) SECTION Routine inspection and maintenance • Remove litter and blockages as required • Every 6 months inspect all Permaceptors (For illustration purposes, we have shown a permeable block paving system. 5 should include: STRUCTURAL for silt and oil build up For Permeable asphalt a 40mm surface course and 80mm binder course are recommended) DESIGN • Inspection of systems • Every 12 months sweep external surfaces • Removal of silts • Records of inspections and maintenance undertaken • Decanting of oils and hydrocarbons SECTION should be kept by the client • Channel jetting 6 Accidental spillages SURFACE WATER • Water sampling and testing at point TREATMENT of discharge (if required) If accidental spillages occur of oil or other substances Excess silt/debris held within Permachannel and gullies that can cause water pollution, they must be dealt with SECTION should be cleared manually or with a vacuum tank. immediately. An example of this is if a car sump fails We do not recommend pressure led cleaning. and there is large spillage of oil on the car park or road 7 surfaces. A spillage kit appropriate to the size of the car DELIVERY, INSTALLATION & park should be kept by the site caretaker. This should MAINTENANCE include absorbent pads, socks and rain seals.

As soon as a spillage is identified, the drain inlets in that SECTION area should be covered to prevent pollution entering the system. The pollution should then be cleared from the road 8 STANDARD or car park surface. The local channel system and/or DETAILS Permaceptor receiving the spillage should be emptied Figure 8.1.2: Permavoid permeable pavement sub-base attenuation detail of all pollution that has entered. (drawing no. PV_SD_AT_PP_001)

The Permachannels and Permaceptors should prevent any (For illustration purposes, we have shown a permeable block paving system. SECTION significant pollution entering the rest of the drainage For Permeable asphalt a 40mm surface course and 80mm binder course are recommended) system. The Environment Agency should be informed 9 Routine maintenance CASE STUDIES of the spillage and the appropriate actions should be taken. Permachannel For Permachannel the following routine maintenance procedures are required: SECTION

• 3 monthly inspections of channels for signs of 10 blockage and oil spillage SUMMARY • Remove litter and blockages as required • Every 12 months inspect all chambers for silt and oil build up • Every 12 months sweep external surfaces • Remove silt as required but at least every year • Records of inspections and maintenance undertaken should be kept by the client

58 Permavoid Technical Manual Permavoid Technical Manual CAD drawings are also available on the website toolbox 59 SECTION 1 LEGISLATION AND REGULATIONS

SECTION General design details 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Typical permeable pavements - attenuation Figure 8.3.1: Permavoid with Permachannel deep cellular attenuation detail with Medium Duty Biomat (drawing no. PV_SD_AT_PC_003) SECTION Figure 8.2.1: Permavoid with Permachannel shallow cellular attenuation detail 3 (drawing no. PV_SD_AT_PC_001) PERMAVOID SYSTEM COMPONENTS

SECTION 4 HYDRAULIC DESIGN

SECTION 5 STRUCTURAL DESIGN

SECTION 6 SURFACE WATER TREATMENT

SECTION 7 DELIVERY, INSTALLATION & MAINTENANCE

SECTION Figure 8.2.2: Permavoid with Permachannel SuDSAGG attenuation detail Figure 8.3.2: Permavoid with Permachannel shallow cellular infiltration detail (drawing no. PV_SD_AT_PC_002) (drawing no. PV_SD_IN_PC_001) 8 STANDARD DETAILS

SECTION 9 CASE STUDIES

SECTION

10 SUMMARY

60 Permavoid Technical Manual CAD drawings are also available on the website toolbox. Permavoid Technical Manual CAD drawings are also available on the website toolbox. 61 SECTION 1 LEGISLATION AND REGULATIONS

SECTION General design details 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Figure 8.4.1: Permavoid with Permachannel SuDSAGG infiltration detail Figure 8.5.1: Permavoid with Gullyceptor detail (drawing no. PV_SD_IN_PC_002) (drawing no. PV_SD_ID_GC_001) SECTION 3 PERMAVOID SYSTEM COMPONENTS

SECTION 4 HYDRAULIC DESIGN

SECTION 5 STRUCTURAL DESIGN

SECTION 6 SURFACE WATER TREATMENT

SECTION

Figure 8.4.2: Permavoid with Permachannel deep cellular infiltration detail 7 DELIVERY, INSTALLATION & (drawing no. PV_SD_IN_PC_003) MAINTENANCE

Figure 8.5.2: Permavoid rainwater pipe connection detail SECTION (drawing no. PV_SD_AT_MC_001) 8 STANDARD DETAILS

SECTION 9 CASE STUDIES

SECTION

10 SUMMARY

62 Permavoid Technical Manual CAD drawings are also available on the website toolbox. Permavoid Technical Manual CAD drawings are also available on the website toolbox. 63 SECTION 1 LEGISLATION AND REGULATIONS

SECTION General design details 2 PERMAVOID SYSTEM OVERVIEW AND APPLICATIONS Managing permeable pavements on sloping sites: SECTION 3 PERMAVOID THE PROBLEM SOLUTION 2 SYSTEM COMPONENTS

SECTION 4 HYDRAULIC DESIGN

SECTION 5 STRUCTURAL DESIGN

SECTION 6 SURFACE WATER TREATMENT

SECTION 7 DELIVERY, INSTALLATION & MAINTENANCE

SECTION SOLUTION 1 SOLUTION 3 8 STANDARD DETAILS

SECTION 9 CASE STUDIES

SECTION

10 SUMMARY

64 Permavoid Technical Manual Permavoid Technical Manual 65 Appendix C – Contech StormFilter Steel Cartridges

Riverside Transit Agency Promenade Mall Bus Stop Expansion Project 178 January 23, 2018

Media Cartridge Filtration System Drawing Specifications

 Each rechargeable, media‐filled, filter cartridge shall incorporate a protective hood over the media cartridge and a siphon‐actuated surface self‐cleaning mechanism to increase the effective life of the filter media and to reduce the accumulation of material on the cartridge/media interface.  Media filter cartridges shall operate at a predetermined flow rate through the use of an integrated flow control orifice located within each filter cartridge outlet manifold.  The media‐filled cartridges shall trap particulates (TSS) and have the capacity to adsorb pollutants such as dissolved metals, nutrients and hydrocarbons.  At the design flow rate the maximum filter hydraulic loading rate is not to exceed 2.1 gallons per minute per square foot of filter surface area and the average contact time shall be no less than 35 seconds.  The media cartridge filtration system shall consist of no less than 0.12 cubic feet of filter media for each 1‐gallon per minute of water quality treatment flow.  Filter cartridges shall be of a design that has demonstrated a minimum sediment retention capacity of 22 pounds of silty loam per cartridge in laboratory tests without a reduction in hydraulic capacity. Laboratory data shall be corroborated with field observations and/or data demonstrating equivalent or improved longevity without impacting normal hydraulic performance.  The Filtration system shall have the State of Washington Department of Ecology, General Use Level Designation (GULD) Certification and current approval status from the New Jersey Department of Environmental Protection. (NJDEP). SECTION (_____) STORMFILTER® MEDIA CARTRIDGE FILTRATION SYSTEM STORMWATER QUALITY – MEDIA CARTRIDGE FILTRATION SYSTEM STANDARD SPECIFICATION

1. GENERAL

1.1. The Contractor shall furnish and install the StormFilter, complete and operable as shown and as specified herein, in accordance with the requirements of the plans and contract documents. The water quality treatment flow shall be as determined and approved by the Engineer of Record.

1.2. The StormFilter shall consist of an aboveground or underground precast concrete, steel or plastic structure that houses passive, radial flow, siphon‐actuated, and rechargeable media filled filtration cartridge(s). The rechargeable media‐filled filter cartridges shall incorporate a protective hood over the media cartridge and a siphon‐actuated surface self‐cleaning mechanism to increase the effective life of the filter media and to reduce the accumulation of material on the cartridge/media interface. Each radial‐flow filter cartridge shall operate at a predetermined flow rate through the use of an integrated flow control orifice located within each filter cartridge outlet manifold. The media‐filled cartridges shall trap particulates (TSS) and have the capability to adsorb pollutants such as dissolved metals, nutrients and hydrocarbons. The media cartridge filtration system shall consist of no less than 0.12 cubic feet of filter media for each 1‐gallon per minute of water quality treatment flow.

1.3. The StormFilter shall be of a type that has been installed and in use for a minimum of five (5) consecutive years preceding the date of installation of the system. The manufacturer shall have been, during the same consecutive five (5) year period, engaged in the engineering design and production of systems deployed for the treatment of storm water runoff and which have a history of successful production, acceptable to the Engineer of Record and/or the approving Jurisdiction. The manufacturer of the StormFilter shall be, without exception:

Contech Engineered Solutions 9025 Centre Pointe Drive West Chester, OH, 45069 Tel: 1 800 338 1122 1.4. Submittals:

1.4.1. Manufacturer or supplier shall submit to the Contractor shop drawings for the StormFilter structure, filter cartridges and accessory equipment. Drawings shall include principal dimensions, filter placement, location of piping and unit foundation.

1.4.2. Manufacturer or supplier shall submit Installation Instructions to the Contractor.

1.4.3. Manufacturer or supplier shall submit an Operation and Maintenance Manual to the Contractor.

1.5. Substitution: Any proposed equal alternative product substitution to this specification must be submitted for review and approved by the Engineer of Record 10 days prior to bid opening. Review package should include third party reviewed performance data for both flow rate and pollutant removal. Pollutant data should follow TAPE protocols. The system must have a GULD approval for Basic treatment through the department of Ecology.

1.6. American Society for Testing and Materials (ASTM) Reference Specifications:

REV 5/16

1.6.1. ASTM C857: Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures

1.6.2. ASTM C858: Standard Specification of Underground Precast Concrete Utility Structures

1.6.3. ASTM C478: Standard Specification for Circular Precast Reinforced Concrete Manhole Sections

1.6.4. ASTM C497: Standard Test Methods for Concrete Pipe, Manhole Sections or Tile

1.6.5. ASTM C109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars

1.6.6. ASTM A615/A615M: Standard Specification for Deformed and Plain Carbon‐Steel Bars for Concrete Reinforcement

1.6.7. ASTM D698: Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort

1.6.8. ASTM F628: Standard Specification for ABS Schedule 40 Plastic Drain, Waste and Vent Pipe with a Cellular Core

1.6.9. ASTM D1785: Standard Specification for PVC Plastic Pipe, Schedules 40, 80 & 120

1.6.10. ASTM D2466: Standard Specification for PVC Plastic Pipe Fittings, Schedule 40

1.6.11. ASTM A36: Standard Specification for Carbon Structural Steel

1.6.12. ASTM A48: Standard Specification for Gray Iron Castings

1.6.13. ASTM D4101: Standard Specification for Polypropylene Injection and Extrusion Materials

1.7. American Association of State Highway and Transportation Officials (AASHTO) Reference Specifications:

1.7.1. AASHTO M199: Standard Specification for Precast Reinforced Concrete Manhole Sections

2. MATERIALS

2.1. Internal Components:

2.1.1. All internal components including ABS and PVC manifold piping, filter cartridge(s), filter media (as specified on the plans in the StormFilter data block or by the Engineer of Record) shall be provided by Contech Engineered Solutions LLC. This includes sump covers, flow spreaders, energy dissipaters and outlet risers with scum baffles where appropriate.

