Loading...
HomeMy WebLinkAbout1998-06-23 - AGENDA REPORTS - 1997-98 1998-99 ANNUAL PROJECT (2)CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR DATE: June 23, 1998 City Manager Appro, Item to be presented SUBJECT: 1997-98 AND 1998-99 ANNUAL PROJECTS ADVERTISE FOR BIDS DEPARTMENT: Transportation & Engineering Services RECOMMENDED ACTION City Council approve the plans and specifications for the following projects and authorize advertising for bids. Proiect Name Proiect No. Account Nos. 1997-98 Annual Overlay Program M0002 M0002205 and M0002455 1997-98 Annual Slurry Program M0003 M0003103, M0003201, and M0003455 1997-98 Annual Access Ramp Construction T0006 T0006103 1997-98 Annual Curb & Gutter Repair M0004 M0004052 1997-98 Annual New Sidewalk Program T0007 T0007103 1998-99 Annual Sidewalk Repair PWS -5 5211-8061 1997-98 Annual Median Modifications C0013 C0013455 Camp Plenty @ Calla Way Improvements S3003 S3003201 North Oaks Park — Parking Lot Pavement Rehab. N/A 5100-8001/8110 Santa Clarita Park— Parking Lot Pavement Rehab. N/A 5100-8001/8110 1998-99 Annual Overlay Program M0027 M0027001, M0027205 1998-99 Annual Slurry Program M0028 M0028001 1998-99 Annual Access Ramp Construction T0011 T0011201 1998-99 Annual Curb & Gutter Repair M0026 M0026456 1998-99 Annual New Sidewalk Program T0012 T0012201 1998-99 Annual Sidewalk Repair PWS -6 5211-8061 Orchard Village Traffic Signal Interconnect C2014 C2014001 16th Street Sidewalk Installation LMD177 7515-8001 BACKGROUND On December 9, 1997 and May 26, 1998 Council awarded a contract to Harris & Associates to provide project management services for the projects listed above. The plans and ARRoED Aaenda it6m: 6 1997-98 AND 1998-99 ANNUAL PROJECTS — ADVERTISE FOR BIDS June 23, 1998 — Page 2 specifications for this project have been completed and are available for review in the City Clerk's office. The engineer's estimate for. construction of this project is $5,000,000.00. Construction is scheduled to begin in late July 1998, with an anticipated completion date of October 1998. The Annual Overlay project will resurface various streets throughout the City to provide a smoother ride for traffic, enhance the appearance of the area, and extend the economic life of the roadway. The Annual Slurry project will seal surface cracks, enhance skid resistance properties, and increase pavement life. The Annual Access Ramp Construction project will install pedestrian access ramps in high - demand areas of. the City, including transit routes, parks, schools, and hospitals, as required by the Americans with Disabilities Act (ADA). The Annual Curb and Gutter Repair program will install new curb and gutter at various locations throughout the City where flowline problems exist. Locations were selected based on citizen requests and staff observations. The Annual New Sidewalk project will install sidewalks at various locations within the City where none currently exist. The primary focus is in areas with high pedestrian usage and along pedestrian routes associated with the Suggested Route -to -School Program. This program helps reduce the City's liability by providing designated pedestrian routes. The Annual Sidewalk Repair project will repair damaged sidewalks at various locations throughout the City. Locations were selected based on citizen requests and staff observations. The Annual Median Modification project will alter medians to allow more efficient traffic flow by reducing congestion, creating safer turning lanes, and restricting adverse traffic patterns. Locations were selected based on citizen requests and staff observations. The Camp Plenty Road at Calla Way Improvement project will construct curb, gutter, and sidewalk on Camp Plenty Road between Stillmore Street and Calla Way. This project will provide designated pedestrian routes near Sierra Vista Junior High School. North Oaks Park and Santa Clarita Park Parking Lot Pavement Rehabilitation projects will resurface the parking lots to improve the condition of the pavement and enhance the appearance of these parks. 1997-98 AND 1998-99 ANNUAL PROJECTS — ADVERTISE FOR BIDS June 23, 1998 — Page 3 The Orchard Village Road Traffic Signal Interconnect project will improve traffic flow on Orchard Village Road by connecting the traffic signals and synchronizing their timing prior to overlay of the street. The 16th Street Sidewalk Installation project will install sidewalk on the south side of 16th Street between Avenida Ignacio and Newhall Avenue. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT The total combined project budget of these projects is $5,081,522.00. The engineers estimate for construction is $5,000,000.00. Sufficient funds are available in the designated accounts. Funds have been requested in the proposed 98/99 budget, which is subject to City Council approval. KB:vjj a:%t sN cfl\vwoo3\advertie.dw CONTRACT DOCUMENTS FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECTS SANTA CLARITA, CALIFORNIA SXNTA 4 7►. 11 hk 9 1V'5 fO 75 DEGEMOEP 6.4 JUNE 8. 19�'J8 O CITY OF SANTA CLARITA SANTA CLARITA, CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT June 1998 Prepared For: City of Santa Clarita Transportation and Engineering Services Department 23920 Valencia Blvd., Suite 300 Santa Clarita, CA 91355 Contact: David Stuetzel Harris & Associates, Inc. (714) 229-0990 Approved For Construction Anthony J. Nisich City of Santa Clarita Prepared By: Hams & Associates, Inc. 4281 Katella Avenue, Suite 100 Los Alamitos, CA 90720 David A. Stuetzel RCE No. 47886 Expire 12/31/1999 [-1 II TABLE OF CONTENTS 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA 1 CONTRACT AGREEMENT .......................................... D-1 FAITHFUL PERFORMANCE BOND ........................................ D-4 LABOR AND MATERIAL BOND..........................................D-5 NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY .............................D-6 ' CONTRACTOR'S NOTIFICATION OF SUBCONTRACTS AWARDED ........... ....... D 7 NOTICE OF SECTION 3 COMMITMENT ............ ..D-9 CONTRACTOR'S RATIO ............................................... D-10 EMPLOYEE CERTIFICATE OF AUTHORIZATION ............................... D-11 GENERAL SPECIFICATIONS ............................................ E-1 SCOPE OF WORK ................................................... E-1 �II I 1 If II PAGE NOTICE INVITING BIDS ................................:................ A-1 INSTRUCTIONS TO BIDDERS ............................................ B-1 ' BID SCHEDULE .. PROPOSAL........................................................ . C-1 G3 DESIGNATION OF SUBCONTRACTORS .......... .. C-5 ESTIMATED PROJECT WORKFORCE BREAKDOWN.. ........................... C-6 BIDDER DBE INFORMATION ........................................... REFERENCES..................................................... C-7 C-8 DEBARMENT AND SUSPENSION CERTIFICATION .............................. C-9 CERTIFICATION WITH REGARD TO THE.PERFORMANCE OF PREVIOUS CONTRACTS ' OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS ........................................ C-10 BIDDER'S INFORMATION AND CERTIFICATION ...............................C-11 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID ................ C-13 PROPOSAL GUARANTEE BID BOND ...................................... CG 14 ' NON -COLLUSION AFFIDAVIT...........................................C-15 AFFIRMATIVE ACTION PLAN...........................................C 16 ' CERTIFICATION OF NON -SEGREGATED FACILITIES ............................C-17 LOBBYING CERTIFICATION ..................... ....................... C-18 BIDDER'S QUESTIONNAIRE . _.......................................... C-19 1 CONTRACT AGREEMENT .......................................... D-1 FAITHFUL PERFORMANCE BOND ........................................ D-4 LABOR AND MATERIAL BOND..........................................D-5 NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY .............................D-6 ' CONTRACTOR'S NOTIFICATION OF SUBCONTRACTS AWARDED ........... ....... D 7 NOTICE OF SECTION 3 COMMITMENT ............ ..D-9 CONTRACTOR'S RATIO ............................................... D-10 EMPLOYEE CERTIFICATE OF AUTHORIZATION ............................... D-11 GENERAL SPECIFICATIONS ............................................ E-1 SCOPE OF WORK ................................................... E-1 �II I 1 If II II TABLE OF CONTENTS (Cont'd) II II II II PAGE ' SPECIAL PROVISIONS ................................................. SP -1 PART 1 - GENERAL PROVISIONS SP- PART2-CONSTRUCTION MATERIALS SP - .................................... PART 3 -CONSTRUCTION METHODS ..................................... SP - PART 6- MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES .................... SP - APPENDIX A STANDARD DRAWINGS APPENDIX B 1997-98,1998-99 ANNUAL SLURRY SEAL PROGRAM tAPPENDIX C 1997-98,1998-99 ANNUAL OVERLAY PROGRAM APPENDIX D 1997-98, 1998-99 ANNUAL ACCESS RAMP PROJECT APPENDIX 1997-98,1998-99 ANNUAL CURB & GUTTER/ FLOWLINE REPAIR AND MAINTENANCE APPENDIX F 1997-98, 1998-99 ANNUAL SIDEWALK REPAIR AND MAINTENANCE ' APPENDIX G 1997-98,1998-99 ANNUAL NEW SIDEWALK CONSTRUCTION APPENDIX H SAMPLE WEEKLY SCHEDULE II II II II 11 1 11 I 1 NOTICE INVITING BIDS 1997-98 & 1998-99 ANNUAL PROJECTS SANTA CLARITA, CALIFORNIA PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Santa Clarita for the construction of the above stated project. Bids must be submitted to the City Clerk's office, 23920 Valencia Boulevard, Suite 301, Santa Clarita, California 91355, by 11:00 a.m. on Thursday, July 16, 1998, at which time they will be publicly opened and read aloud. Work shall be done in accordance with the contract documents known as: 1997-98 & 1998-99 Annual Projects, a copy of which is on file and open for inspection at the City Clerk's office. Work includes the construction of asphalt overlays, slurry seals, capeseals, access ramps, crossgutters, drive approaches, curb, gutter, sidewalk, street light conduit, traffic signal interconnect, loop detectors, traffic signing and striping. The work is expected to cost between $4,000,000 and $4,500,000. Contract documents may be purchased at the Planning and Building Services Counter, 23920 Valencia Boulevard, Suite 140, Santa Clarita, California 91355 for a non-refundable fee of $45 each. To purchase contract documents by mail, send a check or money order for $55 (non- refundable) to City of Santa Clarita, 23920 Valencia Boulevard, Suite 300, Santa Clarita, California 91355, Attention: Vicki Johnson. For further information, call (805) 255-4935. The successful bidder shall be licensed in accordance with the provisions of the Business and Professions Code and shall possess a State Contractor's License, Class A, at the time a contract for this work is awarded. Bidders may fax their questions to Dave Stuetzel at (714) 229-0995 up to three working days prior to the bid opening. Questions and answers will be distributed in the form of an addendum. No questions will be answered within three days prior to the date of the bid opening. In accordance with the provisions of California Labor Code, all persons performing work shall be paid not less than the general prevailing rate of per diem wages as determined by the California Department of Industrial Relations. A copy of the prevailing wage rates are on file and available for inspection at the City Clerk's office. The City affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in consideration for an award. This project has a goal of 11 percent Disadvantaged Business Enterprise (DBE) Participation. Sharon L. Dawson, City Clerk City of Santa Clarita Publish four (4) times: 6/26, 6/30, 7/7 and 7/10, 1998 A-1 w I I I I INSTRUCTIONS TO BIDDERS 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA PROPOSALFORMS Bids shall be submitted in writing and on the PROPOSAL forms (see Section C) provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. . PROPOSAL GUARANTEE Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or bidder's bid bond payable to the AGENCY or cash deposit in the amount not less than ten percent (10%) of the total amount bid. Proposals not accompanied by such a guarantee will be deemed non-responsive and will not be considered. If a BIDDER to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the AGENCY. Proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT, CITY OF SANTA CLARITA, CALIFORNIA—DO NOT OPEN WITH REGULAR MAIL." Proposals may be mailed or delivered by messenger, however, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the Agencys City Clerk, Room 301, prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will be deemed non-responsive and will not be considered. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the Agency's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do. so. ' IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. I B-1 ITAXES ' No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime CONTRACTOR has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder and, while doing so, may also submit a formal proposal as a prime contractor. Proposals will be accepted from bidders who are not licensed in accordance with the provisions of the State Business and Professions Code; however, the successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors license, Class A, at the time a contract for this work is awarded. DISCREPANCIES AND MISUNDERSTANDINGS Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties underwhich the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the Agency and clarified prior to the submission of proposals. EQUIVALENT MATERIALS Approval of equipment and materials offered as equivalents to those specified must be obtained in writing from the Engineer prior to the opening of bids. Requests for consideration of equivalents must be submitted in writing, allowing sufficient time for complete consideration of all specifications, samples, references, tests, and other details to the full satisfaction of the Agency. LEGAL RESPONSIBILITIES Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same or expressly referred to herein or not. Bidders submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. ' Additionally, bidders submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the Labor Code for each craft, classification, or type of workman required, as set forth by the Director of Industrial Relations of the State of California. This is a federally assisted project and the Davis -Bacon Act will be enforced. I j / B-2 I AWARD OF CONTRACT The award of contract, if made, will be to the lowest responsible bidder as determined solely by the Agency. Additionally, the Agency reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of 90 days, all as may be required to provide for the best interests of the Agency. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. ' ASSIGNMENT OF CONTRACT The Contract may not be assigned without the written consent of the AGENCY, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. REGISTRATION OF CONTRACTORS Before submitting bids, Contractors shall be licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. ' AGENCY CONTRACTOR MEETING The CONTRACTOR to whom the award is made will be notified to meet with the AGENCY'S Representative for the purpose of reviewing of plans and specifications and instructions on procedures. MODIFICATIONS PRIOR TO DATE SET FOR OPENING BIDS The right is reserved, as the interest of the agency may require, to amend the specification and/or drawings prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such addenda as may be issued will be fumished to all prospective bidders. If the revisions and amendments are of a nature which require material changes in quantities or price bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the AGENCY, will enable bidders to revise their bids. In such cases, the addendum will include an announcement of the new date for opening bids. LIST OF SUBCONTRACTORS Each bidder must submit with his bid the following: a. The full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. b. The address of each firm. C. The telephone number at the place of business. d. Work to be performed by each subcontracting firm. e. Total approximate dollar amount of each subcontract. Submit the list on the "Subcontractor's List" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. B-3 Cl ' This project is funded by the United States Department of Housing and Urban Development (HUD), under the Housing and Community Development Act of 1974, as amended. The submission of a ' bid by the CONTRACTOR constitutes his/her assurance and agreement to comply with Federal requirements. This project is funded by the Community Development Block Grant Program and is subject to HUD approval after acceptance of bids and prior to award of Contract. ' The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price, and said bonds shall be secured from a surety company satisfactory to the City of Santa Clarita. ' The City of Santa Clarita reserves the right to reject any and all bids, or delete portions of any and all bids, orwaive any informality in the bid not affected by law. The Contract will be awarded by the City when certification of eligibility is received from the Department of Housing and Urban Development (HUD). Before entering into a Contract, the successful bidder shall furnish a statement of his financial condition and previous construction experience or such evidence of his qualifications as may be required by the Contracting AGENCY. 1 By order of the City of Santa Clarita, California. UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY ' Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a "public works contract." In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the CONTRACTOR or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further ' acknowledgment by the parties. I 11 I I ' B-4 PROPOSAL FOR 1997-98 81998-99 ANNUAL INFRASTRUCTURE PROJECT Prepared For: The City of Santa Clarita Transportation and Engineering Services Department 23920 Valencia Boulevard, Suite 300 Santa Clarita, California 91355 CONTRACTOR ADDRESS C-1 I I I 1 PROPOSAL 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY s NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option; be considered null and void. C-2 BID SCHEDULE "A" 1997-98,1998-99 ANNUAL OVERLAY PROGRAM IN THE CITY OF SANTA CLARITA Project Nos. M0002 & M0027 Item Estimated Unit Total N�o Description Oua Unit ice Coa 1. Traffic Control — LS 2. Asphalt Concrete Dig -Out Repair 11&el§0 SF 3. Cold Mill A.C. IM!P50 SF 4. Pavement Fabric , <0 SY 5. Pulverize, Blend and Grade 5 ;a<00 SF Inches of Exist A.C. and Subgrade $ $ 6. Pulverize, Blend and Grade 7 .05',TO'O SF Inches of Exist A.G. and Subgrade $ $ 7. Remove 6 inches of unsuitable material and replace with full depth asphalt concrete $ $ 8. 112" Asphalt Concrete Leveling � TON Course $ $ 9. Asphalt Concrete (A.C.) Overlay TON �-- 10. Asphalt Rubber Hot Mix (ARHM) J*1110 TON 11. Install Traffic Detector Loop OW EA 12. Inst LS and R $ $ TOTAL AMOUNT IN FIGURES (SCHEDULE "A") $ C-3 BID SCHEDULE "B" 1997-98 & 1998-99 ANNUAL SLURRY SEAL PROGRAM IN THE CITY OF SANTA CLARITA Project Nos. M0003 & M0028 Item Estimated Unit Total No. Description antit spit rice Cos 1. Traffic Control — LS 2. Asphalt Concrete Dig -Out Repair 185,000 SF 3. Crack Seal 870 LF 4. Type 11 Slurry Seal 307,000 BY $ $ 5. Cape Seal 818,000 SY 6. Cold Mill A.C. 389,050 SF 7. Pavement Fabric 13,555 SY 8. Asphalt Concrete Overlay 15,337 TON 9. Pavement Legend 1,164 SF 10. Detail 12 per State Standard Plans 2,050 LF 11. Detail 21 per State Standard Plans 956 LF 12. Detail 23 per State Standard Plans 2,850 LF 13. Detail 38 per State Standard Plans 137 LF 14. 12" Wide Stripe (White or Yellow) 1,400 LF 15. Blue Raised Pavement Marker 117 EA TOTAL AMOUNT IN FIGURES (SCHEDULE'S") $ C-4 BID SCHEDULE "C" 1997-98 & 1998-99 ANNUAL CURB, GUTTER AND FLOWLINE REPAIR PROJECT IN THE CITY OF SANTA CLARITA Project Nos. M0004 & M0026 Item Estimated Unit Total jygL Description —QyAnt*iW UrIit Price Cost 1. Remove and Reconstruct P.C.C. 2,300 LF Curb and Gutter $ $ 2. Remove and Reconstruct 6 -inch 225 SF Thick P.C.C. Cross Gutter $ $ 3. Remove and Reconstruct 6 -inch 225 SF Thick Driveway Apron $ $ 4. Remove and Reconstruct 4 -inch 450 SF Thick P.C.C. Sidewalk $ $ 5. Remove and Reconstruct 4 -inch 350 SF Thick Asphalt Concrete $ $ TOTAL AMOUNT IN FIGURES (SCHEDULE "C-) $ C-5 n li If II F] I I I 1 I 'I I! BID SCHEDULE "D" 1997-98 & 1998-99 ANNUAL ACCESS RAMP PROGRAM IN THE CrrY OF SANTA CLARITA Project No. T0006 Item Estimated Unit Total RQ. Description –0—gantity UnitPrice Cost 1. Construct Access Ramp per t d�j . EA APWA Standard Plan l $ $ 2. Construct 4 -inch Thick P.C.C. 2,400 SF Sidewalk I I $ $ 3. UAMQW6&ve� t-fil- 1 $ TOTAL AMOUNT IN FIGURES (SCHEDULE "D") $ G6 BID SCHEDULE "E" 1997-98 & 1998-99 ANNUAL NEW SIDEWALK PROJECT IN THE CITY OF SANTA CLARITA Project No. T0007 Item Estimated Unit Total jJQ, Description Quantity Unit Price Cho Z 1. Construct 4 -inch Thick P.C.C. 470 SF Sidewalk $ $ TOTAL AMOUNT IN FIGURES (SCHEDULE -E-) $ C-7 I I 1 I I Ll I I I I I I I I I BID SCHEDULE "F" 1997-98 & 1998-99 ANNUAL SIDEWALK REPAIR PROGRAM IN THE CITY OF SANTA CLARITA Project No. PWS5 Item l— paigli0m_QuantityUnit Estimated Unit Price Total Cost 1. Remove and Reconstruct 4 -inch Thick P.C.C. Sidewalk 13,850 SF $ $ 2. Remove and Replace 6 -inch Thick P.C.C. Driveway Apron 2,825 SF $ $ TOTAL AMOUNT IN FIGURES (SCHEDULE -F") I $- C-8 BID SCHEDULE "G" 1997-98 & 1998-99 ANNUAL SIDEWALK PROGRAM IN THE CITY OF SANTA CLARITA Project No. S3003 Camp Plenty Road between Stillmore Street and Calla Way Item Estimated Unit Total leo Description Quantity Unit Price Cos 1. Construct 4 -inch Thick P.C.C. 1,580 SF Sidewalk (Including Excavation) $ $ 2. Construct 6" Curb and 24" Gutter 360 LF $ $ 3. Remove and Construct 6" Thick 2,160 SF AC Pavement $ $ 4. Driveway (W=24') 6" Concrete 1 EA 5. Driveway (W=12') 4" Concrete 1 EA 6. Construct Wheelchair Ramp 1 EA 7. 6" C.A.B. 172 TON 8. Concrete Block Wall 870 SF 9. Concrete Footing for Block Wall 34 CY 10. Remove Trees 4 EA 11. Remove and Replace Mail Box 1 EA 12. Wood Fence 260 LF 13. Picket Fence 80 LF $ $ TOTAL AMOUNT IN FIGURES (SCHEDULE "G") $ C-9 BID SCHEDULE "H" 1997-98 & 1998-99 ANNUAL MEDIAN IMPROVEMENTS PROJECT IN THE CITY OF SANTA CLARITA Project No. C0013 Item Estimated Unit Total Ngq Description O—gantlity Unit Price Cost 1. Remove Asphalt Concrete to 6 SF Inches Below Existing Grade $ $ 2. Construct P.C.C. Curb (Type ? per LF APWA Standard Plan) $ $ 3. Remove Traffic Striping, Markings LS and Raised Pavement Markers $ $ 4. Install Traffic Striping, Markings LS and Raised Pavement Markers $ $ 5. Construct 6 -inch Thick Asphalt SF Concrete Pavement $ -T$- $ TOTAL AMOUNT IN FIGURES (SCHEDULE -H") C-10 II 49l�ilitiT_1 iVA TOTAL AMOUNT IN FIGURES (Schedule "A" through Schedule "H") $ TOTAL AMOUNT BID IN WORDS (Schedule "A° through Schedule °H") G11 DESIGNATION OF SUBCONTRACTORS Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: Subcontractor Portion of Work Location and Place of Business Subcontractor Location and Place of Business LICENSE NO. EXP. DATE: I I PHONE EXP. DATE: I I Subcontractor Location and Place of Business LICENSE No. I EXP. DATE: I I Portion of Work Portion of Work PHONE Subcontractor Portion of Work Location and Place of Business Subcontractor Location and Place of Business LICENSE NO. EXP. DATE' I I EXP. DATE: I I C-12 PHONE Portion of Work PHONE ESTIMATED PROJECT WORKFORCE BREAKDOWN Column 1 Column 2 Column 3 Column 4 Column 5 JOB CATEGORY TOTAL ESTIMATE POSITIONS No. POSITIONS CURRENTLY OCCUPIED BY PERM. EMP. No. POSITIONS CURRENTLY UNOCCUPIED No. POSITIONS TO BE FILLED wITH LIPAR' Officers / Supervisors Professional Technicians Housing/ Sales Rentalftt Office Clerical Service Workers Others TRADE: Journeymen Helpers Apprentices Trainees RADE: Journeymen Helpers Apprentices Trainees Lower Income Project Area Residents C-13 - - BIDDER DBE INFORMATION 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT Name: BID Date: Phone No. IMPORTANT All DBE's must be certified by Caltrans at the time of bid. If the DBE goal is not met; the bid will be considered nonresponsive unless the bidder submits information to establish that a good faith effort to meet the goal has been made. If the good faith effort information is not included with the bid, the bidder has until 5:00 pm on the fourth day not including Saturday, Sunday, or legal holidays following the bid opening to submit this information to the Agency. M E GOAL ACHIEVED: DBE AMOUNT: $ _ BID AMOUNT: $ _ GOAL ASSIGNED: 11% C-14 The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 2 years: 1. Name and Address of Owner Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed 2 Name and Address of Owner Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: C-15 f-1 1 I 1 LI TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within past three years; does not have a proposed debarment pending; and has not been 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 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidders responsibility. For any exception noted above, indicate below to whom it applies, initialing agency, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-16 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA This bidder , proposed subcontractor hereby certifies that he has , has not _, participated in a previous contract or . subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: By: Title: ' Date: ' Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) ' Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a ' previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. C-17 I ' BIDDER'S INFORMATION AND CERTIFICATION BIDDER certifies that the representations of the bid are true and correct and made under penalty ' of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE ' BIDDER certifies than in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. ' AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. ' Bidder's Name: Business Address: 1.1 Telephone No.: State Contractor's License No. & Class: Original Date Issued: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm ' members, partners; joint venturers, and/or corporate officers having a principal interest in this proposal: [l 1 1 I The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venturer are as follows: C-18 All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of , 199_ Subscribed and swom to this NOTARY PUBLIC C-19 day of 199 I 1 7 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashiers check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Bidder Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. 