HomeMy WebLinkAboutI-13 Staff Report - Award Construction Contract for Cypress Water Main ReplacementUB CONSENT ITEM
I-13
TO: HONORABLE CHAIRPERSON AND MEMBERS OF THE AZUSA UTILITY
BOARD
FROM: MANNY ROBLEDO, DIRECTOR OF UTILITIES
DATE: JULY 20, 2020
SUBJECT: AWARD OF CONTRACT FOR CAPITAL IMPROVEMENT PROJECT W-277
FOR CONSTRUCTION OF CYPRESS TRANSMISSION WATER MAIN
REPLACEMENT
BACKGROUND:
The 24-inch riveted steel water transmission main on Cypress Street was installed in 1913 and
has reached the end of its life expectancy. As such, in March 2020, staff sent out Notice of
Inviting Bids to contractors for Water Project W-277 Cypress Transmission Water Main
Replacement, involving 6,500 linear feet of water main and appurtenances. After completing a
formal bid process, the proposed actions will award the project to the lowest, responsible bidder
and execute the contract documents.
RECOMMENDATION:
Staff recommends the Utility Board take the following action:
1) Approve the Award of Contract to Stephen Doreck Equipment Rentals, Inc. for the
construction of Water Project W-277 Cypress Transmission Water Main Replacement
in an amount not-to-exceed $2,913,889; and
2) Authorize the Mayor to execute the Contract in a form acceptable to the City
Attorney.
ANALYSIS:
The Azusa Light & Water (“ALW”) Water Division has a program of replacing water mains
based on risk analysis variables; including, age, fire flow capacity, outage impact, and leak
APPROVED
UTILITY BOARD
7/20/2020
Award Contract for W-277 Cypress
July 20, 2020
Page 2
history. The transmission main on Cypress Street is a critical back bone to the water distribution
system, connecting the 715 pressure zone to the southern 590 pressure zone. Based on an
engineered analysis, this transmission main has been identified as a high priority replacement.
ALW staff consulted with Stantec Consulting Services, Inc., under an existing Professional
Services Agreement, to prepare construction plans and specifications.
The scope of work includes the construction of approximately 300 linear feet of 8-inch, 50 linear
feet of 10-inch, 240 linear feet of 12-inch, 1,600 linear feet of 18-inch, 300 linear feet of 20-inch,
and 4,000 linear feet of 24-inch ductile iron water main in the County of Los Angeles and the
City of Covina. This includes water main replacements at the intersection of Cypress and Azusa
Avenue, as well as installing two (2) line stops, for the purpose of installing new valves on
Azusa Avenue, between Cypress Street and Arrow Highway. Along with water main installation,
construction will include: new valves, fire hydrants, connections, abandonments, appurtenances,
pavement replacement, concrete replacement, bus pad replacement, street restoration, slurry seal,
traffic loops, traffic control, and all supplies, equipment, shoring, pressure testing, water quality
testing and flushing, striping, signage and markers, services, all bid schedule items, and
transportation, as necessary, to construct and complete the project.
Public notices soliciting bids for this project started on May 11, 2020. Notices were placed on the
City of Azusa website and published in the San Gabriel Valley Tribune on May 12th and May
20th of 2020. Staff received responses from forty-nine (49) potentially interested parties, which
included contractors, subcontractors, suppliers, and plan holder agencies. A mandatory pre-bid
meeting was held remotely, via Zoom teleconference software, on June 2, 2020, with twenty-
nine (29) persons in attendance. Thirteen (13) parties submitted bids by the required deadline on
June 11, 2020. On June 11, 2020, at the City of Azusa City Clerk’s office (outside near the
fountain), bids were publicly opened and live streamed (via Zoom) to participating attendees.
The companies and their respective bid pricing, as submitted, were as follows:
1 Stephen Doreck Equipment Rentals, Inc. $ 2,913,889.00
2 Sully-Miller Contracting Co. $ 3,435,300.00
3 Kana Pipeline $ 3,542,000.00
4 Toro Enterprises $ 3,797,123.00
5 Colich & Sons $ 3,824,810.00
6 C.P. Construction Co., Inc. $ 3,939,551.00
7 Big Ben Engineering $ 4,089,888.00
8 Valverde Construction $ 4,304,586.00
9 Christensen Brothers $ 4,337,250.50
10 J. DeSigio Construction, Inc. $ 4,406,825.50
11 Vido Artukovich $ 4,486,707.50
12 MNR Construction $ 4,851,110.00
13 GRFCO $ 6,154,362.50
Award Contract for W-277 Cypress
July 20, 2020
Page 3
Stephen Doreck Equipment Rentals, Inc. was determined to be the lowest, responsible bidder.
Based on the package review and assessment, the lowest bidder met all of the requirements of
the contract documents. Accordingly, staff recommends that Stephen Doreck Equipment Rentals,
Inc. be awarded the project.
FISCAL IMPACT:
The fiscal impact of the award of contract is $2,913,889.00, which includes a 10% contingency.
Funding for this project is available in the Water Division’s Capital Improvement Program,
Account No. 32-80-000-721-7145-72116B.
Prepared by: Reviewed and Approved:
Melissa Barbosa, P.E. Manny Robledo
Senior Water System Engineer Director of Utilities
Reviewed and Approved:
Jared Macias
Assistant Director of Utilities - Water Operations
Reviewed and Approved:
Sergio Gonzalez
City Manager
Attachment:
1) Contract Documents for Project W-277 (including specifications and plans)
CONTRACT DOCUMENTS, PLANS,
AND SPECIFICATIONS
FOR CONSTRUCTION
OF
CYPRESS WATER TRANSMISSION MAIN
REPLACEMENT
PROJECT NO. W-277
MARCH 2020
PREPARED BY:
FOR:
AZUSA LIGHT & WATER (ALW)
729 N. AZUSA AVENUE
AZUSA, CA 91702
Attachment 1
TOC-i
TABLE OF CONTENTS
TABLE OF CONTENTS .............................................................................................................. i
INSTRUCTION TO BIDDERS ................................................................................................... 1
PROPOSAL ........................................................................................................................... 1
AVAILABILITY OF CONTRACT DOCUMENTS .......................................................... 1
EXAMINATION OF CONTRACT DOCUMENTS .......................................................... 1
INTERPRETATION OF CONTRACT DOCUMENTS ................................................... 1
ADDENDA ............................................................................................................................. 2
ALTERNATE BIDS .............................................................................................................. 2
COMPLETION OF PROPOSAL FORMS ......................................................................... 2
DISCREPANCIES IN PROPOSALS .................................................................................. 2
PROPOSAL GUARANTEE ................................................................................................. 3
BIDDER'S EXAMINATION OF SITE ............................................................................... 3
DESIGNATION OF SUBCONTRACTORS ...................................................................... 3
COMPETENCY OF BIDDERS ........................................................................................... 3
DISQUALIFICATION OF BIDDERS ................................................................................ 4
RETURN OF PROPOSAL GUARANTEE ........................................................................ 4
AWARD OF CONTRACT ................................................................................................... 4
EXECUTION OF CONTRACT .......................................................................................... 4
NON-DISCRIMINATION IN EMPLOYMENT ................................................................ 4
DEPARTMENT OF INDUSTRIAL RELATIONS ........................................................... 4
PROPOSAL ................................................................................................................................... 1
BID SCHEDULE ................................................................................................................... 2
MATERIAL AND EQUIPMENT MANUFACTURERS ................................................ 20
LIST OF SUBCONTRACTORS........................................................................................ 21
CONTRACTOR’S EQUIPMENT ..................................................................................... 22
BID BOND FORM .............................................................................................................. 23
INFORMATION REQUIRED OF BIDDERS ................................................................. 24
CONTRACTOR'S LICENSE DECLARATION ............................................................. 27
NON-COLLUSION AFFIDAVIT ...................................................................................... 28
AGREEMENT ..................................................................................................................... 29
FAITHFUL PERFORMANCE BOND ............................................................................. 31
LABOR AND MATERIAL BOND .................................................................................... 32
LABOR AND MATERIAL BOND .................................................................................... 33
ESCROW AGREEMENT .................................................................................................. 34
GENERAL CONDITIONS .......................................................................................................... 1
SECTION 1 - DEFINITIONS AND ABBREVIATIONS ...................................................... 1
TOC-ii
1.01 DEFINITIONS .............................................................................................................. 1
1.02 ABBREVIATIONS....................................................................................................... 2
SECTION 2 - SPECIFICATIONS AND DRAWINGS ......................................................... 3
2.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS ......................... 3
2.02 CONFLICTS BETWEEN SPECIFICATIONS AND DRAWINGS ....................... 3
2.03 STANDARD SPECIFICATIONS ............................................................................... 3
2.04 SHOP DRAWINGS ...................................................................................................... 3
2.05 REFERENCE TO STANDARDS, PUBLICATIONS, OR STANDARD
SPECIFICATIONS ............................................................................................................... 4
2.06 REFERENCE TO PROPRIETARY PRODUCTS ................................................... 5
2.07 SPECIFICATIONS AND DRAWINGS FURNISHED TO CONTRACTOR ........ 5
2.08 AS-BUILT DRAWINGS .............................................................................................. 5
SECTION 3 - CITY-ENGINEER-CONTRACTOR RELATIONS ..................................... 6
3.01 AUTHORITY OF CITY .............................................................................................. 6
3.02 AUTHORITY OF THE ENGINEER ......................................................................... 6
3.03 INSPECTION AND TESTING ................................................................................... 6
3.04 CONTRACTOR'S PLANT AND EQUIPMENT ...................................................... 7
3.05 ASSIGNMENT OF CONTRACT ............................................................................... 7
3.06 SUBCONTRACTS ....................................................................................................... 8
3.07 CONTRACTOR'S EMPLOYEES AND SUBCONTRACTORS ............................ 8
3.08 ATTENTION TO WORK ........................................................................................... 9
3.09 SERVICE OF NOTICES ............................................................................................. 9
3.10 DEVIATION FROM CONTRACT ............................................................................ 9
3.11 SUSPENSION OF WORK .......................................................................................... 9
3.12 TERMINATION OF CONTRACT BY CITY (CONTRACTOR NOT AT
FAULT) .................................................................................................................................. 9
3.13 TERMINATION OF CONTRACT BY CITY (CONTRACTOR AT FAULT) ... 10
3.14 TERMINATION OF CONTRACT BY CONTRACTOR ...................................... 10
3.15 FAILURE TO COMPLY........................................................................................... 10
3.16 PROTESTS ................................................................................................................. 11
3.17 RIGHTS-OF-WAY ..................................................................................................... 11
3.18 CONSTRUCTION INTERFERENCE ..................................................................... 12
3.19 SURVEYING .............................................................................................................. 13
3.20 SUPERVISION AND INSPECTION ....................................................................... 13
3.21 OBSERVING LAWS AND ORDINANCES ............................................................ 14
3.22 COORDINATION WITH COMMUNITY AGENCIES ........................................ 14
3.23 FIRE HYDRANTS ..................................................................................................... 15
3.24 LOSS AND DAMAGE ............................................................................................... 15
3.25 USE OF IMPROVEMENT DURING PROGRESS OF CONSTRUCTION ....... 15
TOC-iii
3.26 ALTERNATIVE METHODS OF CONSTRUCTION ........................................... 15
3.27 EXAMINATION OF WORK .................................................................................... 16
SECTION 4 - MATERIAL, EQUIPMENT AND WORKMANSHIP ............................... 17
4.01 QUALITY .................................................................................................................... 17
4.02 SAMPLES AND TESTS OF MATERIAL............................................................... 17
4.03 PROOF OF COMPLIANCE WITH CONTRACT ................................................. 17
4.04 SAFEGUARDING OF EQUIPMENT, MATERIAL AND WORK ...................... 18
4.05 DEFECTIVE MATERIAL, EQUIPMENT AND WORKMANSHIP .................. 18
4.06 CHARACTER OF WORKMEN .............................................................................. 18
4.07 RUBBISH AND DUST CONTROL.......................................................................... 18
4.08 CLEANING UP .......................................................................................................... 19
4.09 GUARANTEE AND WARRANTY .......................................................................... 19
SECTION 5 - PROGRESS AND PAYMENT ..................................................................... 21
5.01 CONTRACT TIME .................................................................................................... 21
5.02 CONTRACT PRICE .................................................................................................. 21
5.03 CONSTRUCTION SCHEDULE .............................................................................. 21
5.04 OVERTIME WORK .................................................................................................. 21
5.05 EXTENSION OF TIME .......................................................................................... 21
5.06 FAILURE TO COMPLETE ON TIME ................................................................... 22
5.07 MONTHLY ESTIMATES AND PAYMENTS........................................................ 22
5.08 UNPAID CLAIMS ...................................................................................................... 24
5.09 FULFILLMENT OF CONTRACT .......................................................................... 24
5.10 FINAL ESTIMATE OF PAYMENT ........................................................................ 24
5.11 FINAL PAYMENT TERMINATES LIABILITY OF CITY ................................. 25
5.12 NOTICE OF COMPLETION ................................................................................... 25
5.13 CHANGES IN THE WORK ..................................................................................... 25
SECTION 6 - LEGAL RESPONSIBILITY, SAFETY, BONDS AND INSURANCE ...... 30
6.01 RESPONSIBILITY OF CONTRACTOR ................................................................ 30
6.02 LIABILITY OF CONTRACTOR............................................................................. 30
6.03 LAWS, REGULATIONS AND PERMITS .............................................................. 30
6.04 PATENTS AND COPYRIGHTS .............................................................................. 31
6.05 PERMITS AND LICENSES ..................................................................................... 31
6.06 SALES AND USE TAXES ......................................................................................... 31
6.07 LABOR DISCRIMINATION.................................................................................... 31
6.08 WAGE DETERMINATIONS ................................................................................... 31
6.09 APPRENTICES ON PUBLIC WORKS PROJECTS ............................................. 32
6.10 WORKING HOURS .................................................................................................. 32
6.11 PUBLIC SAFETY AND CONVENIENCE.............................................................. 32
6.12 TRENCH EXCAVATION ......................................................................................... 33
TOC-iv
6.13 CONCRETE FORMS, FALSE WORK, AND SHORING .................................... 33
6.14 SANITARY PROVISIONS ....................................................................................... 33
6.15 SAFETY AND HEALTH REGULATIONS ............................................................ 33
6.16 LABOR, MATERIAL AND PERFORMANCE BONDS ....................................... 33
6.17 CONTRACTOR NOT RESPONSIBLE FOR DAMAGE RESULTING FROM 34
CERTAIN ACTS OF GOD ................................................................................................ 34
6.18 INSURANCE .............................................................................................................. 34
6.19 LIABILITY OF CITY AND ENGINEER ............................................................... 36
SPECIAL PROVISIONS ............................................................................................................. 1
7.01 THE REQUIREMENTS .............................................................................................. 1
7.02 CITY DESIGNATED ENGINEER ............................................................................ 1
7.03 BEGINNING AND COMPLETION OF WORK AND WORK HOURS ............... 1
7.04 LIQUIDATED DAMAGES ......................................................................................... 1
7.05 STANDARD SPECIFICATIONS AND HIERARCHY ........................................... 2
7.06 WATER AND POWER ............................................................................................... 2
7.07 TRENCH EXCAVATION ........................................................................................... 2
7.08 PERMITS AND LICENSES ....................................................................................... 2
7.09 LINES, GRADES, AND MEASUREMENTS............................................................ 3
7.10 GUARANTEE ............................................................................................................... 3
7.11 RESTORATION OF EXISTING FACILITIES ....................................................... 3
7.12 CONTRACT DRAWINGS .......................................................................................... 4
7.13 SHOP DRAWINGS ...................................................................................................... 4
7.14 INSPECTION ............................................................................................................... 4
7.15 WATERING ................................................................................................................. 4
7.16 PUBLIC CONVENIENCE, SAFETY, AND TRAFFIC CONTROL ...................... 4
7.17 CONSTRUCTION INTERFERENCES .................................................................... 6
7.18 SCHEDULING AND SEQUENCING OF WORK ................................................... 6
7.19 RIGHT-OF-WAY ......................................................................................................... 7
7.20 SHUTDOWNS AND MAINTENANCE OF WATER SERVICES ......................... 7
7.21 COORDINATION OF CONSTRUCTION ............................................................... 7
7.22 COMPLIANCE WITH NATIONAL CLEAN WATER ACT ................................. 7
7.23 INSURANCE ................................................................................................................ 8
7.24 MEASUREMENT & PAYMENT............................................................................... 9
7.25 LABOR COMPLIANCE ........................................................................................... 31
7.26 COVID-19 (SARS-CoV-2) HEALTH AND SAFETY ............................................. 33
TECHNICAL SPECIFICATIONS ........................................................................................... 34
TOC-v
APPENDICES
APPENDIX “A” – AZUSA LIGHT & WATER - WATER STANDARD DRAWINGS
APPENDIX “B” – LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
AND CITY OF COVINA STANDARD DRAWINGS
NIB-1
NOTICE INVITING BIDS
RECEIPT OF PROPOSALS. Notice is hereby given that sealed proposals will be received at
the office of City Clerk, City Hall, 213 East Foothill Boulevard, Azusa, California, 91702, until
10:00 AM on Thursday, June 11, 2020, for the Construction of the CYPRESS WATER
TRANSMISSION MAIN REPLACEMENT – PROJECT NO. W-277.
DESCRIPTION OF WORK. The work consists of the construction of approximately 1-mile of
new water main pipeline of various sizes on Cypress Street from Azusa Avenue to Vincent
Avenue, including all intersections, as indicated on the construction plans. The work on Azusa
Avenue consists of line stops and the installation of valves from Cypress Street to Arrow
Highway and approximately 300 linear feet of new pipeline as indicated on the construction
plans. The water main installation shall consist of approximately 300 linear feet of 8-inch ductile
iron pipe water main, 50 linear feet of 10-inch ductile iron pipe water main, 120 linear feet of 12-
inch ductile iron pipe water main, 1,600 linear feet of 18-inch ductile iron pipe water main, 300
linear feet of 20-inch ductile iron pipe water main, and 4,000 linear feet of 24-inch ductile iron
pipe water main, in the County of Los Angeles and the City of Covina, including valves, fire
hydrants, line stops, services, connections, abandonments, appurtenances, pavement
replacement, concrete replacement, street restoration, sidewalks, bus pads, driveways, slurry
seal, traffic control, and all supplies, equipment, shoring, services, bidding schedule items, and
transportation necessary to construct and complete the project entitled:
CYPRESS WATER TRANSMISSION MAIN REPLACEMENT
PROJECT NO. W-277
COMPLETION OF WORK:
All work shall be completed within 180 calendar days after date set forth in the Notice to
Proceed.
MANDATORY PRE-BID TELEPHONE CONFERENCE. There will be a mandatory pre-
bid telephone conference meeting held on Tuesday, June 2, 2020 at 2:00 PM via "Zoom." The
telephone conference call will be recorded. Attendees are required to identify themselves by
name and by company and are required to remain in the conference meeting for its entire
duration. Detailed information regarding the conference meeting can be found in the Instruction
to Bidders section.
Meeting ID: 953 7988 9676
Meeting Password: 025320
Call In Number: +1 253 215 8782 US or +1 301 715 8592 US
DRAWINGS AND SPECIFICATIONS. Copies of the Drawings and Specifications may be
examined without charge at the office of the Azusa Light and Water Department, 729 N. Azusa
Avenue, Azusa, CA 91702. Requests for electronic copies via PDF of the Drawings and
Specifications may be sent via email without charge. Please email Ammar Tohmeh at
atohmeh@azusaca.gov with requests, each person and firm will be placed on the plan holder list.
Complete sets may be obtained from the front desk at the Light and Water Department at a
charge of $75.00 (non-refundable) for each set. An additional charge of $20.00 (non-refundable)
will be made for mailing each set.
NIB-2
GUARANTEE. Each bid shall be made on the proposal form furnished by the City herewith
and shall be in accordance with the Drawings, Specifications and other Contract Documents and
shall be accompanied by a certified check, cashier's check or bidders' bond, payable to the City
in a sum not less than ten percent (10%) of the amount of the bid, as a guarantee that the bidder
will enter into the Contract for the work, the full amount of such guarantee to be forfeited to the
City should said bidder fail to enter into said Contract. The successful bidder will be required to
furnish a Faithful Performance Bond in the amount of not less than one hundred percent (100%)
of the Contract price, and a Labor and Material Bond in an amount of not less than one hundred
percent (100%) of the Contract price, said bonds to be secured from a surety company authorized
to do business in the State of California, and to be subject to the approval of the City Attorney.
PREVAILING WAGE RATES. Bidders are hereby notified that pursuant to Section 1773 et
seq. of the Labor Code of the State of California, the City Council of the City of Azusa
incorporates herein by reference the general prevailing rate of per diem wages as determined by
the Department of Industrial Relations (DIR) of the State of California. Copies of the prevailing
rate of per diem wages are on file in the office of the City Clerk and will be made available to
any interested party upon requestor online at http://www.dir.ca.gov/dlsr. In accordance with the
Labor Code, no workman employed upon work under contract to the City shall be paid less than
the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site
during the course of construction. The concrete delivery requirements pursuant to AB 219 shall
also apply.
Any classification omitted therein shall be paid not less than the prevailing wage scale as
established for similar work in the particular area and all overtime shall be paid at the prevailing
rates as established for the particular area. Sunday and holiday time shall be paid at the wage
rates determined by the DIR. The successful bidder and all subcontractor(s) under the bidder,
shall comply with all applicable Labor Code provisions, which include, but are not limited to the
payment of not less than the required prevailing rates to all workers employed by them in the
execution of the Contract, the employment of apprentices, the hours of labor and the debarment
of contractors and subcontractors. All Contractor and subcontractors (of any tier) shall be
registered with the DIR for any projects with bids and any contract for public work. All
Contractors and subcontractors must register with the DIR prior to bidding on or performing any
public work. Registration must be done online and includes a registration fee. All Contractors
must electronically submit all certified payrolls to DIR and the contract is submitted to
compliance monitoring.
SOLE SOURCE. Pursuant to Public Contract Code Section 3400(b), if the City has made any
findings designating certain materials, products, things, or services, by specific brand name or
trade name, such findings and the materials, products, things, or services and their specific brand
or trade names will be set forth on the Contract Plans or Specifications.
PAYMENT. Payment will be made to the Contractor in accordance with the Specifications.
SUBSTITUTION OF SECURITIES. Contractor may, at his sole cost and expense, substitute
securities equivalent to any monies withheld by the City to ensure performance under the
Contract. Such securities shall be deposited with the City or with a state or federally chartered
bank as escrow agent who shall pay such monies upon satisfactory completion of the contract.
The Contractor shall be the beneficial owner of any securities substituted for monies withheld
NIB-3
and shall receive any interest thereon. Securities eligible for substitution shall include those listed
in Public Contract Code Section 22300.
OPENING OF PROPOSALS. The proposals will be publicly opened and read at the time and
date stated above, in the office of the City Clerk of the Azusa City Hall, and the results will
thereafter be referred to the City Council Utility Board for consideration at their next regular
meeting.
CITY'S RIGHTS RESERVED. The City reserves the right to reject any or all bids, to waive
any informality in a bid, and to make awards in the interest of the City. No bidder may withdraw
his bid for a period of 60 days after the bid opening.
COVID-19 (SARS-CoV-2) HEALTH AND SAFETY. Pursuant to the provisions of the
executive orders and regulations issued by Governor Newsom, Los Angeles County, and the City
of Azusa, the successful bidder (Contractor) and all tiers of subcontractor(s) under the bidder
shall comply with all applicable health and safety measures required by the State, County, and
City. This includes, but is not limited to the following: (a) Social Distancing, (b) Zero-tolerance
for working when ill, (c) PPE, including face coverings, (d) Frequent hand-washing, (e)
Disinfecting work areas, and (f) Construction requirements and postings.
REQUIREMENT FOR CONTRACTOR’S LICENSING. The City of Azusa requires that all
contractors be licensed with the State of California in their particular area of expertise. The City
has determined that a Class A or a Class C-34 license is necessary to bid this project. If the
bidder is a specialty contractor, the bidder is alerted to the requirements of Business and
Professions Code section 7059. Per Section 7028.15(e) of the Business and Professions Code, a
licensed contractor shall not submit a bid to a public agency unless his or her contractor's license
appears clearly on the bid, the license expiration date is stated and the bid contains a statement
that the representations therein are made under penalty of perjury. Any bid not containing this
information, or a bid containing information which is subsequently proven false, shall be
considered non responsive and shall be rejected by the City of Azusa. All bidders are required to
completely fill out the "Contractor's License Declaration" contained in the bid documents.
INFORMATION. For further information or questions, contact Melissa Barbosa, PE at (626)
733-5675 or by email at mbarbosa@azusaca.gov. All questions related to this project shall be
submitted in writing via email to Melissa Barbosa, PE at mbarbosa@azusaca.gov. The final date
to submit questions is Wednesday, June 3, 2020 at 2:00 PM. Bidders are encouraged to submit
their pre-bid questions as early as possible in writing, or by email.
CITY OF AZUSA
Dated:
Signature on File
City Clerk
Dates Published:
I-1
INSTRUCTION TO BIDDERS
PROPOSAL. The Proposal shall be made on the forms furnished herewith. The completed
Proposal shall be enclosed in a sealed envelope bearing the name of the bidder and name of the
project. The proposal shall be delivered by the time and to the place stipulated in the Notice
Inviting Bids. It is the bidder's responsibility to see that his proposal is received in proper time.
Any proposal received after the scheduled closing time for receipt of proposals will be returned
to the bidder unopened. The proposal may be withdrawn by the bidder by means of a written
request, signed by the bidder or his properly authorized representative. Such written request must
be delivered to the place stipulated in the Notice Inviting Bids for receipt of proposals prior to
the scheduled closing time for receipt of proposals.
The Proposals will be publicly opened and read at the time and place stipulated in the Notice
Inviting Bids.
Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal
and may cause its rejection. The completed proposal forms shall be without interlineations,
alterations, or erasures. Oral, telegraphic, fax or telephonic proposals or modifications will not be
considered.
