HomeMy WebLinkAbout1999-09-28 - AGENDA REPORTS - GALETONRD BID CURB IMPROV (2)CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by: Christopher C. Price
DATE: September 28, 1999
SUBJECT: GALETON ROAD CURB IMPROVEMENTS, PROJECT NO. M3001—
ADVERTISE FOR BIDS
DEPARTMENT: Transportation & Engineering Services
RECOMMENDED ACTION
City Council approve the plans and specifications for the Galeton Road Curb''
Improvements, Project No. M3001; and authorize the advertising for bids.
BACKGROUND
The proposed Galeton Road Curb Improvements Project will include installation of curb
and gutter along the west side of the street; installation of one catch basin to relieve the
current drainage problems; reconstruction of existing driveway approaches; and repair of
the asphalt roadway surfacing. This project will greatly improve this segment of Galeton
Road. The limits of this project are from Soledad Canyon Road to Stillmore Street.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
This project is funded by Stormwater Utility funds. The estimated construction cost for
this project is $60,000.00. Sufficient funds for this project in the amount of $66,150.00 are
available in Account No. M3001456.
ATTACHMENTS
Project Location Map
Plans and Specifications (available in City Clerk's Reading File)
MC:tw
couaangatemn.doc
Z
m bO
O�
y
CL
m
m
LL
o
c
O
c
V
,
0
m
to ��
',. m
Id 000 o
— —
---- r
V
Nl3 OI VVd
.,.., _.
O MOo^cww )Wd
§
N W �
••j
LO SP
N LN z
4>
�9
w
LN
o
cm
9
w
N
z
O
z
H
W
�
O y
z
4
Q
tl7
N
1
CD
y
CD
C
F
C
D
U
m
a
o
U
Z
m
E
CONTRACT DOCUMENTS
FOR
FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET
PROJECT NO. M3001
SANTA CLARITA, CALIFORNIA
CITY OF SANTA CLARITA
SANTA CLARITA, CALIFORNIA
CONTRACT DOCUMENTS
SPECIFICATIONS AND STANDARD DRAWINGS
FOR
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
September 1999
Prepared For:
City of Santa Clarita
Transportation and Engineering Services Department
23920 Valencia Blvd., Suite 300
Santa Clarita, CA 91355
Contact: Milan Cernosek
(661) 286-4136
N�
Approved For Construction
T. Brad Therrien, Assistant City Engineer
City of Santa Clarita
RCE 37301 EXP 6/30/00
Prepared By:
� Na. 37301
Exp. 630-_o
Harris & Associates, Inc. s CIV1�
34 Executive Park, Suite 150 l�Tf OF CAFE
Irvine, CA 92614
(949) 655-3900
sc1adta\96049.04\g1tnspec.doc
TABLE OF CONTENTS
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
SANTA CLARITA, CALIFORNIA
PAGE
NOTICEINVITING BIDS...........................................................................................
A-1
INSTRUCTIONS TO BIDDERS..................................................................................
B-1
PROPOSAL............................................................................................................
C-1
BIDSCHEDULE................................................................................................
C-3
DESIGNATION OF SUBCONTRACTORS..................................................................
C-5
BIDDER DBE INFORMATION...............................................................................
C-6
REFERENCES............. .....................................................................................
C-7
DEBARMENT AND SUSPENSION CERTIFICATION.....................................................
C-8
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS...........................................................................
C-9
BIDDER'S INFORMATION AND CERTIFICATION........................................................
C-10
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID ............................
C-12
PROPOSAL GUARANTEE BID BOND......................................................................
C-13
NON -COLLUSION AFFIDAVIT................•...............................................................
C-14
AFFIRMATIVE ACTION PLAN...............................................................................
C-15
CERTIFICATION OF NON -SEGREGATED FACILITIES ................................................
C-16
LOBBYING CERTIFICATION.................................................................................
C-17
BIDDER'S QUESTIONNAIRE.................................................................................
C-18
CONTRACTAGREEMENT.......................................................................................
D-1
FAITHFUL PERFORMANCE BOND.........................................................................
D-6
LABOR AND MATERIAL BOND.............................................................................
D-7
GENERAL SPECIFICATIONS..................................................................................
E-1
SCOPEOF WORK.............................................................................................
E-1
SPECIALPROVISIONS...........................................................................................
F-1
PART 1 - GENERAL PROVISIONS..........................................................................
F-1
PART 2 - CONSTRUCTION MATERIALS.................................................................
F-14
PART 3 - CONSTRUCTION METHODS...................................................................
F-17
APPENDIX A........... STANDARD DRAWINGS
NOTICE INVITING BIDS
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
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, before
11:00 a.m. on October 19, 1999, at which time they will be publicly opened and read aloud.
Work shall be done in accordance with the contract documents known as Galeton Road from
Soledad Canyon Road To Stillmore Street, Project No. M3001, a copy of which is on file and
open for inspection at the City Clerk's office. Work includes the construction of asphalt
concrete overlays, new street sections, drive approaches, curb, gutter, loop detectors, traffic
signing and striping. The work is expected to cost between $60,000 and $70,000.
Contract documents may be purchased at the Building and Safety Services Counter, 23920
Valencia Boulevard, Suite 140, Santa Clarita, California 91355 for a non-refundable fee of $25
each or $35 each if mailed. For further information, call
(661) 255-4993.
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 Milan Cernosek at (661) 254-3538 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 is 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: 9/30, 10/5, 10/8, and 10/12 1999
Em
INSTRUCTIONS TO BIDDERS
FOR
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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 GALETON ROAD FROM SOLEDAD CANYON ROAD TO STILLMORE STREET,
PROJECT NO. M3001, 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 Agency's 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.
195
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.
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
Contractor's 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 under which 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.
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 furnished 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.
NE
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 "Designation of Subcontractors" form enclosed herewith. No Contract
shall be considered unless such list is submitted as required
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°/x) 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, or waive any informality in the bid not affected by law.
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.
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.
PROPOSAL
[MOB
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
Prepared For:
The City of Santa Clarita
Transportation and Engineering Services Department
23920 Valencia Boulevard, Suite 300
Santa Clarita, California 91355
CONTRACTOR:
ADDRESS:
PHONE AND FAX:
LICENSE NUMBER:
EXPIRATION DATE:
SIGNATURE:
PRINT NAME AND TITLE:
C-1
PROPOSAL
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
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
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
CITY OF SANTA CLARITA
Item Estimated Unit Extended
No. Description Quanti Unit
Price Amount
1. Remove Existing A.C. Pavement 13,576 SF $ $
2.
Remove Existing PCC Curb and
172
Gutter
3.
Remove Existing PCC
715
Flatwork/Driveway Approach
4.
Unclassified Excavation
222
5.
Coldmill Existing Pavement (2"
630
max.)
6.
Adjust Existing Sewer Manhole to
3
Grade per APWA Standard Plan
205-1
7.
Adjust Existing Storm Drain
2
Manhole to Grade
8.
Construct Residential Driveway
1,360
Approach per APWA Standard Plan
110-1, Type B (t=4")
9.
Construct 6" PCC Driveway on
186
Private Property
10.
Construct Curbside Catch Basin per
1
APWA Standard Plan 303-2, 2
Glates, with Local Depression per
APWA Standard Plan 313-1, Case
F, and Connect to Existing Storm
Drain with 18"RCP (D-1500)
11.
Construct PCC Curb and Gutter per
613
APWA Standard Plan 120-1, Type
A2-200 (8)
C-3
LF $ $
SF $ $
CY $ $
SY $ $
EA $ $
EA $ $
SF $ $
SF $ $
EA $ $
LF $ $
Item
and Home Run Cable per Caltrans
Estimated
EA
Unit
Extended
No.
Description
Quanti
Unit
Price
Amount
12.
Construct Crushed Aggregate Base
271
TON
$
$
13.
Install Pavement Reinforcing Fabric
1,546
SY
$
$
14.
Construct A.C. Pavement
325
TON
$
$
15
Install Traffic Signal Detector Loop
8
EA
$
$
22. Clearing Grubbing 1
23. Tree Removal 1
TOTAL AMOUNT BASE BID IN
FIGURES
C-4
LF $ $
LF
and Home Run Cable per Caltrans
$
EA
Standard Plan ES -56, Type E
$
16.
Install 12" Thermoplastic Crosswalk
141
EA
Line per Caltrans Standard Plan
$
LS
A20A
$
17.
Install Detail 23 per State Standard
294
EA
Plan A20A
$
18.
Install Blue Reflective Markers
4
19.
Install R26 (S) Sign and Post
3
20.
Install 5" PVC Parkway Drain
2
Sleeve thru Curb Face
21.
Construction Survey
1
22. Clearing Grubbing 1
23. Tree Removal 1
TOTAL AMOUNT BASE BID IN
FIGURES
C-4
LF $ $
LF
$
$
EA
$
$
EA
$
$
EA
$
$
LS
$
$
LS
$
$
EA
$
$
In Words.
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 1 percent, or
$10,000 (whichever is greater) of the prime CONTRACTOR'S total bid:
Subcontractor
Portion of Work
Location and Place of Business
LICENSE NO.
EXP. DATE: / /
PHONE ( )
Subcontractor
Portion of Work
Location and Place of Business
LICENSE NO.
EXP. DATE: / /
PHONE ( )
Portion of Work
of Business
FFUCENSENo.
EXP. DATE: / /
PHONE ( )
Subcontractor I Portion of Work
Location and Place of Business
LICENSE NO. EXP. DATE:
Subcontractor Portion of Work
Location and Place of Business
LICENSE NO. EXP. DATE: / / PHONE ( )
C-5
0
L
W Z H
Oo Z)
Q2 O
Om 0
U` 0 m
O
U
O .+
L
O L
a w -
a 3 y
3 �
°aw
a) a)
o 'E
N U 5
> o
o � m
o o
c �
> c
N 0 a)
C: O n
ON
amo
N E a
N
� Q
O
E w N
0 �
O
Z
_L
a
�z
O
EcQ)
(D
y-
A r
z a
ow o
U -OV1
N O(0
L 0
O 0
3=L
Z
V =
Q
y L
0
O
O
o E >
?
Ewcu
a
Oc
W
cow
LL
Z
0
V Ca
W
a
—m L a1
LnO
aO
m
wc
0
W mm
LU
m a) CO
{Qj
H
L m
W
a) .- c
w oa
0
E
m
M
c
J
L r O
y
O _
O
a) O N
I-
Ewa
N
Q
a)
O
R'
wa O
o p
z
mC;) a)
O
O
0
c m w
Q
E fE O
L)
"L
m E
.0
o
J
n
.ao
-O f0O i
Lii U
VOj
aa)
) Z
w
m
U c 3 Q
LL
a) o cn a )
D
N L w
w
oc
IX
Z
Q
Ecoaa
d
z
O
F
O
nt �
O
u
W
o Ew E
—3a o
Ua'
m
Qya�
0
L
W Z H
Oo Z)
Q2 O
Om 0
U` 0 m
O
U
O .+
y U
3 �
�w
> o
ON
v C
�z
C
O 0
V =
0
0
O
M
�Q
V
N
a7
0
V
O
L+z
m
U
d
T
H
W
m
O
d
E
m
Z
0
L
W Z H
Oo Z)
Q2 O
Om 0
U` 0 m
O
U
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-7
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
GALETON ROAD FROM SOLEDAD CANYON ROAD TO STILLMORE STREET, PROJECT NO. M3001
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.