1 C-20 ' PROPOSAL GUARANTEE BID BOND ' FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT ' SANTA CLARITA, CALIFORNIA ' NOW ALL MEN BY THESE PRESENTS that BIDDER, and as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of ' dollars ($ 1, which is ten percent (10%) of the total amount bid by BIDDER to. AGENCY 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 AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the 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 AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of , 199_ BIDDER* ' SURETY' 1 F d H 71 1 Subscribed and sworn to this NOTARY PUBLIC day of 199_ 'Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. C-21 I 1 I I 1 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES being first duly sworn deposes and says that he is the (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Signed: Title Subscribed and sworn to and before me this Seal of Notary C-22 day of 199_ I CONTRACTOR'S SECTION 3 AFFIRMATIVE ACTION PLAN 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT The undersigned CONTRACTOR agrees to implement the following affirmative action steps directed at increasing the utilization of lower income residents and business concerns located within the City of Santa Clarita. 1. Take affirmative action to ensure that employees or applicants for employment or training are not discriminated against because of race, color, religion, sex, or national origin. ' 2. Send a notice of the Contractor's Section 3 commitment to each labor organization or representative of workers, and post a copy of the notice at a conspicuous place available to employees and applicants for employment or training. 3. To the greatest extent feasible, make a good faith effort to recruit for employment or training lower income residents from the City, and to award contracts to business concerns which are located in or owned in substantial part by persons residing in the City through use of: Local advertising media, signs placed at the project site, and notification to community organizations and public or private institutions operating within or serving the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, U.S. Employment Service, Chamber of Commerce, labor unions, trade associations, and business concerns. ';I IL] 1 4. Maintain a file of all low income area residents who applied for employment or training either on their own or on referral from any source, and the -action taken with respect to each area resident. 5. Maintain a file of all business concerns located in the City who submitted a bid for work on the project, and the action taken with respect to each bid. 6. Maintain records, including copies of correspondence, memoranda, etc., which document that affirmative action steps have been taken. 7. Incorporate the Section 3 Clause provisions in all subcontracts, and require subcontractors to submit a Section 3 Affirmative Action Plan. 8. List project work force needs for the project by occupation, trade, skill level, and number of positions on the attached form. 9. List information related to subcontracts to be awarded on the attached form. Company Name Address C-23 Signature Title Date I I I I I I 1 I I I I I 11 I CERTIFICATION OF NON -SEGREGATED FACILITIES The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location; under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. CONTRACTOR Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor— 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 -- Friday, February 16, 1968 — p. 3065) C-24 11 I I I I I I 1 I I I J n Li LOBBYING CERTIFICATION The undersigned certify, to the best of their knowledge and belief, that: (1) No Federal appropriated funds have been paid orwill be paid, by or ori -- behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, or any 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, 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 Form to Report Lobbying", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Company Name Address C-25 Signature Title BIDDER'S QUESTIONNAIRE FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA -- ----- - - If the bidder has answered the questionnaire within the past year and there are no significant Changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attache hereto. 1. Submitted by: - Principal Office Address: 2. Type of Firm: Corporate: Individual: Partnership: 3a. 3b. II 1 4. 1 '1 If a corporation, answer these questions: Date of Incorporation: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: If a partnership, answer theses questions Date of organization: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. Name of person holding contractor's license: License number: Class: C-26 Telephone: Other: State of Incorporation: State Organized in: Expiration Date: 5. Contractor's Representative: Title: - Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner. (A) (B) Project Location: Type of Project: C-27 I I I I I. 9 1 I I I 11 I I I I I CONTRACT AGREEMENT FOR 1997-98 8 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA,CALIFORNIA This Contract Agreement is made and entered into for the above -stated project this day of 199_1 BY AND BETWEEN the City of Santa Clarita, as AGENCY, and . as CONTRACTOR. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all reference specifications, details, standard drawings, special drawings and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by AGENCY, CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. I1iifil>t� CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance include those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV AGENCY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V D-1 I CONTRACTOR acknowledges the provision of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of that Code, and certifies compliance with such provisions. CONTRACTOR further acknowledges the provisions of the State Labor Code requiring every employer to pay at least the minimum prevailing rate of per.diem wages for each craft classification or type of workman needed to execute this contract as determined by the Director of Labor Relations of the State of California. ARTICLE \A CONTRACTOR agrees to indemnify, defend and hold harmless AGENCY and all of its officers and agents from any claims, demand, or causes of action, including related expenses, attomey s fees, and costs, based on, arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. ARTICLE VII ' CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agreement represent all individuals, fine members, partners, joint venturers, and/or corporate officers having principal interest herein. I 1 I n LJ I I I I I I D-2 IN WITNESS WHEREOF the parties hereto form themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this Contract Agreement to be executed in triplicate by setting hereunto their names, titles, hands, and seals this day of , 199_ CONTRACTOR: Contractor's License No. Federal Tax Identification Subscribed and swom to this 199 NOTARY PUBLIC: AGENCY: Attest: (Title) day of Class Mayor of the City of Santa Clarita City Clerk of the City of Santa Clarita Approved as to Form: City Attorney of the City of Santa Clarita D-3 Date Date i FAITHFUL PERFORMANCE BOND FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT I I I d 1 I I 1 I I 1 SANTA CLARITA, CALIFORNIA KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ which is one -hundred (100%) percent of the total 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 AGENCY 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 effect in favor of AGENCY; provided that any alterations in the obligation 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 , 199 CONTRACTOR' SURETY` Subscribed and sworn to this 199_ NOTARY PUBLIC day of Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. D-4 I I I I I I LABOR AND MATERIAL BOND FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of _ dollars ($ ), which is one -hundred (100%) percent of the total 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 AGENCY 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 199 CONTRACTOR* ISURETY* Subscribed and sworn to this 199 INOTARY PUBLIC I I I I day of Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. D-5 I_ ' To: NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY Name of Labor Union, Workers Representative, etc. Address The undersigned currently holds a Contract with the City of , involving Community Development Block Grant funds from the U.S. Department of Housing and Urban Development or a subcontract with a prime CONTRACTOR holding such contract. You are advised that under the provisions of the above Contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT; TREATMENT DURING EMPLOYMENT; RATES OF PAY OR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TERMINATION. This notice is furnished to you pursuant to the provisions of the above Contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Name of Contractor Address Signature and Title Date 3d CONTRACT NUMBER: PROJECT TITLE: CONTRACTOR'S NOTIFICATION OF SUBCONTRACTS AWARDED PROJECT AREA: DATE: Subcontractor's Name, Address, and Number Employer Identification Number Contract Amount Estimated Dates Crafts to be Used Starting Completion —Telephone NOTE: INFORMATION TO BE PROVIDED BY CONTRACTOR WITHIN 10 WORKING DAYS OF AWARD OF ANY CONTRACT WITH REFERENCE TO SUBCONTRACTORS, INFORMATION TO BE PROVIDED FOR ALL SUBCONTRACTS REGARDLESS OF TIER. D-7 The undersigned hereby certifies that each subcontractor or lower tier subcontractor has been notified in writing of his equal opportunity obligations. Signature Contractor Contractor's Address Telephone Number Employer Identification Number D-8 Name and Title ' NOTICE OF SECTION 3 COMMITMENT 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT ' To: Name of Labor Union, Worker's Representative, etc. [J The undersigned currently holds a Contract with the City of involving Community Development Block Grant funds from the U.S. Department of Housing and Urban Development or a subcontract with a prime CONTRACTOR holding such Contract. You are advised that under the provisions of the above Contract or subcontract and in accordance with Section 3 of the Housing and urban Development Act of 1968, the undersigned is obliged, to the greatest extent feasible, to give opportunities for employment and training to lower income persons residing within the City where the project is located, and to award Contracts for work on the project to business concerns which are located in or are owned in substantial part by persons residing in the City. ' This notice is furnished to you pursuant to the provisions of the above Contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. I [l 1 M 1 Name of Contractor Address Signature and Title Date CONTRACTOR'S RATIO OF APPRENTICESITRAINEES TO JOURNEYMEN FIRM NAME: The following is a list of my entire work force employed on all State. Private. or Federally- financed or Federally -assisted construction projects for the County stated below: COUNTY: AS OF (NOTE: Do not list the name of any journeyman or apprentice/trainee.) JOURNEYMEN CLASSIFICATION TOTAL APPRENTICE/TRAINEE CLASSIFICATION AUTHORIZE SIGNATURE: D-10 TITLE: EMPLOYEE CERTIFICATE OF AUTHORIZATION It is hereby certified that the employee listed below is the person authorized to compile the weekly payroll report, execute .the"Weekly Statement of Compliance," distribute the wages to the employees and complete the various forms pertaining to the prevailing wage requirements on behalf of the individual, firm, partnership, corporation or association in connection with the construction of the project: (Project Number) (Type of Print Name of Authorized Person) (Project Name) (Signature of Authorized Person) Name of individual, firm, partnership, corporation or association: (Signature) (Signature) (Signature) (Signature) Date: (Title) (Title) (Title) This certificate must be executed by the responsible person(s). In the event that the employee listed on this certificate has been replaced, it is required that a new certificate be submitted covering the new employee. D-11 ' GENERAL SPECIFICATIONS FOR 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA SCOPE OF WORK This project includes the construction of the following projects: Project Name Project Number 1997-98 Annual Overlay M0002 1997-98 Annual Slurry M0003 1997-98 Annual C&G/Flowline Repair M0004 1997-98 Annual Access Ramp Construction T0006 1997-98 Annual New Sidewalk T0007 ' 1997-98 Annual Sidewalk Repair PWS -5 1997-98 Annual Median Modifications C0013 Camp Plenty Road @ Calla Way Improvements S3003 North Oaks Park - Parking Lot n/a Santa Clarita Park - Parking Lot n/a 199849 Annual Overlay M0027 1998-99 Annual Slurry M0028 ' 1998-99 Annual C&G/Flowline Repair M0026-- 1998-99 Annual Access Ramp Construction T0011 1998-99 Annual New Sidewalk - T0lJ1Z 1998-99 Annual Sidewalk Repair PWS -6 Orchard Village - Traffic Signal Interconnect C2014 le Street Sidewalk Installation LMD177 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 consists of: • Asphalt paving, slurry seal, and capeseal. Related work includes the preparation of surfaces such as cold milling, pulverizing, leveling, crack sealing and dig -out repairs. • Traffic signing and striping, and installation of traffic loop detectors. t • Construction of new, and/or removal and replacement of existing PCC sidewalk, curb and gutter, access ramps, crossgutters, and drive aprons. • Traffic signal interconnect. ' • Relocation of existing and installation of new irrigation system. • Other work as may be required to complete the project. • Median Improvements.. ' LOCATION OF WORK SEE APPENDIX E-1 1 I 1 11 I F, LJ I 1 I Il I 1 Ll TIME OF COMPLETION The CONTRACTOR shall complete all work in every detail within _ working days after the date in the Notice to Proceed with Work, exclusive of maintenance periods. NOTIFICATION The CONTRACTOR shall notify the AGENCY's Public Works Inspector not less than 48 hours prior to start of work. The CONTRACTOR shall also call Underground Service Alert at (805) 4221- 4133 22,4133 as required. EMERGENCY INFORMATION The names, addresses, and telephone numbers of the CONTRACTOR and subcontractors, or their representatives, shall be filed with the AGENCY and the County Sheriffs Department prior to beginninq_work. STANDARD SPECIFICATIONS The Standard Specifications of the AGENCY are contained in the 1997 Edition of the Standard Specifications for Public Works Construction, including the 1998 supplement, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 1612 South Clementine Street, Anaheim, California 92802, telephone (714) 517-0970. The Standard Specifications set forth above control the general provisions, construction materials, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. The following- Special Provisions are supplementary------.---. and in addition to the provisions of the Standard Specifications unless otherwise noted, and the section numbers of the Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring elaborations, amendments, specifying of options, or additions are called out. E-2 SPECIAL PROVISIONS I&T.9 1997-98 & 1998-99 ANNUAL INFRASTRUCTURE PROJECT SANTA CLARITA, CALIFORNIA PART 1 GENERAL PROVISIONS SECTION 1 - TERMS. DEFINITIONS. ABBREVIATIONS, AND SYMBOLS 1-1 TERMS Add the word "written" after the words 'refer to". 1-2 DEFINITIONS Agency: City of Santa Clarita City: City of Santa Clarita Accepted: The bid or proposal accepted by the AGENCY as a basis to enter into a contract for the Bid proposed construction work. Apprentice: A person employed and individually registered in a bona fide- - - --- - apprenticeship program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau; or a person in his 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 Council (where appropriate) to be eligible for probationary employment as an apprentice. Board: City Council of the City of Santa Clarita County: County of Los Angeles Caltrans: State of California Department of Transportation City Inspector: City Inspector or an authorized representative Engineer. The Director of Transportation and Engineering Services Department of the City of Santa Clarita or his authorized Representative Federal: United States of America SP -1 11 ' SECTION 2 - SCOPE AND CONTROL OF WO 2-1 AWARD AND EXECUTION OF CONTRACT Within ten (10) working days after the date of the AGENCY's notice of award, the CONTRACTOR shall execute and return the following contract documents to the AGENCY: > Contract Agreement > Faithful PerformanceBond > Labor and Material Bond > Public Liability and Property Damage Insurance Certificate > Worker's Compensation Insurance Certificate Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials. ' A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-3 SUBCONTRACTS 2-3.1 Genera! -The seventh paragraph of Subsection 2-3.1 of the Standard Specifications is hereby deleted and replaced with the following: I SP -2 The CONTRACTOR shall perform or provide, with its own organization, contract labor, materials, -and equipment amounting to at least 50 percent of the Contract Price. The contract labor performed or provided by the CONTRACTOR shall amount to at least 25 percent of the total contract labor for the Contract. Contract labor shall exclude superintendence. Any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of contract labor, materials, and equipment required to be performed or provided by the CONTRACTOR with its own organization. When items of work in the bid schedule are preceded by the letter (s), said items are designated "specialty ' items." Where an entire item is subcontracted, the value of contract labor, materials, and equipment subcontracted will be based on the Contract Unit or Lump Sum Price. When a portion of an item is subcontracted, and value of contract labor, materials, and equipment subcontracted will be based on the estimated percentage of the Contract Unit or Lump Sum Price, determined from information submitted by the CONTRACTOR, subject to approval by the ENGINEER. The prime CONTRACTOR shall provide a description by bid item number or otherwise fully designate the portion of work to be performed by each subcontractor. I SP -2 I 2-4 CONTRACT BONDS The Faithful Performance Bond shall remain in force until one year after the date of ' recordation of the Notice of Completion. The Labor and Material Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General - The CONTRACTOR shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications; shall be marked in red" on this control set to show the as -built conditions. Upon completion of all work, the CONTRACTOR shall return the control set to the ENGINEER. Final payment will not be made until this requirements is met. Section 2 is amended by adding thereto the following new Subsection 2-5.4 Examination of Contract Documents. 2-5.4 Examination of Contract Documents -. The BIDDER shall examine carefully the entire sites of the work, including but not restricted to the conditions and encumbrances related thereto, .the.plans and specifications, and the proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that the BIDDER has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be fumished, and as to the requirements of the proposal, plans; specifications, and other contract documents.__ 2-9 SURVEYING SP -3 2-9.1 Construction Survey Staking - Field surveys for construction of curbs, gutters, cross gutters, and access ramps is required when establishing new flowlines to ' correct stagnant flows and shall be the responsibility of the CONTRACTOR. All such surveys including construction staking, shall be performed under supervision of a California licensed surveyor or a civil engineer. New curb & gutter grade shall provide a minimum 0.4 % slope. Situations which will require significantly more removal than is shown in the specifications shall be brought to the attention of the ENGINEER prior to any work being performed. ' Construction survey staking shall conform to the quality and practice of Section 2- 9, "Surveying," of the Standard Specifications, except as modified herein. The CONTRACTOR shall be wholly responsible for lines and grades and for the stakes and marks for the construction for all the improvements. Grade sheets shall be submitted to the ENGINEER for review to approve the limits of construction for new curbs, gutters, cross gutters, and access ramps at least 72 ' hours prior to any work to be performed at these locations: The stakes shall be set a minimum of 24 hour before pouring any improvement. SP -3 I I I I I In the event the CONTRACTOR'S operations destroy any of the permanent survey control points, the CONTRACTOR shall replace such control points. Full compensation for survey control point protection and reestablishment shall be considered as included in the price paid for survey and no additional compensation will be made therefore. The CONTRACTOR will not be allowed any adjustment in contract time for verification or replacement of survey control points. The CONTRACTOR shall maintain and reference all horizontal control points and. all other points as directed by the ENGINEER that may be destroyed by construction. The ENGINEER must approve monumented control established by the CONTRACTOR. Control monument locations may be verified by independent surveyor as directed by the ENGINEER. All computations necessary to establish the exact position of the work from control points shall be made by the CONTRACTOR. All computations, survey notes, and other records necessary to accomplish the work shall be neat, legible, and ' accurate. Survey computations, notes, and other records shall be made available to the ENGINEER upon request, and shall become the property of the CITY and be delivered to the CITY before acceptance of the contract. Construction stakes shall be removed from the site of the work when no longer needed. Construction survey staking will be paid for on the basis of the contract lump sum price bid for "Construction Survey," which shall include full compensation for furnishing all labor, materials, tools, equipment; and -incidentals, -and -for doing- all the work involved in performing construction staking, as shown on the Plans, as specified in these specifications, and as directed by the ENGINEER. All delays occasioned by the verification of survey data and monument locations will be considered as included in the contract lump sum price paid for "Construction Survey," and no separate payment will be made therefore. SECTION 3 - CHANGES IN WORK 3-6 NOTICE TO SURETIES Section 3, Changes in Work, is amended by adding thereto the following new Subsection 3-6: ' The CONTRACTOR shall notify his sureties and the carriers of the insurance fumished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable ' bonds and the coverage of the insurance shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the AGENCY. d I SP -4 I SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General - The CONTRACTOR and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The CONTRACTOR, at no cost to the AGENCY, shall make repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within one year after the date of recordation of the Notice of Completion. Within this one- year period, the CONTRACTOR shall also restore to full compliance with requirements of this contract portions of the work which are found to not meet those requirements. The CONTRACTOR shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. Repairs, replacements, and restorations shall be made within 30 days after the date of the ENGINEER'S written notice. 4-1.4 Test of Materials - All necessary materials and compaction testing will be done by AGENCY approved testing laboratory. Contact for testing services shall be accomplished by the AGENCY. The cost for testing services will be borne by the AGENCY. The costs for any retesting, as a result of the contractor's failure to meet the requirements of these provisions, shall be charged to the CONTRACTOR and withheld from the final payment. 4-1.6 Trade Names or Equals - Approval of equipment and materials offered as equivalents to those specified must be obtained as set forth herein and in the INSTRUCTION TO BIDDERS. SECTION 5 - UTILITIES 5-1 LOCATION The location and existence of underground utilities and substructures were obtained from a search of available records. No guarantee is made or implied that the information is complete or accurate. It shall be the CONTRACTOR's responsibility alone to determine the exact location of underground utilities or substructures of every nature and to protect them from damage. The CONTRACTOR shall protect in place; and excavate to verify location all high risk underground facilities as directed by the AGENCY, located within the project limits. The CONTRACTOR shall notify the owners of all utilities and substructures as set forth in the General Specifications. The following is a list of the various owners of facilities within the project limits and the name, address and telephone number of the contact person. Continental Cablevision P.O. Box 221480 Santa Clarita, CA 91321 Attention: Randy Harris (805) 259-9340 SP -5 County of Los Angeles Sewer Maintenance Division 900 South Fremont Avenue Attention: Norman Cortez (818)458-7188 13 11 I ' 5.4 11 I Newhall County Water District P.O. Box 220970 Santa Clarita, CA 91322 Attention: Jeff Maupin (805) 259-3610 Pacific Bell 26971 North Fumivall Avenue Santa Clarita, CA 91351 Attention: Bob Szoke (805) 251-0093 The Edison Company 25625 West Rye Canyon Road Valencia, CA 91355 Attention: Joe Montoya (805) 257-8276 RELOCATION The Gas Company - Transmission 22245 Placerita Canyon Road Newhall, CA 91321 Attention: Karen Clark (805) 253-7030 The Gas Company - Distribution 1600 Corporate Center Drive Monterey Park, CA 91754 Attention: Abel Garcia (213) 881-8143 The first paragraph of Section 5-4 of the Standard Specification is hereby deleted and replaced with the following: During the construction of the project by the CONTRACTOR various utility companies will be completing their work to replace, relocate, install, modify, abandon or adjust their existing underground, at grade and overhead facilities and structures to clear orjoin the proposed improvements. The CONTRACTOR shall coordinate and cooperate with the various utility companies so as to allow them access to their work, and time to complete their work so as to not cause unnecessary delays to the contract. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place shown on the plans and outlined in these special provisions shall be included in the related items of work and no additional compensation will be allowed. IThe second sentence of the last paragraph of subsection 5-4 of the Standard Specifications is hereby deleted and replaced with the following: SECTION 6 - PROSECUTION. PROGRESS, AND ACCEPTANCE OF WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The CONTRACTOR'S proposed construction schedule and staging plan shall be submitted within 5 working days after the AGENCY's issuance of a notice of award of contract agreement. NOTE: TWO WEEKS ADVANCE NOTICE IS REQUIRED FOR ANY PROPOSED CHANGE TO APPROVED SCHEDULE BY THE AGENCY. I I 6-7 Prior to issuing the Notice to Proceed with Work, the ENGINEER will schedule a preconstruction meeting with the CONTRACTOR to review the proposed construction schedule and delivery dates, arrange utility coordination, discuss construction methods, review proposed traffic control plans, and clarify inspection procedures. The CONTRACTOR shall schedule the work such that work around schools is completed first and improvements on Whites Canyon are completed last. The CONTRACTOR shall submit periodic Progress Reports to the ENGINEER by the 5th day of each month. The report shall include the latest approved Construction Schedule. Progress payments will be withheld pending receipt of any outstanding reports. SLURRY & CAPE SEAL WORK The CONTRACTOR shall submit a weekly schedule in a format approved by the ENGINEER. Weekly schedules shall be submitted each Thursday for the ENGINEER'S approval and outline the work for the following week. Once the weekly schedule is approved the CONTRACTOR may be required to mail the schedule to ALL effected agencies and services as directed by the ENGINEER. A sample of a weekly schedule can be found in the Appendix. DELAYS AND EXTENSIONS OF TIME 6-6.1 General - In the second paragraph, replace the word "materials" with the words "materials, equipment, or labor". No extension of time will be granted for the CONTRACTOR'S inability to secure materials for this project. TIME OF COMPLETION 6-7.1 General -. The time of completion shall be as noted in the General Specifications. 6-7.2 Working Day - CONTRACTOR's activities shall be confined to the hours between 7 a.m. and 4 p.m., Monday through Friday. In addition, no work shall be performed by the CONTRACTOR on Saturday, Sunday, or on AGENCY - designated holidays. Days designated as holidays by the AGENCY are listed in Table 1. 6-7.3 Night Work - Work on Valencia Boulevard and Cinema Drive shall be performed at night. Night work shall be confined to the hours between 9 p.m. and 6 a.m. Monday through Friday. SP -7 I I I I I I Failure of the CONTRACTOR to adhere to these restrictions will result in damaaes beina sustained by the City Such damages are. and will continue to be. unless otherwise provided in the specifications. TABLE 1 AGENCY -Designated Holidays New Year's Day Deviations from these restrictions will not be permitted without the prior consent of Civil Rights Day the ENGINEER; except in emergencies involving immediate hazard to persons or. President's Birthday property. In the event of either a requested or emergency deviation, inspection Memorial Day service fees will be charged against the CONTRACTOR. Service fees will be ' calculated at overtime rates including benefits, overhead, and travel time; and will Labor Day be deducted from the amounts due the CONTRACTOR. Veteran's Day November 11, 1998 I I I I I Failure of the CONTRACTOR to adhere to these restrictions will result in damaaes beina sustained by the City Such damages are. and will continue to be. unless otherwise provided in the specifications. TABLE 1 AGENCY -Designated Holidays New Year's Day January 1, 1998 Civil Rights Day January 19, 1998 President's Birthday February 16, 1998 Memorial Day May 25, 1998 Independence Day July 3, 1998 Labor Day September 7, 1998 -- Veteran's Day November 11, 1998 Thanksgiving Day November26, 1998 Day After Thanksgiving November 27, 1998 Christmas Eve (12:30 p.m.) December 24, 1998 Christmas Day December 25, 1998 New Year's Eve (12:30 p.m.) December 31, 1998 1, 6-9 LIQUIDATED DAMAGES 1 I Liquidated damages for failure of the CONTRACTOR to complete the work within the time allowed are hereby amended to be one thousand dollars ($1,000) per day. SECTION 7 -RESPONSIBILITIES OF CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 86 dba at a distance of 50 feet shall apply to all construction equipment on or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. I`1 I 1 The CONTRACTOR shall not start, operate, move, or idle equipment prior to the designated working time of 7:00 a.m. to 7:00 p.m. Monday through Friday unless otherwise approved by the AGENCY. This does not.apply in areas designated for night work. 7-2 LABOR 7.2.2 Laws - The CONTRACTOR and all subcontractors, suppliers, and vendors shall comply with all AGENCY, State, and Federal orders regarding affirmative action to ensure.equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The CONTRACTOR shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. In accordance with the Labor Code, as provided in Section 1773, et. seq., the AGENCY has on file in the City Clerk's office the latest prevailing rates as established by the Director of Industrial Relations of the State of California. The CONTRACTOR shall not pay less than these rates. 7-2.Z.1 Employment of Apprentices - Attention is directed to the ' provisions in Sections 1777.5 (Chapter 1141, Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the CONTRACTOR or any subcontractor under him. Section 1777.5, as amended, requires the CONTRACTOR or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the Contract. The ratio of apprentices to journeymen in such cases shall be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate; or b. When the number of apprentices in training in the area ' exceeds a ratio of one to five; or C. When the trade can show that it is replacing at least 1/30 of ' its membership through apprenticeship training on an annual basis statewide or locally; or d. When the CONTRACTOR provides evidence that he employs registered apprentices on all of his Contracts on an annual average of not less than one apprentice to eight journeymen. SP -9 I The CONTRACTOR is required to make contributions to funds established for the administration of apprenticeship programs if het employs registered apprentices or journeymen in any apprenticeable trade on such Contracts and if other CONTRACTORS on the public works site are making such contributions. The CONTRACTOR and any subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of - Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. ' 7-3 LIABILITY INSURANCE Liability insurance coverage requirements are amended as follows: Insurance Coverage Reauirements Limit Requirements Comprehensive General Liability $ 1,000,000 Products/Completed Operations Hazard $ 1,000,000 Comprehensive Automobile Liability $ 1,000,000 Contractual General Liability $ 1,000,000 A combined single -limit policy with aggregate limits in the amount of $2,000,000 will be considered equivalent to the required minimum limits. Except as provided for in Subsection 6-10, the CONTRACTOR shall save, keep and hold harmless the AGENCY, its officers, employees, and agents from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property, or of personal injury received by reason of or in the course of performing work, which may be caused by any willful or a negligent act or omission by the CONTRACTOR, any of the CONTRACTOR's employees, or any subcontractor. The AGENCY will not be liable for any accident, loss or damage to the Work prior to its completion and acceptance, except as provided for in Subsection 6-10 of the Standard Specifications. All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of an expiration or proposed cancellation of such policies for any reason whatsoever, the AGENCY shall be notified by registered or certified mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. A Certificate of Insurance is evidencing the above policy shall be submitted to the AGENCY concurrently with the filing of the Faithful Performance Bond and Payment (Labor and Material) Bond and shall be subject to the approval of the City Attorney. The cost of this insurance shall be included in the Contractor's bid. SP -10 1 7-5 PERMITS Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following: Prior to the start of work, the CONTRACTOR shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. AGENCY permits will be issued at no charge to the CONTRACTOR. The CONTRACTOR and all subcontractors shall be licensed in accordance with State Business and Professions Code. The CONTRACTOR shall also obtain, at the CONTRACTOR's cost, any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or entity. Except as otherwise stated in this subsection, the CONTRACTOR shall pay all costs incurred by the permit requirements. The agency will reimburse the CONTRACTOR permit fees associated with the contract. CONTRACTOR shall submit original permit fees for review by AGENCY prior to any reimbursement. No reimbursement to the CONTRACTOR will be made for his time or associated costs incurred in procuring construction permits. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The second paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: The CONTRACTOR shall relocate, repair, replace, or re-establish all existing improvements within the project limits which are not designated for removal (e.g., walls, fences, curbs, sidewalks, pavement, irrigation systems, signs, utility installations, ' structures, et cetera) which are damaged or removed as a result of his operations or as required by the Plans and Specifications. Once work begins at a location, the CONTRACTOR shall complete the work at that location within 10 working days, unless otherwise approved by the Engineer. Relocations, repairs, replacements, or reestablishment shall be at least equal to the existing improvements and shall match such improvements in finish and dimensions unless otherwise specified. The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following:. All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements for which no specified bid item is listed shall be included in related items of work and no additional compensation will be allowed. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access - The CONTRACTOR shall notify the occupants of all affected properties at least 48 hours prior to any temporary obstruction of access. Vehicular access to property line shall be maintained, except as required for construction for a reasonable period of time. No overnight closure of any driveway will be allowed, except as permitted by the ENGINEER. SP -11 I I Where existing delineation is obscured, damaged, removed, or reflectivity reduced; or where detours or temporary traffic lanes have been created through the construction zone, the CONTRACTOR shall place and maintain temporary jdelineation until permanent striping is placed. I SP -12 I Ample "on -street" parking shall be provided within 1,000 feet from residences and businesses. "Temporary No Parking" signs, when required, shall be posted at least two working days no more than three working days in advance of the work. Signs shall be placed no more than 100 feet apart; on each side of the alleys, i streets, and parking areas; and at shorter intervals as conditions warrant. The CONTRACTOR shall be responsible for furnishing the signs and for adding the dates and hours of closure. All signs shall be removed within two hours of I completion of work necessitating the temporary no parking.. In the event that temporary no parking must be rescheduled due to weather conditions or other unforeseen circumstances, all signs shall be removed within two hours of notification by the ENGINEER. CONTRACTOR shall schedule progression of work such that the overlay shall be performed no more than 72 hours after a particular section of roadway is cold milled or pulverized (pavement removed) deviation from this provision shall be approved in writing by the ENGINEER prior to construction. Pedestrian traffic shall be detoured to the opposite side of the street away from construction areas wherever possible. Provisions shall be made for safe passage through construction areas where directed by the AGENCY. All existing signs and street name signs shall be maintained in visible locations during construction or permanently relocated, or removed as directed by the ENGINEER. When entering, leaving or operating on roadways carrying public traffic, the CONTRACTORS equipment, whether empty or loaded, shall in all cases yield to public traffic. Haul trucks shall be covered with tarps and secured prior to entering the traffic lanes. The CONTRACTOR shall submit to the AGENCY for - review and approval a truck routing map prior to commencement of construction. Flagmen shall be provided when directed by the AGENCY for the safety of the general public and work personnel. A traffic control plan, prepared by a registered civil engineer, shall be submitted, for the ENGINEER'S approval at the preconstruction meeting. Traffic control shall conform to the latest edition of the State of California Traffic Manual. The CONTRACTOR shall maintain a minimum of one 15 -foot wide travel lane open at all times during the hours of 8:30 am to 3:30 pm, and 9 pm to 6 am in night work areas. After these times all travel lanes shall be reopened to public traffic. The CONTRACTOR shall supply and utilize flagmen to direct traffic in all areas where traffic access and lane restrictions exist. Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet to the face of any curb, pole, barricade, delineator or other vertical obstruction. Where existing delineation is obscured, damaged, removed, or reflectivity reduced; or where detours or temporary traffic lanes have been created through the construction zone, the CONTRACTOR shall place and maintain temporary jdelineation until permanent striping is placed. I SP -12 I I I 1 I I I n LJ J DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY UPON PRIOR CONSENT OF THE CITY ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION, OR FAILURE OF THE CONTRACTOR TO COMPLETE HIS DAILY SCHEDULE ONCE "TEMPORARY NO PARKING" SIGNS HAVE BEEN POSTED, WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION, AS PROVIDED HEREIN, THE CONTRACTOR SHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000. EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY AND CONTRACTOR THAT $1,000 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR. 7-10.3 Street Closures, Detours, Barricades - Street closures will not be allowed, except as specifically permitted by the ENGINEER. The CONTRACTOR shall prepare all traffic control detour plans that will be required as directed by the ENGINEER. The traffic control plans shall be prepared by a registered civil engineer. The CONTRACTOR shall be responsible for all traffic control during construction. Lane transitions shall not be sharper than a taper of thirty to one. Temporary traffic channelization shall be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the ENGINEER. The CONTRACTOR shall prepare any plans that may be required for temporary striping to the.satisfaction of the ENGINEER. In no event will temporary striping be allowed on finish pavement surfaces which are to remain. IAll barricades shall have flashing lights. All lettering shall be reflectorized. SP -13 I 7-10.4.4 Protection of the Public - Subsection 7-10.4.4 is hereby added to Section 7 of the Standard Specifications as follows: It is part of the service required of the CONTRACTOR to make whatever provisions are necessary to protect the public. The CONTRACTOR shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life, or loss of property which would result from 1 interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. SP -13 I I I I I I I 1 I I I I I i The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved of the full responsibility.for public safety. 7-10.5 Notification to the Public - The CONTRACTOR shall notify the occupants of properties affected by the work with two separate handbills. The first handbill shall be distributed 10 working days in advance of the work and shall be general in the description of the work. The second handbill shall be distributed at least 48 hours and no more than 72 hours in advance of work. The second handbill will describe durations and dates work will be performed. In no event shall handbills be placed in or on any portion of a property owner's mailbox. Handbills will be furnished by the AGENCY, and affected properties will be determined by the ENGINEER. In general, affected property owners are those properties that fall within 500 feet to the limits of work. The CONTRACTOR shall include in its bid all costs for the above requirements. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL No field offices for AGENCY personnel shall be required, however, the AGENCY personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.2 Partial and Final Payment - Subsection 9-3.2 of the Standard Specifications is hereby deleted and replaced with the following: SP -14 Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due to the CONTRACTOR's operations under this contract, the ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary. I I I I I 1 I I I I I i The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved of the full responsibility.for public safety. 7-10.5 Notification to the Public - The CONTRACTOR shall notify the occupants of properties affected by the work with two separate handbills. The first handbill shall be distributed 10 working days in advance of the work and shall be general in the description of the work. The second handbill shall be distributed at least 48 hours and no more than 72 hours in advance of work. The second handbill will describe durations and dates work will be performed. In no event shall handbills be placed in or on any portion of a property owner's mailbox. Handbills will be furnished by the AGENCY, and affected properties will be determined by the ENGINEER. In general, affected property owners are those properties that fall within 500 feet to the limits of work. The CONTRACTOR shall include in its bid all costs for the above requirements. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL No field offices for AGENCY personnel shall be required, however, the AGENCY personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.2 Partial and Final Payment - Subsection 9-3.2 of the Standard Specifications is hereby deleted and replaced with the following: SP -14 I I I I I j I The closure date for the purpose of making partial progress payments will be the last day of each month. The CONTRACTOR will prepare the approximate measurement of the quantities of work performed through the closure date and submit it to the AGENCY for the approval by the 5th day of the following month. When the work is complete, the ENGINEER will determine the final quantities of the work performed and prepare the final progress payment report. Payments are commonly authorized and made within 30 days following the 10th day of the month submitted. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents. In addition, the final progress payment will not be released until the CONTRACTOR returns the control set of Plans and Specifications showing the as -built conditions. A full 10 percent will be retained from all progress amounts due. The retained amounts will be authorized for final payment 35 days after the date of recordation of the Notice of Completion. The CONTRACTOR, however, may receive interest on the retained amount or receive the retained amount itself so long as securities equivalent to the retained amounts are substituted with escrow holder approved by the AGENCY. At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a state or federally chartered bank as the escrow agent, who shall return such monies or securities to the CONTRACTOR upon satisfactory completion of the contract. Surety eligible for investment shall include those listed in Section 16430 of the State Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts and stand-by letters of credit. I I I SP -15 I Any escrow agreement entered into shall contain the following provisions and be substantially similar to the form "Escrow Agreement for Security Deposits in Lieu of Retention as contained in Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code." 9-3.3 Delivered Materials - Materials and equipment delivered; but not incorporated into the work, will not be included in the estimate for progress partial payment. I I I SP -15 I SPECIAL PROVISIONS PART 2 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PROJECTS 200-1.2 Crushed Rock and Rock Dust 200-1.2.1 Screenings - Replace Subsection 200.1.2.1 with the following: Screenings shall be composed of crushed rock and shall conform to the following. gradations: Sieve Size Percentage Passing Sieve 3/4" 100 %2" 95-100 3/8" 70-100 No. 4 0-15 No. 8 0-5 No. 16 ----- No. 30 ----- No. 200 0-1 Screenings shall also meet the following requirements: Tests Test Method No Requirements Percentage Wear (100 revolutions) ASTMC 131 10 Maximum Percentage Wear (500 revolutions) ASTMC 131 40 Maximum Film Striping Calif. 302 25 Maximum Cleanness Value Calif. 227 80 Maximum 200-1.4 Untreated Base Materials - The base material to be supplied by the Contractor shall be Crushed Miscellaneous Base (coarse). SP -16 ' SECTION 201 - CONCRETE. MORTAR AND RELATED MATERIALS ' 201-1 PORTLAND CEMENT CONCRETE 201-1.1.1 General -The same brand, type, and source of cement and aggregate shall be ' used for all Portland Cement Concrete. Concrete shall be Type II. Contractor shall provide color and add mixtures, or dust on additives to concrete for matching existing textures, colors or finishes of existing concrete surfacing which joins new improvements. 2014 CONCRETE CURING COMPOUND 201-4.1 General - Concrete curing compound shall by Type 2. SECTION 202 - MASONRY MATERIALS 202-2.1 Concrete Block - The concrete blocks to be used for retaining walls designated on the ' plans shall be hollow load bearing concrete masonry units and conform to ASTM C90, type 11 Grade N, And shall be of uniform color and size and the requirements of the Quality Standards of the Concrete of the Masonry Association. ' Masonry units shall be Precision blocks, size and color as noted on the plans. The CONTRACTOR shall submit samples of the block and colors proposed to be furnished for the work to the AGENCY for approval prior to construction. ' SECTION 203 - BITUMINOUS MATERIALS I 1 I I SUBSECTION 203-5 AGGREGATE SLURRY 203-5.1 General - The use of an accelerator is permitted, provided the requirements specified in Section 203-5.2 "Materials" are satisfied. 203-5.2 Materials - Emulsified asphalt shall be the quick -set type. The accelerator used is subject to approval by the Engineer. When directed, the Contractor shall add accelerator such that a cure is achieved in less than 2 hours but no less than 1 hour. 203-5.3 Compositions and Grading - Emulsion - Aggregate slurry shall be Type Il. SUBSECTION 203-6 ASPHALT CONCRETE See Section 600 of these Specifications for Asphalt Rubber Hot Mix (ARHM). 203-6.1 Asphalt Concrete Overfay- Asphalt concrete material used for asphalt concrete (AC) overlays shall be class and grade C2 -AR -4000. 203-6.2 Dig -Out Repairs- Dig -out repairs shall be laid in two courses 0.25 ft. maximum. Asphalt concrete material used for A.C. dig -out repairs shall be Class and Grade B -AR -4000. SP -17 ' 203-6.4 Aggregate Storing, Drying, and .Screening - The durm-drier method is not acceptable. The batch plant method must be used. 203-6.5 Proportioning - Automatic batch mixing is required. Proportioning shall be in accordance with the January, 1992 edition of the California Department of ' Transportation Standard Specifications, Section 39-3.03A (2) "'Automatic Proportioning". ' 203-6.61 Mixing - The batch plant method must be used. SECTION 206 - MISCELLANEOUS METAL ITEMS 206-5 Metal Railings - Metal handrailing material shall conform to Section 206-5.1 of the Standard Specifications. SECTION 210 - PAINT AND PROTECTIVE COATINGS ' Thermoplastic paint for legends and markings shall conform to Section 210-1.6 of the Standard Specifications. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS ' 212-1.11 General -Topsoil for placement on the project and as directed by the ENGINEER shall be Class "C" topsoil. Topsoil shall be placed in areas for matching new construction with existing landscape improvements and for backfill behind new retaining walls. ' Topsoil material shall be free of all rocks larger than 3' diameter, debris, sticks, and other trash. ' Material excavated from the street section isnot approved for Class 'C' topsoil placement. 212-2.1 Irrigation Pipe - Existing irrigation lines and heads to be removed or adjusted due to e the constraints of the street construction shall be replaced in kind. Main line and lateral piping shall be replaced with schedule 40 PVC of same diameter that was removed. Risers shall be Schedule 80. ' 212-2.4 Sprinkler Equipment - Sprinkler heads shall be removed and relocated to clear construction. Existing heads shall be reused where satisfactory performance can be established. CONTRACTOR shall replace any damaged or non -working sprinkler heads at the direction of the AGENCY. ' SECTION 213 - ENGINEERING FABRICS Pavement fabric shall conform to the requirements of section 213-1 of the Standard ' Specifications. ' SP -18 J 1 F 1 n 1 1 1 II 1 SP-19 SECTION 214 - PAVEMENT MARKERS ' 214-1 General - Pavement markers shall conform to Section 214 of the Standard Specifications. Raised Reflective Pavement Markers at fire hydrants shall be Type -I two-way ' blue reflective markers conforming to the requirements to section 214-5 of the Standard Specifications. ' Raised Reflective Pavement Markers shall be installed with Bituminous Adhesive per.Section 214-7 of the Standard Specifications. 1 F 1 n 1 1 1 II 1 SP-19 I 1 D 1 1 1 SPECIAL PROVISIONS PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General Clearing shall also include but not be limited to: the removal and root pruning of existing trees; the removal of existing weeds, brush, grass or other material in or along the edge of areas to receive overlay, slurry seals, crack sealing, and concrete construction; sweeping and cleaning surfaces and the removal and disposal of raised pavement markers prior to resurfacing; The relocation of signs, mailboxes; adjusting of meter boxes to grade in sidewalk and ramp areas; removal of existing fences; salvaging any items as directed by the Engineer, and protecting of all facilities so indicated on the plans. Additionally all existing thermoplastic markings and striping shall be removed prior to placement of slurry and chip seals. 