2.1.2. ABS manifold pipe shall meet ASTM F628. PVC manifold pipe shall meet ASTM D1785 and PVC fittings shall meet ASTM D2466.

2.1.3. Filter cartridge bottom pan, inner ring, and hood shall be constructed from linear low‐density polyethylene (LLDPE) or ABS. Filter cartridge screen shall consist of 1” x ½” welded wire fabric

REV 5/16

(16 gauge minimum) with a bonded PVC coating. Internal parts shall consist of ABS or PVC material. Siphon‐priming float shall be constructed from high‐density polyethylene (HDPE). All miscellaneous nuts, bolts, screws, and other fasteners shall be stainless steel or aluminum.

2.1.4. An orifice plate shall be supplied with each cartridge to restrict flow rate to a maximum of 22.5 gpm at system design head or as specified on drawings.

2.1.5. If a sump cover/overflow, baffle/inlet, sump/outlet, sump/inlet, tower/outlet overflow is provided, they shall be constructed of ABS and sealed to the interior vault walls and floor with a polyurethane construction sealant rated for use below the waterline, SikaFlex 1a or equal. Contractor to provide sealant material and installation unless completed prior to shipment.

2.1.6. Where an Underdrain Design is provided, the size of the underdrain will provide a minimum of 0.067 in2 of underdrain cross sectional area per 1 gpm of design flow rate. (example: 105 gpm maximum design flow rate will require an underdrain with 7.035 in2 of cross sectional area, which is equal to one 3” diameter pipe).

2.1.7. Filter media shall be provided by Contech or an approved alternate source. Filter media shall consist of one or more of the following, as specified in the StormFilter data block, or by the Engineer:

2.1.7.1. Perlite Media: Perlite media shall be made of natural siliceous volcanic rock free of any debris or foreign matter. The perlite media shall have a bulk density ranging from 6.5 to 8.5 lb/ft3 and particle sizes ranging from that passing through a 0.50 inch screen and retained on a U.S. Standard #8 sieve.

2.1.7.2. CSF Media: CSF media shall be made exclusively of composted fallen deciduous leaves. Filter media shall be granular. Media shall be dry at the time of installation. The CSF flea media shall have a bulk density ranging from 40 to 50 lb/ft3 and particle sizes ranging from that passing through a 0.50 inch screen to that retained on a U.S. Standard #8 sieve.

2.1.7.3. Metal Rx Media: Metal Rx media shall be made exclusively of composted fallen deciduous leaves. Filter media shall be granular. Media shall be dry at the time of installation. The Metal Rx media shall have a bulk density ranging from 40 to 50 lb/ft3 and particle sizes ranging from that passing through a U.S. Standard #8 sieve to that retained on a U.S. Standard #14 sieve.

2.1.7.4. Zeolite Media: Zeolite media shall be made of naturally occurring clinoptilolite, which has a geological structure of potassium‐calcium‐sodium aluminosilicate. The zeolite media shall have a bulk density ranging from 44 to 48 lb/ft3, particle sizes ranging from that passing through a U.S. Standard #4 sieve to that retained on a U.S. Standard #6 sieve, and a cation exchange capacity ranging from 1.0 to 2.2 meq/g.

2.1.7.5. Granular Activated Carbon: Granular activated carbon (GAC) shall be made of lignite coal that has been steam activated. The GAC media shall have a bulk density ranging from 28 to 31 lb/ft3 and particle sizes ranging from that passing through a U.S. Standard #4 sieve to that retained on a U.S. Standard #8 sieve.

REV 5/16

2.1.7.6. Zeolite‐Perlite‐Granular Activated Carbon (ZPG): ZPG is a mixed media that shall be composed of a 1.3 ft3 outer layer of 100% Perlite (see above) and a 1.3 ft3 inner layer consisting of a mixture of 90% Zeolite (see above) and 10% Granular Activated Carbon (see above).

2.1.7.7. Zeolite‐Perlite (Zeo/Perl): Zeo/Perl is a mixed media that shall be composed of a 1.3 ft3 outer layer of 100% Perlite (see above) and a 1.3 ft3 inner layer consisting of 100% Zeolite.

2.1.7.8. CSF Leaf Media – Granular Activated Carbon (CSF/GAC): CSF/GAC is a mixed media that shall be composed of a 1.3 ft3 outer layer of 100% CSF media (see above) and a 1.3 ft3 inner layer consisting of 100% Granular Activated Carbon (see above).

2.1.7.9. Perlite – Metal Rx : Perlite/Metal Rx is a mixed media that shall be composed of a 1.3 ft3 outer layer of 100% Perlite (see above) and a 1.3 ft3 inner layer consisting of 100% Metal Rx (see above).

2.1.7.10. PhosphoSorb: PhosphoSorb media shall be made from Perlite pellets with activated alumina bound to the surface. The PhosphoSorb media pellets shall be granular and have a bulk density from 18 to 25 lb/ft3. The pellet size should range from that passing through a U.S. Standard ¼ inch sieve and retained on a #8 sieve.

2.1.8. Overflow Assembly (Where Provided):

2.1.8.1. Flow spreader shall be constructed of Linear Low‐Density Polyethylene (LLDPE). Contractor to provide sealant material and installation unless completed prior to shipment.

2.1.8.2. Energy dissipater shall be constructed of polyolefins. Contractor to provide sealant material and installation unless completed prior to shipment.

2.1.8.3. Outlet riser with scum baffle shall be constructed of HDPE. Outlet riser shall have an outlet stub outside dimension (O.D.) of 12‐inch diameter PVC, SDR 26 and a secondary outlet stub O.D. of 8‐inch diameter PVC, SDR 26.

2.2. Steel Catch Basin & Roof Drain Components:

2.2.1. Basin shall be all welded steel construction, fabricated from ASTM A36 ¼‐inch steel and shall be designed to withstand AASHTO H‐20 wheel loads when placed below ground in a location that could receive direct loading.

2.2.2. Basin Grate: Grating shall be ductile iron construction and shall meet AASHTO H‐20 loading requirements, and shall be provided according to ASTM A48.

2.2.3. Basin Solid Lid (below ground system design): Solid lid shall be gray cast iron, treated with non‐ slip surfacing, and shall meet AASHTO H‐20 loading requirements, and shall be provided according to ASTM A48.

2.2.4. Basin Solid Lid (above ground system design): Solid lids shall be PVC plate with pick holes. Covers to be cut as required for top inlet roof drain pipes.

REV 5/16

2.3. Precast Concrete Structure Components:

2.3.1. Precast concrete vault shall be provided according to ASTM C857 and C858. Precast concrete manhole shall be provided according to ASTM C478.

2.3.2. Vault and manhole joint sealant shall be Conseal CS‐101 or approved equal.

2.3.3. If interior concrete baffle walls are provided, baffle walls shall be sealed to the interior vault walls and floor with a polyurethane construction sealant rated for use below the waterline, SikaFlex 1a or equal. Contractor to provide sealant material and installation unless completed prior to shipment.

2.3.4. Frames and covers shall be gray cast iron and shall meet AASHTO H‐20 loading requirements, and shall be provided according to ASTM A48.

2.3.5. Doors shall have hot‐dipped galvanized frame and covers. Covers shall have diamond plate finish. Each door to be equipped with a recessed lift handle. Doors shall meet H‐20 loading requirements for incidental traffic, at a minimum, or per project specific traffic loading requirements.

2.3.6. Steps shall be constructed of copolymer polypropylene conforming to ASTM D4101. Steps shall be driven into preformed or drilled holes once concrete is cured. Steps shall meet the requirements of ASTM C478 and AASHTO M199. The ½” Grade 60 deformed reinforcing bar shall meet ASTM A615, where required.

2.3.7. Ladders shall be constructed of aluminum and steel reinforced copolymer polypropylene conforming to ASTM D4101. Ladder shall bolt in place. Ladder shall meet all ASTM C497 load requirements. Ladders provided upon request or where required, and shall not conflict with the operation and accessibility to perform maintenance of the StormFilter.

2.4. Contractor Provided Components (below ground installation):

2.4.1. All contractor‐provided components shall meet the requirements of this section, the plans specifications and contract documents. In the case of conflict, the more stringent specification shall apply.

2.4.2. Sub ‐base: Crushed rock base material shall be six‐inch minimum layer of ¾‐inch minus rock. Compact undisturbed sub‐grade materials to 95% of maximum density at +/‐2% of optimum moisture content. Unsuitable material below sub‐grade shall be replaced to engineer’s approval.

2.4.3. In‐situ concrete, if required, shall have an unconfined compressive strength at 28 days of at least 3000 psi, with ¾‐inch round rock, a 4‐inch slump maximum, and shall be placed within 90 minutes of initial mixing.

2.4.4. Silicone Sealant shall be pure RTV silicone conforming to Federal Specification Number TT S001543A or TT S00230C or Engineer approved.

REV 5/16

2.4.5. Grout shall be non‐shrink grout meeting the requirements of Corps of Engineers CRD‐C588. Specimens molded, cured and tested in accordance with ASTM C109 shall have minimum compressive strength of 6,200 psi. Grout shall not exhibit visible bleeding.

2.4.6. For manhole systems, Contractor shall connect to 12‐inch or 8‐inch diameter outlet riser with Fernco flexible coupling, or approved equal.

2.4.7. Rebar used on applicable Catch Basin & Roof Drain systems shall meet ASTM A615M Grade 420 (60 ksi) or as otherwise specified in the general technical specifications.