W
CERTIFICATION WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING
OF REQUIRED REPORTS
GALETON ROAD FROM SOLEDAD CANYON ROAD TO STILLMORE STREET, PROJECT NO. M3001
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-9
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:
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:
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-10
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 sworn to this
NOTARY PUBLIC
C-11
day of , 199
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/cashier's 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
I
of this check shall become the property of said AGENCY provided this Proposal shalbe
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.
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.
Project Name:
Bidder's Signature:
Contractor:
Address:
City, State, Zip Code:
C-12
PROPOSAL GUARANTEE
BID BOND
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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 thepenal
sum of
dollars ($ ), 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*
Subscribed and sworn to this day of 199_
NOTARY PUBLIC
*Provide BIDDER and SURETY name, address, and telephone number and the name, title,
address, and telephone number for authorized representative.
C-13
NON -COLLUSION AFFIDAVIT
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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.
Title
Subscribed and sworn to and before me this day of , 199.
Seal of Notary
C-14
CONTRACTOR'S SECTION 3
AFFIRMATIVE ACTION PLAN
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
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 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.
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
Address
C-15
Signature
Title
Date
LOBBYING CERTIFICATION
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
The undersigned certify, to the best of their knowledge and belief, that:
(1) . No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned to any person for influencing or attempting to
influence an officer or employee of any agency, a Member of Congress,
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
Signature
Title
C-17
BIDDER'S QUESTIONNAIRE
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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 attach hereto.
1. Submitted by:
Principal Office Address:
2. Type of Firm:
Corporate:
Individual:
Partnership:
3a.
3b.
Il
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-18
Telephone;
Other:
State of Incorporation:
State Organized in:
Expiration Date:
a
Contractor's Representative:
Title:
Alternate: _
Title:
6. List the major construction projects your organization has in progress as of this date:
Owner: (A)
Project Location:
Type of Project:
C-19
(B)
CONTRACT AGREEMENT
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
SANTA CLARITA, CALIFORNIA
This Contract Agreement is made and entered into for the above -stated project this
of 1999, BY AND BETWEEN the da
City of Santa Clarita, as AGENCY, and
as CONTRACTOR.
WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows
ARTICLE
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.
ARTICLE III
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.
D-1
ARTICLE V
CONTRACTOR agrees to indemnify, defend and hold harmless AGENCY and all of its officers,
agents and employees from any and all liability, claims, damages, or injuries to any person,
including injury to CONTRACTOR's employees and all claims which arise from or are connected
with the performance of or failure to perform the work or other obligations of this agreement, or are
caused or claimed to be caused by the acts or omissions of CONTRACTOR, its agents or
employees, and all expenses of investigation and defending against same; provided, however, that
this indemnification and hold harmless shall not include any claim arising from the active negligence
or willful misconduct of the AGENCY, its agent or employees.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this Contract
Agreement represent all individuals, firm members, partners, joint venturers, or corporate officers
having principal interest herein.
ARTICLE VII
Nature of Relationship.
CONTRACTOR shall not be subject to day-to-day supervision and control by AGENCY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and
policies of AGENCY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. AGENCY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed
that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing
contained herein shall be construed as making the CONTRACTOR, or any individual whose
compensation for services is paid by the CONTRACTOR, an agent or employee of the AGENCY,
or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of
the AGENCY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not
limited to, the following and as otherwise required by law. The terms of the insurance policy or
policies issued to provide the above insurance coverage shall provide that said insurance may not
be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty
(30) days prior written notice of amendment or cancellation to the AGENCY. In the event the said
insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City
Clerk new evidence of insurance in the amounts established.
Liability Insurance
During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain
General/Public and Professional public liability insurance at its sole expense to protect against loss
from liability imposed by law for damages on account of bodily injury, including death therefrom,
suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or
indirectly from any act or activities, errors or omissions, of the AGENCY or CONTRACTOR or any
person acting for the AGENCY, or under its control or direction, and also to protect against loss
from liability imposed by law for damages to any property of any person caused directly or
ARTICLE IX
Term
This Contract Agreement shall be effective for a period beginning on the date shown on the Notice
to Proceed and ending 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this Contract Agreement or any provision hereof
shall be effective for any purpose unless specifically set forth in writing and signed by duly
authorized representatives of the parties hereto. This Contract Agreement may be terminated with
or without cause by AGENCY giving CONTRACTOR thirty (30) days advance written notice. Any
reduction of services shall require thirty (30) days advance written notice unless otherwise agreed
in writing between CONTRACTOR and AGENCY. In the event of termination, CONTRACTOR
shall be entitled to compensation for all satisfactory services completed and materials provided to
the date of the Notice of Termination.
Non -Effect Waiver
CONTRACTOR's or AGENCY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Contract Agreement, or failure to exercise any rights or remedies
hereunder, shall not be construed as a waiver or relinquishment of the future performance of any
such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless
otherwise provided for herein.
Attorneys' Fees
In the event any action (including arbitration) is filed in connection with the enforcement of
interpretation of this Contract Agreement, the unsuccessful party in said action shall pay, among
other sums that either party may be called on to pay a reasonable sum for the successful party's
attorneys' fees and costs.
Severability
In the event that any one or more of the provisions contained in this Contract Agreement shall for
any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such
holding shall not affect any other provisions of this Contract Agreement, and the Contract
Agreement shall then be construed as if such unenforceable provisions are not a part hereof.
Governing Law
This Contract Agreement shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
ME
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 '1999.
CONTRACTOR:
ALL SIGNATURES MUST BE
WITNESSED BY NOTARY
(ATTACH JURATS)
CONTRACTOR Name:
Address:
Phone & Fax No.
Signed by:
Print Name & Title:
CONTRACTOR'S License No
Federal Tax Identification No.
Subscribed and sworn to this day of
NOTARY PUBLIC
AGENCY:
Attest:
Approved as to Form:
1999
Mayor/City Manager of the City of Santa Clarita
City Clerk of the City of Santa Clarita Date
City Attorney of the City of Santa Clarita Date
D-5
FAITHFUL PERFORMANCE BOND
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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 _ day of , 199_
NOTARY PUBLIC
Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title,
address, and telephone number of authorized representative.
ME
LABOR AND MATERIAL BOND
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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 inure 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'
4YgT4-10A
Subscribed and sworn to this _ day of , 199_
NOTARY PUBLIC
Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title,
address, and telephone number of authorized representative.
D-7
GENERAL SPECIFICATIONS
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT NO. M3001
SANTA CLARITA, CALIFORNIA
SCOPE OF WORK
This project includes the construction of the following projects:
Proiect Name
Proiect Number
Galeton Road From Soleded Canyon Road To
Stillmore Street M3001
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 consist of:
• Asphalt concrete overlays and new street sections.
• Traffic signing and striping, and installation of traffic loop detectors.
• New PCC curb and gutter and drive approaches.
• Other work as may be required to complete the project.
LOCATION OF WORK
SEE PLANS
TIME OF COMPLETION
The CONTRACTOR shall complete all work in every detail within 50 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 (800) 422-4133 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 rior to beginning
work.
E-1
STANDARD
The Standard Specifications of the AGENCY are contained in the 1997 Edition of the Standard
Specifications for Public Works Construction, including the 1998 and 1999 supplements, 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
FOR
GALETON ROAD FROM SOLEDAD CANYON ROAD TO
STILLMORE STREET, PROJECT No. M3001
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.
Board:
City Council of the City of Santa Clarita
County:
County of Los Angeles
Caltrans:
State of California Department of Transportation
City Arborist:
Arborist employed by the City or authorized City representative.
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
SECTION 2 - SCOPE AND CONTROL OF WORK
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 Performance Bond
➢ Labor and Material Bond
F-1
➢ 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 General - The seventh paragraph of Subsection 2-3.1 of the Standard Specifications is
hereby deleted and replaced with the following:
The CONTRACTOR shall perform or provide, with its own organization, contract labor,
materials, and equipment amounting to at least 25 percent of the Contract Price. The
contract labor performed or provided by the CONTRACTOR shall amount to at least 15
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.
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.
The control set will be reviewed for completeness prior to the approval of the CONTRACTOR'S
monthly progress payment request. Upon completion of all work, the CONTRACTOR shall return
the control set to the ENGINEER. Final payment will not be made until this requirement is met.
Section 2 is amended by adding thereto the following new Subsection 2-5.4 Examination of
Contract Documents.
F-2
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. 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 furnished, and as to the
requirements of the proposal, plans, specifications, and other contract documents.
2-9 SURVEYING
2-9.1 Construction Survey Staking - Field surveys for construction of curbs, gutters, and
cross gutters are 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 and gutter grade shall provide a minimum 0.3% 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.
The CONTRACTOR shall provide survey control and grade sheets for all curb and gutter,
or gutter construction where the length of any one continuous segment exceeds 25 -feet,
or where the removal is located along a curve. Grade control shall be set at a minimum of
one-half the segment length or at 25 -foot stations.
Prior to removal and replacement of cross -gutters, the CONTRACTOR shall establish
control for curve layout, grade breaks, spandrel locations and all control required to
reestablish the cross -gutter in its original location. Construction staking as a minimum
shall include BC's, EC's 1/4 -delta and spandrel locations. Survey grade sheets shall be
submitted to the ENGINEER a minimum of 2 working days prior to removal of the gutter.
The ENGINEER shall review and approve the replacement control and elevations of the
cross -gutter prior to any work being performed by the CONTRACTOR at the cross -gutter
location.
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 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 hours before pouring any
improvement.
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.
F-3
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.
CONTRACTORS cost for construction survey staking will be paid for on the basis of the
contract lump sum price bid for "Construction Survey", and 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
stated 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.
2-11 Inspection - Add the following:
No concrete or asphalt pavement shall be placed prior to AGENCY inspection of the work
area and subgrade conditions.
