consent item f-11

60
CONSENT ITEM F-11 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL VIA: SERGIO GONZALEZ, CITY MANAGER FROM: ROBERT DELGADILLO, P.E., DIRECTOR OF PUBLIC WORKS/CITY ENGINEER DATE: JUNE 21, 2021 SUBJECT: APPROVE THE IMPROVEMENT PLANS AND SPECIFICATIONS FOR THE ALOSTA AVENUE ROAD REHABILITATION PROJECT NO. STPL-5112(020) AND AUTHORIZE STAFF TO SOLICIT A NOTICE OF INVITING BIDS BACKGROUND: The pavement on Alosta Avenue between Citrus Avenue and Barranca Avenue is in need of repair. The proposed actions will approve the improvement plans and specifications, and authorize staff to solicit bids from qualified contractors to make the much needed repairs and other infrastructure improvements. RECOMMENDATION: Staff recommends the City Council take the following actions: 1) Approve the project plans and specifications; and 2) Authorize staff to solicit a Notice of Inviting Bids for the Alosta Avenue Road Rehabilitation Project STPL-5112(020) ANALYSIS: In 2015, the City of Azusa was awarded $620,000.00 in Surface Transportation Program Local (STPL) funding for the construction of the Alosta Avenue Road Rehabilitation Project. An additional $40,000.00 was awarded for preliminary engineering. On July 17, 2017, the City Council adopted resolution 2017-C-57 to enter into a master agreement, program supplement agreement, fund exchange agreement, and/or fund transfer agreements with Caltrans. The proposed improvements will include; 3-inch coldmill and asphalt concrete overlay, reconstruction of ADA curb ramps, sidewalk, drive approach, curb and gutter, striping, and construction of two new concrete bus pads. The preliminary schedule is for construction to commence in September, 2021.

Upload: others

Post on 24-Oct-2021

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONSENT ITEM F-11

CONSENT ITEM

F-11 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL VIA: SERGIO GONZALEZ, CITY MANAGER FROM: ROBERT DELGADILLO, P.E., DIRECTOR OF PUBLIC WORKS/CITY ENGINEER DATE: JUNE 21, 2021 SUBJECT: APPROVE THE IMPROVEMENT PLANS AND SPECIFICATIONS FOR THE

ALOSTA AVENUE ROAD REHABILITATION PROJECT NO. STPL-5112(020) AND AUTHORIZE STAFF TO SOLICIT A NOTICE OF INVITING BIDS

BACKGROUND: The pavement on Alosta Avenue between Citrus Avenue and Barranca Avenue is in need of repair. The proposed actions will approve the improvement plans and specifications, and authorize staff to solicit bids from qualified contractors to make the much needed repairs and other infrastructure improvements. RECOMMENDATION: Staff recommends the City Council take the following actions:

1) Approve the project plans and specifications; and

2) Authorize staff to solicit a Notice of Inviting Bids for the Alosta Avenue Road Rehabilitation Project STPL-5112(020)

ANALYSIS: In 2015, the City of Azusa was awarded $620,000.00 in Surface Transportation Program Local (STPL) funding for the construction of the Alosta Avenue Road Rehabilitation Project. An additional $40,000.00 was awarded for preliminary engineering. On July 17, 2017, the City Council adopted resolution 2017-C-57 to enter into a master agreement, program supplement agreement, fund exchange agreement, and/or fund transfer agreements with Caltrans. The proposed improvements will include; 3-inch coldmill and asphalt concrete overlay, reconstruction of ADA curb ramps, sidewalk, drive approach, curb and gutter, striping, and construction of two new concrete bus pads. The preliminary schedule is for construction to commence in September, 2021.

Page 2: CONSENT ITEM F-11

Alosta Avenue Road Rehabilitation Project No. STPL-5112(020) June 21, 2021 Page 2 FISCAL IMPACT: There is no fiscal impact associated with the recommended actions. Prepared by: Reviewed and Approved by: Miguel Cabanas, P.E. Sergio Gonzalez Public Works Principal Civil Engineer City Manager Prepared by: Robert Delgadillo, P.E. Director of Public Works/City Engineer Attachment:

1) Project Improvement Plans and Specifications 2) Resolution 2017-C57

Page 3: CONSENT ITEM F-11

E 1ST ST

210

39

40

38

210

VICINITY MAP

PROJECTLOCATION

CITY OF AZUSA GENERAL NOTES:

1. CONTRACTOR AGREES THAT HE SHALL ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDITIONSDURING THE COURSE OF THE CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL PERSONS ANDPROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKINGHOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY IT, AND HOLD THE OWNER, AND THE CITY OFAZUSA HARMLESS FROM ANY AND ALL LIABILITY, REAL OR ALLEGED, IN CONNECTION WITH THE PERFORMANCE OFTHE WORK ON THIS PROJECT.

2. ALL WORK IN THE PUBLIC RIGHT-OF-WAY SHALL CONFORM TO THE STANDARD PLANS & SPECIFICATIONS OF THE CITYOF AZUSA LATEST EDITION, AND THE STANDARD PLANS & SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION(GREEN BOOK) LATEST ADDITION. A COPY SHALL BE ON THE SITE AT ALL TIMES. ALL WORK SHALL BE SUBJECT TOCITY INSPECTOR'S ACCEPTANCE AS A CONDITION OF COMPLETION OF WORK BY THE CONTRACTOR.

3. CONTRACTOR SHALL BE RESPONSIBLE FOR RESTORING TO ITS ORIGINAL OR BETTER CONDITION, ANY DAMAGESDONE TO EXISTING FENCES, CURBS, STREETS, DRIVEWAYS, LANDSCAPING AND STRUCTURES, AND EXISTING UTILITIES(NOT ADJUSTED ON PLANS). COST OF RESTORATIONS, IF ANY, SHALL BE THE CONTRACTOR'S ENTIRE EXPENSE.

4. WORKING HOURS SHALL BE FROM 7:00A.M. TO 6:00P.M. MONDAY THROUGH FRIDAY5. NO WORK IS ALLOWED ON HOLIDAYS6. FOR ALL WORK IN THE PUBLIC RIGHT-OF-WAY, THE CONTRACTOR SHALL PROCURE ALL PERMITS AND LICENSES, PAY

ALL CHARGES, FEES AND TAXES, AND GIVE ALL NOTICES NECESSARY AND INCIDENTAL TO THE DUE AND LAWFULPROSECUTION OF THE WORK.

7. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO LOCATE UTILITY SERVICE LINES AS REQUIRED FORCONSTRUCTION.

8. DUE TO FEDERAL REGULATIONS TITLE 49, PART 192 (8), GAS COMPANIES MUST MAINTAIN ACCESS TO GAS VALVESAT ALL TIMES. THE CONTRACTOR MUST PROTECT AND WORK AROUND ANY GAS VALVES THAT ARE IN THE PROJECTAREA.

9. THE CONTRACTOR SHALL HAVE COPIES OT THE PLANS ON THE PROJECT, AND BE FAMILIAR WITH ALL APPLICABLESTANDARDS.

10. ANY REVISIONS OR CHANGES TO THE APPROVED CONSTRUCTION PLANS WILL REQUIRE APPROVAL BY IN WRITING BYTHE CITY ENGINEER.

11. CONTRACTOR SHALL KEEP A SET OF REDLINE AS-BUILTS ON THE SITE AT ALL TIMES AND UPDATE DAILY.12. CONTRACTOR SHALL SUBMIT THE REDLINE AS-BUILTS TO THE CITY ENGINEER ONCE THE PROJECT HAS BEEN

COMPLETED.13. DURING THE COURSE OF THE WORK, PEDESTRIANS, AND VEHICULAR ACCESS MUST BE MAINTAINED AT ALL TIMES.14. ALL WORK SHALL BE SUBJECT TO THE CITY OF AZUSA INSPECTOR'S AND ACCEPTANCE AS A CONDITION OF

COMPLETION OF WORK BY THE CONTRACTOR.15. ALL EXISTING STRUCTURES AND SUBSTRUCTURES SHOWING ON THESE PLANS ARE FROM AVAILABLE RECORDS IS THE

RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE LOCATION OF SAID STRUCTURES AND SUBSTRUCTURES ANDPROTECT THEM IN PLACE WHETHER OR NOT SHOWING ON THESE PLANS.

16. CONTRACTOR SHALL VERIFY ALL CONDITIONS AND DIMENSIONS AND SHALL SHOW REPORT ALL DISCREPANCIES TOTHE CITY ENGINEER PRIOR TO COMMENCING OF WORK.

17. ON COMPLETION OF CONSTRUCTION, ALL DAMAGED OR DESTROYED CENTERLINE TIES OR SURVEY MONUMENTSARE TO BE RESET AND CORNER RECORDS PREPARED FOR SURVEY MONUMENTS NEED TO BE SUBMITTED TO THECITY'S ENGINEERING DIVISION PRIOR TO FILING WITH THE COUNTY SURVEYOR IN COMPLIANCE WITH AB1414. THISMUST BE COMPLETED PRIOR TO CERTIFYING COMPLETION OF THE PROJECT ALL RESTORATIONS OF SURVEYMONUMENTS.

18. THE CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT 1-800-227-2600, ALL PUBLIC UTILITYCOMPANIES, AND OWNERS OF ALL PRIVATE FACILITIES WITHIN THE AREA OF CONSTRUCTION AT LEAST TWO (2)WORKING DAYS IN ADVANCE OF PERFORMING ANY WORK WITHIN SAID AREA.

19. THE CONTRACTOR SHALL MAINTAIN ALL TRAFFIC CONTROL DEVICES 24 HOURS 7 DAYS A WEEK. 24/7 HOURCONTACT IS ____________________________ WHO CAN BE REACHED AT_______________________.

20. THE CONTRACTOR SHALL NOTIFY THE PUBLIC WORKS INSPECTOR TWO (2) WORKINGS DAYS PRIOR TO COMMENCINGWORK. THE NOTIFICATION TO BE CONFIRMED BY THE PUBLIC WORKS INSPECTOR.

21. THE CONTRACTOR SHALL REQUEST AN APPOINTMENT FOR INSPECTION SERVICES TWO (2) WORKINGS DAYS PRIORTO THE PROPOSED INSPECTION DATE WITH THE PUBLIC WORKS INSPECTOR. THE APPOINTMENT SHALL BECONFIRMED BY PUBLIC WORKS INSPECTOR.

22. CONTRACTOR SHALL INSTALL CHANGEABLE MESSAGE SIGN(S) (C.M.S.) ONE WEEK PRIOR TO COMMENCINGWORK ANNOUNCING CONSTRUCTION START AND END DATES. THE C.M.S. SIGN SHALL REMAIN UNTIL ALLWORK IS COMPLETED. THE NUMBER OF C.M.S. SHALL BE DETERMINED BY THE NUMBER OF DIRECTIONALVEHICULAR TRAFFIC IMPACTED.

23. CONTRACTOR SHALL BE RESPONSIBLE FOR WATER TESTING OF ROADWAY LIMITS.

CITY OF AZUSA WATER DIVISION NOTES:

1. CONTRACTOR SHALL PROTECT-IN-PLACE ALL EXISTING AZUSA LIGHT & WATER (ALW)FACILITIES AND TAKE SOLE RESPONSIBILITY FOR COST INCURRING DUE TO ANYMODIFICATION, RELOCATION, DAMAGE, OR ALTERATION OF EXISTING WATER FACILITIESCAUSED BY THIS PROJECT TO THE SATISFACTION OF ALW.

2. CONTRACTOR IS REQUIRED TO PROVIDE ACCESS TO WATER VALVES AT ALL TIMES.CONTRACTOR IS REQUIRED TO RAISE ALL VALVE CANS, BOXES, METER BOXES TO FINISHGRADE, FLUSH, CLEAN, AND CLEAR OF ALL DEBRIS.

3. CONTRACTOR IS REQUIRED TO ADHERE TO ALL ALW REQUIREMENTS, INCLUDING ALLSPACING AND CLEARANCE REQUIREMENTS BETWEEN UTILITIES PER ALW STANDARDS W-16& W-19.

4. ALW SHALL BE CONTACTED TO INSPECT ADHERENCE TO ALL REQUIREMENTS.

LOCATION MAP

CITY OF AZUSA ASPHALT PAVING NOTES:

1. A PRE-PAVING MEETING SHALL BE HELD FORTY-EIGHT (48) HOURS PRIOR TO PAVING. THE CITY OF AZUSA'S PUBLICWORKS INSPECTOR SHALL BE NOTIFIED FOR ATTENDANCE OF THIS MEETING.

2. NEW PAVEMENT THICKNESS SHALL COMPLY WITH THE CITY OF AZUSA STANDARD R12-1. PAVING LIMITS TO BEDETERMINED BY THE CITY ENGINEER, OR PUBLIC WORKS INSPECTOR

3. ONE (1) OR TWO (2) SACK SLURRY MIX SHALL BE USED FOR BACKFILL PER CITY OF AZUSA STANDARD PLAN R-12. ALLSLURRY BACKFILLS WILL REQUIRE 72 HOURS OF CURE TIME.

4. ASPHALT CONCRETE MIX DESIGN, AND PAVEMENT SHALL BE IN CONFORMANCE WITH THE REQUIREMENTS OF THECITY OF AZUSA.

5. UNTREATED BASE BENEATH ASPHALT CONCRETE SHALL BE COMPACTED TO A MINIMUM OF 95% RELATIVE DENSITY.

6. LONGITUDINAL JOINTS IN THE TOP LAYER SHALL MATCH LANE LINES.

7. FINAL PAVEMENT SECTIONS SHALL BE APPROVED BY THE CITY ENGINEER. THE SOILS ENGINEER SHALL SUBMITPAVEMENT SECTION RECOMMENDATIONS BASED ON “R” VALUE ANALYSIS OF THE SUBGRADE SOILS, AND CITYAPPROVED TRAFFIC INDICES. R-VALUE TEST SHALL BE IN ACCORDANCE WITH THE STATE OF CALIFORNIA TESTING 301,OR ASTM D2844 OF THE SUBGRADE SOILS.

8. WORKING HOURS SHALL BE FROM 7:00A.M. TO 6:00P.M. MONDAY THROUGH FRIDAY

9. NO WORK IS ALLOWED ON HOLIDAYS

ADA AMERICAN DISABILITIES ACTAPWA AMERICAN PUBLIC WORKS ASSOCIATIONAC ASPHALT CONCRETEBCR BEGINNING OF CURB RETURNCAB CONCRETE AGGREGATE BASECF CURB FACEECR END OF CURB RETURNEX EXISTINGMAX MAXIMUMMIN MINIMUMMISC MISCELLANEOUSMUTCD MANUAL FOR UNIFORM TRAFFIC DEVICESPCC PORTLAND CEMENT CONCRETEPB PULL BOXSTD STANDARDR RADIUSROW RIGHT-OF-WAYTYP TYPICALWM WATER METERPA PLANTER AREABW BACK OF WALK℄ CENTERLINEEG EDGE OF GUTTER

FLOW LINEFG FINISHED GRADEFS FINISHED SURFACENG NATURAL GRADEPCC PORTLAND CEMENT CONCRETER/W RIGHT OF WAYSTA STATION

ABBREVIATIONS:

PROJECTLOCATION

COLDMILL AND OVERLAY

VEGETATION

G GAS VALVE

CITY ROW

CENTER LINE

CURB AND GUTTER

DRIVE WAY

FIRE HYDRANT

TRAFFIC SIGNAL

BUS SHELTER

STREET LIGHT

POWER POLE

TREE WELL

LEGEND:

TRUNCATED DOME

SIGN ON POST

WATER VALVE

IMPROVEMENT PLANFOR

ALOSTA AVENUE REHABILITATIONFROM CITRUS AVENUE TO BARRANCA AVENUE

ALOSTA AVENUE

S SEWER MANHOLE

SD STORM DRAIN MANHOLE

W

BENCHMARK

O

No. 82136

C

Exp. 03/31/2022

E

O

T

A

S

T

R

G

IS

T

E

R

E

E

P

R

D

A

I

I

F

L

F

CA

IV

IL

O

R

N

N

E

FES

S

IO

N

A

L

G

I

N

ER

E

R

o

b

e

r

t

M

ichael

D

e

l

g

a

d

i

l

l

o

BASIS OF BEARINGS

SHEET TITLE1

SHEET NO.