2.4.8. Backfill material shall be ¾‐inch minus crushed rock, or approved equal.

3. PERFORMANCE

3.1. Cartridge Operation: Each StormFilter shall contain one or more siphon actuated media filter cartridges that maintain a uniform pressure profile across the face of the filter during operation. At the design flow rate the maximum filter hydraulic loading rate is not to exceed 2.1 gallons per minute per square foot of filter surface area. Stormwater shall enter the filter cartridges through sides and shall flow through the filter media radially from the outer perimeter to the inner cartridge lumen and shall have an average contact time no less than 35 seconds. These media filter cartridges will incorporate a self‐cleaning mechanism to remove accumulated material from the cartridge media surface that is activated when the siphon breaks.

3.2. Documentation of Sediment Removal: The StormFilter system shall have the State of Washington Department of Ecology, General Use Level Designation (GULD) Certification and current approval status from the New Jersey Department of Environmental Protection (NJDEP).

3.3. Cartridge Sediment Loading: Filter cartridges shall be of a design that has demonstrated a minimum sediment retention capacity of 22 pounds of silty loam per cartridge in laboratory tests without a reduction in hydraulic capacity. Laboratory data shall be corroborated with field observations/data demonstrating equivalent or improved longevity without impacting normal hydraulic performance of the StormFilter. All laboratory and field tests submitted in support of this specification must have undergone peer review by outside entity other than Contech.

3.4. Overflow:

3.4.1. Vault Configuration: StormFilter shall have a baffled, non‐siphoning internal overflow with a minimum capacity8 of 1. cfs.

3.4.2. Manhole Configuration: The filter system will have a baffled, non‐siphoning internal overflow with a minimum of 1.0 cfs capacity.

3.4.3. Peak Diversion Configuration: Each StormFilter shall include an internal, offline overflow bypass. Water first enters an inlet bay that is separate from the cartridge bay and separate from the outlet bay. Low flows travel from the inlet bay, through a transfer opening and into the cartridge bay. High flows enter the outlet bay by topping a weir separating the inlet and outlet bay. Flow rates beyond the treatment design flow shall bypass, and not enter the cartridge bay.

3.4.4. Catch Basin Configuration: Each StormFilter shall include an internal, offline overflow bypass.

REV 5/16

Water enters through the grate into the inlet bay that is separate from the cartridge bay and separate from the outlet bay. Low flows travel from the inlet bay, through a transfer opening and into the cartridge bay. High flows enter the outlet bay by topping the baffled weir separating the inlet and outlet bay. Flow rates beyond the design flow (overflow) will not enter the cartridge bay. Minimum of 0.5 cfs overflow capacity.

3.4.5. Roof Drain Configuration: Minimum of 1 cfs overflow capacity.

3.4.6. Infiltration Manhole Configuration: The filter system will have a baffled, non‐siphoning internal overflow with a minimum of 1.0 cfs capacity.

3.5. Linear Grate Configuration Vault Access: All portions of the vault, inlet bay, outlet bay and filtration bay shall be directly accessible from the surface through removable grated openings or solid covers.

4. EXECUTION

4.1. Precast Concrete Structure:

4.1.1. Set precast structure on crushed rock base material that has been placed in maximum 6‐inch lifts, loose thickness, and compacted to at least 95‐percent of the maximum dry density as determined by the standard Proctor compaction test, ASTM D698, at moisture content of +/‐2% of optimum water content.

4.1.2. Structure floor shall slope 1/4 inch maximum across the width and slope downstream 1 inch per 12 foot of length. For manholes “Length” is defined by a line running from the invert of the outlet through the center of the manhole and “width” is the perpendicular to the “length”. Structure top finish grade shall be even with surrounding finish grade surface unless otherwise noted on plans.

4.1.3. Inlet and outlet pipes shall be stubbed in and connected to precast concrete structure according to Engineer’s requirements and specifications. All connections to be water tight. If grout is used, Contractor to grout all inlet and outlet pipes flush with or protruding up to 2 inches into interior of structure.

4.1.4. When required, ballast shall be placed to the dimensions specified by the engineer and noted on the data block. Ballast shall not encase the inlet and/or outlet piping. Provide 12” clearance from outside diameter of pipes.

4.2. Steel Catch Basin:

4.2.1. Catch basin floor shall slope 1/4 inch maximum across the width and slope downstream 1 inch per 12 foot of length. Catch basin top finish grade shall be even with surrounding finish grade surface unless otherwise noted on plans.

4.2.2. Contractor shall prevent sediment and debris from entering the filter unit during construction.

4.2.3. If necessary, the inlet chamber may be filled with clean water to assist in preventing flotation during construction until the structure is backfilled and the concrete collar is poured.

REV 5/16

4.2.4. Catch basin outlet shall be connected to downstream (and upstream, if applicable) piping using a flexible‐type coupling.

4.2.5. Concrete perimeter slab shall be constructed 1 foot wide and 6 inches thick. Slab shall include two #4 rebar hoops with minimum 6‐inch overlap at closure. Allow 2‐inch vertical spacing between hoops and minimum 2‐inch clearance from concrete surfaces, or as directed by the engineer.

4.3. Clean Up:

4.3.1. Remove all excess materials, rocks, roots, or foreign material, leaving the site in a clean, complete condition approved by the engineer. The project site shall be clean and free of dirt and debris and the inlet/outlet chamber(s) and filter chamber(s) shall be free of construction debris and sediment before the allowing runoff to enter and place the system in operation. All filter components shall be free of any foreign materials including concrete and excess sealant. 4.3.2. Where applicable, Contractor shall remove the temporary filter fabric around the inlet grate to place the system in operation. 4.3.3. Where required, the 4‐inch cleanout plug in the overflow weir wall shall remain in place for proper operation of the system.

4.4. Filter Cartridges:

4.4.1. Filter cartridges shall be delivered installed in the structure, unless otherwise agreed upon with Contech. Contractor shall take appropriate action to protect the cartridges from sediment and other debris during construction. The method ultimately selected shall be at Contractor’s discretion and Contractor’s risk. Some methods for protecting the cartridges include, but are not limited to:

4.4.1.1. Remove cartridges from the structure and store appropriately. Cartridges shall be reinstalled to operate according to 3.4 B (see below).

4.4.1.2. If structure is equipped with underdrain bypass piping, Contractor may leave cartridges in the vault and allow stormwater entering collection system to bypass filter bay through underdrain bypass piping.

4.4.1.3. Leave cartridges in the structure and plug inlet and outlet pipe to prevent stormwater from entering the vault, and provide means for stormwater to bypass the StormFilter.

4.4.2. Filter cartridges shall not be placed in operation until the structure is clean and the project site is clean and stabilized (construction erosion control measures no longer required). The project site includes any surface that contributes storm drainage to the StormFilter. All impermeable surfaces shall be clean and free of dirt and debris. All catch basins, manholes and pipes shall be free of dirt and sediments. Contact Contech to assist with system activation and/or inspect the system for proper installation once site is clean and stabilized.

4.5. Contractor to install filter cartridges. Specifications for alternate cartridge installation methods available by contacting Contech directly.

REV 5/16

4.5.1. Filter Cartridges with ¼‐Turn Connector Fittings: Tape shall be cleanly and completely removed from manifold fitting openings. ¼‐turn connects shall be glued and inserted into all manifold fittings to be equipped with a filter cartridge. Filter cartridges shall be turned onto the connector until they reach the hard stop on the connector – approximately ¼ revolution, with care to not “over turn” the cartridge, or turn with such force to damage the hard stop mechanism. Plugs shall be inserted without glue in all manifold fittings not equipped with a filter cartridge.

5. INSPECTION AND MAINTENANCE

5.1. Maintenance and Inspection shall be in performed in accordance with Contech’s recommendations for maintenance and inspection.

5.2. Maintenance and inspection intervals shall be per Contech’s recommendations, or per the approving/local jurisdiction/agency requirements; whichever is more frequent.

5.3. Surface access for personnel and equipment for inspection and maintenance activities shall be provided.

END OF SECTION

REV 5/16

Project Drawings

Note: Due to file size, please go to the Agency’s FTP site: http://www.riversidetransit.com/index.php/downloads. Then under “Password Protected Content” enter the password: rtadownloads, and then click on “unlock page”. Select the .pdf file for the project “2018 0123 Promenade Mall Bus Stop Expansion IFB Drawings - Rev2” and the file will open for you.

SECTION V

PROPOSED CONTRACT

1 SAMPLE AGREEMENT 2 AGREEMENT #18-008 3 BETWEEN 4 RIVERSIDE TRANSIT AGENCY 5 AND 6 CONTRACTOR 7 8 THIS AGREEMENT is made and entered into this ____ day of ______, 2018, by 9 and between the Riverside Transit Agency, 1825 Third Street, P.O. Box 59968, Riverside, 10 California 92517-1968, (hereinafter referred to as "AGENCY"), and ______11 (hereinafter referred to as "CONTRACTOR"). 12 13 WITNESSETH: 14 WHEREAS, AGENCY desires the services of a CONTRACTOR to complete the 15 Promenade Mall Bus Stop Expansion Project; and 16 WHEREAS, said work cannot be performed by the regular employees of AGENCY; and 17 WHEREAS, CONTRACTOR has represented that it has the requisite personnel and 18 experience, and is capable of performing such services; and 19 WHEREAS, CONTRACTOR wishes to perform these services; 20 21 NOW, THEREFORE, it is mutually understood and agreed by AGENCY and 22 CONTRACTOR as follows: 23 24 ARTICLE 1. COMPLETE AGREEMENT 25 A. This Agreement, including Federal Transit Administration Required Clauses, 26 incorporated herein as Attachment 1, California Prevailing Wage Law Required Clauses, 27 incorporated herein as Attachment 2, CONTRACTOR’s bid submittal dated ______, 2018, 28 incorporated herein as Exhibit A, the Scope of Work attached hereto and incorporated herein as 29 Exhibit B, and AGENCY’s IFB 18-008 dated ______as addended, constitutes the complete 30 and exclusive statement of the term(s) and condition(s) of the Agreement between AGENCY and 31 CONTRACTOR superseding all prior representations, understandings and communications. The 32 invalidity in whole or in part of any term or condition of this Agreement shall not affect the validity of 33 other term(s) or condition(s). 34 B. AGENCY's failure to insist in any one or more instances upon CONTRACTOR's