F-4
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
Subsection 3-3.2.3 - Markup is replaced by the following:
a. Work by the CONTRACTOR: The following percentages shall be added to the
CONTRACTOR's cost and shall constitute the markup for all overhead and profits:
1. Labor 20%
2. Materials 15%
3. Equipment Rental 15%
4. Other Items and Expenditures 15%
To the sum of the costs and the mark-ups provided for in this
subsection, one (1) percent shall be added as compensation for
bonding.
b. Work by the SUBCONTRACTOR: The aggregate of all markups for added work,
regardless of the number of tiers of SUBCONTRACTORS used, shall not exceed the
markup established in. Subsection 3-3.2.3a plus 10 -percent on the first $2,000 of extra
work and 5 -percent on work in excess of $2,000.
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 furnished 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.
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. Except as elsewhere specified, the AGENCY will
bear the cost of testing materials and or workmanship which meet or exceed the
requirements indicated in the Standard Specifications and Special Provisions. The costs
of additional tests, if deemed necessary by the ENGINEER, of material and/or
workmanship which previously met or exceeded the requirements indicated in the
F-5
Standard Specifications and Special Provisions, shall be borne by the CONTRACTOR.
The cost of all other testing that fails to pass the first test, shall be charged to the
CONTRACTOR and withheld from final payment.
CONTRACTOR shall submit to the Project Inspector, on the AGENCY'S standard form,
requests for material testing at least 48 -hours before the required materials test is needed
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 the location of all high-risk
underground facilities 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 persons:
Utilities Contact Address Telephone Number
Pacific Bell Bob Szoke 26971 N. Furnivall Ave (661) 251-0093
Santa Clarita, CA 91351
Southern California Joe Montoya 25625 W. Rye Canyon Rd. (661) 257-8276
Edison Santa Clarita, CA 91355
Southern California Karen Clark 22245 Placerita Cyn. Rd. (661) 775-8773
Gas Company Santa Clarita, CA 91321
Santa Clarita Water Dennis Rolfe P.O. Box 903 (661) 259-2737
Company Santa Clarita, CA 91380
5-4 RELOCATION
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 or join 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.
F-6
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.
The second sentence of the last paragraph of subsection 5-4 of the Standard Specifications is
hereby deleted and replaced with the following:
When not otherwise required by the Plans, Specifications and when directed by the ENGINEER,
the CONTRACTOR shall arrange for the relocation of service connections as necessary between
the meter and property line, or between the meter and limits of construction. The relocation of the
service connections will be performed by the servicing utility company unless otherwise noted on
the Plans.
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 to the
ENGINEER for approval within 5 working days after the AGENCY's issuance of a notice of award
of contract. NOTE: REVISED CONSTRUCTION SCHEDULES SHALL BE SUBMITTED TO THE
ENGINEER FOR AGENCY APPROVAL AT LEAST TWO WEEKS IN ADVANCE OF BEGINNING
REVISED OPERATIONS.
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.
If a given location has both concrete and street work, concrete work shall be completed prior to
beginning street work.
Failure of the CONTRACTOR to adhere to the approved construction schedule will result in
damages being sustained by the City. Such damages are and will continue to be impracticable
The CONTRACTOR shall submit monthly 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.
6-6 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.
6-7 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 7:00
a.m. and 4:00 p.m., Monday through Friday except as noted in Subsection 7-10.1. 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.
F-7
Deviations for these restrictions will not be permitted without the prior consent of the ENGINEER,
except in emergencies involving immediate hazard to persons or property. In the event of either a
requested or emergency deviation, inspection service fees will be charged against the
CONTRACTOR. Service fees will be calculated at overtime rates including benefits, overhead,
and travel time; and will be deducted from the amounts due the CONTRACTOR.
EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGNE'CY AND
CONTRACTOR THAT $1,000 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND
ACTUAL DAMAGE CAUSED BY FAILURE OF THE CONTRACTOR TO LIMIT PERFORMANCE
OF THE WORK BETWEEN THE ALLOTTED TIMES. THAT SUCH SUM IS LIQUIDATED
DAMAGE AND SHALL NOT BE CONSTUED AS A PENALTY, AND THAT SUCH SUM MAY BE
DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR IF SUCH DELAY OCCURS.
TABLET
AGENCY -Designated Holidays
New Year's Day
Civil Rights Day
President's Birthday
Memorial Day
Independence Day
Labor Day
Veteran's Day
Thanksgiving Day
Day After Thanksgiving
Christmas Eve (12:30 p.m.)
Christmas Day
New Year's Eve (12:30 p.m.)
6-9 LIQUIDATED DAMAGES
January 1, 1999
January 18, 1999
February 15, 1999
May 31, 1999
July 5, 1999
September 6, 1999
November 11, 1999
November 25, 1999
November 26, 1999
December 23, 1999
December 24, 1999
December 31, 1999
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.
The CONTRACTOR shall not start, operate, move, or idle equipment prior to the designated
working time of 7:00 a.m. to 4:00 p.m. Monday through Friday unless otherwise approved by the
AGENCY.
2F
7-2
7-3
7-5
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.
LIABILITY INSURANCE
Liability insurance coverage requirements are amended as follows:
Insurance Coverage Requirements 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.
PERMITS
Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following:
F-9
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.
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.
7-7 7-7.1 Jobsite Safety -Add new subsection as follows:
In accordance with generally accepted construction practices, the Construction
CONTRACTOR shall assume sole and complete responsibility for job site conditions
during the course of construction of the project, including safety of all persons and
property, and this requirement shall apply continuously and not be limited to normal
working hours. Neither the AGENCY, the ENIGINEER, nor the Design Engineer shall
have control over or charge of, and shall not be responsible for, construction means,
methods, techniques, sequences, or procedures, as these are solely the responsibility of
the Construction CONTRACTOR. The Design Engineer shall not have the authority to
stop or reject the work of the Construction CONTRACTOR.
7-8 PROJECT SITE MAINTENANCE
7-8.1 Clean -Up and Dust Control - Add the following: Equipment shall be removed from the
site as soon as it is no longer necessary for the project. Within 24 hours of a request from
the AGENCY, CONTRACTOR must remove equipment from the site that is no longer
needed for the project. Refusal by the CONTRACTOR to remove the equipment may be
cause for withholding progress payments.
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, driveways, 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.
The CONTRACTOR shall complete all work in a systematic and orderly manner as approved by
the ENGINEER. At location of work where existing concrete improvements are to be removed
and replaced the CONTRACTOR shall limit his Work efforts to ensure each area is completed
within 5 days from removal of improvements or as approved by the ENGINEER.
For areas where cold milling of asphalt pavement is required, the CONTRACTOR shall complete
the final overlay surface course within 72 hours after completion of the cold milling.
Relocations, repairs, replacements, or reestablishment shall be at least equal to the existing
improvements and shall match such improvements in finish dimensions and function unless
otherwise specified.
F-10
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 of
driveways, sidewalks, or street work adjacent to the point of access for a period of time
not to exceed 48 hours. No overnight closure of any driveway will be allowed, except as
permitted by the ENGINEER.
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, but 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, 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 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, and reposted per the above requirement.
CONTRACTOR shall schedule progression of work such that overlays shall be performed
no more than 72 hours after a particular section of roadway is removed or cold milled.
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, CONTRACTOR'S
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.
For all other street construction work on this project, the CONTRACTOR shall maintain a
minimum of one 15 -foot travel lane open at all times, unless otherwise approved by the
ENGINEER. The CONTRACTOR shall supply and utilize flagmen to direct traffic when
only one lane of traffic is available on any street. Traffic control and lane closures shall
conform to the latest edition of the Work Area Traffic Control Handbook (W.A.T.C.H
Manual).
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.
F-11
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 delineation until permanent
striping is placed.
7-10.4 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 shall make whatever provisions are
necessary to protect the public. The CONTRACTOR shall use foresight and shall take
such steps and precautions as his operations warrant to protect the public from danger,
loss of life, or loss of property which would result from interruption or contamination of
public water supply, interruption of other public service, or from the failure of partly
completed work or partially removed facilities. Unusual conditions may arise on the work
which will require that immediate and unusual provisions be made to protect the public
from danger or loss, or damage to life and property, due directly or indirectly to
prosecution of work under this contract.
Whenever, in the opinion of the ENGINEER, an emergency exists against which the
CONTRACTOR has not taken sufficient precaution for the public safety, protection of
utilities and protection of adjacent structures or property, which may be damaged by the
CONTRACTOR's operations 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.
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 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 handbills. Handbills shall be distributed at least 48 hours, but no
more than 72 hours, in advance of work. 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 fail within 500 feet to the limits of work. The
CONTRACTOR shall include in its bid all costs for the above requirements.
Payment: The cost for the CONTRACTOR's work in distributing the handbills shall be
included in related items of work and no additional payment shall be made.
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
No field offices for AGENCY personnel shall be required, however, 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.
F-12
SECTION 9 - MEASUREMENT AND PAYMENT
9-3.2 Partial and Final Payment - Subsection 9-3.2 of the Standard Specifications is hereby
deleted and replaced with the following:
The closure date for the purpose of making partial progress payments will be the last day
of each month. Prior to the end of each month and preparation of progress payment, the
CONTRACTOR shall meet with the ENGINEER to review all work to date and prepare a
statement of the quantity of work completed to date.
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 after CONTRACTOR
submits the progress payment. 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.
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.
F-13
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
Y2"
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
200-2.1 Untreated Base Materials - The base material to be supplied by the Contractor shall be
Crushed Aggregate Base.
SECTION 201 - CONCRETE MORTAR AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 General - The same brand, type, and source of cement and aggregate shall be used for
all Portland Cement Concrete. Concrete shall be Type ll. 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.
F-14
201-4 CONCRETE CURING COMPOUND
201-4.1 General - Concrete curing compound shall by Type 2.
SECTION 203 - BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE
203-6.1 The following mix designs shall be utilized by the Contractor for this project.
Asphalt Concrete Overlay - Asphalt concrete material used for asphalt concrete (AC)
overlays shall be class and grade C2 -AR -4000.
Base Course and Dig -Out Repairs - Dig -out repairs shall be laid in courses 0.25 ft.
maximum. Asphalt concrete material used for A.C. dig -out repairs shall be Class and
Grade B -AR -4000.
Aggregate Storing, Drying, and Screening - The drum -drier method is not acceptable.
The batch plant method must be used.
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".
Mixing - The batch plant method must be used
SECTION 207 — PIPE
Reinforced concrete pipe (RCP) shall conform to the requirements of section 207-2 of the Standard
Specifications.
SECTION 210 - PAINT AND PROTECTIVE COATINGS
Traffic stripping and pavement legends to be placed within the street right-of-way limits shall be
thermoplastic and comply with Section 84 of the State Standard Specifications (July 1995 edition).
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-1.1 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 curb and sidewalk
construction. Topsoil material shall be free of all rocks larger than 3' diameter, debris,
sticks, and other trash.
Material excavated from the street section is not approved for Class `C' topsoil placement.
212-2.1 Irrigation Pipe - Existing irrigation lines and heads to be removed or adjusted due to 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.