AVAILABILITY OF CONTRACT DOCUMENTS. Bids must be submitted to the City on
the Proposal Forms which are a part of the Bid Package for the Project. Contract Documents,
Plans, and Specifications may be obtained from the City at the location(s) and at the time(s)
indicated in the Notice Inviting Bids. Prospective bidders are encouraged to call or email in
advance to determine the availability of Contract Documents, Plans, and Specifications. Any
applicable charges for the Contract Documents, Plans, and Specifications are outlined in the
Notice Inviting Bids.
EXAMINATION OF CONTRACT DOCUMENTS. The City has made copies of the
Contract Documents, Plans, and Specifications available, as indicated above. Bidders shall be
solely responsible for examining the Project Site and the Contract Documents, Plans, and
Specifications including any Addenda issued during the bidding period, and for informing itself
with respect to local labor availability, means of transportation, necessity for security, laws and
codes, local permit requirements, wage scales, local tax structure, contractors’ licensing
requirements, availability of required insurance, and other factors that could affect the Work.
Bidders are responsible for consulting all standards and requirements (including Public Works
standards and requirements) referenced in the Contract Documents, Plans, and Specifications.
Failure of Bidder to so examine and inform itself shall be at its sole risk, and no relief for error or
omission will be given except as required under State law.
INTERPRETATION OF CONTRACT DOCUMENTS. Discrepancies in, and/or omissions
from the Plans, Specifications or other Contract Documents or questions as to their meaning
shall be immediately brought to the attention of the City by submission of a written request for
an interpretation or correction to the City. Such submission, if any, must be sent to Melissa
Barbosa, PE, Water System Engineer (see the Notice of Inviting Bids for contact information).
I-2
Any interpretation of the Contract Documents, Plans, and Specifications will be made only by
written addenda duly issued and mailed or delivered to each person or firm who has purchased a
set of Contract Documents, Plans, and Specifications. The City will not be responsible for any
explanations or interpretations provided in any other manner. No person is authorized to make
any oral interpretation of any provision in the Contract Documents, Plans, and Specifications to
any bidder, and no bidder should rely on any such oral interpretation.
Bids shall include complete compensation for all items that are noted in the Contract Documents
as the responsibility of the Contractor.
ADDENDA. The City reserves the right to revise the Contract Documents, Plans, and
Specifications prior to the bid opening date. Revisions, if any, shall be made by written Addenda.
All addenda issued by the City shall be included in the bid and made part of the Contract
Documents, Plans, and Specifications. Pursuant to Public Contract Code Section 4104.5, if the
City issues an Addendum which includes material changes to the Project less than 72 hours prior
to the deadline for submission of bids, the City will extend the deadline for submission of bids.
The City may determine, in its sole discretion, whether an Addendum warrants postponement of
the bid submission date. Each prospective bidder shall provide City a name, address, telephone
number, and email address to which Addenda may be sent. Copies of Addenda will be furnished
by email, facsimile, first class mail, express mail or other proper means of delivery without
charge to all parties who have obtained a copy of the Contract Documents and provided such
current information. Bidders are responsible for ensuring that they have received any and all
Addenda. To this end, each bidder should contact the Project Engineer, (626) 812-5173 to verify
that he/she has received all Addenda issued, if any, prior to the bid opening.
ALTERNATE BIDS. If alternate bid items are called for in the Contract Documents, the lowest
bid will be determined on the basis of the base bid only. However, the City may choose to award
the contract on the basis of the base bid alone or the base bid and any alternate or combination of
alternates. The time required for completion of the alternate bid items has been factored into the
Contract duration and no additional Contract time will be awarded for any of the alternate bid
items. The City may elect to include one or more of the alternate bid items, or to otherwise
remove certain work from the Project scope of work, accordingly each Bidder must ensure that
each bid item contains a proportionate share of profit, overhead, and other costs or expenses
which will be incurred by the Bidder.
COMPLETION OF PROPOSAL FORMS. Bids shall only be prepared using copies of the
Proposal Forms which are included in the Contract Documents. The use of substitute prposal
forms other than clear and correct photocopies of those provided by the City will not be
permitted. Bids shall be executed by an authorized signatory as described in these Instructions to
Bidders. In addition, Bidders shall fill in all blank spaces (including inserting “N/A” where
applicable) and initial all interlineations, alterations, or erasures to the Proposal Forms. Bidders
shall neither delete, modify, nor supplement the printed matter on the Proposal Forms nor make
substitutions thereon. USE OF BLACK OR BLUE INK, INDELIBLE PENCIL, OR A
TYPEWRITER IS REQUIRED. Deviations in the bid form may result in the bid being deemed
non-responsive.
DISCREPANCIES IN PROPOSALS. Each Bidder shall submit its Bid in strict conformity
with the requirements of the Contract Documents, Plans, and Specifications. Unauthorized
I-3
additions, modifications, revisions, conditions, limitations, exclusions, or provisions attached to a
Bid may render it non-responsive and may cause its rejection. Bidders shall neither delete,
modify, nor supplement the printed matter on the Proposal Forms, nor make substitutions
thereon. Oral, telephonic and electronic modifications will not be considered, unless the Notice
Inviting Bids authorizes the submission of electronic bids and modifications thereto and such
modifications are made in accordance with the Notice Inviting Bids.
The bidder shall furnish a price for all bid items in the proposal and failure to do so will render
the proposal invalid and will cause its rejection. In the event the total indicated for the schedule
does not agree with the sum of the prices bid on the individual items the prices bid on the
individual item shall govern and the total for the schedule will be corrected accordingly.
PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified or cashier's
check or bid bond in the amount of not less than ten (10%) percent of the total amount named in
the bidder's proposal. Said check or bond shall be made payable to the City of Azusa and shall be
given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten
(10) calendar days after date of written notice of award and will furnish satisfactory Faithful
Performance Bond and Labor and Material Bond, each of said bonds to be in the amount stated
in the Notice Inviting Bids. In case of refusal or failure to enter into said contract, each check or
bond, as the case may be, shall be forfeited to the City. If the bidder elects to furnish a Bid Bond
as his proposal guarantee, he shall use the Bid Bond form herein, or one conforming
substantially to it in form.
BIDDER'S EXAMINATION OF SITE. Before submitting a proposal, the bidder shall
carefully examine the Drawings, Specifications, and other Contract Documents, and shall visit
the site of the work. Each prospective bidder is responsible for fully acquainting itself with the
conditions of the Project Site (which may include more than one site), as well as those relating to
the construction and labor of the Project, to fully understand the facilities, difficulties and
restrictions which may impact the cost or effort required to complete the Project. The bidder
shall be familiar with existing site conditions and have a clear understanding of the requirements
of the Contract regarding the furnishing of materials and performance of work. The Bidder
agrees that the Contract Documents, Plans, and Specifications are sufficient in scope and detail
to convey an understanding of the conditions for Contractor performance on the job and for
furnishing all work in an acceptable manner. A Mandatory Pre-Bid Telephone Conference
Meeting will be held for this project (see Notice Inviting Bids).
DESIGNATION OF SUBCONTRACTORS. Pursuant to State law, the Bidders must
designate the name and location of each subcontractor who will perform work or render services
for the Bidder in an amount that exceeds one-half of one percent (1/2%) of the Bidder’s Total
Bid Price, or $10,000 whichever is greater, as well as the portion of work each such
subcontractor will perform on the form provided herein by the City. No additional time will be
provided to bidders to submit any of the requested information in the Designation of
Subcontractor form. The total work performed by subcontractors may not equal or exceed fifty
percent (50%) of the total work required for the project.
COMPETENCY OF BIDDERS. In selecting the lowest responsible bidder, consideration will
be given not only to the financial standing but also to the general competency of the bidder for
the performance of the work covered by the proposal. To this end, each proposal shall be
I-4
supported by a statement of the bidder's experience as to recent date on the form entitled
"INFORMATION REQUIRED OF BIDDER" bound herein. No proposal for work will be
accepted from a contractor who is not licensed in accordance with applicable state law.
DISQUALIFICATION OF BIDDERS. More than one proposal form from an individual, firm,
partnership, corporation, or association under the same or different names will not be considered.
Reasonable grounds for believing that any bidder is interested in more than one proposal for the
work contemplated will cause the rejection of all proposals in which such bidder is interested. If
there is reason for believing that collusion exists among the bidders, all bids will be rejected and
none of the participants in such collusion will be considered for future proposals.
RETURN OF PROPOSAL GUARANTEE. Within ten (10) days after award of the Contract,
the City will return all proposal guarantees, except bonds, to their respective bidder except those
accompanying proposals submitted by the three lowest responsible bidders. Those three will be
held until the Contract has been finally executed after which they will be returned to the
respective bidders whose proposal they accompany.
AWARD OF CONTRACT. Award of a contract, if it is to be awarded, will be made to the
lowest responsible bidder whose proposal complies with all the requirements prescribed. The
City reserves the right to reject any or all bids, to waive any informality in a bid, and to make
awards in the interest of the City. The award, if made, will be made within 10 days of the date
for receipt of proposals. The City reserves the right to eliminate portions of the bid if deemed
necessary by the City.
EXECUTION OF CONTRACT. The bidder to whom award is made shall execute a written
contract with the City on the form of agreement provided, and shall secure all insurance and
bonds required by the Specifications within ten (10) calendar days after the Notice of Award.
Failure or refusal to enter into a contract as herein provided or to conform to any of the stipulated
requirements in connection therewith shall be just cause for annulment of the award and the
forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the
Contract, the City may award the Contract to the second lowest responsible bidder. If the second
lowest responsible bidder refuses or fails to execute the Contract, the City may award the
Contract to the third lowest responsible bidder. On the failure or refusal to such second or third
lowest bidders to execute the Contract, such bidders' guarantee likewise shall be forfeited to the
City. The work may then be re-advertised for bids.
NON-DISCRIMINATION IN EMPLOYMENT. Contracts for work under this proposal will
obligate the Contractors and Subcontractors not to discriminate against any person on account of
race, color, religion, sex or national origin.
DEPARTMENT OF INDUSTRIAL RELATIONS. Pursuant to Labor Code Section 1725.5,
all bidders and subcontractors shall be registered with the Department of Industrial Relations
(DIR). Any bid not meeting this requirement will be considered non-responsive and shall be
rejected by the City of Azusa.
I-5
MANDATORY PRE-BID TELEPHONE CONFERENCE
There will be a mandatory pre-bid telephone conference meeting held on Tuesday, June 2,
2020 at 2:00 PM via "Zoom." The telephone conference call will be recorded. Attendees are
required to identify themselves by name and by company and are required to remain in the
conference meeting for its entire duration. Following the instructions below (attendees are
encouraged to join the meeting 15 minutes prior to the start of the meeting):
To join via phone:
1. Call one of the numbers below and enter the Meeting ID followed by your Participant ID
(if applicable):
Meeting ID: 953 7988 9676
Call In Number: +1 253 215 8782 US or +1 301 715 8592 US
To join via your Computer:
1. Log in to "Zoom" by signing up for a new account or by signing in to your existing
account at (signing up for an account is free):
https://zoom.us/signin
2. On your computer, click on or follow the link below and enter the Meeting ID:
https://zoom.us/j/95379889676?pwd=Qm5OVUFYN09NVEtUM0E0M292SWVJUT09
Meeting ID: 953 7988 9676
3. Join with Audio by clicking on either the "Phone Call" or "Computer Audio" options.
(Note that the "Computer Audio option requires a computer microphone and speaker)
a. Computer Audio:
Click on the "Computer Audio" tab then click on the "Join with Computer
Audio" button (requires a computer microphone and speaker to work).
b. Phone Call:
Click on the "Phone Call" tab then call one of the numbers and follow the
instructions to enter the Meeting ID, followed by your Participant ID:
Meeting ID: 953 7988 9676
Call In Number: +1 253 215 8782 US or +1 301 715 8592 US
ADDENDUM NO. 1
CYPRESS WATER TRANSMISSION MAIN REPLACEMENT
PROJECT NO. W-277
Azusa Light & Water 729 N. Azusa Avenue Azusa, California 91702
Tel: (626) 812-5208 Fax: (626) 812-0963 www.azusalw.com
For Quality of Life
June 4, 2020
To All Prospective Bidders:
1. Replace entire Bid Schedule pages P-2 through P-19 with the new attached pages P-2A, P-3A,
P-4A, P-5A, P-6A, P-7A, P-8A, P-9A, P-10A, P-11A, P-12A, P-13A, P-14A, P-15A, P-16A, P-
17A, P-18A, P-19A, P-19B, and P-19C. Changes are outlined below.
a. Added Bid Item for 12-Inch Ductile Iron CL350 Pipe with quantity of 240 Linear Feet.
b. Added Bid Item for 20-Inch Butterfly Valve with a quantity of 3 Each.
c. Change quantity of 1-Inch Service & Meter Bid Item #16 from 2 Each to 4 Each.
d. Change unit of measurement of Bid Item #23, PCC Curb & Gutter to Linear Feet.
e. Change unit of measurement of Bid Item #25, PCC Driveway Approach to Square Foot.
f. Change unit of measurement of Bid Item #26, PCC Bus Pad to Square Foot.
2. Replace List of Subcontractors page P-21 with the new attached pages P-21A and P-21B.
3. Replace Information Required of Bidders pages P-25, P-26, and P-27 with the new attached
pages P-25A, P-26A, P-27A, P-27B, P-27C, P-27D, P-27E, P-27F, P-27G, and P-27H.
4. On page GC-32, General Conditions, Section 6.11, Subsection (e), there shall be two (2)
Electronic Changeable Message Boards required to be placed per Special Provisions Section
7.16.
5. On page GC-35, General Conditions, Section 6.18, Subsection (f), Earthquake and Flood are
not required to be covered in the Builder’s Risk Insurance (All Risk Coverage).
6. On pages SP-19 through SP-24, Special Provisions, Section 7.24 – Measurement & Payment,
remove “removal and disposal of the 12-inch concrete beneath the asphalt” from subsection
(a) of all bid items.
7. Replace sheets 1, 2, 4, 5, 6, 8, 9, 13, and 15 of the Plans with the new attached Delta 2 revision
sheets. Change are outline below.
a. On sheet 1 of the Plans, added “One (1) week advance notice shall be given to ALW
for all shutdowns.”
b. On sheet 2 of the Plans, change the quantity of Construction Note #5 for the 12-Inch
Ductile Iron Pipe from 120 LF to 240 LF.
ADDENDUM NO. 1
CYPRESS WATER TRANSMISSION MAIN REPLACEMENT
PROJECT NO. W-277
Azusa Light & Water 729 N. Azusa Avenue Azusa, California 91702
Tel: (626) 812-5208 Fax: (626) 812-0963 www.azusalw.com
For Quality of Life
c. On sheet 2 of the Plans, change the quantity of Construction Note #28 for the 6-Inch
Fire Hydrant Assembly from 9 EA to 7 EA.
d. On sheet 2 of the Plans, add Construction Note #30 for 6-Inch Fire Hydrant with Break-
Off Valve with a quantity of 2 EA.
e. On sheet 2 of the Plans, change the quantity of Construction Note #61 for the 1-Inch
Service & Meter from 2 EA to 4 EA.
f. On sheets 4, 5, 6, 8, and 9 of the Plans, remove Construction Note #36 for the
Insulating Joint.
g. On sheet 5 of the Plans, change Construction Note #28 to Construction Note #30.
h. On sheet 13 of the Plans, added lines and objects to the plan view.
i. On sheet 15 of the plans, modified the trench detail to clarify.
8. On sheet 15 of the Plans, the bedding and pipe zone backfill shall be Sand (with an SE of not less
than 30). The “import material only” between the pipe zone and the crushed aggregate base
shall be crushed miscellaneous base (CMB) meeting all SSPWC standards and specifications.
The crushed aggregate base (CAB) shall be compacted to 95% compaction.
9. Bidder’s Question: Is there a geotechnical report available for this project?
Answer: There is no geotechnical report. Contractor is required to perform their own site
investigation per the mandatory pre-bid meeting and Contract Documents.
10. Bidder’s Question: Will the Contractor be able to leave the temporary traffic control after non-
working hours?
Answer: Per the Traffic Control Plans, sheet 19 of the Plans, General Note #2, “temporary
traffic control devices shall be removed by the end of the work day. Traffic roadway shall
be restored to normal conditions during non-working hours.”
11. Bidder’s Question: Does the 5 foot floater required in the Technical Specifications, Section 16.07
apply to this contract?
Answer: The floater requirement shall be per the trench detail shown on sheet 15 of the
Plans.
12. Bidder’s Question: Does the City have any temporary lay down yards near the project location?
Answer: The City does not have a temporary lay down yard near the project location.
13. Bidder’s Question: Is M&H Valve Company an “approved equal” for Butterfly Valve
manufacturers?
Answer: M&H Valve Company is an “approved equal” for Butterfly Valve manufacturers.
However, contractor is required to provide submittals for ALW review and approval prior
to ordering any materials for this project.
ADDENDUM NO. 1
CYPRESS WATER TRANSMISSION MAIN REPLACEMENT
PROJECT NO. W-277
Azusa Light & Water 729 N. Azusa Avenue Azusa, California 91702
Tel: (626) 812-5208 Fax: (626) 812-0963 www.azusalw.com
For Quality of Life
14. Bidder’s Question: Is Crispin an “approved equal” for Air Release & Vacuum Valve
manufacturers?
Answer: Crispin is an “approved equal” for Air Release & Vacuum Valve manufacturers.
However, contractor is required to provide submittals for ALW review and approval prior
to ordering any materials for this project.
15. Bidder’s Question: Can you provide us with the Mandatory Pre-Bid Telephone Conference Sign-
In / Attendance Sheet?
Answer: See attached Mandatory Pre-Bid Telephone Conference Sign-In / Attendance
Sheet.
All other requirements of the Bid Documents remain as issued including the Bid Opening time and
date of 10:00 a.m. on Thursday, June 11, 2020.
Addendum No. 1 issued by:
Melissa Barbosa, P.E. – Senior Water System Engineer
Attachments: Bid Schedule (20 Pages)
List of Subcontractors (2 Pages)
Information Required of Bidders (10 Pages)
Plans (9 Sheets)
Mandatory Pre-Bid Telephone Conference Sign-In / Attendance Sheet (2 Pages)
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL1.2.3.4.5.6.7.8.9.10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.28.29.30.31.32.33.34.TITLE SHEET, LOCATION MAP, VICINITY MAP,AND SHEET INDEXSHEET INDEX:TITLE SHEET, LOCATION MAP, VICINITY MAP, AND SHEET INDEXGENERAL NOTES, LEGEND, AND ABBREVIATIONSINDEX MAP18" WATER MAIN - STA 10+00.00 TO STA 17+00.00 PLAN & PROFILE18" WATER MAIN - STA 17+00.00 TO STA 24+51.47 PLAN & PROFILE24" WATER MAIN - STA 30+00.00 TO STA 40+00.00 PLAN & PROFILE24" WATER MAIN - STA 40+00.00 TO STA 50+00.00 PLAN & PROFILE24" WATER MAIN - STA 50+00.00 TO STA 60+00.00 PLAN & PROFILE24" & 20" WATER MAIN - STA 60+00.00 TO STA 71+00.00 PLAN & PROFILE20" WATER MAIN - STA 71+00.00 TO STA 79+00.00 PLAN & PROFILE20" WATER MAIN - STA 79+00.00 TO STA 83+71.34 PLAN & PROFILEWATER LINE A & B DETAILSWATER LINE C & D DETAILSSYSTEM VALVE REPLACEMENTSDETAILS IPAVING PLAN IPAVING PLAN IIPAVING PLAN IIICYPRESS ST AT VINCENT AVE INTERSECTION TO STA 15+00 - PHASE 1CYPRESS ST AT VINCENT AVE INTERSECTION - PHASE 2CYPRESS ST AT VINCENT AVE INTERSECTION - PHASE 3CYPRESS ST AT VINCENT AVE INTERSECTION - PHASE 4CYPRESS ST PHASE 5A/5B FROM STA 14+60 TO STA 18+75CYPRESS ST PHASE 6A/6B FROM STA 18+75 TO STA 23+50CYPRESS ST PHASE 7 FROM STA 23+50 TO STA 36+25CYPRESS ST AT LARK ELLEN INTERSECTION - PHASE 8CYPRESS ST AT LARK ELLEN INTERSECTION - PHASE 9CYPRESS ST PHASE 10A/10B FROM STA 37+00 TO STA 42+75CYPRESS ST PHASE 11 FROM STA 40+25 TO STA 47+75CYPRESS ST PHASE 12A/12B/12C FROM STA 47+50 TO STA 50+50CYPRESS ST PHASE 13A/13B FROM STA 50+50 TO STA 56+40CYPRESS ST PHASE 14A/14B FROM STA 56+00 TO AZUSA AVECYPRESS ST AT AZUSA AVE INTERSECTION PHASE 15A/15BAZUSA AVENUE PHASE 16A/16B FROM CYPRESS STREET TO STA 24+25AGENCY INDEX:DATUM:BENCHMARK:SCOPE OF WORK:PLANS PREPARED BY02/11/20203/23/2020MARCH 23, 2020 UB3/23/20206/4/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILGENERAL NOTES, LEGEND,AND ABBREVIATIONSCONSTRUCTION NOTES:(CYPRESS STREET)PLANS PREPARED BY02/11/20203/23/20206/8/2020MARCH 23, 2020 UB3/23/20206/4/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL18" WATER MAINSTA 10+00.00 TO STA 17+00.00 PLAN & PROFILE10+0045044046045044046011+0012+0013+0014+0015+0016+0017+00MATCHLINE STA 17+00.00 SEE SHT 5MATCHLINE STA 17+00.00 SEE SHT 5NOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.BEGIN 18" WATER MAIN CONSTRUCTIONEXISTING SURFACE OVER OF 18" DI PIPETRUJILLO DRVINCENT AVECYPRESS STBEGIN 18" WATERMAIN CONSTRUCTIONPROPOSED 18" WATER MAIN121A-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAILNTS-APLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL450460MATCHLINE STA 17+00.00 SEE SHT 418+0019+0020+0021+0017+00MATCHLINE STA 17+00.00 SEE SHT 447018" WATER MAINSTA 17+00.00 TO STA 24+51.47 PLAN & PROFILE22+0023+0024+0025+0045046047010+0011+00450460470450460470SECTION DETAILNTS-B1NOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.END 18" WATER MAINCONSTRUCTIONEXISTING SURFACE OVER OF 18" DI PIPECYPRESS STPROPOSED 18" WATER MAINCONEY AVEEND 18" WATER MAINCONSTRUCTION122153B1-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLEEXISTINGSURFACE OVER OF 18" DI PIPEPLANS PREPARED BY02/11/20203/23/20206/4/2020MARCH 23, 2020 UB3/23/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILMATCHLINE STA 40+00.00 SEE SHT 730+00470460MATCHLINE STA 40+00.00 SEE SHT 731+0032+0033+0034+0035+0036+0037+0038+0039+0040+0045047046045024" WATER MAINSTA 30+00.00 TO STA 40+00.00 PLAN & PROFILEEXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.BEGIN 24" WATER MAINCONSTRUCTIONROXBURGH AVEASPAN AVEROXBURGH AVEPROPOSED 24" WATER MAINCYPRESS STBEGIN 24" WATER MAINCONSTRUCTIONB2-CONSTRUCTION NOTES:LINE TABLESECTION DETAILNTS-B2PLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILMATCHLINE STA 60+00.00 SEE SHT 950+00490480490480MATCHLINE STA 60+00.00 SEE SHT 951+0052+0053+0054+0055+0056+0057+0058+0059+0060+00MATCHLINE STA 50+00.00 SEE SHT 7MATCHLINE STA 50+00.00 SEE SHT 747047024" WATER MAINSTA 50+00.00 TO STA 60+00.00 PLAN & PROFILEEXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.LEAF AVEHOMEREST AVEPROPOSED 24" WATER MAINCYPRESS STCITY OF COVINACOUNTY OF LOS ANGELESC-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAILNTS-CPLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL60+0050049061+00 62+00 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00MATCHLINE STA 60+00 SEE SHT 8MATCHLINE STA 60+00 SEE SHT 850049048048024" & 20" WATER MAINSTA 60+00.00 TO STA 71+00.00 PLAN & PROFILE71+00MATCHLINESTA 71+00SEE SHT 10MATCHLINE STA 71+00SEE SHT 10EXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.CYPRESS STAZUSA AVEPROPOSED 24" WATER MAINPROPOSED 20" WATER MAIN131131E-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAIL-ENTSPLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
WATER LINE C & D DETAILS10+0050049010+50 11+0051010+0050049010+50 11+00510CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILCONSTRUCTION NOTES:LINE TABLEAZUSA AVEPROPOSED 10" & 8" LINE C & DEND 8" WATER LINE DCONSTRUCTIONEND 10" WATER LINE CCONSTRUCTIONBEGIN 10" & 8" LINE C & DCONSTRUCTION9192CYPRESS STFOR CONTINUATION OF 20" WATER MAIN SEE SHT 9LINE CEXISTING SURFACE OVER OF12" DI PIPEBEGIN 10" LINE CCONSTRUCTIONEND 12" LINE CCONSTRUCTIONEXISTING SURFACE OVER OF12" DI PIPELINE DBEGIN 12" LINE DCONSTRUCTIONEND 8" LINE DCONSTRUCTIONPLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILDETAILS ITRENCH BACKFILL-218" PRV CUT IN TEE53PLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
1Melissa BarbosaAzusa Light & WaterYmbarbosa@azusaca.gov2Ammar TohmehAzusa Light & WaterYatohmeh@azusaca.gov3Scott WalkerJ. DesigioYswalker@jdesigio.com4Jennifer FraijoFraijo BrosYjennifer@fraijobros.com5Jesse FloresSully-MillerYestimating@sully-miller.com6Vinny TuschkaToro EnterprisesNNot providedNot provided Not providedNot providedNot provided7Nhan LyNV5NNot providedNot provided Not providedNot providedNot provided8Adolfo DominguezDominguez GeneralYdominguezgeneral@aol.com9Megan ValverdeValverde ConstructionYedwardv@valverdeconst.com10Aisha AtshanAid BuildersNNot providedNot provided Not providedNot providedNot provided11Abby MendozaGRFCO Inc.Ylizj.grfcoinc@gmail.com12Cheri CotaKana Subfurface EngineeringNNot providedNot provided Not providedNot providedNot provided13Chris FowlerJMIYbryan@jmige.com14Michael PfisterCP ConstructionYmikep@cpconst.com15Mark BaulKana PipelineYmbaul@kanapipeline.com16Lonny LavenMike Prlich & SonsYbids@mikeprlichandson.com17Howard LiddleColich & SonsYhliddle@colich.com18Travis LietzMNR Construction, IncYdubi@mnrconst.com19Sep SharifiBig Ben EngineeringYssharifi@bigbenengineering.com20Art EalbaSol ConstructionYaealba@sol-construction.comZIP (IF NOT A PLANHOLDER)PHONE (IF NOT A PLANHOLDER)E-MAIL ADDRESSMANDATORY PRE-PROPOSAL TELECONFERENCE MEETING SIGN IN SHEET W-277 - CYPRESS WATER TRANSMISSION MAIN REPLACEMENT JUNE 2, 2020 2:00 PMADDRESS (IF NOT A PLANHOLDER)COMPANY NO. NAMECITY (IF NOT A PLANHOLDER)PLANHOLDER?(Y/N)Page 1 of 2
21Greg RippergerCiviltecNNot providedNot provided Not providedNot providedNot provided22Jeff KawaiLeatherwood ConstructionNNot providedNot provided Not providedNot providedNot provided23Bree ScottFerreira ConstructionYbscott@ferreiraconstruction.com24Zach HiseyChristensen BrothersYcaleb@christensenbrothers.net25Anthony ArtukovichArtukovich & SonYinfo@artukovich.com26Pablo ViramontesStephen DoreckYpablo@doreckconstruction.com27Erick CastroKana Subfurface EngineeringNNot providedNot provided Not providedNot providedNot provided28Doug HolecheckFerguson Waterworks Yaldo.leon@ferguson.com29Ramiro GuzmanAmerican Cast Iron PipeNNot providedNot provided Not providedNot providedNot providedMANDATORY PRE-PROPOSAL TELECONFERENCE MEETING SIGN IN SHEET W-277 - CYPRESS WATER TRANSMISSION MAIN REPLACEMENT JUNE 2, 2020 2:00 PM NO. NAMECOMPANYPLANHOLDER?(Y/N)ADDRESS (IF NOT A PLANHOLDER)CITY (IF NOT A PLANHOLDER)ZIP (IF NOT A PLANHOLDER)PHONE (IF NOT A PLANHOLDER)E-MAIL ADDRESSPage 2 of 2
GC-1
GENERAL CONDITIONS
SECTION 1 - DEFINITIONS AND ABBREVIATIONS
1.01 DEFINITIONS
Wherever the words defined in this Section, or pronouns used in their stead, occur in these
Specifications or in any of the other Contract Documents, the intent and meaning shall be as
follows:
(a) CITY. The City of Azusa, County of Los Angeles, State of California. The terms City and
Owner may be used interchangeably.