2

3

REFERENCES SHEET INDEX

TITLE SHEETIMPROVEMENT PLAN

STRIPING PLAN

TRAFFIC SIGNAL CABINET

SERVICE PEDESTAL

E ELECTRIC STREET LIGHT MANHOLE

TRAFFIC LOOPS

C COMMUNICATIONS MANHOLE

TRAFFIC SIGNAL PULL BOXTS

STREET LIGHT PULL BOXSL

CATCH BASINCB

WATER METERWM

BACK FLOW DEVICE

VAULT

COMMUNICATION PULL BOXC

GUY WIRE & ANCHOR

BANNER POST

CALE

RA A

VEN

UE

POW

ELL

AVEN

UE

HOLLYVALE STREET

BARR

ANCA

AVE

NU

E

CITR

US

AVEN

UE

ELECTRIC PULL BOXE

BUS PAD

MATCH LINE

CHARTER COMMUNICATIONS4781 IRWINDALE AVE.IRWINDALE, CA 91706TEL: 626-430-3331CONTACT: GEORGE ALVAREZEMAIL: [email protected]

SOUTHERN CALIFORNIA GAS COMPANY9400 OAKDALE AVENUE, SC9331CHATSWORTH, CA 91311-6511TEL.: 818-701-2516FAX: 818-701-3380CONTACT: SAM SIFUENTES, MANAGEREMAIL: [email protected]: TERRY HEIMBRUCH, PLANNEREMAIL: [email protected]

SOUTHERN CALIFORNIA EDISON1241 S. GRAND AVENUESANTA ANA, CA 92705TEL: (714)973-5409OPERATOR: (626)302-1212CONTACT: WALLACE ZIMMERMANEMAIL: [email protected]: RODNEY PORTEREMAIL: [email protected]

ATHENS DISPOSAL SERVICESP.O. BOX 60009CITY OF INDUSTRY, CA 91715TEL.: 626-336-3636

LA COUNTY PUBLIC WORKSROAD DEPARTMENT900 S. FREMONT AVENUEALHAMBRA, CA 91803TEL: (626) 458-1700CONTACT: GEORGE ELLISEMAIL: [email protected]

FRONTIER COMMUNICATIONS1400 EAST PHILLIPS BOULEVARDPOMONA, CA 91766CONTACT: JIM BOLLIERTEL: (909)-469-6333EMAIL: [email protected]

LEVEL 3 COMMUNICATIONS1025 ELDORADO BOULEVARDBLDG 33A-522BROOMFIELD, CO 80021TEL: (720) 888-6482EMAIL: [email protected]

MPOWER COMMUNICATIONS2698 WHITE ROADIRVINE, CA 92614TEL: (949)864-0296CONTACT: MARK DENNINGEMAIL: [email protected]

NEXTG NETWORKS INC.2125 WRIGHT AVENUE SUITE C9LA VERNE, CA 91750TEL: (925)876-2060CONTACT: SHAUNA DESBOISEMAIL: [email protected]

COUNTY SANITATION DISTRICTPO BOX 4998WHITTIER, CA 90601TEL: (562) 699-7411CONTACT: MARTHA TREMBLAYEMAIL: [email protected]

AZUSA LIGHT AND WATER729 N. AZUSA AVE.AZUSA, CA 91702TEL.: 626-812-5172CONTACT: HIEN VUONG (LIGHT)EMAIL: [email protected]:TEL.: 626-812-5173CONTACT: MELISSA BARBOSA (WTR)EMAIL: [email protected]

FOOTHILL TRANSIT100 S. VINCENT AVE.WEST COVINA, CA 91790CONTACT: HENRY LOPEZ(626) [email protected]

LA COUNTY PUBLIC WORKS900 S. FREMONT AVENUEALHAMBRA, CA 91803TEL: (626) 300-3374CONTACT: HU YIEMAIL: [email protected]

AGENCY & UTILITY INFORMATION

1

2

3

4

6

5

7

8

9

10

11

12

13

14

15

CONSTRUCTION NOTES

CCOLDMILL 3" AND INSTALL 3" OVERLAY OF FINISH COURSE ASPHALT PG 64-10.

REMOVE & REPLACE SIDEWALK PER CITY OF AZUSA STANDARD R6-1.

REMOVE & REPLACE CURB & GUTTER PER CITY OF AZUSA STANDARD R4-1 TYPE "B"

REMOVE & REPLACE MEDIAN CURB PER CITY OF AZUSA STANDARD R4-1 TYPE "C".

REMOVE & REPLACE DRIVE APPROACH PER CITY OF AZUSA STANDARD R5-1.

REMOVE & REPLACE CROSS GUTTER PER CITY OF AZUSA STANDARD R7-1.

REMOVE & CONSTRUCT ADA CURB RAMPS WITH YELLOW TRUNCATED DOME MAT TYPE PER 2018REVISED CALTRANS STANDARD PLAN A88A, AND RECONSTRUCT ABUTTING ASPHALT CONCRETE PERCITY OF AZUSA STANDARD R11-1. REMOVE & CONSTRUCT ADJOINING CURB & GUTTER PER CITY OFAZUSA STANDARD R4-1.

PROTECT IN PLACE WATER LINE.

INSTALL CONCRETE BUS PAD PER STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION(GREENBOOK) 2021 EDITION STANDARD PLAN 131-3 SECTION AS NOTED ON PLAN.

PROTECT IN PLACE RAISED MEDIAN.

ELIMINATE PCC PATH AND REPLACE WITH COMMON BERMUDA SOD.

PROTECT IN PLACE EXISTING CONCRETE BUS PAD.

REMOVE EXISTING TRAFFIC LOOP. COORDINATE AND NOTIFY AZUSA PACIFIC UNIVERSITYCORRESPONDENT MATHEW WALLACE AT [email protected].

INSTALL YELLOW TRUNCATED DOME MAT TYPE.

ADJUST UTILITY VALVE TO GRADE, PROVIDE ACCESS TO UTILITY VALVES AT ALL TIMES AND KEEPCLEAN AND CLEAR OF ALL DEBRIS.

ADJUST PULL BOX TO GRADE, PROVIDE ACCESS TO PULL BOX AT ALL TIMES AND KEEP CLEAN ANDCLEAR OF ALL DEBRIS.DJUST MANHOLE COVER TO GRADE, PROVIDE ACCESS TO MANHOLE AT ALLTIMES AND KEEP CLEAN AND CLEAR OF ALL DEBRIS.

ADJUST MANHOLE COVER TO GRADE, PROVIDE ACCESS TO MANHOLE AT ALL TIMES AND KEEPCLEAN AND CLEAR OF ALL DEBRIS.

QUANTITIES

4,000 TNS

4,000 SF

250 LF

40 LF

2,900 SF

450 SF

6 EA

1 EA

2 EA

7 EA

60 SF

1 EA

1 EA

1 EA

5 EA

11 EA

11 EA

16

17

NOT TO SCALE NOT TO SCALE

STORM DRAINWATER

TELEPHONEELECTRIC

SANTITARY SEWER

CITY OF AZUSA SIGNING AND STRIPING NOTES:

1. ALL WORK AND MATERIAL SHALL CONFORM TO THE PROVISIONSOF THE STANDARD PLANS AND SPECIFICATIONS OF THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION(2018), THE CALIFORNIA MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (2014) OR LATEST EDITION.

2. TRAFFIC CONTROL SHALL BE ACCORDING TO THE WORK AREA TRAFFIC CONTROL HANDBOOK MANUAL 2016, AND THECALIFORNIA MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES 2014 EDITION, OR LATEST EDITION.

3. SEE CALTRANS STANDARD PLANS A20 (A-D) & A24 (A-F) FOR STRIPING AND PAVEMENT MARKING DETAILS, ANDINSTALLATION OR REMOVAL OF RAISED PAVEMENT MARKERS.

4. TRAFFIC STRIPING AND PAVEMENT MARKINGS SHALL BE TWO (2) COATS OF PAINT ON PORTLAND CEMENT CONCRETESURFACES, OR ONE COAT OF THERMOPLASTIC ON ASPHALT SURFACES.

5. ALL NEW CROSSWALKS, ARROWS, AND LEGENDS SHALL BE PREPPED AND COATED WITH THERMOPLASTIC, PERCALTRANS STANDARD PLANS AND SPECIFICATIONS, CURRENT EDITION.

6. RAISED PAVEMENT MARKINGS WHEN SPECIFIED SHALL BE CONSISTENT WITH CALTRANS STANDARD SPECIFICATIONSECTION 81-3, "PAVEMENT MARKERS" 2018 EDITION.

7. NO STRIPING SHALL BE DONE WITHOUT THE APPROVAL OF THE CITY. ALL CAT-TRACK AND SIGN LAYOUTS SHALL BEINSPECTED AND APPROVED BY THE CITY ENGINEER, OR HIS/HER DESIGNEE BEFORE STRIPING BEGINS. CONTACT THEPUBLIC WORKS INSPECTOR 48 HOURS BEFORE CAT-TRACKING TO SCHEDULE INSPECTION.

8. ANY EXISTING STRIPING, INCLUDING RAISED PAVEMENT MARKINGS, OR PAVEMENT LEGENDS WHICH CONFLICT WITHAPPROVED STRIPING PLANS SHALL BE COMPLETELY REMOVED BY WET SANDBLASTING BY CONTRACTOR. NOBLACKOUT WILL BE ALLOWED.

9. ALL ARROW MARKINGS SHALL BE TYPE IV (L OR R) PER CALTRANS STANDARD PLANS & SPECIFICATIONS 2018 EDITIONUNLESS OTHERWISE NOTED.

10. ALL SKIP LANE STRIPING AT INTERSECTION APPROACHES/DEPARTURES WITHOUT CROSSWALKS OR LIMIT LINES SHALLBEGIN/END 10 FEET FROM THE EXTENSION OF THE INTERSECTION CURB LINES.

11. REPLACE ALL MISSING, BROKEN, AND NON-FUNCTIONING REFLECTIVE MARKERS WITHIN PROJECT LIMITS.12. SEAL/REPAIR PAVEMENT WHERE STRIPING HAS BEEN BLASTED AND WHERE RAISED PAVEMENT MARKERS HAVE BEEN

REMOVED AND NOT REPLACED.13. ALL PAINT SHALL COMPLY WITH CALTRANS SECTION 84-2.02C PAINT.14. ALL THERMOPLASTIC SHALL COMPLY WITH CALTRANS SECTION 84-2.02B THERMOPLASTIC.15 INSTALLATION OF TRAFFIC STRIPES, AND PAVEMENT MARKINGS SHALL COMPLY WITH CALTRANS SECTION 84-2.03 CONSTRUCTION.

SOUTHERN CALIFORNIA GAS COMPANY NOTES:

1. A 10 INCH HIGH-PRESSURE GAS SUPPLY LINE RUNS ALONG THE SOUTH SIDE OF EASTALOSTA AVENUE. AN AUTHORIZED OR QUALIFIED GAS COMPANY REPRESENTATIVE WILLBE REQUIRED TO MAINTAIN CONTINUOUS STAND BY DURING ANY CONSTRUCTION WITHIN10 FEET OF THE HIGH-PRESSURE PIPELINE. PLEASE CALL JAMES DANIELS AT (323) 816-4566FOR ALL INSPECTIONS 48 HOURS PRIOR TO COMMENCING WORK. DO NOT EXPOSE THIS 10INCH HIGH-PRESSURE GAS PIPELINE AS APART OF THE PROJECT.

BEGINPROJECTLIMITS

ENDPROJECTLIMITS

AutoCAD SHX Text
SIERRA MADRE AVENUE
AutoCAD SHX Text
E FOOTHILL BLVD
AutoCAD SHX Text
N AZUSA AVE
AutoCAD SHX Text
N IRWINDALE AVE
AutoCAD SHX Text
N CITRUS AVE
AutoCAD SHX Text
N BARRANCA AVE
AutoCAD SHX Text
N GRAND AVE
AutoCAD SHX Text
W ROUTE 66
AutoCAD SHX Text
N TODD AVE
AutoCAD SHX Text
SAN GABRIEL AVE
AutoCAD SHX Text
HUNTINGTON DR.
AutoCAD SHX Text
W BASELINE RD
AutoCAD SHX Text
E ALOSTA AVE
AutoCAD SHX Text
CITRUS
AutoCAD SHX Text
COLLEGE
AutoCAD SHX Text
W GLADSTONE ST
AutoCAD SHX Text
E ARROW HWY
AutoCAD SHX Text
ORANGE AVE
AutoCAD SHX Text
N CERRITOS AVE
AutoCAD SHX Text
N VERNON AVE
AutoCAD SHX Text
MAG-DATE
AutoCAD SHX Text
MAG-DATE
AutoCAD SHX Text
FLOW LINE
AutoCAD SHX Text
CITY OF AZUSA
AutoCAD SHX Text
ENGINEERING DIVISION
AutoCAD SHX Text
NO.
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
BY
AutoCAD SHX Text
DATE
AutoCAD SHX Text
THESE PLANS PREPARED UNDER THE SUPERVISION OF:
AutoCAD SHX Text
DATE: JUNE 2021
AutoCAD SHX Text
PREPARED BY: PAF
AutoCAD SHX Text
CHECKED BY: CC
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
PROJECT NUMBER:
AutoCAD SHX Text
PLAN NUMBER:
AutoCAD SHX Text
Robert Michael Delgadillo R.C.E NO. 82136
AutoCAD SHX Text
TITLE SHEET
AutoCAD SHX Text
SHEET 1 0F 3
AutoCAD SHX Text
CITRUS AVENUE TO BARRANCA AVENUE
AutoCAD SHX Text
ALOSTA AVENUE
AutoCAD SHX Text
SCALE: 1" = 40'
AutoCAD SHX Text
ROBERT DELGADILLO R.C.E NO. 82136
Page 4: CONSENT ITEM F-11

S

CC

C

SD SD

W

W

W

W

S

WW

SD

WG

SD

S

SDW

WG

E

W WC

W GW

W

100 '

50'

50' 38

'38

' 12

' 12

'

1

1

4

4

7

6

4

7 1

4

7

1

4

7

2

3

5

11 250 LF 11 120 LF 11 325 LF

50 LF

2

1

7 7

9

13

13 13

6 6

88

1

8 44120' OPENING

30' OPENING

VAR

12'

10'

10'

11'

11'

11'

4

13'

11'

10'

10'

11'

11'

11'

10

JOINEXISTINGSTRIPING

JOINEXISTINGSTRIPING

JOINEXISTINGSTRIPING

11'

10'

12'

11'

15'

20'

11'

11'

21'

4

50' TRANSITION (50:1, 50 MPH)

10'

200' TRANSITION (28:1, 40MPH)

13'

11'

10'

10'

11'

22'

120' TRANSITION (120:1, 65+ MPH)

9

9

JOINEXISTINGSTRIPING

14

15

11 170 LF

11 280 LF 11 100 LF 11 70 LF

BEGINPROJECTLIMITS

120 LF

55 LF

50 LF

50 LF

50 LF50 LF

13

13

60 LF

16 50 LF

16 45 LF

16 32 LF

1655 LF10+00

9+00

11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00

℄ ℄

C W

W WW

S

G G G G G G G GW

S

CC

WW

100 '

50'

50'

12 '

38 '

12'

38 '

7

9

7

5

11 500 LF 11 500 LF

1

1

3 13

13 13 13

13

5

13

60' OPENING

4 4

44

11'

11'

10'

10'

11'

11'

11'

11'

11 5 LF 11 160 LF 11 170 LF

11 30 LF

13

35' OPENING

14 16 32 LF

19+00 20+00 21+00 22+00 23+00 24+00 25+00 26+00 27+00 28+00℄ ℄ ℄ ℄

G S S

C

C

W

W

W

5

7

1

7 7 4

4

12 90 LF 11 225 LF 12 125 LF 11 165 LF

1

39 13

13 13 13 13

100 '

50'

50'12

'38

'38

' 12

'

60' OPENING 1

1'11

'

10'

11'

10'

11'

14'

11'

11'

VAR 14

14

11'

11'

11 40 LF 11 110 LF 11 30 LF

ENDPROJECTLIMITS

11 125 LF

13

29+00 30+00 31+00 32+00 33+00 34+00 35+00 36+00℄ ℄ ℄ ℄

SCALE: 1" = 40'

040 20 40 80

CITR

US

AVEN

UE

POW

ELL

AVEN

UE

CALE

RAAV

ENU

E

BARR

ANCA

AVEN

UE

COLDMILL AND OVERLAY

VEGETATION

CITY ROW

CENTER LINE

EXISTING CURB AND GUTTER

DRIVE APPROACH

FIRE HYDRANT

TRAFFIC SIGNAL

LEGEND

TRAFFIC SIGNAL CABINET

SERVICE PEDESTAL

TRAFFIC SIGNAL PULL BOXTS

STREET LIGHT PULL BOXSL

CATCH BASINCB

WATER METERWM

BACK FLOW DEVICE

COMMUNICATION PULL BOXC

ALOSTA AVENUE

ALOSTA AVENUE

G GAS VALVE

BUS SHELTER

STREET LIGHT

POWER POLE

TREE WELL

TRUNCATED DOME

SIGN ON POST

WATER VALVE

S SEWER MANHOLE

SD STORM DRAIN MANHOLE

W

E ELECTRIC STREET LIGHT MANHOLE

TRAFFIC LOOPS

C COMMUNICATIONS MANHOLE

ELECTRIC VAULT

GUY WIRE & ANCHOR

BANNER POST

1

2

3

4

6

5

7

8

9

10

ELECTRIC PULL BOXE

BUS PAD

MATCH LINE

BENCHMARK

O

No. 82136

C

Exp. 03/31/2022

E

O

T

A

S

T

R

G

IS

T

E

R

E

E

P

R

D

A

I

I

F

L

F

CA

IV

IL

O

R

N

N

E

FES

S

IO

N

A

L

G

I

N

ER

E

R

o

b

e

r

t

M

ichael

D

e

l

g

a

d

i

l

l

o

BASIS OF BEARINGS

SHEET TITLE1

SHEET NO.