300-1.2 Preservation of Property - Add the following sections: -_u�1711 Trees shall not be removed by the Contractor unless the Arborist has reviewed and the City Inspector approved the removal. In addition, no tree shall be removed without 24-hour prior notification to the adjoining resident. If it is necessary to remove a street tree as part of the project, removal shall be performed in a safe manner, protecting both public and adjoining property. All tree trunks shall be grounded out 24 inches below ground level. All debris shall be removed from the job site the same day that tree removal takes place. Root Pruning No more than one-quarter of the tree's root system shall be pruned back at any given time. Should there remain a need to prune more than one-quarter of the tree's root system, the Arborist must be notified prior to any root pruning. The City Inspector, at this time, shall decide if more roots can be pruned and/or removed or if the tree itself may be removed. The root pruning and shaving process shall be as follows: The Contractor shall selectively remove the offending roots that have caused hardscape damage. Selective root pruning shall be performed with an axe, chain saw, or stump grinding machine. All tree roots .that occur within the sidewalk construction area shall be removed or shaved down, as _determined by the City Inspector. The sidewalk area shall be defined as extending 4 inches on either side of the sidewalk and 6 inches below the top of the new sidewalk. SP -20 u 1 Roots scheduled for removal that are greater than 2 inches in diameter must be pre -approved by the Arborist. Failure of the CONTRACTOR to gain approval and extremely difficult to determine For each occurrence of unapproved root provided in the specifications. Roots shall be selected for removal on the basis that they shall have the least impact on the tree's vigor and stability. In certain cases, partial "root shaving". can be performed with a stump grinding machine without severing the entire root. ' Where it is necessary toremovemore than one-quarter of the tree's root system, the City Inspector may instruct the Contractor to shave the root system (see attachment). ' See Appendix A for selective root pruning and shaving diagrams. Sign Relocation Relocated signs shall be installed using existing posts at new locations and shall be set at a minimum 24" depth in minimum 12" diameter P.C.C. The post depth ' of the concrete footings shall be sufficient to extend at least 6" below the bottom of the posts. ' 300-1.4 Payment The first sentence of Subsection 300-1.4 of the Standard Specifications is here by deleted and replaced with the following: Full compensation for clearing and grubbing shall be included in the price paid for other items of work, and no additional payment will be made therefore. ' Root pruning shall be included in the price paid for other items of work, and no additional payment will be made therefore. Payment for tree removal, including disposal, shall be made at the contract unit price per each tree as shown in the bid schedule. ' Full compensation for adjusting meter boxes and covers in sidewalk and ramp areas shall be included in the price bid for other items of work, and no additional payment will be made therefore. ' 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General - Unclassified excavation shall consist of all excavation including roadways, bituminous pavement, and concrete pavement, curbs, walks, gutters, ' crossgutters, driveways, and curb ramps. 300-2.1.1- Requirements. Subsection 300-2.1.1 is hereby added to Section 300 of the Standard specifications as follows: ' SP -21 (a) Bituminous Pavement. Bituminous pavement shall be neatly sawed prior to excavation. Cutting shall be by sawcutting or as approved by ' the Engineer. Saw cuts shall be to a minimum depth to 3 inches (76mm): At the option of the contractor cold milling may be used for removal of material in dig -out areas. Where only the surface of ' existing bituminous pavement is to be removed, the method of removal shall be approved by the Engineer, and a minimum laying depth of 1 inch (25mm) of new pavement material shall be provided at the join line. Where bituminous pavement adjoins a trench, the edges adjacent to the trench shall be saw cut to neat straight lines before resurfacing to ensure that all areas to be resurfaced are accessible to the rollers used to compact the subgrade of paving materials. Bituminous pavement on curb and gutter, sidewalk or driveway ' approaches shall be removed by heating with a torch to soften the pavement without creating smoke. Softening shall be performed until the bituminous material can be easily scraped away down to the underlying PCC surface. The blade used for scaping shall be maintained straight along its edge and clean. Bituminous material shall be scraped in this manner until it is completely removed. (c) Concrete Curb, Walk, Gutter, Crossgutters, Driveways, Alley Intersections, and Access Ramps. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of 1-1/2 inches (38mm). Concrete sidewalk, access ramp, or driveway to be removed shall be neatly sawed in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. No section to be replaced shall be smaller than 30 inches (750mm) in either length or width. If the saw cut in sidewalk, access ramp, or driveway would fall within 30 inches (750mm) of a construction joint, expansion joint, or edge, the concrete shall be removed to the joint or edge, except that where the saw cut would fall within 12 inches (300mm) of a score mark, the saw cut shall be made in and along the score mark. Curb and gutter shall be sawed to a depth of 1-1/2 inches (38mm) on ' a neat line at right angles to the curb face. No sawcutting shall be permitted along existing gutter flowlines. ' If sufficient care is exercised in gutter removal where a competent asphalt concrete joint line remains to the satisfaction of the City inspector, the asphalt concrete may be used for forming the new ' gutter. If the gutter removal is not performed to the satisfaction of the City inspector, then asphalt concrete saw cutting shall be required 1 foot parallel to the gutter to create a clean joint. ' (d) When constructing curb and gutter and access ramps in areas that have PCC spandrels the spandrel shall be sawcut at the same distance from the face of curb as the adjacent gutter width. If existing ' spandrels are found to be cracked, the spandrel shall be removed and replaced as directed by the ENGINEER. SP -22 I 1 I I LJ 300-2.9 Payment - The first sentence of Subsection 300-2.9 of the Standard Specifications is hereby deleted and replaced with the following: Full compensation for unclassified excavation shall be included in the price paid for other items of work, and no additional payment will be made therefore. Full compensation for saw cutting, removing, breaking, hauling, and disposing of concrete and asphalt concrete shall be included in the price bid for other items of work, and not additional payment will be made therefore. Full compensation for placement up to 1 foot in width of AC pavement along the gutter shall be included in the price bid for Remove and Reconstruct PCC Curb and Gutter, and Remove & Reconstruct 6 inch thick PCC Crossgutter and no additional payment will be made therefore 300-4 UNCLASSIFIED FILL 300-4.9 Unclassified Fill Measurement and Payment. The entire Subsection 300-4.9 of the Standard Specifications is hereby deleted and replaced with the following: Full compensation for furnishing all labor, materials, tools and equipment and doing all work involved in unclassified fill construction shall be considered as included in the price paid for other items of work and shall include full compensation for the cost of all grading, shaping, compacting, or consolidation, or work that is required under this subsection. No additional payment will be made for unclassified fill. SECTION 301 - TREATED SOILS SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIAL 301-1 SUBGRADE PREPARATION 301-1.1 General - Construction of concrete sidewalks, and driveways shall be constructed on subgrade material compacted to 90%. Concrete cross gutters shall be constructed on subgrade material compacted to 95%. 301-1 SUBGRADE PREPARATION 301-1.3 Relative Compaction - The first paragraph of Subsection 301-1.3 of the Standard Specifications is hereby deleted and replaced with the following: When sidewalks are to be placed on the subgrade material, the top 6 inches of such subgrade material shall be compacted to a relative compaction of 90 percent. When pavement is to be placed directly on subgrade material or when base or subbase material are to be placed on the subgrade material, the top 6 inches of such subgrade material shall be compacted to a relative compaction of 95 percent. SP -23 I- ' 301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade The Contractor shall be required to adjust existing sewer and storm drain manholes to grade after completion of the street paving. Existing water valves will be adjusted by the Water Districts during or concurrent with construction. ' The Gas Company will adjust their valve boxes. 301-1.7 Payment ' Add the following: Payment for adjusting sewer and storm drain manhole frames and cover sets to grade will be paid for by each frame and cover set to grade. ' No payment will be made for work performed related to, or in conjunction with, utility owner's adjustments of its manholes, vaults, valve boxes, or other structures to grade. Payments for placement of asphalt concrete around the manhole frames and covers and well monuments shall be included in the price for that item of work. ' SECTION 302 - ROADWAY SURFACING SUBSECTION 302-2 CHIP SEAL 301-2.1 General - Chip Seal shall be the medium fine type. 302-2.6 Finishing -Add the following: Areas chip sealed shall be swept a minimum of two times a day, once in the ' morning and once in the evening and as directed by the Engineer, with a power sweeper broom until the application of slurry seal. I SP -24 SUBSECTION 30211 EMULSION -AGGREGATE SLURRY ' 302-4.2 Mixing 3024.2.1 General - The mixing unit shall be equipped with a fines feeder to accommodate the addition of accelerator. The use of transit -mix trucks is prohibited. 302-4.2.2 Continuous -Flow Mixers - The spreader box shall be equipped with a suitable drag to erase ridges. A minimum 2 -foot length of burlap material shall be attached to the entire width of the drag. The ' spreader box shall be equipped with a steering device. 302-4.3 Application 302-4.3.1 General - Slurry seal operations shall be completed no later than 7 days after completion of roadway preparation consisting of crack sealing, dig -out repairs, and chip sealing. Prior to the beginning of slurry operations, the CONTRACTOR shall furnish, at no cost to the AGENCY, a current licensed weighmaster's ' certificate indicating the net weight capacity of the aggregate bin. I SP -24 ' The CONTRACTOR shall supply the. ENGINEER with licensed weighmaster's certificates of weights for all aggregate delivered to the job during the course of each day. Aggregate so certified as being delivered for use in the contract shall be used only in the slurry mixture. The CONTRACTOR shall also present weighmaster's certificates for the amount of such aggregate remaining unused at the completion of the contract at no cost to the Agency. 302-4.3.2 Spreading- Working day restrictions specified in Section 6-7.2 apply. ' Slurry shall be placed only when the air temperature is at least 60 degrees Fahrenheit and rising, and when rain is not expected. Relative humidity shall be less than 86 percent, as determined by the ENGINEER. The pavement shall be cleaned with a power broom. ' Slurry shall not . be applied over manholes, valves, survey monuments, miscellaneous frames and covers, or raised pavement markers. These items shall be protected by means approved by the ENGINEER. The "means" shall be approved by the ENGINEER prior to the commencement of any work. ' SUBSECTION 302-5 ASPHALT CONCRETE PAVEMENT 302=5.1 General -Add the following paragraphs: The asphalt concrete finishing surfacing shall conform to Section 302-5 of the Standard Specifications and these Special ' Provisions. The contact surfaces of all pavement joints, edge of gutter, manholes, and the like, shall be painted with a tack coat as designated in Section 302-5 of the ' Standard Specifications immediately before the adjoining asphalt concrete is placed. 302-5.2 Cold Milling Asphalt Concrete Pavement 302-5.2.1 General - The following is hereby added to the first paragraph of Subsection 302-5.2.1: Such straight edge grade along the edge of the cold plane area shall not deviate more than 1/4 -inch below nor 118 -inch above the grade specified in the plans or specifications. All cold milled streets must be accepted by the Engineer as clean after cold milling and prior to paving. Where transverse joints are coldmilled in the pavement no drop-off shall remain between the existing pavement and the ground area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to ' public traffic a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 30:1 or flatter to the level of the ' planed area. Overlays shall be performed no more than 72 hours after a particular section of roadway is coldmilled. ' SP -25 I no additional payment will be made therefore. Asphalt -Rubber Hot Mix - If the density of the Asphalt -Rubber Hot Mix (ARHM) is greater than 142 pounds per cubic foot, the tonnage of ARHM placed shall be adjusted for payment purposes. The adjusted pay quantity will be determined by multiplying the tonnage placed by 142 and dividing by the density of the ARHM mixture. Asphalt concrete dig -out repairs shall be paid for at the contract unit price per square foot as called out in the bid schedule. jSECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1.1 General - Retaining walls shall be constructed in accordance with the notes and details on the plans, the applicable sections of the Uniform Building Code for Masonry Construction and Section 202 of the Standards Specifications. ' Retaining wall footings shall be constructed against undisturbed soil. The CONTRACTOR shall submit block samples for approval by the AGENCY prior to ' beginning wall construction All portions of the retaining wall exposed to the retained earth shall be sealed with an approved water sealant. Reinforcing bars shall be low alloy deformed steel bars conforming to the specifications of ASTM A615, Grade 40. The first course of block shall be set at the time the foundation is placed. Measurement and Payment - Quantities of retaining walls to be paid for shall be ' computed to the nearest lineal foot of masonry wall determined from horizontal measurements taken in the field. SP -26 302-5.4 Tack Coat -Tack coat material shall be Grade SS -1h emulsified asphalt. 302-5.5 Distribution and Spreading - Contractor shall provide automatic screed control as directed by Engineer. 302-5.6 Rolling- Rolling along a joint shall be such that the widest part of the roller is on the hot side of the joint. 302-5.7 Joint lines between successive runs shall be within 6 inches of lane lines or a minimum of 12 feet outside of the outermost lane line. 302-5.9 Measurement and Payment for Asphalt Concrete Pavements - Add the following: If the density of the asphalt concrete mixture is greater than 150 pounds per cubic foot, the tonnage of asphalt concrete placed shall be adjusted for payment purposes. The adjusted pay quantity will be determined by multiplying the tonnage placed by 150 and dividing by the density of the asphalt concrete mixture. Full compensation for equipment, labor and asphalt concrete used to construct temporary tapers shall be included in the price bid for other items of work, and no additional payment will be made therefore. Asphalt -Rubber Hot Mix - If the density of the Asphalt -Rubber Hot Mix (ARHM) is greater than 142 pounds per cubic foot, the tonnage of ARHM placed shall be adjusted for payment purposes. The adjusted pay quantity will be determined by multiplying the tonnage placed by 142 and dividing by the density of the ARHM mixture. Asphalt concrete dig -out repairs shall be paid for at the contract unit price per square foot as called out in the bid schedule. jSECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1.1 General - Retaining walls shall be constructed in accordance with the notes and details on the plans, the applicable sections of the Uniform Building Code for Masonry Construction and Section 202 of the Standards Specifications. ' Retaining wall footings shall be constructed against undisturbed soil. The CONTRACTOR shall submit block samples for approval by the AGENCY prior to ' beginning wall construction All portions of the retaining wall exposed to the retained earth shall be sealed with an approved water sealant. Reinforcing bars shall be low alloy deformed steel bars conforming to the specifications of ASTM A615, Grade 40. The first course of block shall be set at the time the foundation is placed. Measurement and Payment - Quantities of retaining walls to be paid for shall be ' computed to the nearest lineal foot of masonry wall determined from horizontal measurements taken in the field. SP -26 I I 11 I I I rl LJ In LJ I The unit price per lineal foot of retaining wall per wall type shall include full compensation for performing all excavation and backfill, furnishing and placing all material including masonry units, water sealant, reinforcement steel, foundations and furnishing all labor and equipment to complete the wall construction. SECTION 303-5 - CONCRETE CURBS GUTTERS WALKS CROSS -GUTTERS, ACCESS RAMPS, AND DRIVEWAYS 303-5.1 Requirements. Concrete areas behind sidewalks and driveways shall be considered as sidewalks. 303-5.1.1 Genera! - Concrete work shall include the removal of existing portland cement concrete, and replacement with portland cement concrete, at the locations indicated in the Appendix. Limits of work shall be as marked by the Engineer or by a Surveyor. Once the Contractor starts work at a specific location, all work at the specific location must be completed. Each separate but contiguous area of work shall be considered a portion of the work or as shown on the plans. Sidewalks shall be a minimum of 4 inches thick. Drive approaches shall be minimum of 6 inches thick. Formed blockout of sidewalks for tree wells shall be provided where existing trees are to remain. Blockouts shall be the same size as existing unless otherwise directed or shown on the plans. 303-5.5 Finishina 303-5.5.1 All concrete work shall be finished in texture, scoring, banding, and generally the same manner as the adjacent existing improvements. 303-5.5.6 Cunng. The first paragraph of Subsection 303-5.6 of the Standard Specifications is hereby deleted and replaced with the following: Immediately after finishing operations are complete, Type 2 concrete - curing compound shall be applied at a rate of one gallon per 150 square feet. 303-5.9 Measurement and Payment Subsection 303-5.9 of the Standard Specification is hereby deleted and replaced with the following: Payment for removal and construction of new curbs, walk, cross gutter, driveways, and ramps shall be made at the unit price bid as called out in the Bid Schedule. Payment for reestablishing curb drains shall be included in the price bid for other items of work and no additional payment will be made therefore. SP -27 I Full compensation for placement up to 1 foot in width of AC pavement along the gutter shall be included in the price bid for Remove and Reconstruct P.C.C. Curb and Gutter, and Remove & Reconstruct 6 inch thick P.C.C. Cross Gutter and no additional payment will be made therefore. Payment for curb ramps shall include removal and construction and shall r be made at unit price per each, including monolithic retaining curb (8 -inch maximum), curb and gutter, AC pavement, base (where required), and adjusting structures to grade, if necessary. For locations where traffic signal poles, pull boxes, or other items exist where proposed curb ramps are to be placed, the ramp shall be adjusted per the approval of the Engineer. Replacement of private driveways outside of the public right-of-way shall be included in the measurement for driveway aprons. Payment shall include the cost to provide and install the brick edging where called for. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS -The text of Section 307 of the Standard Specifications is deleted. See Special Provisions - Signals, Lighting, and Electrical Systems (Pages TS -1 and TS -2). SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION ' 308-1 General All existing lawn and landscape areas disturbed by the Contractor as part of or as a result of the work shall be prepared and reseeded and/or replanted in kind, except as otherwise designated in the plans. Existing irrigation systems shall be repaired and restored to operating condition to the satisfaction of the Engineer. SUBSECTION 308-8 MEASUREMENT AND PAYMENT ' Subsection 308-8 of the Standard Specifications is hereby deleted and replaced with the following: All costs to relocate, repair, replace, or re-establish landscaping and irrigation and sprinkler systems shall be included in the price bid for other items and shall include full compensation for furnishing all labor, materials, tool, and equipment, and performing all work necessary to replace the landscaping and irrigation work. As shown on the plans and specifications, new irrigation piping and sprinkler equipment shall be paid for at the contract unit price bid per lineal feet, and shall include fittings, bends, caps, and sprinkler heads. SECTION 310 - PAINTING 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings ' 310-5.6.4 Geometry. Stripes. and Traffic Lanes SP -28 11 I310-5.6.5 Traffic Stripes and Markings All details and dimensions for traffic legends and markings, shall conform to the Caltrans Traffic Manual and Maintenance Manual. ' 310-5.6.7 Layout. Alignment. and Spotting Pavement legends layout shall conform to the Agency's Std. detail or as directed by the ENGINEER. The Contractor shall furnish the necessary control points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. The CONTRACTOR shall notify the Agency Traffic Department a minimum of 48 hours prior to placement of RPMs, and thermoplastic legends and markings. The CONTRACTOR must gain approval of layout from the Traffic Department before final paint and striping placement. ' Raised reflective blue pavement markers shall be installed in accordance with Agency and County Standards for. Fire Hydrant markings. In no case shall any section of street open to through traffic be left without the proper striping or marking for more than a maximum of seven days or over holidays. The finished surface shall be allowed to cure fora minimum of three days before the application of striping. All lanes open to public traffic shall have lane line delineation. Temporary reflective pavement markers shall be placed as soon as possible after the completion of A.C. paving and shall be maintained until the application of traffic striping. Temporary pavement markers shall be placed no more than 25 feet apart. All temporary reflective pavement markers shall be removed after permanent striping. ' SP -29 310-5.6.8 Application of Paint All legends, and markings shall be thermoplastic in accordance with Section 210- 1.6.2 of the Standard Specifications. 310-5.6.10 Measurement and Payment The first paragraph of Subsection 310-5.6.10 of the Standard Specifications is hereby deleted and replaced with the following: Pavement legends shall be paid for at the contract price per square foot, blue pavement markers per each and the State Standard Detail per linear foot. Bid prices shall apply to all color and types of raised pavement markers required. Payment quantities shall be measured follows: Double centerline details shall be measured as a single line; skip lines shall be measured as if solid lines. Full compensation for each item of work shall include furnishing materials, referencing, pavement preparation, placement, corrective work. All labor, materials, tools, equipment and incidentals necessary to do the work. ' SP -29 ISECTION 315 - AC PULVERIZATION & GRADING Section 315 is hereby added to the Standard Specifications as follows: 315-1 GENERAL rThe work shall consist of pulverizing the existing asphalt concrete pavement and base to form a crushed base consisting of broken and crushed asphalt concrete and ' aggregate base. This pulverized material shall then become the base material for the new asphalt concrete pavement. The pulverized base shall be graded as shown on the typical sections. 315-2 MATERIALS The recycled aggregate base material shall be uniformly graded and shall conform to the following gradation: Sieve Sizes Percentage Passing 2-1/2" ............................ 100 1-1/2" ............................ 90-100 3/4" .............................. 60-80 No.4 ............................ 30-50 No. 200 ........................... 2-12 Tests R -Value Sand Equivalent Durability Index Requirements 75 min. 25 min. 35 min. Pulverized asphalt concrete pieces larger than 2-1/2 inches, or which are loose and segregated on the surface of the aggregate base, shall be removed. 