Page 1 of 17

Agreement # 18-008

1 performance of any term(s) or condition(s) of this Agreement shall not be construed as a waiver or 2 relinquishment of AGENCY's right to such performance or to future performance of such term(s) or 3 condition(s) and CONTRACTOR's obligation in respect thereto shall continue in full force and 4 effect. Changes to any portion of this Agreement shall not be binding upon AGENCY except when 5 specifically confirmed in writing by an authorized representative of AGENCY by way of a written 6 amendment to this Agreement and issued in accordance with the provisions of this Agreement. 7 8 ARTICLE 2. AGENCY DESIGNEE 9 The Chief Executive Officer of AGENCY shall have the authority to act for and exercise any 10 of the rights of AGENCY as set forth in this Agreement subsequent to, and in accordance with the 11 authorizations granted by AGENCY’s Board of Directors. 12 13 ARTICLE 3. SCOPE OF WORK 14 A. CONTRACTOR shall perform the work necessary to complete in a manner 15 satisfactory to AGENCY the services set forth in Exhibit B, entitled "Scope of Work". All services 16 shall be provided at the times and places designated by AGENCY. 17 B. CONTRACTOR shall, at all times, maintain supervision and an adequate force of 18 skilled personnel, to meet the Project’s schedule. CONTRACTOR shall designate a competent 19 superintendent who, on behalf of CONTRACTOR, shall have complete charge of 20 CONTRACTOR’S work. CONTRACTOR shall promptly advise AGENCY in writing of the name, 21 address, and telephone number (day and night) of the designated superintendent and of any 22 change in this designation. 23 24 ARTICLE 4. DELIVERY SCHEDULE 25 A. CONTRACTOR shall fully complete the herein above described work within One 26 Hundred Eighty (180) calendar days from the effective date of written Notice to Proceed issued by 27 AGENCY, unless earlier terminated or extended as provided elsewhere in this Agreement. 28 B. CONTRACTOR shall give AGENCY not less than seven (7) calendar days advance 29 notice in general of the start of any work, and fourteen (14) calendar days notice for major 30 installations. Within five (5) calendar days after said Notice, CONTRACTOR shall provide any 31 installation schedules as may be requested by AGENCY. 32 33 ARTICLE 5. BONDING 34 For construction or facility improvement contracts or subcontracts exceeding $100,000.00,

Page 2 of 17

Agreement # 18-008

1 Federal Transportation Administration (FTA) requires the following: 2 1. A performance bond for 100% of the maximum payment obligation set forth in 3 Article 8 to be provided to AGENCY within 21 days of award of Agreement. 4 2. A payment bond for 50% of the maximum payment obligation set forth in Article 8 to 5 be provided to AGENCY within 21 days of award of Agreement. 6 7 ARTICLE 6. PAYMENT 8 A. For CONTRACTOR's full and complete performance of its obligations under this 9 Agreement, and subject to the maximum cumulative payment obligation provisions set forth in 10 Article 8 below, AGENCY shall pay CONTRACTOR on a firm-fixed-price basis in accordance with 11 Exhibit A “Bid Form” attached to and, by this reference, incorporated in and made a part of this 12 Agreement. 13 B. CONTRACTOR shall invoice AGENCY on a monthly basis for payments 14 corresponding to the work actually completed by CONTRACTOR. Percentage of work 15 completed shall be documented in a monthly progress report prepared by CONTRACTOR, 16 which report shall accompany each invoice submitted by CONTRACTOR. CONTRACTOR shall 17 also furnish such other information as may be requested by AGENCY to substantiate the validity 18 of an invoice. At its sole discretion, AGENCY may decline to make full payment for any item 19 until such time as CONTRACTOR has documented, to AGENCY’s satisfaction, that 20 CONTRACTOR has fully completed all work required under that item. AGENCY’s payment in 21 full for any item shall not constitute AGENCY’s final acceptance of CONTRACTOR’s work under 22 such task; final acceptance shall only occur as set forth in Article 15 “Acceptance”. 23 C. As partial security against CONTRACTOR’s failure to satisfactorily fulfill all of its 24 obligations under this Agreement, AGENCY shall retain five percent (5%) of the amount of 25 each invoice submitted for payment by CONTRACTOR. In lieu of AGENCY’s retention of funds 26 hereunder, CONTRACTOR may avail itself of the requirement under Public Contract Code 27 Section 22300 relating to the substitution of securities for any moneys withheld by the AGENCY. 28 All retained funds shall be released by AGENCY and shall be paid to CONTRACTOR within 29 sixty (60) days of payment of final invoice, unless AGENCY elects to audit CONTRACTOR’s 30 records in accordance with Article 19 of this Agreement. If AGENCY elects to audit, retained 31 funds shall be paid to CONTRACTOR within thirty (30) calendar days of completion of such 32 audit in an amount reflecting any adjustment required by such audit. Payments will be based 33 upon actual completion and AGENCY acceptance of each milestone event or portion thereof. If 34 AGENCY determines that an invoice does not comply with the above requirements, the

Page 3 of 17

Agreement # 18-008

1 CONTRACTOR shall be notified in writing of the issue(s) related to the invoice within seven (7) 2 days of AGENCY’s receipt of the invoice. AGENCY reserves the right to withhold payments in 3 the event of CONTRACTOR’s performance being materially non-compliant with the Agreement. 4 In the event AGENCY fails to pay any invoice when due, in addition to any other right reserved 5 hereunder, CONTRACTOR reserves the right to suspend or limit performance until all past due 6 sums are paid. Unless otherwise specified in the Agreement, no invoice shall be issued prior to 7 completion of the work being invoiced. CONTRACTOR’s final invoice shall be clearly marked 8 “FINAL”. 9 D. Invoices shall be submitted in duplicate to AGENCY’s Accounts Payable Office. 10 Each invoice shall be accompanied by the monthly progress report specified in paragraph B of 11 this Article. AGENCY shall remit payment within thirty (30) calendar days of the receipt and 12 approval of each invoice. Each invoice shall include the following information: 13 1. Agreement No. 18-008; 14 2. Specify the items listed on “Bid Form” (Exhibit A) for which payment is being 15 requested; 16 3. The time period covered by the invoice; 17 4. Total invoice amount (including project-to-date cumulative invoice amount); and 18 5. Such other information as requested by AGENCY. 19 20 ARTICLE 7. PROMPT PAYMENT CLAUSE 21 A. The AGENCY shall hold retainage from the CONTRACTOR and shall make 22 prompt and regular incremental acceptances of portions, as determined by the AGENCY of the 23 contract work and pay retainage to the CONTRACTOR based on these acceptances. The 24 CONTRACTOR or subcontractor shall return all monies withheld in retention from a 25 subcontractor within 30 days after receiving payment for work satisfactorily completed and 26 accepted including incremental acceptances of portions of the contract work by the AGENCY. 27 Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 28 days may take place only for good cause and with the AGENCY's prior written approval. Any 29 violation of this provision shall subject the violating CONTRACTOR or subcontractor to the 30 penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business 31 and Professions Code. These requirements shall not be construed to limit or impair any 32 contractual, administrative, or judicial remedies otherwise, available to the CONTRACTOR or 33 subcontractor in the event of a dispute involving late payment, or nonpayment by the 34 CONTRACTOR, deficient subcontract performance, or noncompliance by a subcontractor. This

Page 4 of 17

Agreement # 18-008

1 provision applies to both DBE and non-DBE prime contractors and subcontractors. 2 B. Failure by CONTRACTOR to carry out these requirements is a material breach of 3 the Agreement, which may result in the termination of the Agreement or other such remedy as 4 the Agency deems appropriate. 5 C. These prompt payment provisions must be incorporated in all subcontract 6 agreements issued by CONTRACTOR under this Agreement. 7 8 ARTICLE 8. MAXIMUM OBLIGATION 9 Notwithstanding any provisions of this Agreement to the contrary, AGENCY and 10 CONTRACTOR mutually agree that AGENCY's maximum cumulative payment obligation 11 hereunder (including obligation for CONTRACTOR's profit), shall be 12 ______($$), which shall include all amounts payable to CONTRACTOR 13 for its subcontracts, leases, materials and costs arising from, or due to termination of this 14 Agreement. 15 16 ARTICLE 9. NOTICES 17 All notices hereunder and communications regarding the interpretation of the terms of this 18 Agreement, or changes thereto, shall be effected by delivery of said notices in person or by 19 depositing said notices in the U.S. mail, registered or certified mail, return receipt requested, 20 postage prepaid and addressed as follows: 21 To CONTRACTOR: To AGENCY: 22 Riverside Transit Agency 23 1825 Third Street 24 P.O. Box 59968 25 Riverside, CA 92517-1968 26 ATTENTION: Vince Rouzaud 27 Chief Procurement and Logistics Officer 28 (909) 565-5180 29 FAX: (909) 565-5001 30 31 ARTICLE 10. INDEPENDENT CONTRACTOR 32 CONTRACTOR's relationship to AGENCY in the performance of this Agreement is that 33 of an independent contractor. CONTRACTOR's personnel performing services under this 34 Agreement shall at all times be under CONTRACTOR’s exclusive direction and control and shall

Page 5 of 17

Agreement # 18-008

1 be employees of CONTRACTOR and not employees of AGENCY. CONTRACTOR shall pay all 2 wages, salaries and other amounts due its employees in connection with this Agreement and 3 shall be responsible for all reports and obligations respecting them, such as social security, 4 income tax withholding, unemployment compensation, workers' compensation and similar 5 matters. 6 7 ARTICLE 11. INSURANCE 8 Contractor shall procure and maintain for the duration of the contract, and for 10 years 9 thereafter, insurance against claims for injuries to persons or damages to property which may 10 arise from or in connection with the performance of the work hereunder by the Contractor, his 11 agents, representatives, employees, or subcontractors. 12 MINIMUM SCOPE AND LIMIT OF INSURANCE 13 Coverage shall be at least as broad as: 14 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering 15 CGL on an “occurrence” basis, including products and completed operations, property damage, 16 bodily injury and personal & advertising injury with limits no less than $5,000,000 per 17 occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply 18 separately to this project/location or the general aggregate limit shall be twice the required 19 occurrence limit. 20 2. Automobile Liability: Insurance Services Office Form Number CA 0001 covering Code 1 21 (any auto), with limits no less than $5,000,000 per accident for bodily injury and property 22 damage. 23 3. Workers’ Compensation insurance as required by the State of California, with Statutory 24 Limits, and Employers’ Liability insurance with a limit of no less than $1,000,000 per accident for 25 bodily injury or disease. 26 4. Builder’s Risk (Course of Construction) insurance utilizing an “All Risk” (Special Perils) 27 coverage form, with limits equal to the completed value of the project and no coinsurance 28 penalty provisions. 29 5. Surety Bonds - Bonds are required in article 5-Bonding of this contract 30 6. Contractors’ Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and 31 Omissions (if project involves environmental hazards) with limits no less than $1,000,000 per 32 occurrence or claim, and $2,000,000 policy aggregate. 33 If the contractor maintains higher limits than the minimums shown above, the Agency requires 34 and shall be entitled to coverage for the higher limits maintained by the contractor. Any available