2

3

REFERENCES SHEET INDEX

TITLE SHEETIMPROVEMENT PLAN

STRIPING PLAN

STRIPING NOTES

INSTALL 8” WHITE THERMOPLASTIC CHANNELIZING LINE DETAIL 38 PER CALTRANSSTANDARDS PLANS DETAIL A20D.

INSTALL 4”/ 4” DOUBLE YELLOW THERMOPLASTIC MEDIAN ISLAND DETAIL 29 PER CALTRANSSTANDARD PLANS DETAIL A20A.

INSTALL 4” WHITE THERMOPLASTIC LANE LINES DETAIL 9 PER CALTRANS STANDARDS PLANSA20A.

INSTALL 50' OF 4” WHITE THERMOPLASTIC SOLID LINES UNLESS NOTED OTHERWISE.

INSTALL THERMOPLASTIC TWO-WAY LEFT TURN LANES DETAIL 32 PER CALTRANS STANDARDPLANS DETAIL A20B.

INSTALL THERMOPLASTIC TYPE I 10' ARROW PER CALTRANS STANDARD PLANS A24A.

INSTALL THERMOPLASTIC TYPE IV (L) ARROW PER CALTRANS STANDARD PLANS A24A.

INSTALL THERMOPLASTIC TYPE IV (R) ARROW PER CALTRANS STANDARD PLANS A24A.

INSTALL 12” WHITE THERMOPLASTIC CROSSWALK STRIPING PER DETAIL BASIC 1O' CLEAR PERCALTRANS STANDARD PLANS A24F.

INSTALL THERMOPLASTIC LANE LINE INTERSECTION STRIPING DETAIL 40 PER CALTRANSSTANDARD PLANS DETAIL A20D.

REFRESH CURB WITH RED PAINT.

REMOVE EXISTING GREEN PAINT, AND INSTALL RED PAINT ON CURB.

REFRESH MEDIAN NOSE WITH YELLOW PAINT ON CURB FACE, AND ABUTTING CONCRETE.

REMOVE EXISTING CROSSWALK, AND INSTALL 12” WHITE THERMOPLASTIC CROSSWALKSTRIPING PER DETAIL BASIC 1O' CLEAR PER CALTRANS STANDARD PLANS A24F.

REMOVE EXISTING "STOP" PAVEMENT MARKER, AND INSTALL THERMOPLASTIC "STOP"PAVEMENT MARKER PER CALTRANS STANDARD PLANS A24D.

INSTALL 12" WHITE THERMOPLASTIC LIMIT LINE.

11

12

13

ALOSTA AVENUE

14

15

16

ALOSTA AVENUE

AutoCAD SHX Text
C
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
CB
AutoCAD SHX Text
CB
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
CB
AutoCAD SHX Text
CB
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
CB
AutoCAD SHX Text
TS
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
SL
AutoCAD SHX Text
WM
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
SL
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
SL
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
SL
AutoCAD SHX Text
WM
AutoCAD SHX Text
WM
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
WM
AutoCAD SHX Text
WM
AutoCAD SHX Text
WM
AutoCAD SHX Text
WM
AutoCAD SHX Text
SL
AutoCAD SHX Text
SL
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
TS
AutoCAD SHX Text
WM
AutoCAD SHX Text
CITY OF AZUSA
AutoCAD SHX Text
ENGINEERING DIVISION
AutoCAD SHX Text
NO.
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
BY
AutoCAD SHX Text
DATE
AutoCAD SHX Text
THESE PLANS PREPARED UNDER THE SUPERVISION OF:
AutoCAD SHX Text
DATE: JUNE 2022
AutoCAD SHX Text
PREPARED BY: PAF
AutoCAD SHX Text
CHECKED BY: CC
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
PROJECT NUMBER:
AutoCAD SHX Text
PLAN NUMBER:
AutoCAD SHX Text
Robert Michael Delgadillo R.C.E NO. 82136
AutoCAD SHX Text
TITLE SHEET
AutoCAD SHX Text
SHEET 3 0F 3
AutoCAD SHX Text
CITRUS AVENUE TO BARRANCA AVENUE
AutoCAD SHX Text
ALOSTA AVENUE
AutoCAD SHX Text
SCALE: 1" = 40'
AutoCAD SHX Text
ROBERT DELGADILLO R.C.E NO. 82136
AutoCAD SHX Text
MATCH LINE STA 18+40 SEE BELOW
AutoCAD SHX Text
MATCH LINE STA 28+50 SEE BELOW
AutoCAD SHX Text
MATCH LINE STA 18+40 SEE ABOVE
AutoCAD SHX Text
MATCH LINE STA 28+50 SEE ABOVE
Page 5: CONSENT ITEM F-11

CSLTS

TS

S

CC

C

TS

TS

CBSD CB SD

TS

W

W

W

W

TSSL

STS

TSW

W

SD CB

WG

CBSD

S

SLTS

CBSD TS

W

WG

WM

SL TS

E

SLW W

SL WM

WM SL

3

C

2

2 2 6

2

2

W

TS

GW W

100LF

100 SF50 SF

200 SF 200 SF 100 SF

3 50 LF

7

450 SF

17 17

15 17

1

15 16

100 '

50'

50' 38

'38

'

17

SL

℄ ℄

12'

12'

W

SD

T

8

8

8

BEGINPROJECTLIMITS

7

7

16

16

50' 50'

50'

2 250 SF

2 100 SF

2 400 SF2 50 SF

14'

10

11+00

10+00

9+00

12+00 13+00 14+00 15+00 16+00 17+00 18+00

SL

TS

SL

C W

SL

W WM

SL

WM

SL

TS

W

SL

TSS

TS G G G G G G G G SL

SL

WM SL

SL

S

CTSSL

TSTSTSSL TS

C

5

5

1311211

4

TS

WW

11

22

40 LF

200 SF

450 SF

500 SF

200 SF60 SF

17

9

100 '

50'

50'12

'38

'38

'

100 '

50'

50'

12 '

38 '

38'

16

℄℄ ℄

12'

12'

W

E

8

17 C

71616

2 1,000 SF

16

14'

14'

14'

12

S

171 110 10 10

14SECTION B-B

19+00 20+00 21+00 22+00 23+00 24+00 25+00 26+00 27+00 28+00

TS

WM

SL

G S

SL WM WM WM SL WM WM WM WM SL

S

C

C

WSL

TS

W

TS

TS

TS

22

2

5 5

5 5

W

2

2

TSWM

100 SF

200 SF450 SF500 SF

300 SF450 SF450 SF125 SF

200 SF

17 1715

1

915

7

℄℄℄

E

WW

W

8

88

ENDPROJECTLIMITS

7

16

16

16

15

16

14'

14' 5'

2 100 SF

10 10

10

100 '

50'

50'

12 '

38 '

38'

12'

3 90 LFSECTION C-C

29+00 30+00 31+00 32+00 33+00 34+00 35+00 36+00

BENCHMARK

O

No. 82136

C

Exp. 03/31/2022

E

O

T

A

S

T

R

GIS

T

E

R

E

E

P

R

D

A

I

I

F

L

F

CA

IV

IL

O

R

N

N

E

FES

S

IO

N

A

L

G

I

N

ER

E

R

o

b

e

r

t

M

ic

hael

D

e

l

g

a

d

i

l

l

o

BASIS OF BEARINGS

SHEET TITLE1

SHEET NO.

2

3

REFERENCES SHEET INDEX

TITLE SHEETIMPROVEMENT PLAN

STRIPING PLAN

SCALE: 1" = 40'

040 20 40 80

CITR

US

AVEN

UE

POW

ELL

AVEN

UE

CALE

RAAV

ENU

E

BARR

ANCA

AVEN

UE

COLDMILL AND OVERLAY

VEGETATION

CITY ROW

CENTER LINE

EXISTING CURB AND GUTTER

DRIVE APPROACH

FIRE HYDRANT

TRAFFIC SIGNAL

LEGEND

TRAFFIC SIGNAL CABINET

SERVICE PEDESTAL

TRAFFIC SIGNAL PULL BOXTS

STREET LIGHT PULL BOXSL

CATCH BASINCB

WATER METERWM

BACK FLOW DEVICE

COMMUNICATION PULL BOXC

ALOSTA AVENUE

ALOSTA AVENUE

G GAS VALVE

BUS SHELTER

STREET LIGHT

POWER POLE

TREE WELL

TRUNCATED DOME

SIGN ON POST

WATER VALVE

S SEWER MANHOLE

SD STORM DRAIN MANHOLE

W

E ELECTRIC STREET LIGHT MANHOLE

TRAFFIC LOOPS

C COMMUNICATIONS MANHOLE

ELECTRIC VAULT

GUY WIRE & ANCHOR

BANNER POST

1

2

3

4

6

5

7

8

9

10

11

12

13

14

15

CONSTRUCTION NOTES

COLDMILL 3" AND INSTALL 3" OVERLAY OF FINISH COURSE ASPHALT PG 64-10.

REMOVE & REPLACE SIDEWALK PER CITY OF AZUSA STANDARD R6-1.

REMOVE & REPLACE CURB & GUTTER PER CITY OF AZUSA STANDARD R4-1 TYPE "B"

REMOVE & REPLACE MEDIAN CURB PER CITY OF AZUSA STANDARD R4-1 TYPE "C".

REMOVE & REPLACE DRIVE APPROACH PER CITY OF AZUSA STANDARD R5-1.

REMOVE & REPLACE CROSS GUTTER PER CITY OF AZUSA STANDARD R7-1.

REMOVE & CONSTRUCT ADA CURB RAMPS WITH YELLOW TRUNCATED DOME MAT TYPE PER 2018 REVISED CALTRANSSTANDARD PLAN A88A, AND RECONSTRUCT ABUTTING ASPHALT CONCRETE PER CITY OF AZUSA STANDARD R11-1.REMOVE & CONSTRUCT ADJOINING CURB & GUTTER PER CITY OF AZUSA STANDARD R4-1.

PROTECT IN PLACE WATER LINE.

INSTALL CONCRETE BUS PAD PER STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK) 2021EDITION STANDARD PLAN 131-3 SECTION AS NOTED ON PLAN.

PROTECT IN PLACE RAISED MEDIAN.

REMOVE PCC PATH AND REPLACE WITH COMMON BERMUDA SOD.

PROTECT IN PLACE EXISTING CONCRETE BUS PAD.

REMOVE EXISTING TRAFFIC LOOP. COORDINATE AND NOTIFY AZUSA PACIFIC UNIVERSITY CORRESPONDENTMATHEW WALLACE AT [email protected].

INSTALL YELLOW TRUNCATED DOME MAT TYPE.

ADJUST UTILITY VALVE TO GRADE, PROVIDE ACCESS TO UTILITY VALVES AT ALL TIMES AND KEEP CLEAN ANDCLEAR OF ALL DEBRIS.

ADJUST PULL BOX TO GRADE, PROVIDE ACCESS TO PULL BOX AT ALL TIMES AND KEEP CLEAN AND CLEAR OFALL DEBRIS.

ADJUST MANHOLE COVER TO GRADE, PROVIDE ACCESS TO MANHOLE AT ALL TIMES AND KEEP CLEAN ANDCLEAR OF ALL DEBRIS.

QUANTITIES

4,000 TNS

4,000 SF

250 LF

40 LF

2,900 SF

450 SF

6 EA

1 EA

2 EA

7 EA

60 SF

1 EA

1 EA

1 EA

5 EA

11 EA

11 EA

ALOSTA AVENUE

16

ELECTRIC PULL BOXE

17

BUS PAD

MATCH LINE

TELEPHONE

GAS

SANITARY SEWER

WATER

STORM DRAIN

ELECTRIC

ALOSTA AVENUE

ALOSTA AVENUE

MATCH LIN

E STA 18+40 SEE BELOW

MATCH LIN

E STA 28+50 SEE BELOW

MAT

CH L

INE

STA

18+4

0 SE

E AB

OVE

MAT

CH L

INE

STA

28+5

0 SE

E AB

OVE

AutoCAD SHX Text
CITY OF AZUSA
AutoCAD SHX Text
ENGINEERING DIVISION
AutoCAD SHX Text
NO.
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
BY
AutoCAD SHX Text
DATE
AutoCAD SHX Text
THESE PLANS PREPARED UNDER THE SUPERVISION OF:
AutoCAD SHX Text
DATE: JUNE 2022
AutoCAD SHX Text
PREPARED BY: PAF
AutoCAD SHX Text
CHECKED BY: CC
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
PROJECT NUMBER:
AutoCAD SHX Text
PLAN NUMBER:
AutoCAD SHX Text
Robert Michael Delgadillo R.C.E NO. 82136
AutoCAD SHX Text
TITLE SHEET
AutoCAD SHX Text
SHEET 2 0F 3
AutoCAD SHX Text
CITRUS AVENUE TO BARRANCA AVENUE
AutoCAD SHX Text
ALOSTA AVENUE
AutoCAD SHX Text
SCALE: 1" = 40'
AutoCAD SHX Text
ROBERT DELGADILLO R.C.E NO. 82136
Page 6: CONSENT ITEM F-11

E-1

E. SPECIAL SPECIFICATIONSCONTRACT 07-LA-0-AZU; Federal-Funded Project # STPL-5112 (020)

ALOSTA AVENUE STREET IMPROVEMENTS

A. DESCRIPTION OF WORK AND GENERAL PROCEDURES

1. GeneralThe standard specifications for this project shall be based on the “Greenbook”, CurrentEdition, except as amended by these bid and contract documents.

2. Emergency InformationThe names, addresses and telephone numbers of the Contractor and subcontractor, ortheir representatives, shall be filed with the City Engineer and the City Police Departmentprior to beginning work.

3. Scope of the Work covered by Contract DocumentsThe work to be done consists of furnishing all labor, materials, tools, equipment andincidental for the construction, complete in place, of those items as shown in the bid andcontract documents. The work consists of:

a. Additional Requirements1) Removal of Obstructions. The Contractor shall remove and dispose of all

structures, debris or other obstructions of any character to the construction of thestreet or road, if and as required by the City Engineer.

2) General Clean up. Prior to overlay application the Contractor shall remove allweeds and debris in the roadway including weeds growing between the streetand gutter area.

3) Final Clean Up. Upon completion and before making application for acceptanceof work, the Contractor shall clean up the street or road and all ground occupiedin connection with the work, of all rubbish, excess materials, temporary structuresand equipment; and all parts of the work shall be left in a neat and presentablecondition.

4) Work Schedule. Contractor shall submit a work schedule seven (7) days prior tostart of work for approval by the City Engineer.

5) Notification. The Contractor shall notify all property owners (Not less than 72hours in advance) of days and dates that streets adjoining their property will beslurried. A form letter will be furnished by the Contractor to be approved by theCity. All costs to the Contractor shall be included in the price of the bid.

6) Posting. “No Driving or Parking” signs shall be furnished by the Contractor anddated posted by the Contractor not less than 72 hours in advance and the costincluded in the price of bid. All signs shall conform to City standard

7) Sweeping. The street shall be properly swept by the Contractor with a selfloading broom sweeper, satisfactory to the City, just prior to the laying of slurryand the cost thereof included in the price of material.

8) Construction Yard. It shall be the Contractor’s responsibility to locate any storagesites for materials and equipment needed and such sites must be approved inadvance by the Director of Public Works. When storage sites are located onprivate properties, the Contractor shall be required to submit to the City Engineer

Page 7: CONSENT ITEM F-11

E-2

written approval from the owner of record authorizing the use of his property by the Contractor.

9) Sanitary Convenience. Necessary sanitary facilities for the use of workers on thejob, properly secluded from public observation and in compliance with healthordinances and laws, shall be constructed and maintained in an approvedmanner by the Contractor and their use shall be strictly enforced by theContractor.