F-15
SECTION 213 - ENGINEERING FABRICS
Pavement fabric shall conform to the requirements of section 213-1 of the Standard Specifications.
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.
F-16
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: root pruning of existing trees; the removal
of existing weeds, brush, grass or other material in or along the edge of areas to receive
A.C. pavement, and concrete construction; sweeping and cleaning surfaces and the
removal and disposal of raised pavement markers prior to resurfacing; salvaging any
items as directed by the ENGINEER; and protecting of all facilities so indicated on the
plans. Additionally all existing thermoplastic markings and pavement striping shall be
removed prior to placement of overlays. Thermoplastic shall be removed by coldmill or
other approved method. Existing painted markings and pavement striping, which conflicts
with new striping layout or as directed by the ENGINEER, shall be removed by wet
sandblasting.
300-1.2 Preservation of Property - Add the following sections:
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 City Arborist must review prior to such root pruning. The City Inspector shall
approve root pruning and removals and tree removals.
The root pruning and shaving process shall be as follows: The CONTRACTOR shall
selectively remove the 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.
Roots scheduled for removal that are greater than 2 inches in diameter must be pre -
approved by the City Arborist. Failure of the CONTRACTOR to pain aooroval before
sum or nl.uuu unless otherwise orovided 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 approved cases, partial "root shaving" can be performed with a stump
grinding machine without severing the entire root.
Where it is necessary to remove more than one-quarter of the tree's root system, the City
Inspector may instruct the CONTRACTOR to shave the root system.
F-17
300-1.4 Payment
The lump sum price for Clearing and Grubbing shall include full compensation for removal
and disposal of all resulting materials and no additional payment will be made therefore.
300-2 UNCLASSIFIED EXCAVATION
300-2.1 General- Unclassified excavation shall consist of all excavation and removals of existing
roadways, bituminous pavement, and concrete pavement, curbs, walks, gutters,
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:
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.
In areas where concrete removals require the addition of material to
establish grade, the CONTRACTOR shall provide, install and compact
crushed aggregate base material to the grades required for construction of
the new concrete improvements. Base material shall be compacted to 95%
compaction for gutters, curbs and all limits within street limits. Areas under
sidewalks and driveways shall be compacted to 90% compaction.
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
F-18
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 curbs, gutters, and cross gutters shall
be constructed on subgrade material compacted to 95%. Where required by the
ENGINEER, the CONTRACTOR shall provide, install, and compact crushed aggregate
base material as fill material to make grade in areas where grade does not meet design
elevations.
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.
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.
The CONTRACTOR will be required to locate and tie out all manhole, valves, and at
grade utility structures located within the street prior to completing any work in the street.
301-1.8 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.
301-2 UNTREATED BASE
301-2 General
Areas where base material is to be placed, the material shall be placed in lifts not exceeding 6 -
inch lifts and compacted to 95% compaction. Prior to placement of base, the subgrade shall be
scarified to a depth of 6 -inches, moisture conditioned and recompacted to 90% relative
compaction.
F-19
301-2.4 Measurement and Payment
The crushed aggregate base material to be placed within the project limits shall be measured
by the ton of base material placed, and compacted. The price for base shall include full
compensation for all labor, materials, equipment, and tools required to excavate, place, compact
the base material as directed by the ENGINEER, or as specified in these specifications and no
additional payment shall be made therefore.
SECTION 302 - ROADWAY SURFACING
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 1/8 -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.
302-5.4 Tack Coat - Tack coat material shall be Grade SS -1 h 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
F-20
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.
Full compensation for asphalt concrete overlay, shall be included in the contract unit price
bid per ton for each item as described in the, and no additional payment will be made
therefore.
Full compensation for coldmill asphalt concrete shall be included in the contract unit price
bid per square yard, and no additional payment will be made therefore.
SECTION 303-5 - CONCRETE CURBS, GUTTERS, WALKS, CROSS -GUTTERS ACCESS RAMPS AND
DRIVEWAYS
303-5.1 General - All new or replaced concrete gutters shall be water tested by the CONTRACTOR in
the presence of the ENGINEER to test flow capability. Those gutters where there is no water
flow shall be removed and reconstructed at the CONTRACTOR'S expense.
Construction of new sidewalks, where none currently exist will require the CONTRACTOR to
clean the area of all rocks, grass, and debris as specified in Section 300-1, "Clearing and
Grubbing". The CONTRACTOR shall excavate, grade, compact and place forms as required
construction of the new walks. The CONTRACTOR shall adjust to the new sidewalk grade all
City owned facilities including meter bases, traffic pullboxes, hand holds, and other appurtances
prior to placing concrete. Utility companies adjustment of their facilities shall be coordinated with
the CONTRACTOR to ensure all existing facilities remain at the required grade prior to
placement of the concrete.
The construction of curb and gutter when adjacent to curb ramps, sidewalks, or driveways shall
not be constructed as an integral pour. The curb adjacent to new cross gutter construction shall
be integral with the spandrel as directed by the ENGINEER.
303-5.5 Finishing
303-5.5.1 All concrete work shall be finished in texture, scoring, banding, and generally
the same manner as the adjacent existing improvements. Expansion joints
shall be 1/4 -inch felt material and spacing of 120 -feet minimum.
303-5.5.6 Curing. 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 curb, gutter, walk, driveways, and ramps
shall be made at the unit price bid as called out in the Bid Schedule and shall include
water test, tools labor, equipment and incidentals necessary to do the work.
Payment for curb ramps shall include removal and construction and shall be made at unit
price per each, including monolithic retaining curb (8 -inch maximum), curb and gutter, AC
F-21
pavement required along the ramp conform, 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 driveway approaches outside of the public right-of-way shall be
included in the measurement for driveway approaches.
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
The text of Section 307 of the Standard Specifications is deleted and replaced with the following:
Furnishing, installing, and modifying traffic signal and lighting equipment and payment therefor shall
conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the State of
California Department of Transportation Standard Specifications dated July 1995 (hereinafter referred
to as State Standard Specifications) and the State of California Department of Transportation. Standard
Plans dated July 1992 (hereinafter referred to as State Standard Plans), the Plans and these Special
Provisions. Copies of the State Standard Specifications and State Standard Plans are available from
State of California, Department of General Services, Publications Distribution Unit, P.O. Box 1013,
North Highlands, CA 93660.
Any references to Los Angeles County Specifications shall refer to the Additions and Amendments to
the Standard Specifications for Public Works Construction (Greenbook), 1997 or most recent edition.
The following Special Provisions are supplementary and, in addition to the provisions of the State
Standard Specifications, are only called out if elaborations, amendments, specifying of options, or
additions are required.
SECTION 86-5 DETECTORS
86-5.01A Inductive Loop Detectors
CONTRACTOR shall core drill for round traffic signal loops. Loops shall be 6 -feet in
diameter in circular slots, 0.50" in width by 5.0" in depth. Lead-ins shall be saw cut to the
appropriate pull box within 50'. Saw -cut to be 0.250" in width by 3" to 5" in depth. In no
case shall the depth of any saw -cut or core drill exceed the thickness of the AC
pavement. A minimum of 1" of paving shall be maintained from the bottom of the saw cut
to the roadway base course.
A preformed loop wire for round loops shall be made of Detecta-Duct Traffic Signal loop
wire and shall be stacked in the cuts and secured from floating. All cuts less than 3
inches shall be sealed with an elastomeric sealant, 3M type or approved equal. Cuts
between 3 and 5 inches shall be sealed using Hot -Melt per Caltrans Standard
Specifications..
Performed round loops shall consist of three, 6' diameter turns of Detector -Duct loop wire,
laid one loop on top of the other and glued, so each loop remains in place. The tails in
the loop that run to the pull box shall be approximately 50'.
Loops shall be installed on the same day in which the loop slots are cut. This shall
include placement of the loop conductors and sealant.
F-22
Residue resulting from slot cutting operations shall not be permitted to flow across
shoulders or lanes occupied by public traffic and shall be removed from the pavement
surface.
All cuts shall be washed clean. Water and slurry shall be vacuumed out, leaving a clean
and dry loop area.
Loop detector lead-in cable shall be Type B
Inductive loop detector expansion joint per Los Angeles County Standard Plans shall be
installed wherever a loop wire saw cut crosses a pavement type change or where vertical
pavement fracture may occur as determined by the ENGINEER.
Obtain approval of exact loop prior to final placement.
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 existing irrigation and
sprinkler systems shall be included in the lump sum bid price in the bid schedule 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.
SECTION 310 - PAINTING
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310-5.6.5 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 RPM's, and thermoplastic legends and markings. The
CONTRACTOR must gain approval of layout from the Traffic Department before
final paint and striping placement.
F-23
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 for a 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.
310-5.6.8 Application of Paint
All legends, and markings located within the street right-of-way 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:
Thermoplastic material for lane delineation and striping shall be measured by the
linear foot of striping and paid for under the corresponding bid item in the bid
schedule.
Payment for lane striping utilizing raised pavement and reflective pavement
markers shall be measured by the linear foot of lane striping installed. Bid prices
shall apply for all color and type of pavement marker installed. The payment for
each type of lane striping and configuration installed within the project limits shall
be as listed in the bid schedule per the applicable Caltrans Standard Detail.
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, and corrective work. All labor,
materials, tools equipment and incidentals necessary to do the work.
SECTION 314 - SIGNS
Section 314 is hereby added to the Standard Specifications as follows:
314-1 TRAFFIC SIGNS AND OBJECT MARKERS
314-1.1 General
All details and dimensions for traffic signs and the installation thereof, shall conform to the
latest editions of the California Department of Transportation Traffic Sion Specifications
Traffic Manual Maintenance Manual and Standard Specifications, 1995 edition. Materials
shall be certified as meeting all applicable specifications. Copies of the Standard Plans,
F-24
the Specifications, and the Manuals are available from the State of California, Department
of Transportation, Publications Distribution Unit, P.O. Box 1015, North Highlands,
California 95660.
314-1.2 Sign Relocations
Relocated signs shall be installed using new 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 to at least 6" below the bottom of the posts.
314-1.3 Sign Installation
Relocated signs shall be installed using allied, Unistrut or equal sign posts, anchors and
anchor sleeves. Anchors shall be set at a minimum 30" depth. The sign post, anchor and
anchor sleeve shall be galvanized 12 gauge square steel tubing with 7/16" Dia. die -
punched knockouts full length on four sides. The sign post shall be 2", the anchor 2.25"
and the anchor sleeve 2.5". See appendix for City's hardware installation requirements.
314-1.4 Payment for Sign Relocation
314-1.5 Payment for sign relocation and new sign installation will be made on the unit price paid
per each as shown in the Bid Schedule. The unit price paid shall include full
compensation for furnishing all labor, materials, tools and equipment, and for doing all
work involved in, or appurtenant to, the relocation of signs as shown on the Plans or
required in the Specifications.