Page 6 of 17

Agreement # 18-008

1 insurance proceeds in excess of the specified minimum limits of insurance and coverage shall 2 be available to the Agency. 3 Deductibles and Self-Insured Retentions 4 Any deductibles or self-insured retentions must be declared to and approved by the Agency. At 5 the option of the Agency, either: the contractor shall cause the insurer shall reduce or eliminate 6 such deductibles or self-insured retentions as respects the Agency, its officers, officials, 7 employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to 8 the Agency guaranteeing payment of losses and related investigations, claim administration, 9 and defense expenses. 10 Other Insurance Provisions 11 The insurance policies are to contain, or be endorsed to contain, the following provisions: 12 1. The Agency, its agents, officers, officials, directors, employees, and volunteers and 13 Temecula Town Center Associates, LLC (TTCA), its agents, officers, officials, directors, 14 employees, and volunteers are to be covered as additional insured’s on the CGL policy with 15 respect to liability arising out of with respect to liability arising out of work or operations 16 performed by or on behalf of the Contractor including materials, parts, or equipment furnished in 17 connection with such work or operations and automobiles owned, leased, hired, or borrowed by 18 or on behalf of the Contractor. General liability coverage can be provided in the form of an 19 endorsement to the Contractor’s insurance (at least as broad as ISO Form CG 20 10, CG 11 85 20 or both CG 20 10 and CG 20 37 forms if later revisions used). 21 2. For any claims related to this project, the Contractor’s insurance coverage shall be 22 primary insurance as respects the Agency, its officers, officials, employees, and volunteers and 23 Temecula Town Center Associates, LLC (TTCA), its agents, officers, officials, directors, 24 employees, and volunteers. Any insurance or self-insurance maintained by the Agency, its 25 officers, officials, employees, or volunteers and Temecula Town Center Associates, LLC 26 (TTCA), its agents, officers, officials, directors, employees, and volunteers shall be excess of 27 the Contractor’s insurance and shall not contribute with it. 28 3. Each insurance policy required by this clause shall provide that coverage shall not be 29 canceled, except with notice to the Agency. 30 Builder’s Risk (Course of Construction) Insurance 31 Contractor may submit evidence of Builder’s Risk insurance in the form of Course of 32 Construction coverage. Such coverage shall name the Agency as a loss payee as their interest 33 may appear.

Page 7 of 17

Agreement # 18-008

1 If the project does not involve new or major reconstruction, at the option of the Agency, an 2 Installation Floater may be acceptable. For such projects, a Property Installation Floater shall be 3 obtained that provides for the improvement, remodel, modification, alteration, conversion or 4 adjustment to existing buildings, structures, processes, machinery and equipment. The 5 Property Installation Floater shall provide property damage coverage for any building, structure, 6 machinery or equipment damaged, impaired, broken, or destroyed during the performance of 7 the Work, including during transit, installation, and testing at the site. 8 Claims Made Policies 9 If any coverage required is written on a claims-made coverage form: 10 1. The retroactive date must be shown, and this date must be before the execution date of 11 the contract or the beginning of contract work. 12 2. Insurance must be maintained and evidence of insurance must be provided for at least 13 five (5) years after completion of contract work. 14 3. If coverage is canceled or non-renewed, and not replaced with another claims-made 15 policy form with a retroactive date prior to the contract effective, or start of work date, the 16 Contractor must purchase extended reporting period coverage for a minimum of five (5) years 17 after completion of contract work. 18 4. A copy of the claims reporting requirements must be submitted to the Agency for review. 19 5. If the services involve lead-based paint or asbestos identification/remediation, the 20 Contractors Pollution Liability policy shall not contain lead-based paint or asbestos exclusions. If 21 the services involve mold identification/remediation, the Contractors Pollution Liability policy 22 shall not contain mold exclusion, and the definition of Pollution shall include microbial matter, 23 including mold. 24 Acceptability of Insurers 25 Insurance is to be placed with insurers with a current A.M. Best rating of no less than A: VII, 26 unless otherwise acceptable to the Agency. 27 Waiver of Subrogation 28 Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may 29 acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any 30 endorsement that may be necessary to affect this waiver of subrogation. The Workers’ 31 Compensation policy shall be endorsed with a waiver of subrogation in favor of the Agency for 32 all work performed by the Contractor, its employees, agents and subcontractors. 33 Verification of Coverage

Page 8 of 17

Agreement # 18-008

1 Contractor shall furnish the Agency’s Chief Procurement and Logistics Officer with original 2 certificates and amendatory endorsements, or copies of the applicable insurance language, 3 effecting coverage required by this contract. All certificates and endorsements are to be 4 received and approved by the Agency before work commences. However, failure to obtain the 5 required documents prior to the work beginning shall not waive the Contractor’s obligation to 6 provide them. The Agency reserves the right to require complete, certified copies of all required 7 insurance policies, including endorsements, required by these specifications, at any time. 8 Subcontractors 9 Contractor shall require and verify that all subcontractors maintain insurance meeting all the 10 requirements stated herein, and Contractor shall ensure that the Agency are additional insured’s 11 on insurance required from subcontractors. For CGL coverage subcontractors shall provide 12 coverage with a format least as broad as CG 20 38 04 13. 13 Special Risks or Circumstances 14 Agency reserve the right to modify these requirements, including limits, based on the nature of 15 the risk, prior experience, insurer, coverage, or other circumstances. 16 17 ARTICLE 12. ORDER OF PRECEDENCE 18 Conflicting provisions hereof, if any, shall prevail in the following descending order of 19 precedence: (1) the provisions of this Agreement, including Exhibit A CONTRACTOR’s bid 20 submittal dated ______and Exhibit B “Scope of Work”; (2) the provisions of IFB 18-008 as 21 addended; and (3) all other documents, if any, cited herein or incorporated by reference. 22 23 ARTICLE 13. CHANGES 24 By written notice or order, AGENCY may, from time to time, order work suspension or 25 make changes in the general scope of this Agreement, including, but not limited to, the services 26 furnished to AGENCY by CONTRACTOR as described in the Exhibit B “Scope of Work”. If any 27 such work suspension or change causes an increase or decrease in the price of this Agreement or 28 in the time required for its performance, CONTRACTOR shall promptly notify AGENCY thereof and 29 assert its claim for adjustment within ten (10) days after the change or work suspension is ordered, 30 and an equitable adjustment shall be negotiated. However, nothing in this clause shall excuse 31 CONTRACTOR from proceeding immediately with the agreement as changed. 32 33 ARTICLE 14. DISPUTES 34 A. Except as otherwise provided in this Agreement, any dispute concerning a question

Page 9 of 17

Agreement # 18-008

1 of fact arising under this Agreement which is not disposed of by supplemental agreement shall be 2 decided by AGENCY’s Chief Procurement and Logistics Officer, who shall reduce the decision to 3 writing and mail or otherwise furnish a copy thereof to CONTRACTOR. The decision of the Chief 4 Procurement and Logistics Officer shall be final and conclusive unless, within thirty (30) calendar 5 days from the date of receipt of such copy, CONTRACTOR mails or otherwise furnishes to the 6 Chief Procurement and Logistics Officer a written appeal addressed to AGENCY’s Chief Executive 7 Officer. The decision of the AGENCY’s Chief Executive Officer or duly authorized representative 8 for the determination of such appeals shall be final and conclusive. 9 B. The provisions of this Article shall not be pleaded in any suit involving a question of 10 fact arising under this Agreement as limiting judicial review of any such decision to cases where 11 fraud by such official or his representative or board is alleged, provided, however, that any such 12 decision shall be final and conclusive unless the same is fraudulent or capricious or arbitrary or so 13 grossly erroneous as necessarily to imply bad faith or is not supported by substantial evidence. In 14 connection with any appeal proceeding under this Article, CONTRACTOR shall be afforded an 15 opportunity to be heard and to offer evidence in support of its appeal. 16 C. Pending final decision of a dispute hereunder, CONTRACTOR shall proceed 17 diligently with the performance of this Agreement in accordance with the decision of AGENCY’s 18 Chief Procurement and Logistics Officer. This “Disputes” clause does not preclude consideration 19 of questions of law in connection with decisions provided for above. Nothing in this Agreement, 20 however, shall be construed as making final the decision of any AGENCY official or representative 21 on a question of law, which questions shall be settled in accordance with the laws of the State of 22 California. 23 24 ARTICLE 15. ACCEPTANCE 25 A. Conditional Acceptance 26 AGENCY shall grant CONTRACTOR project conditional acceptance in writing upon 27 conducting all design, development, procurement, delivery, installation, integration and testing 28 activities. Project conditional acceptance is defined as that point in time in which all major 29 subsystems are integrated, tested, and operational, and only a punch list of open items and/or 30 minor deficiencies remain to be corrected by CONTRACTOR. 31 B. Final Acceptance 32 AGENCY shall grant CONTRACTOR project final acceptance in writing upon completion of 33 the punch list created during conditional acceptance. Project final acceptance is defined as that 34 point in time in which CONTRACTOR has met all of its contractual obligations to AGENCY’s