10) Manhole and Water Valve Covers. The Contractor shall adjust all manholes andwater valve covers to grade and ensure manholes and water valves are clear ofdebris. Coordination with the respective utilities is required.

11) Water Testing. The Contractor shall water test the roadway after final paving toverify proper drainage.

4. Contractor’s DutiesComply with codes, ordinances, rules, regulations, orders, and other legal requirements ofpublic authorities which bear on performance of work.

5. CITY OF AZUSA License and PermitThe Contractor shall pay for and obtain a City Business License and obtain a “No Fee”Encroachment Permit before commencing construction.

6. Allotted Working SpaceThe Contractor shall be responsible for storing his materials and equipment as necessary.The City will not allow keeping equipment, materials, vehicles, removed items, debris, etc.within public right-of-way.

7. Maintenance of Existing ImprovementsThe Contractor shall protect and maintain all existing improvements to remain in place.Contractor shall notify the City Engineer or his/her designee of any damage to any existingimprovements as soon as practical. Contractor shall repair any damage caused by hisoperation to existing improvements at no cost or extra burden to the City.

8. Survey and LayoutContractor shall perform all survey and layout work.

9. Discrepancies in the Bid and Contract DocumentsAny discrepancies, conflicts, errors or omissions found in the Bid and Contract Documentshall be promptly reported in writing to the City Engineer or his/her designee, who willissue a correction in writing. The Contractor’s shall not take advantage of any suchdiscrepancies, conflicts, errors or omissions, but shall comply with any correctivemeasures regarding the same prescribed by the City Engineer or his/her designee, and noadditional payment or time shall be allowed therefore, except as provided in the StandardSpecifications.

If discrepancies are discovered, and no specific interpretation is issued prior to thebidding, the decision regarding this interpretation shall rest with the City Engineer orhis/her designee. The Contractor shall be compelled to act on the City Engineer or his/herdesignee’s decision as directed. In the event the installation is not in compliance with thedirection of the City Engineer or his/her designee, the installation shall be corrected by andat the expense of the Contractor at no additional cost to the City. In case of suchdiscrepancies, it is assumed that the bid included the cost for implementing/constructingthe discrepancy that would have the highest dollar value.

Page 8: CONSENT ITEM F-11

E-3

10. Errors and OmissionsIf the Contractor, in the course of the work, becomes aware of any claimed errors oromissions in the contract documents or in the City’s field work, it shall immediately informthe City Engineer or his/her designee. The City Engineer or his/her designee shallpromptly review the matter, and if he/she finds an error or omission has been made,he/she shall determine the corrective actions and advise the Contractor accordingly. If thecorrective work associated with an error or omission increases or decreases the amount ofwork called for in the Contract, the City shall issue an appropriate Change Order. Afterdiscovery of an error or omission by the Contractor, any related work performed by theContractor’s shall be done at its risk unless authorized by the City Engineer or his/herdesignee.

11. Order of Precedence of Bid and Contract DocumentsIn resolving conflicts resulting from conflicts, errors, or discrepancies in any of the ContractDocuments, the order of precedence shall be as follows:a. Contractb. Specificationsc. Drawings

Within the Specifications the order of precedence is as follows: a. Addenda/Change Ordersb. Special Specificationsc. Instructions to Biddersd. Notice to Contractor’se. Standard Drawingsf. Referenced Standard Specifications

With reference to the Drawings the order of precedence is as follows: a. Figures govern over scaled dimensionsb. Detail drawings govern over general drawingsc. Addenda/Change Order drawings govern over Contract Documentsd. Contract Documents govern over standard drawingse. Contract Drawings govern over shop drawings

12. Notice to ProceedNotwithstanding any other provisions of the Contract, the Contractor shall not be obligatedto perform any work and the City shall not be obligated to accept or pay for any workperformed by the Contractor prior to delivery of a Notice to Proceed. The City’s knowledgeof work being performed prior to delivery of the Notice to Proceed shall not obligate theCity to accept or pay for such work. The Contractor shall provide all required contractbonds and evidences of insurance prior to commencing work at the site.

13. Contract Time/Project ScheduleThe Contractor shall submit a Construction Schedule to the City prior to beginningconstruction. No work may be started until the Schedule has been approved in writing. Thework shall be scheduled to assure that construction will be completed within the specifiedtime. The Contractor shall be held responsible for coordination of all phases of theoperation so that the time schedule can be met. The date construction shall begin will bespecified in a Notice to Proceed, and shall be completed by the date indicated in the

Page 9: CONSENT ITEM F-11

E-4

construction schedule in “INSTRUCTIONS TO BIDDERS SECTION” of these bid and contract documents.

Except as otherwise provided in the Special Provisions, working hours in traffic lanes will be restricted to between the hours of 8:00 PM and 4:00 AM Monday through Friday, excluding legal holidays and weekends.

During periods when weather or other conditions are unfavorable for construction, the Contractor’s shall pursue only such portions of the work as shall not be damaged thereby.

No portions of the work whose acceptable quality or efficiency will be affected by any unfavorable conditions shall be constructed while those conditions exist. It is expressly understood and agreed by and between the Contractor’s and the City that the Contract time for completion of the work described herein is a reasonable time taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work.

14. Delay in Obtaining MaterialsNo extension of time will be granted for a delay caused by the inability to obtain materialsunless the Contractor either obtains advance written approval from the City Engineer orhis/her designee or obtains from the supplier and furnishes to the Engineer documentaryproof that such materials could not be obtained due to war, government regulations, labordisputes, strikes, fires, floods, adverse weather conditions necessitating the cessation ofwork, or other similar action of the elements. The Contractor is required to order materialsin a timely manner as specified in the "Instruction to Bidders".

15. Record DrawingsContractor shall show, provide and record a complete “As Built” records set of blue lineprints showing changes from the original drawings and specifications and the exact “asbuilt” locations, sizes and types of equipment. Prints for this purpose may be obtainedfrom the City. Contractor shall keep this set of drawings on the site available at all timesfor inspection. These drawings shall be kept up to date as the work progresses and asnecessary by Contractor. Before the date of the final inspection, Contractor shall providethe “as built” prints to the City.

16. Inspection and TestingThe City Engineer or his/her designee will make, or have made, such inspections andtests as he deems necessary to see that the work is being accomplished in accordancewith the requirements of the Contract. In the event such inspections or tests revealnoncompliance with the requirements of the Contract, the Contractor shall bear the cost ofsuch corrective measures deemed necessary by the City Engineer or his/her designee, aswell as the cost of the subsequent reinspection and retesting. It shall be understood andagreed that the inspection or making of tests shall not constitute an acceptance of anyportion of the work nor relieve the Contractor from compliance with the terms of theContract.

It shall be the Contractor’s responsibility to obtain Inspection in a timely manner prior toproceeding with any phase of construction. The Contractor shall neither allow nor causeany of its work to be covered or enclosed until it has been inspected, tested and approvedby the City Engineer or his/her designee.

Page 10: CONSENT ITEM F-11

E-5

Standard inspections shall be requested by the Contractor at least forty-eight (48) hours in advance of an anticipated inspection.

Work done in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and the entire cost of removal and replacement, including the cost of all materials which may be furnished by the City and used in the work thus removed, shall be borne by the Contractor, regardless of whether the work removed is found to be defective or not.

17. Sanitary ConditionsThe Engineer may from time to time prescribe rules and regulations for maintainingsanitary conditions along the work and the Contractor shall enforce observance of thesame by its employees and the employees of the subcontractor’s, and, if the Contractorfails to enforce these rules and regulations, the Engineer shall have the authority toenforce them.

18. Sound ControlThe noise level from the Contractor’s operations between the hours of 9:00 p.m. and 6:00a.m. shall not exceed 86 dba at the distance of 50 feet. This requirement in no wayrelieves the Contractor’s from responsibility for complying with local ordinances regulatingnoise levels.

Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel.

19. Air Pollution and Dust ControlThe Contractor shall adhere strictly to Section 7-8.1 and Section 7-8.2 of the StandardSpecifications for Public Works (Greenbook) throughout this entire project.

20. Water Pollution ControlThe Contractor shall adhere strictly to Sections 7-8, Subsections 7-8.6 and 7-8.7 of theStandard Specifications for Public Works (Greenbook) Current Edition through the entireproject. The Contractor, without limitation, shall be responsible to provide and implementBest Management Practices to comply with National Pollution Discharge EliminationSystem (NPDES) standards and practices. The Contractor shall be responsible, to thefullest extent possible, not to permit any contaminants, including soil, to enter any drainagesystem. Contractors shall be responsible to be prepared to provide hay bales or similardevices to prevent erosion from being washed into the storm drain system. Contractorsshall be responsible to maintain equipment so that oil, grease, gasoline, diesel fuel, et al.,does not contaminate areas subject to run-off. The Contractor and its Surety shall fullyindemnify the City for any pollution damage and/or cleaning costs.

All construction on off-site or on-site improvements shall adhere to NPDES (NationalPollution Discharge Elimination System) Best Management Practices to preventdeleterious materials or pollutants from entering the City or County storm drain systems.

The following are the areas to be addressed where applicable: 1. Handle, store and dispose of materials properly.2. Avoiding excavation and grading activities during wet weather.3. Construct diversion dikes and drainage swales around working sites.

Page 11: CONSENT ITEM F-11

E-6

4. Cover stockpiles and excavated soil with secured tarps or plastic sheeting.5. Develop and implement erosion control plans.6. Check and repair leaking equipment away from construction site.7. Designate a location away from storm drains for refueling.8. Cover and seal catch basins whenever working in their vicinity.9. Use vacuum with all concrete sawing operations.

10. Never wash excess material from aggregate, concrete or equipment onto a street11. Catch drips from paver with drip pans or absorbent material.12. Clean up all spills using dry methods.13. Sweep all gutters at the end of each working day. Gutters shall be kept clean

after leaving construction site.14. Call 911 in case of a hazardous spill.15. Keep a running log of all activities in connection with the Storm Water Pollution

Prevention Plan (SWPPP)16. Name a person, on site, responsible for complying with S.W.P.P.P.

Best Management Practices (BMPs). Best Management Practices shall be defined as any program, technology, process, siting criteria, operating method, measure, or device which controls, prevents, removes, or reduces pollution. The Contractor shall obtain and refer to the California Storm Water Best Management Practice Handbooks, Volume 3 Construction BMP Handbook and the County Regional Best Management Practices Handbook for Construction Activities.

The Contractor shall have a minimum of two (2) readily accessible copies of each publication on the Work site at all times.

The Contractor shall implement the following BMPs in conjunction with the construction operation and activities:

CONSTRUCTION PRACTICES Water Conservation Practices Dewatering Paving Operations Structure Construction and Painting

MATERIAL MANAGEMENT Material Delivery and Storage Material Use Spill Prevention and Control

WASTE MANAGEMENT Solid Waste Management Hazardous Waste Management Contaminated Soil Management Concrete Waste Management Sanitary/Septic Waste Management

VEHICLE AND EQUIPMENT MANAGEMENT Vehicle and Equipment Cleaning Vehicle and Equipment Fueling Vehicle and Equipment Maintenance

Page 12: CONSENT ITEM F-11

E-7

VEGETATIVE STABILIZATION Scheduling Preservation of Existing Vegetation Temporary Seeding and Planting Mulching

PHYSICAL STABILIZATION Geotextiles and Mats Soil Stabilizer/Dust Control Temporary Stream Crossing Stabilized Construction Roadway Stabilized Construction Entrance

RUNOFF DIVERSION Sodding, Grass Plugging, and Vegetative Buffer strips Earth Dikes, Drainage Swales, and Lined Ditches Top and Toe of Slope Diversion Ditches/Berms Slope Drains and Subsurface Drains

VELOCITY REDUCTION Flared Culvert End Sections Outlet Protection/Velocity Dissipation Devices Check Dams Slope Roughening/Terracing/Rounding

SEDIMENT TRAPPING Silt Fences Straw Bale Barrier Sand Bag Barrier Brush or Rock Filter Storm Drain Inlet Protection Sediment Traps Sediment Basin

Additional BMPs may be required as a result of a change in actual field conditions, contractor activities, or construction operations. When more than one BMP is listed under each specific BMP category, the Contractor shall select the appropriate and necessary number of BMPs within each category in order to achieve the BMP objective.

BMPs for contractor activities shall be continuously implemented throughout the year. BMPs for erosion control and sedimentation shall be implemented during the period from October 15 to April 15, and whenever the National Weather Service predicts rain within 24 hours. BMPs for erosion control and sedimentation shall also be implemented prior to the commencement of any contractor activity or construction operation that may produce run-off, and whenever run-off from other sources may occur.

The CITY, as a permittee, is subject to enforcement actions by the State Water Resources Control Board, Environmental Protection Agency, and private citizens. The CITY may assess the Contractor a penalty of $1,000 for each calendar day that the Contractor has not fully implemented the BMPs specified for the Contract and/or is otherwise in noncompliance with these provisions. In addition, the CITY will deduct, from the final payment due the Contractor, the total amount of any fines levied on the

Page 13: CONSENT ITEM F-11

E-8

CITY, plus legal and staff costs, as a result of the Contractor’s lack of compliance with these provisions and/or less than complete implementation of the specified BMPs.

Full compensation for the implementation of BMPs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials, shall be considered as included in the prices bid for the various items of work.

Storm Water Pollution Prevention Plan (SWPPP). A Storm Water Pollution Prevention Plan (SWPPP) shall be defined as a report that includes site map(s), identification of construction and contractor activities that could pollute storm water, and a description of measures and practices to control the potential pollutants. The preparation and implementation of the SWPPP is intended to ensure that the Contractor will make every reasonable effort to prevent the pollution of water resources during the period of construction. The size and nature of this Contract place it under the regulations of the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharge Associated with Construction Activity. In the State of California, these regulations are adopted by the State Water Resources Control Board. These regulations require a SWPPP for any work where clearing, grading, and excavation result in a land disturbance of five or more acres. As a result, the Contractor shall prepare, submit to the CITY for review and approval, and implement a SWPPP for this Contract in compliance with these regulations.

The handbooks specified in 7-8.6.1 shall be followed and adhered to in preparing the SWPPP. The SWPPP shall be prepared under the supervision of, and signed by, a Civil Engineer registered by the State of California. The SWPPP shall include and incorporate BMPs that address contractor activities, erosion, and sedimentation control. The SWPPP shall also include and incorporate appropriate BMPs for run-off generated by construction activities and other non-storm water sources. During all periods of construction, excavated soils which are stored on-site shall be completely covered with waterproof material and sand (or gravel) bagged or bermed in order that, in the event of a storm, no soil becomes mixed with or transported by storm water run-off.

If, during construction operations, field conditions change in a manner which, in the opinion of the Engineer, significantly deviates from how the SWPPP, as approved by the CITY, addressed the current construction operation, the Engineer may direct the Contractor to revise the current construction operation and/or the SWPPP. Such directions will be made in writing and will specify the items of work for which the SWPPP is inadequate. No further work on these items will be permitted until the Contractor revises the construction operations to the satisfaction of the Engineer and/or until the Contractor submits a revised SWPPP and receives CITY approval. The Engineer will notify the Contractor of the acceptance or rejection of the revised SWPPP within seven (7) working days from the date of submittal.

The SWPPP shall be submitted to the CITY for review and approval a minimum of twenty (20) working days prior to the commencement of construction operations in accordance with 6-1 of these Special Provisions.

Full compensation for preparation of the SWPPP, revisions to the SWPPP, and all other related costs shall be considered as included in the prices bid for the various items of work.

Page 14: CONSENT ITEM F-11

E-9

CONTRACTOR TO COMPLY WITH THESE REQUIREMENTS AND THE DIRECTOR OF PUBLIC WORKS DIRECTIONS DURING THE COURSE OF CONSTRUCTION.

21. Public Convenience and Traffic ControlThe Contractor shall be responsible to furnish, install and maintain such devices whichare necessary to provide safe and efficient passage for the traveling public through thework area, for the safety of personnel present in the work area, and to minimizeinconvenience to adjacent properties.

Every effort shall be made by the Contractor to insure traffic safety. If in the opinion ofthe Director of Public Works, additional signing or delineation is required for trafficsafety, then the Contractor shall furnish and place the additional signs or delineators atno additional cost to the City. Should the Contractor fail to furnish precautionary trafficcontrol devices within one (1) hour after notification by the City, the City shall cause theplacement of the necessary items or personnel and the Contractor shall be billed for saiditems or personnel.

At the end of the Work Day the job site shall be left in a neat and orderly manner.Roadway and parking shall be made available wherever possible to the satisfaction ofthe Public Works Director or his/her designee.

During construction the Contractor shall provide continuous access to each residence orbusiness affected by this project to the satisfaction of the Engineer.