F-25
APPENDIX
STANDARD DRAWING
AMERICAN PUBLIC WORKS ASSOCIATION (A.P.W.A.)
1. Standard Plan No.
110-1
2. Standard Plan No.
112-1
3. Standard Plan No.
120-1
4. Standard Plan No.
205-1
5. Standard Plan No.
303-2
6. Standard Plan No.
313-1
7. Standard Plan No.
335-1
Driveway Approaches
Curb and Sidewalk Joints
Curb and Gutter -Barrier
Manhole Adjustment
Curbside Catch Basin with Grating(s)
Local Depressions at Catch Basins
Pipe Connections to Existing Storm
Drains
CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS
1. Standard Plan No. A20 Pavement Markers and Traffic Lines Typical
Details
2. Standard Plan No. A24E Pavement Marking Words and Crosswalk
3. Standard Plan No. ES -5B Signal, Lighting and Electrical Systems Detectors
CITY OF SANTA CLARITA
Basic Sign Hardware Installation Requirements
A
i
1200 mm CRACE E=E.=KS I 2rC
(4') MIN
It
STR GR/25
120C mm
(4') MIN
Y4
Tv^ -
J —
i
X I W X
r A'
TYP
IC 'RE 'AO_.
... X. --
DRIVEWAY APPROACHES
S'.;NCARC ?LAN
ME"RI`
EZNR CKCCN =S��C.
GREENBCCK CCMwTES
\9sa
11 0 — 1
SNE- 1 0F1
USE WITH STANCARO SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
1229 (�,.
! 13`'C ",-3-
G'-6"
C"',
1290 1C"
1.5CC
2'-_
:7'- 3"
1200 112"\'
mC' 151.0 .6.—_..\
25"'
�8.-9"\.
NO'_O.
i. RESiCE.N7AL DRiVE'NAYS SEAL: BE 'CC mm
(4") nmICX ?CO.
2. COMMERCIAL DRIVE'NAYS Si -.ALL BE 190 mm
(6") T;!CK PCC.
2. WEAKENED ?LANE JCIN-S S'nALL R 'NSTALLE--
A- BC SICE OF A DRIVEWAY ANC A7
AP°RCXIMA E_Y 3000 mm (1C'j .N-RVALS.
G. CURB ?CR TYPE C_DRIVEWAY 3P AL_ BE
!N-EGRA, AND MA C. AC,.ACENT
INTEGRAL CURE, A CCNS7LC7CN. _
C. REFER 70 LOCAL CEVELOPMEVT REGULATICNS
1200 MIN T FOR AMERICANS ND DISABIL; TIES I :ESS
(a'\ RECaREMENTS AND MAXIMUM ?E.iMI'-EC
GRADE t .'K^
CRIVE'NA� WIC -ii S.
Y I R 6. IC
AND ENCNS SrN17 ON :SIS =LAN =OR QUAL
L AND ENOL S- UNITS ARE VC- EXAC =" EQUAL
VALUES. iF ME-R!C UNI -S ARE U :. ALL
VAL' ES USE. =CR CNS7'RLC70N -:-ALL BE
ME.R:C VALJES. !F E-NGLISH 'UNI -S ARE
USEC. AL_ VALJES I; SEC -C4 CCN S-RLCICN
pi
Si -AL- C_ ENOLS? 'VAI-JES.
TYP
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
�UBIRiRWCRKS1VANCARTEO BY XE
DRIVEWAY APPROACHES
S'.;NCARC ?LAN
ME"RI`
EZNR CKCCN =S��C.
GREENBCCK CCMwTES
\9sa
11 0 — 1
SNE- 1 0F1
USE WITH STANCARO SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
CURB RAMF
STANCARC PUN
RR'AICR:-J3YRbS
�IJ81LC'NCRK$ $-aRC�RCS .NC.
MET RIC
CURB AND SIDEWALK JOINTS
GRE_NSCCK C�NMICEE
3 x
lsM
�✓
w
3' 3: 3i 3i
C�
I'
_;(F �? orq
EXP JT�
i
I
'N=_ NEA<ENEC PLANE ,.C:N- CR ..:.<,= RE -URN
NP;
EX= .- Ea=_\$ICN JCIN? E_- EVC _- „LRB RE LRN
WPJ
VC_-_
NF.
.. 'NEA<ENEC PLANE JCIN-S SHAL_ of'..__C FCR A__ .C;N-S.
EXC-= - --A- EXPANSiCN JC;NTS SHAL_- BE PLACEC A- 7-r
`NF;
=C.R .ANC =CR IN CURB. GU?,ER ANC SiCE'NAL:<, A�\C AR C'cNL
—'REGI 'NEL_
..'_ -1 =„.._S LOCA'ED N SDENAL< .AREAS.
WPJ
NF„
2. NE.A<=N=C PLANE JOIN'S SHALL BE CCNS-.RLC-EC A- REGULA=
'-IL; TYI POLE
.N cR`JA_S NOT EXCECDING 3000 mm. 1:0') ;N NA_:<S AND
'20') iN GUT`RS, JCIN-S IN CLRB ANC 'NAL<
JT
EXP HJT
-C E _ . ALIGNED.
WF,; I
3. CLR= ANC GL?'ER Si -.AU_ BE CCNS RCC -ED SEPARA c” FROM
=.GENAL<.
EXF Ji ECR
t, DIMENSIGNS Si-'CWN ON :-iS PLAN
EXP JT
FOR ME -RIC .AND ENCLS.- UNITS
-NE ARE NC' EXAC-L" ECLAL VALJES.
\ WP- yA G]�
IF ME -RIC UNI -S ARE "SEC, ALL
VALJES 'SED =OR ,CNS-RU'C-!CN
SHAL_ S_ :ME -RIC VAL__^. !Fi
ENGLSi- JNI'S ARE U_C . AL_
G
x
VALUES JS . 0R CCNS'RUC:iCN
CURB RAMP
"'
SHAL_ BE :NGLISi- VAL,;ES.
Q�
I
3 �
a
3
x
w
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANCARC PUN
RR'AICR:-J3YRbS
�IJ81LC'NCRK$ $-aRC�RCS .NC.
MET RIC
CURB AND SIDEWALK JOINTS
GRE_NSCCK C�NMICEE
11 2 - 1
lsM
Rei .9%
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHE- I OF 1
z
P Z
F_ C —
E 5C - 150 mm C.; N
S A _-=R
I 3.
j SLOPE 6.:';.�
1 -
E -
E'.E.
25
A'—i^
�AN
A 2 ren :VC A2-2
P Z
EG0 mm N
' -(6 i •,6-i .MIN.
n SiCES
.n^ ol"
NI i
2-' C; 3C(6; '.ND
A.3 -15C(6) AND A3-2CC(8'. mm D 200(8'
NOTES: _
j
t. THE LAST NUMBER IN THE OESIGNA7C14 IS �z
THE CURB FACE (CF) 4EQ-47. (INC -ES). _3?Oht x 2-50 mm
2. GUTTER MCT 1, w, IS BGC v
e c --' - t=0 �nm 'z 'CCC -m C
UNLESS 0T4c3M_E S?_C:. cu. 3t x v - OCj
3. TYPES A7, A2. A_ ANC C' SHAL_ BE u'Ij E �`6.% '
CONSTRUC-ED FROM FCC.,2CU N PLACE-
.
4. TYPE 01 CURB SHALL BE CONS RLC -C BATE= .::12 j
FROM ASF4ALT CCNCRE7E0 --
5. TYPE Cl CURB SHALL BE ANCHCRE7 'M'H 2 "
SI'cEl OCwELS AS SHOWN OR W-4 AN '—
E?OXY APPROVED BY THE ENGINEER. 75 mm
6. ALL EXPOSES CORNERS ON =CC C:RBS /
ANO GUTTERS SHAL_ BE RCI:VCEC 'M-: A
15 mm (1/2") RAOIU'S.
7. DIMENS;CNS SHCWN ON =15 =LA` =Q.-<
METRIC ANC ENGLISH UNI -S ARE NC' j
EXAC LY ECUAL VALUES. US -c E =E.R — S ^ — ^
ME -RIC CR ENGLISH VALUES,• A- C 1 „C(O� .4:V v " L
REQUIRED, BUT NOT BCTr, EXCEF' iHAT
ASTM 675 REINFORCING S'E=L MA"
BE SUBS-ZJTED FOR AS_.1 5'5M S -c_.
AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER
PRC�CRKS _0 $Y'I+E
PUBO RCMU N$ $-. Sy E aC
GRE_vBCCR CG.YwiT-=
CURB AND GUTTER - BARRIER
' A METRIC NDARD �N
120-1
Reissa
SHEET t OF'
USE WITH STANDARD SPECIF?CATIDNS FOR go Int WORK$ CONSTRUCTION
INSTALL MANHOLE FRAME
AND COVER (SEE NOTE ICI
15 mm (1/2')
CLASS •0'
MORTAR
PROPOSED GRACE CR
TOP OF MANHCLE
D
300
mm (12" MIN.
SE
m4 MAX.
m
/.
(SEE
(
7Z 7
407E ZA)
INSTALL MANHOLE FRAME AND /PROPOSED GRADE OR
COVER (SEE NOTE IC) / TOP OF MANHOLE
EXISTING GRADE OR O
TOP Of EXISTING (SEE NOTE IBI
MANHOLE
W it rTCP CF EX;S7.NG � i ti_
= SR: CKWORK—
_ 7,1 im
WI i�
l I W, NI 11 11 _
NI v
z -RENO VE EXISTING
iI SR!CKWCRK TO AN
_=VATiON A, i
-1 'IIHICH :NSICE
EXISTING II 1 I 11 DIAME7ER OF I I ^^=
MANHOLE --w l EXISTING MANHOLE
-1 407 'LESS THAN I_ --.------
n r 75C mm :3C'7 L.I
I I
III � i I
III I i
I
RAISING EXISTING BRICK MANHCLES
Fr INSTALL .MANHOLE FRAME
EXISTING GRADE OR TOP AND COVER (SEE 40 E iC)
OF EXISTING MANHOLE—� rTOP OF EXIS7:NG BRICKWORK
PROPOSED GRADE OR r I- \ 1 E{
TOP OF MANHOLE -\
i 'yam
RECONSTRUCT101�1
DI 11
BRICKWORK.