(b) CITY COUNCIL. The duly elected Council of the City of Azusa.
(c) CITY ENGINEER and ENGINEER. The City Engineer of the City of local jurisdiction, or
an authorized deputy, agent, representative or inspector. The designated Engineer for Azusa
Light & Water for this Contract is listed in the Special Provisions and is also referred to as the
“City Representative or “Representative” in the Contract Documents.
(d) CONTRACTOR. Contractor shall mean the party entering into contract with the City for
performance of the work called for in these Specifications and shown on the Drawings, including
the Contractor's authorized agents.
(e) SUBCONTRACTOR. Subcontractor shall mean any person, firm, or corporation entering
into agreement with the Contractor for performance of any part of the Contractor's obligation
under the Contract.
(f) CONTRACT. Contract shall mean the Contract Documents and shall include the written
agreement entered into by the City and the Contractor for the performance of work described in
the Specifications and shown on the Drawings, together with the Notice Inviting Bids, the
Instructions To Bidders, the Proposal, the Information Required of Bidders, the Specifications,
the Plans, the Drawings, all Addenda issued by the City with respect to the foregoing prior to the
opening of bids, and all Change Orders issued by the City and signed by the Contractor
pertaining to the Contract after the Contract is awarded.
(g) SPECIFICATIONS. Specifications shall mean the Contract Documents consisting of
written requirements for the General Conditions, the Special Provisions and the Technical
Specifications of the Contract, together with all Addenda and Change Orders issued with respect
thereto. All worked performed shall be in accordance with the Standard Specifications for Public
Works Construction (SSPWC), current edition, except as modified herein. In case of conflict
between SSPWC and the Contract Documents, the Contract Documents shall prevail.
GC-2
(h) DRAWINGS. Drawings, Plans, or Contract Drawings shall mean those drawings
accompanying the Specifications which show the location, nature, extent and form of the work,
together with applicable details.
(i) SHOP DRAWINGS. Drawings, diagrams, illustrations, schedules, performance charts,
brochures and other data prepared by the Contractor or any Subcontractor, manufacturer,
supplier or distributor, which illustrates how specific portions of the work shall be fabricated
and/or installed. Shop Drawings are not considered to be part of the Contract Documents.
1.02 ABBREVIATIONS
Wherever the following abbreviations are used they shall have the meanings listed:
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
AGA American Gas Association
AI The Asphalt Institute
AIA American Institute of Architects
AIEE American Institute of Electrical Engineers
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
ANSI American National Standards Institute
API American Petroleum Institute
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers
ASME American Society of Mechanical Engineers
ASTM American Society of Testing Materials
AWPA American Wood Preservers Association
AWS American Welding Society
AWWA American Water Works Association, Inc.
CRSI Concrete Reinforcement Steel Institute
NEMA National Electrical Manufacturer's Association
NIC Not in Contract
NTS Not to Scale
OAE Or Approved Equal
OSHA Occupational Safety and Health Act
PCA Portland Cement Association
SSPC Steel Structures Painting Council
SSPWC Standard Specifications for Public Works Construction
UBC Uniform Building Code
UPC Uniform Plumbing Code
USACE United States Army Corps of Engineers
U/L Underwriters Laboratories, Inc.
*** END OF SECTION 1 ***
GC-3
SECTION 2 - SPECIFICATIONS AND DRAWINGS
2.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS
The Specifications and the Drawings are intended to be explanatory of each other. Any work
indicated in the Drawings and not in the Specifications, or vice versa, shall be executed as if
indicated in both. As the figured dimensions shown on the Drawings and in the Specifications of
the Contract may not in every case agree with scale dimensions, the figured dimensions shall be
followed in preference to the scaled dimensions, and drawings to a large scale shall be followed
in preference to the Drawings to a small scale. Should it appear that the work to be done or any
of the matters relative thereto are not sufficiently detailed or explained in the Contract
Documents, the Contractor shall apply to the Engineer for such further explanations as may be
necessary, and shall conform thereto as part of the Contract. In the event of any doubt or
question arising respecting the meaning of the Specifications or Drawings, reference shall be
made to the Engineer and the Engineer's decision therein shall be final.
2.02 CONFLICTS BETWEEN SPECIFICATIONS AND DRAWINGS
In case of conflict between the Specifications and the Drawings, the Specifications shall govern
over the Drawings. In cases of conflict between the General Conditions and Special Provisions
of the Specifications, the Special Provisions shall govern over the General Conditions.
2.03 STANDARD SPECIFICATIONS
A reference to the Standard Specifications shall mean "Standard Specifications for Public Works
Construction" (SSPWC), the current edition and amendments. All work performed shall conform
to the SSPWC.
2.04 SHOP DRAWINGS
(a) Wherever called for in these Specifications or on the Drawings, or where required by the
Engineer, the Contractor shall furnish to the Engineer for review six (6) prints of each Shop
Drawing. The Shop Drawings shall be approved by the Contractor prior to submittal to the
Engineer. Unless otherwise required, said drawings shall be submitted at a time sufficiently early
to allow review of same by the Engineer, and to accommodate the rate of construction progress
required under the Contract.
(b) The Contractor shall stamp all six copies of the Shop Drawings stating his approval of the
submittal and that the Contractor has determined and verified all field measurements and
quantities, field construction criteria, materials, catalog numbers and similar data, and that the
Contractor has reviewed and coordinated the information in the Shop Drawings with the
requirements of the work and the Contract Documents. Any Shop Drawings submitted without
complying with this Section will not be reviewed by the Engineer.
(c) Except as may be otherwise provided in the Special Provisions, the Engineer will return two
prints of each Shop Drawing to the Contractor, with comments noted thereon, within 15 calendar
GC-4
days following their receipt at the Engineer's office. The Contractor shall make a complete and
acceptable submittal to the Engineer by the second submission of drawings. The City reserves
the right to withhold moneys due the Contractor to cover additional costs of the Engineer's
review beyond the second submittal.
(d) If the Shop Drawings are returned to the Contractor marked APPROVED AS SUBMITTED,
formal revision and re-submittal of said drawing will not be required.
(e) If the Shop Drawings are returned to the Contractor marked APPROVED AS NOTED,
formal revision and re-submittal of said drawing will not be required, but the noted correction
will be adhered to by the Contractor.
(f) If one print of the Shop Drawing is returned to the Contractor marked REVISE AND
RESUBMIT the Contractor shall revise said drawing and shall resubmit six (6) copies of said
revised drawing to the Engineer.
(g) If one print of the Shop Drawing is returned to the Contractor marked NOT APPROVED,
Contractor shall resubmit six (6) copies of a material or installation process specified in the
Contract Documents and/or acceptable to the Engineer.
(h) Fabrication of an item shall not be commenced before the Engineer has reviewed the
pertinent Shop Drawings and returned copies to the Contractor marked either APPROVED AS
SUBMITTED or APPROVED AS NOTED. Revisions indicated on Shop Drawings shall be
considered as changes necessary to meet the requirements of the Contract Drawings and
Specifications and shall not be taken as the basis of claims for extra work. The Contractor shall
have no claim for damages or extension of time due to any delay resulting from the Contractor's
having to make the required revisions to Shop Drawings (unless review by the Engineer of said
drawings is delayed beyond a reasonable period of time and unless the Contractor can establish
that the Engineer's delay in review actually resulted in a delay in the Contractor's construction
schedule). The review of said drawings by the Engineer will be limited to checking for general
agreement with the Specifications and Drawings and shall in no way relieve the Contractor of
responsibility for errors or omissions contained therein, nor shall such review operate to waive or
modify any provision contained in the Specifications or Contract Drawings. Fabricating
dimensions, quantities of material, applicable code requirements and other Contract requirements
shall be the Contractor's responsibility.
2.05 REFERENCE TO STANDARDS, PUBLICATIONS, OR STANDARD
SPECIFICATIONS
Any reference made in the Specifications or Drawings to any specification, standard, or
publication of any organization shall, in the absence of a specific designation to the contrary, be
understood to refer to the latest edition of the specification, standard or publication in effect as of
the date of advertising the work.
GC-5
2.06 REFERENCE TO PROPRIETARY PRODUCTS
Where references to proprietary products appear in the Specifications or Drawings, whether or
not followed by the words "or approved equal", it is for the purpose of establishing an acceptable
standard of quality or design. Unless a substitute is expressly prohibited, the Contractor may
request approval of a substitute for any such proprietary product. Such approval normally will
not be given by the Engineer prior to award of a Contract. A request for substitution must be in
writing and must include descriptive literature, specifications, test reports or samples, as
appropriate, to enable the Engineer to determine the acceptability of the product proposed for
substitution. If substitution is requested as part of a Shop Drawing submittal, the item(s)
proposed for substitution shall be clearly indicated. No substitute product shall be used on the
work until written approval has been received from the Engineer. Any revisions to structures,
piping, mechanical, electrical, instrumentation, or any other work made necessary by such
substitution must be approved by the Engineer and the entire cost of these revisions shall be
borne by the Contractor.
2.07 SPECIFICATIONS AND DRAWINGS FURNISHED TO CONTRACTOR
The City will furnish to the Contractor two sets of Contract Documents including Specifications
together with Drawings. Additional quantities of Specifications and Drawings will be furnished
at reproduction cost. Contractor shall maintain a clean, undamaged set of Contract Documents at
the project site at all times.
2.08 AS-BUILT DRAWINGS
The Contractor shall maintain, on the job site, a set of full-size blueline or blackline prints of the
Contract Drawings. On these the Contractor shall mark all as-built conditions, locations,
configurations, and other details which may vary from the details represented on the original
drawings. This master record of as-built conditions, including all revisions made necessary by
addenda, change orders and field conditions shall be maintained up-to-date during the progress
of the work.
In the case of those drawings which depict the detailed requirement for equipment to be
assembled and wired in the factory, such as motor control centers and instrumentation, the as-
built drawings shall be updated by indicating those portions which are superseded by final Shop
Drawings, and by including a reference note describing the Shop Drawings by manufacturer,
drawing and revision number and date.
Upon completion of the work but prior to final acceptance, the as- built drawings maintained by
the Contractor shall be delivered to the City or Engineer.
*** END OF SECTION 2 ***
GC-6
SECTION 3 - CITY-ENGINEER-CONTRACTOR RELATIONS
3.01 AUTHORITY OF CITY
(a) The work and the manner of performing the same shall be done to the satisfaction and
approval of the City.
(b) The Contract Documents do not purport to control the method of performing the work but
only the requirements as to the nature of the completed work. The Contractor shall assume the
entire responsibility for methods of performing the work.
3.02 AUTHORITY OF THE ENGINEER
(a) The Engineer is the agent of the City and is employed to act as advisor and consultant to the
City in engineering matters relating to the Contract. The City has delegated its authority under
this Contract to the Engineer to determine the amount, quality, acceptability and fitness of the
several kinds of work, material and equipment which are to be paid for under the Contract; to
decide for the City all questions relative to the construction, meaning and intent of the Contract
Documents; to decide all questions relative to the classification, measurements of quantities,
materials and the fulfillment of this Contract, and to reject or condemn all work or material
which does not conform to the terms of this Contract to recommend, for consideration and action
of the City, progress payments and change orders. The Engineer's decision in all matters is the
decision of the City and can only be changed in writing by the City Manager of the City.
(b) It is expressly agreed and understood that the Engineer will have no liability whatsoever
resulting from the obligations entered into under the Contract; that the City must look solely to
the Contractor for the furnishing of the work; that the Contractor and City must look solely to
each other for the enforcement of any claims or liabilities arising under or by reason of the
Contract. If the Contractor files any suit arising under the Contract and names the Engineer as a
party and if no recovery is had against the Engineer, then the Engineer shall recover damages
from the Contractor for reasonable attorney's fees for time spent by the attorney for the Engineer
in the defense of the suit and the Engineer shall recover from the Contractor and be paid by the
Contractor at the rate of $1,000.00 per day for the time of the Engineer required in connection
with the preparation and defense of the suit. This provision is specifically intended as a Contract
between the Contractor and the City for the benefit of the Engineer.
3.03 INSPECTION AND TESTING
(a) All materials furnished and all work performed under the Contract shall be subject to
inspection by the Engineer. Such inspection may include mill, plant, shop or field inspection as
required. The Engineer shall be permitted access to all parts of the work, including plants where
material or equipment are manufactured or fabricated, and the Engineer shall be furnished with
such materials, information and assistance by the Contractor and Subcontractors and suppliers as
is required to make a complete and detailed inspection.
GC-7
(b) Work done in the absence of prescribed inspection may be required to be removed and
replaced under 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. Work shall not be covered up without the authority of the Engineer. If so
covered without authority, the work, upon order of the Engineer, shall be uncovered to the extent
required, and the Contractor similarly shall bear the entire cost of performing all the work and
furnishing all the material necessary for the removal of the covering and its subsequent
replacement, as directed and approved by the Engineer.
(c) Except as otherwise provided herein, cost for ordinary City inspection fees will be paid by
the City. All inspection fees and costs imposed by agencies other than the City and extraordinary
inspection by the City shall be paid by the Contractor.
(d) The Engineer will make, or have made, such tests as he deems necessary to insure that the
work is being accomplished in accordance with the requirements of the Contract. Unless
otherwise specified in the Special Provisions, the cost of such testing will be borne by the City.
In the event such tests reveal non-compliance with the requirements of the Contract, the
Contractor shall bear the cost of such corrective measures deemed necessary by the Engineer, as
well as the cost of subsequent re-testing.
(e) The City will provide inspection for an 8-hour day and 40-hour work week for Monday
through Friday. Overtime inspection shall be paid for by Contractor. No work shall be performed
on weekends unless approved in writing by the City. Any shutdown of any portion of the City's
water system will take place on Monday, Tuesday, Wednesday, or Thursday only; other times by
agreement between the Contractor and City. The Contractor shall reimburse the City at rates
established by the City for inspection in excess of the foregoing including legal holidays.
3.04 CONTRACTOR'S PLANT AND EQUIPMENT
The Contractor shall at all times be responsible for the adequacy, efficiency and sufficiency of
the Contractor's plant and equipment and any Subcontractor's plant and equipment.
3.05 ASSIGNMENT OF CONTRACT
(a) The Contractor shall not assign, sublet, sell, transfer or otherwise dispose of the Contract or
any portion thereof, or his right, title or interest therein, or his obligations thereunder, without the
prior written consent of the City. The City shall have no obligation whatsoever to provide such
written consent.
(b) If the Contractor violates the provisions of this section, the Contract may be terminated at
the option of the City and the City shall be relieved of all liability and obligations to the
Contractor, and to his assignee or transferee, growing out of such termination.
GC-8
3.06 SUBCONTRACTS
(a) All proposed Subcontractor's shall be listed by the Contractor at the time of bid opening and
shall be contained in the Information Required of Bidders. The Contractor may request a
replacement of a previously approved Subcontractor only through the specific procedures
contained in Public Contract Code, Section 4107. Any such request is subject to approval by the
City.
(b) The Contractor shall perform not less than 50 percent of the work with his own forces (i.e.,
without subcontracting). This requirement shall be understood to refer to work, the value of
which totals not less than 50 percent of the Contract price. Refer to Section 2-3 of the SSPWC
for clarification.
(c) In the City's discretion, subject to the requirements of Section 3.07(a), subcontracts may be
permitted to such extent as shall be shown to be necessary or advantageous to the Contractor in
the prosecution of the work and without injury to the City's interests. The re-subletting of work
by a Subcontractor shall be subject to the same limitations as an original subletting. Each
Subcontractor shall be properly licensed for the type of work which he is to perform.
(d) A copy of each subcontract, if in writing (or if not in writing, then a written statement signed
by the Contractor giving the name of the Subcontractor and the terms and conditions of each
subcontract), shall be filed promptly with the Engineer upon the Engineer's request. Each
subcontract shall contain a reference to the Contract between the City and the Contractor, and the
terms of that Contract shall be made a part of each subcontract insofar as applicable to the work
covered thereby. Each subcontract shall provide for annulment of same by the Contractor upon
written order of the Engineer if, in the Engineer's opinion, the Subcontractor fails to comply with
the requirements of the prime Contract insofar as the same may be applicable to this work.
(e) The Contractor shall be responsible to the City for the acts and omissions of his
Subcontractors and their employees to the same extent as the Contractor is responsible for the
acts and omissions of employees.Nothing contained in this section shall create any contractual
relationship between any Subcontractor and the City or Engineer or relieve the Contractor of any
liability or obligation under the prime Contract.
(f) The Contractor shall be permitted to rent equipment maintained and operated as long as the
work performed is directed and constantly supervised by the Contractor. Any other arrangement
will be construed as unauthorized subcontracting and such action will be subject to Contract
termination.
3.07 CONTRACTOR'S EMPLOYEES AND SUBCONTRACTORS
The Contractor shall at all times be responsible for the adequacy, efficiency and sufficiency of
persons employed by the Contractor and any Subcontractor or persons employed by the
Subcontractor. All workmen must have sufficient knowledge, skill and experience to perform
properly the work assigned to them.
GC-9
3.08 ATTENTION TO WORK
The Contractor shall supervise the work and at all times shall be represented by a competent
English speaking superintendent who shall receive and obey all instructions or orders given
under the Contract, and who shall have full authority to execute the same, and to supply
materials, tools and labor without delay, and who shall be the legal representative of the
Contractor.
3.09 SERVICE OF NOTICES
Any notice, order, direction, request or other communication given by the City to the Contractor
under the Contract shall be deemed to be well and sufficiently given to the Contractor if left at
any office used by the Contractor, or delivered to any of the Contractor's officers, or mailed in
any post office addressed to the Contractor at the address mentioned in the Contract, or at the
Contractor's last known place of business. If mailed it shall be deemed to have been given to and
received by the Contractor two days after the day of mailing in any post office in the vicinity of
the work.
3.10 DEVIATION FROM CONTRACT
The Contractor shall not make any alteration or variation in or addition to or deviation or
omission from the Contract without the advance written consent of the City.
3.11 SUSPENSION OF WORK
The Engineer acting on behalf of the City may, by written notice to the Contractor, suspend the
work, in whole or in part, for such period or periods as he may deem necessary due to unsuitable
weather, delay in delivery of City furnished equipment or materials, or such other conditions as
are considered unfavorable for prosecution of the work, or failure on the part of the Contractor to
carry out the provisions of the Contract or to provide material or workmanship meeting the
requirements of the Specifications. Suspended work shall be resumed by the Contractor within a
reasonable time, as designated by the Engineer, after receipt from the Engineer of written notice
to proceed. Contractor shall not be entitled to receive extra or additional compensation, except as
may otherwise be provided for explicitly in the Contract Documents, on account of suspension of
work pursuant hereto.
3.12 TERMINATION OF CONTRACT BY CITY (CONTRACTOR NOT AT FAULT)
The City may terminate the Contract upon ten calendar days written notice to the Contractor, if it
is found that reasons beyond the control of either the City or Contractor make it impossible or
against the City's interests to complete the work. In such a case, the Contractor shall have no
claims against the City except (1) for the value of work performed up to the date the Contract is
terminated, and (2) for the cost of materials and equipment on hand, in transit, or on definite
commitment as of the date the Contract is terminated, which would be needed in the work and
which meet the requirements of the Specifications. The value of work performed and the cost of
materials and equipment delivered to the site, as mentioned above, shall be determined by the
GC-10
Engineer in accordance with the procedure prescribed for the making of the final estimate and
payment and shall be paid in accordance with the same procedure.
3.13 TERMINATION OF CONTRACT BY CITY (CONTRACTOR AT FAULT)
(a) The City may terminate the Contract upon ten calendar days written notice to the Contractor
in the event of any default by the Contractor. Without limitation, it shall be considered a Contract
default whenever the Contractor shall: (1) declare bankruptcy, become insolvent or assign assets
for the benefit of creditors, (2) disregard or violate important provisions of the Contract
Documents or Engineer's instruction or fail to prosecute the work according to the approved
progress schedule, or (3) fail to provide a qualified superintendent, competent workmen or
Subcontractors, or materials or equipment meeting the requirements of the Specifications and
Drawings.
(b) In the event the Contract is terminated, the City may take possession of the work and of all
materials, which have been provided in connection with the work and may complete the work by
whatever method or means is selected. The cost of completing the work shall be deducted from
the balance which would have been due the Contractor had the Contract not been terminated and
the work completed in accordance with the Specifications and Drawings. If such cost exceeds the
balance which would have been due, the Contractor shall pay the excess amount to the City. If
such cost is less than the balance which would have been due, the Contractor shall have no claim
to the difference except to such extent as may be necessary, in the opinion of the Engineer, to
reimburse the Contractor or the Contractor's sureties for any expense properly incurred for
materials, tools, equipment, property and labor devoted to the execution of the work, of which
the City shall have received the benefit. In computing such expense, as it relates to equipment
and property, the salvage value at completion of the work shall be deducted from the depreciated
value at the time the Contract was terminated and the difference shall be considered as an
expense.
3.14 TERMINATION OF CONTRACT BY CONTRACTOR
The Contractor may terminate the Contract upon ten calendar days written notice to the City
whenever: (1) the entire work has been suspended in accordance with Section 3.12, for 60
consecutive calendar days through no fault or negligence of the Contractor and notice to resume
work or to terminate the Contract has not been received from the City within this time period, or
(2) the City shall fail to pay the Contractor any substantial sums due in accordance with the
terms of the Contract and within the time limits prescribed. In the event of such termination, the
Contractor shall have no claims against the City except for those claims specifically enumerated
in Section 3.13 and determined in accordance with that section.
3.15 FAILURE TO COMPLY
If the Contractor should refuse or neglect to comply with the provisions of the Contract or the
orders of the Engineer, the City may have such provisions or orders carried out by others at the
expense of the Contractor.
GC-11
3.16 PROTESTS
If the Contractor considers any work demanded of him to be outside the requirements of the
Contract, or if he considers any order or ruling of the Engineer, or of any inspector to be unfair,
he shall, immediately upon such work being demanded or such order or ruling being made, ask
for written instructions or decision, whereupon he shall proceed without delay to perform the
work or to conform to the order or ruling; but unless the Contractor finds such instructions or
decisions satisfactory, he shall, within five (5) days after receipt of same, file a written protest
with the Engineer, stating clearly and in detail any objections and the reasons therefore. The
Engineer shall, as soon as practicable after receipt of such written protest from the Contractor,
forward said protest through appropriate channels to the City including any written comments on
the issue or issues involved. The decision of the City on all such matters shall be considered final
and binding upon all parties concerned. Except for such grounds for protests or objections as are
made of record in the manner specified and within the time stated herein, the Contractor hereby
waives all grounds for protests or objections to the orders, rulings, instructions or decisions of
the Engineer and hereby agrees that, as to all matters not included in such protest, the orders,
instructions and decisions of the Engineer shall be final and conclusive.