Should any change in these requirements be necessitated by extraordinary occurrencesor requirements during the execution of the work, the Contractor shall obtain prior writtenapproval of the Engineer.

In the event that services of City forces are required for the correction of traffic controlconditions during hours other than the normal working hours of the City, an additionalcharge of $60.00 per person per hour so required shall be levied for each occurrencethereof.

The Contractor shall install, maintain, and remove all temporary delineators, barricades,lights, warning signs and other facilities necessary to control traffic as specified inMUTCD, Caltrans Standard Plans and Specifications and other applicable standardFlashing Arrow Sign (FAS) are required for all lane closures. Signs, markings, striping,barricades, delineators and all materials shall conform to applicable Caltrans standardsand specifications.

22. Minimum Requirements for Maintaining Traffic FlowWork shall be permitted only under the following conditions:

a. The Contractor shall maintain one (1) minimum ten-foot-wide lane in eachdirection at all times.

b. Driveways: The Contractor shall maintain access to each driveway at alltimes unless other arrangements have been made with each propertyowner, subject to approval by the Engineer.

Page 15: CONSENT ITEM F-11

E-10

Reduction in lane requirements may be afforded only with the prior written approval of the Engineer.

Traffic signs, flaggers, warning devices, safety traffic devices and electronic arrow board for diverting and directing traffic shall be furnished, installed and maintained by the Contractor through the project. Arrow boards and other devises must comply with the City of Azusa requirements for night time noise standards at adjacent private property lines.

23. No reduction in the number of lanes during Holiday PeriodNo reduction in the number of lanes or in lane widths on any street shall be permittedduring the holiday period which begins on the Monday prior to Thanksgiving and ends onthe Friday following New Year's Day.

24. Temporary No ParkingParking will be restricted only for the minimum time necessary to complete on-goingwork. Contractor must post temporary “NO PARKING” signs a minimum of seventy-two(72) hours in advance and notify the City Engineer. Flashers, approved by the CityEngineer, will also be used in pre-approved areas of construction affecting public trafficand for the public safety.

25. Street Closures, Detours and BarricadesThe Contractor shall notify the Public Works Director, at least ten (10) working daysbefore closing or partially closing any street or alley.

The Contractor shall notify the following agencies at least two (2) working days beforeclosing or partially closing any street or alley:

City of Azusa Public Works Department City of Azusa Police Department County of Los Angeles Fire Department

Immediately upon completion of the construction work and opening or reopening of any street or alley, the three (3) parties above shall be notified.

The Contractor shall install, maintain, and remove all temporary delineators, barricades, lights, warning signs and other facilities necessary to control traffic as specified in the CALTRANS MUTCD CURRENT EDITION. Flashing Arrow Sign (FAS) are required for all lane closures. Materials for a temporary facility may be provided from new or used materials. If used materials are provided, they shall be sound, in good condition and otherwise meet the requirements of new materials. All traffic control devices shall be free of graffiti, and the Contractor shall be responsible to immediately clean and/or replace any device to the satisfaction of the Engineer. The Contractor will be allowed no more than one (1) work day to remove graffiti.

All traffic delineators used at night shall display two white retro-reflective bands. The upper band shall be a minimum of 3", but not more than 4", from the top and shall be 6" wide and the lower band shall be 4" wide. The two bands shall be separated by a minimum 2" space.

Flashers excerpted from; CALTRANS MUTCD CURRENT EDITION, CALIFORNIA SUPPLEMENT, May 20, 2004 PART 6 TEMPORARY TRAFFIC CONTROL

Page 16: CONSENT ITEM F-11

E-11

Section 6F.77 Flashing Warning Beacons

Standard: The beacon lens shall have a visible diameter of 300 mm (12 in) and shall conform to Department of Transportation’s standards for signal lenses, and the lighting unit shall have a visor and back plate or other suitable means of providing adequate contrast. The mounting height shall be between 1.8 m (6 ft) and 3 m (10 ft), measured from the bottom of the base to the center of the lens.

26. Street Excavations

All excavations shall comply with and the Contractor’s attention hereby is directed to the following supplemental requirements for street excavations. Every person making an excavation cut or fill in or under a street shall restore the surface thereof in accordance with the provisions of this section. Every person making an excavation, cut or fill in or under a street shall, until the permanent pavement is replaced: 1) Maintain the surface of the backfill or of the temporary pavement at an elevation

equal to that of the adjoining street surface and in a manner safe for vehicles and pedestrian traffic.

2) Place and maintain barriers at each end of excavation, cut or fill and at such places along the excavation, cut or fill as may be necessary to prevent accidents, but with a maximum interval of one hundred (100) feet; and shall place and maintain a sign on every such barrier with letters not less than three (3) inches in height, which sign shall state the name of the person making the excavation.

3) Place and maintain warning lights at each end of such excavation, cut or fill and at intervals of not less than fifty (50) feet along the sides thereof from sunset each day to sunrise of the next day. A fee of Ten Dollars ($10.00) per day shall be charged such person for each barricade or warning light placed or replaced by the City where this Article is violated by the absence of said barricades or warning lights.

4) Place and maintain any and all signs, warning signs, detour signs and/or directional signs as required by the project specifications or as required by the Public Works Director or his/her designee. A fee of Ten Dollars ($10.00) per day shall be charged such person for each such sign placed or replaced by the City where this Article is violated by the absence of said signs.

5) In the event any temporary or sub-paving is provided and traffic is allowed to drive upon such temporary sub-paving, all striping or other pavement markings which existed in that location prior to the start of work shall be replaced or changed as required by the Public Works Director. A fee of Ten Dollars ($10.00) per square foot of paint and Five Dollars ($5.00) for each raised marker shall be charged such person for any traffic striping or pavement markings maintained or replaced by the City where this Article is violated by the absence of said striping and markings. All traffic control devices shall conform to the latest edition of the State of California Traffic Manual.

6) Maintain a telephone or telephones where he can be reached twenty-four (24) hours a day and shall leave the number of such telephone or telephones with the Public Works Director and the Watch Commander of the AZUSA Police Department.

7) Maintain safe crossings for vehicle and pedestrian traffic at all street intersections and shall maintain safe crossing for pedestrians along such excavations, cut or fill at intervals of not less than six hundred (600) feet.

Page 17: CONSENT ITEM F-11

E-12

8) Place all materials excavated compactly alongside the trench and in such amanner as to cause as little inconvenience as possible to vehicle and pedestriantraffic. If such street is not wide enough to hold the excavated material withoutthe use of the adjacent ADA RAMPS, such person shall erect a tight board fenceupon and along such ADA RAMPS and maintain thereon a passageway forpedestrian traffic at least four (4) feet in width.

9) Maintain all adjacent gutters free and unobstructed for the full depth of theadjacent curb and for at least one (1) foot in width measured from the face ofsuch curb at the intersection of the curb and the street; and whenever a guttercrosses an intersecting street, shall provide and maintain an adequate waterway.

10) Provide access from the street to all fire hydrants and watergates and to abuttingproperty owners unless their consent to the contrary is first obtained.

11) Keep at least one-half (½) of the street open at all times for vehicular traffic.

27. Excavation - Changed ConditionsPursuant to Section 7104 of the Public Contract Code, for any trenches or otherexcavations that extend deeper than four feet below the surface:

The Contractor shall promptly, and before the following conditions are disturbed, notifythe Engineer in writing, of any:

(a) Material that the Contractor believes may be material that is hazardous waste, asdefined in Section 25117 of the Health and Safety Code that is required to beremoved to a Class I, Class II, or Class III disposal site in accordance withprovisions of existing law.

(b) Subsurface or latent physical conditions at the site differing from those indicated.

(c) Unknown physical conditions at the site of any unusual nature, differentmaterially from those ordinarily encountered and generally recognized asinherent in work of the character provided for in the contract.

The Engineer shall promptly investigate the conditions, and if he finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the work shall issue a change order under the procedures described herein.

In the event that a dispute arises between the City and the Contractor whether the conditions materially differ or involve hazardous waste, or cause a decrease or increase in the Contractor's cost of, or time required for, performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all work to be performed under the Contract. The Contractor shall retain any and all rights provided either by Contract or by law which pertain to the resolution of disputes and protests between the contracting parties.

28. Utility Companies CoordinationThe Contractor shall provide coordination with all the utility companies involved and shallprovide protection from damage to their facilities. The Contractor shall be responsiblefor repair or replacement to said facilities made necessary by its failure to providerequired protection.

Page 18: CONSENT ITEM F-11

E-13

The Contractor shall notify all utility agencies and owners of all facilities within the area of construction a minimum of five (5) work days in advance of performing any work within said area.

The Contractor shall protect all utilities and other improvements which may be impaired during construction operations. It shall be the Contractor's responsibility to ascertain the actual location of all existing utilities, including service laterals, and other improvements indicated on the drawings that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be directed by the Engineer.

If in the course of construction the Contractor damages a sewer lateral or water lateral, it shall be responsible to completely expose said lateral from the main line to the point of connection at private property to verify integrity of all joints to the satisfaction of the Inspector. This shall not be considered to be extra work and no extra costs shall be allowed therefore.

29. Graffiti RemovalIt shall be the Contractor's responsibility to completely remove all "construction graffiti"(spray paint or other marking for utilities, survey points and construction limits) prior toacceptance of the work as completed.

30. MaterialsMaterial Specifications: Whenever any material is specified by name and numberthereof, such specifications shall be deemed to be used for the purpose of facilitating adescription of the materials and establishing the quality of the materials to be used. Allmaterials shall be new and the best of their class and kind. No substitution will bepermitted which has not been approved in writing by the Public Works Director or his/herdesignee.

Material List: A complete material list shall be submitted prior to performing any work.Catalog data and full descriptive literature and manufacturer's specifications andinstallation instructions shall be submitted whenever the use of items different than thosespecified is requested.

Approval of Substitutes: Approval of any items, alternates or substitutes indicates onlythat the product(s) apparently meet the requirements of the drawings and specificationson the basis of the information and/or samples submitted.

Contractor's Responsibility: Manufacturer's warranties shall not relieve the Contractor ofliability under these Specifications. Such warranties only shall supplement theContractor's responsibility. The Public Works Director or his/her designee, may at his orher option, require a manufacturer's warranty on any product offered for use.

31. Solid Waste Management and Recycling PlanThe contractor shall submit a Solid Waste Management and Recycling Plan to the Cityfor review and approval prior to issuance of a demolition permit and/or grading permit forthe project. Said plan shall indicate that the permittee/contractor shall provide

Page 19: CONSENT ITEM F-11

E-14

documentation such as receipts from landfills, salvage and recycling facilities upon completion of the demolition/construction. Said plan shall identify: A. Types of materials for recycling, reuse or sortingB. Estimated quantitiesC. Separation requirementsD. On site storageE. Transportation methodsF. DestinationsG. Plan manager (contractor’s representative)

Prior to issuance of a demolition and/or grading permit, the permittee/contractor shall contact the California Integrated Waste Management Board (recycling hotline 800-553-2962) to obtain an approved recycler (processor and/or receiver) for demolition and construction waste.

At the minimum the contractor shall recycle each of the following demolition and construction waste materials:

Asphalt paving: 75% Concrete and concrete masonry units: 75% Non-lead based painted wood wastes (dimensional lumber and broken crates and pallets): 50% Metals: 60% Toilets: 75% Appliances: 75% Copper cable/wire: 50% Transformers and ballasts: 100% Fluorescent lamps: 100% Glass: 50% Unpainted gypsum board: 50%

A minimum of 50% of the total weight of the waste (demolition and construction wastes) shall be diverted from landfill.

B. REMOVALS AND GRADING

1. Removals

1.1 All material removed from the project shall be disposed of by the Contractor in an acceptable manner in an area approved by the Public Works Director. The Contractor shall strictly adhere to the requirements of Section 300-1.3.1 and 300-2.6 of the Standard Specifications to avoid, to the fullest extent possible, contamination of any drainage system. Removals shall include, but not be limited to, all excess excavation material, trees and plants, debris, interfering portions of curb, gutters, P.C.C. and asphalt concrete (including base, where applicable), pipes, traffic signals and appurtenances, and miscellaneous items as shown on the Plan.

a. Contractor shall not start any removal work unless it is prepared toperform reconstruction work within 24 hours of the time removals werebegun, unless otherwise approved by the Engineer.

b. Contractor shall not remove on-site improvements until it is prepared toconstruct the adjacent street section and shall promptly restore all suchimprovements as applicable, upon completion of the adjacent street work.

Page 20: CONSENT ITEM F-11

E-15

1.2 A.C. and P.C.C. Pavement and P.C.C. Curb and/or Gutter, Walk and Driveways.Unless otherwise specified on Plans, all improvements to be removed must be sawcut. Complete removal of base shall be included as a part of the removal of these items and shall be included in the bid price therefor. Existing base may be reused if it conforms to the requirements of the Standard Specifications.

1.3 Miscellaneous Removals and Relocations. This item shall include all removals not specifically listed in the Bidder's Proposal or otherwise covered by these Specifications such as all necessary relocations and restorations of valve covers, signs and other items, whether shown on the Plans or not, and as necessary to complete the improvements. Contractor shall be responsible to review the project site prior to bidding and to include all such work, whether or not shown on the plan, in its bid prices for this item.

1.4 Limits. The Contractor shall meet with the Inspector prior to making removals to verify the limits of removals and the locations of joins, to establish smooth joins and to assure proper drainage. The Contractor may make minor changes in the location of joins and the limits of removals, provided a smooth join and proper drainage shall be achieved and it has obtained prior written approval from the inspector.

1.5 Existing Pavement Sections. The thicknesses of existing AC and PCC pavement and base sections may vary. Thicknesses, if shown, are intended to indicate the approximate quantities for removals and are in no way guaranteed. No extra payment shall be allowed for variances found in the field.

2. Earthwork

2.1 Excavation. Excavation shall include removing, hauling, disposing and placing in fill embankment all materials below the existing base to the subgrade elevations indicated on the plan. Earthwork, subgrade preparation and fine grading shall conform to the applicable requirements of Section 300-2 and other pertinent sections of the Standard Specifications. The Contractor shall be responsible to meet grades shown on the plan, including removal of excess excavation, import of top soil and structural backfill, as applicable. The City neither warrants nor implies that there will be an earth balance on this project.

Attention is directed to the Standard Specifications regarding the protection and preservation of existing soil and fences during excavations. The Contractor shall use temporary shoring or other protective methods to support these improvements and insure that no damage will result to them by virtue of the Contractor's work.

Full compensation for doing all work involved in protecting and preserving improvements on private property shall be considered as included in various bid prices, and no additional compensation will be allowed therefor.

2.2 Unsuitable Material. If unsuitable material is found, the Contractor shall remove said material to the limits to be determined by the Engineer and shall replace said material with select fill or base material, as to be determined by the Engineer.

Page 21: CONSENT ITEM F-11

E-16

3. Subgrade Preparation

3.1 Section 301-1 of the Standard Specifications is hereby supplemented by the following section:

a. Contractor shall immediately review the site to discover all surfaceimprovements, including all utility vaults, manholes, valve covers, pullboxes, and other culture, which may or may not be shown on the plans.Contractor shall be responsible to make minor adjustments to thesubgrade as necessary to join.

b. Contractor shall be responsible to report any discrepancies or problemsto the Inspector immediately and shall be responsible to plan andschedule its operations in such a manner so as not to create a delayshould a review be required by the Engineer.

c. Contractor shall be responsible to adjust pull boxes and valve covers tograde, if required, subject to the approval of the utility company.

d. Adjustment of Valve Covers to Grade. Contractor shall be required eitherto remove valve covers below the depth to be removed and restore saidcovers to finish grade upon completion of each day's paving or to conductits operations in such a manner as to not disturb said items. TheContractor, at its own expense, shall be responsible to repair or replaceany valve covers damaged by its operations.

4. Soils Compaction Testing

All soils compaction testing will be done by a licensed geotechnical engineer furnished and paid for by the Contractor and approved by the City. Soils compaction testing will be done for all footings and foundations prior to placement of rebar or concrete; for subgrade preparation, treated materials, and pacement of base materials and roadway resurfacing per sections 301 and 302 of the latest Greenbook, Standard Specifications for Public Works Construction.

For pipeline construction, soil compaction testing will be done at 100-foot intervals at the bottom of the trench prior to placement of pipe bedding; at the top of the pipe bedding above the pipe; every two vertical feet of trench backfill; at the top of the trench backfill, which sould be the bottom of the pavement section; and at the top of the aggregate base prior to pavement construction.

C. CONCRETE AND ASPHALT CONCRETE

1. P.C.C. CONSTRUCTION

1.1 Generala. Where new construction joins existing construction, the new work shall be

made to match the existing concrete in grade, color, finish and scoring asnearly as practicable.