315-3 CONSTRUCTION The recycled base material shall be graded to approximately the same plane as the previously existing pavement. The grading plane may be adjusted to improve the existing drainage. Some areas may require additional grading and removal to match flush facilities. The material along the. roadway edges shall be regraded. Graded material shall be compacted to 95% relative compaction. It shall be the responsibilities of the grading contractor to attain the proper moisture content during compaction. All segregated loose material shall be removed. On areas where the underlying material appears to be wet or soft, or where it deflects under wheel loads, the Contractor shall employ excavation and work techniques which do not worsen the subgrade condition. Prior to placing asphalt concrete, the area shall be proof -rolled with a loaded construction vehicle, preferably a 10 cubic yard dump truck or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable or unsuitable areas shall be removed and replaced with base rock or asphalt concrete. SP -30 I If the areas were caused or significantly worsened by the Contractor's operations, these areas shall be replaced at the Contractor's expense. ' In the event that the underlying material is soft, yielding, unstable or unsuitable, it shall be excavated to the depth of 0.5 feet below the depth required above and disposed of in accordance with these special provisions. The limits of removal shall be as shown on the plan or as directed by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete. ' Unsuitable material is defined as material the Engineer determines to be: a. of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content; or b. too wet to be properly compacted and circumstances prevent unsuitable in place drying prior to incorporation into the work; or C. otherwise unsuitable for the planned use. All vertical edges of existing pavement or concrete shall receive a tack coat immediately prior to paving. Additional tack may be necessary between asphalt concrete courses. No prime coat shall be required. A tack coat between layers of asphalt concrete shall be required if not paved on the same day or if the surface is cleaned after becoming soiled. ' 315-4 PAYMENT Payment for the various depths of pulverization shall be paid for at the contract unit price per square foot as called out on the bid schedule. The cost of removal of unstable areas and replacing the excavated pulverized or subgrade materials and replacement with asphalt concrete shall at the contract unit price as called out on the bid schedule. I 1 Ci I SP -31 11 I I I I I I I 11 I I I I SPECIAL PROVISIONS PART 6 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES W*itII\ . 600-2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENT -WET PROCESS 600-2.1 Asphalt -Rubber Asphalt -Rubber shall be Type B. 600-2.2 Materials 600-2.2.2 Crumb Rubber Modifier (CRM). The minimum Natural Rubber Content in Table 600-2.2.2(D) is hereby modified to 40 percent. 600-2.2.3 Type B Asphalt -Rubber. CONTRACTOR shall submit a complete set of materials of laden tickets for all materials and certified weight tickets for all unused materials remaining after completion of materials production. If natural and scrap tire rubber are premixed, three samples will be required, one mixed, and one each of scrap tire and natural rubber unmixed. Prior to approval of material sources, CONTRACTOR shall provide the name and location of the AR 4000 supplier, and test results of AR 4000 asphalt -rubber and modifier reacted at 375 degrees Fahrenheit by the laboratory approved by the ENGINEER, with viscosity and time recorded. The resultant asphalt -rubber binder shall exceed a viscosity of 1800 centipoise during the reaction. Failure of the asphalt -rubber binder test samples to meet the 1800 centipoise viscosity requirement shall be cause for rejection of the sources of materials. 600-2.3 Mixing 600-2.3.2 Type B Asphalt -Rubber. All ARHM shipped to the paving site shall pass Reaction Test I, Subsection 600-2.3.2.2. It is the CONTRACTOR'S responsibility to prepare the proper curve of viscosities as -specified in 600- 2.3.2.1, Approved Variances to ensure that the first batches of asphalt -rubber attain a full reaction. If the specified curve is not properly plotted, the reaction time shall be assumed to be 3 hours. Reaction shall be considered complete when enough rubber is dissolved in the binder such that Reaction Test I, 600- 2.3.2.2 yields a passing result. CONTRACTOR shall have available a Haake Viscometer. CONTRACTOR shall take viscosity readings at least every hour and minimum one per reaction tank load, at the point where asphalt -rubber enters the feed to the ARHM plant. Temperature of readings shall be constant 375 degrees Fahrenheit. CONTRACTOR shall log results including time of start of reaction, time of test and temperature of sample and temperature of reaction, and shall notify the SP -32 ENGINEER at the plant 15 minutes prior to each test, or provide a schedule of test times. Samples shall be taken at a point where the material has not been exposed to material produced at a different time and must remain fully isolated from the feed to the ARHM plant during production. Sample point shall be on a line with continuous circulation from the tank and return. Variations of more than 400 Centipoise between viscosities measured at the same approximate time in the reaction cycle shall be considered evidence of non- uniformity of mixture in violation of Subsection 600-2.4 Equipment. CONTRACTOR shall take viscosity readings at times as directed by the ENGINEER when such variations exceed 300 Centipoise. If directed by the ENGINEER, a graph of viscosities shall be prepared as described in Subsection 600-2.3.2.1, Approved Variances,.for each reaction cycle set of conditions of temperature and agitation. Variations of temperature of more than 10 degrees F or reactions carried out on the same material in more than one tank shall be considered a new set of conditions. If the maximum viscosity at the viscosity peak is less than 3200 Centipoises, the process will be deemed a slow reaction and the reaction time shall be revised to 3 hours. This reaction time may be adjusted based on investigation of the finished asphalt -rubber hot mix product. If the material passes the Reaction Test I, 600-2.3.2.2, the reaction time may be reduced to 1/2 hour less than the time of reaction of the binder used for the ARHM tested. This process will be repeated until the test fails, and then the reaction time shall be increased 1/4 hour longer than the reaction time of the failed test. Once determined, the reaction time shall remain fixed for the remainder of the project, except in the case of aberrant viscosity readings or changed temperature of reaction, or change in agitation due to change in reaction tank conditions. A decrease in agitation or temperature will require a increase of the reaction time to 3 hours or other period as directed by the ENGINEER, with final determination of the reaction time as described in this Subsection using the Reaction Test I, 600-2.3.2.2. The ENGINEER'S determination shall be final. Variations of more than 400 Centipoise from the nominal smooth curve of the reaction cycle established by the plot of time versus viscosity shall be considered evidence of a non-uniform mixture in violation of Subsection 600-2.4 Equipment. CONTRACTOR shall prepare a log of weights of asphalt, asphalt modifier, natural rubber, and tire rubber used in each tank of asphalt -rubber produced. The log of weights shall be made available to the ENGINEER on request. The minimum and maximum field viscosities in Table 600-2.3.2(a) are hereby changed to.1800 and 2600, respectively. The following is hereby added to Subsection 600-2.3.2 Subparagraph 2): Asphalt modifier shall be 2.5 percent of volume of paving asphalt. The first sentence of Subsection 600-2.3.2 Subparagraph 3) is hereby deleted and replaced with the following: The proportions of the two materials, by weight, shall be 80 percent paving asphalt with modifier, and 20 percent CRM. Any deviation within the* 2 percent as used in this paragraph 3) shall be subject to the approval of the ENGINEER. SP -33 The natural CRM component as percentage of total CRM shall be 1000 divided by the percentage natural rubber content of the natural CRM. The first and second sentences of the second paragraph of Subsection 600-2.3.2 are hereby deleted and replaced with the following: The temperature of blended asphalt and modifier shall be between 385 degrees Fahrenheit and 415 degrees Fahrenheit when the CRM is added. The sixth sentence of the second paragraph of Subsection 600-2.3.2 is hereby deleted and replaced with the following: The minimum 30 -minute period to react shall be considered the reaction time, subject to the following: a) Attaining a viscosity peak above 3200 Centipoise, b) The viscosity curve turning down after the 3200 Centipoise peak, but prior to the end of the 30 minute reaction time, c) Viscosity at end of reaction below 2600 Centipoise, d) Passing result on Reaction Test I, 600-2.3.2.2, and e) The temperature of the combined materials shall be maintained between 385 degrees Fahrenheit minimum and 415 degrees Fahrenheit maximum during the reaction time. In all cases, a passing result on Reaction Test I, 600-2.3.2.2 will be required. Inability to maintain reaction temperatures above specified minimums will be cause to terminate paving operations CONTRACTOR is reminded that is the reaction tank does not have a gas retort heating system capable of raising the temperature of its contents at least 20 degrees per hour, there exists the inherent potential for such below minimum temperatures to become an irreversible condition. The following is hereby added to Subsection 600-2.3.2: Any tank to which asphalt -rubber is transferred must remain completely isolated from the feed to the ARHM plant until the full reaction time has expired. 600-2.3.2.1 Approved Variances. To substitute a different natural rubber which conforms to Table 600-2.2.2(D), and/or a lower reaction temperature, but still exceeding 360 degrees Fahrenheit, CONTRACTOR shall provide readings of time and viscosity at 15 -minute intervals, at the constant intended minimum reaction temperature during the first 3 hours of reaction on the first quantity of asphalt -rubber prepared. If the viscosity peaks above 3200 Centipoise and then continuously declines, and thereafter stabilizes within the specified range for finished product over a period of three readings taken after 1 1/2 hours, the last reading being no more than 150 centipoise less than the first of the three, then data collection may be terminated at that time. A curve of time versus viscosity shall be prepared from this data. If later SP -34 600-2.5 viscosity readings at the same time relative to beginning of reaction (time of full incorporation of material) indicate a deviation of more than 250 centipoise from the time/viscosity curve, complete new replacement date shall be gathered to prepare the same form of time/viscosity curve to replace the previous curve. If material is transferred to storage prior to end of plotting the curve, CONTRACTOR shall continue the curve plot on the material in the storage tank, but the material tested must not be mixed with material of another batch at any time during curve plotting. If the viscosity curve does not peak above 3200 Centipoise, then the provisions of Subsection 600-2.3.2 for slow reaction shall apply. Otherwise, the reaction time shall be the time from full incorporation of material at the intended reaction temperature, until the viscosity reaches a point within 200 centipoise of the viscosity at the last point in time on the viscosity curve. The viscosity curve shall be considered to have a descending slope at the end of the curve. The time/viscosity curve shall determine the reaction time, but in no event shall it be less than 30 minutes, and in all cases shall be subject to passing the Reaction Test I, 600-2.3.2.2. Reaction times shall be increased in any case that this test is not passed. Except for the specific variances provided for in this Subsection 600-2.3.2.1, asphalt -rubber shall conform fully to all other applicable specifications. 600-2.3.2.2 Reaction Test. Reaction Test I involves investigation of the finished pavement surface. Rubber shall be pulled from the surface of the finished pavement in an area 6 inches square, after its temperature drops below 150 degrees F. A pointed instrument shall be used to facilitate this process. All of the .rubber that can be removed shall be extracted and gathered into a ball. Grains of sand that are readily removed from the rubber ball shall be removed, but otherwise fine grains of sand shall be considered not significant to the volume determination. The 6 -inch square area will be selected by the ENGINEER in the general area of pavement representative of the quantity of binder being investigated. If the ball is less than 1/4 inch in diameter, the reaction will be considered complete and the test will be considered having a passing result, otherwise more reaction time will be required and the test will be considered failed. The ENGINEER'S determined shall be final. Crumb Rubber Modified Hot -Mix Asphalt (CRM-H.A.) Wet Process 600-2.5.4 Composition and Grading. The gradation ranges shown in Table 600- 2.5.4(A) shall be considered the Contract Compliance Range. The Operating Range for the first sieve size below 100 percent passing, shall be the target percentage specified in this Subsection with a tolerance of t 2.5 percent. If the gradation testing results do not meet the Operating Range requirements but meet the Contract Compliance Range, placement of ARHM may be continued for the remainder of the day. However, another day's work shall not be started until tests, or other information, indicate to the satisfaction of the ENGINEER that the next material to be used in the work will comply with the requirements specified for Operating Range. SP -35 I Target percentage for binder shall be 8.0 percent. Except where an operating range is specified, it is the intent of the Specifications that the target percentage be the central value in the Contract Compliance Range. Adjustments shall be made when there is deviation into the margin within 2 percentage points of the maximum or minimum values of the Contract Compliance Range. Target gradation for aggregate shall be based on 95 percent passing 1/2 -inch sieve. 600-2.5.6 Miscellaneous Requirements. Proportioning shall be performed using an automatic batching system; and the proportioning device shall be automatic to the extent that the only manual operation required for proportioning all materials shall be a single operation of a switch or starter. For drum plants, the system shall run fully automatic with the only input to the AC plant computer being information transmitted automatically from a Corealis mass flow meter on the line of the asphalt -rubber feed to the AC plant. All automatic shutdown features of the AC plant shall be fully functional. 600-2.6 Asphalt -Rubber Hot Mix -Gap Graded (ARHM-GG) ' 600-2.6.1 General. ARHM shall mean ARHM-GG. The third paragraph of Subsection 302-5.6.2 Density and Smoothness will not apply to ARHM. CONTRACTOR'S attention is directed to Subsection 302-5.8, Manholes, for requirements for patching manholes and miscellaneous, frames and covers in ARHM pavements. All PCC surfaces, to be crossed by trucks used to haul ARHM, that are within 500 feet of the work limits shall be covered with sand or other durable covering prior to applying tack coat. CONTRACTOR shall have sufficient power brooms on site during all periods of distribution and spreading to provide for cleanup of haul routes and work areas. Power broom shall provide miscellaneous cleanup of ARHM spoils as directed by the ENGINEER. Power brooms used ahead of paving operations after acceptance of cold milling shall only sweep areas that are accepted as competed for cold milling. Power brooms shall not be operated more than 80 percent full of sweepings. Power brooms that have swept areas not accepted as completed for cold milling shall not enter onto areas that are accepted as completed for cold milling. For night work only, illumination of 5 foot-candles shall be provided on all areas within 40 feet behind the paving machine, 8 feet on the sides and 30 feet in front. All rollers shall provide illumination of 5 foot-candles within 30 feet in front and behind and 8 feet on sides. Otherwise, illumination shall conform to OSHA regulations. �, SP -36 I A vibratory roller shall be used for initial breakdown rolling. The vibratory roller for initial breakdown rolling and all other rollers shall have an adjustable range of vibration set at low vibration. Intermediate rolling shall be provided such that a total of six passes are performed before pavement temperature drops below 200 degrees Fahrenheit. An additional intermediate roller may be required to achieve this result. A finish roller shall be provided in addition to intermediate rolling. 600-2.6.4 Rock Dust Blotter. Lack of uniformity of application of rock dust shall be cause to terminate paving operations. SP -37 600-2.6.2 Distribution and Spreading. The first sentence of Subsection 600- 2.6.2 is hereby deleted and replaced with the following: Distribution and spreading shall conform to 302-5.5, except that at the time of placement in the paving machine, the temperature of ARHM-GG shall exceed 290 degrees Fahrenheit and be high enough that pavement temperature after two passes with the breakdown roller exceeds 240 degrees Fahrenheit. CONTRACTOR shall maintain a functioning infrared heat measurement device in close proximity to each paving machine at all times. CONTRACTOR shall provide a pavement temperature reading, with an infrared heat measurement instrument, when requested by the ENGINEER. In accessibility of a heat measurement shall be cause for termination of paving operations. Longitudinal joints in the top layer shall correspond with the edges of proposed traffic lanes. Longitudinal joints in all other layers shall be offset not less than 0.5 foot alternately each side of the edges of traffic lanes. 600-2.6.3 Rolling. The second sentence of Subsection 600-2.6.3 is hereby deleted and replaced with the following: Two complete passes with the breakdown roller shall be provided. Initial breakdown rolling shall be performed close enough to the paving machine and ' at a pavement temperature high enough such that the pavement temperature after two exceeds 240 degrees Fahrenheit. passes To ensure optimum quality control, the use of more than one paver must be approved in advance by the ENGINEER, and will generally require one foreman, one sweeper, and a full complement of rollers per Subsection 302-5 of the Standard Specifications and this Subsection 600-2.6.3 for each paving machine. An extra breakdown roller shall be on site at all times, free of defects. A vibratory roller shall be used for initial breakdown rolling. The vibratory roller for initial breakdown rolling and all other rollers shall have an adjustable range of vibration set at low vibration. Intermediate rolling shall be provided such that a total of six passes are performed before pavement temperature drops below 200 degrees Fahrenheit. An additional intermediate roller may be required to achieve this result. A finish roller shall be provided in addition to intermediate rolling. 600-2.6.4 Rock Dust Blotter. Lack of uniformity of application of rock dust shall be cause to terminate paving operations. SP -37 H I I I I I 1 I I I I I I I I I I I SPECIAL PROVISIONS SIGNALS, LIGHTING, AND ELECTRICAL SYSTEM All equipment, materials, and components for traffic signal and lighting systems, and the installation thereof, shall conform to the Caltrans Standard Plans and Standard Specifications, Section 86, "Signals and Lighting," dated July 1992, except as noted in the Special Provisions and on the Plans. These plans and Specifications are hereinafter referred to as State Standard Plans and State Standard Specifications. Copies of these documents are available from the Caltrans, District 7 office at 120 South Spring Street, Los Angeles, California 90012 or from Caltrans, 6002 Folsom Boulevard, Sacramento, California 95819 (916) 445-3520. Wherein Section 86 reference is made to other sections of the State Standard Specifications, these sections are hereby included unless otherwise specified. Wherein Section 86 reference is made to Section 4-1.03D, it shall mean Section 3-3 of the Standard Specifications for, Public Works Construction and its supplements and these Special Provisions. 86-5 DETECTORS. 86-5.01 Vehicle Defectors All loop installations shall be round, 6' diameter core drilled. The detectors shall conform to Section 86-5.01A "Inductive Loop Detectors," and these special provisions. All proposed inductive loop locations should first be marked in the pavement and be approved by the City or ENGINEER, prior to saw -cutting slots in the pavement. The CONTRACTOR shall core drill the round loop traffic signal loop using a 6' diameter core bit with diamond impregnated segments or equivalent equipment. The slots should be vertical and 0.500 inches wide with depth as required to allow at least 1" of sealant above the wires. Sealant shall be 3M or equal. The loop detector wire shall be "ducted" or Type 2. Existing long loops measuring 6'x 100' shall be replaced with 4-6' round detector loops with 10' separation in a Type E loop configuration per Caltrans Standard Drawing ES -5B. Medium length loops measuring 6'x 25' or 6'x 30' shall be replaced with 2-6' diameter circular loops. CONTRACTOR shall check all loops for continuity with an ohm -meter and insulation resistance with a 500 VDC megger (> 100 mega ohms) prior to filling sawcuts. Conductor wires from loop to termination pull box shall be twisted a minimum of two (2) turns per foot, requiring a double -wide slot. Unless shown otherwise, each loop shall consist of three (3) turns of conductors. Slots cut in pavement shall immediately be cleaned by washing with water to remove all sawing residue and blown out and dried before installing inductive loop detectors. Loops shall be installed on the same day in which the loop slots are cut. TS -1 ' All loop detector wires shall be.installed prior to the installation of the final lift of overlay material and shall use a. hot -melt rubberized asphalt sealant. CONTRACTOR shall obtain ' prior approval from the ENGINEER to install loop wires after the installation of the final lift of overlay material. ' Such approval shall be obtained before installing the final lift of overlay material. Loop wires approved to be installed after the final lift shall be applied with an elastomeric sealant per Caltrans specification, 3M brand or approved equal. The extra cost of using the 3M ' elastomeric sealant or approved equal shall be bome by the CONTRACTOR. Multiple loops connected to the same detector channel shall have polarity reversed on adjacent loops (Clockwise, counter clockwise, etc.). Identify start (S) and finish (F) of each ' loop prior to splicing. Multiple loops connected to the same detector channel shall be series connected. ' The ends of all lead-in cables and all loop conductors shall be sealed and made waterproofed. Splices must be soldered, insulated and waterproofed. All existing detector wires in the stub -out conduit shall be removed and cleaned of any debris before pulling the new detectorwires. Stub -out ends shall be free of sharp edges before any detector wires are pulled and before backfilling it with sealant it shall be sealed with an approved sealing compound. i86-6 Payment ' Payment for the installation of traffic signal loop detectors shall be included in the price bid for each loop detector, and no additional compensation will be allowed therefor. ' Payment for traffic signal interconnect shall be paid for at the contract unit priceperlineal foot and shall include full compensation for pull boxes, conduit, conductors, all labor, materials, tools, equipment, and incidentals necessary for doing the work as shown on the project plans or as directed by the ENGINEER. 1 1 1 city of Santa Clarita - Part TS -2 March 1998 APPENDIX "A" STANDARD DRAWING AMERICAN PUBLIC WORKS ASSOCIATION 1. Standard Plan No. 110-1 Driveway Approaches 2. Standard Plan No. 112-1 Curb and Sidewalk Joints 3. Standard Plan No. 120-1 Curb and Gutter -Barrier 4. Standard Plan No. 111-2 Curb Ramp 5. Standard Plan No. 122-1 Cross Gutter 6. Standard Plan No. 205-1. Manhole Adjustment CALIFORNIA DEPARTMENT OF TRANSPORTATION 1. Standard Plan No. A20 Pavement Markers and Traffic Lines 2. Standard Plan No. A24 Pavement Marking and Arrows CITY OF SANTA CLARITA, MISCELLANEOUS 1. Tree Root Shaving 2. Selective Root Pruning 3. Stop Bar Detail (with ramp) 4. Stop Bar Detail (without ramp) 1200 mm (4') MIN Y I X W X r A-' --I 1200 mm (4') MIN Y C INTEGRAL CURB\ TYPE A BREAKS I' X 1 W� T x I P, TYP E B 1200 mm (4') MIN GRADE BREAK o Y I R , W X0 TYPE C 1200 mm (4') MIN Y 2% 25 mm (1") CF SECTION A -A CURB FACE, mm X, mm Y, mm 150 GRADE BREAKS 900 (3'-0") 1200 (4'-0") L0 0 (7") 1050 STIRR m 200 I X W X r A-' --I 1200 mm (4') MIN Y C INTEGRAL CURB\ TYPE A BREAKS I' X 1 W� T x I P, TYP E B 1200 mm (4') MIN GRADE BREAK o Y I R , W X0 TYPE C 1200 mm (4') MIN Y 2% 25 mm (1") CF SECTION A -A CURB FACE, mm X, mm Y, mm 150 (6") or less 900 (3'-0") 1200 (4'-0") 175 (7") 1050 (3'-6") 1425 (4'-9") 200 (8") 1200 (4'-0") 1700 (5'-8") 225 (9") 1350 (4'-6") 1950 (6'-6") 250 (10") 1500 (5'-0") 2175 (7'-3") 275 (11") 1650 (5'-6") 2400 (8'-0") 300 (12") or more 1800 (6'-0") 2625 (8' NOTES: 1. RESIDENTIAL DRIVEWAYS SHALL BE 100 mm (4") THICK PCC, 2. COMMERCIAL DRIVEWAYS SHALL BE 150 mm (6') THICK PCC. 3. WEAKENED PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDE OF A DRIVEWAY AND AT APPROXIMATELY 3000 mm (10') INTERVALS. 4. CURB FOR TYPE C DRIVEWAY SHALL BE INTEGRAL AND MATCH ADJACENT CONSTRUCTION.. 5. REFER TO LOCAL DEVELOPMENT REGULATIONS FOR AMERICANS WITH DISABILITIES ACCESS REQUIREMENTS AND MAXIMUM PERMITTED DRIVEWAY WIDTHS. 6. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. IF METRIC UNITS ARE USED, .ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN PROMULGATEDDARD By PU DRIVEWAY APPROACHES METRIC GREFNRKS$TANDARD3INC. GREENBL CLMMmEE 110-1 is 19&1 REV. ISM SHEET 1 OF1 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CURB FACE CURB RL SEE NOTE CURB FACE— CURB AORB� s N E E JC� n m K N n X n a 2 A OR B SEE TABLE 1 o TYPE 1 TRANSITION 4:1 SEE NOTE 2 it SEE TABLES 1 AND 2 FOR X AND Z VALUES R R. GR. X 4 rzK � M� N 0 X 1200 mm X I4') SEE TABLES t AND 2 FOR X AND Z VALUES AOR B SEE TABLE 1 TYPE 2 I CASE A AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER a rl STANDARD PLAN PROMULGATED OARH PU INC. WDRX95COMMIT CURB RAMP METRIC x 111-2 19 1992 E E � O a. N p p1 N TRANSITION 4:1 SEE NOTE 2 it SEE TABLES 1 AND 2 FOR X AND Z VALUES R R. GR. X 4 rzK � M� N 0 X 1200 mm X I4') SEE TABLES t AND 2 FOR X AND Z VALUES AOR B SEE TABLE 1 TYPE 2 I CASE A AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN PROMULGATED OARH PU INC. WDRX95COMMIT CURB RAMP METRIC GR GREENED COMMITTEE E 111-2 19 1992 REV' 19% I SHEET 1 OF10 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PARKWAY _1 BCR 2% MAX. lqi` SEE TABLES 1 VALD 2 /\!j � FOR X AND 2 ANUES 1�1 g�E STIR, OR 0� 2/OTE 2 ^ p� 1200 mm (4') t� Q. 900 mm !3' MIN / e= SEE x Q OTE 2 a is a' 3 STR. GR. y PLANTN AREAG CURB FACE CUR P�4� TYPE 3 WHEN PLANTING AREA IS ADJACENT TO THE CURB RAMP, SEE CASE A (TYPE 6) PARKWAY I I 2% MAX. SEE TABLES 1 AND 2 FOR X AND Z VALUES 0 STIR. GR. E BCR aPLANTING ..TSEES E. 1200 mm (4' 900 mm STR. GR. (T) MIN c y� CURB FACE CURB 0 .