1 m (40') MIN. f ~ 1 II
0
a r z
11 ,14 a W 1 1
11"7
I
REMOVE =XISTING
BRICKWCRK TO AN
j _EVATION AT
'WHICH JPPER
AOR TION OF
MANHOLE CAN SE
REC0NS7RUCTEO
ON A 7 A ER NOT
TC EXCE:D TWO
HORIZONTAL TO
F!VE VERTICAL
'4 mm U/2')
CEME.'I7
PLASTER
EX; S 7; NO
MANHOLE
LOWERING EXISTING BRICK MANHOLES
BRICK MANHOLES
EXISiTING
L MANHOLE
I I ate,/ I i
LL-
RAISING
LRAISING EXISTING PRECAST
CONCRETE SEWER MANHOLES
EXISTING GRACE OR TOP OF EXISTING W.NHOLE-�,
PROPOSED GRADE OR I INS7ALL MANHOLE
TOP OF MANHOLE I FRAME AND COVER
ii (SEE NOTE ICI
i-
(SEE NOTE I
1 1 0
Ir I I
I I � i�-EXISTING
L _ _ MANHOLc
II i
LL—
LOWERING
L
LOWERING EXISTING PRECAST
CONCRETE SEWER MANHOLES
PRECAST CONCRETE SEWE MANHOLES
AMERICAN PUBLIC WORKS ASSCCIA71ON - SOUTHERN CALIFORNIA CHAPTER
�aCMuu^+"cam 3r -c ST=NCARC PUN
SEWER MANHOLE ADJUSTMENT I METRIC
REEN8CCK =MMr' 1 205-1
xEi su USE WITH STANCARC SPEC:F;CA^,ONS FOR PUBLIC WORKS CONSTRUCTION 1 5,EE ' OF
NOTES:
GENERAL
A. EXCEPT AS INDICATED HEREON OR ON THE PROJECT PLANS. MANHOLES SHALL
CONFORM TO STANDARD PLAN 20C. PRECAST CONCRETE SEWER MANHOLE AND
STANDARD PLAN 203. BRICK SEVER MANHOLE.
B. DIMENSION 'D' SHALL BE THE SAME AS THE SIZE OF MANHOLE FRAME AND
COVER TO BE USED.
C. THE CONTRACTOR MAY REUSE T: -E EX:S T iNG 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.
0. EXISTING STEPS LOCATED W17H N REMOVAL LIMITS SHALL BE REPLACED. WHEN
REMOVAL OF EXISTING STEPS BE"ONC THE MANHOLE REMOVAL LIMITS IS IN-
DICATED ON THE PROJECT PUNS, T,E S7= -.ZS SHALL BE REMOVED TO A DEPTH
OF 50 mm (2 IN.) BEYOND THE INS;DE FACE OF THE BRICK MANHOLE AND
THE HOLES SHALL BE FILLS: WI'n CLASS '0' MORTAR.
Q- RAISING EXISTING BRICK MANHCLES
A. BRICK MANHOLES TO BE RAISED 7 -=_SS, THAN 300 mm (I FT.) MAY BE EXTENCED
VERTICALLY, PROVIDED THAT A7 A CE?TH OF 750 mm (2 1/2 FT.) BELOW
THE TOP OF THE MANHOLE AT i7S NEW ELEVATION, THE INSIDE DIAMETER
OF THE MANHOLE IS 750 mm (3C IN.) OR GREATER.
B. BRICK MANHOLES TO BE RAISED LESS THAN 90 mm (3 1/2 IN.) MAY BE RAISED
BY APPLYING CLASS '0' MORTAR TC 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 TC BE LOWERED LESS THAN 300 mm (1 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 NC
T OVERHANG THE BRICKWORK ON THE INSIDE SUR-
FACE OF THE MANHOLE MCRE T -AN 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' MCRTAR 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 TCTAL HEIGHT OF MORTAR, EXISTING AND NEWLY APP-
LIED, WOULD EXCEED 75 mm (3 iN.), GRACE 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 CF 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 P?E TO THE LOWER SEGMENT OF THE SHAFT. AND
REINSTALL THE REDUCER AND GRADE RINGS AS REOUIRED.
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANCARC i./1N
MEDIC
SEWER MANHOLE ADJUSTMENT
205 - 1
SHE- 2 GF 3
5. LOWERING EXISTING PRECAST CONCRETE SEWER MANHOLES
A. REMOVE SUFFICIENT GRACE RINGS TO LOWER THE MANHOLES AS REQUIRED,
APPLY CLASS 'D' MORTAR TO A HEIGHT NOT EXCEEDING 75 mm (3 IN.)
FOR ADJUSTMENT TO FINAL GRACE.
B. WHERE REMOVAL OF GRACE 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 SECTiCNS OF THE LOWER SEGMENT OF THE SHAFT AND
REINSTALL ANY NECESSARY SEGMENT OF THE LOWER SHAFT, THE REDUCER. AND
THE GRACE RINGS TO CONFORM TO THE RECUIREMENTS OF THIS PLAN.
C. EXISTING GRADE RINGS NEE NCT 3E REMCVED IF EXISTNG MCRTAR IS REMOVE,
AND AT LEAST 35 mm (I i/2 IN.) OF MORTAR MAY BE PLACED ON TOP OF THE
EXISTING GRADE RINGS TO RESEA7 THE FRAME.
6. REPLACEMENT OF BRICK REDUCER WITH PRECAST CONCRETE REDUCER AND SHAFT.
UNLESS OTHERWISE INDICATE ON THE PLANS. THE CONTRACTOR MQY INSTALL
A PRECAST CONCENTRIC CONCRETE REDUCER, CONCRETE GRACE RINGS, AND
CONCRETE PIPE IN LIEU OF RECONSTRUCTING A BRICK REDUCER, PROVIDED:
A. THE MAXIMUM I.D. OF SEWER PIPE CONNNETED TO THE MANHOLE DOES N07
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 INSTALLATICN 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 10' MORTAR. THE DEPTH, WIDTH, AND THICKNESS OF THE MORTAR
SHALL BE OF SUFFICIENT DIMENSIONS TO PROPERLY AND ACEOUATELY JOIN AND
BED THE COMPONENT PAR -S.
7. 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 MET.R'C VALUES WITH THE EXCEPTION OF REINFORCING
BAR SIZES FOR WHICH ENGL'SH (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
s-.,vc�Ro a! aN
SEWER MANHOLE ADJUSTMENT
•nE?AIC
A DEPRESSED DRIVEWAY CURB
�C G CURB
\� CURB FACE + H
Qj I - FRAME AND GRATING
p e..
U STREET. GUTTERESS) OR
LOCATION �(`/ LOCAL DEPRESSION
7� � I SURFACE 5 mm(I/4')R
TIE I STEPS- (TYP.) -
\
MR., 151
I I'ai� it • ':'
f Aa 7
i. CENTER
��••���� �`............. >:SUPPORT FOR
i' ... MULTIPLE GRATES
1 �"''''• T 648 mm(2'-1 7/2'7 t
�flll�!II�!Iililil�Illil�,!� ���
p Y e
3: e I mm
p � i l3 (3 '7R STEPS
CENTER
SUPPORT FOR 1 •,--�' "-• '-
MULTI, LEGRATES'
1111 1 ..I CONNECTOR PIPE OR OPTIONAL ROUGHENED
li ili I�� ;i;:c MONOLITHIC CATCH 1 CONSTRUCTION JOINT
III II �ItiI�I IIIi�illl"hii'i '; I.
SAS IN CONNECTION—
\(TYPICAL)
p_y OPTIONAL SUBGRADE —
III !III i,II�j���,II SECTION A -A
FLOW LINE
CURB
PLAN
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD PLAN
RRCMULGATP dY'1'E CURBSIDE GRATING CATCH BASIN Mme'°
i9L:C'NCR1t5 ST?NCa RCS �NC
GREENpecKCcmmlr.EE
303-2
19"
Rei USE'NITH STA NCARC SP EC: FICA -TONS FOR PUBLIC WORKS CONSTRUCTION SHEET t CF 2
STRUCTURAL
DATA
WAL_ AND SLAB DIMENSIONS AND
R_NFORCEMENT
REQUIREMENTS
REINFORCEMENT
NO. OF
WAX
I
FOR
GRATES
V
WALLS AND SLABS
150
mm(6')
1-2
1 2.4
m(S"
1 200
mm(8')
NOT REQUIRED
1-2
1 3.0,
MIT C'1
1 250
mm(10')
1-2
1 3.5
.mtl2.1
1 250
mm(10')
I REQUIRED
3-4
1 1.2 m14
1 150
mm(6')
I
NOT REQUIRED
3-4
I 2.0
mi T^
i 200
mm(8.7
3-4
1 2.4
m(9'1
1 .200
mm(8')
1
3-=
3.5
m(! 2';
250
mm(IO')
REQUIRED
5-6
2
-i a':
150
mm(6'1
1NOT
REQUIRED
5-.3
�.8
m16
200
mm(B')
5-6
2.4
m(8':
200
mm(B'l
5-6
3.-'
m(;2':
200
mm(S'l
I
>6
1 2
ma"
150
mm(6')
1 REQUIRED
>6
2.4
m(9':
200
mm(8')
1
>6
! 3 5
m(!2)
250
mm(10'7
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD PLAN
RRCMULGATP dY'1'E CURBSIDE GRATING CATCH BASIN Mme'°
i9L:C'NCR1t5 ST?NCa RCS �NC
GREENpecKCcmmlr.EE
303-2
19"
Rei USE'NITH STA NCARC SP EC: FICA -TONS FOR PUBLIC WORKS CONSTRUCTION SHEET t CF 2
NOTES:
1. SURFACE OF AL' EXPOSED CONCRETE SHALL CONFORM IN, SLOPE GRADE. COLOR. FINISH. AND
SCORING TO THE EXISTING OR PRCPOSED CURS ADJACENT TO THE BASIN.
2. ALL CURVED CONCRETE SURFACES SHAL_ BE FORMED BY CURVED FORMS. AND SHALL NOT BE
SHAPED BY PLASTERING.
3. FLOOR OF BASIN. SHALL BE GIVEN A STEEL 7R' -'NE:- FINISH AND SHALL HAVE A LONGITUDINAL
AND LATERAL SLOPE OF i:!2 .MINIMUM ANC :3 MAXIMUM, EXCEPT WHERE THE GUTTER GRACE
EXCEEDS 8 PERCENT, IN 'WHICH CASE T-- -ONG 7UOINAL SLOPE OF THE FLOOR SHALL BE
THE SAME AS THE GUTTEP GRACE. SLCPE F: -CCR FROM ALL DIRECTIONS TO THE OUTLET.
4. ONE GRATING IS REQUIRED 'UNLESS OTH ERWI<E SHOWN ON THE PROJECT PLANS.
5. DIMENSIONS
V = THE DIFFERENCE IN E'_EVA"�ON BE -WEEN THE TOP OF THE CURB AND THE INVERT OF
THE CATCH BASIN A7 THE OU7-EF = 1.35 1(4.5').
VI = THE DIFFERENCE IN E_E'VA- CN BE -WEEN 'HE TCP OF THE CURB AND THE INVERT AT
THE UPSTREAM ENC 0F. BASN. AND SHALL BE OETERMINED BY THE REJUIREMEVTS
OF NOTE 3. BUT SHAL_ -
NO- BE -=SS THAN CURB FACE PLUS 300 mmil2';.