Page 22: CONSENT ITEM F-11

E-17

b. Contractor shall construct and install a two-inch (2") wide joint filled withJoint Sealing compound, at all joins between concrete pavement andasphalt concrete pavement in conformance with the manufacturer'sinstructions for use. The Joint Sealing compound shall conform toSection 201-3 of the Standard Specifications. The Contractor shall obtainapproval for the proposed sealing compound and method of applicationfrom the Public Works Director prior to use. All excess sealing compoundshall be thoroughly cleaned up and removed.

1.2 Sidewalk and Wheelchair Ramps. Shall be constructed in accordance with Section 303-5 of the Standard Specifications.

1.3 Curb, curb and Gutter, Valley Gutter, driveways. Curb and gutter shall be constructed with standard forms or with slip-forms per Section 303-5.2 of the Standard Specifications. Modify height to match existing curb & gutter at the join point and match top of sidewalk where the sidewalk is adjacent to curb.

All grading associated with the construction of sidewalk, curb, Curb & gutter, driveway shall be included in the unit bid price of the corresponding item

Ramps to be constructed as part of a driveway would be considered as part of the driveway and no additional cost would be allowed

1.4 Protection. The Contractor shall be responsible to protect all new concrete work from being etched, scratched or otherwise marked following placement thereof. If new concrete work is marked, the Contractor shall replace it at his/her expense in accordance with Section 300-1.3 of the Standard Specifications.

2. ASPHALT CONCRETE

2.1 Permanent Pavement. Asphalt pavement shall conform to the provisions of Subsections 203-6 and 302-9 of the Standard Specifications.

2.2 Temporary Pavement. Any drop-offs on the pavement of over 1" that will remain overnight shall be ramped with temporary AC pavement. All trenches and travel lanes must be paved with temporary AC until permanent pavement has been constructed.

2.3 Tack Coat. A tack coat shall be applied between base and finish courses when the finish course is not placed immediately after the base course, and the existing paved surfaces where new asphalt concrete overlaps existing pavement or abuts existing pavement along cut trench edges or curbs.

2.4 Payment. There shall be no payment for furnishing installation, maintenance, removal or disposal of temporary AC pavement, and all costs thereof shall be absorbed in bid prices for work to which the temporary pavement is appurtenant.

3. BASE

3.1 Material Specification. Aggregate base for pavement, curb, gutter and other improvements shall be Crushed Aggregate Base and shall conform to Section

Page 23: CONSENT ITEM F-11

E-18

200-2 of the Standard Specifications. Construction shall conform to Section 301-2 of the Standard Specifications.

D. CHANGES TO THE CONTRACT

1. CHANGES IN CONTRACT SCOPE OF WORK

A. Without invalidating the Contract and without notice to sureties or insurers, theCity may at any time, or from time to time order Extra Work, delete Work orotherwise revise the Contract Scope of Work. In revising said Scope of Work, theCity shall have the right and the authority to make minor changes in the Workwhich can be prosecuted by the Contractor without extra cost so long as theWork is not inconsistent with the purpose and intent of the Bid and ContractDocuments. The City reserves the right to increase or decrease the amount ofany quantity shown and to delete any item from the contract and pay thecontractor at the bid unit prices so long as the total amount of change does notexceed 50% (plus or minus) of the individual bid item quantity, and 40% (plus orminus) of the total bid amount. If the change exceeds these percentages, achange order may be negotiated to adjust unit bid prices.

B. Extra Work, where performed, shall be governed by all applicable provisions ofthe Contract Documents, as well as any additional requirements specificallyidentified as part of the Extra Work.

C. Changes to the Contract Scope of Work will be authorized by Field Directive,Contract Change Order, or similar written direction issued to the Contractor bythe City. Except for emergencies endangering life, limb, or property, no ExtraWork shall be performed unless such work has been authorized in written by theCity.

D. The Contractor shall prosecute the work associated with a Field Directive,Contract Change Order, or similar written direction in a timely manner.

E. If the Contractor believes that a Field Directive causes an increase or decreaseto either the Contract Sum or the Contract Time, the Contractor may submit aChange Order Request to the City.

F. If the City believes that a Field Directive has caused a decrease to either theContract Sum or the Contract Time, the City shall process a Contract ChangeOrder for said decrease in Contract Sum or Contract Time.

G. If the Contractor accepts a Contract Change Order that does not include a timeextension, the Contractor waives any claim for a time extension to the ContractCompletion Date for the work covered by that Contract Change Order.

H. Extra Work performed by the Contractor without written authorization from a FieldDirective, Contract Change Order, or other similar written directive will not entitlethe Contractor to an increase in the Contract Sum or a time extension to theContract Completion Date.

2. CHANGES IN CONTRACT PRICE

Page 24: CONSENT ITEM F-11

E-19

A. Whenever a revision to the Contract Scope of Work is ordered by the City resultsin a change in Contract Sum, the cost of the work affected by such change willbe added to or deducted from the Contract Sum, by a fair and reasonablevaluation, which shall be determined by one or more of the following:

1. By unit price accepted by the City as stated in the Contract Documents.

2. By unit prices subsequently fixed by agreement between the Contractorand the City. [See also 3(D) below.]

3. By an acceptable lump sum proposal from the Contractor. [See also 3(D)below.]

4. By Force Account as described in Section 4, Force Account PaymentProcedures below when directed in writing by the City.

B. The Contractor’s Change Order Request shall include any change in ContractTime, and shall be signed by the Contractor.

C. The City will review the Contractor’s Change Order Request and negotiate withthe Contractor an equitable change in Contract Sum or Contract Price inaccordance with Section 3, Negotiated Contract Change Orders below. Thechange in Contract Sum agreed upon, and any change in Contract Time agreedupon, shall be incorporated into the Contractor’s final Change Order Request.

D. All Contract Change Orders shall be signed by the Contractor and the City. Bysignature on the Contract Change Order, the Contractor acknowledges that theadjustments to the Contract Sum and the Contract Time contained in theContract Change Order are to the full satisfaction and accordance of theContractor, and that payment in full so waives any right to claim any further costand/or time impacts at any time during and after the completion of the Contractfor the changes encompassed by said Contract Change Order.

E. After there is agreement, the City will prepare and process a Contract ChangeOrder. All Contract Change Orders must be approved by the City in writingbefore the Contract Change Order can be executed and the work can beauthorized.

F. Should the Contractor fail to prepare and submit a Change Order Request for adecrease in Contract Sum, a decrease in Contract Price, or both associated witha decrease in the Contract Scope of Work within a timely manner, but in no casemore than twenty (20) working days after the Contractor is directed by the City,or the Construction Manager acting on behalf of the City, to delete said work, theCity shall process a unilateral Contract Change Order in accordance with Section4, Force Account Payment Procedures below.

3. NEGOTIATED CONTRACT CHANGE ORDERS

A. Whenever a revision to the Contract Scope of Work results in a potentialdifference in Contract Sum, the Contractor shall submit in the form prescribed bythe City, an itemized breakdown of Contractor and subcontractor direct costs,

Page 25: CONSENT ITEM F-11

E-20

including labor, material, equipment, and approved services, pertaining to such revised work with complete supporting data for the quantities and prices quoted. Labor documentation shall include, but not be limited to, time cards for all employees of the Contractor and its Subcontractors performing all additional labor. This information shall be submitted by the Contractor to the City as part of a Change Order Request.

B. Where the Contractor’s Change Order Request includes costs submitted fromany subcontractor, at any tier, for labor, material, equipment, and approvedservices, the Contractor shall be solely responsible for verifying the accuracy ofsaid subcontractor costs in accordance with applicable law and the ContractDocuments prior to submitting the Change Order Request to the ConstructionManager.

C. The Contractor’s direct costs shall be limited to the following:

1. Payroll costs for workers and foremen, including wages, fringe benefits asestablished by negotiated labor agreements or Federal or State prevailingwages, Workers’ Compensation and Labor insurance, and labor taxes asestablished by Law. No other fixed labor burdens will be considered,unless approved in writing by the Construction Manager. The Contractor’sdirect costs shall not include any costs associated with documentingemployee labor hours associated with any revision in Contract Scope ofWork as all such indirect costs form a part of the Contractor’s overheadexpense.

2. The cost of materials, including sales tax, if paid for by the Contractor orits subcontractor, in such work as can be substantiated by documentationconsidered acceptable to the Construction Manager.

3. The cost of equipment based on fair rental or ownership value asaccepted by the Construction Manager. The rates for rented orcontractor-owned equipment shall not exceed the rates as published inthe State of California, Business, Transportation, and Housing Agency,Department of Transportation, Construction Program, Labor Surcharge &Equipment Rental Rates, latest Edition. For equipment, rental orequivalent rental cost will be allowed for only those days or hours duringwhich the equipment is in actual use.

4. The cost of incidentals directly related to such work. The direct costs shallnot include any labor or office costs pertaining to the Contractor’sManagers or Superintendents, its office and engineering staff, its officefacilities, or anyone not directly employed on such work, nor the cost ofsmall tools as all such indirect costs form a part of the Contractor’soverhead expense.

D. Under the methods described in Paragraphs 2(A)(2) and 2(A)(3) above, themaximum percentage which will be allowed for the Contractor’s combinedoverhead and profit shall be limited to the following:

1. For work by its own organization, the Contractor may add the following

Page 26: CONSENT ITEM F-11

E-21

percentages: a. Direct Labor 10 percent (10%)b. Materials 5 percent (5%) c. Equipment (owned or rented) 5 percent (5%)

2. For all such work done by subcontractors, such subcontractor may addthe same percentages as for the Contractor in Paragraph 3(D)(1) aboveto its actual net increase in costs for combined overhead and profit. TheContractor may add up to five percent (5%) of the subcontractor’s total forits combined overhead and profit.

3. For all such work done by subtier-subcontractors, such subtier-subcontractors may add the same percentages as for the Contractor aslisted in Paragraph 3(D)(1) above to its actual net increase in costs forcombined overhead and profit, and the subcontractor may add up to fivepercent (5%) of the subtier-subcontractor’s total for its combinedoverhead and profit. The Contractor may add up to five (5%) percent ofthe subcontractor’s total for its combined overhead and profit.

4. To the total of the actual costs and fees allowed herein, not more thantwo percent (2%) shall be added for additional bond and insurance costs.

E. The above fees represent the maximum limits which will be allowed, and theyinclude all and any costs, markups, profits, etc. associated with the preparationand performance and completion of the work.

F. When both additions and credits are involved in any one Contract Change Order,the combined overhead and profit shall be figured on the basis of the netincrease, if any, for each area of work; i.e., labor, material, equipment, approvedservices, and subcontractors. The amount of credit to be allowed by theContractor to the City for any such change which results in a net decrease in theContract Sum will be the amount of the actual net decrease and a credit inaccordance with the markups allowed under the use of the method for ForceAccount Payment.

G. The Contractor shall not claim for anticipated profits on work that may be omitted.

4. FORCE ACCOUNT PAYMENT PROCEDURES

A. If either the amount of work, payment, or time extension for a Contract ChangeOrder cannot be determined or agreed upon beforehand, the City may direct by aField Directive or Contract Change Order that the Contractor perform a revisionto the Contract Scope of Work on a Force Account basis. For the actual workperformed, the Contractor’s payment will be made for the documented actualcost of the following:

1. Payroll costs. (See Paragraph 3(C)(1) above for the definition of DirectLabor Payroll Costs.)

2. Material costs. (See Paragraph 3(C)(2) above for the definition of Materialand Installed Equipment costs.)

Page 27: CONSENT ITEM F-11

E-22

3. Equipment costs. (See Paragraph 3(C)(3) above for the definition ofEquipment costs.)

4. Additional bonding costs. [See Paragraph 4(B) below.]

5. Additional insurance costs. [See Paragraph 4(B) below.]

B. To the preceding costs, there shall be added the following fees for theContractor, subcontractor, or subtier-subcontractor actually performing the work:

1. For work by its own organization, the Contractor may add the followingpercentages:a. Direct Labor 20 percent (20%)b. Materials 5 percent (5%) c. Equipment (owned or rented) 5 percent (5%)

2. To the total of the actual costs and fees allowed hereunder, not more thantwo percent (2%) shall be added for additional bonding and insurancecosts for.

C. For work performed by an approved subcontractor, the Contractor may add tothe total of the actual costs and fixed fees allowed under the precedingparagraph an additional fixed fee of five percent (5%) of said total. No furthercompensation will be allowed for the Contractor’s administration of the workperformed by the subcontractor.

D. For work performed by a subtier-subcontractor, the subcontractor may add to thetotal of the actual costs and fixed fees allowed under the preceding paragraph anadditional fixed fee of five percent (5%) of said total. No further compensation willbe allowed for the subcontractor’s administration of the work performed by thesub-subcontractor The Contractor may add to the total of the actual costs andfixed fees allowed under this paragraph an additional fixed fee of five percent(5%) of said total. No further compensation will be allowed for the Contractor’sadministration of the work performed by the subcontractor.

E. The added fixed fees shall be considered to be full compensation, covering thecost of general supervision, overhead, profit, and any other general expense.The above fixed fees represent the maximum limits which will be allowed, andthey include the Contractor’s and all subcontractors’ indirect home officeexpenses and all costs for cost proposal preparation and record keeping.

F. The City reserves the right to furnish such materials and equipment as it deemsexpedient, and the Contractor shall have no claim for profit or added fees on thecost of such materials and equipment

G. For equipment under Paragraph 4(A)(3) above, rental or equivalent rental costwill be allowed for only those days or hours during which the equipment is inactual use. The rates for rented or contractor-owned equipment shall not exceedthe rates as published in the State of California, Business, Transportation, andHousing Agency, Department of Transportation, Construction Program, LaborSurcharge & Equipment Rental Rates, latest Edition. The rental cost allowed for

Page 28: CONSENT ITEM F-11

E-23

equipment will, in all cases, be understood to cover all fuel, supplies, repairs, ownership, mobilization, and incidental costs, and no further allowances will be made for those items, unless specific agreement to that effect is made.

H. Prior to the commencement of Force Account work, the Contractor shall notifythe City of its intent to begin work. Labor, equipment and materials furnished onForce Account work shall be recorded daily by the Contractor upon report sheetsfurnished to the Contractor by the City. The reports, if found to be correct, shallbe signed by both the Contractor and the City, and a copy of which shall befurnished to the City no later than the working day following the performance ofsaid work.

I. The daily report sheet shall thereafter be considered the true record of ForceAccount work provided. If the City does not agree with the labor, equipmentand/or materials listed on the Contractor’s daily Force Account report, theContractor and City shall sign-off on the items on which there is agreement. TheConstruction Manager shall then review the items of disagreement, and willadvise the Contractor, in writing, of its determination. If the Contractor disagreeswith this determination, it shall have the right to file a claim notice in accordancewith Section “Claims and Resolution of Claims”.

J. The Contractor shall maintain its records in such manner as to provide a cleardistinction between the direct costs of work paid for on a Force Account basisand the costs of other operations.

K. To receive partial payments and final payment for Force Account work, theContractor shall submit, in a manner approved by the City, detailed and completedocumented verification of the Contractor’s and any of its subcontractor’s actualcosts involved in the Force Account pursuant to the associated Field Directive orContract Change Order. Such costs shall be submitted within thirty (30) daysafter said work has been performed. No payments will be made for work billedand submitted to the Construction Manager after the thirty (30) day period hasexpired.

L. The Contractor’s Force Account invoice shall itemize the materials used andshall cover the direct costs of labor and the charges for equipment rental,whether furnished by the Contractor, subcontractor, or other forces. The invoiceshall be in a form acceptable to the Construction Manager and shall providenames or identifications and classifications of workers, the hourly rate of pay andhours worked, a copy of all time cards, and the size, type, and identificationnumber of equipment and hours operated. Material charges shall besubstantiated by valid copies of vendor’s invoices.

M. When both additions and credits are involved in any one Contract Change Order,the combined overhead and profit shall be figured on the basis of the netincrease, if any. The amount of credit to be allowed by the Contractor to the Cityfor any such change which results in a net decrease in cost will be the amount ofthe actual net decrease and a credit in accordance with the markups allowedunder the use of the method described in this Section. The Contractor shall notclaim for anticipated profits on work that may be omitted.

5. UNIT PRICE ADJUSTMENTS DUE TO INCREASED OR DECREASED QUANTITIES

Page 29: CONSENT ITEM F-11

E-24

A. The unit prices as stated in the Bid Proposal and as negotiated in any ContractChange Order shall apply to one hundred percent (100%) of the quantityindicated to be the estimated quantity for the Bid item, plus or minus twenty-fivepercent (25%).