3.17 RIGHTS-OF-WAY
(a) Lands or rights-of-way for the work to be constructed under the Contract will be provided by
the City as shown on the Drawings. Nothing contained in the Specifications or Drawings shall be
interpreted as giving the Contractor exclusive occupancy of the lands or rights-of-way provided.
Any additional lands or rights-of-way required for construction operations shall be provided by
the Contractor at the Contractor's own expense.
(b) Except as may otherwise be provided, the Contractor shall secure from the agencies having
jurisdiction the necessary permits to create obstructions, to make excavations if required under
the Contract and to otherwise encroach upon rights-of-way and shall present evidence to the
Engineer that such permission has been granted before work is commenced. Regulations and
requirements of all agencies concerned shall be strictly adhered to in the performance of this
Contract, including the furnishing of insurance and bonds if required by such agencies. The
enforcement of such requirements under this Contract shall not be made the basis for claims for
additional compensation.
(c) The Contractor shall not do any work that would affect any oil, gas, sewer, storm drain, or
water pipeline, any telephone, telegraph, or electric transmission line, fence, or any other
structure, nor enter upon the rights-of-way involved until notified by the Engineer that the City
has secured authority therefore from the proper party. After authority has been obtained, the
Contractor shall give said party due notice of any intention to begin work and shall give said
party convenient access and every facility for removing, shoring, supporting, or otherwise
protecting such pipeline, transmission line, ditch, fence or structure and for replacing same. The
Contractor shall not be entitled to any extension of time or extra compensation on account of any
postponement, interference, or delay caused by any such pipeline, transmission line, fence or
structure being on the line of the work except as provided herein.
GC-12
3.18 CONSTRUCTION INTERFERENCE
(a) As used in this section, the word "utility" shall be understood to include tracks, overhead or
underground wires, cables, pipelines, conduits, ducts, sewers or storm drains. The term "service
connection" shall be understood to mean all or any portion of a pipeline (including sewer house
laterals), conduit, wire, cable or duct, including meter, between a utility distribution line and an
individual customer or customers when served by a single service connection. The term
"construction interference" shall be understood to include any utility or service connection within
the limits of excavation or over excavation required for the work under the Contract as shown, or
ordered by the Engineer, or any utility, or service connection located in the space which will be
required by any of the work under the Contract.
(b) In the event any utility or service connection is required to be disturbed or removed to permit
construction of a pipeline or other structure under the Contract, such disturbance or removal shall
be done only with the approval of the Engineer and following notification to the owner of the
interfering utility or service connection. Any such utility or service connection removed or
otherwise disturbed shall be reconstructed as promptly as possible in its original or other
authorized location in a condition at least as good as prior to such removal or disturbance,
subject to the inspection of the owner of same. The Contractor's responsibility under this section
to remove or replace shall apply even in the event such damage or destruction occurs after
backfilling or is not discovered until after completion of backfilling. The owner of the utility or
service connection shall be notified immediately after damage or destruction occurs or is
discovered.
(c) During the performance of the work under this Contract, the owner of any utility affected by
the work shall have the right to enter when necessary upon any portion of the work for the
purpose of maintaining service and to make repairs to said utility.
(d) The Drawings show the approximate positions of known utilities in the immediate vicinity of
the work but the City does not guarantee that all existing utilities are shown. Service connections
normally are not shown on the Drawings. The Contractor, before commencing any excavation,
shall ascertain from records or otherwise, the existence, horizontal and vertical position and
ownership of all existing utilities and service connections. If the Contractor discovers any utility
in the line of the work which is not shown on the Drawings, he shall immediately notify the
Engineer of the existence of same. The City will not be liable for any consequences arising as a
result of a service connection being incorrectly located in the field by the agency having
jurisdiction over said service connection.
(e) All costs involved in removing, relocating, protecting, supporting, repairing, maintaining or
replacing a main or trunkline utility which actually constitutes a construction interference when
said utility is not shown with reasonable accuracy as an interference or is omitted from the
Drawings, will be paid for by the City as extra work. In such case, the City also will compensate
the Contractor for equipment on the project necessarily idled during and by reason of such work.
The City's obligation to repair damage to such a facility and to compensate the Contractor for
idled equipment shall not extend to damage resulting from the failure of the Contractor to use
reasonable care.
GC-13
(f) All costs involved in removing, relocating, protecting, supporting, repairing, maintaining or
replacing any utility or service connection other than those described in Subsection (e) herein
shall be borne by the Contractor.
(g) The Contractor shall not be assessed liquidated damages for failure to complete the work on
time to the extent that such delay was caused by failure of the City or of the agency having
jurisdiction over the utility or service connection to authorize or otherwise provide for its
removal, relocation, protection, support, repair, maintenance or replacement.
(h) The City reserves the right, upon determination of the actual position of existing utilities and
service connections, to order changes in alignment or grade of the City's pipelines when, by so
doing, the necessity for relocation of existing utilities or service connections will be avoided.
Such changes will be ordered in writing by the Engineer. Where applicable, adjustment in the
Contract price will be on the basis of the unit prices stated in the proposal. Where unit prices in
the proposal are not applicable, adjustment in Contract price will be in accordance with Section
5.13.
3.19 SURVEYING
(a) All surveying necessary and adequate for construction purposes shall be done by the
Contractor.
(b) The Contractor shall give two (2) working days notice, in writing, before surveying services
are to commence for laying out any portion of the work, and he shall dig all holes necessary for
line and grade stakes. The Contractor shall preserve all stakes set for the lines, grades or
measurements of the work in their proper places until authorized to remove them by the
Engineer. Any expenses incurred in replacing said stakes that the Contractor may have failed to
preserve shall be borne by the Contractor.
(c) Grades for all work will be set on the surface of the ground and the Contractor shall transfer
them to the construction as necessary. At no time shall less than three (3) consecutive grade
points be used in common so that any variation from a straight grade can be detected. Any such
variation shall be reported to the Engineer and in the absence of such report, the Contractor shall
be responsible for any error in the grade of the finished work.
(d) The Contractor shall preserve all bench marks, stakes and other survey marks, and in case of
their removal or destruction by the Contractor's employees or by a Subcontractor's employees, he
shall be liable for the cost of their replacement.
3.20 SUPERVISION AND INSPECTION
(a) The Engineer shall decide within the provisions of the Specifications all questions which
may arise concerning the quality or acceptance of materials furnished and work performed and
all questions concerning the acceptable fulfillment of the Contract by the Contractor.
(b) All work shall be done in a thorough and workmanlike manner under the direction and to the
satisfaction of the Engineer, and the materials used shall comply with these Specifications. Work
GC-14
shall be started and continued at such time and at such points as may be designated by the
Engineer and shall be carried on diligently and without unnecessary delay.
(c) Each day the Contractor shall furnish the Engineer a duplicate copy of all delivery and
shipment tags or slips for all materials delivered on the work. Tags or slips shall show the actual
quantity of material received on the work. No materials shall be used on the work until such tags
or slips have been furnished to the Engineer.
(d) All tests of materials shall be made under the direction of the Engineer. The costs of tests for
materials shall be borne by the Contractor and shall be included in the unit prices for appropriate
items of work. At the Contractor's own expense the materials for testing shall be delivered at the
time and to the place designated by the Engineer. Should the materials fail, the retesting cost
shall be borne by the Contractor.
(e) The Contractor shall prosecute work only in the presence of the Engineer or his designated
representative, and any work done in the absence of said Engineer or his designated
representative shall be subject to rejection for that reason. The Contractor shall give written
notice to the Engineer at least 24 hours before beginning any work and shall furnish said
Engineer all reasonable facilities for obtaining full information respecting the progress and
manner of work.
(f) Any day shall be considered as a normal work day except Saturdays, Sundays or legal
holidays or days on which the Contractor is specifically required by the Specifications, by labor
contract, or by law to suspend construction operations, or is prevented from working at the
beginning of the work day for cause defined in Section 6 of the SSPWC or conditions resulting
therefrom, or is prevented from preceding with at least 75 percent of the normal labor and
equipment force for at least five (5) hours toward completion of the current controlling operation
shall be considered as a normal work day.
3.21 OBSERVING LAWS AND ORDINANCES
(a) The Contractor shall keep himself fully informed of all Federal, State and local laws,
ordinances and regulations which may affect the conduct of the work, those engaged or
employed by the Contractor, the materials used, and all orders and decrees of bodies or tribunals
having any jurisdiction or authority over the work. The Contractor shall observe and comply
therewith, and shall protect and indemnify the City against any claim or liability arising from or
based on the violation thereof.
(b) The Contractor shall secure and pay for all necessary permits, licenses and make all
necessary deposits before starting work.
3.22 COORDINATION WITH COMMUNITY AGENCIES
(a) The Contractor shall notify the local Police Department, Fire Department and refuse
contractor of any construction causing street closure forty-eight (48) hours prior to start of such
closure.
GC-15
(b) The Contractor also shall be responsible for notifying, in writing, affected businesses and
residents forty-eight (48) hours prior to start of construction or street closures.
3.23 FIRE HYDRANTS
(a) Free access shall be provided to all ALW fire hydrants at all times. The Contractor shall not
draw any water from a fire hydrant for use on the work, other than for extinguishing fire, without
first obtaining permission, and a hydrant meter, from the City of Azusa.
(b) Whenever required by the City of Azusa, the Contractor shall obtain a fire hydrant meter to
record water usage. A deposit as established by the City of Azusa shall be paid by Contractor and
refunded upon return of said hydrant meter. The water usage fees shall be paid as defined in the
Special Provisions.
3.24 LOSS AND DAMAGE
(a) All loss or damage to the City or to third persons, occurring during the progress of the work
being performed under this Contract, which loss or damage occurs before acceptance of the work
by the City and which results from: (1) the negligence of the Contractor, or Contractor's agents
or employees, or (2) any act or omission on the part of the Contractor or Contractor's agent or
employees which is not authorized by these Specifications shall be sustained and borne by the
Contractor.
(b) Excavation shall be braced in accordance with CAL OSHA Standards so that they will be
safe and the ground alongside the excavations will not slide or settle, and all existing
improvements of any kind, either on public or private property, shall be fully protected from
damage. If any damage does result, the necessary repairs as directed by the City Engineer, shall
be made by and at the expense of the Contractor.
(c) Performance under this Contract by the Contractor shall not be excused by any unforeseen
obstruction or difficulties which may be encountered, including damage to or destruction of the
project under construction by action of the elements or otherwise.
3.25 USE OF IMPROVEMENT DURING PROGRESS OF CONSTRUCTION
At any time during the progress of work, ALW may, upon written notice to the Contractor, take
over and utilize the whole or any part of the improvement or appurtenance thereto which has
been completed, giving if desired, permits to utilize same. Such uses by ALW shall not constitute
acceptance of that part of the improvement. The Contractor shall continue to guarantee the
improvement per Section 4.09 of these General Conditions.
3.26 ALTERNATIVE METHODS OF CONSTRUCTION
Whenever the Drawings and Specifications provide that more than one specified method of
construction or more than one specified type of construction equipment may be used to perform
portions of the work and leave the selection of the method of construction or the type of
equipment to be used up to the Contractor, it is understood that the City does not guarantee that
GC-16
every such method of construction or type of equipment can be successfully used throughout all
or any part of any project. It shall be the Contractor's responsibility to select and use the
alternative(s) which will satisfactorily perform the work under the conditions encountered. In the
event some of the alternatives are not feasible or it is necessary to use more than one of the
alternatives on the project, full compensation for any additional cost involved shall be considered
as included in the Contract price paid for the item of work involved and no additional
compensation will be allowed therefore.
3.27 EXAMINATION OF WORK
(a) Contractor must examine the location, physical conditions and surroundings of the proposed
work and judge for themselves the nature of the excavation to be made and the work to be done.
(b) The Drawings for the work show conditions as they are supposed or believed to exist by the
Engineer, but it is not intended or to be inferred that the conditions as shown thereon constitute a
representation or warranty, express or implied, by the City or its officers, that such conditions are
actually existent, nor shall the Contractor be relieved of the liability under this Contract, nor the
City or any of its officers be liable for any loss sustained by the Contractor as a result of any
variance between conditions as shown on the Drawings and the actual conditions revealed during
the progress of the work or otherwise.
(c) Execution of the Contract shall be conclusive evidence that the Contractor has satisfied
himself through his own investigation as to the conditions to be encountered; the character,
quality and quantity of work to be performed; materials and equipment to be furnished; and all
requirements of the Drawings and Specifications.
*** END OF SECTION 3 ***
GC-17
SECTION 4 - MATERIAL, EQUIPMENT AND WORKMANSHIP
4.01 QUALITY
(a) Material and equipment shall be new and of the quality specified. All work shall be executed
in conformity with the best accepted standard practice of the trade so as to contribute to
maximum efficiency of operation, accessibility and appearance, and minimum cost of
maintenance and construction of future alterations and additions.
(b) Whenever the Contractor shall furnish materials or manufactured articles or shall do work for
which no detailed Specifications are set forth, the materials or manufactured articles shall be of
the best grade in quality and workmanship obtainable in the market from firms of established
good reputation or, if not ordinarily carried in stock, shall conform to the usual standards for
first-class materials or articles of the kind required with due consideration of the use to which
they are to be put. In general, the work performed shall be in full conformity and harmony with
the intent to secure the best standard of construction and equipment of the work as a whole or in
part.
4.02 SAMPLES AND TESTS OF MATERIAL
(a) Samples of materials to be supplied by the Contractor shall be prepared and submitted for
checking, if required by the Specifications or the Engineer. The samples or test specimens shall
be prepared and furnished with information as to their source in such quantities and sizes as may
be required, with all freight and charges prepaid.
(b) All samples shall be submitted before shipment of the material to the site of the work and in
ample time to permit the making of proper tests, analyses, examinations, rejections and
resubmissions before the time at which it is desired to incorporate the material into the work. All
tests of materials furnished by the Contractor will be made by the Engineer in accordance with
recognized standard practice. No such materials shall be used in the work unless or until they
have been accepted in writing by the Engineer and samples of materials will be retained by the
Engineer for reference and comparison purposes.
(c) The cost of material inspection and testing in the vicinity of the work unless specified
otherwise herein, will be borne by the City. If the inspection and testing of material in the
vicinity of the work is not practicable, the Contractor may request such inspection and testing
take place at the point of manufacture. In such an event, the additional cost to the City of remote
inspection and testing shall be paid for by the Contractor. Such additional costs will consist of
reimbursement for travel time and expense to and from the remote point.
4.03 PROOF OF COMPLIANCE WITH CONTRACT
In order that the Engineer may determine whether the Contractor has complied with the
requirements of the Contract Documents not readily determinable through inspection and tests of
plant, equipment, work or materials, the Contractor shall, at any time when requested, submit to
the Engineer properly authenticated documents or other satisfactory proof as to compliance with
such requirements.
GC-18
4.04 SAFEGUARDING OF EQUIPMENT, MATERIAL AND WORK
The Contractor shall properly safeguard all equipment, material and work against loss, damage,
malicious mischief or tampering by unauthorized persons until acceptance of the work by the
City. Locked and covered storage or continuous surveillance by a watch- man shall be provided
if required to accomplish this purpose.
4.05 DEFECTIVE MATERIAL, EQUIPMENT AND WORKMANSHIP
(a) Inspection of the work shall not relieve the Contractor of any of his obligations under the
Contract. Even though equipment, material or work required to be provided under the Contract
have been inspected, accepted and estimated for payment, the Contractor shall, at the
Contractor's own expense, replace or repair any such equipment, material or work found to be
defective or otherwise not to comply with the requirements of the Contract up to the end of the
maintenance and guarantee period.
(b) Any equipment or material brought upon the job site by the Contractor and subsequently
rejected by the Engineer as not complying with the requirements of the Contract shall be
removed immediately by the Contractor.
(c) If the Contractor shall fail to repair or replace unsatisfactory equipment, material or work or
to remove unsatisfactory equipment or material from the job site within 10 calendar days after
being ordered to do so by the Engineer, the Engineer, acting on behalf of the City, may make the
ordered repairs or remove the condemned equipment or material and the City will deduct the cost
thereof from any moneys due or to become due the Contractor.
4.06 CHARACTER OF WORKMEN
Skilled workmen shall be employed on work requiring special qualifications. When required in
writing by the Engineer, the Contractor or any Subcontractor shall discharge any person who is,
in the opinion of the Engineer, incompetent, unfaithful, disorderly or otherwise unsatisfactory
and shall not again employ such discharged person on the work except with the consent of the
Engineer. Such discharge shall not be the basis of any claim for compensation or damages
against the City or any of its officers.
The Contractor shall provide, at all times, a superintendent on the job site who shall be able to
speak, read and write the English language per Section 7-6 of the SSPWC.
4.07 RUBBISH AND DUST CONTROL
(a) During the progress of the work, the Contractor shall keep the site of the work and other
areas utilized by the Contractor in a neat and clean condition and free from any accumulation of
rubbish.
GC-19
(b) The Contractor shall at all times conduct work so as to avoid unnecessary dust. The
Contractor shall provide adequate equipment, water and implement procedures to comply with
the South Coast Air Quality Management District rules to prevent dust emissions.
4.08 CLEANING UP
The Contractor shall promptly remove from the vicinity of the completed work, all rubbish,
unused material, concrete forms, equipment and temporary structures used during construction.
Additional clean-up work, if provided in the Special Provisions, shall be performed by the
Contractor.
4.09 GUARANTEE AND WARRANTY
(a) Besides guarantees required elsewhere in this Contract Document, the Contractor shall and
hereby does guarantee all work for a period of two (2) years after the date of acceptance of the
work by the City and shall repair and replace any and all such work, together with any other
work which may be displaced, that may prove defective in workmanship and/or materials within
the two (2) year period from the date of acceptance, without expense whatsoever to the City.
Ordinary wear and tear and usual abuse or neglect is excepted. In the event of failure to comply
with the above mentioned conditions within seven (7) days after being notified in writing, or in
the event of an emergency, the City is hereby authorized to proceed to have the defects repaired
and make good at the expense of the Contractor, who hereby agrees to pay the cost and charges
therefore immediately on demand.
(b) The Contractor hereby guarantees that the entire work constructed under this Contract will
meet fully all requirements thereof as to quality of workmanship and of materials furnished by
the Contractor. The Contractor hereby agrees to make any repairs or replacements made
necessary by defects in materials or workmanship supplied by the Contractor that becomes
evident within the guarantee period, and to restore to full compliance with the requirements of
these Specifications, including the test requirements set forth herein for any part of the work
constructed hereunder, which during said period is found to be deficient with respect to any
provision of the Specifications. The Contractor also agrees to hold the City harmless from claims
of any kind arising from damage due to said defects. The Contractor shall make all repairs and
replacements promptly upon receipt of written orders for same from the Engineer. If the
Contractor fails to make the repairs and replacements promptly, the City may do the work and
the Contractor and the Contractor's surety shall be liable to the City for the cost of such work.
(c) Upon acceptance of the work by the City, any and all manufacturer's guarantees held by the
Contractor shall be delivered to the City.
(d) The guarantees and agreements set forth hereinbefore shall be secured by a surety bond
which shall be delivered by the Contractor to the City before the notice of completion shall be
filed by the Engineer. Said bond shall be in an approved form and executed by a surety company
or companies satisfactory to the City, in the amount of ten percent of the Contract price. Said
bond shall remain in force for the period specified herein. Instead of providing a surety bond, the
Contractor may, at his option, provide for the Faithful Performance Bond furnished under the
Contract to remain in force for said amount until the expiration of the required period.
GC-20
(e) The Contractor warrants that all materials and equipment furnished under this Contract shall
be new unless otherwise specified in the Contract Documents; and that all work conforms to the
Contract Document requirements and is free of any defect whether performed by the Contractor
or any subcontractor or supplier.
(f) Unless otherwise stated, all warranty periods shall begin upon the filing of the Notice of
Completion. Unless otherwise stated, the warranty period shall be for one year.
(g) The Contractor shall remedy at its expense any damage to City-owned or controlled real or
personal property.
(h) The Contractor shall furnish the City with all warranty and guarantee documents prior to
final Acceptance of the Project by the City.
(i) The City shall notify the Contractor, in writing, within a reasonable time after the discovery
of any failure, defect, or damage. The Contractor shall within ten (10) Days after being notified
commence and perform with due diligence all necessary work. If the Contractor fails to
promptly remedy any defect, or damage; the City shall have the right to replace, repair, or
otherwise remedy the defect, or damage at the Contractor’s expense.
(j) In the event of any emergency constituting an immediate hazard to health, safety, property, or
licensees, when caused by work of the Contractor not in accordance with the Contract
requirements, the City may undertake at the Contractor’s expense, and without prior notice, all
work necessary to correct such condition.
(k) With respect to all warranties, express or implied, from subcontractors, manufacturers, or
suppliers for work performed and materials furnished under this Contract, the Contractor shall:
1) Obtain for the City all warranties that would be given in normal commercial practice;
2) Require all warranties to be executed, in writing, for the benefit of the City; and
3) Enforce all warranties for the benefit of the City, unless otherwise directed in writing by
the City.
This Article shall not limit the City’s rights under this Contract or with respect to latent defects,
gross mistakes, or fraud. The City specifically reserves all rights related to defective work,
including but not limited to the defect claims pursuant to California Code of Civil Procedure
Section 337.15.
*** END OF SECTION 4 ***
GC-21
SECTION 5 - PROGRESS AND PAYMENT
5.01 CONTRACT TIME
(a) Time is of the essence of the Contract. The Contractor shall commence work promptly under
the Contract and all portions of the work shall be prosecuted so that the entire work shall be
completed and ready for use within the time stipulated.
(b) A bidder may contact the Engineer prior to bid opening with concerns regarding Contract
time allowed for completion of the work to initiate a re-evaluation. Any adjustments to time
allowed will be made prior to bid opening and all decisions are final. All other time extensions
will be per Section 5.05 of these General Conditions.
5.02 CONTRACT PRICE
Prior to commencement of the work, the Contractor shall submit a detailed price breakdown of
any of the bid items for the work contained in lump sum items. Such price breakdown shall
include quantities, unit prices, and any other information required in sufficient detail to enable it
to be used in preparing monthly progress estimates.
5.03 CONSTRUCTION SCHEDULE
The Contractor shall submit a construction schedule showing the order in which the Contractor
proposes to carry on the work and the dates when the various parts are to be begun and
completed. The timing associated with submitting the schedule will be determined by the
Engineer. The schedule shall be subject to the approval of the Engineer and if in the Engineer's
opinion a schedule submitted is inadequate to secure the completion of the work in the time
agreed upon, or is otherwise not in accordance with the Specifications, the Engineer may require
the Contractor to submit a new schedule which will insure timely completion of the work. It is
mandatory that an up-to-date construction schedule be submitted with each request for progress
payment.
5.04 OVERTIME WORK
Except as otherwise provided in this section, the Contractor shall receive no additional
compensation for overtime work even though such overtime work may be required under
emergency conditions and may be ordered by the Engineer in writing. Additional compensation
will be paid the Contractor for overtime work only in the event extra work is ordered by the
Engineer and the change order specifically authorizes the use of overtime work, and then only to
such extent as overtime wages are regularly being paid by the Contractor for overtime work of a
similar nature in the same locality.
5.05 EXTENSION OF TIME
(a) The Contractor may be entitled to an extension of Contract time: (1) if the work has been
suspended by the City, in whole or in part; or (2) where weather or other circumstances occur
GC-22
which delay progress and which are clearly beyond the control of the Contractor; provided that,
in either case, the Contractor is not at fault and is not negligent under the terms of the Contract.
The extension of time allowed shall be as determined by the Engineer.
(b) To receive consideration, a request for extension of time must be made in writing to the
Engineer stating the reason for said request, and such request must be received by the Engineer
within ten days following the end of the delay-causing condition and approved or denied by the
Engineer in writing.
5.06 FAILURE TO COMPLETE ON TIME
(a) The Contractor shall pay liquidated damages to the City in the amount specified in the
Special Provisions if the Contractor fails to complete the work within the time agreed upon. The
period for which said damages shall be paid shall be the number of calendar days from the
agreed date of completion as contained in the Contract, or from the date of termination of any
extension of time approved by the Engineer, to the date the Engineer certifies completion of
work to the City. The City may deduct the amount of said damages from any moneys due or to
become due the Contractor.
(b) The said amount is fixed and agreed upon by and between the Contractor and the City
because of the impracticability and extreme difficulty of fixing and ascertaining the actual
damages the City would sustain. Said amount is agreed to be the amount of damages which the
City would sustain.
5.07 MONTHLY ESTIMATES AND PAYMENTS
(a) On or about the 25th of each month, the Contractor will prepare, certify, and submit to ALW,
an estimate of the cumulative amount and value of work performed by the Contractor up to that
date. All payments will be paid within approximately 60 days.
From the total computed above, in conformance with Public Contract Code Section 7201, a
deduction of 5 percent will be made from each monthly pay estimate for the term of the Contract
unless the Director of the Light & Water Department has made a finding prior to the bid that the
project is substantially complex and therefore requires a higher retention amount than 5 percent.
Further deductions will be made for: (1) amounts due the City for equipment or materials
furnished or services rendered; (2) amounts due the City under the terms of the Contract; (3)
amounts of any claims of lien filed with the City in accordance with Section 6.02(b), and (4)
amounts required to be deducted by federal, state or local governmental authority. From the
balance thus determined will be deducted the amount of all previous payments and the remainder
shall constitute the monthly payment due the Contractor.
(b) Pursuant to the provisions of Public Contract Code Section 22300, the Contractor is
permitted to substitute securities for any moneys withheld to ensure performance of this
Contract. At the request and expense of the Contractor, securities equivalent to the amount
withheld shall be deposited with the State Treasurer or a state or federally chartered bank in
California as the escrow agent, who shall then pay the moneys to the Contractor. Upon
satisfactory completion of the Contract, the securities shall be returned to the Contractor.