� WHEN PLANTING AREA IS ADJACENT TO THE CURB RAMP, Q„�p SEE CASE A (TYPE 6) � TYPE 4 5� CASE A AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PIAN METRIC CURB RAMP 111-2 - SHEET20F 10 SIDEWALK STANDARD PLAN METRIC 2 111-2 CURB RAMP SHEET 3 OF 10 1200 mm 4'1 900 mm (3' IN� 0: A OR B ¢ 2 Z N 2400 mr m (8') MAX 2400 m� m (8') MAXI R1` a.737. I 8.33 MAX. R aI SEE NOTE 2 N1 rvl 3 111 1 Y tt SEE NOTE 3 PLANTING AREA Mf PLANTING AREA CURB FACE CURB 1200 m111 mm 7200 mm (4') (4') (4') A OR B--ld*J SEE TABLE 1 FOR SEE TABLE 1 Z VALUE K a s N N TYPE 5 I PARKWAY I 2% MAX. a It a SEE NOTE 2 V z z z 0 N a SIDEWALK 1200 mm (4') R S 900 mm (3') MINI 1 1200 mmBCR 900 mm (A 1 (4') MIN \ SEE NOTE PLANTING AREA CURB FACE — CURBS SEE TABLE 1 FOR TYPE 6 Z VALUE ss � y� •�9 aQ-SQO 2 5 IF PLANTING AREA IS NOT AOJACENT TO ONE FLARE, USE X" PER TABLE 2 FOR THAT FLARE CASE A AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC 2 111-2 CURB RAMP SHEET 3 OF 10 C � 1R ZX �I I Z_X R r L SEE NOTE 2 X X % <� iI �I SEE NOTE 2 4 n N NIt CURB FACE i X i 120l0 mm X i CURB -I SEE TABLE 2 C x FOR X VALUE a SEE TABLE 1 n TYPE 1 PARKWAY I ' I 27_ MAX. QL s+ SEE TABLE 2 '� BCR FOR X VALUE SEE NOTE 2 . 7 G + vp SEE c2 a <� NOTE 2 yN CURB FACE CURB Gip/0�' `C TYPE 2 y�� CASE B AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC CURB RAMP 111-2 SHEET 40F 10 A —001 SKEW ANGLE, a 120 m 2% 9O/9� SKEW ANGLE a=45' Y OFFSET b=0 UNLESS OTHERWISE I 0 f NOTED x MOO GROOVING GF OFFSET, In F Cl G CURB FACE (CF) �S�" x SEE TABLE 3 FOR Y VALUE A CASE C AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PL4N METRIC 111-2 CURB RAMP SHEET 50F 10 E E o s 3 N Y � ¢ Z a z a a C CURB FACE - E ¢� E � a 3 n N Y a a C CURB FACE - SEE NOTE 2 I D l SEE NOTE 2 IS D 1 SEE DETAIL "A', "B". 'C" OR "D" STANDARD PLAN METRIC 111-2 SHEET 6 OF 10 CURB RAMP X I SEE NOTE 3 ,, X s ! J D A N 5% MAX. USE CURB FACE POINT A AT POINT A TO DETERMINE X VALUE IN �{ TABLE 2 '-,.X=1200 mm (4') WHEN ADJACENT TO A PLANTING AREA CURB RE -GRADE AS NEEDED (PARKWAY EARTHWORK) TYPE 1 ,SEE DETAIL "A", 'B", 'C" OR 'D' CURB �l ',SEE NOTE 3 { JD 5% MAX. POINT A TYPE 2 ROUNDED EDGE ALLEY OR ROADWAY x 5% MAX. EXISTING S/W 8.33 MAX. Al -O CURB SECTION D -D USE CURB FACE AT POINT A TO DETERMINE X VALUE IN TABLE 2 m�mo AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAE7 STANDARD PLAN METRIC 111-2 SHEET 6 OF 10 CURB RAMP 5 SEE TABLE 1 AND 2 m FOR X AND Z VALUES E O c Q r S A OR B 2 OR LES I £� x 2 7200 mm 4 SEE 900AINm (�) N1III NOTE 2 n a PLANTING AREA CURB FACE CURB 1200 mm X (4 \ X- 1200 mm (4') WHEN ADJACENT YO A PLANTING AREA A OR B SEE TABLE 1 MARKED CROSSWALK SEE. TABLES 1 AND 2 FOR X AND Z VALUES S O-4 SEE NOTE 3 S_ SEE NOTE 2 OR LESS -, a S N Nx STIR GR 111-1 <I (TABLE 1 sEl MARKED DROSSWAIK SEE NOTE 2 _SEE NOTE 3 TYPE 1 29_MyAX.I SEE i NOTE 3 STR. GR. J� 6 TYPE 2 MARKED CROSSWALK CASE E AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC SEE y SHEET 7 OF 10 NOTE 2 3 s � a a SEE - u NOTE 3 CURB FACE SEE NOTE 3 S_ SEE NOTE 2 OR LESS -, a S N Nx STIR GR 111-1 <I (TABLE 1 sEl MARKED DROSSWAIK SEE NOTE 2 _SEE NOTE 3 TYPE 1 29_MyAX.I SEE i NOTE 3 STR. GR. J� 6 TYPE 2 MARKED CROSSWALK CASE E AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC CURB RAMP 111-2 . SHEET 7 OF 10 Y 1 00 mm 4' SEE TABLE 3 900 mm (3') MIN ROUNDED EDGE SEE NOTE 6 PARKWAY RO R EXISTING ROADWAY MAX. _2% MAX. 8,3JR ' A2-0 CURB AND GUTTER SECTION A -A USE TABLE 1 TO DETERMINE WHICH OF SECTIONS A -A, B -B ' SEE NOTE 6` PARKWAY OR C -C IS APPROPRIATE. 'j' Y EXIST NG Ilj\_W ROADWAY 5- ' x-2% MAX. A2-0 CURB AND GUTTER �-_ `\� ' ` DEPRESS BACK OF WALK SECTION B -B SEE DETAIL "A', "B', 'C' OR 'D'. ' SEE NOTE 6 PARKWAY L.�W J Y 1200 mm EXISTING I I ROADWAY _ F ROUNDED RAMP F ma X- ' 8�A%• f 27. MAX. A2-0 CURB AND GUTTER DEPRESS BACK OF WALK SECTION C -C SEE DETAIL 'A", "B", "L' OR "D". j 1200 mm 4' j 2400 mm (8 2400 mm (8 MAX MAX DEPRESS BACK OF WALK i/ PCC SIDEWALK • SLOPE R, AYI HOWEVER, MAY INCREASE 1 SLOPE IF Z EXCEEDS 8' SECTION R -R 2 OR LESS Z 1200 mm(4'),1200 mm (4')Z 2600 mm (8') 2400 mm (8') MAT DEPRESS ACK OF WALK MAX PCC SIDEWALK SECTION S -S AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC 111-2 CURB RAMP SHEET 80F 10 Y 1 00 mm 4' SEE TABLE 3 900 mm (3') MIN ROUNDED EDGE MF p RO R NORMAL NORMAL SECTION A -A CURB FACE CURB FACE Y 50 mm (2") OR LESS 790 mm (32") 75 mm (3") 1185 mm (47") 100 mm (4") 1580 mm (63") 125 mm (5") 1975 mm (79") 150 mm (6") 2370 mm (95") 175 mm (7") 2765 mm (111") 200 mm (8") 3160 mm (126") X PARKWAY WIDTH, m 100 mm (4") OR LESS 1200 mm (48") 1.2 1.5 1.8 2.1 2.4 2.7 3.0 3.3 3.6 3.9 4.2 4.5 4.8 5.1 5.4 5.7 6.0 1800 mm (4') MIN(5') (6') (7') (8') (9') (10') (11') (12') (1S) (14') (75') (16') (17') (18') (19') (20') 200 mm (8") 25 (1 I (96") I I I (108") 250 mm (10") 50 (2") (120") 275 mm (11") 3300 mm (132") 300 mm (12") OR MORE 75 (3") (144") 4340 mm (174") 300 mm (72") OR MORE 4736 mm 100 (4-)- 125 (5") LI 150 •' (6" U 175 (7" ED 200 (8')- 8") 225 (9")- 2259") 250 250 (10" 0_ O 275 (11") Z 300 (12" ., ., .• .• •, OR MOR ';k7 X 9 01 (B)4 17� (8, ")7(9,' (1J (6) (5lJ2 (RJ (' -3) '' Q, 1>2 (7. LEGEND: ® SECTION A -A SECTION A -A ® SECTION B -B SECTION C -C LANDING = LANDING = 1200 mm (4') 900 mm (3') TABLE 1 - SECTION USAGE & Z VALUES TABLE 2 TABLE 3 AMERICAN PUBLIC WORKS ASSOCIATION .SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC CURB NORMAL NORMAL SECTION A -A CURB FACE CURB FACE Y 50 mm (2") OR LESS 790 mm (32") 75 mm (3") 1185 mm (47") 100 mm (4") 1580 mm (63") 125 mm (5") 1975 mm (79") 150 mm (6") 2370 mm (95") 175 mm (7") 2765 mm (111") 200 mm (8") 3160 mm (126") X 100 mm (4") OR LESS 1200 mm (48") 125 mm (5") 1500 mm (60") 150 mm (6") 1800 mm (72") 175 mm (7") 2100 mm (84") 200 mm (8") 2400 mm (96") 225 mm (9") 2700 mm (108") 250 mm (10") 3000 mm (120") 275 mm (11") 3300 mm (132") 300 mm (12") OR MORE 3600 mm (144") 111 - 2 RAMP SHEET 9 OF 70 225 mm (9") 3555 mm (142") 250 mm (10") 3950 mm (160") 275 mm (11") 4340 mm (174") 300 mm (72") OR MORE 4736 mm (190") 111 - 2 RAMP SHEET 9 OF 70 300 mm (12') 19 mm 3 4' To1�q) -4 i-6 mm GROOVING DETAIL CONSTRUCT FENCE OR HANDRAIL— I PER PROJECT DRAWNGS —y . ISO FACE RETAINING CURB SURFACE DETAIL "B" i SLOPED2-1 UNPAVED SURFACE ED 750 m UNPAVED SURFACE MA%. RETAINING CURB (6') DETAIL "D" DETAIL "C" GENERAL NOTES: 1. CONCRETE SHALL BE EITHER CLASS 310-C-17 (520-C-2500) OR 320-C-17 (560-D-2500) AND SHALL BE 100 mm (4") THICK. 2. THE RAMP SHALL HAVE A 300 mm (12") WIDE BORDER WITH 6 mm (1/4") GROOVES APPROXIMATELY 19.mm (3/4") OC. SEE GROOVING DETAIL. 3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE. 4. USE DETAIL "A" OR "B" IF EXISTING SURFACE BEHIND RIGHT OF WAY IS PAVED. 5. USE DETAIL "C" OR "D" IF EXISTING SURFACE BEHIND RIGHT OF WAY IS UNPAVED. 6. W = 900 mm (3') UNLESS OTHERWISE SHOWN ON PLAN. 7. ANGLE = A/2 UNLESS OTHERWISE SHOWN ON PLAN. S. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORN!87 STANDARD PLAN METRIC 111-2 CURB RAMP SHEET 70 OF 70 CURB RAMP a 3 WPj s DRIVEWAY EXP JT EXP JT BCR 0` ABBREVIATIONS: WPJ WEAKENED PLANE JOINT BCR BEGINNING OF CURB RETURN WPJ WPJ EXP JT EXPANSION JOINT ECR END OF CURB RETURN AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN NOTES: CURB AND SIDEWALK JOINTS METRIC GREENBO1 COMMITfE'c ENBOOK COMMITTEE WP 1. WEAKENED PLANE JOINTS SHALL -BE USED FOR ALL JOINTS, , _ REV_ 19 SHEET 1 OF I USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION EXCEPT THAT EXPANSION JOINTS SHALL BE PLACED AT THE WPJ BCR AND ECR IN CURB, GUTTER AND SIDEWALK. AND AROUND TREE WELL UTILITY POLES LOCATED IN SIDEWALK AREAS. WPJ WPJ 2. WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT REGULAR „r-UTILIT POLE INTERVALS NOT EXCEEDING 3000 mm (10') IN WALKS AND �{� 6000 mm (20') IN GUTTERS. JOINTS IN CURB AND WALK EXP JT SHALL BE ALIGNED. WPJ 3. CURB AND GUTTER SHALL BE CONSTRUCTED SEPARATELY FROM SIDEWALK. EXP JT EXP JT ECR 4. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS PROPERTY LINE ARE NOT EXACTLY EQUAL VALUES. WPJ m �� IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION 11P� 3 ' 0.3 SHALL BE METRIC VALUES. IF o ENGLISH UNITS ARE USED, ALL m VALUES USED FOR CURB RAMP w CONSTRUCTION SHALL BE ENGLISH VALUES. a- x w AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN PRWORMSTANOA NE PUBLIC INC. CURB AND SIDEWALK JOINTS METRIC GREENBO1 COMMITfE'c ENBOOK COMMITTEE 1989 _ REV_ 19 SHEET 1 OF I USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 2 8""x°/a x 0 = 8" ��--2--k2". 22!12"�� _ Willy / e"dia holes --,f I I 1 I �I _ n ' _\� � 2'fl"Pipe N r N ^ I I 7v t"Radius POST BASE t rCi/dent °/" U bolts, 3"fhread i4 Post base 1-0�s" Cut washer Jam nut 8 out, washer— :�: / ": Class E"Mortor 6x6". i E Tack weld % ANCHORAGE DETAIL LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS STANDARD PLAN PICKET RAILING 6102-0 SHEET 2 OF 2 W a z \ J v m E E 150 mm U BATTER 3:12 U E E; A1-150(6) AND Al -200(8) W z \ J m E TTER 3:12 2.07 L C A3-150(6) AND A3-200(8) NOTES: 1. THE LAST NUMBER IN THE DESIGNATION IS THE CURB FACE (CF) HEIGHT, mm INCHES). 2. CUTTER WIDTH, W, IS 600 mm (24 UNLESS OTHERWISE SPECIFIED. 3. TYPES Al, A2, A3 AND Cl SHALL BE CONSTRUCTED FROM PCC. 4. TYPE D1 CURB SHALL BE CONSTRUCTED FROM ASPHALT CONCRETE. 5. TYPE Cl CURB SHALL BE ANCHORED WITH STEEL DOWELS AS SHOWN OR WITH AN EPDXY APPROVED BY THE ENGINEER. 6. ALL EXPOSED CORNERS ON PCC CURBS AND GUTTERS SHALL BE ROUNDED WITH A 15 mm (1/2") RADIUS. 7. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. USE EITHER METRIC OR ENGLISH VALUES, AS REQUIRED, BUT NOT BOTH, EXCEPT THAT ASTM 615 REINFORCING. STEEL MAY BE SUBSTITUTED FOR ASTM 615M STEEL. A2-150(6) AND A2-200(8) 25 mm W Z J m mm 150 mm U FMIN 6 20 mm (3/4") R BATTER 3:12 BOTH SIDES UI 1-1 D1-150(6) AND 25 mm D1-200(8) (1„) \ w z E, v J #1CM x 250 mm E 150 mm O 0 1000 mm OF tUGROUTED IN PLACE BATTER 3:12 20 mm (3/4") 75 75 mm (3 j C1-150(6) AND C1-200(8) AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PIAN PROMULGATEp BV THE PUBLIC WORKS STANDARDS MG CURB AND GUTTER - BARRIER METRIC GREENBO COMMEE ITT 120 1 19 1986 - REV. 1990 SHEET 1 OF 1 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOUR EQUALLY • •• SPACED DOWELS FOR CONTACT 200 mm JOINTS -SEE NOTE 4 LONGITUDINAL GUTTER CURS NORMAL OF MINUS 50 mm (2') GUTTER 280 mm SECTION A -A 900 mm 900mm (3') E � o n N � LEVEL STREET SLOPE LESS THAN 4% ON r OGUTTER TRANSITION rB F 11'1 FLOWW A JCL FLOW LINE a53 CUTTER TR, PROMULGATED TTANOAR E PUBLIC WORKS TED BY R E ING. E "' '° GREENSOOKCOMMITTEE 1DL to" STR OR FLI L �— I SHEET 1 OF 2 4500 mm CL 25 mm (TS') 7 )500 ¢ m PROPERTY LIN FOUR EQUALLY • •• SPACED DOWELS FOR CONTACT 200 mm JOINTS -SEE NOTE 4 LONGITUDINAL GUTTER CURS NORMAL OF MINUS 50 mm (2') GUTTER 280 mm SECTION A -A 900 mm 900mm (3') E � o n N � LEVEL STREET SLOPE LESS THAN 4% ON r OGUTTER TRANSITION rB F 11'1 FLOWW A JCL FLOW LINE a53 4500 mm (15') _r —NORMAL OF MINUS 50 mm (2) oEaE p p W O 1 3: = (z) GUTTER GUTTER w ori %P JT .EXP J c ; TYPICAL CROSS GUTTER PLAN STREET SLOPE LESS THAN 4% STREET SLOPE 4% OR GREATER STREET CENTERLINE FLOW LINE —FLOW 1 \, ml z � UL ECR ECR PROPERTY PROPERTY LINE I LINE TYPICAL CROSS GUTTER PLAN STREET SLOPE MORE THAN 4% CURB 600 mm E (2) N TC SECTION B -B SECTION C -C SECTION D -D SPACED CONTACT S AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN ' PROMULGATED TTANOAR E PUBLIC WORKS TED BY R E ING. CROSS AND LONGITUDINAL GUTTERS "' '° GREENSOOKCOMMITTEE ��% to" L REV 1996 I SHEET 1 OF 2 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION WEAKENED PLANE JOINT OR OPTIONAL CONTACT JOINT PER NOTES 1,2. AND 3 -1 WEAKENED PLANE PER NOTES 1 AND _` JCR1500wEAKENEO PLANE JOI(S') TYP PER NOTES 1 AND 2 1500 mm (5') TIP GUTTER TYPICAL JOINT PLAN JOINT NEEDED WHEN W = 14 m (46') OR.MCRE -CROSS GUTTER N OTES: 1. WEAKENED PLANE AND/OR CONTACT JOINTS SHALL BE PLACED IN CURB AND GUTTER AT LOCATIONS SHOWN ON THE TYPICAL JOINT PLAN HEREON. 2. WEAKENED PLANE JOINTS SHALL BE PLASTIC CONTROL JOINTS OR 40 mm �1/2") DEEP SAW CUTS. CONCRETE SAWING SHALL TAKE PLACE WITHIN 4 HOU S AFTER CONCRETE IS PLACED. 3. DOWELS FOR CONTACT JOINTS SHALL BE #15M BARS 450 mm LONG (#4 BARS 18" LONG). 4. PLACE A WEAKENED PLANE OR CONTACT JOINT WHERE LONGITUDINAL ALLEY GUTTER JOINS CONCRETE ALLEY INTERSECTION. 5. ALL EXPOSED CORNERS ON PCC GUTTERS SHALL BE ROUNDED WITH 15 mm (1/2") RADIUS. 6. CONCRETE SHALL BE INTEGRAL WITH CURB UNLESS OTHERWISE SPECIFIED. 7. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EOUAL VALUES. IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. HOWEVER, ASTM 615 REINFORCING STEEL MAY BE SUBSTITUTED FOR ASTM 615M STEEL. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC 122 - 1 CROSS AND LONGITUDINAL GUTTERS .. SHEET 2 OF 2 I 1 u 11 fl Il INSTALL MANHOLE FRAMEPROPOSED GRADE OR INSTALL MANHOLE FRAME AND COVER (SEE NOTE IC)- PROPOSED GRADE OR TOP OF, MANHOLE AND COVER (SEE NOTE ICI TOP OF MANHOLE METRIC I !!! 205_ 19a4 EXISTING GRADE OR D REV. 19M I OF 3 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKSCONSTRUCTIONSHEET TOP OF EXISTING SEE NOTE 18) .. D I 300 mm (12'1 MIN. MANHOLE —� 610 mm -(24') MAX. � (SEE NOTE 2A) 1 15 mm ('D' CLASS 'D' MORTAR m I w TOP OF EXISTING BRICKWORK M Iul M h_rl MM =' / / 11 1� m• 1 I w I W IIr . REMOVE EXISTING I r BRICKWORK TO ELEVATION AT AN f J — — — — E z h tf— EXISTING II I ' II DIAMETERSIDE OF I I I I I^ MANHOLE--,-.,, I ' HOLE IEXISTINGNOT LESS N THAN ---- 750 mm (301 I III I III III I III III III pl��``JII U Q RAISING EXISTING BRICK MANHOLES Fr -Top MANHOLE FRAME EXISTING GRADE OR TOP 1 AHD COVER (SEE NOTE IC) OF EXISTING MANHOLE--\ I r -TOP OF EXISTING BRICKWORK PROPOSED GRADE OR (r T_ TOP OF MANHOLE, rr r RECONSTRUCT BRICKWORK, JI 1 m (40') MIN. i.� J REMOVE EXISTING ` BRICKWORK TO AN l 11 ELEVATION AT WHICH UPPER PORTION OF MANHOLE CAN BE 11 I RECONSTRUCTED ON A TAPER NOT TO EXCEED TWO z m I m HORIZONTAL TO a I w FIVE VERTICAL x I z I 15 mm (1/2') II ( w I II CEMENT II III ,• III PLASTER II L -j II` EXISTING MANHOLE LOWERING EXISTING BRICK MANHOLES I I IEXISTING k Izz _ _ :;j MANHOLE II � Il E-I---I---I-I LL_ ----JJ RAISING EXISTING PRECAST CONCRETE SEWER MANHOLES EXISTING GRADE OR TOP OF EXISTING MANHOLE PROPOSED GRADE OR —INET TOP OF MANHOLE FRAh 141__ — t — 41(SEE NOTE 18) Le. 1 — If II I IIM H IL I I EXISTING MANHOLE II � II LL_ ----JJ LOWERING EXISTING PRECAST CONCRETE SEWER MANHOLES BRICK MANHOLES PRECAST CONCRETE SEWER MANHOLES AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN PROMULGATED 8YTHE PUBTANOAROS NC., SEWER MANHOLE ADJUSTMENT METRIC I GREENECCKCOMITTEE 205_ 19a4 REV. 19M I OF 3 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKSCONSTRUCTIONSHEET NOTES: GENERAL A. EXCEPT AS INDICATED HEREON OR ON THE PROJECT PLANS, MANHOLES SHALL CONFORM T0: STANDARD PLAN 200, PRECAST CONCRETE SEWER MANHOLE AND STANDARD PLAN 203, BRICK SEWER MANHOLE. B. DIMENSION '0' SHALL BE THE SAME AS THE SIZE OF MANHOLE FRAME AND COVER TO BE USED. C. THE CONTRACTOR MAY REUSE THE EXISTING MANHOLE FRAME AND COVER, UNLESS DAMAGED BY HIM DURING HIS CONSTRUCTION OPERATIONS OR WHEN OTHERWISE INDICATED ON THE PROJECT PLANS. ITEMS DAMAGED BY THE CONTRACTOR SHALL BE REPLACED WITH IDENTICAL NEW ITEMS AT NO EXPENSE TO THE AGENCY. D. EXISTING STEPS LOCATED WITHIN REMOVAL LIMITS SHALL BE REPLACED. WHEN REMOVAL' OF EXISTING STEPS BEYOND THE MANHOLE REMOVAL LIMITS IS IN- ' DICATED ON THE PROJECT PLANS, THE STEPS SHALL BE REMOVED TO A DEPTH OF 50 mm (2 IN.) BEYOND THE INSIDE FACE OF THE BRICK MANHOLE AND THE HOLES SHALL BE FILLED WITH CLASS 'D' MORTAR. 2. RAISING EXISTING BRICK MANHOLES A. BRICK MANHOLES TO BE RAISED LESS THAN 300 mm (I FT.) MAY BE EXTENDED VERTICALLY, PROVIDED THAT AT A DEPTH OF 750 mm (2 1/2 FT.) BELOW THE TOP OF THE MANHOLE AT ITS NEW ELEVATION, THE INSIDE DIAMETER OF THE MANHOLE IS 750 mm (30 IN.) OR GREATER. B. BRICK MANHOLES TO BE RAISED LESS THAN 90 mm (3 1/2 IN.) MAY BE RAISED BY APPLYING CLASS 'D' MORTAR TO THE TOP OF THE EXISTING BRICKWORK. IF THE BRICK MANHOLE IS TO BE RAISED 90 mm (3 1/2 IN.) OR MORE, A NEW COURSE OR COURSES OF BRICKWORK SHALL BE PLACED ON TOP OF THE EXISTING BRICKWORK. 3. LOWERING EXISTING BRICK MANHOLES A. WHERE A BRICK MANHOLE IS TO BE LOWERED LESS THAN 300 mm (I FT.). THE FRAME MAY BE RESET ON THE EXISTING BRICKWORK AND THE ONE METER (40 IN.) MINIMUM BRICKWORK RECONSTRUCTION OMITTED. PROVIDED THAT THE BASE OF THE FRAME DOES .NOT OVERHANG THE BRICKWORK ON THE INSIDE SUR- FACE OF THE MANHOLE MORE THAN AN AVERAGE OF 35 mm (1 1/2 IN.) IN ANY QUADRANT NOR MORE THAN 50 mm (2 IN.) AT ANY POINT. 4. RAISING EXISTING PRECAST CONCRETE SEWER MANHOLES A. PRECAST CONCRETE MANHOLES TO BE RAISED LESS THAN 75 mm (3 IN.) MAY BE RAISED BY APPLYING CLASS 'D' MORTAR .TO THE TOP OF THE EXISTING MAN- HOLE, PROVIDED THE TOTAL HEIGHT OF MORTAR. EXISTING AND NEWLY APPLIED, DOES NOT EXCEED 75 mm (3 IN.). B. WHERE THE PRECAST CONCRETE MANHOLE IS TO BE RAISED 75 mm (3 IN.) OR MORE, OR WHERE THE TOTAL HEIGHT OF MORTAR. EXISTING AND NEWLY APP- LIED. WOULD EXCEED 75 mm (3 IN.), GRADE RINGS SHALL BE UTILIZED. CLASS 'D' MORTAR MAY BE USED FOR FINAL ADJUSTMENT. BUT NOT MORE THAN 75 mm (3 IN.) IN HEIGHT. WHERE RAISING THE MANHOLE WOULD RESULT IN THE UPPER SEGMENT OF THE SHAFT BEING MORE THAN 750 mm (30 IN.) IN HEIGHT, REMOVE THE REDUCER AND THE UPPER SEGMENT OF THE SHAFT. IN- STALL ADDITIONAL RINGS OR PIPE TO THE LOWER SEGMENT OF THE SHAFT, AND REINSTALL THE REDUCER AND GRADE RINGS AS REQUIRED. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC 205 - 1 SEWER MANHOLE ADJUSTMENT SHEET 20F3 I [1 1 5. LOWERING EXISTING PRECAST CONCRETE SEWER MANHOLES A. REMOVE SUFFICIENT GRADE RINGS TO LOWER THE MANHOLES AS REQUIRED. APPLY CLASS 'D' MORTAR TO A HEIGHT NOT EXCEEDING 75 mm (3 IN.) FOR ADJUSTMENT TO FINAL GRADE. WHERE REMOVAL OF GRADE RINGS WOULD RESULT IN THE UPPER SEGMENT OF THE SHAFT BEING LESS THAN 300 mm (12 IN.) IN HEIGHT, REMOVE THE RE- DUCER AND SUFFICIENT SECTIONS OF THE LOWER SEGMENT OF THE SHAFT AND REINSTALL ANY NECESSARY SEGMENT OF THE LOWER SHAFT, THE REDUCER, AND THE GRADE RINGS TO CONFORM TO THE REQUIREMENTS OF THIS PLAN. C. EXISTING GRADE RINGS NEED NOT BE REMOVED IF EXISTNG MORTAR IS REMOVED, AND AT LEAST 35 mm (1 1/2 IN.) OF MORTAR MAY BE PLACED ON TOP OF THE EXISTING GRADE RINGS TO RESEAT THE FRAME. 6. REPLACEMENT OF BRICK REDUCER WITH PRECAST CONCRETE REDUCER AND SHAFT UNLESS OTHERWISE INDICATED ON THE PLANS, THE CONTRACTOR MAY INSTALL A PRECAST CONCENTRIC CONCRETE REDUCER, CONCRETE GRADE RINGS, AND CONCRETE PIPE IN LIEU OF RECONSTRUCTING A BRICK REDUCER. PROVIDED: A. THE MAXIMUM-I.D. OF SEWER PIPE CONNNECTED TO THE MANHOLE DOES NOT EXCEED 200 mm (8 IN.). B. THE CONTRACTOR SECURES PRIOR APPROVAL FROM THE ENGINEER TO INSTALL THE CONCENTRIC REDUCER ONTO THE MANHOLE SHAFT. THE ENGINEER MAY. AS PART OF THE INSTALLATION REQUIREMENTS, REQUIRE THE CONTRACTOR TO COAT THE INSIDE OF THE REDUCER, RINGS, AND PIPE WITH AN APPROVED COATING. C. THE CONCRETE GRADE RINGS. THE CONCRETE REDUCER. AND ANY CONCRETE PIPE SHALL BE JOINED TOGETHER AND BEDDED ONTO THE EXISTING BRICK MANHOLE WITH CLASS 'D' MORTAR. THE DEPTH. WIDTH, AND THICKNESS OF THE MORTAR SHALL BE OF SUFFICIENT DIMENSIONS TO PROPERLY AND ADEQUATELY JOIN AND BED THE COMPONENT PARTS. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACT EQUAL VALUES. IF METRIC UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES WITH THE EXCEPTION OF REINFORCING BAR SIZES FOR WHICH ENGLISH (IMPERIAL) BAR SIZES MAY BE SUBSTITUTED FOR METRIC BAR SIZES. IF ENGLISH UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PIAN METRIC 205 - 1 SEWER MANHOLE ADJUSTMENT SHEET 3 OF 3 PROPOSED STREET 19 SURFACE, mm /-6 mm (1/44 0 FLAT HEAD RAWL EXIST. STREET i 6 mm (1/4') 0 EN SURFACE -\ FLAT HEAD RAWL m� I I W m HOLE COUNTER SUNK I I a B e I RAISING RINGS TO BE MADE. OF STEEL. ASTM DESIGNATION AT MERCHANT QUALITY WELD JOINTS AND GRIND FLUSH. WELD PENETRA- TION TO BE 3 mm (1/80). rB 7 mm (9/32') DIA.; ;;• -- '� HOLE COUNTER- - :• —----- SUNK RAWL LENGTH EQUALS 0+40 mm (1 1/2') MIN. STANDARD MANHOLE FRAME PER APWA STANDARD PLAN 210 SECTION B -B STEEL RAISING RINGS 22 mm CAS RAI EXIST. S' SURFACE ✓8') -SSS STEEL SOCKETHEAD CONE - POINTED. SETSCREW. 16 mm (5/8') IINC- 23 mm (I') CAST IRON RAISING RINGS SECTION A -A AMERICAN PUBLIC WORKS ASSOCIATION • SOUTHERN CALIFORNIA CHAPTER , STANDARD PLAN °"°"VLWTEUE THE PUBGREENeoOKC N°AR°SINC.. MANHOLE RASING RINGS METRIC GREENBO ITTEE 206 - 1 b 1984 1884 REV. 1998 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET I OF 2 NOTES: I. MACHINE SEATS FROM CAST IRON RINGS. 2. THE. CAST IRON USED SHALL CONFORM TO SUB -SECTION 206-3 OF THE SSPWC. 3. THE METAL RAISING RINGS MAY BE USED IN LIEU OF THE REGULAR METHOD OF ADJUSTMENT UTILIZING MORTAR OR BRICK AND MORTAR UNDER THE FOLLOWING CONDITIONS. A. ONLY ONE ADJUSTMENT WITH RAISING RINGS WILL BE ALLOWED ON ANY MANHOLE. B. MAXIMUM 'D' SHALL BE 75 mm (3 IN.). AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC 206 - 1 MANHOLE RASING RINGS SHEET 2 OF 2 [Al CENTERLINES (2 LANE HIGHWAYS) DETAIL 1 EM UUM DETAIL 2 �r DETAIL 4 + e•-re•-}•-w--r e•t e•� o 000 mm0 O -•1rH- DETAIL 5 r.�rlr—r---- ]s•---�--Ir-1 �r DETAIL 6 +r DETAIrLIT FIT --T �-I ® 0000 8 LEGEND WMERS O TYPE A WhIt. R.pf.fbctiv. 0 TYPE AT Yew. Ra afbc,lvs ® TYPE C Ra4-cbT "fl me ® TYPE 0 be -.Dy Y.U. Refb.tly. Q TYPE 0 OM•.aY ELT Row.m. Is TYPE R Orr -.DY YoIow R.Mctly. LINES Q 4••WN,. 4••Y.TO. or.Oti.O of 71.0 mm m- m m = = NOTES l YlRinu. 1✓Olecb4 Tw o1 fB1bG} V. )acs 'W =Wt IIlf11 2 Refbc,ly. mThT. ae.J mDB fkiallglT a 1b,De] bxs+.. LANELINES ILIULTILANE HIGHWAYS) DETAIL 8 �T�1�1'+jam n•---1-r+jlr-^h r -I L� O E� DETAIL 9 Ie' O O D D �r DETAIL10 D 6Iq 11 000 000 DETAIL I C� DETAIL 12 DETAIL 13 4e' Ir-1--Ic• �a 0000 0 DETAIL 14 All 4r�«— Ie•�r-- Ie• ~ II_�-tI D 000o 0 ® 0000 0 0000 0l DETAIL 14 H4'I �/EtYlle—IlM'I—�/fNIbyIN'r-- VI DETAIL 13LI w m = NO PASSING ZONES -ONE DIRECTION ® E�7 C=11" DETAIL 15 1 —R� DETAIL DETAIL DETAIL DETAIL DETAIL DETAIL DETAIL DETAIL PAVEMENT y� _. .._ er4e -1-I%i7 r2''I D 0 OTr. 4-24 __._..L.-_ _ 24 m.._-_. t•�.. e•y-GI: y... ems..._.. 21 ...,� ].� n ® *Do v Goo 01 DO®00000000001 t� �I r• 1& 1 f9 D 13..1 Ell at ce 40. 12, 20 ® 0000 OI oo®©®mEWmmeo � -ITM NO PASSING ZONES -TWO DIRECTIONS 21 4 IN 13 oIr TI y® 13 012,• 23 ®10000mCI00O00OI ©m 0000a000o out —► 4.L ]III[ OF WWWMA rr UFXRINENI U[ TUNSPORIVION MARKERS -AND TRAFFIC LINES TYPICAL DETAILS NO SCALEAI OAA N v 9 r a Z a N 0 a MARKER L ou•»a.as••�T DETAILS Ola Rafbc® Pk. TYPE A & TYPE AY 4Ao•• 4,.0.4,0=D" 51, am•-a>s•7ryry a10^-o.Ts-�ry btl btl TYPE C & TYPE G&4 TYPE D TYPE H NOTES l YlRinu. 1✓Olecb4 Tw o1 fB1bG} V. )acs 'W =Wt IIlf11 2 Refbc,ly. mThT. ae.J mDB fkiallglT a 1b,De] bxs+.. LANELINES ILIULTILANE HIGHWAYS) DETAIL 8 �T�1�1'+jam n•---1-r+jlr-^h r -I L� O E� DETAIL 9 Ie' O O D D �r DETAIL10 D 6Iq 11 000 000 DETAIL I C� DETAIL 12 DETAIL 13 4e' Ir-1--Ic• �a 0000 0 DETAIL 14 All 4r�«— Ie•�r-- Ie• ~ II_�-tI D 000o 0 ® 0000 0 0000 0l DETAIL 14 H4'I �/EtYlle—IlM'I—�/fNIbyIN'r-- VI DETAIL 13LI w m = NO PASSING ZONES -ONE DIRECTION ® E�7 C=11" DETAIL 15 1 —R� DETAIL DETAIL DETAIL DETAIL DETAIL DETAIL DETAIL DETAIL PAVEMENT y� _. .._ er4e -1-I%i7 r2''I D 0 OTr. 4-24 __._..L.-_ _ 24 m.._-_. t•�.. e•y-GI: y... ems..._.. 21 ...,� ].� n ® *Do v Goo 01 DO®00000000001 t� �I r• 1& 1 f9 D 13..1 Ell at ce 40. 12, 20 ® 0000 OI oo®©®mEWmmeo � -ITM NO PASSING ZONES -TWO DIRECTIONS 21 4 IN 13 oIr TI y® 13 012,• 23 ®10000mCI00O00OI ©m 0000a000o out —► 4.L ]III[ OF WWWMA rr UFXRINENI U[ TUNSPORIVION MARKERS -AND TRAFFIC LINES TYPICAL DETAILS NO SCALEAI OAA N v 9 r a Z a N 0 a m m m m m== m= m m=== m== r LEFT EDGELINES fDIvIdod HIOhw4Y5) ZDETAIL 24 mmmm=-,- E09. Of 1rorWa .cY I, DETAIL zs Lr 1ray.Tod .aY -A$--� I, DETAIL 25A !_ DI D Dl fir. �► 1--24- z4-4 �11a0. o/ fr.rWX •aY DETAIL 26 �Eow .f M1.Y.AM .cYof nov.W .oy 1 --► ®i --•r A �r ME, - DETAIL 27 Lf' -ESD. of ® MovM.E VOy ®-L= —► �--'B' RIGHT EDGELINE DETAIL 276 1z T EaD. of fro A,Ad •ar RIGHT EDGELINE_ EXTENSION THROUGH INTERSECTIONS DETAIL 27C i' 12' 4' ]' LEGEND MARKERS ® ITRE R T. -..y 7W. R.Ihcflr. ® IYPE AT TMo• IIRn-nl4cflr. 0 IyVE X On.+oY y.bY Rdl¢Ilr. LINES O A•• wt. 1^YNo. r� OM.cfgn o}.Ir.vN MEDIAN ISLANDS yrd�?�'v�e.�ea'aM' x�xva�Y?r:�wYK:% xNOevry itdti%WY Fkuvfix2 ik}Y f adf <8v I 'NOY.�WgTH.9'.{MYW irtNlfA"vY.O%pTN%4 'XHQY.hV'A'<k%3esTXdkYn`"iQYLf%k:i3:J?:'. .r c ti �:x: z:naw'P::m�aus:esixitt'uc::xo>: :tiOfiRkF.':AAdf{d.§A@)Sn2?'L:gCPFK14'h: I NdX!::.6Xx'dv. "Lq.'.ayvk:s"v::?DDYSY: r'e9%Ptt�Y4✓dttb'SDLL9Ye'dC4xLoawow �4 Q 9 I =r-1--24--1 11-1 JrY DETAIL 30 ®®®®®®®®®®®®®-T �r uim wo ®00000®00000®,' MARKER DETAILS D.6]••oAo"7 �1 o.p'•ia6s-ST .4 OAS 110WON, fac. TYPE AY •q0•• -A IAO` 0.10"-Da5'� u1�7 DETAIL 5 TYPE D TYPE H XDTES 4 YNYKw prol.af.a >.a AT nfbctir. Eac. • EOR .p•M 2. RSIMeflr. e.rNK ..dmtf D. r.cfmplar z W0121A "At" DETAIL 31 TWO-WAY LEFT TURN LANES 'wIY_1yi99: �� .a....'... NK.t ® { -r,.. �r DETAIL 32 9fi' — 24' 24'96' zr ® w -a I^0'-i-p'.i-�l6'---�{-4'r M'—�I^'li'+{--Y'-y q'-R't OREM 13 ® 0=11- 0 =1T® ® EI 12 ®_12] 96. DETAIL 33 x•-- �� zr—+--zr zr— I--zr--I 11 -.11'L r-r--4•'�--a•+Y•- -4• �-p•--w .-T INTERSECTION TREATMENTS DETAIL 34 IDa gnlnw.m ��� j —:.•. I 21•— i—$1•4 DETAIL DETAIL 5 am 13 mm 12 IT —us ® 2�r —® 1--24' -+--21' qa uinimun I WI DETAIL 5A I.-Iz,-I e• I- q0' YinMun- „ T1 jrF-p•-I--]6'--1-a -I q0' gnYvn i^ T-�- STATE OE MIN.. DEPARTMENT V IRANSFWIATM PAVEMENTMARKERS TRAFFIC LINES TYPICAL NO SCALE AND DETAILS v rw w w ■w �w- � w w w wr w■ �■ � w w 1 EXIT RAMP NEUTRAL AREA ICOREITREATMENT DETAL 36 LANE DROP AT INTERSECTIONS •��+�-� y [as• of sraI GW1•A M1W Ir r DETAIL 178 p.� w..a..•...:..n • o•••NI.IY• sN-a.la:n rWnM 1•---u' w'—y^s°''�'—>�• li=r[•1 y jf•��I• LC7 1 0 E7 1 0 C7 1 CT 0 1 M C7 1 (7 Y ¢ fta Huauo9` 1`pJr•w \\ ltreuyl Ir./lk �r� S.• alaY M slo flAn atao ar Irmwa way •laM ENTRANCE RAMP NEUTRAL AREA ICOREITREATMENT DETAk 36A /r Nr• AM �[aN of Tr•raw in •IAYi••I DETAL 37C �, SW r Be I la�rrs� 88 1 BB - 88 see 1 Be BB 1 8B BB 1 Be 1888@B/8B�' II Vat lb � 15" ittla W au••oArll G 6.a aNd4 m MARKER sla fw. ran [. ralon to 0R^t•-0S+ST DETAILS pp r W to SM rN . d•rxr• Optlarid �$ 3 i KAMM Iia [d, of Irmd.a ••r alA••1 �YPE z Q lYP[ S MM M.mrN•c14a banN• r•c• TYPE A =..S• f�lf r D • j„ �' 1! ® IrPS C 11.0 char II.I4clly. q ..N" .LO" FM c oM•a•r Cor a.ami.a • °us.• s ^ N s.• s.laM 25A O SIO fxn AM �� awtI of frNM ap••�o.fs7 as-o.n• O LANE DROP AT EXIT RAMPS D[TAL 37 p. +T1�, TYPE G TYPE G III at a w N1rrW aS SN r.tN X rp. w•IM•--�^�so• S•Irrf••�Ta � NOTFS ri rh¢y rhr f It • •� aw+..• oraHm•a rN of O 1 C7 C7 1 E34 1 E3 C3 1 O C� 1 C7 a • —dly r.M•dN IAc• . soo .wva xrn ` M.O MI D. r a wt, .r. j•P.WGII.. w\M• Ktagb �r DI 37A Pp••1 al %1 .J• blKrd• �� !00' saM.�.