Page 10 of 17

Agreement # 18-008

1 satisfaction and the system is fully operational with no deficiencies existing. Project final 2 acceptance does not excuse CONTRACTOR’s performance of its obligations related to the 3 equipment and service warranties. Acceptance shall be final and conclusive except for latent 4 defects, fraud, gross mistakes amounting to fraud, or AGENCY’s rights under any warranty or 5 guarantee. 6 7 ARTICLE 16. TERMINATION 8 A. AGENCY may terminate this Agreement for its convenience any time, in whole or 9 part, by giving CONTRACTOR written notice thereof. Upon termination, AGENCY shall pay 10 CONTRACTOR its allowable costs incurred to date of that portion terminated. Said termination 11 shall be construed in accordance with the provisions of 48 CFR 49, and Part 49 of the Federal 12 Acquisition Regulation (FAR), the specific subparts and other provisions thereof applicable to 13 termination for convenience. If AGENCY sees fit to terminate this Agreement for convenience, 14 said notice shall be given to CONTRACTOR in accordance with the provisions of the FAR 15 referenced above and Article 9 “Notices” herein. Upon receipt of said notification, CONTRACTOR 16 agrees to comply with all applicable provisions of the FAR pertaining to termination for 17 convenience. 18 B. CONTRACTOR shall have no rights to terminate this Agreement or any 19 subcontracts under this Agreement for CONTRACTOR’s convenience. 20 C. CONTRACTOR shall have no rights to terminate any subcontracts for cause and 21 then perform the work with its forces without the Agency’s prior written consent. Agency reserves 22 the right to require CONTRACTOR to replace its terminated subcontractors with another 23 subcontractor agreeable to the Agency and to do so without any increase or delay in the 24 performance of this Agreement. 25 D. AGENCY may terminate this Agreement for CONTRACTOR's default if a federal or 26 state proceeding for the relief of debtors is undertaken by or against CONTRACTOR, or if 27 CONTRACTOR makes an assignment for the benefit of creditors, or if CONTRACTOR breaches 28 any term(s) or violates any provision(s) of this Agreement and does not cure such breach or 29 violation within thirty (30) calendar days after written notice thereof by AGENCY. CONTRACTOR 30 shall be liable for any and all reasonable cost incurred by AGENCY as a result of such default 31 including, but not limited to, reprocurement costs of the same or similar services defaulted by 32 CONTRACTOR under this Agreement. Such termination shall comply with 48 CFR 49, and Part 33 49 of the FAR. 34

Page 11 of 17

Agreement # 18-008

1 ARTICLE 17. INDEMNIFICATION 2 CONTRACTOR shall indemnify, defend and hold harmless AGENCY, its agents, 3 officers, officials, directors, employees, and volunteers from all losses, damages, claims for 4 personal injury or damages to real or personal property to the extent caused by 5 CONTRACTOR'S negligence. CONTRACTOR agrees to indemnify AGENCY against 6 expenses, including reasonable attorneys’ fees, and liability arising from any such claim of 7 infringement provided CONTRACTOR has the right to control the defense or settlement of any 8 such claim in accordance with the following: 9 (i) CONTRACTOR, at its own cost and expense, shall indemnify, defend and hold 10 harmless AGENCY from and against any and all claims, demands, actions, suits, damages, 11 liabilities, losses and expenses (including reasonable attorney’s fees and disbursements) for 12 personal injury or property damage asserted by third parties to the extent caused by the 13 negligence or willful misconduct of CONTRACTOR in connection with CONTRACTOR'S 14 performance, or failure to perform this Agreement hereunder (“Third Party Claims”). 15 (ii) AGENCY shall promptly give written notice to CONTRACTOR after obtaining 16 knowledge of any potential or actual Third Party Claim against AGENCY as to which recovery 17 may be sought against CONTRACTOR because of the indemnity set forth in clause (i) above. 18 (iii) CONTRACTOR shall defend AGENCY against any such Third Party Claim with 19 counsel mutually agreed to by CONTRACTOR and AGENCY. In addition: 20 (a) AGENCY may retain separate co-counsel at its sole cost and expense to 21 monitor the defense of the Third Party Claim provided however, that CONTRACTOR shall have 22 the right to control the defense of such Third Party Claim in CONTRACTOR'S sole discretion. 23 (b) AGENCY will not consent to the entry of any judgment or enter into any 24 settlement with respect to such Third Party Claim without the prior written consent of 25 CONTRACTOR; 26 (c) AGENCY shall cooperate with all reasonable requests of CONTRACTOR 27 in connection with the defense of such Third Party Claim. 28 (iv) To the extent reasonably possible, AGENCY shall use its good faith 29 efforts to mitigate any losses which CONTRACTOR is obligated to indemnify against 30 pursuant to this indemnification paragraph. 31 32 ARTICLE 18. ASSIGNMENTS AND SUBCONTRACTING 33 A. Neither this Agreement nor any interest herein nor claim hereunder may be 34 assigned by CONTRACTOR either voluntarily or by operation of law, nor may all or any part of this

Page 12 of 17

Agreement # 18-008

1 Agreement be subcontracted by CONTRACTOR, without the prior written consent of AGENCY. 2 Consent by AGENCY shall not be deemed to relieve CONTRACTOR of its obligations to comply 3 fully with all terms and conditions of this Agreement. 4 B. AGENCY hereby consents to CONTRACTOR's subcontracting of portions of the 5 Scope of Work to the parties identified below for the functions described in CONTRACTOR’s bid. 6 CONTRACTOR shall include in the subcontract agreement the stipulation that CONTRACTOR, not 7 AGENCY, is solely responsible for payment to the subcontractor for the amounts owing and that 8 the subcontractor shall have no claim, and shall take no action, against AGENCY, its officers, 9 directors, employees or sureties for nonpayment by CONTRACTOR. 10 Subcontractor's Name/Address Subcontract % Amount 11 (from bid) (from bid) 12 13 D. CONTRACTOR shall also include in the subcontract agreement the stipulation 14 that the subcontractor shall maintain insurance coverage in the amounts required from 15 CONTRACTOR as provided in this Agreement. At AGENCY’s request, CONTRACTOR to 16 provide evidence of this coverage. 17 E. CONTRACTOR shall have no rights to terminate any subcontracts for cause and 18 then perform the work with its own employees without Agency’s prior written consent. Agency 19 reserves the right to require CONTRACTOR replace its terminated subcontractor with another 20 subcontractor agreeable to the Agency and to do so without any increase or delay in the 21 performance of this Agreement. 22 23 ARTICLE 19. AUDIT AND INSPECTION OF RECORDS 24 CONTRACTOR shall provide AGENCY, the U.S. Department of Transportation (DOT), the 25 Comptroller General of the United States, or other agents of AGENCY, such access to 26 CONTRACTOR’s accounting books, records, payroll documents and facilities of the 27 CONTRACTOR which are directly pertinent to this Agreement for the purposes of examining, 28 auditing and inspecting all accounting books, records, work data, documents and activities related 29 hereto. CONTRACTOR shall maintain such books, records; data and documents in accordance 30 with generally accepted accounting principles and shall clearly identify and make such items 31 readily accessible to such parties during CONTRACTOR's performance hereunder and for a period 32 of four (4) years from the date of final payment by AGENCY. AGENCY's right to audit books and 33 records directly related to this Agreement shall also extend to all first-tier subcontractors identified 34 in Article 18 of this Agreement. CONTRACTOR shall permit any of the foregoing parties to

Page 13 of 17

Agreement # 18-008

1 reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably 2 necessary. 3 4 ARTICLE 20. FEDERAL, STATE AND LOCAL LAWS 5 CONTRACTOR warrants that in the performance of this Agreement, it shall comply with all 6 applicable federal, state and local laws, statutes and ordinances and all lawful orders, rules and 7 regulations promulgated thereunder. 8 9 ARTICLE 21. WARRANTY 10 A. Bidder warrants to RTA that, for a period of 365 days following RTA’s inspection 11 and acceptance of each item delivered hereunder, each item shall conform to the requirements 12 hereof and will be free from defects. In addition to other remedies which may be available, RTA 13 may, at its option, return any nonconforming or defective items to BIDDER and/or require 14 correction or replacement of said item at the location of the item when the defect is discovered, 15 all at BIDDER’s risk and expense. If RTA does not require correction or replacement of 16 nonconforming or defective items, BIDDER shall repay such portion of the payment specified 17 herein or such additional amount as is equitable under the circumstances. RTA’s rights 18 hereunder are in addition to, but not limited by, BIDDER’s standard warranties. Inspection and 19 acceptance of items by RTA, or payment therefore, shall not relieve BIDDER of its obligations 20 hereunder. 21 B. Any supplies or parts thereof corrected or furnished in replacement pursuant 22 to this clause shall also be subject to all the provisions of this clause to the same extent as 23 supplies initially delivered. 24 25 ARTICLE 22. PROHIBITED INTERESTS 26 A. CONTRACTOR covenants that, for the term of this Agreement, no director, 27 member, officer or employee of AGENCY during his/her tenure in office or for one (1) year 28 thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 29 B. No member of or delegate to the Congress of the United States shall be admitted to 30 any share or part of this Agreement or to the benefits thereof. 31 32 ARTICLE 23. OWNERSHIP OF REPORTS AND DOCUMENTS 33 The originals of all letters, documents, reports and other products and data produced under 34 this Agreement shall be delivered to, and become the property of AGENCY. Copies may be made

Page 14 of 17

Agreement # 18-008

1 for CONTRACTOR’s records but shall not be furnished to others without written authorization from 2 AGENCY. Such deliverables shall be deemed works made for hire and all rights in copyright 3 therein shall be retained by AGENCY. 4 5 ARTICLE 24. FINISHED AND PRELIMINARY DATA 6 A. All of CONTRACTOR's finished technical data, developed specifically for the 7 AGENCY, including but not limited to, technical documentation and user documentation, 8 photoprints and other graphic information required to be furnished under this Agreement, shall be 9 AGENCY's property upon payment and shall be furnished with unlimited rights and, as such, shall 10 be free from proprietary restriction except as elsewhere authorized in this Agreement. 11 CONTRACTOR further agrees that it shall have no interest or claim to such finished, AGENCY- 12 owned, technical data; furthermore, said data is subject to the provisions of the Freedom of 13 Information Act, 5 USC 552. 14 B. It is expressly understood that any title to preliminary technical data is not passed to 15 AGENCY but is retained by CONTRACTOR. Preliminary data includes submittals as prepared by 16 CONTRACTOR solely for the purpose of obtaining AGENCY's acceptance before approval is 17 given to proceed with the work. Preliminary data title and right thereto shall be made available to 18 AGENCY if CONTRACTOR causes AGENCY to exercise Article 16 “Termination”, termination and 19 a price shall be negotiated for all preliminary data. 20 21 ARTICLE 25. LIQUIDATED DAMAGES 22 If CONTRACTOR fails to complete the work within the time specified in Article 4 23 “Delivery Schedule” of this Agreement, or any AGENCY authorized extension thereof, the actual 24 damage to AGENCY for the delay will be difficult or impossible to determine. Therefore, in lieu 25 of actual damages, CONTRACTOR shall pay to AGENCY as fixed, agreed-to liquidated 26 damages, the sum of Five Hundred Dollars ($500.00) per day for each day of delay beyond the 27 specified project completion date not to exceed one hundred and eighty (180) calendar days. 28 Alternatively, AGENCY may terminate this Agreement in whole or in part as provided in 29 Article 16 “Termination” of this Agreement, and in that event, CONTRACTOR shall be liable, in 30 addition to the excess costs provided in Article 16 “Termination” of this Agreement, for such 31 liquidated damages occurring until such time as AGENCY may reasonably obtain delivery or 32 performance of similar supplies or services from a different source. CONTRACTOR shall not be 33 charged with liquidated damages when the delay is determined to be excusable in accordance 34 with Article 26 “Force Majeure” hereunder. AGENCY shall ascertain the facts and extent of the