GC-23
Alternatively, the Contractor may request and the City shall make payment of retentions earned
directly to the escrow agent. The Contractor may direct the investment of the payments into
securities and the Contractor shall receive the interest earned on the investments upon the same
terms provided for in this section for securities deposited by the Contractor. Upon satisfactory
completion of the Contract, the Contractor shall receive from the escrow agent all securities,
interest, and payments received by the escrow agent from the City pursuant to the terms of this
section.
Securities eligible for investment under this section shall include those listed in Section 16430 of
the Government Code, bank or savings and loan certificates of deposit, interest-bearing demand
deposit accounts, standby letters of credit, or any other security mutually agreed to by the
Contractor and the City.
The Contractor shall be beneficial owner of any securities substituted for moneys withheld and
shall receive any interest thereon.
The escrow agreement used pursuant to this section shall be null, void and unenforceable unless
it is substantially similar to the form enclosed.
(c) The Engineer's estimate of the monthly payment due the Contractor will not be required to
be made by strict measurement, an approximation will suffice. The monthly payments may be
withheld or reduced if, in the Engineer's opinion, the Contractor is not diligently or efficiently
endeavoring to comply with the intent of the Contract or if the Contractor fails to pay labor and
material bills as they become due.
(d) The Contractor shall furnish the Engineer promptly, upon request, all information and
records necessary to determine the cost of the work for purposes of estimating monthly
payments, including an itemized statement, in a form satisfactory to the Engineer, of the actual
cost of all acceptable materials delivered by the Contractor to the site.
(e) No monthly payment shall be construed as an acceptance of the work or of any portion of the
work, nor shall the making of such payment preclude the City from demanding and recovering
from the Contractor such damages as it may sustain by reason of the Contractor's failure to
comply with the requirements of the Contract.
(f) In the event the Contract is terminated, any funds due the Contractor and retained by the City
shall become the property of the City to the extent necessary to repay to the City any excess in
the Contract price above the cost of the work completed at the time of termination. After
issuance of notice to discontinue work, no further payment will be made to the Contractor for the
work covered by the notice until completion of the work and final settlement has been made.
(g) With each progress payment application, the Contractor shall submit to the City an updated
construction schedule, complete certified payroll reports, and conditional and unconditional
waivers and releases upon progress payment from the Contractor and all tiers of subcontractors,
vendors, and suppliers.
GC-24
5.08 UNPAID CLAIMS
If, upon or before completion of the work, or at any time prior to expiration of the period within
which claims of lien or stop notices may be filed for record, any person claiming to have
performed any labor or to have furnished any materials, supplies or services toward the
performance of this Contract, or to have agreed to do so, shall file with the City a verified
statement of such claim stating in general terms the kind of labor and materials, the value of
same and the name of the person to or from whom the same was furnished, together with a
statement that the same has not been paid; or if any person shall bring against the City or any of
its agents any action to enforce such claim or stop notice, the City will, until the action is settled,
withhold from moneys due to the Contractor an amount sufficient to satisfy the decision of the
court together with costs.
5.09 FULFILLMENT OF CONTRACT
The Contractor shall protect and care for all work until the Contract has been fulfilled to the
satisfaction of the Engineer, and subsequent acceptance of the work by the City Council.
The Contractor shall remove all rubbish, excess earth and rock, leaving the site in a neat, orderly
and presentable condition before the Engineer makes final inspection of the work to determine
the fulfillment of the Contract.
5.10 FINAL ESTIMATE OF PAYMENT
(a) When the Engineer is of the opinion that the Contractor has completely performed all work
required under the Contract, the Engineer shall certify to the City that the work is complete, and,
using data provided by Contractor, shall submit to the Contractor a draft of the final estimate.
The Contractor shall submit a written approval of said final estimate within five calendar days
after receipt, or, in the event the Contractor disagrees with said final estimate, the Contractor
shall, within said five day period, file a written statement of all claims to be presented. If the
Contractor delays more than five calendar days in approving said final estimate or in presenting
claims, the time for final payment shall be extended by the period of such delay.
(b) With the final payment application, the Contractor shall submit to the City complete certified
payroll reports and unconditional waivers and releases upon final payment from the Contractor
and all tiers of subcontractors, vendors, and suppliers. The Contractor is required to provide
unconditional waivers and release prior to processing of final payment.
(c) If the Contractor disagrees with the Engineer's final estimate and files a timely (within 15
calendar days) written statement of his claims, the Engineer will issue, as a semi-final estimate,
the proposed estimate submitted to the Contractor, and the City will make payment to the
Contractor in accordance with the provisions of Subsection 5.10(d). The Engineer then will
investigate the Contractor's claims, make any revisions to said semi-final estimate as the
Contractor deems appropriate and certify in writing to the City the amount and value of the work
performed by the Contractor. The City then will make final payment to the Contractor in
accordance with the provisions of Subsection 5.10(d).
GC-25
(d) After timely acceptance of the work by the Utility Board/City Council and 60 calendar days
after recording of the Notice of Completion, the City will pay to the Contractor the retention
amount remaining after deducting all prior payments and all amounts to be kept or retained under
the provisions of the Contract. In the event acceptance of the work is delayed more than 30
calendar days beyond the date of the last partial payment under the Contract, the City will make
a further partial payment in accordance with Section 5.07.
5.11 FINAL PAYMENT TERMINATES LIABILITY OF CITY
The acceptance by the Contractor of the final payment shall be a release of the City and its
agents from all claims of and liability to the Contractor for anything done or furnished for, or
relating to, the work or for any act or neglect of the City or of any person relating to or affecting
the work.
5.12 NOTICE OF COMPLETION
As required by the California Code of Civil Procedure, and within 10 calendar days after date of
acceptance of the work by the Utility Board/City Council, the City will file, in the county
recorder's office, a notice of completion of the work.
5.13 CHANGES IN THE WORK
(a)The City, without invalidating the contract, may order changes in the work consisting of
additions, deletions, modifications, or revisions with the contract amount and contract time being
adjusted accordingly. All such changes in the work shall be authorized by Change Order and
shall be relayed between the City and Contractor in written form. All Change Order work shall
be performed under the applicable conditions and requirements of the Contract Documents. A
Change Order signed by the Contractor indications the Contractor’s agreement therewith,
including any adjustment in the Contract amount or the Contract time, and the full and final
settlement of all costs (direct, indirect, and overhead) related to the work authorized by the
Change Order.
(b) Change Order work is defined as added work of a different character or function and for
which no basis for payment is prescribed; or that involving revisions of the details of the work in
such a manner as to render inequitable payment under items upon which the Contractor bid; or
that work to be done under the stipulated prices given in the bidding schedule.
(c) The signing of the Contract by the Contractor will be deemed to be an agreement on the part
of the Contractor to perform extra work, as and when ordered by the City.
(d) If required extra work results in delay to the work, the Contractor will be given an equivalent
extension of time.
(e) All claims for additional compensation of the contractor shall be presented in writing before
the expense is incurred and will be adjusted as provided herein. No work shall be allowed to lag
pending such adjustment, but shall be promptly executed as directed, even if a dispute arises. No
claim will be considered after the work in question has been done unless a written contract
GC-26
Change Order has been issued or a timely written notice of claim has been made by the
Contractor. The Contractor shall not be entitled to claim or bring suit for damages, whether for
loss of profits or otherwise, on account of any decrease, increase, revision, modification, or
omission of any item or portion of work to be done. Whenever any change is made as provided
for herein, such change shall be considered and treated as though originally included in the
Contract, and shall be subject to all terms, conditions, and provisions of the original Contract.
(f) Owner Initiated Change. The Contractor must submit a complete cost proposal, including
any change in the Contract time, within 7 days after receipt of a scope of a proposed Change
Order, unless the City requests that proposals be submitted in less than 7 days.
(g) Contractor Initiated Change. The Contractor must give written notice of all proposed
Change Orders. The City shall be notified, immediately and in writing, of any discoveries that
may give rise to a potential Change Order. The Contractor shall, within 7 days of such
discoveries of facts, submit a complete cost proposal, including any change in the Contract time.
The City shall have the right to request a complete proposal to be submitted by the Contractor in
less than 7 days.
(h) Upon decision of the City to have extra work performed, or to delete or modify work, the
City's representative will so inform the Contractor, acquainting the Contractor with the essential
details. The Contractor shall thereupon prepare an estimate of cost and submit said price and
estimate to the City's representative who will secure the City's approval in writing before work is
started. The City reserves the right to reject any claims as a result of extending the work under
the bid prices, which has not been approved by the City in the same manner herein provided.
(i) All price quotations and proposals from the Contractor shall be accompanied by sufficiently
detailed supporting documentation to permit verification by the City. This documentation shall
include, but not be limited to, material and supplies quotations, labor rates,
(j) The Contractor shall, for all price quotations and proposals, include written reports and
break-downs showing all items of cost which apply to Change Order work. If required by the
Engineer, the Contractor shall furnish books, time sheets, vouchers, invoices, and any other
records to substantiate the cost items listed in said reports and break-downs. All Change Order
work documentation shall include a report detailing the work that was completed each day.
These daily reports shall include both original Contract work (if any) and Change Order work
completed each day and shall include a detailed break-down of all labor, equipment, and
materials.
(k) If the Contractor fails to submit the cost proposal and all requested reports and break-downs,
within 7 days (or as requested), the City has the right to order the Contractor, in writing, to
commence work immediately on a force account basis and/or issue a lump sum change to the
Contract price in accordance with the City’s estimate of cost. If the change is issued based on the
City estimate, the Contractor will waive its right to dispute the action unless, within 15 days
following completion of the added/deleted work, the Contractor presents written proof that the
City’s estimate was in error.
GC-27
(l) Any adjustment in Contract price shall be based on unit price bid items or additive and
deductive bid items submitted by the Contractor in the original bid on the work where such bid
items are applicable. If the original bid prices are not applicable, the adjustment in Contract price
shall be based on a lump sum or unit price agreed upon by the City and the Contractor prior to
executing the Change Order. The City shall have the right to choose either a lump sum or unit
price option for the proposal and payment of all Change Order work.
(m)If the original bid prices are not applicable and the City and Contractor are unable to agree
upon a lump sum or unit price prior to executing the Change Order, the adjustment in Contract
price shall be made on a cost-plus (Time & Material) basis.
(n) All proposals, whether unit price, lump sum, or Time & Material, shall only include direct
expenditures necessitated specifically by the subject Change Order, and shall be as follows:
4) Labor. The costs of labor will be the actual cost for wages prevailing locally for each
craft or type of worker at the time the Change Order work is done, plus employer
payments of payroll taxes and insurance, health and welfare, pension, vacation,
apprenticeship funds, and other direct costs resulting from Federal, State, or local laws, as
well as assessment or benefits required by lawful collective bargaining agreements. The
use of a labor classification which would increase the extra work cost will not be
permitted unless the contractor establishes the necessity for such additional costs. Labor
costs for equipment operators and helpers shall be reported only when such costs are not
included in the invoice for equipment rental. Only the labor costs of workers directly
engaged at the job site in the performance of the Change Order work shall be included.
5) Materials. The cost of materials reported shall be at invoice or lowest current price at
which such materials are locally available in the quantities involved, plus sales tax,
freight and delivery. Materials cost shall be based upon supplier or manufacturer’s
invoice. If invoices or other satisfactory evidence of cost are not furnished within 15days
of delivery, then the Engineer shall determine the materials cost, at its sole discretion.
The City reserves the right to furnish such materials as it deems advisable and the
Contractor shall not be paid for those materials or any mark-up on those materials.
6) Tool and Equipment Use. No payment will be made for the use of small tools or tools
which have a replacement value of $1,000 or less. Regardless of ownership, the rates to
be used in determining equipment use costs shall not exceed listed rates prevailing locally
at equipment rental agencies, or distributors, at the time the work is performed. Only the
equipment directly used or engaged at the jobsite in the performance of the Change Order
work shall be included.
7) Overhead, Profit, and Other Charges. The mark-up for overhead (including supervision)
and profit on work added to the Contract shall be according to the following:
• “Net Cost” is defined as consisting of costs of labor, materials, tools, and
equipment only excluding overhead and profit. The costs of applicable insurance
and bond premium will be reimbursed to the Contractor and subcontractors at cost
only, without mark-up.
GC-28
• For work performed by the Contractor’s forces the added cost for overhead and
profit shall not exceed fifteen (15%) percent of the Net Cost of the work.
• For work performed by a subcontractor, the added cost for overhead and profit
shall not exceed fifteen (15%) percent of the Net Cost of the work done by the
subcontractor, to which the Contractor may add five (5%) percent of the
subcontractor’s Net Cost.
• Fore work performed by a sub-subcontractor, the added cost for overhead and
profit shall not exceed fifteen (15%) percent of the Net Cost of the work done by
the sub-subcontractor, to which the subcontractor and Contractor may each add an
additional five (5%) percent of the Net Cost of the lower tier sub-contractor.
• No additional markup will be allowed for lower tier sub-contractors, and in no
case shall the added cost for over and profit payable by the City exceed twenty-
five (25%) percent of the Net Cost as defined herein.
(o) The Contractor shall submit to the City's representative for his verification, on a daily basis,
work sheets showing an itemized breakdown of labor, materials, tools and equipment used in
performing the work. No payment will be made for work not verified by the City's
representative.
(p) For added or deducted work by subcontractors, the Contractor shall furnish to the City the
subcontractor’s signed detailed estimate of the cost of labor, material and equipment, including
the subcontractor markup for overhead and profit. The same requirement shall apply to sub-
subcontractors.
(q) For added or deducted work furnished by a vendor or supplier, the Contractor shall furnish to
the City a detailed estimate or quotation of the cost to the Contractor, signed by such vendor or
supplier.
(r) Any change in the work involving both additions and deletions shall indicate a net total cost,
including subcontracts and materials. Allowance for overhead and profit, as specified herein,
shall be applied if the net total cost is an extra; overhead and profit allowances shall not be
applied if the net total cost is a credit. The estimated cost of deductions shall be based on labor
and material prices on the date the Contract was executed.
(s) Contractor shall not reserve a right to assert impact costs, extended job site costs, extended
overhead, constructive acceleration, and/or actual acceleration beyond what is stated in the
Change Order for work. No claims shall be allowed for impact, extended overhead costs,
constructive acceleration, and/or actual acceleration due to a multiplicity of changes and/or
clarifications. The Contractor may not change or modify the City’s Change Order form in an
attempt to reserve additional rights.
(t) If the City disagrees with the proposal submitted by the Contractor, it will notify the
Contractor and the City will provide its opinion of the appropriate price and/or time extension. If
GC-29
the Contractor agrees with the City, a Change Order will be issued by the City. If no agreement
can be reached, the City shall have the right to issue a unilateral Change Order setting forth its
determination of the reasonable additions or savings in costs and time attributable to the extra or
deleted work. Such determination shall become final and binding if the Contractor fails to submit
a claim in writing to the City within 15days of the issuance of the unilateral Change Order,
disputing the terms of the unilateral change order.
(u) No dispute, disagreement, or failure of the parties to reach agreement on the terms of the
Change Order shall relieve the Contractor from the obligation to proceed with performance of
the work, including extra work, promptly and expeditiously.
(v) Any alterations, extensions of time, extra work, or any other changes may be made without
securing consent of the Contractor’s surety or sureties.
(w) No payment shall be made for any item not set forth above, including without limitation,
Contractor's overhead, general administrative expense, supervision, or damages claimed for
delay in prosecuting the remainder of the work.
(x) The completed change order, when signed by the Contractor and the City shall become a
contractual extension of the Contract and all sureties, bonds, and insurance in effect under the
Contract shall be extended intact to include the work described in the change order.
*** END OF SECTION 5 ***
GC-30
SECTION 6 - LEGAL RESPONSIBILITY, SAFETY, BONDS AND INSURANCE
6.01 RESPONSIBILITY OF CONTRACTOR
(a) The work shall be under the Contractor's responsible care and charge. The Contractor shall
bear all loss and damage whatsoever and from whatever cause, except that caused solely and
exclusively by the fault or negligence of the City which may occur on or to the work during the
fulfillment of the Contract. If any loss or damage occurs, the Contractor shall immediately make
good any such loss or damage and in the event of the Contractor refusing or neglecting so to do,
the City may itself or by the employment of some other person make good any such loss or
damage and the cost and expense of so doing shall be charged to the Contractor.
(b) The Contractor alone shall at all times be responsible for the safety of employees and any
Subcontractor's employees and for plant and equipment and any Subcontractor's plant and
equipment and the method of prosecuting the work.
6.02 LIABILITY OF CONTRACTOR
(a) The Contractor shall be liable for all damages and injury which shall be caused to City of
property on or in the vicinity of the work or which shall occur to any person or persons or
property whatsoever arising out of the performance of this Contract, whether or not such damage
or injury be caused by the negligence of the Contractor and whether or not such damage or injury
be caused by the inherent nature of the work as specified except the willful or negligent acts of
the City, its officers or agents.
(b) In case any suit or legal proceedings shall be brought against the City or the Engineer or any
of their officers, agents or employees on account of loss or damage sustained by any person or
property as a result of the performance of the work covered by this Contract, whether or not such
injuries or damage be due to the negligence of the Contractor and whether or not such injuries or
damage be caused by the inherent nature of the work as specified, the Contractor agrees to
assume the defense thereof and to pay all expenses connected therewith including reasonable
attorneys' fees and any judgment that may be obtained against the City or the Engineer or any of
their officers, agents or employees in such suits, and in the event that any lien is placed upon the
property of the City or the Engineer or any of their officers, agents or employees, as a result of
such suits, the Contractor agrees to at once cause the same to be dissolved and discharges by
giving bond or otherwise.
6.03 LAWS, REGULATIONS AND PERMITS
(a) The Contractor shall give all notices required by law and comply with all laws, ordinances,
rules and regulations pertaining to the conduct of the work. The Contractor shall be liable for all
violations of the law in connection with work furnished by the Contractor. If the Contractor
observes that the Drawings or Specifications are at variance with any law, ordinance, rule or
regulation, the Contractor shall promptly notify the Engineer in writing and any necessary
changes shall be made by instruction or change order. If the Contractor performs any work
GC-31
knowing it to be contrary to such laws, ordinances, rules and regulations and without giving such
notice to the Engineer, the Contractor shall bear all cost arising therefrom.
(b) Unless otherwise specified herein, permits and licenses which are necessary only for and
during the prosecution of the work and the subsequent guaranty period thereafter shall be secured
and paid for by the Contractor while those permits and licenses of regulatory agencies which are
necessary to be maintained after the completion of the guaranty period of the Contract will be
secured and paid for by the City.
6.04 PATENTS AND COPYRIGHTS
The Contractor shall hold harmless, indemnify and defend the City and Engineer, their officers,
agents and employees against all claims of liability arising from the use of any patented or
copyrighted design, device, material or process, furnished, or used by the Contractor or any
Subcontractors in the performance of the work.
6.05 PERMITS AND LICENSES
Unless otherwise provided in the Special Provisions, the Contractor shall obtain at the
Contractor's own expense all permits and licenses required for prosecution of the work and shall
pay all fees and taxes properly assessed against equipment or property used in connection with
the work.
6.06 SALES AND USE TAXES
The Contractor shall pay all sales and use taxes assessed by federal, state or local authorities on
materials furnished by the Contractor in the performance of the work.
6.07 LABOR DISCRIMINATION
No discrimination shall be made in the employment of persons on the work by the Contractor or
by any Subcontractor because of race, color or religion of such persons.
6.08 WAGE DETERMINATIONS
(a) As required by the California Labor Code, the Contractor shall pay not less than the
prevailing rate of per diem wages as determined by the Director, Department of Industrial
Relations, State of California. Copies of such prevailing rate of per diem wages are on file at the
City Clerk's office, which copies will be made available to any interested party upon request. The
Contractor shall post a copy of such determination at each job site.
(b) The Contractor shall, as penalty to the City, forfeit $50.00 for each calendar day, or portion
thereof, for each worker paid less than the specified prevailing rates for such work or craft in
which such worker is employed, whether paid by the Contractor or by any Subcontractor.
(c) In accordance with the provisions of the California Labor Code, the Contractor shall secure
the payment of compensation to employees.
GC-32
6.09 APPRENTICES ON PUBLIC WORKS PROJECTS
The Contractor shall comply with all applicable provisions of the California Labor Code relating
to employment of apprentices on public works projects.
6.10 WORKING HOURS
The Contractor shall comply with all applicable provisions of the California Labor Code relating
to working hours. The Contractor shall, as a penalty to the City, forfeit $25.00 for each worker
employed in the execution of the Contract by the Contractor or by any Subcontractor, for each
calendar day during which such worker is required or permitted to work more than 8 hours in
any one calendar day and 40 hours in any one calendar week, unless such worker receives
compensation for all hours worked in excess of 8 hours at not less than 1 1/2 times the basic rate
of pay.
6.11 PUBLIC SAFETY AND CONVENIENCE
(a) The Contractor shall at all times conduct work so as to assure the least possible obstruction
to traffic and inconvenience to the general public and adequate protection of persons and
property in the vicinity of the work. No street shall be closed to the public without first obtaining
permission of the Engineer and proper governmental authority. Where excavation is being
performed in primary streets or highways, one lane in each direction shall be kept open to traffic
at all times unless otherwise provided or shown. Toe boards shall be provided to retain excavated
material. Fire hydrants on or adjacent to the work shall be kept accessible to fire-fighting
equipment at all times. Temporary provisions shall be made by the Contractor to assure the use
of sidewalks and the proper functioning of all gutters, storm drain inlets and other drainage
facilities.
(b) The Contractor shall provide adequate barricades, signs, warning lights, watchmen and
flagmen as required, as directed by the Engineer and agency having jurisdiction, to protect the
work and the safety of the public. Warning lights using inflammable liquids will not be
permitted. Only electrically-operated warning lights will be approved for use. Warning lights
shall operate from sunset to sunrise. Barricades shall be painted to increase their visibility at
night.
(c) "NO PARKING" signs with specific time frames shall be supplied and posted by the
Contractor 72 hours prior to start of work. The Contractor shall notify the local Police
Department of such restrictions and obtain approval for the posting.
(d) Flyers notifying all surrounding or affected businesses and residents shall be distributed
7days prior to the start of work.
(e) Project Information Signs (3) and Changeable Message Board (1) shall be placed 14days
prior to the start of work as prescribed in the Drawings and Specifications and per Special
Provisions Section 7.16.
GC-33
6.12 TRENCH EXCAVATION
Prior to excavating any trench five feet or more in depth the Contractor shall submit to the
Engineer a detailed plan showing the design of shoring, bracing, sloping or other provisions to be
made for worker protection from the hazard of caving ground. If such plan varies from the
shoring system standards established by the Construction Safety Orders of the California
Division of Industrial Safety, the plans shall be prepared by a civil engineer registered in
California. In no case will the Contractor be permitted to use a shoring, sloping or other
protection system less effective than that required by said Orders. Nothing contained herein shall
be construed to impose a tort liability upon the City, Engineer or any of their officers, agents or
employees.
6.13 CONCRETE FORMS, FALSE WORK, AND SHORING
The Contractor shall comply with the requirements of CAL OSHA, Construction Safety Orders,
regarding the design of concrete forms, false work and shoring and the inspection of same prior
to placement of concrete. The Contractor shall employ a civil engineer registered in California to
prepare design calculations and working drawings of the false work or shoring system, to inspect
such system prior to placement of concrete and to certify in writing to the Engineer 24 hours
prior to placing concrete that the false work or shoring system complies with the design and that
the materials and workmanship are satisfactory for the purpose intended.
6.14 SANITARY PROVISIONS
The Contractor shall provide and maintain sanitary facilities for the use of employees and
Subcontractors necessary to comply with the requirements of state and local health departments.
6.15 SAFETY AND HEALTH REGULATIONS
All work shall be performed in accordance with requirements of the California Division of
Industrial Safety, the California Occupational Safety and Health Act and the William Steiger
Occupational Safety and Health Act of 1970. The job safety conditions will be the responsibility
of the Contractor.
6.16 LABOR, MATERIAL AND PERFORMANCE BONDS
The Contractor shall furnish two bonds each in the amount shown in the Notice Inviting Bids,
one as security for the faithful performance of the work and the other as security for the faithful
payment and satisfaction of all persons furnishing materials and performing labor on the work.
The bonds shall be issued by a corporation duly and legally licensed to transact surety business
in the State of California. Such bonds shall remain in force throughout the period required to
complete the work. The bond must be executed by a duly licensed surety company approved by
the City.
GC-34
6.17 CONTRACTOR NOT RESPONSIBLE FOR DAMAGE RESULTING FROM
CERTAIN ACTS OF GOD
As provided in Section 7105 of the Public Contract Act, the Contractor shall not be responsible
for the cost of repairing or restoring damaged portions of the work determined to have been
caused by an act of God, in excess of five percent of the Contract amount, provided, that the
work damaged was constructed in accordance with accepted and applicable building standards
and the Specifications and Drawings. The Contractor shall obtain insurance to indemnify the
City for any damage to the work caused by an act of God if the premium of said insurance
coverage is called for as a separate bid item in the proposal for the work. The term "Act of God"
shall include only the following occurrences or conditions and effects: earthquakes.
6.18 INSURANCE
(a) GENERAL. The Contractor shall procure and maintain for the duration of the Contract,
insurance against claims for injuries to persons or damages to property which may arise from or
in connection with the performance of the work hereunder by the Contractor, Contractor's agents,
representatives, employees or Subcontractors. The cost of said insurance shall be included in the
Contractor's bid. The Contractor shall not commence work under this Contract until ALL
insurances required herein are obtained and until such insurance has been approved by the City.
The Contractor shall not allow any Subcontractor to commence work on any subcontract until
the insurance required of the Subcontractor has been so obtained and approved. The certificates
of insurance shall name as additionally insured the City agents listed in the Special Provisions.
The insurance required herein shall be maintained continuously during the life of the Contract up
to the date of acceptance of the work by the City Council, however, the Contractor's liabilities
under this Contract shall not be limited in anyway to the insurance coverage required. Each
insurance policy required herein shall be endorsed to state that coverage shall not be suspended,
voided, canceled, reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the City. Insurance is to be
placed with insurer's having a Best's rating of no less than A and a Financial Class VII or higher.