VU= THE DIFFcRENCE IN E ='lAT'ON BEEN THE TOP OF THE CURB AND THE INVERT AT
THE INLET. NOTED ON THE PRO.EC7 ?'ANS.
H = NOTED ON THE PROJECT PLANS.
W = 900 mm(Z'-II 3/8') FOR ONE GRAT.NG: ADD :C51 mm(3'-5 3/8'! FOR EACH AC0170NAL
GRATING.
A = THE ANGLE. IN DEGREES. INTERCE?-=0BY THE CENTERLINE OF THE CONNECTOR PIPE
AND TiiE CATCH BASIN WAL- TO 'WH CH THE CONNECTOR PIPE IS ATTACHED.
6. PLACE CONNECTOR PIPES AS INDICATED CN T E PROJECT PLANS. UNLESS OTHERWISE SPECI-
FIED. THE CONNECTOR PIPE SHAL_ BE 'LOCATED AT THE DOWNSTREAM END OF THE BASIN.
WHERE THE CONNECTOR PIPE IS SHOWN AT A CORNER, THE CENTERLINE OF THE PIPE SHALL
INTERSECT THE INSIDE CORNER OF THE BASIN. THE PIPE MAY BE CUT AND TRIMMED AT A
SKEW NECESSARY TO INSURE .MINIMUM 30 mm(3'! PIPE EMBEDMENT. ALL AROUND. WITHIN THE
CATCH BASIN WALL. AND 75 mm(3') RACIUS OF ROUNDING OF STRUCTURE CONCRETE. ALL
AROUND, AOJACENT TO PIPE ENDS. A MONOLITHIC CATCH BASIN CONNECTION SHALL BE USED
TO JOIN THE CONNECTOR ?IPE TO THE CATCH BASIN WHENEVER ANGLE 'A' IS LESS THAN 70
DEGREES OR GREATER THAN 110 DEGREES. OR WHENEVER THE CONNECTOR PIPE IS LOCATED
IN A CORNER. THE OPTIONAL USE OF A MCNCL:7HIC CATCH BASIN CONNECTION IN ANY CASE
IS PERMITTED. MONOLITHIC CATCH BASIN 'CONNECTIONS MAY BE CONSTRUCTED TO AVOID CUT-
TING STANDARO LENGTHS OF PIPE.
7. STEPS SHALL BE LOCATED AS SHOWN. IFTHE CONNECTOR ?IPE INTERFERES WITH THE STEPS.
THEY SHAL' BE LOCATED AT THE CENTERLINE OF THE DOWNSTREAM GRATING. STEPS SHALL
BE SPACED 300 mm(12'.) APART. THE TOP STEP SHALL BE 175 mm(7'). BEL_W THE TOP OF
THE GRATING AND PROJECT 65 :mm(Z AL- OTHER STEPS SHALL PROSECT 130 mm(5').
S. THE FOLLOWING STANDARD PLANS ARE NCOR?ORATED HEREIN:
306 MONOLITHIC CATCH BASIN CONNEiTiON
309 CATCH BASIN REINFORCEMENT
311 FRAME AND GRATING FOR CATCH BASINS
635 STEEL STEP
636 POLYPROPYLENE PLASTIC STEP
9. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH JNITS ARE .4407 EXACT EQUAL
VALUES. IF .METRIC VALUES ARE US -D. ALL VALUES USED FOR CONSTRUCT;CN SHALL BE
METRIC VALUES. EXCEPT REINFORCING BARS SIZES !N ENGLISH UNITS MAY BE SUBSTITUTED
FOR METRIC BAR SIZES. IF ENGLISH JN17S ARE USED. ALL VALJES USED FIQR CONSTRUCTION
SHALL BE ENGLISH UNITS.
AMERICAN PUBLIC WORKS ASSOCIATICN - SOUTHERN CALIFORNIA CHAPTER S-ANCARC PLAN
mETP!C
303-2
CURBSIDE GRATING CATCH BASIN
� sHEE7 _ OF z
-
N K-
.0 POINT G
a
=�
CURB OPENING_
41E i RIC
313-1
CATCHI
BASIN (S)
EW<�j
z A
i- T
b�i2Ui
\'-POINT 0
I
1
CURB\
POINT A
��
!
♦
G�01
'
POINT
E
S�P�IGp10"
♦
`PCINT ?
<'+
—JIREC:'10N OF, 1C'N
S a
¢
= U
1
POINT A
'" N -
WW
E e¢
EW<�
O3OU i
�r 1
CURB POINT A
1 ♦
I
POINT E-
U
W,
-POINT 3 POINT C
PLAN
-POINT 3 -POINT C
FLOW LINE PROFILE
CASE A
I � I
I _
CURB OPENING—
CATCH
PENING_CATCH BASIN ;S)
j
L�
< DIRECTION OF FLOW �-
I
t_
�1
I
-PCINT 3 POINT C-
PLAIN
NO
-POINT .4 POINT 3 `PCINT C
FLOW LINE PROFILE
CASE B
2 mm;5v mm ;67 25 mm (P) 1°O mm :5 25 mm
M &I,G.CP. VAR.
VAR.-- :I
—VAR
30 mm
—VAR.—
i
�- in
rCURB_/ �s� RIDGE.- j i
FACE -?ll T I .A .1 VAL_� - c T P \ VAL .Y--
s �
1... I
SECTION A -A SECTION B -B SECTION C -C
L-14—
i
_
♦. CUA9
-POINT 0 6
Gur_-R i
CCN. � -
—POINT 3
N
-PCINT 0
-=LOW UNE
i
♦ 0
CUPS
,
-PCINT D
^I
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
U
.0 POINT G
a
—DIRECTION OF FLAW
S 3
41E i RIC
313-1
O j
N
z A
i- T
\'-POINT 0
-=LOW LINE
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
PRCANLGA-G 3YlE
LOCAL DEPRESSIONS
STANOAROPL,:.N
PuELiC'NCRKS STANrwROS INC..
GRE=NE°19"CMMITEE
AT CATCH BASINS
41E i RIC
313-1
Rei 799e
SHE=,- I OF 4
USE MTN STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
1 I
l vD L N
CURESIOE GRATING I CURB OPENING CATCH BASIN (S)
CATCH 3ASIN (S) T. —� �—WITH GRATING (SII
—
I"►C (SEE SHE�i i 1
CURBi
POINT B i i '—?GIVT C j �'—POINT 0 GUTT_R
POINT F
sc ,
N K
c Wim¢ CURB OPENING CATCH BASIN WITH
'e ¢ <- . GRATING (S) AND .DEBRIS -
u 3 z a SKIMMER\
POINT A� I POINT Bf,*L CURB 4 \
E
POINT -
U
4
6 V'
c m N K(CASE 0)
o L (CASE C)
Z U i
POINT A
`FLOW UNE
PLAN
CASE C
L' —^_URB OPENING CATCH BASIN 'NITH
MANHCLE IN STREET
PCINT Cd10'hl
STR.IG:-- 3RApE C(�
P`._AN
CASE D
N, L
POINT 3
FLOW LINE PROFILE
CASES C AND D
i
MANHOLE I
OR FRAME GR
AND GRATING (F I �^
r — —. 1
' — —� —STRAIGHT GRADE—i'\ i ; .,Z,
CURB v' 1'
i ; FACE - H— _ _ (—� IIV
MANHOLE OR
FRAME AND GRATING-
SECTION D - D
—PC:NT G
_N
C:)R9
—POINT D &
GUT'ER'
_PCINT G
—JIRECTICN CF FLC',v
N
E
:EC^m :5-;
M —25nm
—VAR.-
-VAR.—
VALLEY-
SECTION
AR. —VAR—VALL EY
SECTION E -E
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD RUN
METRIC
313-1
LOCAL DEPRESSIONS AT CATCH BASINS
N
SHEET 2 OF
t
'm 3i8
i
CURB\
POINT A --
i
1
�
POINT E \
1 I
l vD L N
CURESIOE GRATING I CURB OPENING CATCH BASIN (S)
CATCH 3ASIN (S) T. —� �—WITH GRATING (SII
—
I"►C (SEE SHE�i i 1
CURBi
POINT B i i '—?GIVT C j �'—POINT 0 GUTT_R
POINT F
sc ,
N K
c Wim¢ CURB OPENING CATCH BASIN WITH
'e ¢ <- . GRATING (S) AND .DEBRIS -
u 3 z a SKIMMER\
POINT A� I POINT Bf,*L CURB 4 \
E
POINT -
U
4
6 V'
c m N K(CASE 0)
o L (CASE C)
Z U i
POINT A
`FLOW UNE
PLAN
CASE C
L' —^_URB OPENING CATCH BASIN 'NITH
MANHCLE IN STREET
PCINT Cd10'hl
STR.IG:-- 3RApE C(�
P`._AN
CASE D
N, L
POINT 3
FLOW LINE PROFILE
CASES C AND D
i
MANHOLE I
OR FRAME GR
AND GRATING (F I �^
r — —. 1
' — —� —STRAIGHT GRADE—i'\ i ; .,Z,
CURB v' 1'
i ; FACE - H— _ _ (—� IIV
MANHOLE OR
FRAME AND GRATING-
SECTION D - D
—PC:NT G
_N
C:)R9
—POINT D &
GUT'ER'
_PCINT G
—JIRECTICN CF FLC',v
N
E
:EC^m :5-;
M —25nm
—VAR.-
-VAR.—
VALLEY-
SECTION
AR. —VAR—VALL EY
SECTION E -E
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD RUN
METRIC
313-1
LOCAL DEPRESSIONS AT CATCH BASINS
SHEET 2 OF
Cs
_�I
K
CURB OPENING
CATCH BASIN S)'
I
w0 i
- - - - - - - - - -
I I
i ----------i
- -
K
r C
I --
SHEET 3 OF A
`-
CURB-
GypOi
PrIN-3-
POINT C
S.qa/Cr
CURB
wt
P441eY �A;CP
GLITTER
i
POINTE
PLAN
C (SEE SHEET 1
I
-
CASE E
CURBSICE SP-TIUG
CURB ^PENING :ITCH
BASIN Z)
c =, 7
CATCH
- - - - - ;,.-WI
n GRATNG :S)
- h C ISE E SHE _
t__;
_____
- - - - - --
-
RB
POINT C -1
7r,� *
Cu
'
I\SJa
ra
4�Er �'IC�
1 GUTTER
�C1NT 3-
- - -
I
- - - - - - - -�
1 �
J�"
C'
'NT ?