-. M• ---- — �' [y rh[• I /lie iw'l u'8o` s'• o.rAs u +oo ¢•�r�•s• --- BB � BB 1 88 Be 1 Be Be t BB BB 1' 88 BeIB BBBIB ff'B � IM aqa W.1MlYy 1f WN• d .qr N cMtlaa An ~I a" IAM\ two atwa Nav4y Mlq IME WC4r•N. OSN"Wki , w"SIMIAN't PAVEMENTMARKERS AND TRAFFIC LINES , TYPICAL DETAILS ' I .g■a° �§//'\ ¥!� j r� O !■ «0 \■{� 2 �\ . _ . t � /;-7 !■ / ^[ |;o \\it | |;!§ / ; | §I § )fi § _| (_� !! ` • ! § § k � m §x , }} z. \ � !. � ' a&�� /-�• - ]]. I / I— _ % §2 \ _� � @;)w_E Pr■. _a q ; � - /�� � §§ �� �� �� . \ ' / § ! 't R , Ar--4 - - g ■ N In 2 \\ § , . &zV asa NV,a 'GIS Q Id GC 1Q1 Sg501 TYPE 11241 ARROW r- ---I _ 4 Q Np iP9 .. IQ„1_ TYPE IV IL) ARROW OUSE MR WAGEOQ, 0 ON SOT TYPE VAI ARROW bl/ SOS TYPE VA (L) ARROW OF IPOR TYPE VIM AMON. OAT USE umm MAGEI r,.;,, &.13 SOT NOTE, TYPE V ARROW YYI ,uSSIQ�6 Q li(YStl16 WI K &UXP?m n Tw tm ( curt acawo wmn v, 1 u ]Am PAVEMENT MARKINGS ARROWS NO SCALE m m= m m r m m m m m mem m= m m r r A.0 sen TYPE lU(0ARROW 60R TYPE U[R)USE MIRROR IMAGEI WV rwA((41[IE t a OA EW WI K p ar M [M'JaLIL I wr--1 am m r I� A..111 Wl TYPE 11fB) ARROW rl— A.a sat TYPE IIILI ARROW [FOR TYPE 14RI USE UWROR IMAGEI a la ao 1nil sal TYPE 11 (B) ARROW 1411 a e4ftl walm"I a leA NvAlw PAVEMENT MARKINGS ARROWS NO SCALE HA -91 N y o� 1 T; T— s S� �e o T ' T 'Q D C mR m N R. CA a9LV NO IC -a15 .� w ■r w w Mir M e mm r MOM w w; rIIIIIIIII i J A=27 SOFT ,-1. T A=24 SOFT Imp tiff a "e.g. axeble of nxo ihah oM ax4 II fh W IL who, vmlatlaM In al.wlwa ., be ....pba 0Y the Erph..r. repo I.e, tM first .ora thh Ad M Menet the arlvx. lYl TM .pace rf,00h .arae =I be at I...t fpr flee. Or trot b01 14 Pxltpne of a Yttx.T O` x eYeppl to EI2 �iatp�MINp 0' wr�flMn IMin �tM,nelr the.. p aNrt. rol eR The epee eaY A. nau<.a ppprpxlafNY Mxe Ihxe Ta IW1aa .pace aecau.e of W.d cpgltloru. m Ero...Off canm. 0`0tip to .meal V..hde to be V1.eoe Khoo h aloce of W'YNIe e1aeM1 CROSSWALK AN ,?,LIMIT LINE Sea L 12" *hit* llna WORD MARKINGS f W f R IANE Y. NO s PapL T] BRE p rM rt Rus TO Gl(AR TI OKY TT RFEP T. SEATE a cLLfpMA OEPARTYENI a 7RANSPORYA7X111 PAVEMENT MARKINGS WORDS AND CROSSWALKS NO SCALE SELECTIVE ROOT PRUNING S�4F Vit a�w f,Acc.R* FXCc lV �� `CO 4 FC2o•n N2v� S�orcv.t A�.k QLAN VIEW t �1S1p�-WPLK ARScA ALL Qoc'TS rn�st 4JE �e-voce o Fec.n S��crn��. ACZ�A . NOTES: 1. Roots more than 2 inches in diameter must be pre -approved for removal by the engineer. 2. Roots shall be cut at the nearest node to encourage roots that grow away from the sidewalk. 3. Roots must be cleanly cut 4 inches away from new sidewalk edge. 4. Backfill excavated areas with soil. TREE ROOT SHAVING S,VaE v-%Ew Sc FORfc AFTTcQ A NOTES: 1. Roots are to be shaved down to enable at least 2 inches clearance between sidewalk and root. Backfill with soil. 2• Root barrier shall not be installed on shaved roots. { FLOW LINE CURB FACE 4' r-10' MIN, -1h I ttt S' I j RAMP i I 9' j HALF OF DEPRESSION LENGTH WI ZI J , W , F 2 . WI v, I CITY OF SANTA CLARITA STOP BAR DETAIL WITH RAMP NOT TO SCALE APRIL 13, 1997 G, VIDAVA W 2 W z Z W U CITY OF SANTA CLARITA STOP BAR DETAIL WITHOUT RAMP LNOT TO SCALE APRIL 13, 1997 1 8ZOON TOWN &SON POO-ld MIVHDOdd 7VgS A86f 17S 66-8666'8 86-Z66k t so Els, XION3ddV I J I I I HI I 11 CD ba 5 j 00SSZ \\\ m • L / •\ co n \� f \ Z covi 00 D • �o ,j0 ri' • P J co �a CO , L •f • is '�` _ coi f o (O x� �M rn+�Ocus NA W7 i ... 1N3 ouvAs W RO G.lAPRE W Z O w;<EY v aoa+on �+ n JAMG WY r•• R� u+Mn —uecn'6R ••••• A•�: ... •.••�rc S I MILS RM0 TREES WY D ! •� . °a v' 1 ouiu� R° p kA •. ' _,�R .y� roto VALLEY RD r v i�4i > on kq D � '•. 3�\ ti 7 `e�f R. 25700 g a P L°CF MOOR RD co Tj �y4 G � •if+ ��,'p�y'[S +y��y7C�� eR F � � C-) T1 de P by .'voo','`'� m .A 1~°'7y°"L'�W e° aar /rCy,� „ \�y °y y° VIA 14� kd co p DEL a I 023x30 � `/ yV49� I 13 ma a; 0 co E! :i PAWS t ASSOCIATES COLLEGE OF /V / 41 TME CANYCHS 2 CENTER -o IT 1/, o*`-• BLVD �O DR ,W♦ CA duj CST7�{�, GATE D °P 0 O 7 y.. DR / 41a 1 -- GATE 11 cAwfilY C DR'- N su ge�B 6- CT V F °H GATES H 4F z : ••�0��'*io P5fAw Valencia MCBEANOR CALIFORNIA ALTA MOVIEtrc a s p \ CP; T IM \ °G T f NSR U E of SLURRY SEAL\ 1 I ■THE ARTS \ — — — — _ — I \ P.O. CAPE SEAL L�xDSSL I� •••••••••••••••••• OVERLAY do RD I' \ .••..•:::�A i za z h.p�pn'f' S�S� C ItAo CITY OF SANTA CLARITA DATE:6/98 1997-98, 1998-99 ANNUAL INFRASTRUCTURE PROJECTS PROJECT NOS. ANNUAL SLURRY SEAL PROJECTS. AREA -Q M0003. M0028 l C� HENRY VVI IT 1/, o*`-• "T, S Valencia MCBEANOR CALIFORNIA ALTA MOVIEtrc a s p \ CP; T IM \ °G T f NSR U E of SLURRY SEAL\ 1 I ■THE ARTS \ — — — — _ — I \ P.O. CAPE SEAL L�xDSSL I� •••••••••••••••••• OVERLAY do RD I' \ .••..•:::�A i za z h.p�pn'f' S�S� C ItAo CITY OF SANTA CLARITA DATE:6/98 1997-98, 1998-99 ANNUAL INFRASTRUCTURE PROJECTS PROJECT NOS. ANNUAL SLURRY SEAL PROJECTS. AREA -Q M0003. M0028 CITY OF SANTA CLARITA 1997-981998-99 ANNUAL INFRASTRUCTURE PROJECTS SLURRY SEAL, AREA B, MATERIAL DATA Page 1 of 2 J Q y } U) U) Iy„ O Q�w C7 a 7 O O Oa w0 J pj N C IV W = N W J W [GY W STREET ELT S.F. S.F. L.F. L.F. EACH ALTAMONTE AVE. 21 0 0 0 0 4 ALTOS DR. 7 0 0 0 0 1 AV.CAPPELA 32 0 0 351 100 5 V. ESCALERA 20 3,490 0 0 0 5 BELLERIVE DR. 15 0 44 0 40 0 CARIZ DR. 301 0 22 0 20 2 CHIMMEY ROCK (S) 9 0 22 0 20 0 CIELO CT. 4 0 0 0 0 1 DORADO DR. 14 0 44 0 40 0' ESTORIL ST. 15 0 44 0 40 0 FARROW DR. 15 0 0 0 0 2 FEDALA RD. (N) 9 0 0 0 0 0 FORTUNA DR. 12 0 0 0 0 1 KITFOX PL. 5 120 0 0 0 0 LOCHMOOR RD. (N) 19 0 0 0 0 2 LOCHMOOR RD. (S) 17 534 0 0 0 3 MEADOW MOUNT(S) 7 0 0 0 0 0 NASHUA WAY 15 0 44 0 40 0 NOVELA WAY (S) 6 510 0 0 0 0 OLIVAS PARK RD. 16 100 44 0 40 0 PARADA DR. 16 0 44 0 40 0 PLAZA CHIVA 3 0 0 0 0 0 PLAZA GAVILAN 5 0 0 0 0 0 PLAZA LARIOS 3 200 0 0 0 0 PLAZA LUN ETA 2 0 22 0 28 0 QUILLA RD. 161 0 44 0 40 0 RANA DR. 16 0 44 0 40 1 ROTUNDA RD. 55 1,600 66 0 70 2 Page 1 of 2 CITY OF SANTA CLARITA 1997-981998-99 ANNUAL INFRASTRUCTURE PROJECTS SLURRY SEAL, AREA B MATERIAL DATA Page 2 of 2 J �Q N J in y �_ Oa C7 a O D 2W WLu FW M N J WO _ N ` W pa =N W J W a]Y w� STREET ELT I S.F. I S.F. I L.F. I L.F. I EACH TAMARISK PL. 5 0 0 0 01 0 UNDINE DR. 10 168 0 0 0 1 VELAN DR. 16 133 0 0 0 1 VIA ACORDE 7 48 0 0 0 1 VIAADORNA 11 0 0 0 0 0 VIA ARANDA 18 200 0 0 0 0' VIA BOCINA 14 1,372 0 0 0 0 VIA BOSCANA 13 1,208 0 0 0 0 VIA CANDELA 6 0 22 0 20 1 VIA COPETA 10 1,136 0 0 100 5 VIA CORSA 13 120 0 0 0 2 VIA DECANO 10 0 0 0 0 0 IA DELOS 9 0 0 0 0 0 VIA DOLARITA 8 0 0 0 0 1 VIA ELISO 9 0 0 0 0 0 IA FAROL 7 0 0 0 0 0 VIA FLAMENCO 11 0 0 0 0 1 VIA JUANA 6 180 0 0 0 0 IA MACARENA 12 200 22 0 20 0 VIA ONDA 10 0 0 0 0 0 VIA SISTINE 17 3,310 0 0 0 2 IA TANARA 15 836 0 0 0 2 VIA VALENTINA 14 0 0 0 0 0 VIA VELADOR 6 160 0 0 0 0 VISTA HILLS 71 12,835 44 110 50 4 HISP. TREES WAY 16 0 0 0 0 0 YUCCA VALLEY RD. 15 0 0 01 01 1 TOTAL 1 762 28,460 572 461 748 51 Page 2 of 2 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS SLURRY SEAL AREA C MATERIAL DATA Page 1 of 2 N y ❑ W- J W y Q ❑ IX W = J ~ N J a W ❑ M J w ❑ c W Oa �w W y. uj J ix mY o W STREET ELT I S.F. L.F. I S.F. L.F. I L.F. I L.F. I EACH ANDERMATT PL. 4 0 0 0 0 0 0 0 ANZIO WY. 7 0 0 0 0 0 00 AOSTA CT. 4 0 0 0 0 0 0 0 BASINGSTOKE- LN. 2 0 0 0 0 0 0 0 BELLIS DR. 8 0 0 0 0 0 0 1 BERAULT CT. 5 0 0 0 0 0 01 0 CHARONNE CT. 4 0 0 0 0 0 0 0 CHARRING CROSS 15 0 0 0 0 0 0 0 CHIFFCHAFF CT. 5 0 0 0 0 0 0 0 CHISWICK CT. 31 0 01 0 0 0 0 0 COLORETTI CT. 2 0 0 0 0 0 0 0 CORDERA CT. 6 0 0 0 0 0 0 0 DEL MONTE DR. 116 8,800 0 30 5,200 200 1,260 7 0 0 0 0 0 0 0 0 0 FIRENZE PL, 7 0 0 0 0 0 0 0 GALAWAY PL. 2 0 0 0 0 0 0 0 GOLDCREST DR. 43 0 0 66 1,840 0 50 3'. IVREA PL. 11 0 0 0 0 0 0 0 KIRSTENGARY WY. 23 0 0 22 0 0 24 2 LORIKEET LN. 12 0 0 0 0 0 0 1 LUCERNE CT. 8 0 0 0 01 0 0 0 MARSALA DR. 34 110 0 0 0 0 8 1 MATEL RD. 8 100 0 0 0 0 0 0 MILANO LN. 8 0 0 0 0 0 0 0 MISTLETOE CT. 5 0 0 0 0 0 0 0 MOCKINGBIRD 5 0 0 0 0 0 0 0 MOORHEN CT. 3 0 0 0 0 0 0 0 MORNINGTON DR. 17 0 0 0 0 0 0 0 NOTTINGHAM CT 8 0 0 0 0 0 0 0 Page 1 of 2 'I 11 i I I �I �I CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS SLURRY SEAL, AREA C MATERIAL DATA Page 2 of 2 -i Q'Q NyHJ Mw O� Q Juj W N O W N J G co M J W G W OaN 0: =� F J W mY U. d' STREET ELT S.F. L.F. I S.F. L.F. L.F. L.F. EACH PALERMO WY. 4 0 0 D 0 0 0 0 PAOLINO PL. 13 0 0 0 0 0 0 0 PARK VIEW RD. 27 0 0 0 0 0 0 2 PARMA CT. 8 0 0 0 0 0 0 0 PEARY DR, 7 0 0 0 0 0 0 0 PHEASANT CT. 3 0 0 0 0 0 0 1 REGENTS PARK CR 27 0 0 0 0 0 0 2 SARDINIA CT. 7 0 0 0 0 0 0 0 SIENA WY. 2 0 0 0 0 0 0 0 SINGING HILLS DR. 21 3,085 0 52 1,010 55 110 1 SNOWY OWL CT. 4 0 0 0 0 0 0 0 SORRENTO CT. 23 0 0 0 0 0 0 0 ST. DENIS CT 6 0 0 0 0 0 0 0 ST. MORITZ DR. 17 40 0 0 0 0 0 1 STARKUS WY. 2 0 0 0 0 0 0 0 STONECART CT. 8 0 0 0 0 0 0 0 STRAMBINO CT. 3 0 0 0 0 0 0 0 SUMMIT PL, 20 100 0 44 0 0 50 0 SUNBIRD CT. 6 0 0 0 0 0 0 0 TARANTO AVE. 9 0 0 0 0 0 0 D TOSSANO DR 24 0 370 0 0 0 0 2 TOURELLE PL. 15 220 0 0 0 0 0 0 TURNSTONE CT. 9 0 500 0 0 0 0 0 VERSAILLES AVE. 6 0 0 0 0 0 0 D WEMBLY CT. 4 0 0 0 0 0 0 0 WOODLARK LN. 25 80 0 0 0 0 0 4 ZERMATT LN. 8 120 0 0 0 0 0 0 TOTAL 1 684 12,655 870 214 8,050 255 1,502 28 Page 2 of 2 I CITY OF SANTA CLARITA 1997.98 1998-99 ANNUAL INFRASTRUCTURE PROJECTS CAPE SEAL, AREA B MATERIAL DATA Page 1 of 2 Jch w co Lu Q L) m w Q W IL CLu "v Y00 U W U N m W Lu a N a N w y F= - W m LU STREET S.F. I S.F. I L.F. I S.F. I L.F. I L.F. I EACH AILEAN CT 12,675 1,330 0 0 0 0 1 BARGANCA CT 10,120 1,318 0 0 0 0 1 CHIMNEY ROCK RD 14,000 0 0 22 0 20 0 FEDALA RD (N) 18,620 480 0 0 0 0 1 FEDALA RD (S) 24,8951 17,424 01 22 0 72 2 GAVEA CIR 8,890 3,554 0 0 0 0 0 GOLF COURSE RD. 35,100 1,600 0 22 110 20 1 HILO CT 7,695 2,308 0 0 0 0 0 INDIAN WELLS CIR 7,560 1,511 0 0 0 0 0 KESTRAL DR 7,6951 2,308 01 0 01 0 0 LA COSTA PL 11,615 1,108 0 0 0 0 0 LANGSTON ST (N) 26,800 5,150 0 22 0 20 1 LANGSTON ST (S) 14,515 4,354 0 22 0 20 1 MEADOW MONT (N) 18,775 4,694 0 0 0 0 1 NOVELA WAY (N) 18.7751 1,840 01 0 01 0 1 OLD COURSE (N) 18,435 3,887 0 0 0 0 1 OLD COURSE (S) 15,365 288 0 0 0 0 0 PLAZA ESCOVAR 5,820 0 400 0 0 0 0 RADBROOK PL 11,275 264 0 0 0 0 0 VIAALCIRA 26,7901 6,540 01 0 01 0 2 VIA AMADO 32,280 10,440 0 0 0 0 0 VIAANDORRA 36,885 11,065 0 0 0 0 2 VIAARTINA 35,750 2,400 1,500 0 0 0 0 VIA BEGUINE 32,790 1,900 0 0 0 0 0 VIA BRASA 28,015 450 2,5001 0 01 0 0 VIA BRAVA 26,485 1,250 0 0 0 01 1 Page 1 of 2 CITY OF SANTA CLARITA 1997-98 1998-99 ANNUAL INFRASTRUCTURE PROJECTS CAPE SEAL, AREA B MATERIAL DATA Page 2 of 2 Jcn W (L Q Q Q �w Y v a �w L 00N W wW F J w iV o a I� wy w M Mw m Y ) LL¢ Lu n STREET S.F. I S.F. I L.F. I S.F. I L.F. IL.F: EACH VIA CALINDA 20,210 850 0 0 0 0 0 VIA CASTANET 24,265 1,213 0 0 0 0 0 VIA DALIA 15,160 0 700 0 0 0 0 VIA DANZA 12,840 550 0 0 0 0 0 VIA DESCA 16,4251 4,550 0 22 01 20 0 VIA DIA 12,600 110 0 0 0 0 0 VIA EBANO 15,570 0 0 0 0 0 0 VIA ESCOVAR 32,280 5,500 0 0 0 0 1 VIA FUENTE 10,185 0 0 0 0 0 0 VIA GALERA 9,740 0 01 0 01 0 0 VIA HAMACA 22,7001 0 0 0 0 0 0 VIA NOVIA 26,960 3,440 0 0 0 0 2 VIA PALADAR 21,000 1,030 0 0 0 01 0 TOTAL 1 747,5551 104,7061 5,1001 132 110 172 19 Page 2 of 2 CITY OF SANTA CLARIT 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS CAPE -SEAL. AREA C MATERIAL DATA 11 �I I Page 1 Of 1 wn t O gz �w = J 0 wa wui� ~ y mY W Ix STREET I S.F. I S.F. I S.F. I L.F. I EACH ALEGRO DR. 21,070 1,121 22 20 0 BELLIS DR. 65,760 1,050 22 16 5 BLANCA WAY 14,755 304 0 0 1 EMPALMO CT. 11,105 900 0 0 1 GALANTE WAY 15,710 2,340 0 0 1 RAMILLO WAY 17,890 628 0 0 0 TIDE DR. 5,025 1,256 0 0 0 VARESE CT. 19,425 0 0 0 0 TOTAL 1 170,7401 7,5991 441 36 8 11 �I I Page 1 Of 1 Imam mw�=" mm » m CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS OVERLAY.AREA B MATERIAL DATA Z�W' M Al IM Page 1 of 1 r U� Qj O O d' U' oa. 0W d W❑ oz w� Q' ❑ O2 Z� V J w Y V U W U 2m > a H -� m= ❑'Z U U. �JO H W 'J ❑j O❑ a� =W V Q W e- W ❑ N W ❑ U M -j Ia- ❑ iV < W Oa a'y W 'mW ImY -Uj uj STREET TON I S.F. I L.F. I S.Y. I L.F. I S.Y. I EA. I EA. I EA. I S.F. I L.F. I L.F. I L.F. I L.F. I L.F. EA. AV. CRESCENTA 1,360 3,035 5,380 40 5.3001 0 0 0 01 0 0 0 170 0 0 5 AV. ENTRANA 745 8,500 2,900 40 1,450 0 8 0 7 0 0 0 640 0 90 3 AV. ESCALERA 171 2,300 770 72 0 0 5 0 7 0 0 0 0 0 0 5 AV. RONADA 965 18,500 5,200 175 0 0 12 4 26 97 0 0 1,115 0 180 5 AV. ROTELLA 1,860 46,300 8,800 70 0 0 10 2 30 176 0 0 390 0 140 5 CALLEARBOR 541 2,630 2,100 89 01 0 51 0 12 22 0 0 0 0 30 4 GOLFVIEW DR. 590 4,360 2,370 80 0 4,755 2 0 1 22 0 0 185 0 25 1 MILL VALLEY RD 1,012 1,422 4,060 50 0 0 12 0 9 188 0 0 200 82 144 6 OAK VALE DR 465 4,604 2,050 40 0 0 6 0 4 22 0 0 0 0 20 1 SARDA RD. 832 16,269 3,780 71 0 0 4 0 4 0 0 0 0 0 01 1 TOURNAMENTIR 1,215 56,330 5,2001 60 0 0 4 4 10 165 600 0 2,660 430 222 3 TREVINO DR. 1,090 17,000 4,400 90 0 8,800 8 0 9 22 0 2,050 110 0 20 6 TOTAL 1 10,846 181,2501 47,010 877 6,7501 13,5551 76 10 119 714 600 2,050 5,4701 5121 871 45 Page 1 of 1 I' I o m r- c4 N r > o o m coc v � � o m m to v 00 v � tD l0 -i A.C. c 07 o m M -4 Z OVERLAY !D cn N A w O g N Z r -j y 4" DIG -OUT N T REPAIR 3W O O O O 0 O r ch a N c r WEDGE to n o 'm -w GRID 0 0 0 IQ, y CONFORM N 0 m ;G GRIND En m _4 w m cn co in 0a m ADJUST a C VALVE O O N N m '9 m ADJUST MANHOLE A rn w c L N THERMO. V Aw 0 T LEGEND A O D. O ? C4 a r :n DETAIL 23 cyl m 0 Cl o O T DETAIL 38C N N O O O O r THERMO. T 12" STRIPE 0 0 o o D REFL. BLUE n MARKER I' I I c4 N coc m to 00 tD l0 o g O Z m> -n r ch r D zZ Z' N 0 m 0a 0 a C ;(1 m '9 O L m 0 N I IJ I! II I I 1 11 11 APPENDIX "C" 1997-98 & 1998-99 OVERLAY PROGRAM Project Nos. M0002, M0027 (see project plans) Y I QUYNYSL i- 09 l�L.^/ .. \ "CpfLNTBV P R W \ \ CLUB ; VALENCIA TOWN `-i ♦ A ♦ `' y1 1 I1 CENTER BLVp �T }�i a o � 7 �AUy 1 � _ � �GTYXNE•GO�G■ =G ,�f(^v.� @f/A $ MMf.ImL V4LENC y'EI Cd 4 fl i o"QA x�na • I4 _t! i tp° c$ ..rY � c+ ' �� � .aK� G Sire �� Liw VTZ b •E P a Li C N� \� 4,Gw yl �e J �('� GNYCWS /� a � O iLL �i a•S([NfP TL S' �n S ^� d h R Lf � �•f pv n� P Ep 4i , d+Y o W Y S LLOR agar oL � „ GL W Y ssm — n 9 •un v :sf��i4=`'4a6, `i � F t e0`" V 1 ARRo n� xFRMa y j MNM Y.RYO � 4"i^ e k 'Ve vY Wfu '+� • .� q wy GA1F O jL aME LN 1 5�5 rPpYESTeER'� S� ,Y `!, (. ���� � /�nSJa i � •L P� MC WN W V PEPRVO S�vMG OR TR _. WIHq.IGLLN L m 1 � � 1 r �4 i 93•� Y � a �i 0 � a` ����'_^+ , `P 4 a J •e. Yvs'Laro�NSs"�4° pO�r 0.n ya 3e Y vO,. NYUyye ) a nUeNous[ 'A _ .� ds .Lay` S�J<w. flpi0 a�. yP" + i `�i�+ m Re. � 1 TT.♦ TZ. N Cq"°�E4� Y F'w CA � RWIjLVMTji' HAL MFMMRY � b 1E yrt+ 1 VISiA LE I�1 NLa fly ✓4�E¢arwN� b Ynasue. ��s) �rt GOLF OURSE V ) .f•' 1 STI1pN 11 ) � ; )v .s !P a 4N BfGUIHENA a� VN i 66 MGM V )aPPPPN R 4 Lry1,NIbRRYY0. %4 1 H A e( Y411 n; e4 a• ■ AVE � vM ) Yb I lY p s5F y y�y vdY PYGk CP ev 1 C y� dON$ v.oR vv:w PV aQp Td PYV ♦ �' s j .i� p_$n�" r'� NyIiYLY C S D'=°�{?LO�e CELOI61 RY TT sU CIOpP PN 4 VPILFY 00. � `i 'Cy ♦ y 8 t Hdr wvY.vaLL 'PO r� ?� ` L.Y IiaoD CITY `OF SANTA CLARITA 1997-98, 1998-99 ANNUAL INFRASTRUCTURE PROJECTS NM&14SOMTM OVERLAY PROGRAM, VALENCIA I 1 I 1 I 11 11 1 1 I s s F iC �5 7 j m s. oc vl z .. ff • C .:. q^ «FAQ' '.� ! _ M �a i �y �^d.}�6�:ao '"��J � � :Iia � .I :_^e'%?��•"K qX..q s �i . ow.. <. \-a�rr.oNN•Fs r'X..pNI n` °< i •^^. C •e..e I JC / s wr,o,,,,;,d� e••.rcd«— sFF ..«IE. y�r. a ,,E F . r � p..r.od..�,N Q� _ ;u -� \ •JIF-' ICUI U' R5 ` Si O, / I� �P.= R ST w •"L //�'�'c ! �. ,�. n iI CE000VEE. 5. yf ; CB VBn CCEplf. 9FLrCX. IOMS«rn � �pX A/ t 2 rt\W q•. � �. a,R•� z'� _I EF•wFIT•fr 1 ice; j Sir f••• .ImvE.T«E• _E� I YVI. Cf Canyon �`oxP.e1 IT F . q Count ry .I mcuv a Y s, o:mtt+. z g` < e N, � �, � $f�.• �a SIEff1 VI5T1 � VKr�; _ a Q YRCI � 'r•B � F:pGi�- Miy' 1 Cr- �. a1\ �II'wrpw 3CX VICCa r� G arµl `S. Ci• \ S ,In Is".3 � i� -y p \ O aSn .Wa4�'1 aXloi� tp• B 2 I \ 7Q \ , r^ ay.^,�•WEltwn�rE\YJrs rav5"^ ♦L 'R �' •"I � fl .f1 IPYf'b.'a= XF1X.Vf«ST a.i �• ' ,�.i �G s.�-1 pV `�f.cuoos r• r / ao�\ JfIIFF� ' iL a m ala ' ss I20 // 'M.«0.« S�: '�X.yIF IN I I .' II111I � �' '�� J�_I.,Ns 4. I o.rm.«Ew w_.,y ✓� - y r — 1i ��r' _ 3, ^. vfE• - 3ff—'4t• r /�_ Cama �\i � — — _ - - - -- �C /? nFMCFSS• ��i�' I S a•r• ? 1 3 r� \ F •% Sl I i_� / DMFS I, XOAOAfEYY ��, YG- r Friendly d•1 E\`� . Valley ' C.X4C :Mil p ��` i�`YE6 I � T' � .rIV•� ,•_�� .I]f\f•a. •i r4�{ � ^ V� \ Sult \\�� \ S•«OVXia 2� �e.l�i,�\� �� NEaa.A O" r G CCE P• ��. w: /_ .w tb C� LEGEND �Rfr aWX.0 ..-d,•. ••••� OVERLAY BY OTHERS # ./V,;,,faya STREET TO BE OVERLAYED / OR PULVERIZED CIN OF SANTA CLARITA 1997-98 OVERLAY PROGRAM CANYON COUNTRY ,AuTu E uRlr PIFRR L_ 4` OI '` L,yNVE.`{ ��•�Ovzz ��arF I H.•NOn Cm _I , ol [[ ] I P s IEMMYR ro !4 Bf( 3� ^C� f,PY�N410N En f` a f SE �ffF P /2 NFwt I ERAUW00R N SF tW O �C JEFFERS EYhlfhv lfj 4t I RgEI 51 � FV1U0 �NrEP h 1 B01pUET C.WrOY CRY P.1XH P - MIfA TP CNtNEEw4 ! I" 4 iN b 4—e. NAN" mA,O tryro OP Pp 5E Oy Q i\9, `4Po/Po il�r t �N X141EE3E� C5 i a , G'Rtt '(y�yP Oy rN`II J h � 4Enpn RY , 4. P�2Q S[yt t • G( PDP Q b'S1 sw AA i DCV i rubF4iCC 5[q 09208EkF ✓"'G 7 4 `f vrl "My Ct NUr OR Pq (.ty�; Q g Alla Pl RPRp o- Y.EEIEAEON � t�E y ! _ 3 i q LMiEa [I � W q 19 � Y � V N rX 10 YEAf� S ! PEPPERCORN ff 1r2 / MDSFO-- C�[SCyy RGIlowh 'f E9 °• �°f- ��Lw A4401p sfco �' �:I.y D9 3 •moi" sAucus (, v �psx aY'�Y'04 w'�R y lulFro NIUN l eE v uxDl suE [x p / q �1 sC 1001 E HIGH SCI1001 Pf "i y N ? `a Onwc CNA4gR9p PppP {t EA Y,NNd ,tlp •y 4.1 [f � CE y RARRA[pA O � E PI lH .� ° � '4 �F � ; ♦♦,", Y. IRvwyd 4 x, p - Eycv�etP� 1�' ` � 4 B� s �`��n ��7 � b'�. [moi ps oFWR° E O •oA4NIEA m�YY b° � fro � J��r R, n„XL 4p I pEJjC P ; PAR/�1\P. Dbl� NE I.:i. q`t _Y i01 i t ! twt S W c1Np X u .v' r s \� '\Y`D � ii LF,R 41f[A tltrV D4a P Z 'I B NEp 00 \1 �� fPy AYr O _ ]/i' 8 YO Oq O O FP V3d O GDP 1 A0 n R, l 1 Pi°Rr tP SJaO L 4pfiUq Oq DQ n�a. { Z .n 92y P00 bJ .lP ptIM4 \ IM � _ y0"ci A c CWF \ .. HERR[ i ct R4 9 G g Rri REr bitpNAiA I / 1 ' Y 44FA�"y! l'icb g LEGEND 4V,N wt d .. O bO PSIIP/Oq ! ft E cfU0.11VID p � •� wM'FE( L Wt RINEYR Efo N5 •ooe• OVERLAY BY OTHERS N0 L05 tILPFS c", nn"a I f' jl•.ESesIE\L °P w—'o” STREET TO BE OVERI_AYED "Q — I i ° ? OR PULVERIZED Plum CITY OF SANTA CLARITA 1997-98 OVERLAY PROGRAM HARMS " Assocuns SAUGUS ' CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 OVERLAY PROGRAM MATERIAL DATA Page 1 of 1 Q o m a p J W a V z z ❑ U J i W � ZO 0o� a¢jLu U w co a z ri � w � a J a O o > m L) z ITEM JUNITSITOTALS DIG -OUT REPAIR S.F. 135,800 3,150 11,200 650 11,800 50,000 59,000 R& R CURB & GUTTER L.F. 445 0 0 0 0 445 0 WEDGE GRIND L.F. 25,540 780 770 0 1,540 13,550 8,900 CONFORM GRIND S.Y. 2,649 35 410 0 50 1,270 884 CRACKSEAL L.F. 4,000 0 0 4,000 0 0 0 PAVEMENT FABRIC S.Y. 8,770 0 5,160 0 3,610 0 0 SLURRY SEAL ELT 115 0 0 115 0 0 0 A. C. OVERLAY TON 1,020 90 480 0 450 0 0 A.R.H.M. TON 12,245 0 0 0 0 8,125 4,120 ADJUST VALVE EACH 17 0 0 0 10 0 7 ADJUST MANHOLE EACH 37 2 6 0 2 21 6 TRAFFIC LOOP EACH 163 0 0 0 4 104 55 THERMO. LEGEND S.F. 1,478 0 127 277 60 642 372 DETAIL 10 L.F. 34,198 0 198 7,400 0 12,150 14,450 DETAIL 23 L.F. 787 0 527 0 260 0 0 DETAIL 26 L.F. 15,600 0 0 0 0 10,200 5,400 DETAIL 33 L.F. 4,253 0 161 3,600 492 0 0 DETAIL 37C L.F. 970 0 0 0 0 670 300 DETAIL 38C L.F. 5,271 0 202 0 149 2,920 2,000 DETAIL 39 L.F. 6,200 0 0 6,200 0 0 0 DETAIL 39A L.F. 1,200 0 0 1,200 0 01 0 4" THERMO. STRIPE L.F. 420 0 70 0 0 0 350 12" THERMO. STRIPE L.F. 3,970 0 12 0 108 2,200 1,650 REFL. BLUE MARKER EACH 21 0 4 2 4 9 2 Page 1 of 1 i i. i i i i CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 OVERLAY PROJECT MATERIAL DATA Page 1 of 1 U U N Lu 3 Q p OO d 3 Lu D Z (n QM Lu a w Lu Z a IIQl a Li Q Q W N V > Qcn Fa- U W U U ITEM UNITS TOTALS DIG -OUT REPAIR S.F. 74,940 01 2,700 01 12,000 0 0 59,050 1,190 WEDGE GRIND L.F. 28,040 16,0001 1,170 0 1,900 0 0 7,700 1,2701 CONFORM GRIND S.Y. 1,340 1,1001 80 0 80 0 0 40 40 PAVEMENT FABRIC S.Y. 24,350 0 2,350 0 3,800 0 0 15,500 2,700 5" PULVERIZE A.C. S.F. 30,000 0 0 0 0 30,000 0 0 0 7" PULVERIZE A.C. S.F. 95,500 0 0 50,200 01 0 45,300 0 0 1/2" LEVEL COURSE TON 1 750 0 75 0 120 0 0 475 80 A.C.OVERLAY TON 4,024 0 300 820 475 9 720 1,450 250 A.R.H.M. TON 4,900 4,900 0 0 0 0 0 0 0 ADJUST VALVE EACH 11 1 0 0 0 0 0 10 0 ADJUST MANHOLE EACH 47 6 1 2 4 2 4 25 3 TRAFFIC LOOP EACH 10 6 0 4 0 0 0 0 0 THERMO. LEGEND S.F. 1,653 588 158 338 160 0 259 150 0 DETAIL 10 L.F. 0 0 0 0 0 0 0 0 0 DETAIL 23 L.F. 1 200 01 0 90 0 0 0 110 0 DETAIL 26 L.F. 0 0 0 0 0 0 0 0 0 DETAIL 38C L.F. 0 0 01 01 0 0 0 0 0 12" THERMO. STRIPE L.F. 1,327 360 144 4051 154 01 168 961 0 REFL.BLUE MARKER EACH 22 2 1 31 21 11 Page 1 of 1 ' APPENDIX "D" 1997-98 & 1998-99 ACCESS RAMP PROJECT ' Project Nos, T0006, T0011 I I I I L 71 7 q 6 4- t3 13 14 15 16 17 1f 1f it 2� 2e 2% Z' Z`, 2� Zi zi y CITY OF SANTA CLARITA 1997-98; 1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-99 ACCESS RAMP PROGRAM PROJECT NOS. T0006, T0011 Page 1 of 2 IX W LLZ u- 0UJ W en m g Z� a IL Y 3 o LOCATION EACH S.F. Av. Cappela & Wiley Canyon Rd. 1 & 2 3 CASE B, TYPE 2 150 2 1 CASE A, TYPE 2 0 Av. Entrana & Lyons Ave. 3 2 CASE A, TYPE 2 360 4 1 CASE B, TYPE 2 0 Mill Valley Rd. & Orchard Village Rd. 5 & 6 4 CASE B, TYPE 2 620 Seco Canyon Rd. & Arriba Dr. N/A 2 CASE B, TYPE 2 0 Seco Canyon Rd. & Ash Creek Ln. 7 2 CASE B, TYPE 2 0 Seco Canyon Rd. & Chaparro Dr. NA/ 2 CASE B, TYPE 2 0 Seco Canyon Rd. & Garzota Dr. N/A 4 CASE B, TYPE 2 0 Seco Canyon Rd. & Pamplico Dr. 8 2 CASE B, TYPE 2 0 Tournament Rd. & Wiley Canyon Rd. 9&10 4 CASE A, TYPE 2 1,265 Altena Dr. & Juneda Dr. N/A 2 CASE B, TYPE 2 0 Altena Dr. & Lodestar Dr. N/A 2 CASE B, TYPE 2 0 Altena Dr. & Meadbury Dr. NIA 2 CASE B, TYPE 2 0 Altena Dr. & Wellston Dr. N/A 2 CASE B, TYPE 2 0, Ashboro Dr. & Steinway St. N/A 4 CASE B, TYPE 2 0 Av. Ronada & Orchard Village Rd. NIA 2 CASE B, TYPE 2 0 Av. Rondel & Via Tanara N/A 2 CASE B, TYPE 2 0 Av. Rondel & Via Valentina N/A 2 CASE B, TYPE 2 0 Av. Rondel & W/O Av. Rotella N/A 2 CASE B, TYPE 2 0 Calle Arbor & Bellerive Dr. N/A 4 CASE B, TYPE 2 0 Calle Arbor & Chimney Rock Rd. N/A 4 CASE B, TYPE 2 0 Calle Arbor & Dorado Dr. N/A 4 CASE B, TYPE 2 0 Calle Arbor & Estoril St. N/A 4 CASE B, TYPE 2 0 Calle Arbor & Fedala N/A 2 CASE B, TYPE 2 0 Calle Arbor & Orchard Village Rd. N/A 2 CASE B, TYPE 2 0 Decoro Dr. & Reo Garza Dr. N/A 2 CASE B, TYPE 2 0 Ermine St. & Ashboro Dr. N/A 2 CASE B, TYPE 2 0 Green Mill Ave. & Peachland Ave. N/A 1 CASE B, TYPE 2 0 Hardesty Ave. & Ermine St. N/A 2 CASE B, TYPE 2 0 Hardesty Ave. & Larbert St. NIA. 3 CASE B, TYPE 2 0 Lyons Ave. & Av. Rotella N/A 3 CASE B, TYPE 2 0 Mill Valley & Langston St. N/A 4 CASE B, TYPE 2 0 Page 1 of 2 77- 33 233 54 35 36 37 3$ 3q 40 41 4Z CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-99 ACCESS RAMP PROGRAM PROJECT NOS. T0006, T0011 Page 2 of 2 W LU M LLZ LL O m g jL z� g a a� a Y o `� LOCATION EACH S.F. Mill Valley & Meadow Mont St. N/A 4 CASE B, TYPE 2 0 Mill Valley & Novela Way N/A 4 CASE B, TYPE 2 0 Nadal St. & Darter Dr. NIA 2 CASE B, TYPE 2 0 Nadal St. & Foxlane Dr. N/A 2 CASE B, TYPE 2 0 Newhall Ave. & 13th St. N/A 2 CASE B, TYPE 2 0 Newhall Ave. & 14th St. N/A 3 CASE B, TYPE 2 0 Newhall Ave. & 16th St. N/A 1 CASE B, TYPE 2 0 Oakmoor St. & Bernina Ave. NIA 1 CASE B, TYPE 2 0 Seco Canyon Rd. & Bouquet Canyon Rd. N/A 1 CASE B, TYPE 2 0 Steinway St. & Whites Canyon Rd. N/A 1 CASE B, TYPE 2 0 Urbandale Ave. & Winterset Dr. N/A 2 CASE B, TYPE 211 0 1 107 2,395 Page 2 of 2 CCUN-,?Y CLUB I• ' i� TOWN CENTER BLVD O i I'a / I CITV WALL A C Of: 1 t ♦�\,.w•� • y4 FFNCl4 z [3 2 �� r'♦.��_a _- � 'G �/_'' , ` • .r a `� �:1 o t //M�-I • i Ih.. l 21 .14 z a C `L THE F itl• s': I} �r<i rrF ' y .�iFos -` a Oxy\,±% ..! t' f CANYONS \ aC bra= N�.[N-s/ � __,,_�- � r....°, r,\ <"♦} y. = I; �u- 51 '- � : 2 ���/>'- � _ s . , _;e�. _ _ I •+ice_ va.•c z evvarn t.)S-'�assn2 r .>� .a•,•• I 'o' �'l E Q H \ Valencia _ �`�°� � � : •= � .;�� � 5, _.: ,.�, •��:_ _ ��� =- _- --- � J iiE� �.O �I r. 1\ bE _—A 'PPEAe. Ciail�°1e 11—� Z - / � LN O CP - .:: • S YefS.YCA .'CRN- _ �• _ w+ ) G FO 1 MR I .. .0 li h ' �21ayY3. S•i" �•`z>�. .e vr•. F?HIA >r rN571MEC%i.gp� n IS 1 ' '? .\`91 '�C` d`/ t, •',�_ \ 'iHE AF.•5. 4.y I� �',_ I'ix�.:Iy ♦ .-;.ba=i'. �i � a.Yo ♦ r•`4/ �� I, \. �. S �IOtiI a.4 S s' � cup S^� J ea'a.\ O r.,f,�%/s. ._ - \` \\ s'.• � ` � tP .a'L� t/ \ w F \i 3 P - '� _ 9p C` o•";FLFalyd w � r• \ CG O \`\ RUBMO•[ /1 .�\+ .4 sr� '� ' V ,. L y.P tPa ♦ CC e Y eee ( ' ♦S Sry .a_ '_•\ _ —��` \1 � r �_P^ y, IiMSN� �4.. ��' if F41i'E iC\. (9 A� Pf t MM NFM'i111: a�i,Lµ ':. VISTA 'VA.I [ PITZ� WNF a --J�� r4 v^w %� CP` _` '^� MEKAMC" •cwf t • \ � \ r4� ` y _� � �� 3.NC t`SC � '7\OIYVinr •o•i •y \ GOLF "O URSE t I %^ \''+�' > 'o' �F<os may/ ate.( �]1 s+ moo♦ Ca`P* via C NQ♦ ai .'+'• 7 \P .. M fit_ —TSI f a y Y,A. cn'TS �wG-.' A '. C- y SN u% QYiC 'l,iC N i C,OTC I \ q Ll99EW ME 'I N > .P.'. dNnCavyVU dPA�C1 1S � II 1f1 L, +�' /O V NP Y.�d.a. j9Yf ilea 1VCN\ P G5 a L t 9L 1� .. '\.♦, s T a Av on i+_ tl .:,. f,.a [f" A ` a R W '/ r [: o'i [: ■ � vC � r- rpt hi NP \ q0 �. Ga °j Ora_,. �•'ai`� '9'1 i/ s( v/ s:.r ■ iVE Z '�4a..N � ii �' . I O•.,r. P As.•..ew o. .wc• ' LYONSy ^ �� - ..,Tj C vM „' 9i;I • #1 :I I i silo ��.\ uY c•fN tN (. ` .s s` 1 f i �I �`' I ° •� 1'� .r = ` e N>ne�YaLLF• 0 w� F T ✓..E• '\Ctt P •_ --. �I Ilea I _a �' ' ��\ w •I+ y.•'L- e m x.MFt' iEl. ! r 'b 4t. _� ..'. d'` ->_ . 1.__L . `�i _�:.. 1' _'I_I. \\.fin._ �YE,aSrare_�. e_r" - ,y^_1— °« h v e s v;� Cf -e �. �z 3-.,. wPe-JE•'. > .� t\J c'_ \ NiMiwFanrC•' Z av `ous cli t1 y CITY OF SANTA CLARITA 1997-98 ACCESS RAMP CONSTRUCTION , S AS ,= VALENCIA Ito '��ia^✓�c ,.•`'Op`�Y^�y�`"a:' £ r —gam �' :emu 4o'•+'T %= � _ ri.{o Ij Y. � .� ;e qq 'F' t Il ! .;? �r,� `I-d Y• °„^ � F �°' '�9uano.00.a ,•��,��e//��` tv wC YYIW 1i p �• �r 6a s+N"p"OM1 i'" s .°". so="1'�`w," � "Fc\ / Ar� � ��,r �`�'•". 4 �'` s (. is ° 111 N `•a, _ p s u:INEIO ili @i4 I = �.^ r ^�.. In ` �Jm 4,�—`•j'i` i5 £ w e _(.--- _ •y^^: .,cr . r o oil o . 42f? f� CO pS C i S "['Jn • SFCO _ J, 1 l! f !y �. O p +ODe , MSD �"�� N' e ::vr € D i ;_ pk +.p Dy- S040 � /� " O lap Tx'•^� 1/. ^ S04044 _ �£y"� �•Npe-H.. Iv a' m�IC//� \\ (7 -n to -.' Dp vv. ' • n.Vy.p a•Is•' m tC✓s' .,.'cia UO 1=!- DM DOJ ap eN L^ �• (A //� ,r-a i e° o I y // � 'p/f•,n I...a tea. ^ Vl Z C$ Vfqt; 1 ., uC 1}sr'tl : < - .<6..;\c \ c _ '/„ yl ^-" 4� •w c._ C F F' y Nv0. y I RgGi vO a E�D I I r'DC "=r_ .. - D. .. /. to `V'+//Z• �M1 'i`G- :X� a -f/ • 0 F ^ M Z � \T=- m ; CEN1DN,i/y _ = f ;,e+ [ .a a rs�^fr:n ! •t -\cr°04�6 ��y`�' •:I �o�! 1 If g, el- �`�•,,,,yM1 :� I I / �(: .� �.�4Y.5 \ ♦ _ 4 ^'_ *� "Yr. FIS d°r �� i' _ ^'.Y IN __n �e In I_ IY IT af!tf:F.3.F•xxc, z [ Wa1N I��':ma�'l ����" :y\4 _ ' _^. f N �4 �I� ` v� ��h'� '�`•-�+cE t S,DF \ � x, • �9�,c it ei:+_� _ p£�_�� _ OIE li ^�•a ni n I .. -. 11, � a0�a• • _ \ -� - 94 •�\ - ICO_ l^ I rovNr• r4PR� n a s ir• - 4 a 1P �E.•C M I jl \- � O `�" __ 2 ��1@@@0DD•JPaa���OtXAM • s c \. f e�r ~ I' wf � ME.RJRW CLBeLLn � 41 �� o- E ( cwroN• O:u ct aEFT � ks w % I 9 c000YoN 'mo[ .1 �`~ tiz'rp 1 w.YE -�'`"g ; iY: a�a / 4N^■ sa+.r o n FSS noanm O nwL n: ` 0 . / C u nnoP.erRf 3 , ■ i $ F s . ° •� sr �'. W N "4 .� ��. Ga TF Fpry 0.2a _I s e, EWLS^ .INBVar� ,R iI CEO.KREM ` S°� 9 JnV �4 IOLEO fr OfLILXr •SONSWM .