6. DIFFERING SITE CONDITIONS

A. Pursuant to Public Contract Code Section 7104, the Contractor shall promptly,and before such conditions are disturbed, notify the City in writing, if any of thefollowing is encountered:

1. Material at the Project Site that the Contractor believes may behazardous waste, as defined in Section 25117 of the Health and SafetyCode, and that is required to be removed to a Class 1, Class 11, or ClassIII disposal site in accordance with provisions of existing law.

2. Subsurface or latent physical conditions at the Project Site that differsfrom those indicated in the Contract Documents.

3. Unknown physical conditions at the Project Site of any unusual naturewhich differs materially from those ordinarily encountered, and which isgenerally recognized as inherent in work of the character provided for inthe Contract Documents.

B. Upon notification the City shall promptly, investigate the conditions observed bythe Contractor. If the City finds that the conditions do materially differ from theBid and Contract Documents, or do involve hazardous waste, and do cause adecrease or increase in the Contractors cost of, or the time required for,prosecution of any part of the work, the City shall cause to be issued a ContractChange Order under the procedures provided for Contract Change Orders.

C. In the event that a dispute arises between the City and the Contractor concerningwhether the conditions materially differ, or involve hazardous waste, or cause adecrease or increase in the Contractors cost of, or time required for, prosecutionof any part of the work, the Contractor shall not be excused from any scheduledContract Completion Date provided for by the Contract, but shall proceed with allwork to be performed under the Contract. The Contractor shall retain any and allrights provided either by Contract or by law which pertain to the resolution ofdisputes and protests between the City and the Contractor and in accordancewith Section “Claims and Resolution of Claims”. No claim of the Contractor underthis clause shall be allowed unless the Contractor has given the required notice.

E. CLAIMS AND RESOLUTION OF CLAIMS

1. CLAIMS

A. If the Contractor disagrees with the City’s decision, or in any case where theContractor deems additional compensation or a time extension to the Contractperiod is due the Contractor for work or materials not covered in the Contract orwhich the City has not recognized as extra work, the Contractor shall notify theCity, in writing, of its intention to make a claim.

Page 30: CONSENT ITEM F-11

E-25

B. Claims pertaining to decisions shall be submitted in writing to the City within five(5) days of the Contractor’s notification of the City’s decision.

C. All other claims notices for extra work shall be filed in writing to the ConstructionManager prior to the commencement of such work. Written notice shall use thewords “Notice of Potential Claim”. Such Notice of Potential Claim shall state thecircumstances and the reasons for the claim, and the estimated amount for theclaim. No claim for additional compensation or extension of time for a delay willbe considered unless the provisions of these Specifications for Delays and forTime Extensions are complied with. No claim filed after the date of final paymentwill be considered.

D. It is agreed that unless notice is properly given, the Contractor shall not recovercosts incurred by the Contractor as a result of the alleged extra work, changedwork or other situation which had proper notice been given would have given riseto a right for additional compensation. The Contractor should understand thattimely notice of potential claim is of great importance to the City, and is notmerely a formality. Such notice allows the City to consider preventative action, tomonitor the Contractor’s increased costs resulting from the situation, to marshalfacts, and to plan its affairs. Such notice by the Contractor, and the fact that theCity has kept account of the cost as aforesaid, shall not in any way be construedas proving the validity of the claim.

2. RECORDS OF DISPUTED WORK

A. In proceeding with a disputed portion of the Work, the Contractor shall keepaccurate records of its costs and shall submit to the City, a daily summary of thehours and classification of equipment and labor utilized on the disputed work, aswell as a summary of any materials or any specialized services which are used.

3. SUBMISSION OF CLAIM COSTS

A. Where the Contractor disagrees with any decision of the City, or where theContractor believes that it has not been properly compensated for a ContractChange Order, or where the Contractor believes that compensation is due for aField Directive, the Contractor shall submit a claim in accordance with thefollowing schedule:

1. To dispute a decision made by the City, the Contractor shall submit to theCity a claim within five (5) working days of the disputed decision.

2. The Contractor shall keep accurate records of its costs of disputed work,and shall submit to the City daily summary of the hours and classificationof equipment and labor utilized on the disputed work, as well as asummary of any materials or any specialized services which are used.Such information shall be submitted to the City at the end of the followingworking day of the day the disputed work is performed by the Contractor.Receipt of such information by Construction Manager shall not beconstrued as an authorization for or acceptance of the disputed work. Atotal final claim amount shall be submitted to the City within five (5)

Page 31: CONSENT ITEM F-11

E-26

working days of completion of the disputed work. The total final claim submittal shall include the daily summaries previously submitted.

B. Claims shall include an itemized breakdown of the Contractor’s andsubcontractor’s direct costs, including labor, material, equipment, and approvedservices, pertaining to such disputed work with complete supporting data for thequantities and prices quoted. Labor documentation shall include, but not belimited to, time cards for all employees of the Contractor and its Subcontractorsperforming all additional labor. This information shall be submitted by theContractor to the City as part of a Change Order Request.

C. In the event that the City determines that a claim is just, the City shall be allowedto pay for the disputed work in accordance with Section “Changes to theContract”.

4. CLAIMS MEETINGS

A. From time to time the City may call a special meeting to discuss outstandingclaims should the City deem this of possible help. The Contractor shall cooperateand attend such meetings prepared to discuss its claims, making available thepersonnel necessary for resolution, and all documents which may reasonably berequested by the Construction Manager.

5. RESOLUTION OF CLAIMS

A. For all contracts awarded during the effective dates of Public Contract CodeSection 20104, where claims cannot be resolved between the parties, claims forthree hundred and seventy five thousand dollars ($375,000) or less shall beresolved pursuant to the provisions of that code section.

B. Unless this Contract provides otherwise, all claims, counterclaims, disputes, andother matters in question between the City and the Contractor that are notresolved between the City and the Contractor and are not governed by PublicContract Code 20104 shall be decided by a court of competent jurisdiction.

C. Arbitration shall not be used for resolution of these disputes. Should either partyto this Agreement bring legal action against the other, the case shall be handledin the California County where the work is being performed.

Page 32: CONSENT ITEM F-11

Page 1 of 9

ALOSTA RESURFACING PROJECT TECHNICAL SPECIFICATIONS

PROJECT NO. STPL-5112(020) Date: June 15, 2021

ALL WORK SHALL CONFORM TO THE STANDARD PLANS & SPECIFICATIONS OF THE CITY OF AZUSA’S LATEST EDITION, AND THE STANDARD PLANS & SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK) LATEST EDITION. A COPY SHALL BE ON SITE AT ALL TIMES. ALL WORK SHALL BE SUBJECT TO CITY PUBLIC WORKS INSPECTOR’S ACCEPTANCE AS A CONDITION OF COMPLETION OF WORK BY THE CONTRACTOR.

ORDER OF WORK:

• A project schedule shall be submitted prior to the pre-construction meeting. • Prior to commencing work the Contractor shall submit the following items to the

Engineer for review: 1. Copies of all required permits 2. Designation of Project Superintendent 3. 24-hour emergency contact information 4. Construction Schedule 5. Cape and Slurry Seal Certificate of Compliance 6. Two-week advance construction notification 7. Three-day advance construction notification 8. Traffic control plans 9. Asphalt Rubber Binder & Membrane Design Profile Certificates of

Compliance. 10. Crumb Rubber Modifier Certificate of Compliance 11. Aggregate for Chip Seal Certificate of Compliance 12. Micro-surfacing Mix Design Certificate of Compliance 13. Micro-surfacing Emulsion Certificate of Compliance 14. Aggregate for Micro-surfacing Certificates of Compliance 15. Type II Slurry Seal Certificate of Compliance 16. Thermoplastic Paint Certificate of Compliance 17. Reflective Pavement Markers Certificate of Compliance 18. Cross Gutter and Spandrel Portland Cement Concrete Certificate of

Compliance 19. Sidewalk Portland Cement Concrete Certificate of Compliance 20. Curb & Gutter Portland Cement Concrete Certificate of Compliance 21. ADA Yellow Mat Type Truncated Domes (Safety Step Traditional Dome

or approved equal) 22. Herbicide Material Data Sheets 23. Copy of Certified Payroll (attached to each billing)

NOTE: The City reserves the right to require additional submittals from the Contractor that are not specifically identified above. The Contractor shall submit one electronic copy (in PDF format) of each submittal using City of Azusa Submittal Review Forms to [email protected]

Page 33: CONSENT ITEM F-11

Page 2 of 9

SCHEDULE:

The Contractor shall furnish to the Engineer a written schedule for the work. The schedule shall list the dates that work will proceed on all streets. The Contractor shall thenceforth adhere diligently to said written schedule in the prosecution of the work. The schedule shall identify the day and date work is proposed on a given street segment. Streets may not be available for work if scheduling is not requested by the Contractor and approved by the Engineer prior to the pre-construction meeting. The Contractor shall submit one electronic copy (in PDF format) of the work schedule to [email protected]

ADVANCED PUBLIC NOTIFICATION:

The Contractor shall not be permitted to perform work on a specific street segment until the required notices have been delivered. The Contractor shall deliver the following notices:

• Two (2) weeks prior to beginning work on a specific street segment, the Contractor

shall deliver a written notice regarding the project to all members of the public affected, including but not limited to residents, businesses, and schools. Distribution of notices shall also include members of the public located on adjacent streets to which access will be restricted due to construction activities. The notice shall state the construction activities to occur with emphasis on the specific activities that will, in any way, inconvenience the public, affect their operations, or restrict access to their properties. The notice shall include the scheduled start dates and duration of construction work for each phase or activity. The name, address, and contact number of the Contractor’s Project Superintendent and the City’s contact for the project shall also be shown on the notice.

• Three (3) days prior to the beginning of work on a specific street segment, the

Contractor shall deliver another written notice to the same members of the public. The Contractor shall specifically mention the name of the street(s) where construction activities are scheduled. For each street, a two-day window when work is planned to occur shall be specified with start and end dates for the construction activities. The notice shall mention that actual work may occur on either day of the two-day window. Additional three day notices shall be required if there is a prolonged break that exceeds two weeks in duration between work activities. Separate three-day notices shall be required for the chip seal and micro- surfacing work unless the time between the placement of layers is short enough to avoid public complaints. The Engineer shall determine whether addition notices shall be required. Separate three day notices are not required prior to weed removal, tree trimming, or pavement striping if these activities are sufficiently described in the two week notice and the notices have been delivered.

Page 34: CONSENT ITEM F-11

Page 3 of 9

NOTE: Copies of both notices shall be provided to Phillip A. Flores ([email protected]) for approval five (5) working days prior to the distribution dates of each notice.

The Contractor shall also contact and coordinate the work with the following agencies. Copies of the APPROVED advance construction notifications shall also be distributed to the following agencies:

• Azusa Police Department Dispatch (626) 812-3200 • Fire Department Station 32 (626) 334-0011 • Fire Department Station 97 (626) 334-5602 • U.S. Postal Service (800) 275-8777 • Foothill Transit (626) 931-7225 • Azusa Unified School District (626) 967-6211 • Athen Services (888) 336-6100 • Azusa Dial-A-Ride = (626) 812-5206

24-HOUR CONTACT:

The Contractor shall assign a Project Superintendent who has the complete authority to make decisions on behalf of the Contractor. The Project Superintendent shall have the ability to speak, read and write in English. The Project Superintendent shall be on the job at all times during the construction and shall be available and on call 24 hours a day for the duration of the project. The 24-hour contact’s information shall be provided to Phillip A. Flores ([email protected]).

POTHOLING

The Contractor is responsible to pothole and verify the location of all existing underground utilities at theirexpense. The Contractor shall verify all existing conditions before commencing work. All discrepancies between the project documents and actual field conditions shall be immediately reported to the Engineer, who shall determine if modifications to the work are necessary. The Contractor shall not modify the work without prior authorization from the Engineer. Any removal, repair, or replacement caused by the Contractor’s failure to recognize or report unsuitable conditions shall be performed by the Contractor at the Contractor’s sole cost and expense.

SOILS AND MATERIALS TESTING

The Contractor is responsible for soils and materials testing.

Page 35: CONSENT ITEM F-11

Page 4 of 9

RELATIVE COMPACTION TESTS

Relative compaction tests shall be provided by the Contractor at its’ own, sole cost and expense.

The following test methods shall be used for determining relative compaction:

California Test 216 (Sand Cone Method) California Test 231 (Nuclear Gauge Method)

Testing specifically includes compaction testing every 500 LF of subgrade and aggregate base. The Contractor will be provided with compaction test locations deemed necessary by the Engineer. If compaction fails to meet the contract specifications, then the Contractor shall make the necessary adjustments and is responsible for the cost of additional compaction tests until compaction per the specifications is met.

Payment Payment for compaction testing shall be included in the actual bid items requiring compaction testing. No additional compensation will be made therefor.

BID ITEM NO. 1 MOBILIZATION AND DEMOBILIZATION

Mobilization shall not be separately paid for but shall be considered as included in the payments for other items of work. This shall include full compensation for furnishing all labor and materials, including tools, equipment and incidentals, and for performing all of the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of equipment and materials as specified in the Standard Specifications and these Technical Specifications, and as directed by the Engineer. At the completion of the Work, Contractor must remove from the Worksite all of its equipment, tools, surplus materials, waste materials and debris, presenting a clean and neat appearance. Before demobilizing from the Worksite, Contractor must ensure that all surfaces are cleaned, sealed, waxed, or finished as applicable, and that all marks, stains, paint splatters, and the like have been properly removed from the completed Work and the surrounding areas, leaving those areas in the condition originally found or better.

BID ITEM NO. 2: CONSTRUCTION SAFETY, TRAFFIC CONTROL , DAILY CLEAN UP

The Contractor shall provide a traffic control plan for each arterial and collector streets included in the contract, as designated by the project street lists in the Appendices, unless the Engineer waives this requirement in writing for a given street. Traffic control plans shall also be required on street segments covered by an outside agency permit. The traffic control plans shall be specific for the required work on each street and for each phase of the project, including traffic control required at intersections and for intersecting streets

Page 36: CONSENT ITEM F-11

Page 5 of 9

and shall include provisions for pedestrian and bicycle access through the work zone during construction. The Contractor may use traffic control from CA MUTCD, WATCH, and/or CATTCH latest edition manuals, which will NOT require a stamp/signature from a licensed Civil Engineer or Traffic Engineer registered in the State of California. All site specific traffic control plans shall be certified by a licensed Civil Engineer or Traffic Engineer registered in the State of California. The traffic control plans must be reviewed and approved by the City prior to starting any work. The traffic control plans shall be submitted for all streets in the project as one package for review by the City. Partial submittals may be rejected by the City. The traffic control measures as designed by the Contractor and identified on the traffic control plan shall be in place prior to the start of each day’s work. All traffic control plans shall include provisions for pedestrian access through the work zone during construction. If the work impacts any pedestrian pathway such as sidewalks, curb ramps, and crosswalks, the traffic control plan shall include a pedestrian handling plan to direct pedestrians safely through the construction work zone. The pedestrian handling plan shall conform to the most current California MUTCD and State Standard plans and may include pedestrian detours, signs, temporary pedestrian path and ramps.

BID ITEM NO. 3: RE-ESTABLISH ALL CENTER LINE TIES & SURVEY MONUMENTS

A. The contractor shall hire a competent professional licensed land surveyor prior to construction.

B. Prior to construction, the surveyor: Researches all available maps and notes of record Conducts a diligent search for all survey monuments within the project limits, references or "ties out" all monuments subject to disturbance or destruction, prepares and files a Corner Record "A" with the County Surveyor's Office (or a Record of Survey, if required by law) depicting the location and character of the original found monuments before they were destroyed.

C. After construction, the surveyor: Perpetuates the original monuments by setting new monuments in the newly built improvements, prepares and files a Corner Record "B" depicting the location and character of the new monuments complying with California state law. Monument preservation shall be conducted to perpetuate monuments in jeopardy of being destroyed due to planned construction on every public project. State of California Business & Professions Code §8771 and §8725, Penal Code §605 and Government Code §27581

BID ITEM NO. 4: BEST MANAGEMENT PRACTICES, STORMWATER POLLUTION PREVENTION, AND EROSION CONTROL

Best Management Practices as specific herein and as attached are incorporated into these Contract Documents, and area to be used with construction activities on the site. Contractor shall comply with Best Management Practices (BMP) guidelines identified in the LA County Public Works BMP Manual. The Contractor shall prepare a Water Pollution Control Plan (WPCP). This plan shall be updated as staging and construction conditions change. This plan is required to be available on-site at all times. The WPC

Page 37: CONSENT ITEM F-11

shall show the locations of all storm drain sewers, catch basins, inlets, outlets, culverts, and other drainage systems on a map. This plan shall be 24” x 36” in size and shall show the appropriate BMP’s and erosion and sediment source controls to be implemented. Each entry point to the storm drain system shall be protected from sediment and pollutant entry. The methods and devices used shall allow the storm drain system to function properly during rainfall events while still preventing the sediment and other pollutants from entering the storm drain system. Particular attention shall be given to the following:

1. All materials (ie. Asphalt, rock, gravel, sand, cement, etc.) shall be stored away from storm drains and be covered with plastic tarps to protect from rain.