(b) GENERAL LIABILITY AND AUTOMOBILE LIABILITY COVERAGES. The policies
are to contain, or be endorsed to contain the following provisions:
1. The City, its Council Members, officials, employees, designated agents and volunteers,
and the Engineer, his directors, employees, contract employees and agents are to be
covered as insures with the following: liability arising out of activities performed by or
on behalf of the Contractor; products and completed operations of the Contractor;
premises owned, leased or used by the Contractor; or automobiles owned, leased or used
by the Contractor. The coverage shall contain no special limitations on the scope of
protection afforded to the City, its Council Members, officials, employees, designated
agents or volunteers, and the Engineer, his directors, employees, contract employees and
agents.
2. The Contractor's insurance coverage shall be primary insurance with respect to the City,
its Council Members, officials, employees, designated agents and volunteers, and the
GC-35
Engineer, his directors, employees, contract employees and agents. Any insurance or self-
insurance maintained by the City, its Council Members, officials, employees, designated
agents or volunteers, and the Engineer, his directors, employees, contract employees and
agents shall be excess of the Contractor's insurance and shall not contribute with it.
3. Any failure to comply with reporting provisions of the policies shall not affect coverage
provided to the City, its Council Members, officials, employees, designated agents or
volunteers, and the Engineer, his directors, employees, contract employees and agents.
4. Coverage shall state that the Contractor's insurance shall apply separately to each insured
against whom claim is made or suit is brought except with respect to the limits of the
insurer's liability.
(c) WORKERS' COMPENSATION INSURANCE. The Contractor shall procure and maintain
workers' compensation insurance as required by applicable state law for all employees to be
engaged in work at the site of the project under this Contract and, in case of any such work
sublet, the Contractor shall require the Subcontractor to provide workers' compensation
insurance for all of the latter's employees to be engaged in such work unless such employees are
covered by the protection afforded by the Contractor's workers' compensation insurance. The
Subcontractor's insurance coverage shall be subject to all of the same requirements stated herein
for the Contractor's insurance coverage. In case any class of employees engaged in hazardous
work under this Contract is not protected under the workers' compensation statute, the Contractor
shall provide and shall cause each Subcontractor to provide adequate employers' liability
insurance for the protection of such employees that are not otherwise protected.
(d) CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE AND
VEHICLE LIABILITY INSURANCE. The Contractor shall procure and maintain contractor's
public liability insurance, contractor's property damage insurance and vehicle liability insurance
in the amounts listed in the Special Provisions.
(e) SUBCONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
AND VEHICLE LIABILITY INSURANCE. The Contractor shall either: (1) require each
Subcontractor to procure and to maintain subcontractor's public liability and property damage
insurance and vehicle liability insurance of the type and in amounts specified, or (2) insure the
activities of Subcontractors in the Contractor's own policy, in like amount.
(f) BUILDER'S RISK INSURANCE (ALL RISK COVERAGE). The Contractor shall procure
and maintain builder's risk insurance (all risk coverage) on a 100 percent completed value basis
for the benefit of the City, the Contractor and Subcontractors as their interest may appear.
(g) MINIMUM SCOPE OF INSURANCE. Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering Comprehensive
General Liability and Insurance Services Office form number GL 0404 covering Broad
Form Comprehensive General Liability; or Insurance Services Office Commercial
General Liability coverage ("occurrence" From CG 0001).
GC-36
2. Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile
Liability, code 1 "any auto" and endorsement CDA 0025.
3. Workers' Compensation insurance as required by the State of California and Employers
Liability insurance.
(h) MINIMUM LIMITS OF INSURANCE. Contractor shall maintain limits no less than the
following unless modified in the Special Provisions:
1. Comprehensive General Liability: $1,000,000 per occurrence for bodily injury, personal
injury and property damage. If Commercial General Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the
required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: Limits as required by the State of California and Employers
Liability limits of $1,000,000 per accident.
(i) DEDUCTIBLES AND SELF INSURED RETENTIONS. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the option of the City, either the
insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the
City, its directors, officials, employees, designated agents and volunteers, and the Engineer, his
directors, employees, contract employees and agents; or the Contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
(j) VERIFICATION OF COVERAGE. The Contractor shall furnish the City with certificates of
insurance and with original endorsements affecting coverage required by this section. The
certificates and endorsements for each insurance policy are to be signed by a person authorized
by that insurer to bind coverage on its behalf.
The certificates and endorsements are to be on forms provided by the City and are to be received
and approved by the City before work commences.
6.19 LIABILITY OF CITY AND ENGINEER
To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless
the City, Engineer and their officers, agents and employees against and from all claims, suits or
actions arising under or by reason of the work agreed to be undertaken in the Contract or any
performance of the work from the sole negligence of the Contractor or employees or agents or
negligence which could be jointly attributed to City employees or the Contractor, but not from
the sole negligence or willful misconduct of the City or the Engineer.
*** END OF SECTION 6 ***
SP-1
SPECIAL PROVISIONS
7.01 THE REQUIREMENTS
(a) It is required that there be furnished in accordance with these specifications and
accompanying drawings all plant, labor, equipment, shoring, bracing, sheeting, cribbing, false
work, pumping, drainage and materials of every description as required or necessary to excavate,
backfill, grade, construct, lay, erect, install, test, disinfect, clean-up and leave in an operable and
acceptable condition all of the work.
(b) The work consists of the construction of approximately 1-mile of new water main pipeline of
various sizes on Cypress Street from Azusa Avenue to Vincent Avenue, including all
intersections, as indicated on the construction plans. The work on Azusa Avenue consists of line
stops and the installation of valves from Cypress Street to Arrow Highway and approximately
300 linear feet of new pipeline as indicated on the construction plans. The water main installation
shall consist of approximately 300 linear feet of 8-inch ductile iron pipe water main, 50 linear
feet of 10-inch ductile iron pipe water main, 120 linear feet of 12-inch ductile iron pipe water
main, 1,600 linear feet of 18-inch ductile iron pipe water main, 300 linear feet of 20-inch ductile
iron pipe water main, and 4,000 linear feet of 24-inch ductile iron pipe water main, in the County
of Los Angeles and the City of Covina, including valves, fire hydrants, line stops, services,
connections, abandonments, appurtenances, pavement replacement, concrete replacement, street
restoration, sidewalks, bus pads, driveways, slurry seal, traffic control, and all supplies,
equipment, shoring, services, bidding schedule items, and transportation necessary to construct
and complete the project entitled:
CYPRESS WATER TRANSMISSION MAIN REPLACEMENT
PROJECT NO. W-277
7.02 CITY DESIGNATED ENGINEER
The City has designated Melissa Barbosa as the Engineer for this Contract Tel: (626)-733-5675,
Fax: (626) 334-3163, e-mail: mbarbosa@azusaca.gov. The Project Manager is Melissa Barbosa,
P.E., Tel: (626)-733-5675, Fax: (626) 334-3163, email: mbarbosa@azusaca.gov.
7.03 BEGINNING AND COMPLETION OF WORK AND WORK HOURS
The work shall commence within 10 working days after the date set forth in the "Notice to
Proceed" to begin work. All work on shall be completed within 180 calendar days after set date.
All work under this contract shall be performed between 7 a.m. and 5 p.m., Monday through
Friday, unless otherwise stated in the Contract Documents, Plans, or Specifications.
7.04 LIQUIDATED DAMAGES
The City and Contractor agree that it would be impracticable or extremely difficult to fix actual
damages in case of the Contractor's delay in completion of work beyond the time agreed upon,
therefore, the City and Contractor agree that the Contractor shall pay to the City as fixed, agreed
SP-2
and liquidated damages the amount of $2,500 for each calendar day's delay in completion of the
work beyond the time agreed upon, and agrees that said liquidated damages is a reasonable
estimate of the damages to be sustained by the City.
7.05 STANDARD SPECIFICATIONS AND HIERARCHY
The work shall be in accordance with these Specifications and the "Standard Specifications for
Public Works Construction", latest Edition, published by Building News, Inc., 990 Park Center
Drive, Suite E, Vista, CA 92801 (760-734-113), and are referred to elsewhere in these
Specifications as SSPWC. Copies of the "SSPWC" are on file in the office of the Engineer and
are open to public inspection during regular business hours. When the Specifications and
SSPWC conflict, the Specifications shall supersede the SSPWC. Where the Plans conflict with
the requirements of the Specifications and SSPWC, the Specifications and SSPWC shall prevail.
7.06 WATER AND POWER
(a) All temporary utilities, including but not limited to electricity, water, gas, and telephone,
used on the work shall be furnished and paid for by the Contractor. The Contractor shall provide
necessary temporary distribution systems from distribution points to points on the work where
the utility is needed. Upon completion of the work, the Contractor shall remove all temporary
distribution systems. The Contractor, at his own expense, shall pay all fees for such utilities.
(b) The Contractor shall provide all necessary and adequate utilities and pay all costs for water,
electricity, gas, oil, and sewer charges required for completion of the Project. This shall include,
but not be limited to, all water for pressure testing and disinfection.
(c) Upon the Contractor making a deposit for each meter, the Contract shall then obtain and
cause a meter to be installed on a fire hydrant as near as possible to the site of the work. The
Contractor at his own expense shall provide facilities for conveying the water from the meter to
the point of use.
(d) The Contractor shall provide temporary electric power as required for his construction
operations under the Contract. He shall pay for the meter installation and for all power used.
7.07 TRENCH EXCAVATION
The Contractor, prior to excavating any trench five feet or more in depth shall submit to the
Engineer a detailed plan showing the design of shoring, bracing, sloping or other provisions to be
made for worker protection from the hazard of caving ground. If such plan varies from the
shoring system standards established by the CAL OSHA, the plans shall be prepared by a
registered civil or structural engineer.
7.08 PERMITS AND LICENSES
A City of Azusa business license is required for Contractors and Subcontractors for all work for
this project. Business licenses may be required by other jurisdictions in which the project is
located. The Contractor is responsible to obtain a business license at his own expense. The
SP-3
Contractor is responsible for obtaining and paying for an excavation permit from the City of
Covina and Los Angeles County Department of Public Works and obtain and pay for all other
required permits for this project.
7.09 LINES, GRADES, AND MEASUREMENTS
(a) All lines and grades required for proper execution of the work shall be furnished by the
Contractor who will be held responsible for constructing the work to the lines and grades shown
on the Drawings.
(b) The Contractor shall preserve all bench marks, monuments, survey marks and stakes and, in
case of their removal or destruction, he shall be liable for the cost of their replacement.
7.10 GUARANTEE
The Contractor hereby guarantees for a two-year period, following acceptance by the Utility
Board/City Council, that the entire work constructed by him under this Contract will meet fully
all requirements thereof as to quality of workmanship and of materials furnished by him.
7.11 RESTORATION OF EXISTING FACILITIES
(a) ROADS AND STREETS. All roads and streets in which the surface is removed, broken or
damaged, or in which the ground has caved or settled due to work under this Contract, shall be
completely resurfaced and brought to the original grade and crown section unless otherwise
indicated. Before resurfacing material is placed, edges of pavements shall be trimmed back far
enough to provide clean, solid, vertical faces, and shall be free of any loose material. Paving
shall be one-inch thicker than adjoining pavement and shall conform to the requirements of these
Specifications. Roadways used by the Contractor for hauling materials, equipment, supplies, etc.,
shall be cleaned and repaired if the condition of the roadway is damaged or otherwise affected
due to the Contractor's operation.
(b) CULTIVATED AREAS AND OTHER SURFACE IMPROVEMENTS. All cultivated
areas, either agricultural or landscaping, and other surface improvements which are damaged by
actions of the Contractor shall be restored as nearly as possible to their original condition.
(c) EXISTING STAKES AND MARKS. All section, section subdivisions, plat, U.S.E.D.,
U.S.C. & G.S., U.S.G.S., and any other official monuments or bench marks shall be carefully
preserved or replaced. In the event any such monument or marker is disturbed as a result of the
Contractor's operation, the Contractor shall replace or reset such monument or marker in a
manner satisfactory to the Engineer. Replaced or reset monuments shall be of acceptable type
and quality and shall be located so as to clear existing utilities or any other interference. They
shall be placed in a manner consistent with good and recognized engineering and surveying
practice.
(d) SIDEWALK RECONSTRUCTION. Where sidewalk, curbs, or gutters are to be repaired,
the repairs shall be made by removing and replacing the entire section back to the nearest score
lines and not by refinishing the damaged portion.
SP-4
7.12 CONTRACT DRAWINGS
The Contract Drawings applicable to the work to be performed under this Contract are bound
herein or attached hereto.
7.13 SHOP DRAWINGS
The Contractor shall furnish Shop Drawings to the Engineer for review in accordance with
Section 2.04 of the General Conditions.
7.14 INSPECTION
The City shall provide inspection between the hours of 9 a.m. and 3 p.m., Monday through
Friday. No work shall be performed on weekends, unless approved in writing by the ALW
Project Manager. The Contractor shall reimburse the City at rates established by the City for
inspection in excess of the foregoing, including legal holidays.
7.15 WATERING
(a) Water for compacting original ground, fill material, subgrades, and water required for laying
dust caused by grading operations and the passage of traffic through the work shall be applied as
directed by the Engineer or Project Manager.
(b) Full compensation for furnishing water for any of the construction operations shall be
considered as included in the prices paid for the various contract items of work and no additional
allowance shall be made therefore.
7.16 PUBLIC CONVENIENCE, SAFETY, AND TRAFFIC CONTROL
(a) Traffic and access shall comply with Section 7-10 of the “Standard Specifications for Public
Works Construction” and the requirements set forth herein.
The Contractor shall be responsible for all traffic control during construction, and any other
activity or condition that may alter existing traffic control and place in jeopardy the safety of the
public or those in the employ of the Contractor. He shall be responsible for placing at an absolute
minimum the chance of harm or injury to the public or to those in the employ of the Contractor
through the use of accepted construction traffic control standards and techniques. An engineered
traffic control plan shall be prepared and submitted by Contractor when required by the
applicable jurisdiction.
The Contractor shall be in strict conformance with the “Work Area Traffic Control Handbook”
(WATCH). Any situation not addressed by the WATCH Manual shall conform to the
detour/lane reduction plan provided by the Contractor or the direction of the Engineer. The
Contractor shall immediately correct any deficiencies in existing traffic control as directed by the
Engineer. Arrowboards shall be installed at both ends of a work area where traffic lanes are
reduced or diverted.
SP-5
(b) No street or access closure to through traffic will be allowed without the express approval of
the local jurisdiction, Public Works Department, or appropriate City Engineer.
(c) All existing stop signs, street name signs and regulatory signs shall be maintained in visible
locations during construction and permanently relocated or removed as directed by the plan and
the Engineer.
(d) The Contractor shall provide access through the site for the use of emergency vehicles and
local traffic to residences and businesses.
(e) Temporary no parking is authorized along the streets in the project areas. Contractor shall
post “Temporary No Parking” signs after notifying and receiving approval from the local
jurisdiction. Type of sign and method and location of posting shall also be subject to the
Engineer’s approval. The Contractor shall notify all affected residences and business
establishments at least seven (7) days prior to the posting of signs. The “No Parking” signs shall
be posted at least 72 hours prior to work.
(f) All warning signs, lights, and devices to be used by the Contractor shall conform to the
standards of the “Manual of Traffic Controls - Warning Signs, Lights, and Devices for Use in
Performance of Work Upon Highways” Issued by the Department of Transportation, State of
California, latest edition.
(g) Payment for traffic control will be included in related payment items and no additional
compensation will be allowed therefore.
(h) Contractor shall maintain access to driveways wherever possible and no driveway or drive
approach shall remain closed for more than (2) two consecutive days. All driveways and drive
approaches which are not poured the same day in which the existing area was excavated and
graded shall be ramped with aggregate base material to the satisfaction of the Engineer. All
approaches to other proposed concrete improvements normally used as an access way for traffic
(i.e. cross-gutters, spandrels, etc.) shall be treated in a similar fashion. While working on any
driveway where vehicular passage will be temporarily interrupted, he shall notify the property
owner 24 hours before commencing work so that the owner may park his/her vehicles off his
property.
(i) In addition, if the Contractor fails or refuses to place adequate warning lights, and or
barricades necessary for the public’s convenience and safety, the City will place warning lights
or barricades to protect or warn the public of any dangerous condition connected with
Contractor’s operations. Contractor shall become liable to the City at the rate of five hundred
dollars ($500) per night.
(j) At least 5 working days in advance of closing or partially closing any street or alley,
Contractor shall submit a plan for detouring of traffic to the Engineer for his approval.
(k) This project requires (2) Changeable Message Boards (location to be determined by ALW).
Changeable Message Board shall be placed 14 days prior to the start of work and shall remain
until project completion. Message displayed shall be submitted to ALW for review and approval.
SP-6
(l) Traffic Control shall be performed based on the following:
• Traffic Control Plan for the Construction of the Cypress Transmission Main
• Contractor’s Traffic Control Plan for Paving Work/Slurry Seal
(m) Full compensation for providing for the public convenience as set forth in this Section shall
be considered as included in the prices paid for the various contract items of work and no
additional allowance will be made therefore.
(n) The Contractor shall maintain a minimum of one (1) open lane of traffic in both directions at
all times.
7.17 CONSTRUCTION INTERFERENCES
(a) Insofar as practicable, during the progress of the work, the Contractor shall not disturb, but
shall support and protect against injury and maintain in good operating condition at his own
expense, all subsurface, surface and overhead utilities, fences, structures and other facilities
whether or not they are shown on the Drawings.
(b) All facilities removed shall be reconstructed as promptly as is reasonably possible in their
original or other authorized locations and in a condition at least as good as when removed and
subject to the inspection of the City, or the governing body having jurisdiction.
(c) During the performance of the work under these Specifications, the City or agencies in
control of any of the facilities affected by the work shall have the right to enter when necessary
upon the pipeline right-of-way, or upon any portion of the work thereof, for the purpose of
maintaining service and of making changes in or repairs to said facilities.
(d) The Contractor shall be responsible for and shall make good all damage due to utilities,
structures or other facilities as shown on the Drawings due to his operations, and the provisions
of this section shall not be abated even in the event such damage occurs after backfilling or is not
discovered until after completion of backfilling.
(e) The Drawings show the approximate position of known subsurface, surface and overhead
utilities, fences, structures, and other facilities as they are supposed to exist in the immediate
vicinity of the work, but the City does not guarantee that all existing facilities are shown on the
Contract Drawings. The Contractor will not be assessed for liquidated damages due to delay in
removal or relocation of utility facilities.
7.18 SCHEDULING AND SEQUENCING OF WORK
The Contractor shall submit a detailed schedule of work to the Engineer for his approval prior to
commencing construction of any portion of the project. The Engineer shall have the right to
revise or alter the Contractor's work schedule. The Contractor shall not commence work until he
has received Notice to Proceed from the City.
SP-7
7.19 RIGHT-OF-WAY
(a) The Contractor shall not do any work that would affect any oil, gas, storm drain or water
pipelines, any telephone, telegraph or electric transmission lines, fences or any other structure,
nor enter upon the rights-of-way or other lands appurtenant thereto until notified by the Engineer
that the City has secured authority therefore from the proper companies or parties. Authority to
enter onto land for the Contractor’s convenience shall be obtained by the Contractor.
(b) After authority has been obtained, the Contractor shall give said companies or parties due
notice of his intention to begin work and he shall give them convenient access and every facility
for removing, shoring, supporting or otherwise protecting such pipelines, transmission lines,
ditches, fences or structures and for replacing same.
7.20 SHUTDOWNS AND MAINTENANCE OF WATER SERVICES
(a) All shutdowns shall require a minimum of one (1) week advance notification to the City
(including the Engineer). The notification shall include a plan detailing the schedule and duration
of the shutdown(s), as well as coordination with ALW staff regarding the affected services.
(b) The Contractor, at all times, shall maintain the supply of water to customers, except at the
scheduled shutdowns (approved by ALW) required to construct the connections to existing water
mains. All shutdowns and connections shall be completed in accordance with the Contract
Documents, Plans, and Specifications. Shutdowns shall be limited to a maximum of 4 hours.
7.21 COORDINATION OF CONSTRUCTION
The Contractor shall coordinate construction as required by the Engineer with other adjacent
utility and building projects, and provide adequate access to adjoining properties at all times. The
Contractor shall provide for this in his bid and therefore shall have no claims for damages or
extra compensation in the event his work is delayed by the work performed by others.
7.22 COMPLIANCE WITH NATIONAL CLEAN WATER ACT
The Contractor is required to comply with the National Clean Water Act as follows:
(a) General Practices:
i. Develop and implement erosion/sediment control plans for embankments, if any.
ii. Schedule excavation and grading work for dry weather. Check for and repair leaking
equipment.
iii. Perform major equipment repairs in designated areas, away from the construction
site.
iv. Designated a location away from storm drains for refueling and vehicle/equipment
maintenance.
SP-8
v. Do not use diesel oil to lubricate equipment or parts.
vi. Recycle used oil, concrete, broken asphalt, etc. whenever possible.
vii. Use good materials storage, spill prevention and other “housekeeping” practices to
prevent runoff contamination by toxic chemicals such as paints, solvents, pesticides,
fuels or metals from building materials.
(b) Asphalt/Concrete Removal:
i. After breaking old pavement, be sure to remove all chunks and pieces.
ii. Make sure broken pavement does not come in contact with rainfall or runoff.
iii. Shovel or vacuum saw-cut slurry and remove from the site. Cover or barricade storm
drain during saw-cutting if necessary.
(c) During Construction:
i. Cover and seal catch basins and maintenance holes when applying seal coat, slurry
seal, fog seal, etc.
ii. Use check dams ditches or berms to divert runoff around excavations.
iii. Never wash excess materials from exposed aggregate concrete or similar treatments
into a street or storm drain. Collect and recycle or dispose to dirt.
iv. Cover stockpiles (asphalt, sand etc.) and other materials with plastic sheets and
berms.
v. Catch drips from paver with drip pans or absorbent material (cloth, rags, etc.) placed
under machine when not in use.
vi. Clean up all spills and leaks using “dry” methods (with absorbent materials and/or
rags), or dig up and remove contaminated soil.
vii. Collect and recycle excess abrasive gravel or sand.
viii. Avoid over application by water trucks for dust control.
7.23 INSURANCE
The Contractor shall maintain insurance in the amounts shown in Section 6.18 of the General
Conditions. Certificates of Insurance shall be submitted to the City with the following as
additionally insured:
SP-9
(a) The City of Azusa, its Council Members, officials, employees, designated agents or
volunteers.
7.24 MEASUREMENT & PAYMENT
The lump sum and unit prices, as submitted on the Bidding Schedule for each item of work, shall
include full compensation for furnishing all labor, equipment, materials, bonds, insurance,
supervision, planning, transportation, tools, and appurtenances and for constructing and installing
all of the work to complete each item in place in accordance with the Plans, Specifications, and
Addenda, and no other compensation will be allowed thereafter. All items of work shall include
the restoration of all existing conditions within their scope of work. Payment for any and all
incidental items of work and items of work required by the Contract Documents, Plans, and
Specifications that are not explicitly listed in the Bidding Schedule shall be included in the prices
for items shown on the Proposal. Compensation for changes in the work or for extra work shall
be as described in Section 5.13 of the General Conditions. All measurements of work done will
be made by the City’s Representative. All pipes will be measured horizontally, along the
centerline, after installation, including all fittings and valves. The following items of work
pertain to the bid items included within the Bidding Schedule of the Proposal:
Item No. 1 – Mobilization, Demobilization, & Cleanup
(a) Work under this item shall include, but not be limited to, mobilization, demobilization,
securing a temporary construction yard, cleanup, removal of USA markings, preparing
and submitting shop drawings and submittals, providing any required documentation,
preparatory work, preparing and updating construction schedules as needed, attending
construction progress meetings as needed, taking preconstruction photos and videos, and
all other related work as required by the Contract Documents, Plans, and Specifications.
(b) Work under this item shall also include, but not be limited to, providing bonds and
insurance, providing financing, obtaining all required permits, and all other related work
as required by the Contract Documents, Plans, and Specifications.
(c) Work under this item shall also include, but not be limited to, providing one (1) full sized
(24x36) set of As-Built redlined Plan prints reflecting any changes made during
construction. This set of As-Built Plans must be delivered to the Engineer, along with an
electronic copy in PDF file format and shall be kept clean, fully legible, and up-to-date.
Work under this item shall also include, but not be limited to, providing any and all
operation and maintenance manuals and warranties to the Engineer. Payment for this item
shall not exceed the amount set forth in the Bidding Schedule.
(d) Forty (40%) percent of the bid value for this item due at mobilization, twenty (20%)
percent of the bid value for this item due at Sixty (60%) project completion, and the
remaining forty (40%) of the bid value for this item due at demobilization, complete on-
site cleanup, and receipt of as-builts.
SP-10
Item No. 2 – Traffic Control, Safety Measures, and Erosion Control
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment for delivering all required notifications and temporary parking permits,
posting signs, covering existing signs and striping that conflict with the construction
requirements, providing the traffic control necessary to complete the project in its
entirety, and all other related work as required by the Contract Documents, Plans, and
Specifications. Traffic control operations shall include, but not be limited to, furnishing
and placing all signs, project information signs, warning signs, high level warning signs
and devices, cones, delineators, steel plates, barricades, flashing arrow boards,
changeable electronic message boards, K-rail, trench plate bridging, temporary striping,
all other necessary traffic control devices, and shall include all necessary labor and
equipment to provide flagging services. All traffic control operations shall be performed
to provide public convenience and safety. All work under this item shall comply with the
requirements set forth by the Contract Documents, Plans, Specifications, approved traffic
control plans, any governing entities’ requirements, City of Covina and Los Angeles
County Department of Public Works specifications and requirements, the latest edition of
the Work Area Traffic Control Handbook (W.A.T.C.H.) Manual, and the latest edition of
the California Manual on Uniform Traffic Control Devices (CA MUTCD).