Page 15 of 17

Agreement # 18-008

1 delay and may extend the time for performance of the contract when in its judgment; the 2 findings of fact justify an extension. 3 4 ARTICLE 26. FORCE MAJEURE 5 Either party shall be excused from performing its obligations under this Agreement during 6 the time and to the extent that it is prevented from performing by an unforeseeable cause beyond 7 its control including, but not limited to: any incidence of fire, flood; acts of God; commandeering of 8 material, products, plants or facilities by the federal, state or local government; national fuel 9 shortage; or a material act of omission by the other party; when satisfactory evidence of such 10 cause is presented to the other party, and provided further that such nonperformance is 11 unforeseeable, beyond the control and is not due to the fault or negligence of the party not 12 performing. 13 14 ARTICLE 27. PRIVACY ACT REQUIREMENTS 15 CONTRACTOR shall comply with, and assures the compliance of its employees with, 16 the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 17 U.S.C. §552a. Among other things, CONTRACTOR agrees to obtain the express consent of 18 the Federal Government before the CONTRACTOR or its employees operate a system of 19 records on behalf of the Federal Government. CONTRACTOR understands that the 20 requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, 21 apply to those individuals involved, and that failure to comply with the terms of the Privacy Act 22 may result in termination of the underlying Agreement. 23 This Agreement shall be made effective upon execution by both parties. 24 // 25 // 26 // 27 // 28 // 29 // 30 // 31 // 32 // 33 // 34 //

Page 16 of 17

Agreement # 18-008

1 IN WITNESS WHEREOF, the parties hereto have caused this Agreement No. 18-008 to be 2 executed on the date first above written. 3 4 CONTRACTOR RIVERSIDE TRANSIT AGENCY 5 By By 6 Larry Rubio 7 Chief Executive Officer 8 9 APPROVED AS TO FORM: 10 11 By 12 James M. Donich 13 General Counsel

Page 17 of 17

Attachment 1 to Agreement 18-008

FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES

1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES

(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS

(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.

(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.

(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

3. ACCESS TO RECORDS

(1) Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311.

(2) Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000.

(3) Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions.

(4) Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection.

(5) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

(6) The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than four years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).

(7) FTA does not require the inclusion of these requirements in subcontracts.

4. FEDERAL CHANGES

Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.

5. CIVIL RIGHTS REQUIREMENTS

(1) Nondiscrimination – In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue.

(2) Equal Employment Opportunity – The following equal employment opportunity requirements apply to the underlying contract:

(a) Race, Color, Creed, National Origin, Sex – In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, Page 1 of 8

Attachment 1 to Agreement 18-008

recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

(b) Age – In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §§ 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

(c) Disabilities – In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

(3) Equal Employment Opportunity Requirements for Construction Activities – Contractor’s and sub-contractor’s shall comply with the following:

(a) U.S. Department of Labor regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor”, 41 C.F.R. chapter 60, and

(b) Executive Order No. 11246, “Equal Employment Opportunity”, as amended by Executive Order No. 11375, “Amending Executive Order No. 11246, Relating to Equal Employment Opportunity”, 42 U.S.C. § 2000e note.

(4) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

6. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS

The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any RTA requests which would cause RTA to be in violation of the FTA terms and conditions.

7. ENERGY CONSERVATION

The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.

8. DEBARMENT AND SUSPENSION

(1) This contract is a covered transaction as defined in U.S. DOT regulations, 2 CFR § 1200.220 Subpart B and, as such, Contractor must confirm it is not excluded or disqualified from participating in covered transactions funded in whole or in part with Federal funds.

(2) By signing and submitting its bid or proposal, Contractor certifies it is not excluded or disqualified from participating in a covered transaction funded in whole or in part with Federal funds. Contractor further certifies that this certification is a material representation of fact relied upon by RTA. If it is later determined the Contractor knowingly rendered an erroneous certification, in addition to remedies available to RTA, the Federal Government may pursue available remedies including, but not limited to suspension and/or debarment.

(3) Contractor further agrees to include, and require its Third Party Participants to include a similar condition in each lower tier covered transaction, assuring that all lower tier Third Party Participants:

(a) Will comply with Federal debarment and suspension requirements, and

(b) Review the “Excluded Parties Listing System” at https://www.sam.gov, as needed to comply with U.S. DOT regulations, 2 CFR part 1200.

9. BUY AMERICA

The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content.

A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (see Section III, Required Forms) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.

10. LOBBYING

Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying". Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient.

11. CLEAN AIR

(1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

(2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

Page 2 of 8

Attachment 1 to Agreement 18-008

12. CLEAN WATER

(1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

(2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

13. CARGO PREFERENCE

The following requirement applies to all revenue vehicle, construction and material/supply contracts.

Contractor agrees:

(1) To use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels;

(2) To furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) (3) To include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.

14. FLY AMERICA

Contractor agrees:

(1) To comply with 49 U.S.C. 40118 (the “Fly America” Act) in accordance with the General Services Administration’s regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements.

(2) To include the requirements of this section in all subcontracts that may involve international air transportation.

15. DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS

The following requirement applies to contracts in excess of $2,000 for actual construction, alteration and/or repair, including painting and decorating of a public building or public work.

(1) Minimum wages

(i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

(ii) (A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and

(4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized

Page 3 of 8

Attachment 1 to Agreement 18-008

representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(v) (A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(2) Withholding - RTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, RTA may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

(ii) (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to RTA for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors.

(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. Page 4 of 8

Attachment 1 to Agreement 18-008

(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees

(i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30.

(5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of Sections 1 and 2 of the Copeland “Anti-Kickback” Act as amended, 18 USC § 874 and 40 USC § 3145, respectively, and U.S. DOL regulations at 29 CFR part 3 which are incorporated by reference in this contract.

(6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

(7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

(8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

(9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

(10) Certification of eligibility

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

16. CONTRACT HOURS AND SAFETY STANDARDS ACT

(1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

Page 5 of 8

Attachment 1 to Agreement 18-008

(2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section.

17. SEISMIC SAFETY

The following requirement applies to contracts involving architectural/engineering for and/or construction of new buildings or additions.

Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project.

18. PATENT AND RIGHTS IN DATA

The following requirement applies to contracts involving experimental, developmental, or research work.

A. Rights in Data - The following requirements apply to each contract involving experimental, developmental or research work:

(1) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration.

(2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added:

(a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution.

(b) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. § 19.36, the Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)1 and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party.

1. Any subject data developed under that contract, whether or not a copyright has been obtained; and

2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA.

(c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c), however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects.

(d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government.

(e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent.

(f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause, provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work.

(g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA.

(3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.

(4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA.

B. Patent Rights - The following requirements apply to each contract involving experimental, developmental, or research work:

(1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified.

(2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take

Page 6 of 8

Attachment 1 to Agreement 18-008

the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.

(3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA.

19. DISADVANTAGED BUSINESS ENTERPRISES (DBEs)

(1) This contract is subject to the requirements of 49 CFR Part 26, “Participation by DBEs in DOT Financial Assistance Programs”. The national goal for participation of DBEs is 10%. RTA’s overall goal for DBE participation is 2%. A separate contract goal has not been established for this procurement.

(2) Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as RTA deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)).

(3) Prompt Payment – Contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from RTA. In addition, the contractor is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor’s work by RTA and Contractor’s receipt of the partial retainage payment related to the subcontractor’s work.

(4) The Contractor must promptly notify RTA, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of RTA.

20. RECYCLED PRODUCTS

The following requirement applies to transit operations/management, construction and material/supply contracts in excess of $10,000.

Recovered Materials - Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended 42 USC 6962, including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. Designated items include vehicular, construction, transportation and landscaping products, non-paper office products, and miscellaneous products.

21. CONFORMANCE WITH ITS NATIONAL ARCHITECTURE

The Contractor agrees to:

(1) Conform to the National Intelligent Transportation Systems (ITS) Architecture requirements of 23 U.S.C. § 517(d), as amended by MAP-21, unless it obtains an exemption from those requirements, and

(2) Except as the Federal Government determines otherwise in writing, follow:

(a) FTA Notice, “FTA National ITS Architecture Policy on Transit Projects”, 66 Fed. Reg. 1455, January 8, 2001, and

(b) Other applicable Federal guidance.

22. ADA ACCESS

The following requirement applies to all architectural/engineering, transit operations/management, revenue vehicle and construction contracts.

Contractor agrees to comply with the following Federal prohibitions pertaining to discrimination against seniors or individuals with disabilities:

(1) Federal laws, including

(a) Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, prohibiting discrimination on the basis of disability in the administration of federally funded programs or activities;

(b) The Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. § 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities;

(c) The Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities;

(d) Federal transit law, specifically 49 U.S.C. § 5332, which now includes disability as a prohibited basis for discrimination, and

(e) Other applicable laws and amendments pertaining to access for elderly individuals or individuals with disabilities.

(2) Federal regulations, including

(a) U.S. DOT regulations, “Transportation Services for Individuals with Disabilities (ADA)”, 49 C.F.R. part 37;

(b) U.S. DOT regulations, “Nondiscrimination on the Basis of Disability in Programs and Activities Receiving or Benefiting from Federal Financial Assistance”, 49 C.F.R. part 27;

(c) U.S. DOT regulations, “Transportation for Individuals with Disabilities: Passenger Vessels”, 49 C.F.R. part 39;

(d) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB) and U.S. DOT regulations, “ADA Accessibility Specifications for Transportation Vehicles”, 36 C.F.R. part 1192 and 49 C.F.R. part 38;

(e) U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability in State and Local Government Service”, 28 C.F.R. part 36;

(f) U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities”, 28 C.F.R. part 36;

Page 7 of 8

Attachment 1 to Agreement 18-008

(g) U.S. EEOC, “Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act”, 29 C.F.R part 1630;

(h) U.S. Federal Communications Commission regulations, “Telecommunications Relay Services and Related Customer Premises Equipment for Persons with Disabilities”, 47 C.F.R part 64, Subpart F;

(i) U.S. ATBCB regulations, “Electronic and Information Technology Accessibility Standards”, 36 C.F.R. part 1194, and

(j) FTA regulations, “Transportation for Elderly and Handicapped Persons”, 40 C.F.R. part 609.