2. Cover and seal catch basins, drainage inlets and manholes to prevent polluted run- off from construction activities to enter storm drain system.

3. During all saw-cutting activities, paving materials shall be vacuumed up and pumped to a holding tank for disposal. All storm drain inlets shall be blocked or protected by a berm to prevent paving materials from entering drainage system.

4. When cleaning up construction site, dirt, sand and other fine particulates shall be swept up and disposed of in the trash. Washing/spraying site with water to be disposed of through a drainage inlet is NOT permitted.

5. Monitor all heavy equipment for oil/gas leakage. If a leak occurs, do not “wash away” with water, dispose of materials properly as outlined in the LA County Best Management Practices guidelines latest edition.

6. All pollution mitigation devices shall be installed as per LA County Public Works Best Management Practices guidelines latest edition and/or as deemed necessary by the Engineer. NOTE: Contractor is responsible for ensuring all personnel, laborers, sub-contractors, suppliers, and any other personnel that are involved with the work are trained in the importance of preventing storm water pollution. Each worker shall be trained before being allowed to work. Full compensation for conforming to the provisions in this section “Best Management Practices,” shall be considered as included in the unit prices paid for the various items of work requiring best management practices and no additional compensation will be allowed therefor. BID ITEM NO. 5: CONSTRUCTION STAKING AND SURVEY The Contractor shall select a Licensed Land Surveyor to prepare centerline notes, replace centerline ties, and bench marks. In addition, the Contractor shall select a Licensed Land Surveyor to establish elevations, set any grade stakes, and additional survey work required

Page 38: CONSENT ITEM F-11

to complete this construction job. The City Engineer retains the right to approve or disapprove of the Surveyor selected. Contractor is required to use any benchmark provided by the Engineer. Unless otherwise specified in the Contract Documents, Contractor must engage a California licensed surveyor to provide all lines and grades required to execute the Work. Contractor must also provide, preserve, and replace if necessary, all construction stakes required for the Project. All stakes or marks must be set by a California licensed surveyor or a California registered civil engineer. Contractor must notify the Engineer of any discrepancies found between Contractor’s staking and grading and information provided by the Contract Documents. Upon completion, all Work must conform to the lines, elevations, and grades shown in the Plans. Payment Payment for construction staking, surveying, line, and grade be part of the unit price per Lump Sum bid item, “Construction staking, surveying, line, and grade”. BID ITEM NO. 6: INSTALL THERMOPLATIC TRAFFIC STRIPING, MARKERS, MARKINGS AND LEGENDS:

All existing striping, markings and raised pavement markers shall be removed and installed per the following specifications. All signing and striping shall conform to the requirements of the Latest Edition of the California Manual on Uniform Traffic Control Devices (CA MUTCD) and California Department of Transportation Standards (CALTRANS) . No striping shall be done without the approval of the City. All Cat- Track and sign layouts shall be inspected and approved by the City before striping begins. Contact the Public Works Inspector 48 hours before cat-tracking to schedule inspection. All new crosswalks, arrows, and legends should be prepped and coated with thermoplastic paint, per Caltrans Standard Plans and Specifications, current edition. Long line ribbon striper for longitudinal line. All new striping shall be prepped and coated with paint, per Caltrans Standard Plans and Specifications, current edition. (2 coats of paint). Any existing striping (including raised pavement markers) or pavement legends shall be removed prior to slurry sealing and replaced after paving. No black out will be allowed. All arrow markings shall be Type IV (L or R) unless otherwise noted. All skip lane striping at intersection approaches and departures shall begin and end with 50 feet of 4 – inch solid white line. Lane widths shall be measured between the center lines of each adjacent single or double stripe or curb face as appropriate. Replace all missing, broken, and non-functioning reflective markers within project limits. Seal/repair pavement where striping has been blasted and where pavement markers have been removed and not replaced. No separate payment will be made for removal and installation of the fire hydrant blue reflective markers. All costs for furnishing all labor, materials, tools, and incidentals and doing all the work shall be included in the bid price. Fourteen (14) days shall elapse from paving prior to striping.

Payment Payment for Install thermoplastic traffic striping, markers, markings, and legends shall be part of the unit price per bid item, “Install thermoplastic traffic striping, markers, markings, and legends”.

Page 39: CONSENT ITEM F-11

BID ITEM NO. 7: REMOVE EXISTING TRAFFIC LOOP: The Contractor shall coordinate the removal of the existing traffic loop in the driveway by contacting Mr. Matthew Wallace at [email protected]. BID ITEM NO. 8: ADJUST SEWER AND COMMUNICATIONS MANHOLE COVER TO GRADE (NON-PARTICIPATING):

The Contractor shall adjust all sewer and communications manhole covers to grade, and ensure all manholes are clear of debris. Coordination with the respective utilities is required. BID ITEM NO. 9: ADJUST STORM DRAIN AND ELECTRICAL MANHOLE COVERS FOR STREET LIGHTS TO GRADE:

The Contractor shall adjust all storm drain and electrical manhole covers to grade, and ensure all manholes are clear of debris. Coordination with the respective utilities is required. BID ITEM NO. 10: ADJUST GAS AND WATER VALVES TO GRADE (NON-PARTICIPATING):

The Contractor shall adjust all gas and water valves to grade and ensure they are free of . Coordination with the respective utilities is required. BID ITEM NO. 11: ADJUST STREET LIGHT AND TRAFFIC SIGNAL PULL BOX TO GRADE: The Contractor shall adjust all street light and traffic signal pull boxes to grade, and ensure they are clear of debris. Coordination with the respective utilities is required. BID ITEM NO. 12: ADJUST WATER METER PULLBOX TO GRADE (NON-PARTICIPATING): The Contractor shall adjust all water meter pull boxes to grade, and ensure they are clear of debris. Coordination with the respective utilities is required.

Page 40: CONSENT ITEM F-11

BID ITEM NO.14: REMOVE & REPLACE SIDEWALK PER CITY OF AZUSA R6-1:

See attached Standard. BID ITEM NO.15: REMOVE & REPLACE CURB AND GUTTER PER CITY OF AZUSA STANDARD R4-1 TYPE “B”:

See attached Standard. BID ITEM NO.16: REMOVE & REPLACE MEDIAN CURB PER CITY OF AZUSA STANDARD R4-1 TYPE “C”:

See attached Standard. BID ITEM NO.17: REMOVE & REPLACE DRIVE APPROACH PER CITY OF AZUSA STANDARD R5-1:

See attached Standard. BID ITEM NO.18: REMOVE & REPLACE CROSS GUTTER PER CITY OF AZUSA STANDARD R7-1:

See attached Standard. BID ITEM NO. 19: REMOVE & CONSTRUCT ADA CURB RAMPS WITH TRUNCATED DOME PER APWA STANDARD 111-5 AND RECONSTRUCT ABUTTING ASPHALT CONCRETE PER CITY OF AZUSA STANDARD R11-1:

See attached Standard. BID ITEM NO.20: INSTALL CONCRETE BUS PAD PER APWA STANDARD PLAN 131-3, SECTION AS NOTED ON PLAN:

See attached Standard. BID ITEM NO.22 INSTALL YELLOW TRUNCATED DOME MAT TYPE PER 2018 REVISED CALTRANS STANDARD PLAN A88A:

See attached Standard.

Page 41: CONSENT ITEM F-11
Page 42: CONSENT ITEM F-11
Page 43: CONSENT ITEM F-11
Page 44: CONSENT ITEM F-11
Page 45: CONSENT ITEM F-11
Page 46: CONSENT ITEM F-11
Page 47: CONSENT ITEM F-11
Page 48: CONSENT ITEM F-11
Page 49: CONSENT ITEM F-11
Page 50: CONSENT ITEM F-11
Page 51: CONSENT ITEM F-11
Page 52: CONSENT ITEM F-11
Page 53: CONSENT ITEM F-11
Page 54: CONSENT ITEM F-11
Page 55: CONSENT ITEM F-11
Page 56: CONSENT ITEM F-11
Page 57: CONSENT ITEM F-11
Page 58: CONSENT ITEM F-11

COUNTY ROUTEPOST MILES

TOTAL PROJECT

SHEET TOTAL

SHEETS

PLANS APPROVAL DATENo.

Exp.

RE

GI

ST

ER

E

D P

ROFESSIONAL

E

NGI

NE

ER

S

TATE OF CALIF

ORNIA

REGISTERED CIVIL ENGINEER

CIVIL

DistNo.

THE STATE OF CALIFORNIA OR ITS OFFICERS

OR AGENTS SHALL NOT BE RESPONSIBLE FOR

COPIES OF THIS PLAN SHEET.

STATE OF CALIFORNIA

DEPARTMENT OF TRANSPORTATION

THE ACCURACY OR COMPLETENESS OF SCANNED

RAISED TRUNCATED DOME

CURB RAMP DETAILS

RAISED TRUNCATED DOME PATTERN (IN-LINE)

DETECTABLE WARNING SURFACE

Min

4'-2"

EDGE OF SIDEWALK

IF NECESSARY AT

RETAINING CURB

CASE B

SIDEWALK

EDGE OF

FRONT

B

B

CR

OS

SW

AL

K IF

PR

OVI

DE

D

CROSSWALK IF PROVIDED

A

A

Max

Typ1:

1Typ

1:1

Min

4'-2"

CASE D

SIDEWALK

EDGE OF

FRONT

AREA

PLANTING SIDEWALK

EDGE OF

FRONT

Min

4'-2"

Min

4'-2"

CASE E

A

ATyp

6"

A

Max

CASE A

Min

4'-2"

Typ

6"

Min

5'-0"

A

SI

DE

WA

LK

LA

NDI

NG

LANDING

FLARE

RA

MP

FLARE

SIDEWALK

SIDEWALKSIDEWALK

SIDEWALK

DETAIL A

Max

1.5%

7.5

%

Max

7.5%

Max

7.5%

Max

7.5

%

7.5

%

Max

7.5

%

1.5% Max

Max

1.5

%

Max

1.5

%

1.5

%

Max

Max

1.5

%

Max

1.5%

Max

1.5%

T1.5% Max

SECTION C-C

1.5% Max7.5% Max T

4'-2" Min

SECTION B-B

Depress entire sidewalk as required

ROUNDED

IF NECESSARY

RETAINING CURB

T1.5% Max7.5% Max

4'-2" Min

SECTION A-A

ROUNDED

TOP OF RAMP

C

C

MaxMax

OF SIDEWALK

FRONT EDGE

CASE C

OF SIDEWALK

NECESSARY AT EDGE

RETAINING CURB IF

Min

5'-0"

SIDEWALK

7.5%7.5%

1.5

%

Max

1.5% Max

Max

1.5

%

Max

1.5

%

CORNER INSTALLATION

TYPICAL TWO-RAMP

FL

ARE

FL

ARE

CROSSWALK IF PROVIDED

CR

OS

SW

AL

K IF

PR

OVI

DE

D

Min

4'-

2"

RA

MP

LA

NDIN

G

SIDEWALK

PROVIDE 2'-0" Min OF CURB

WHERE A FLARED SIDE OCCURS

Min OF CURB

PROVIDE 2'-0"

SIDE OCCURS

WHERE A FLARED

CORNER INSTALLATION

TYPICAL ONE-RAMP

DETAIL B

FL

AR

E

RAMP

FL

AR

E

Gutter not shown

AT CURB

9.0% Max

AT CURB

9.0% Max

AT CURB

9.0% Max

AT CURB

9.0% Max

AT CURB

9.0% Max

AT CURB

9.0% Max

AT CURB

9.0% Max

Typ

6"

SIDEWALK

EDGE OF

FRONT

SEE NOTE 8

SEE NOTE 8

TOP OF RAMP

AT CURB

9.0% Max

1.5

%

Max

Min

4'-2"

1.5

%

Max

FLOWLINE

GUTTER

NOTE 8

SEE

FLOWLINE

GUTTERIF NECESSARY

RETAINING CURB

FLOWLINE

GUTTER

See Notes 1 and 3

See Note 1

SPACING

CENTER TO CENTER

2.3" Min AND 2.4" Max

0.2"

12-31-19

SIDEWALKSEE NOTE 10

SEE NOTE 10

SEE NOTE 10

See Note 10

NOTE 10

SEE

OF SIDEWALK

FRONT EDGE

AR

EA

PL

AN

TI

NG

Min

4'-2"

AR

EA

PL

AN

TI

NG

CURB

RETAINING

SIDEWALK

EDGE OF

FRONT

CASE FCASE G

RAMP)

SIDES OF

CURB (BOTH

RETAINING

A A

Typ

6"

Typ

6"

SIDEWALK SIDEWALK

Max

7.5

%

Max

7.5

%

Max

1.5

%

Max

1.5%

Max

1.5%

4'-2" Min4'-2" Min

See Note 4

AT CURB

9.0% Max

Max

1.5

%

Min

4'-2"

SEE NOTE 10SEE NOTE 10

BASE Dia

0.9" Min AND 0.92" Max

TOP Dia

0.45" Min AND 0.47" Max

GUTTER PAN TRANSITION

APPLIES TO ALL CASESTYPICAL GUTTER PAN

CURB

PAVEMENT

NOTE 9

SEE

NOTE 8

SEE

DETECTABLE

FRONT OF

GUTTER IN

WARNING

NOTE 9

SEE

TRANSITIONTRANSITION

NOTES:

3.

10.

11.

12.

13.

1.

2.

4.

5.

6.

7.

8.

9.

RETAINING CURB

6" Min HIGHRETAINING CURB

6" Min HIGH

SEE NOTE 10

RAMP SLOPE

CURB TO MATCH

3'-0" Typ3'-0" Typ

1.5% Max

1.5% Max

1.5% Max

4'-2" Min

1.5% Max 1.5% Max

AA

1.5% Max

SIDES OF RAMP)

CURB (BOTH

RETAINING

1.5% Max

covers while maintaining detectable warning width and depth.

Detectable warning surface may have to be cut to allow removal of utility

owner prior to, or in conjunction with, curb ramp construction.

boundaries of the curb ramp will be relocated or adjusted to grade by the

Utility pull boxes, manholes, vaults and all other utility facilities within the

Sidewalk and ramp thickness, "T", shall be 3•" minimum.

Specifications.

warning surfaces shall conform to the requirements in the Standard

a maximum gap of 1 inch is allowed on each side of the ramp. Detectable

Detectable warning surfaces shall extend the full width of the ramp except

warning surface that extends the full width and 3'-0" depth of the ramp.

unless modified in the Project Plans. Curb ramps shall have a detectable

The detectable warning surface will be a rectangle as shown at back of curb,

typical gutter pan slope per Standard Plan A87A.

Transition gutter pan slope from 1" of depth for each 2'-0" of width to match

Gutter pan slope shall not exceed 1" of depth for each 2'-0" of width.

and within 24 inches of the curb ramp shall not be steeper than 1V:20H (5.0%).

Counter slopes of adjoining gutters and road surfaces immediately adjacent to

streets shall be at the same level.

The adjacent surfaces at transitions at curb ramps to walks, gutters, and

in Case C and Case F.

conform with longitudinal sidewalk slope adjacent to top of the ramp, except

Side slope of ramp flares vary uniformly from a maximum of 9.0% at curb to

in the Project Plans.

The ramp portion of the curb ramp is a typical rectangle, unless modified

Case G ramp shall be constructed in reversed position.

As site conditions dictate, the retaining curb side and the flared side of the

be similar to that shown for Detail B.

When ramp is located in center of curb return, crosswalk configuration must

longitudinally as in Case B or C or may be widened as in Case D.

and 4'-2" platform (landing) as shown in Case A, the sidewalk may be depressed

If distance from curb to back of sidewalk is too short to accommodate ramp

conform to existing sidewalk, see Project Plans.

conditions dictate. For specific site condition configuration, including the

through Case G curb ramps also may be used at mid block locations, as site

The case of curb ramps used in Detail A do not have to be the same. Case A

for corner installations similar to those shown in Detail A and Detail B.

As site conditions dictate, Case A through Case G curb ramps may be used

20

18

ST

AN

DA

RD

PL

AN

A88

A

NO SCALE

1-29-18

A88A

Lynn Mowry

Rebecca

C54415

150

May 31, 2018

Return to Table of Contents

Page 59: CONSENT ITEM F-11

Attachment 2

Page 60: CONSENT ITEM F-11