(b) Work under this item shall include, but not be limited to, preparing and implementing a
Storm Water Pollution Prevention Plan (SWPPP), preparing and implementing Best
Management Practices (BMPs), implementing and maintaining erosion control work,
complying with the local Regional Water Quality Control Board, and all other related
work as required by the Contract Documents, Plans, and Specifications.
Item No. 3 – Install 8-inch Class 350 DIP Water Main
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 8-Inch Ductile Iron Pipe (Pressure Class
350), including all: pipe materials, exposing all existing utilities in advance of the work
(including potholing), final field layout, sawcutting, removal of surfacing (asphalt,
concrete, or both), trench excavation, removal and disposal of excess materials, control of
ground and surface water, dewatering, bedding, backfill, compaction, compaction testing
and reports by a licensed geotechnical engineer, polyethylene wrap, fittings, tees, crosses,
reducers, bends, caps, nut, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, offsets for utility
crossings, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, asphalt compaction, rolling, sealing, any appurtenant
paving work, removal and replacement of curb and gutter, sidewalk, cross-gutters, or
driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the pipe complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, SSWPC
Standards, and ALW Standards W-6, W-7, W-16, and W-19.
SP-11
(b) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to construct and install all Connections to existing
Waterlines, including all: pipe, materials, exposing all existing utilities in advance of the
work (including potholing), verification of the size, location, and layout of existing
utilities, final field layout, sawcutting, removal of surfacing (asphalt, concrete, or both)
trench excavation, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, crosses, tees, reducers, nuts, bolts, gaskets, couplings
(including transition flex couplings), thrust blocks, pipe inverts, connections, valves,
valve assemblies, valve boxes, valve covers, cover identification, valve stem extensions,
removals, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, temporary asphalt paving,
recessed trench plates, crushed aggregate base, permanent asphalt base paving, removal
and replacement of curb and gutter, sidewalk, cross-gutters, or driveway approaches, all
other related final surface improvements, and all other appurtenances and incidentals
necessary to install a working connection between the proposed water line and the
existing ALW water system, complete in place, as required by the Contract Documents,
Plans, Specifications, and ALW Standards W-7 & W-10.
(c) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon existing Water Main in place, including:
concrete, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, sawcutting,
removal of surfacing (asphalt, concrete, or both) trench excavation, removal and disposal
of excess materials, backfill, compaction, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, and
all other appurtenances and incidentals necessary to abandon the existing water line,
complete in place.
(d) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon all unused valves, including: crushed aggregate
base, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, abandonment or
protection of interfering portions of existing utilities or improvements, and all other
appurtenances and incidentals necessary to abandon all unused valves, complete in place.
(e) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
SP-12
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
(f) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to successfully complete and pass the Pressure Test, Disinfection,
Flushing, and BAC-T Testing, and complete any related work for all proposed water
facilities, as required by the Contract Documents, Plans, Specifications, ALW Standard
W-5, and to the satisfaction of ALW. BAC-T samples shall be taken by ALW. Contractor
to provide all necessary facilities to allow ALW to take the samples. No compensation or
time extensions shall be given to the Contractor for failed BAC-T tests and the Contractor
shall reimburse ALW for any additional tests required due to failed results.
(g) The size, location, and layout of all existing water main shall be verified in the field well
in advance, in order to avoid any delays. No compensation or time extensions shall be
given to the Contractor due to a lack of field verification on their part. This item shall
also include potholing and all other related work as required by the Contract Documents,
Plans, and Specifications.
Item No. 4 – Install 10-inch Class 350 DIP Water Main
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 10-Inch Ductile Iron Pipe (Pressure Class
350), including all: pipe materials, exposing all existing utilities in advance of the work
(including potholing), final field layout, sawcutting, removal of surfacing (asphalt,
concrete, or both), trench excavation, removal and disposal of excess materials, control of
ground and surface water, dewatering, bedding, backfill, compaction, compaction testing
and reports by a licensed geotechnical engineer, polyethylene wrap, fittings, tees, crosses,
reducers, bends, caps, nut, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, offsets for utility
crossings, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, asphalt compaction, rolling, sealing, any appurtenant
paving work, removal and replacement of curb and gutter, sidewalk, cross-gutters, or
driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the pipe complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, SSWPC
Standards, and ALW Standards W-6, W-7, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to construct and install all Connections to existing
Waterlines, including all: pipe, materials, exposing all existing utilities in advance of the
work (including potholing), verification of the size, location, and layout of existing
utilities, final field layout, sawcutting, removal of surfacing (asphalt, concrete, or both)
trench excavation, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, crosses, tees, reducers, nuts, bolts, gaskets, couplings
SP-13
(including transition flex couplings), thrust blocks, pipe inverts, connections, valves,
valve assemblies, valve boxes, valve covers, cover identification, valve stem extensions,
removals, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, temporary asphalt paving,
recessed trench plates, crushed aggregate base, permanent asphalt base paving, removal
and replacement of curb and gutter, sidewalk, cross-gutters, or driveway approaches, all
other related final surface improvements, and all other appurtenances and incidentals
necessary to install a working connection between the proposed water line and the
existing ALW water system, complete in place, as required by the Contract Documents,
Plans, Specifications, and ALW Standards W-7 & W-10.
(c) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon existing Water Main in place, including:
concrete, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, sawcutting,
removal of surfacing (asphalt, concrete, or both) trench excavation, removal and disposal
of excess materials, backfill, compaction, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, and
all other appurtenances and incidentals necessary to abandon the existing water line,
complete in place.
(d) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon all unused valves, including: crushed aggregate
base, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, abandonment or
protection of interfering portions of existing utilities or improvements, and all other
appurtenances and incidentals necessary to abandon all unused valves, complete in place.
(e) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
(f) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to successfully complete and pass the Pressure Test, Disinfection,
Flushing, and BAC-T Testing, and complete any related work for all proposed water
SP-14
facilities, as required by the Contract Documents, Plans, Specifications, ALW Standard
W-5, and to the satisfaction of ALW. BAC-T samples shall be taken by ALW. Contractor
to provide all necessary facilities to allow ALW to take the samples. No compensation or
time extensions shall be given to the Contractor for failed BAC-T tests and the Contractor
shall reimburse ALW for any additional tests required due to failed results.
(g) The size, location, and layout of all existing water main shall be verified in the field well
in advance, in order to avoid any delays. No compensation or time extensions shall be
given to the Contractor due to a lack of field verification on their part. This item shall
also include potholing and all other related work as required by the Contract Documents,
Plans, and Specifications.
Item No. 5 – Install 18-inch Class 350 DIP Water Main
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 18-Inch Ductile Iron Pipe (Pressure Class
350), including all: pipe materials, exposing all existing utilities in advance of the work
(including potholing), final field layout, sawcutting, removal of surfacing (asphalt,
concrete, or both), trench excavation, removal and disposal of excess materials, control of
ground and surface water, dewatering, bedding, backfill, compaction, compaction testing
and reports by a licensed geotechnical engineer, polyethylene wrap, fittings, tees, crosses,
reducers, bends, caps, nut, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, offsets for utility
crossings, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, asphalt compaction, rolling, sealing, any appurtenant
paving work, removal and replacement of curb and gutter, sidewalk, cross-gutters, or
driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the pipe complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, SSWPC
Standards, and ALW Standards W-6, W-7, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to construct and install all Connections to existing
Waterlines, including all: pipe, materials, exposing all existing utilities in advance of the
work (including potholing), verification of the size, location, and layout of existing
utilities, final field layout, sawcutting, removal of surfacing (asphalt, concrete, or both)
trench excavation, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, crosses, tees, reducers, nuts, bolts, gaskets, couplings
(including transition flex couplings), thrust blocks, pipe inverts, connections, valves,
valve assemblies, valve boxes, valve covers, cover identification, valve stem extensions,
removals, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, temporary asphalt paving,
recessed trench plates, crushed aggregate base, permanent asphalt base paving, removal
and replacement of curb and gutter, sidewalk, cross-gutters, or driveway approaches, all
other related final surface improvements, and all other appurtenances and incidentals
SP-15
necessary to install a working connection between the proposed water line and the
existing ALW water system, complete in place, as required by the Contract Documents,
Plans, Specifications, and ALW Standards W-7 & W-10.
(c) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon existing Water Main in place, including:
concrete, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, sawcutting,
removal of surfacing (asphalt, concrete, or both) trench excavation, removal and disposal
of excess materials, backfill, compaction, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, and
all other appurtenances and incidentals necessary to abandon the existing water line,
complete in place.
(d) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon all unused valves, including: crushed aggregate
base, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, abandonment or
protection of interfering portions of existing utilities or improvements, and all other
appurtenances and incidentals necessary to abandon all unused valves, complete in place.
(e) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
(f) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to successfully complete and pass the Pressure Test, Disinfection,
Flushing, and BAC-T Testing, and complete any related work for all proposed water
facilities, as required by the Contract Documents, Plans, Specifications, ALW Standard
W-5, and to the satisfaction of ALW. BAC-T samples shall be taken by ALW. Contractor
to provide all necessary facilities to allow ALW to take the samples. No compensation or
time extensions shall be given to the Contractor for failed BAC-T tests and the Contractor
shall reimburse ALW for any additional tests required due to failed results.
SP-16
(g) The size, location, and layout of all existing water main shall be verified in the field well
in advance, in order to avoid any delays. No compensation or time extensions shall be
given to the Contractor due to a lack of field verification on their part. This item shall
also include potholing and all other related work as required by the Contract Documents,
Plans, and Specifications.
Item No. 6 – Install 20-inch Class 350 DIP Water Main
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 20-Inch Ductile Iron Pipe (Pressure Class
350), including all: pipe materials, exposing all existing utilities in advance of the work
(including potholing), final field layout, sawcutting, removal of surfacing (asphalt,
concrete, or both), trench excavation, removal and disposal of excess materials, control of
ground and surface water, dewatering, bedding, backfill, compaction, compaction testing
and reports by a licensed geotechnical engineer, polyethylene wrap, fittings, tees, crosses,
reducers, bends, caps, nut, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, offsets for utility
crossings, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, asphalt compaction, rolling, sealing, any appurtenant
paving work, removal and replacement of curb and gutter, sidewalk, cross-gutters, or
driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the pipe complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, SSWPC
Standards, and ALW Standards W-6, W-7, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to construct and install all Connections to existing
Waterlines, including all: pipe, materials, exposing all existing utilities in advance of the
work (including potholing), verification of the size, location, and layout of existing
utilities, final field layout, sawcutting, removal of surfacing (asphalt, concrete, or both)
trench excavation, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, crosses, tees, reducers, nuts, bolts, gaskets, couplings
(including transition flex couplings), thrust blocks, pipe inverts, connections, valves,
valve assemblies, valve boxes, valve covers, cover identification, valve stem extensions,
removals, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, temporary asphalt paving,
recessed trench plates, crushed aggregate base, permanent asphalt base paving, removal
and replacement of curb and gutter, sidewalk, cross-gutters, or driveway approaches, all
other related final surface improvements, and all other appurtenances and incidentals
necessary to install a working connection between the proposed water line and the
existing ALW water system, complete in place, as required by the Contract Documents,
Plans, Specifications, and ALW Standards W-7 & W-10.
(c) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon existing Water Main in place, including:
SP-17
concrete, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, sawcutting,
removal of surfacing (asphalt, concrete, or both) trench excavation, removal and disposal
of excess materials, backfill, compaction, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, and
all other appurtenances and incidentals necessary to abandon the existing water line,
complete in place.
(d) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon all unused valves, including: crushed aggregate
base, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, abandonment or
protection of interfering portions of existing utilities or improvements, and all other
appurtenances and incidentals necessary to abandon all unused valves, complete in place.
(e) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
(f) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to successfully complete and pass the Pressure Test, Disinfection,
Flushing, and BAC-T Testing, and complete any related work for all proposed water
facilities, as required by the Contract Documents, Plans, Specifications, ALW Standard
W-5, and to the satisfaction of ALW. BAC-T samples shall be taken by ALW. Contractor
to provide all necessary facilities to allow ALW to take the samples. No compensation or
time extensions shall be given to the Contractor for failed BAC-T tests and the Contractor
shall reimburse ALW for any additional tests required due to failed results.
(g) The size, location, and layout of all existing water main shall be verified in the field well
in advance, in order to avoid any delays. No compensation or time extensions shall be
given to the Contractor due to a lack of field verification on their part. This item shall
also include potholing and all other related work as required by the Contract Documents,
Plans, and Specifications.
SP-18
Item No. 7 – Install 24-inch Class 350 DIP Water Main
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 24-Inch Ductile Iron Pipe (Pressure Class
350), including all: pipe materials, exposing all existing utilities in advance of the work
(including potholing), final field layout, sawcutting, removal of surfacing (asphalt,
concrete, or both), trench excavation, removal and disposal of excess materials, control of
ground and surface water, dewatering, bedding, backfill, compaction, compaction testing
and reports by a licensed geotechnical engineer, polyethylene wrap, fittings, tees, crosses,
reducers, bends, caps, nut, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, offsets for utility
crossings, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, asphalt compaction, rolling, sealing, any appurtenant
paving work, removal and replacement of curb and gutter, sidewalk, cross-gutters, or
driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the pipe complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, SSWPC
Standards, and ALW Standards W-6, W-7, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to construct and install all Connections to existing
Waterlines, including all: pipe, materials, exposing all existing utilities in advance of the
work (including potholing), verification of the size, location, and layout of existing
utilities, final field layout, sawcutting, removal of surfacing (asphalt, concrete, or both)
trench excavation, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, crosses, tees, reducers, nuts, bolts, gaskets, couplings
(including transition flex couplings), thrust blocks, pipe inverts, connections, valves,
valve assemblies, valve boxes, valve covers, cover identification, valve stem extensions,
removals, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, temporary asphalt paving,
recessed trench plates, crushed aggregate base, permanent asphalt base paving, removal
and replacement of curb and gutter, sidewalk, cross-gutters, or driveway approaches, all
other related final surface improvements, and all other appurtenances and incidentals
necessary to install a working connection between the proposed water line and the
existing ALW water system, complete in place, as required by the Contract Documents,
Plans, Specifications, and ALW Standards W-7 & W-10.
(c) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon existing Water Main in place, including:
concrete, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, sawcutting,
removal of surfacing (asphalt, concrete, or both) trench excavation, removal and disposal
of excess materials, backfill, compaction, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
SP-19
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, and
all other appurtenances and incidentals necessary to abandon the existing water line,
complete in place.
(d) Work under this item shall also include, but not be limited to, furnishing all labor,
materials, and equipment to abandon all unused valves, including: crushed aggregate
base, materials, exposing all existing utilities in advance of the work (including
potholing), verification of the location and layout of existing utilities, abandonment or
protection of interfering portions of existing utilities or improvements, and all other
appurtenances and incidentals necessary to abandon all unused valves, complete in place.
(e) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
(f) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to successfully complete and pass the Pressure Test, Disinfection,
Flushing, and BAC-T Testing, and complete any related work for all proposed water
facilities, as required by the Contract Documents, Plans, Specifications, ALW Standard
W-5, and to the satisfaction of ALW. BAC-T samples shall be taken by ALW. Contractor
to provide all necessary facilities to allow ALW to take the samples. No compensation or
time extensions shall be given to the Contractor for failed BAC-T tests and the Contractor
shall reimburse ALW for any additional tests required due to failed results.
(g) The size, location, and layout of all existing water main shall be verified in the field well
in advance, in order to avoid any delays. No compensation or time extensions shall be
given to the Contractor due to a lack of field verification on their part. This item shall
also include potholing and all other related work as required by the Contract Documents,
Plans, and Specifications.
Item No. 8 – Install 8-inch Resilient Wedge Gate Valve
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 8-Inch Resilient Wedge Gate Valves,
including all: valves, valve assemblies, valve boxes, valve covers, cover identification,
valve stem extensions, materials, trench excavation, removal and disposal of the 12-inch
concrete beneath the asphalt, removal and disposal of excess materials, backfill,
SP-20
compaction, polyethylene wrap, fittings, bends, nuts, bolts, gaskets, couplings, thrust
blocks, pipe inverts, connections, removals, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, all
other appurtenances and incidentals necessary to install the valves complete in place, and
all other related work as required by the Contract Documents, Plans, Specifications, and
ALW Standards W-7 and W-10.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 9 – Install 10-inch Resilient Wedge Gate Valve
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 10-Inch Resilient Wedge Gate Valves,
including all: valves, valve assemblies, valve boxes, valve covers, cover identification,
valve stem extensions, materials, trench excavation, removal and disposal of the 12-inch
concrete beneath the asphalt, removal and disposal of excess materials, backfill,
compaction, polyethylene wrap, fittings, bends, nuts, bolts, gaskets, couplings, thrust
blocks, pipe inverts, connections, removals, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, all
other appurtenances and incidentals necessary to install the valves complete in place, and
all other related work as required by the Contract Documents, Plans, Specifications, and
ALW Standards W-7 and W-10.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
SP-21
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 10 – Install 12-inch Resilient Wedge Gate Valve
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 12-Inch Resilient Wedge Gate Valves,
including all: valves, valve assemblies, valve boxes, valve covers, cover identification,
valve stem extensions, materials, trench excavation, removal and disposal of the 12-inch
concrete beneath the asphalt, removal and disposal of excess materials, backfill,
compaction, polyethylene wrap, fittings, bends, nuts, bolts, gaskets, couplings, thrust
blocks, pipe inverts, connections, removals, abandonment or protection of interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, all other related final surface improvements, all
other appurtenances and incidentals necessary to install the valves complete in place, and
all other related work as required by the Contract Documents, Plans, Specifications, and
ALW Standards W-7 and W-10.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 11 – Install 18-inch Butterfly Valve
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 18-Inch Butterfly Valves, including all:
valves, valve assemblies, valve boxes, valve covers, cover identification, valve stem
extensions, materials, trench excavation, removal and disposal of the 12-inch concrete
beneath the asphalt, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, nuts, bolts, gaskets, couplings, thrust blocks, pipe
inverts, connections, removals, abandonment or protection of interfering portions of
existing utilities or improvements, temporary and permanent support of utilities,
temporary asphalt paving, recessed trench plates, crushed aggregate base, permanent
SP-22
asphalt base paving, removal and replacement of curb and gutter, sidewalk, cross-gutters,
or driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the valves complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, and
ALW Standards W-7 and W-10.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 12 – Install 20-inch Butterfly Valve
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 20-Inch Butterfly Valves, including all:
valves, valve assemblies, valve boxes, valve covers, cover identification, valve stem
extensions, materials, trench excavation, removal and disposal of the 12-inch concrete
beneath the asphalt, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, nuts, bolts, gaskets, couplings, thrust blocks, pipe
inverts, connections, removals, abandonment or protection of interfering portions of
existing utilities or improvements, temporary and permanent support of utilities,
temporary asphalt paving, recessed trench plates, crushed aggregate base, permanent
asphalt base paving, removal and replacement of curb and gutter, sidewalk, cross-gutters,
or driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the valves complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, and
ALW Standards W-7 and W-10.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
SP-23
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 13 – Install 20-inch Line Stop (Koppl, or approved equal)
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 20-Inch Line Stops, including all: materials,
exposing all existing utilities in advance of the work (including potholing), verification of
the size, location, and layout of existing utilities, final field layout, sawcutting, removal
of surfacing (asphalt, concrete, or both) trench excavation, removal and disposal of the
12- inch concrete beneath the asphalt, removal and disposal of excess materials, backfill,
compaction, polyethylene wrap, thrust blocks, anchor blocks, concrete, connections,
valves, valve assemblies, removals, abandonment or protection of interfering portions of
existing utilities or improvements, temporary and permanent support of utilities,
temporary asphalt paving, recessed trench plates, crushed aggregate base, permanent
asphalt base paving, removal and replacement of curb and gutter, sidewalk, cross-gutters,
or driveway approaches, all other related final surface improvements, service and
shutdown coordination and notices, and all other appurtenances and incidentals necessary
to install the line stops in order to complete the work required in the Contract Documents,
Plans, and Specifications, complete in place.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
SP-20 equivalent method for the protection of life and limb in trenching and open
excavations, a detailed plan to the Engineer prior to excavating any trench greater than
five feet in depth, and all other related work as required by the Contract Documents,
Plans, and Specifications. All work under this item shall comply with the requirements of
applicable safety orders, permits, Occupational Safety and Health Administration
(OSHA), Construction Safety Orders of the State of California (including but not limited
to the provisions of Section 6707 of the California Labor Code), Standards of the
Regional Water Quality Board regarding disposal of water and regarding protection of
soils from arsenic and other pollutants that may be present in sheeting, shoring, bracing,
and other safety measure devices.
(c) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
SP-24
(d) The size, location, and layout of all existing water main shall be verified in the field well
in advance, in order to avoid any delays. Proper safety and security measures shall be
implemented around any work under this item all times; this shall include, but not be
limited to, any security fencing around the line stop excavations and equipment. No
compensation or time extensions shall be given to the Contractor due to a lack of field
verification on their part. This item shall also include potholing and all other related work
as required by the Contract Documents, Plans, and Specifications.
Item No. 14 – Install 24-inch Butterfly Valve
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 24-Inch Butterfly Valves, including all:
valves, valve assemblies, valve boxes, valve covers, cover identification, valve stem
extensions, materials, trench excavation, removal and disposal of the 12-inch concrete
beneath the asphalt, removal and disposal of excess materials, backfill, compaction,
polyethylene wrap, fittings, bends, nuts, bolts, gaskets, couplings, thrust blocks, pipe
inverts, connections, removals, abandonment or protection of interfering portions of
existing utilities or improvements, temporary and permanent support of utilities,
temporary asphalt paving, recessed trench plates, crushed aggregate base, permanent
asphalt base paving, removal and replacement of curb and gutter, sidewalk, cross-gutters,
or driveway approaches, all other related final surface improvements, all other
appurtenances and incidentals necessary to install the valves complete in place, and all
other related work as required by the Contract Documents, Plans, Specifications, and
ALW Standards W-7 and W-10.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 15 – Install 1-inch Water Service & Meter (3/4-Inch or 1-Inch Meter)
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 1-Inch Type “K” Copper Services and
Meters (meter shall be either 3/4-Inch or 1-Inch to match existing), including all:
materials, final field layout, coordination of new services, sawcutting, removal of
surfacing (asphalt, concrete, or both), trench excavation, removal and disposal of excess
materials, control of ground and surface water, dewatering, bedding, backfill,
compaction, compaction testing and reports by a licensed geotechnical engineer, meters,
SP-25
meter boxes, meter box covers, saddles, valves, corporation stops, copper tubing, angle
meter stops, polyethylene wrap, fittings, tees, bends, nuts, bolts, gaskets, couplings, pipe
inverts, connections, removals, removals of existing meters and meter boxes, salvaging
and returning existing meters to ALW Gladstone Yard, abandonment or protection of
interfering portions of existing utilities or improvements, maintaining the utility clearance
requirements by all affected agencies and utilities, temporary and permanent support of
utilities, temporary asphalt paving, recessed trench plates, crushed aggregate base,
permanent asphalt base paving, removal and replacement of curb and gutter, sidewalk,
cross-gutters, or driveway approaches, adjustments to private side water services, all
other related final surface improvements, all other appurtenances and incidentals
necessary to install the services and meters complete in place, and all other related work
as required by the Contract Documents, Plans, Specifications, SSWPC Standards, and
ALW Standards W-1, W-6, W-7, W-8, W-10, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
(c) All 1-Inch and 3/4-Inch meters will be provided by ALW and installed by the Contractor.
The Contractor is responsible for providing a complete list of the required meters with
addresses, existing sizes, and existing meter numbers well in advance of the installation
to avoid delays. If the Contractor requests an excess of the required amount of meters, the
Contractor shall pay ALW for any additional meters. No compensation or time
extensions shall be given to the Contractor if they fail to provide ALW with a complete
list of the required meters. If the Contractor breaks an existing or new meter, the
Contractor is required to purchase a new one at the Contractor’s own expense
Item No. 16 – Install Fire Hydrant Assembly
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all Fire Hydrant Assemblies, including all:
materials, final field layout, sawcutting, removal of surfacing (asphalt, concrete, or both),
trench excavation, removal and disposal of excess materials, control of ground and
surface water, dewatering, bedding, backfill, compaction, compaction testing and reports
by a licensed geotechnical engineer, hydrants, risers, valves, valve assemblies, valve
boxes, valve covers, cover identification, valve stem extensions, polyethylene wrap,
fittings, tees, bends, nuts, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
SP-26
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, temporary asphalt
paving, recessed trench plates, crushed aggregate base, permanent asphalt base paving,
removal and replacement of curb and gutter, sidewalk, cross-gutters, or driveway
approaches, all other related final surface improvements, all other appurtenances and
incidentals necessary to install the fire hydrant assemblies complete in place, and all other
related work as required by the Contract Documents, Plans, Specifications, SSPWC
Standards, and ALW Standards W-6, W-7, W-10, W-11, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 17 – Install 2-inch Combination Air Release and Vacuum Valve Assembly
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install all 2-inch Combination Air Release and
Vacuum Valve Assemblies, including all: materials, 24-inch Armorcast air vacuum and
air release enclosure, final field layout, sawcutting, removal of surfacing (asphalt,
concrete, or both), trench excavation, removal and disposal of excess materials, control of
ground and surface water, dewatering, bedding, backfill, compaction, compaction testing
and reports by a licensed geotechnical engineer, hydrants, risers, valves, valve
assemblies, valve boxes, valve covers, cover identification, valve stem extensions,
fittings, tees, bends, nuts, bolts, gaskets, couplings, thrust blocks, pipe inverts,
connections, removals, abandonment or protection of interfering portions of existing
utilities or improvements, maintaining the utility clearance requirements by all affected
agencies and utilities, temporary and permanent support of utilities, temporary asphalt
paving, recessed trench plates, crushed aggregate base, permanent asphalt base paving,
removal and replacement of curb and gutter, sidewalk, cross-gutters, or driveway
approaches, all other related final surface improvements, all other appurtenances and
incidentals necessary to install the fire hydrant assemblies complete in place, and all other
related work as required by the Contract Documents, Plans, Specifications, SSPWC
Standards, and ALW Standards W-6, W-7, W-14, W-16, and W-19.
