Loading...
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