�� 'Pi nl al j•`Fl�,nr 1 Tr P2, YCP P Yt I SAF rL WIYiFf 4'V I in • SESA E.TXFa e. :..IeV/F.TFE. Canyon -... .,OfuLXi SrLL u +1 p NAvwOtISF '$" h NFWXWSEn iA�l (INFROCR n $ SN.NfFU Country 4 l ��I I �r! / � _ ' '_ 3 a o ` IS oa..tt'F�![� =1 I ,1�R\y y �t Y • f i� [ Y �= DP LPTL /MET9Q• tl Q{ F TFL. Nl➢OlF p—ULIn .. c r S � i. WLL i 1 ✓� -.Lp._ r yi .VI �r/\ Mee r. ■ D� i i C [I k Y IF ` +a = .,c>>.� I •O . Y•`O 1 S E F.M. R ■ °.w FTw.MV `1LBFT R i p TillRD -e.'• ` - \ �` CANYON R BIZ .— ■ ■ 6Ew.M.w I TieI - SI \\. I ad^ i/`Ep�.. ly •? ,VN�. o.P.�m ,y� � _ '� E ' � � / . ! �a63 st i="_Lt Rwrc+ ' i•` SattIO � � -YM _ • F H •n�i. 8� S` .�. / :IUIE"F H.. hrfY1 J✓ rj P J r� ':3 {� X� BP CNC, W �'. •n 4NE55 W�F.k.f Vf•[ SE� 4y to Friendly W o Lo Valley .N o.• y iF � N _.ac^''3 4�°.p� \{�„'aI ',R a^: s F. xuc :..1! CN �.� 151.1ES OR . �• \.i y.Rec.� v: eiCa rC r4 rails k/moi )ffw rPIN'c� C.��F�.L]pFy N� 9/ % et_ CITY OF SANTA CLARITA 1997-98,.1998-99 ANNUAL INFRASTRUCTURE PROJECTS MROM.,.S,.TM ACCESS RAMP CONSRTUCTION, CANYON COUNTRY LJ F-- 0 I � Li LoJ U Ld � E W� oZ (� ' c ! 0EL CLImn CU a t to � SSy�J �r O r �Z Z Q m °- D: ' ZZQ m� ZU O Zc) U Q z N < W V13ddV3 VGIN3AV 1 V L)0_U W W } O V LTJ Q u? Omicc I Z W f _ I 4v t� i ; i Lt; I F- V) � It fid I WDLJ : Ii � if i G: ii O O C ti lk \ '-41 ' MC) D tC u m Zto I _ D CO n Dmo DmO -- - - D :� r m�z m�Z , -v n Oco D -u; m m m :*c c N 0 D F.°Z o AVENIDA CAPPELA z z Z> Z> n ;o�� �T �z z .� v� C:2PLANTS ' TSIM, RU r n In - _r -n r Ln x An c Al i � � Z tp 0000 rn a mo a U) t� a cz A !I ;o z C Q mo z EN m X z sq aDp;u aC: vc z> I !I 0 x Cl�Vi 7 U) GRASS _ a ox tAi AVENIDA ENTRANA m tJ L14-: !i I Cl�Vi 7 U) GRASS Q7 tAi x �' Ir ; m m O ' �j� z 0 z G n !�i` jtt i%t t° 1-.-•� -1 C-0 � r Q 'r U) D m +i Li -4 M � � r U) L14-: !i I a � � � � � � s � m � m m = m ■■1 LYONS AVENUE 4 ;.. CONSTRUCT CURB RAMP — PER APWA STD. PLAN 111-1 CASE B W D W R Be LIP OF GUTTER 6" C. H. TS RAILING F59 AWpA 6"P -DreAWrW6 EXISTING A.C. PARKING LOT EXISTING BACK OF S.W. EXISTING S.W. !� CITY OF SANTA CLARITA 1997-98 ACCESS RAMP CONSTRUCTION f=16 + PAM . ASM = AVENIDA ENTRANA & EVERETT DR. CR=25' + CONSRUCT CURB RAMP PER A.P.W.A. STANDARD PLAN 111-2, CASE B. TYPE 2 MILL VALLEY ROAD 1"=10' CONSRUCT CURB RAMP PER A.P.W_A. STANDARD PLAN 111-2, CASE B. TYPE 2 R x CR=25' CRY OF SANTA CLARITA 1997-98 ACCESS RAMP CONSTRUCTION 5 MILL VALLEY ROAD do ORCHARD VILLAGE ROAD CONSRUCT CURB RAMP PER A.P.W.A. STANDARD PLAN 111-2. CASE_ B. TYPE 2 W n CR=25' aF '3 GY - - J b L r Cag C ADJUST EXISTING GAS VALVE - TO GRADE MILL VALLEY ROAD CONSRUCT CURB RAMP PER A.P.W.A. STANDARD PLAN 111-2. -....... ........................................ ..................................... ..�..... CASE B. TYPE 2" 4 x g a a x. f o f •,. . � f r' I yip � 1 TS J � ""✓ 10=10, CR=25' + CITY OF SANTA CLARITA 1997-98 ACCESS RAMP CONSTRUCTIONi(� MILL VALLEY ROAD do ORCHARD VILLAGE ROAD CR=25' + CONSTRUCT 47- CONC. SIDEWALK 1"=10' 4 t v e s ' R a e Vq' ���AMNTIlJ tr CONSTRUCT 4"- CONC. SIDEWALK CONSTRUCT 4" CONC: SIDEWALK CONSRUCT CURB RAMP PER A.P.W.A. STANDARD PLAN 111-2. CASE B. TYPE 2 CONSRUCT CURB RAMP PER A.P.W.A. STANDARD PLAN 111-2. CASE B. TYPE 2 CONSTRUCT 4" CONC. SIDEWALK CR=25' I 7 S< I { CITY OF SANTA CLARITA 1997-98 ACCESS RAMP CONSTRUCTION FIG 7 SECO CANYON ROAD do ASH CREEK LANE 22- r-- CONSTRUCT 4" CONC. SIDEWALK CR=25' ; 3i 41'42'53" TS 1 CONSTRUCT 4" 48'17'0 1j CONC. SIDEWALK A. . . a (i P f- CONSRUCT CURB RAMP PER _ _ = A.P.W.A. STANDARD PLAN 111-2, CASE B. TYPE 2 ADJUST EXISTING TRAFFIC SIGNAL PULL BOX TO GRADE O Z PAMPLICO DRIVE 0 0 ::....... ;::.::�y.,., CONSRUCT CURB RAMP PER r A.P.W.A. STANDARD PLAN 111-2, CASE B, TYPE 2 ab >s B CONSTRUCT 4" CONC. SIDEWALK ' CONSTRUCT 4" ! ' CONC. SIDEWALK v CR=25' 2' CITY OF SANTA CLARITA 1997-98 ACCESS RAMP CONSTRUCTION FIG SECO CANYON ROAD & PAMPUCO DRIVE �M., v: 'J' EXIS IN IG S.W. i TOURNAMENT ROAD a -mu o zo m 2 x z x ~ n U) cn N A c rn cn �M., v: 'J' EXIS IN IG S.W. i TOURNAMENT ROAD a -mu o cn�z a�� D cn vc D CO z EXISTING S.W. a J mr 1 � to z 0 z cn `� l S f PI E2 C'7 0 Z I INN cd ii FE x !ox ;Ez Ci CiD C: V 5m ;o r- — - - -_------- - - - __-_- zo OD (.) m 4 C) 0 0 N > Z < > 0 �;mo TOURNAMENT ROAD -0 n� z mmz > S1 0 co u M 0 M O >�, m z 0 0 0 0 C: mo c EXISTING S."i'l. Z r. EXIST PLANTER m co m x Z U) it C) r j Z z 2 0 2 z > _q cn U) S-1 c > I Ll I I APPENDIX "E" 1997-98 & 1998 -99 -CURB & GUTTER/ FLOWLINE REPAIR Project Nos. M0004, M0026 I I I IrlFNER' I I P GI( OSA \1 N V I :� Ks4-j'YCSSO,s"O CAPEJy' I `._ ' c' § ! i\ —A'SKR. NVfyf_ Fp COOPER ��HiIE! _—pRz ¢m Nr�PA00 • tea. r P vI = 1 w m 3 I f sN o tv.l•'n+�MAasF — 01^ ?� z ff I o °��.°,j x°_ O�/ a Srtn R�Of' $ u y,"Nj„eb .z. a swH.•°cr eoxwer PL wA.E, Rar Prr �3 j nv ' j s 'y> � °P +//� I o°p RD'r � r4 req.. I�r rYM(� °'�f d'�iw rr � TI ' t4� IFNHYR RO `•a � •QI] �D 0 f1 3 i, rlfEw C1 \��AAp ' E O .WI = 'E, V IRO u I I � �0 Of FLED (.E, Z(� HfWf I I FRAX W°OG OR JCt/ • °OPxrOxfYM i CI J f 'a • .. w. On f i' NC1 JN-( I I n LN r, ± U1W000 fI �,11Fa �[�—'' '�' O ChfFERS IWitryr R4trry ' I pV�S IeY 1 R ``wv °°r 0x14(•! _ 3•�j WE to _ P n: oA Do ¢W c y .Y� R°€3n t I MCIsl °r• OR Nnff '. nc vL c �a I In \P\ BOUQUET' CANYON. � 51 OR sux rvRyJf XAIMO1 GR to of p� t Wo- I , r. s\ t REo N a N v T CITY PARA r JUSA II •�°s .. _ � LYfU I}r0 � �1 I e ' a wE � I 1��� /�, apE 1 d�rP lM q.MNi ora v1 f `A Z MAINNp teOP °t • a� / ttl♦ '^, !4r �lgi'i. E V.N r.. fP �.. ,.._ 111 .._. i�l�wvt/} ^2r” nrAefl�' .r v+�G oeac _.cF i . r ._. �4:s '�Q d. Ate- _ 1 ..1 °(�_4 4i_pR 1\\i � 1,• � ___ / ,. 'l` �. A4V f i iR Rll L f D DL. .�/� R � C IN _ V h? I 11 n •1< �• R1. nU111 4n'I (�a M1e !1 f. fM1 1 �4., � °R FFNWM4 ° ii Brf � I NAxPt Ff � tf Ga9 1. h ('yf. ^, ♦ � ,.� ^ fo Oi• n i NSE\ f fY `1/V Er, '7'" PP ! (USI 5N � u n\ C,�y b YFPI<x ShFft e 2 LR.P\N �i �} p � O0. C� •\'z�Y�ry ; •tL �t°o°IMn (r�P 4 04( 5augq a! �Ut«e IUMF oR W 1 ,00.•\ r�7.p 4 9 Jry, 1'—R ii \a a' t +•ITR e �(] 6 c t, 1 ttR a („! is .''' JA Ja � W OA f°°�RM� s •..t o OP s5 PO N 1y` OR t \ /� s3 q �J e$nelR;y! `.0 °R q,L i ufs Ga I z zierf, Mgve.ARx o "arc �T p PtP� i q mu Slow R ouR6! ;� 4"9�k R ^ • "' f 1 Eat v .... g r uA rf / • tt ,S q �> sA 4iy jj •A,IFR,CN m ,. a ; 1 1 d o Eeeu l �SRNIACURIIAI GUnOIaM'P g oe 4r�Po IRw• fgA.x B fN.rw <I rAnxMN >. 1 •* o°yf C. .En4 Zf� a i' f n nrr PPa( M�rtu s( ll.n a q i f ', AF� • ar,troaF�d ,rM'4 a•,J'W}�!S dWjv._ Wali O 'QY 3i P on o, OPGfIOWN 1 04 I� 5 M °R IN '•J r i° y LP� OFf Ga S ,TIC •(0(x10 i ff)t w ! C n .. ofeo4o mid e° P° ` ad F. . up N. A fY�a Olff'p AppOW SffO O v nW, f P GAIE I j E IUNIOR NILH a �J! "' SAUGUS M? A { • 4 D^ 'sp R� �4 A M LAf9Cl M q SCMWI CDyen CH P,44R00 9 PtpR OR NIGN fCNppE !•` Y 4 C.vOf fuF U Zf I +j d—r,"wrP '4"AUYVONNE ^ '� F j' Y a i•`'F q [tl i BARRACOP E'EPHIO j s.• y ; f I r alj r3 s t�>•� AfbfOK 4 O O Y l'0.rA G• y I fL .(° 1\ d n '; ` pEWP @ 'P oa J s�0�;'• oMNf E H"RpN� "`I,�f\ Y lsyp• oUl ' " .a° ts< i 0 R:4RxIBA m osD o E U e(o cmo0 P }n GY rH.\ p c r s•o 0 1 DR to �� rNlaPAR, T\�t`\a �'t ,'ffrrn � h; a•` , ror yo - . fw` � � A cgAo � R nn '1�A `9 5y/ cC `vlsq a,n; oaf v ± I Nff 1 t; rt�7�gfw}CP✓�la� '�C°°4 !M WT�i:o'.r g d O5 va � oq . n . 1 ^.9F•Je o 4Gry00 u 1 1.. r W10 v yp•1 . 3 "yF ��. �r lal � i jD CC4C4 Oq ♦ ti � •" L n � 1 O 1 Iw EN " MIfWEN O RNSOY4°•�^ iIEPPY.IR 9 ` I fP j A " `, z I 1 3 pilR tYAI v`�fJ,o- :luv f ry 3 OR L4 e' nn P qa Y ry�.,'r 'o-��i' o j' '. rvm 0 1 ; C, JI j °I -IN " i a �i % � IAIII oaf +R s 15 0f It 1. AE o 7 xt ox Bp FS �;a•�^:3 o"n Y ! e.flI (, erlxnM if P i° vw n 'I a OR1: ", gLOpD a ll4af5 P > } OR AT / }l I "f�Py I CITY OF SANTA CLARITA 1997-98 CURB & GUTTER REPAIR PROJECT RARRIS B ASSOCIATES SA GUS - :JLW.• • r' •� r2._ � r � flY�NF S .�I �, � h\r _£ ay - •_ �- S l'Czo \ \a I ZI► '!✓` mDe _ :-FM'Ew.ft al F (/\ /^£ �„ � it p�tnOtr�S. `�rTfe®w ?f•®4� P �.V\ .•p4 ,.O! S _ S - �_, -• G! i iB•�6ux fT'^' •0. Yom" N]�e CutS- 1 ST ..Gi/ � fl r � `Gt•2.. t wunty _ .i'`ii f"�� t.iut. _f`-f' 4.e6 •rl �- JfR• •• Canyon �\ e` Jff a� ; :.�`�$ 01LNiSiw SY:: • fi ^q_,Ivr.Ncw.0 Country r.i 1 c �ca _ri.. i oNtwa.i* 4 � /51• �' - � _ •t \\ i Mf.K i' I� ^Y..Dn_ CLRe� �4�\ i� I h! •s? �I S1 C� u� 'a 1 !( a� QI __ �"' _ �1 �P� :: 'I d. .� i =s�y�i S. ;/ �x �� Jti. a. ..s_•�. .. - rout a_'�..I�='31'". '. =rc<ee i'. 'r " v f...'•:1 f I«..o�.a:..�,-...G �a ,`'�-• <•\'-: =I�}. f 'il - „s,m.+'s r. 4� � g i <R v� "b J rix. Hwy c• D.• � lli� J:• !+ +.cace .y-.: nc�_ i � o Waw t % P u 1 gNL„�'•e' Ia �' WV is �Ia• X \\ SI S i'I. F S. O I � TJr.`rya t0.0 _• e-n, n IS 1W' ^�O i i O. b �_ I ;..I-WEII...f !uyi f- \ ter[ j -'. V ...I :.. �� Y� � •\ 'RAA IN � `c� QST V - f.iYOJlS N' E.vBvtp - S� J .i q ■ �� \ CANYON a a = \\ 2 '�� 3 . 1•.. -I .NG•w 'F: _S. YdXr " 16„ IJ 37 Ikt _ •0�/_� � ^—mac \f aw ' OMri..S} M.A{ �� - .. �/ - �Lv vsn PRINCESS• -'� ��ES XumOh"'d "C' � YAriDW% t of . STat1ON r/.y elwc. �1• yp. a ae `• uYEv ■• rn ar'•� vi..•t�ff•P t\� aw e..e 9•T i .01 y Friendly . Valiey W,�D4 J%% %haw D r° 19 �C� -�Cr0 ..F JD� is FE De- i �/.• ;� s,N• .a is 14 `faar .R[♦ yIX..ar -CIC G6.. p, / _ 76.S1.t t 3��.• �• 4ST��` �t1 L� t V f3.a'yuti 1. a 1 CITY OF SANTA CLARITA 1997-98 CURB & GUTTER REPAIR PROJECT CANYON COUNTRY „S=,M N \ \ COUNTRY CLUB VALENCIA � � TOWN Z � CENTER a V4LFN,x �'_ aR1RE7 Ifl ♦ ci r.wc • CIA :I i C, COLLEGE COLLEGE ^ a �l il'lc 4�Sa O CF fiN OF s I d t O 01NR Z N THE [ �EEv � Ty GALWAY s Zf M R (A 2 CANYONS E �' F� 10 R"STS •_ _moi i NNL P � .jR RPF R\ VAF'C - R,rT 4 0.LERM4lT ; C r I HEN91 IN A'W Valencia __ Nfpt i10E0 4'�I{gII �`e 1 P V Jv' >f AR, pR•' ° " G III YID JSy. .. ryLC 60AN o E °L� • oA .,.a' P CA IWRNfA f E INS. O PN ? d S I TIE ARTS tyf : ` 0:I$ , W c�R NEAWW YALENC4 L� t a , • sv � Is. 11 MC�/lY e4R l4 aEF �� Z� 1 451yJ'�RYF CLUBHOVBF K oft, 4 sttA VISTA ALENCIA / OULA LUNETAP RP GOLF �OURSF ^" °°�" ION t L\ os e m T(jp S ; �O JMD*rY oLt 4' ES. P e < • ♦CRI V.UREI o° V�, 5 4 Y(q HICK T A Z zI 1 Z 7 ♦W 1 OB�i P\lQ ^ C N 9 !\ 7 1 NRA , � STA, v�NOVR G. esu, 4 mj 34 x. R�F4 R (IR(IOp,P EVAN P E �7 P N RPv ° ST f VeLtfv D0. w n uvw.v✓:I` R v v v CuvRV�11� }Kk ��°O '-' i Ll Z F 9gr1 �• yF `H s' ry RR f i EARGATE�R BEN , _� p` 1FN • .Pl- i kk 0.P R nR A �:m^¢~ 305• F WABUctaO Y C € i y Ax1 NFNiNER LIMDN AES! • .r 2Yn F,. R\ aNUW 4 t R (>LIL LS a x L� C10'fi� IrOv0 CITY OF SANTA CLARITA 1997-98, 1998-99 ANNUAL INFRASTRUCTURE PROJECTS CURB, GUTTER & FLOWLINE REPAIR, VALENCIA 0Y � M aw w Oman w m !I 1■Ilt w . M M AIIIM1 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 CURB GUTTER/ FLOWLINE REPAIR PROJECT PROJECT NO. M0004 no ow M M r M Page 1 of 2 U W J W Z Z W W aP 5 W ga gLmu g� (7 0 w rt �4 �N p <Z Z> ZU d7 ZZ Z LL V >mLUy W0 Wa WU � D p U O V O U, 00 �U W F. = Lu WH SITE ~ w it NO. STREET ADDRESS COMMENTS L.F. S.F. S.F. S.F. S.F. 1 Alaminos Dr. 21214 56 Field Marked 2 Alamogordo Rd. 22118 62 120 Due to tree roots, Cross Dymy, Field Marked 2 Alamogordo Rd. 22111 90 Field Marked 3 Altena Dr. 21142 120 160 Due to tree roots, Field Marked 3 Altena Dr. 21200 40 Field Marked 4 Barada Ave. 27224 33 Due to tree roots, Field Marked 4 Barada Ave. 27240 45 180 1 Due to tree roots, Field Marked 5 Barbacoa Dr. 22114 10 Due to tree roots, Field Marked 5 Barbacoa Dr. 22133 15 Due to tree roots, Field Marked 5 Barbacoa Dr. 22152 25 Due to tree roots, Field Marked 5 Barbacoa Dr. 22156 18 Due to tree roots, Field Marked 5 Barbacoa Dr. 22214 30 Due to tree roots, Field Marked 5 Barbacoa Dr. 22254 601 ue to sump condition, Field Marked 8 Calla ay 19006+190101 42 180 Field Marked 9 Cha arro Dr. 22577 15P11 —.111 1351 11 Page 1 of 2 7rD IIIf . [ » 1■E M on CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 CURB GUTTER/ FLOWLINE REPAIR PROJECT PROJECT NO. M0004 11111" M M ?M M Page 2 of 2 W U "v uJY io z W OW v ~ W Of uJLU Lu U U OR U U CL r, it cn z� oL) oµ1 oa' op Q Q Z U a Z> a- Z U a z 2 a >m LLJY V WO WY V WY D O O V O O V UJU W ~ UJ W F" Lu SITE ~ NO. STREET ADDRESS COMMENTS L.F. S.F. S.F. S.F. S.F. 101IDenoya Dr. 273371 6211 11 IlField marked 11 Elias Ave. 27227 70 Due to tree roots, Field Marked 12 Es uella Dr. @ Bouquet intrsc 216 X -Gutter traffic control), Field Marked 13 Es uella Dr. 22512 130 13 Es uella Dr. Berino to Caballeta 150 South side only, Field Marked 13 Es uella Dr. 22549 95 30 Some in X -gutter Actually Caballeta. Es uella 13 Es uella Dr. Bouquet to Cantos 32 South side, Field Marked 14 Fair ate Ave. 26319 70 Field Marked te Ave. 26363 45 Dr. Bou uet to Cuatro.. 150l Valle Pk 19121 165 425dad Due to sum condition, Field Marked A20 l Valle Pk EAlta 19112 162 Due to sum condition, Field Marked i res Dr. 22558 60 96 Pines Dr. 26456 45 Curve at corner of Sierra Estates Dr., Field Marked, CH=8" IIX-gutter adera Dr. Cortina Dr. 50 600 TOTALS = F 1,9471 272 624 315 846 Page 2 of 2 ■111 r >tr1 f�■II c� Itlt A lilt CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 CURB AND GUTTER/ FLOWLINE REPAIR PROJECTS PROJECT NO. M0026 Page 1 of 2 ' W w w U U U 5LugW go > Z U W ZO aZ z. Q.Sa zY�~. QUA W m W U a W (7 O� OF=- >0- U M to SITE I W NO. STREET ADDRESS COMMENTS L.F. S.F. S.F. Z I Adamsboro Dr. 23800 64 Ion Jena ZZ A a'anian 21703 600 See plan this Appendix Z3 Avenida Crescents 24028 65 q Avenida Entrana 23946 41 Z 5 Balta Dr. Jay Carroll Dr. 53 2(, camp Plenty 27552 25 Canerwell 23825 341 1 7-7 Cardiff 22343 20 Carland 23926 135 On Fourl - Carrousel @ Flows ark 52 1 Accross from 15503 Z$ Cheswold Ln. 21749 55 Connie Ct. 28314 25 Zr1 Crosspath Ave. 27704 65 Side yard on Delight 7-9 1 Crosspath Ave. 27767 61 Daisetta Dr. 23801 62 1 On Jena • Daisetta Dr. 23842 22 30 Delight 19328 45 West side 31 Ermine @ Lakehurst 34 On Ermine side 3 jErmine 20020 22 lWest side 31 Ermine 20050 180 31 Ermine 2011042 Fambrou h St. 23522 30 Fambrou h St. 23608 140 Includes 23616 Fambrou h Page 1 of 2 ' maim m Imoam rr■ �1 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 CURB AND GUTTER/ FLOWLINE REPAIR PROJECTS PROJECT NO. M0026 Page 2 of 2 W w w U gw U } ga U gN Fa. a.Lu wN Lu WWF ZD ZOO ZYF- Q ZQ Y a Q V 7 O� OF- O: W U W W SITE w o: m NO. STREET ADDRESS COMMENTS L.F. S.F. S.F. I Fourl 24637 451 1 11 Foud 24849 80 Fourl 24869 55 32 Garza aBarbacoa Dr. 97 32 Garza 27169 27 32. Garza 27224 22 3 Garzota Via Terraze 46 225 3 Lyons Ave. 23502, 23452 300 200 35 Meadow Creek 28002 83 Side and on Ermine 35 Meadow Creek 28003 93 Side and on Ermine 36 Scallion Dr. 21927 22 3 Terri 19805 16 4 Curb drains 38 Via Brasa 25326 43 39 Via Danza 23932 23 85 40 Ivia Jacara 23844 77 Via Valentina 25280 42 80 Z lWheeler Rd. 25087 140 320 TOTALS = 2;4831 9101 600 Page 2 of 2 1 I I Eli I I 1 APPENDIX "F" 1997-98 & 1998-99 SIDEWALK REPAIR Project Nos. PWS -5, PWS -6 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 SIDEWALK REPAIR PROGRAM, PROJECT NO. PWS -5 STREET ADDRESS LENGTH SIDEWALK WIDTH AREA DRIVEWAY APRON AREA Abdale 19226 40 4 160 Abdale 19256 24 5 120 Abdale 19256 48 4 192 Abdale 19261 24 5 120 Abdale 26110 32 4 8 120 Abdale 26123 24 4 96 Abdale 26129 16 4 64 Abdale 26148 24 5 120 Abdale 26209 24 9 96 120 Abdale 26217 28 4 112 Bannerman 26529 29 5 145 Barada 27117 16 4 64 Cedar Valley 18825 40 4 160 Cedar Valley 18831 32 4 128 Cedar Valley 18855 28 4 112 Cedar Valley 18931 20 4 80 Cha acro Dr 22577 19 10 190 Fair ate 26420 32 4 128 Fair ate 26421 24 5 120 Fair ate 26421 24 4 96 Fair ate 26518 8 5 40 Fair ate 26518 12 4.5 54 Fair ate 26525 241 5 120 Fair ate 26525 141 5 70 Fair ate 26532 161 5 80 Fair ate 26533 41 5 20 Fair ate 26537 8 5 40 Fair ate 26537 16 5 80 Friendly Valley 19101 7 5 35 Friendly Valley 19112 24 51 120 Friendly Valley 19112 10 51 50 Friendly Valley 19115 56 51 160 120 Friendly Valley 19121 16 5 80 Friendly Valley 19122 24 5 120 Friendly Valley 19122 10 5 50 Friendly Valley 19131 42 5 90 120 Friendly Valley 19138 8 5 40 Fr'!endly Valley 19142 12 8 96 lFriendly Valley 191531 161 41 64 Page 1 of 4 I I I 1 1 11 I 1 L CITY OF SANTA CLARITA ' 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 SIDEWALK REPAIR PROGRAM, PROJECT NO. PWS -5 STREET ADDRESS LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Friendly Valley 19159 40 4 160 Friendly Valley 19160 24 4 96 Friendly Valley 19160 16 9 24 120 Friendly Valley 19166 24 9 96 120 Friendly Valley 19166 16 4 64 Friendly Valley 19178 24 4 96 Friendly Valley 19178 24 9 961 120 Friendly Valley 19200 12 9 481 60 Friendly Valley 19208 32 4 128 Friendly Valley 19216 16 9 144 Friendly Valley 26210 32 4 128 Friendly Valley 26232 55 4 220 Friendly Valley 26232 24 5 120 Friendly Valley 26244 24 4 96 Green Mill 24928 8 4 32 Green Mill 25005 18 9 72 90 Green Mill 25034 24 4 96 Green Mill 25043 24 4 96 Highs rin s 25118 10 4 40 Hi hs rin s 25123 24 4 96 Larkhaven 26208 40 5 801 120 Larkhaven 26209 10 5 30 30 Larkhaven 26209 8 5 40 Larkhaven 26329 8 4 32 Maplebay 19205 16 5 80 Oakflat 26115 16 5 80 Oaklar Dr 28172 16 5 80 Peachland school 7 4 28 Peachland school 8 8 64 Peachland 24900 22 4 88 Peachland 24912 8 4 32 Peachland 25003 21 11 231 Peachland 25039 83 11 913 Peachland 25050 92 4 368 Peachland 25050 54 5 270 Peachland 25050 35 9 315 Point Arena 19108 12 51 60 Sierra Estates Dr btw Bannerman/gimlet 38 41 152 Page 2 of 4 I CITY OF SANTA CLARITA ' 1997-98, 1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 SIDEWALK REPAIR PROGRAM, PROJECT NO. PWS -5 STREET ADDRESS LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Sierra Estates Dr btw Wisper/Torrey east 77 4 308 Sierra Estates Dr btw Wisper/Torrey west 104 4 416 Sierra Estates Dr ne corner int? 35 4 140 Sierra Estates Dr Fair ate int ne cor 24 4 96 Sierra Estates Dr Oak Crossing ne cor 28 5 140 Sierra Estates Dr @ Oak Crossing se cor 58 5 290 Sierra Estates Dr @ Torrey Pines ne cor 31 4 124 Sierra Estates Dr @ Wispering Leaves 24 4 96 Sierra Estates Dr Wispering Leaves 32 4 128 Sierra Estates Dr @ Bannerman sw cor 41 4 164 Sierra Estates Dr 18809 16 4 64 Sierra Estates Dr 18820 12 4 48 Sierra Estates Dr 18821 41 4 164 Sierra Estates Dr 18826 20 4 80 Sierra Estates Dr 18832 32 4 128 Sierra Estates Dr 18900 4 5 20 Sierra Estates Dr 18908 21 4 84 Sierra Estates Dr 18922 72 4 288 Sierra Estates Dr 18922 24 5 120 Sierra Estates Dr 18935 24 9 96 120. Sierra Estates Dr 18950 12 9 108 Sierra Estates Dr 18951 26 4 104 Sierra Estates Dr 18951 24 4 96 Sierra Estates Dr 19113 8 4 32 Sierra Estates Dr 19113 8 4 32 Sierra Estates Dr 19119 24 9 96 120 Sierra Estates Dr 19156 30 4 120 Sierra Estates Dr 19164 10 4 40 Sierra Estates Dr 19200 16 4 64 Sierra Estates Dr 19218 24 4 96 Sierra Estates Dr 19232 24 91 96 120 Sierra Estates Dr 19238 24 41 96 Sierra Estates Dr 19264 24 91 96 120 Sierra Estates Dr 19276 16 41 64 Torrey Pines 26317 32 4 128 Pines 26323 8 4 32 Pines M 26335 16 4 64Pines 26409 20 5 1- 100 Page 3 of 4 I 1 I F hil F I CITY OF SANTA CLARITA ' 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98 SIDEWALK REPAIR PROGRAM, PROJECT NO. PWS -5 STREET ADDRESS LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Torrey Pines 26415 16 4 64 Torrey Pines 26415 24 5 120 Torrey Pines 26426 24 4 96 Torrey Pines 26432 38 4 152 Torrey Pines 26435 24 5 120 Torrey Pines 26435 24 4 96 Torrey Pines 26459 16 4 64 Torrey Pines 26513 40 4 160 Valley Point 26211 32 5 80 80 Valley Point 26230 16 5 80 Whispering Leaves int w/Dalton 52 4 208 Whispering Leaves 26225 12 5 60 Whispering Leaves 26301 12 5 60 Whispering Leaves 26341 25 9 100 125 Whispering Leaves 26406 16 4 64 Whispering Leaves 26454 4 4 16 Whispering Leaves 26615 40 4 160 Whispering Leaves 26625 16 4 64 TOTAL AREA (S.F.)= 12,818 3,840 ' Page 4 of 4 ' CITY OF SANTA CLARITA ' 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 SIDEWALK REPAIR PROGRAM PROJECT NO, PWS -6 STREET ADDRES LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Ashboro Drive 27902 4 10 40 Ashboro Drive 27914 4 9 36 Ashboro Drive 27914 4 9 36 Ashboro Drive 27915 4 18 72 Carrsouel (Across the Street) 15515 5 113 565 Dowell Drive 28110 4 4 16 Dowell Drive 28110 5 16 80 Dowell Drive 28113 4 4 16 Drasin Dr @ Aldbury St 19814 4 34 136 Drasin Dr @ Meado Creek Rd 19891 4 27 108 Drasin Drive 19838 4 25 100 Drasin Drive 19839 4 23 92 Drasin Drive 19839 4 24 96 Drasin Drive 19842 4 16 64 Drasin Drive 19850 4 16 64 Drasin Drive 19850 4 30 120 Drasin Drive 19853 4 15 60 Drasin Drive 19856 4 28 112 Drasin Drive 19859 4 9 36 Drasin Drive 19862 4 18 72 Drasin Drive 19867 4 9 36 Drasin Drive 19868 4 10 40 Drasin Drive 19868 4 22 88 Drasin Drive 19875 4 23 92 Drasin Drive 19875 4 32 128 Drasin Drive 20009 4 29 116 Drasin Drive 20011 4 20 80 Drasin Drive 20016 4 27 108 Drasin Drive 20019 4 70 280 Drasin Drive 20028 4 20 80 Drasin Drive 20102 4 18 72 Drasin Drive 20110 4 20 80 Drasin Drive 20120 4 21 84 Drasin Drive 20126 4 26 104 Drasin Drive 20129 4 28 112 Drasin Drive 20132 4 30 120 Drasin Drive 20138 4 30 120 Drasin Drive 20147 4 11 44 Page 1 of 5 CITY OF SANTA CLARITA ' 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 SIDEWALK REPAIR PROGRAM, PROJECT NO. PWS -6 STREET ADDRES LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Drasin Drive 20156 4 22 88 Enderly Street 28210 4 4 16 Enderly Street 28228 4 4 16 Enderly Street 28231 4 4 16 Enderly Street 28247 4 8 32 Enderly Street 28248 4 4 16 Enderly Street 28248 7 15 105 Enderly Street 28253 32 Enderly Street 28254 4 4 16 Enderly Street 28254 7 12 84 Enderly Street 28278 7 15 105 Enderly Street 28285 4 12 48 Enderly Street 28289 4 4 16 Ermine @ Langside West 11 17 187 Ermine St @ E. No Brook Ave 4 18 72 Ermine St @ E. No Brook Ave 4 16 64 Ermine St @ E. No Brook Ave 6 8 48 Ermine St @ E. No Brook Ave 6 18 108 Ermine St @ W No Brook Ave 4 47 188 Ermine Street 18525 4 4 16 Ermine Street 19537 4 4 16 Ermine Street 19537 X street 24 Ermine Street 19630 4 12 48 Ermine Street 19639 4 4 16 Ermine Street 19643 4 6 24 Ermine Street 19703 4 4 16 Ermine Street 19709 4 4 16 Ermine Street 19733 4 8 32 Ermine Street 19733 7 12 84 Ermine Street 19802 On Hardestly 16 Ermine Street 19807 4 4 16 Ermine Street 19830 7 8 56 Ermine Street 19831 4 4 16 Ermine Street 19854 4 8 32 Ermine Street 19855 4 4 16 Ermine Street 19867 4 8 32 Ermine Street 19867 7 15 1.105 Page 2 of 5 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 SIDEWALK REPAIR PROGRAM, PROJECT NO PWS -6 STREET ADDRES. I LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Ermine Street 19873 4 6 24 Ermine Street 20014 4 17 68 Ermine Street 20020 4 44 176 Ermine Street 20026 4 17 68 Ermine Street 20026 5 13 65 Ermine Street 20038 4 17 68 Ermine Street 20044 4 18 72 Ermine Street 20044 5 19 95 Ermine Street 20050 4 59 236 Ermine Street 20050 5 17 85 Ermine Street 20104 4 15 60 Ermine Street 20104 5 13 65 Ermine Street 20110 4 46 184 Ermine Street 20124 4 36 144 Ermine Street 20132 4 36 144 Ermine Street 20132 5 17 85 Ermine Street 20141 4 26 104 Ermine Street 20202 4 15 60 Ermine Street 20227 4 12 48 Ermine Street 20227 5 13 65 Ermine Street X-20024 4 19 76 Ermine Street X-20026 4 19 76 Ermine Street X-20032 4 19 76 Ermine Street X-20038 4 19 76 Ermine Street X-20044 4 33 132 Ermine Street X-20110 4 12 48 Ermine Street X-20110 4 11 44 Ermine Street X-20110 4 11 44 Lambert Street 19808 4 4 16 Lambert Street 19809 4 4 16 Lambert Street 19818 4 4 16 Lambert Street 19819 4 8 32 Lambert Street 19825 4 4 16 Lambert Street 19831 4 4 16 Lambert Street 19836 4 4 16 Lambert Street 19840 4 4 16 Lambert Street 19849 4 4 1 16 Page 3 of 5 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 SIDEWALK REPAIR PROGRAM, PROJECT NO: PWS -6 DRIVEWAY SIDEWALK APRON STREET ADDRES LENGTH WIDTH AREA AREA Lambert Street 19861 4 4 16 Lambert Street 19864 4 4 16 84 Lambert Street 19867 4 4 16 Lambert Street 19868 4 4 16 Lanaside 28041 5 16 80 Langside 28053 5 37 185 Langside 28053 7 12 84 Langside 28059 5 15 75 Langside 28065 5 13 65 Langside 28071 5 6 30 Langside 28101 5 54 270 Langside 28215 4 5 20 Langside @ Ermine Westside 5 8 40 Langside Street 28010 4 4 16 Langside Street 28016 4 4 16 Langside Street 28034 On Ermine 40 Langside Street 28230 4 8 32 Merryhill Street 19738 4 4 16 Merryhill Street 19741 4 16 64 Merryhill Street 19749 4 8 32 Merryhill Street 19757 4 12 48 Merryhill Street 19757 7 15 105 Merryhill Street 19781 4 4 16 Merryhill Street 19800 4 6 24 Merryhill Street 19833 4 4 8 Merryhill Street 19838 4 6 24 Merryhill Street 19844 4 4 16 Merryhill Street 19847 7 30 210 Merryhill Street 19852 4 8 32 Merryhill Street 19852 12 12 144 Merryhill Street 28155 x Asboro 48 Soldon Court 19615 4 4 16 Soldon Court 19622 4 16 64 Soldon Court 19627 4 4 16 Soldon Court 19631 4 4 16 Steinway 18100 4 4 16 Steinway 19505 4 6 24 Page 4 of 5 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 98-99 SIDEWALK REPAIR PROGRAM, PROJECT NO PWS -6 STREET ADDRES LENGTH WIDTH SIDEWALK AREA DRIVEWAY APRON AREA Steinway 19505 7 12 84 Steinway 19508 4 6 24 Steinway 19512 4 4 16 Steinway 19538 4 6 24 Steinway 19608 4 4 16 Steinway 19609 4 4 16 Steinway 19614 4 4 16 Steinway 19615 7 12 84 Steinway 19621 4 4 16 Steinway 19637 side 32 Steinway 19732 4 4 16 Steinway 19750 4 4 16 Steinway 19813 4 4 16 Steinway 19825 4 4 16 Steinway 19831 4 4 16 Steinway 19832 4 8 32 Steinway 19839 4 4 16 Steinway 19844 4 8 32 Steinway 19851 4 4 16 Thorley Court 28141 lOn Soldon 40 TOTAL AREA = 9 045 1,646 Page 5 of 5 APPENDIX "G" 1997-98-& 1998-99 NEW SIDEWALK CONSTRUCTION Project Nos. T0007, T0012 CITY OF SANTA CLARITA 1997-98,1998-99 ANNUAL INFRASTRUCTURE PROJECTS 97-98,98-99 NEW SIDEWALK PROGRAM PROJECT NOS. T0007, T0012, LMD177 Page 1 of 1 6'x12' Z ARC 4'x 4' O NEW TREE TREE SIDEWALK WELL WELL 0� iR OJ Z AREA (50' O.C.) (50' O.C.) N L N LOCATION LIMITS S.F. EACH EACH L.F. EACH COPPER HILL DR. (SOUTH) COURTLAND WAY TO KENTON LN. 3,600 8 0 410 0 GROVEPARK DR. CATALA AVE TO }ee-F�. EAST 250 0 0 0 0 HASKELL CANYON RD. (EAST) 400 FT. N. RIDGEGROVE TO 1600 FT. N. 9,600 24 0 1200 0 HASKELL CANYON RD. (WEST) GROVEPARK DR. TO 1600 FT. NORTH 12,800 32 0 1600 0 REDVIEW DR. (WEST) GOLDEN TRIANGLE TO 1250 FT. SOUTH 10,000 24 0 1200 0 SIERRA HIGHWAY (EAST) 1000 FT. N. OF SOLEDAD CYN TO RIVE 4,200 0 0 0 2 SIERRA. HIGHWAY (EAST) FRIENDLY VALLEY PRKY 11,800 0 0 0 0 TO WHISPERING LEAVES DR. SIERRA HIGHWAY (WEST) SANTA CLARA RIVER TRAIL TO 70 FT. S 470 0 0 0 0 16 th STREET (SOUTH) AV. IGNACIO TO NEWHALL AVE. 7,880 0 24 BY OTHERS 0 TOTALS= 60,600 88 24 4,410 0 Page 1 of 1 r r� r ■r r �r r r rl rt r r r r r rr r r rr IRR. PIPING 1' BELOW FINISH GRADE (TYP.) EXISTING WALL IN SOME CASES R/ a 3/4�'R .1/2.x 3/4°' TEE ` 'MIN.. v ° v d d _ _ -- a---=a---�---a --3/4" 5CHv 40 PVC --.. z °—_ 4_ a4 a — --- a —� ---- a--------�. d oa d 1/2" SCFE 40 .PVC— d_ d u a.: Q a d NEW SIDEWALK d o o d Rf6.5a I as a v VARIES a a .{$/ CAPPED. 4.6' a o RISER k:F� ci 2.5' ° a A 4' �,,,,—EXIST. LIP 12' EXIST. FACE OF CURB CITY OF SANTA CLARITA 1997-98, 1998-99 ANNUAL INFRASTRUCTURE PROJECTS 4' x 12' ARC TREE WELL DETAIL NARttlS k ASSOCIATES