(3) Other applicable Federal civil rights and nondiscrimination guidance.

Page 8 of 8

Attachment 2 to Agreement 18-008

CALIFORNIA PREVAILING WAGE LAW REQUIRED CLAUSES

§ 1771: Payment of general prevailing rate

Except for public works projects of one thousand dollars ($1,000) or less, not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed as provided in this chapter, shall be paid to all workers employed on public works.

This section is applicable only to work performed under contract, and is not applicable to work carried out by a public agency with its own forces. This section is applicable to contracts let for maintenance work.

§ 1774: Payment of General Prevailing Rate The contractor to whom the contract is awarded, and any subcontractor under him, shall pay not less than the specified prevailing rates of wages to all workmen employed in the execution of the contract.

§ 1775. Penalties for violations

(a)(1) The contractor and any subcontractor under the contractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as determined by the director for the work or craft in which the worker is employed for any public work done under the contract by the contractor or, except as provided in subdivision (b), by any subcontractor under the contractor.

(2)(A) The amount of the penalty shall be determined by the Labor Commissioner based on consideration of both of the following:

(i) Whether the failure of the contractor or subcontractor to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the attention of the contractor or subcontractor.

(ii) Whether the contractor or subcontractor has a prior record of failing to meet its prevailing wage obligations.

(B)(i) The penalty may not be less than forty dollars ($40) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, unless the failure of the contractor or subcontractor to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the attention of the contractor or subcontractor.

(ii) The penalty may not be less than eighty dollars ($80) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, if the contractor or subcontractor has been assessed penalties within the previous three years for failing to meet its prevailing wage obligations on a separate contract, unless those penalties were subsequently withdrawn or overturned.

(iii) The penalty may not be less than one hundred twenty dollars ($120) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, if the Labor Commissioner determines that the violation was willful, as defined in subdivision (c) of Section 1777.1.

(C) If the amount due under this section is collected from the contractor or subcontractor, any outstanding wage claim under Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 against that contractor or subcontractor shall be satisfied before applying that amount to the penalty imposed on that contractor or subcontractor pursuant to this section.

(D) The determination of the Labor Commissioner as to the amount of the penalty shall be reviewable only for abuse of discretion.

Page 1 of 6

Attachment 2 to Agreement 18-008

(E) The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the contractor or subcontractor, and the body awarding the contract shall cause to be inserted in the contract a stipulation that this section will be complied with.

(b) If a worker employed by a subcontractor on a public works project is not paid the general prevailing rate of per diem wages by the subcontractor, the prime contractor of the project is not liable for any penalties under subdivision (a) unless the prime contractor had knowledge of that failure of the subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime contractor fails to comply with all of the following requirements:

(1) The contract executed between the contractor and the subcontractor for the performance of work on the public works project shall include a copy of the provisions of this section and Sections 1771, 1776, 1777.5, 1813, and 1815.

(2) The contractor shall monitor the payment of the specified general prevailing rate of per diem wages by the subcontractor to the employees, by periodic review of the certified payroll records of the subcontractor.

(3) Upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages, the contractor shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for work performed on the public works project.

(4) Prior to making final payment to the subcontractor for work performed on the public works project, the contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages to his or her employees on the public works project and any amounts due pursuant to Section 1813.

(c) The Division of Labor Standards Enforcement shall notify the contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of per diem wages.

§ 1776. Payroll records; retention; inspection; agencies entitled to receive non-redacted copies of certified records; noncompliance penalties; rules

(a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following:

(1) The information contained in the payroll record is true and correct.

(2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project.

(b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis:

(1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request.

(2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract and the Division of Labor Standards Enforcement of the Department of Industrial Relations.

(3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract or the Division of Labor Standards Enforcement. If the requested payroll records have not

Page 2 of 6

Attachment 2 to Agreement 18-008

been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public may not be given access to the records at the principal office of the contractor.

(c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. The payroll records may consist of printouts of payroll data that are maintained as computer records, if the printouts contain the same information as the forms provided by the division and the printouts are verified in the manner specified in subdivision (a).

(d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within 10 days after receipt of a written request.

(e) Except as provided in subdivision (f), any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body or the Division of Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual's name, address, and social security number. The name and address of the contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor- management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a) shall be marked or obliterated only to prevent disclosure of an individual's name and social security number. A joint labor management committee may maintain an action in a court of competent jurisdiction against an employer who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages and may award the joint labor management committee reasonable attorney' s fees and costs incurred in maintaining the action. An action under this subdivision may not be based on the employer's misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits any other available remedies for a violation of this chapter.

(f)(1) Notwithstanding any other provision of law, agencies that are included in the Joint Enforcement Strike Force on the Underground Economy established pursuant to Section 329 of the Unemployment Insurance Code and other law enforcement agencies investigating violations of law shall, upon request, be provided non-redacted copies of certified payroll records. Any copies of records or certified payroll made available for inspection and furnished upon request to the public by an agency included in the Joint Enforcement Strike Force on the Underground Economy or to a law enforcement agency investigating a violation of law shall be marked or redacted to prevent disclosure of an individual's name, address, and social security number.

(2) An employer shall not be liable for damages in a civil action for any reasonable act or omission taken in good faith in compliance with this subdivision.

(g) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city, and county, and shall, within five working days, provide a notice of a change of location and address.

(h) The contractor or subcontractor has 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in subdivision (a). In the event that the contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section.

(i) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section.

§ 1777.5. Employment of registered apprentices; wages; standards; number; apprenticeable craft or trade; exemptions; contributions; compliance program

(a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works.

Page 3 of 6

Attachment 2 to Agreement 18-008

(b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft or trade to which he or she is registered.

(c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible to be employed at the apprentice wage rate on public works. The employment and training of each apprentice shall be in accordance with either of the following:

(1) The apprenticeship standards and apprentice agreements under which he or she is training.

(2) The rules and regulations of the California Apprenticeship Council.

(d) When the contractor to whom the contract is awarded by the state or any political subdivision, in performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a certificate approving the contractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However, the decision of the apprenticeship program to approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The apprenticeship program or programs, upon approving the contractor, shall arrange for the dispatch of apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be required to submit any additional application in order to include additional public works contracts under that program. “Apprenticeable craft or trade,” as used in this section, means a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the California Apprenticeship Council. As used in this section, “contractor” includes any subcontractor under a contractor who performs any public works not excluded by subdivision (o).

(e) Prior to commencing work on a contract for public works, every contractor shall submit contract award information to an applicable apprenticeship program that can supply apprentices to the site of the public work. The information submitted shall include an estimate of journeyman hours to be performed under the contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices would be employed. A copy of this information shall also be submitted to the awarding body if requested by the awarding body. Within 60 days after concluding work on the contract, each contractor and subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the contract. The information under this subdivision shall be public. The apprenticeship programs shall retain this information for 12 months.

(f) The apprenticeship program that can supply apprentices to the area of the site of the public work shall ensure equal employment and affirmative action in apprenticeship for women and minorities.

(g) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the public work may be no higher than the ratio stipulated in the apprenticeship standards under which the apprenticeship program operates where the contractor agrees to be bound by those standards, but, except as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice work for every five hours of journeyman work.

(h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ apprentices for the number of hours computed as above before the end of the contract or, in the case of a subcontractor, before the end of the subcontract. However, the contractor shall endeavor, to the greatest extent possible, to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Administrator of Apprenticeship, upon

Page 4 of 6

Attachment 2 to Agreement 18-008

application of an apprenticeship program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or trade classification.

(i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's standards upon the issuance of the approval certificate, or that has been previously approved for an apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event less than the 1-to-5 ratio required by subdivision (g).

(j) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five hours of labor performed by journeymen, the Administrator of Apprenticeship may grant a certificate exempting the contractor from the 1-to-5 hourly ratio, as set forth in this section for that craft or trade.

(k) An apprenticeship program has the discretion to grant to a participating contractor or contractor association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting the contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions is met: (1) Unemployment for the previous three-month period in the area exceeds an average of 15 percent.

(2) The number of apprentices in training in the area exceeds a ratio of 1 to 5.

(3) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide basis or on a local basis.

(4) Assignment of an apprentice to any work performed under a public works contract would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman.

(l) When an exemption is granted pursuant to subdivision (k) to an organization that represents contractors in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards.

(m)(1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract, employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California Apprenticeship Council the same amount that the director determines is the prevailing amount of apprenticeship training contributions in the area of the public works site. A contractor may take as a credit for payments to the council any amounts paid by the contractor to an approved apprenticeship program that can supply apprentices to the site of the public works project. The contractor may add the amount of the contributions in computing his or her bid for the contract.

(2) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California Apprenticeship Council shall distribute training contributions received by the council under this subdivision, less the expenses of the Department of Industrial Relations for administering this subdivision, by making grants to approved apprenticeship programs for the purpose of training apprentices. The funds shall be distributed as follows:

(A) If there is an approved multiemployer apprenticeship program serving the same craft or trade and geographic area for which the training contributions were made to the council, a grant to that program shall be made.

(B) If there are two or more approved multiemployer apprenticeship programs serving the same craft or trade and geographic area for which the training contributions were made to the council, the grant shall be divided among those programs based on the number of apprentices registered in each program.

(C) All training contributions not distributed under subparagraphs (A) and (B) shall be used to defray the future expenses of the Department of Industrial Relations for the administration and enforcement of apprenticeship standards and requirements under this code.

Page 5 of 6

Attachment 2 to Agreement 18-008

(3) All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship Training Contribution Fund, which is hereby created in the State Treasury. Upon appropriation by the Legislature, all moneys in the Apprenticeship Training Contribution Fund shall be used for the purpose of carrying out this subdivision and to pay the expenses of the Department of Industrial Relations.

(n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor.

(o) This section does not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor when the contracts of general contractors or those specialty contractors involve less than thirty thousand dollars ($30,000).

(p) An awarding body that implements an approved labor compliance program in accordance with subdivision (b) of Section 1771.5 may, with the approval of the director, assist in the enforcement of this section under the terms and conditions prescribed by the director.

§ 1813. Forfeiture for violations; contract stipulation; report of violations

The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work, the awarding body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take cognizance of all violations of this article committed in the course of the execution of the contract, and shall report them to the Division of Labor Standards Enforcement.

§ 1815. Overtime

Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of this code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 1 1/2 times the basic rate of pay.

Page 6 of 6