- - - - -
` R
POINT E
PLAN
POINT
CASE F
N
K
W
D
K
c, ¢i
CURB OPENING CATCH
i
-
Eu
'
BASIN WITH GRATING ;S)
E mo¢
AND DEBRIS SKIMMER -,r
-
- -�
gizmo
I
�
C
I
I
CURB=
Gn?O'
i L'r
POINT CSrRa�C�
C URB
Stat\G VPv�-
I =C
It :URB OPENING CATCH
BASIN 9«<Y 'CE
)
GUTTER
'NITH MANHOLE IN STREET
�!
— {
1
POINT E -----
.POINT ? J PLAN POINT S
CASE G
K
POINT 3
;CASE P AND S)
F_OW LINE PROFILE
CASES E. F AND G
L . C (SEE SHEET 3 )
DIRECTION OF PLOW
I
K
W
U
J y
—c 3
C r
Z v
(CASE
?CIN' _-�-C•V -:NE
(CASE E AND G;
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD PLAN
METRIC
LOCAL DEPRESSIONS AT CATCH BASINS
313-1
SHEET 3 OF A
CONC.
PIPE
EXISTING RCP
a. MAIN LINE
STORM DRAIN——STORMNG RIC BOX
SECTION B
C MORTAR
LA ? 45-
P LAN
5P
PLAN
CHIP PIPE TO SURFACE OF
CONCRETE AND ROUND EDGES
iK `CONC. 0p
PIPE
SUPPORT PIPE ACROSSOD
TRENCH WITH 265 Kg -C-14 Mpa
(450-C-2000) CONCRETE
BACKFILL. SEE NOTE 3 MINIMUM BEARING
SURFACE = OD/2
- B
CASE I
PLAIN CONCRETE PIPE
D - 600 mm (24') MAX.
SECTION C - C
RTAR,
PLAN CASE 2 SECTION
SADDLE CONNECTION
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
PRVKRn.TEDBYTME
PUBLIC NORKS
PIPE CONNECTIONS TO
STANDARD PLAN
STANDARDS INC..
`rsEeNeD1K ""�
EXISTING STORM DRAINS
METRIC
335-1
ftev' im
SHEET t OF 3
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
Q MAIN LINE
EXISTING RCP STORM DRAIN
F
EXISTING RC BOX STORM DRAIN
CLASS C MORTAR
RCP
CSP OR RCP
UNDISTURBED EARTH —
SUPPORT PIPE
ACROSS TRENCH
WITH 265 Kg -C-14 M
(450-C-2000)
CONCRETE BACKFILL.
SEE NOTE 3
PLAN
RCP OR RCP
C ri e
t'
F
CORRUGATED STEEL
BAND CONNECTOR
(CS BAND CONNECTOR
NOT NEEDED FOR RCP)
BURN OR CUT PIPE TO
SURFACE OF CONCRETE
AND ROUND EDGES OF RCP
SECTION E - E
OPTIONAL
RECTANGULAR COLLAR
MINIMUM BEARING
OD SURFACE = 00/2
SECTION F - F
DIA. OF C S P I MIN. GAGE
375 mm (151 - 525 mm (21•) 16
600 mm (24') 14
CASE 3
RCP OR CSP
U = 500 mm (24') MAX.
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD PLAN
PIPE CONNECTIONS TO EXISTING
STORM DRAINS
METRIC
335 - 1
SHEET20F3
GENERAL NOTE
I. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE
NOT EXACT EQUAL VALUES. IF METRIC VALUES ARE USED. ALL VALUES
USED FOR CONSTRUCTION SHALL BE METRIC VALUES, EXCEPT REINFORCING
BARS SIZES IN ENGLISH UNITS MAY BE SUBSTITUTED FOR METRIC BAR
SIZES. IF ENGLISH UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION
SHALL BE ENGLISH UNITS.
NOTES
CASE I AND CASE 3
I. OUTSIDE DIAMETER OF THE CONNECTOR PIPE SHALL NOT BE GREATER
THAN 1/2 THE INSIDE DIAMETER OF THE RCP MAIN LINE.
2. INSIDE DIAMETER D OF THE CONNECTOR PIPE SHALL NOT BE GREATER
THAN 600 mm (24').
3. THE MINIMUM OPENING INTO THE EXISTING STORM DRAIN SHALL BE THE
OUTSIDE DIAMETER OF THE CONNECTING PIPE PLUS 30 mm (I').
THE CONCRETE BACKFILL SUPPORTING THE CONNECTING PIPE MAY BE
OMITTED IF THE PIPE IS LAID ON UNDISTURBED EARTH TO STORM DRAIN
WALL.
4. ALL CSP AND FITTINGS SHALL BE GALVANIZED. BAND CONNECTORS MAY
BE 2 GAGES LIGHTER THAN THE PIPE. BUT WITH A MINIMUM GAGE OF 16.
THEY SHALL BE CONNECTED AT THE ENDS BY ANGLES HAVING MINIMUM
DIMENSIONS OF 50 mm x 50 mm x 5 mm (2'x2'x3/16') AND 140 mm (5 1/2')
BOLTS.
5. WHEN JOINING A RCP CONNECTOR PIPE TO A CSP CONNECTOR PIPE. THE
INSIDE DIAMETER D OF THE CSP SHALL BE AT LEAST EQUAL TO BUT
NOT MORE THAN 75 mm (31 GREATER THAN THAT OF THE RCP.
6. CONNECTOR PIPES SHALL BE NOT MORE THAN 1.5 m (5') ABOVE THE INVERT.
7. CONNECTOR PIPES SHALL ENTER MAIN LINE RCP RADIALLY.
S. WHEN CONNECTING TO A RCB. STANDARD PLAN 333 SHALL BE USED IF
THE TOP OF THE CONNECTOR PIPE IS LESS THAN 300 mm (12') BELOW
THE SOFFIT OF THE RCB OR THE FLOW LINE OF THE PIPE IS LESS
THAN 330 mm (13') ABOVE THE FLOOR OF THE RCB AT THE INSIDE FACE.
CASE 2
9. SADDLE CONNECTIONS SHALL BE USED WHEN CONNECTING TO PIPES 525mm
(210) OR LESS IN DIAMETER WITHOUT THE USE OF JUNCTION STRUCTURES
OR PRECAST Y BRANCHES.
10. TRIM OR CUT SADDLE TO FIT SNUGLY OVER THE OUTSIDE OF THE MAIN
PIPE SO ITS AXIS WILL BE ON THE LINE AND GRADE OF THE CONNECTING
PIPE.
II. THE OPENING INTO THE PIPE SHALL BE CUT AND TRIMMED TO FIT THE
SADDLE SO THAT NO PART WILL PROJECT WITHIN THE BORE OF THE
SADDLE PIPE.
12. THE CONNECTOR PIPE SHALL BE SUPPORTED AS SHOWN IN CASE I AND
CASE 3.
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD PLAN
"RIC
3355 - 1
SHEET 50f3
PIPE CONNECTIONS TO EXISTING
STORM DRAINS
STD. PLAN A20A
/
ioT
3
-
T•- LC
t
Fa
{
_ y
F' y/I
t0
�'a ii
O
s
e;T,Oi
i••
j t�t
T
W
_>
%C.
77
ai i;
o,
3
Lj
oofL:
N.
.�
".J
N'
i
co
t
6i
3
�
Q 7
w
.•i
ONI
M
��
'w .i Q
N:
'
Z�
ri
y3
•J }� ;1
3
z:
cc
�I
moi:.�a2
o�71
Vlh
•tC
y
W O
Z N
J
U
LL
a
Q�
� HJ
s
:s zt-
ZW,..
3_ W
a yJN
-y WQi
„� YU
3 CC
Z
W
i
W
Q
CL
i fft N
;r
X/ y
j• C
i
i
ioT
3
-
T•- LC
t
Fa
{
_ y
y
W O
Z N
J
U
LL
a
Q�
� HJ
s
:s zt-
ZW,..
3_ W
a yJN
-y WQi
„� YU
3 CC
Z
W
i
W
Q
CL
i fft N
;r
X/ y
j• C
i
i
O
3
9 0
J
Fa
tom:
O
W
t0
0
F'+
O
s
e;T,Oi
lOT
t t
j t�t
y
W O
Z N
J
U
LL
a
Q�
� HJ
s
:s zt-
ZW,..
3_ W
a yJN
-y WQi
„� YU
3 CC
Z
W
i
W
Q
CL
i fft N
;r
X/ y
j• C
i
i
W
W
_>
%C.
zo 0
no000 .00
0 03
�om
0 0 lo 0
0 0
rvfl
0 zo a
ffl0 I -0
0 -00
0
0
eaz G 0
0 0
W
00 e a
Iz
so 00
0 e 00
yr -3 _7
W
STD. PLAN A20C
11
STD. PLAN_ RSP A200
I • C
o
ia = n
v 8w QI I
� IIx
` [9 ZiL
I I
40.j� , OU
J
JL: w r na Cc ^F 7.1 i
i Wi SY W V ^
m
2q W I
III • ` SWI � � `. W I
y1 1 `1 W
AS
G
i
i s I!{rLlll(y'M{IIS e'
W • C` ����,,yy����1//y�J������jj���� : ire^�\ i � O �, . . � `
C ► i s ZI + w .�
<WI
3G1
ai s EI �_sgg LD
;
m I =
• I m� I WI , Q • -n
el e � WI JG _ xl
�
PI� T
I
I
§�l
�
} \ �
- §..■;;
!! ;
�
11
,
\
■
=oge
6j1 � i
�I.
a
232
3
SCE:
It
=oge
6j1 � i
�I.
a
232
3
BASIC SIGN HARDWARE INSTALLATION REQUIREMENTS
Sign post shall be of Telespar, unistrut, or equivalent material that is FHWA approved.
Post, anchor, and sleeves shall be of square, perforated, welded steel tubing with full-length
perforation one -inch on center. These standards shall replace all 4x4 posts, u -channel,
galvanized, or any other post that does not conform to these standards. Any and all posts
that are removed due to contractual obligations, shall be replaced with the above mentioned
standard unistrut, anchor, and sleeve.
- Sign post to be 2" x 2" square, fully perforated 12 gauge.
- Anchors to be 2-1/4"x 2 -LW x 30" square, fully perforated 12 gauge-
- Sleeves to be 2=1/2" x 2-1/2" x 18" square, fully perforated 12 gauge.
Anchor and sleeve to be imbedded with no more than four holes exposed and no less than
two holes exposed. "
If anchor and sleeve are to be used in median island with stamped concrete, it is highly
recommended to use 4" PVC as a buffer between concrete and sign hardware. PVC should
be the same thickness as concrete.
Signs mounted on Edison light standards shall be T minimum so as not to cover standard
ID tag.
If there are any questions as to location, procedures, or installation requirements, please do
not hesitate to contact the City of Santa Clarita Field Services Sign Shop personnel.
RJIL-W
uvfkc .V"..
0
0
0
0
0
0
sLuj.
T pic.At
3 holes e��oSet