(b) Work under this item shall also include, but not be limited to, the planning, designing,
engineering, furnishing, constructing, and removing of all sheeting, shoring, bracing, or
equivalent method for the protection of life and limb in trenching and open excavations, a
detailed plan to the Engineer prior to excavating any trench greater than five feet in
SP-27
depth, and all other related work as required by the Contract Documents, Plans, and
Specifications. All work under this item shall comply with the requirements of applicable
safety orders, permits, Occupational Safety and Health Administration (OSHA),
Construction Safety Orders of the State of California (including but not limited to the
provisions of Section 6707 of the California Labor Code), Standards of the Regional
Water Quality Board regarding disposal of water and regarding protection of soils from
arsenic and other pollutants that may be present in sheeting, shoring, bracing, and other
safety measure devices.
Item No. 18 – Install 2-inch Coldmill & Overlay
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install 2-Inch Coldmill (Grind) and Overlay (Cap),
including: Class C2 (1/2”) PG 64-10 asphalt, materials, final field layout, coldmilling
(grinding),disposal of excess materials, protection of valve cans and covers, overlaying
(capping), asphalt compaction, rolling, sealing, any appurtenant paving work, adjusting
valve cans and covers to grade, adjusting manhole covers to grade, and all other related
work as required by the Contract Documents, Plans, Specifications, and Detail 2 on Sheet
15 of the plans.
(b) No compensation or time extensions shall be given to the Contractor for areas of
pavement disturbed by the Contractor outside of the work area and the contractor is
responsible to coldmill and overlay any disturbed pavement at no additional charge. All
work under this item shall be completed to the satisfaction of ALW, the City of Covina,
and Los Angeles County Department of Public Works.
Item No. 19 – Slurry Seal (Type II)
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to construct and install Type II Slurry Seal, including: materials, final
field layout, type II slurry, weed killer, crack-seal, complete removal of all striping and
legends, disposal of excess materials, protection of valve cans and covers, sealing, any
appurtenant slurry seal work, adjusting valve cans and covers to grade, adjusting manhole
covers to grade, and all other related work as required by the Contract Documents, Plans,
Specifications, and the Standard Specifications for Public Works Construction Section
203-5.
(b) No compensation or time extensions shall be given to the Contractor for areas of
pavement disturbed by the Contractor outside of the slurry seal limits and the contractor
is responsible to slurry seal any disturbed pavement at no additional charge. All work
under this item shall be completed to the satisfaction of ALW, the City of Covina, and
Los Angeles County Department of Public Works.
Item No. 20 – Remove & Replace PCC Cross Gutter
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to remove and replace Portland Cement Concrete cross-gutters,
SP-28
including: concrete, materials, final field layout, painting, epoxy, steel, rebar, forming,
forming materials, disposal of excess materials, protection of valve cans and covers,
finish work, any appurtenant concrete or grading work, adjusting valve cans and covers
to grade, adjusting manhole covers to grade, adjusting all utility boxes to grade, and all
other related work as required by the Contract Documents, Plans, Specifications, and
SSPWC Standards.
(b) All cross-gutters shall be removed and replaced cleanly, from scoreline to scoreline. No
compensation or time extensions shall be given to the Contractor for areas of concrete
disturbed by the Contractor outside of the paving limits shown on the Plans or outside of
the scoreline limits and the contractor is responsible to remove and replace any disturbed
cross-gutter at no additional charge. All work under this item shall be completed to the
satisfaction of ALW, the City of Covina, and Los Angeles County Department of Public
Works.
Item No. 21 – Remove & Replace PCC Sidewalk
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to remove and replace Portland Cement Concrete sidewalk, including:
concrete, materials, final field layout, painting, epoxy, steel, rebar, forming, forming
materials, disposal of excess materials, protection of valve cans and covers, finish work,
any appurtenant concrete or grading work, adjusting valve cans and covers to grade,
adjusting manhole covers to grade, adjusting all utility boxes to grade, and all other
related work as required by the Contract Documents, Plans, Specifications, and SSPWC
Standards.
(b) All sidewalk shall be removed and replaced cleanly, from scoreline to scoreline, and
through the entire width of the sidewalk. No compensation or time extensions shall be
given to the Contractor for areas of sidewalk disturbed by the Contractor outside of the
scoreline limits and the contractor is responsible to remove and replace any disturbed
sidewalk at no additional charge. All work under this item shall be completed to the
satisfaction of ALW, the City of Covina, and Los Angeles County Department of Public
Works.
Item No. 22 – Remove & Replace PCC Curb and Gutter
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to remove and replace Portland Cement Concrete curb and gutter,
including: concrete, steel reinforcing bars, materials, final field layout, painting, epoxy,
steel, rebar, forming, forming materials, disposal of excess materials, protection of valve
cans and covers, finish work, any appurtenant concrete or grading work, and all other
related work as required by the Contract Documents, Plans, Specifications, and SSPWC
Standards.
(b) All curb and gutter shall be removed and replaced cleanly, from scoreline to scoreline,
and painted to match existing conditions. No compensation or time extensions shall be
given to the Contractor for areas of curb & gutter disturbed by the Contractor outside of
SP-29
the scoreline limits and the contractor is responsible to remove and replace any disturbed
curb & gutter at no additional charge. All work under this item shall be completed to the
satisfaction of ALW, the City of Covina, and Los Angeles County Department of Public
Works.
Item No. 23 – Remove & Replace Street Median
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to remove and replace Street Median, including: concrete, steel
reinforcing bars, materials, final field layout, painting, epoxy, steel, rebar, forming,
forming materials, landscaping, irrigation, disposal of excess materials, protection of
valve cans and covers, finish work, any appurtenant concrete or grading work, and all
other related work as required by the Contract Documents, Plans, Specifications, and
SSPWC Standards.
(b) All curb and gutter shall be removed and replaced cleanly, from scoreline to scoreline,
and painted to match existing conditions. No compensation or time extensions shall be
given to the Contractor for areas of curb & gutter disturbed by the Contractor outside of
the scoreline limits and the contractor is responsible to remove and replace any disturbed
curb & gutter at no additional charge. All work under this item shall be completed to the
satisfaction of ALW, the City of Covina, and Los Angeles County Department of Public
Works.
Item No. 24 – Remove & Replace PCC Driveway Approach
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to remove and replace Portland Cement Concrete driveway
approaches, including: concrete, materials, final field layout, painting, epoxy, steel,
rebar, forming, forming materials, disposal of excess materials, protection of valve cans
and covers, finish work, any appurtenant concrete or grading work, adjusting valve cans
and covers to grade, adjusting manhole covers to grade, adjusting all utility boxes to
grade, and all other related work as required by the Contract Documents, Plans,
Specifications, and SSPWC Standards.
(b) All cross-gutters shall be removed and replaced cleanly, from scoreline to scoreline. No
compensation or time extensions shall be given to the Contractor for areas of concrete
disturbed by the Contractor outside of the paving limits shown on the Plans or outside of
the scoreline limits and the contractor is responsible to remove and replace any disturbed
cross-gutter at no additional charge. All work under this item shall be completed to the
satisfaction of ALW, the City of Covina, and Los Angeles County Department of Public
Works.
Item No. 25 – Remove & Replace PCC Bus Pad
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to remove and replace Portland Cement Concrete bus pads, including:
concrete, materials, final field layout, painting, epoxy, steel, rebar, forming, forming
SP-30
materials, disposal of excess materials, protection of valve cans and covers, finish work,
any appurtenant concrete or grading work, adjusting valve cans and covers to grade,
adjusting manhole covers to grade, adjusting all utility boxes to grade, and all other
related work as required by the Contract Documents, Plans, Specifications, and SSPWC
Standards.
(b) All cross-gutters shall be removed and replaced cleanly, from scoreline to scoreline. No
compensation or time extensions shall be given to the Contractor for areas of concrete
disturbed by the Contractor outside of the paving limits shown on the Plans or outside of
the scoreline limits and the contractor is responsible to remove and replace any disturbed
cross-gutter at no additional charge. All work under this item shall be completed to the
satisfaction of ALW, the City of Covina, and Los Angeles County Department of Public
Works.
Item No. 26 – Replace Traffic Loops
(a) Work under this item shall include, but not be limited to, removing and replacing all
disturbed or damaged traffic detector loops, furnishing and installing new advanced
traffic detector and warning loops, make electrical connections and wirings to the
appropriate pull boxes, test, calibrate, and all other related work as required by the
Contract Documents, Plans, Specifications, SSPWC Standards, City of Covina Standards,
and Los Angeles County Department of Public Works Standards.
Item No. 27 – Replace Signing, Striping (Thermoplastic), and Markers
(a) Work under this item shall include, but not be limited to, new and replacement traffic
signing, thermoplastic striping, and markers, recording of pre-construction conditions of
the signing, striping, and markers, and all other related work as required by the Contract
Documents, Plans, Specifications, City of Covina requirements, Los Angeles County
Department of Public Works, and SSPWC Standards.
(b) No compensation or time extensions shall be given to the Contractor for signing, striping,
and markers disturbed by the Contractor outside of the work area and the contractor is
responsible to restore any disturbed signing, striping, and markers at no additional
charge. All work under this item shall be completed to the satisfaction of ALW, the City
of Covina, and Los Angeles County Department of Public Works.
Item No. 28 – Pressure Test, Disinfect, Flush, & BAC-T Test
(a) Work under this item shall include, but not be limited to, furnishing all labor, materials,
and equipment to successfully complete and pass the Pressure Test, Disinfection,
Flushing, and BAC-T Testing, and complete any related work for all proposed water
facilities, as required by the Contract Documents, Plans, Specifications, ALW Standard
W-5, and to the satisfaction of ALW.
(b) BAC-T samples shall be taken by ALW. Contractor to provide all necessary facilities to
allow ALW to take the samples. No compensation or time extensions shall be given to
SP-31
the Contractor for failed BAC-T tests and the Contractor shall reimburse ALW for any
additional tests required due to failed results.
7.25 LABOR COMPLIANCE
The successful bidder (Contractor) and all tiers of subcontractor(s) under the bidder shall comply
with all applicable California Labor Code provisions and all of the following City requirements
in this section and Contract Documents. The Contractor is responsible for any California Labor
Code violations of itself and its subcontractors and shall ensure adherence by its subcontractors
of all California Labor Code provisions.
The Contractor and all tiers of subcontractors are required to:
(a) Submit a complete organization chart for the entire company, including all owners, officers,
personnel, employees, administrative staff, superintendants, foremen, laborers, tradespersons,
and apprentices. Each individual shall have their name and respective titles listed. The
organization chart shall be submitted with the bidders' bid package proposal and, if awarded the
Contract, a revised and updated organization chart shall be submitted to the City when material
submittals are submitted. At the City's request, an updated organization chart shall be submitted
at any time throughout the entire length of the Contract.
(b) Report and include each individual (laborer, tradesperson, apprentices or otherwise) working
on this project in any capacity on their respective payrolls. All owner-operators are required to be
reported and included by the contractor or subcontractor employing them.
(c) Provide and submit complete certified payroll records to the City for each month no later ten
(10) calendar days after the end of that month.
(d) File and submit all electronic certified payroll reports to the Department of Industrial
Relations (DIR) on a weekly basis.
(e) Provide and submit all labor records to the City within ten (10) calendar days of the City's
request for those records.
(f) Require all employees, laborers, tradespersons, apprentices, and consultants to participate in
the City's Labor Compliance Site Interview Questionnaire at all times throughout the entire
project duration and during regular construction working hours. Each individual will be required
to provide their name, classification, minimum wage rate, actual rate of pay (straight time and
overtime), fringe benefits amounts, and all other questions in the interview questionnaire. A
sample of the interview questionnaire is included in this section below.
LABOR COMPLIANCE SITE INTERVIEW QUESTIONNAIRE
DISCLAIMER: This document containts confidential and personal information. Pursuant to California Civil Code Section 1798, this
document, in its entirety, shall remain confidential. Unauthorized disclosure of this document shall NOT be allowed.
PART A - PROJECT INFORMATION
Project Name:
Type:
j
Name of Interviewer:Title of Interviewer:
Project #:DIR Project ID #:
Contractor Name: Prime Subcontractor
If Subcontractor, name of Prime Contractor:
PART B INTERVIEW DATA
to
How is time reported? Yes No
Dates employed on this project:
Do you know your minimum wage rate?
Supervisor's Name:
Phone Number:
PART B - INTERVIEW DATA
Employee Name:Date of Interview:
Job Classifcation:
California Valid ID #:
Other
N/A
Other than Federal, State, or Social Security Tax Withholding, are other deductions being made to your check?
Yes No
How is time reported?
Are you required to return wages to your employer?
If f h ?
Yes No
If yes, what are they:
What is your actual rate of pay?Straight Overtime (OT)
What is your fringe benefit amount?
Yes No
How often are you paid?Weekly
Do you know your minimum wage rate?
Type of work being performed by the employee when interviewed:
Additional Comments:
PART C - FOR CITY USE ONLY
Type of work being performed for the day by the Contractor:
If yes, for what reason?
Additional comments:
If not, specify reason:
NoDoes information from interview match records? Yes
Is employee properly classified? NoYes
Type of work being performed by the employee when interviewed:
Are labor rates posted at the job site?Yes No
SP-33
7.26 COVID-19 (SARS-CoV-2) HEALTH AND SAFETY
Pursuant to the provisions of the executive orders and regulations issued by Governor Newsom,
Los Angeles County, and the City of Azusa, the successful bidder (Contractor) and all tiers of
subcontractor(s) under the bidder shall comply with all applicable health and safety measures
required by the State, County, and City. This includes, but is not limited to the following:
(a) Social Distancing.
(b) Zero-tolerance for working when ill.
(c) PPE, including face coverings.
(d) Frequent hand-washing.
(e) Disinfecting work areas.
(f) Construction requirements and postings.
END OF SPECIAL PROVISIONS
TS-1
SECTION 8
TECHNICAL SPECIFICATIONS
SECTION 8 – EARTHWORK AND GRADING
8.01 GENERAL
The Contractor shall furnish all labor, materials, tools, equipment, transportation, watering,
compacting and all incidental work and services required for satisfactory completion of earthwork
and grading.
Earthwork and grading shall conform to Section 300 of the Standard Specifications for Public
Works Construction (SSPWC), except as modified herein. The work shall consist of performing
all operations necessary to excavate roadways, slopes, benches, ditches, channels or other items
shown on the Drawings and to backfill depressions or ditches caused by removal of obstructions,
construct embankments at the locations and to the elevations and form shown on the Drawings and
to shape and compact all subgrade all in accordance with these Specifications. Unless otherwise
provided in the Proposal as separate pay items, general site preparation, clearing and grubbing,
removal of excess grass and weeds and grading of roadway shall be included in this item.
8.02 PRESERVATION OF PROPERTY
Existing improvements or facilities and trees and shrubs that are not to be removed, shall be
protected from injury or damage resulting from operations of the Contractor, and the Contractor
shall be responsible for such damage. Only trees and shrubs specifically designated or marked for
removal by the Engineer shall be removed.
The Contractor shall provide such dust control equipment and methods as may be required to
protect adjacent property from annoyance or damage from dust caused by his operations. Failure
to control such dust shall be cause for the Engineer to stop the work until said dust is controlled,
and the Contractor shall have no recourse to collect from the City for any loss of time or expense
sustained by him due to such suspension of work.
8.03 CLEARING AND GRUBBING
Except as otherwise specified, all trees, stumps, large roots, buried logs, decayed vegetable matter,
buried junk piles, heavy growth of grass and weeds and all other objectionable material shall be
removed from the site of the work. None of the above materials shall be permitted to remain in or
under embankment and fill areas.
8.04 REMOVAL AND DISPOSAL OF MATERIAL
Material removed during clearing and grubbing, including any excess excavation, shall be
removed from the site of the work and disposed of at a location acceptable to the Engineer. Burning
of materials on the site will not be permitted.
TS-2
SECTION 8
8.05 ROADWAY EXCAVATION
Excavation shall conform to the lines, grades, and cross-sections shown on the Drawings and no
payment will be made for quantities in excess of those shown or hereinafter specified. When solid
rock, scale, hardpan or like materials are encountered in the excavation, it shall be excavated to
not less than 6-inches below subgrade and replaced with crushed aggregate base (CAB) as
approved by the Engineer. Said sand or crushed aggregate base shall be compacted to not less than
90 percent maximum density. Whenever reference is made to maximum density, it refers to the
maximum density as determined by ASTM.
All soft or unsuitable material that will not readily compact to the density specified shall be
removed to the depths shown on the Drawings or ordered by the Engineer and disposed of as
directed by the Engineer. Excavation in areas not shown on the Drawings or authorized by the
Engineer will not be paid for and the Contractor shall, at his own expense, backfill and compact
unauthorized excavation areas to the original ground elevation and to the density specified.
All rocks or lumps larger than 1 inch in size in the upper 6-inches of the subgrade which will not
break up under the operation of grading equipment shall be removed and the resulting space
refilled and compacted with crushed aggregate base (CAB).
8.06 EMBANKMENT
The area where an embankment is to be constructed shall be cleared of all vegetation, roots and
foreign material. The surface shall be moistened, scarified to a depth of six inches and rolled or
mechanically compacted to 95 percent of maximum density. Embankment shall be placed in
horizontal layers not to exceed eight inches in thickness measured prior to compaction, where
compaction is by sheepsfoot rollers. The thickness shall be limited to six inches if compaction is
by means of power driven tampers. Each layer shall be moistened or dried as required and
thoroughly compacted to the following densities:
1. The density of each layer placed within 2.5 feet of the finished surface shall be not less
than 95 percent of maximum density if under asphaltic concrete with no base material
and 90 percent if under asphaltic concrete on base material.
2. The density of layers greater than 2.5 feet below finished surface shall be not less than
90 percent of maximum density.
8.07 SUBGRADE PREPARATION
Subgrade preparation shall consist of (1) preparing basement soil or original ground to receive
embankment, aggregate base or pavement; (2) preparing basement soil in roadway excavation
areas to receive aggregate base or pavement; or (3) of preparing embankment to receive aggregate
base or pavement.
The roadbed shall be graded to the approximate elevation and cross- section shown. All rocks and
lumps of earth over 1 inch in size and other unsuitable material shall be removed and disposed of
TS-3
SECTION 8
from the upper 6-inches of the roadbed. The subgrade then shall be watered, shaped to the required
grade and cross-section and thoroughly compacted.
The surface of the finished subgrade shall be true and uniform and shall not vary more than 0.1
foot below and not more than 0.05 foot above the theoretical cross-section at any point thereon.
Any subgrade that does not conform to these requirements immediately prior to placing subsequent
material thereon, shall be reworked, watered and re-compacted.
8.08 FINISHING SLOPES AND SURFACES
The surface of all areas of earth and other materials shall be finished to a reasonably smooth and
compact surface substantially in accordance with the surface lines and cross-sections shown and
to the elevations indicated on the Drawings or as directed. The degree of finish for graded slopes
shall be that ordinarily obtainable from either blade-grader, scraper or hand shovel operations.
8.09 SUBGRADE AND EMBANKMENT PROTECTION
During construction and until final acceptance of the work, excavations, embankments and
subgrades shall be kept shaped and effectively drained at all times. Where ruts develop in the
subgrade, the subgrade shall be brought to grade, reshaped if required, and re-compacted prior to
the placing of any paving material. Storage or stockpiling of materials on the subgrade will not be
permitted. No base course shall be placed until the subgrade has been approved by the Engineer.
Base material shall not be placed on muddy or otherwise unsuitable subgrade.
8.10 WATERING
All water used for compacting original ground, embankments, structure and trench backfill,
subgrade, base and for laying dust caused by grading or traffic shall be included in the price bid
for such items and separate payment will not be allowed for watering.
8.11 PAYMENT
Earthwork and grading will be paid for at the unit or lump sum price listed in the Proposal or, if
no separate item is included, in the other items of work to which it relates.
*** END OF SECTION 8 ***
TS-4
SECTION 9
SECTION 9 – AGGREGATE BASE
9.01 GENERAL
The Contractor shall furnish all plant, labor, materials, tools, equipment, transportation and all
incidental work and services required to construct aggregate base in accordance with these
Specifications, applicable drawings and Section 200 and 301 of the SSPWC, as modified herein
and as approved by the applicable jurisdiction.
9.02 SUBGRADE
The subgrade shall be prepared as specified in Section 301-1 of the SSPWC.
9.03 UNTREATED BASE MATERIALS
The aggregate for untreated base shall conform to the requirements of Section 200-2 of the
SSPWC.
9.04 PLACING UNTREATED BASE
Untreated base material shall be spread on the prepared subgrade in uniform layers in accordance
with Section 301-2 of the SSPWC.
9.05 COMPACTING UNTREATED BASE
Untreated base shall be compacted in accordance with Section 301-2.3 of the SSPWC. The
finished base, where not controlled by adjacent structures, shall be not more than 0.02 foot above,
and not more than 0.02 foot below the theoretical cross-section.
9.06 PAYMENT
Aggregate base will be paid for at the unit or lump sum price listed in the Proposal or, if no separate
item is included, in the other items of work to which it relates.
*** END OF SECTION 9 ***
TS-5
SECTION 10
SECTION 10 – ASPHALT CONCRETE PAVEMENT
10.01 GENERAL
The Contractor shall furnish all plant, labor, materials, tools, equipment, transportation and all
incidental work and services required to construct asphalt concrete pavement and asphalt concrete
resurfacing in accordance with these Specifications, applicable drawings and Section 203 and 302
of the SSPWC, except as modified herein and as approved by the applicable jurisdiction .
10.02 PRIME AND SEAL COATS
A prime coat or a seal coat will not be required unless specified in the Special Provisions. When
specified, the prime and seal coats shall conform to Section 203 of the SSPWC.
10.03 ASPHALT BINDER
A tack coat shall be applied to all concrete curb or gutter surfaces that will be in contact with the
asphalt surfacing.
When the surface to be paved is an existing portland cement, brick, or dry asphalt pavement, a tack
coat shall be applied to said surface at the rate of from 0.05 gallon to 0.10 gallon per square yard
of surface covered. The exact rate of application will be determined by the Engineer. The tack coat
shall be applied only so far in advance of paving or surfacing as ordered by the Engineer.
The surface to be covered shall be thoroughly cleaned of all dirt and loose materials prior to
application of the asphalt binder.
The tack coat shall consist of an emulsified asphalt, Grade SS-1h or Grade AR1000 paving asphalt.
It shall be furnished and applied in accordance with the requirements of Section 203-3 and 302-5
of the SSPWC.
10.04 WEED KILLER
Polybor chlorate, a weed killer, shall be applied to all ground surfaces where pavement is to be
placed. It shall be mixed at the rate of two pounds of chemical to one gallon of water and shall be
applied at a coverage rate of one gallon per 50 square foot.
10.05 ASPHALT CONCRETE
Asphalt concrete shall be the product of mixing mineral and/or crushed slag aggregate with asphalt
binder at a central mixing plant.
TS-6
SECTION 10
The combined mineral aggregate shall be as follows:
Pavement Thickness Maximum Size Class Aggregate Type
3" AC or greater 3/4-inch B PG 64-10
1-1/2" AC Resurfacing 1/2-inch C-1 PG 64-10
The asphalt binder shall be paving asphalt. The viscosity grade shall be as specified by the
Engineer and shall conform to the requirements of Section 203.6 of the SSPWC. The temperature
of the paving asphalt and the mineral aggregate at the time of mixing shall conform to Section
203-1 of the SSPWC.
10.06 PLACING ASPHALT CONCRETE PAVEMENT
Prime coat or plant mixed surfacing shall be placed on the base course or subgrade only after said
base has been approved by the Engineer. All work shall conform to Section 302-5 of the SSPWC
except as modified herein.
The application temperature of asphalt shall conform to Section 203-1.4 of the SSPWC.
Distribution and spreading shall conform to Section 302-5.4
The Contractor shall furnish to the Engineer certified weight tickets for all asphalt concrete
incorporated in the work.
10.07 ROLLING
Asphalt concrete shall be thoroughly compacted by rolling in accordance with Section 302-5.5 of
the SSPWC. All valve cans and lids shall be adjusted to pavement grade prior to rolling.
Manholes and other structures shall be adjusted to grade per Section 302-5.7 of the SSPWC.
10.08 PAYMENT
Asphalt concrete will be paid for at the unit or lump sum price listed in the Proposal or, if no
separate item is included, in the other items of work to which it relates.
*** END OF SECTION 10 ***
TS-7
SECTION 11
SECTION 11 – PORTLAND CEMENT CONCRETE
11.01 GENERAL
The Contractor shall furnish all plant, labor, materials, tools, equipment transportation and all
incidental work and services required to construct portland cement concrete improvements shown
on the Drawings or specified, in accordance with these Specifications.
11.02 SUBGRADE
Subgrade shall be prepared in accordance with Section 301.1 of the SSPWC. The completed
subgrade shall be tested for grade and cross-section by means of a template extending the full
depth of the section and supported between the side forms. The subgrade and forms shall be
thoroughly watered in advance of placing concrete.
11.03 MATERIAL
A. CEMENT:
All cement used in the work shall be standard brand Portland cement Type II, conforming
to the "Specifications for Portland Cement", (ASTM C150). Only one brand of cement
shall be used. All cement used in the work shall be taken from stock bins at the place of
manufacture in which bins the cement shall have been tested and found to conform strictly
to the terms of these Specifications. Results of certified tests by a recognized testing
laboratory, acceptable to the Engineer, shall be furnished by the cement manufacturer.
B FINE AGGREGATE
1. Fine aggregate for concrete shall consist of natural sand obtained from pits
approved by the Engineer, and in all cases shall be washed. The grading of the fine
aggregate, as determined in accordance with the "Method for Sieve Analysis of Fine
and Coarse Aggregates" (ASTM C136), shall be approximately as follows:
Sieve Size Percentage Passing Sieves
3/8 inch 100
No. 4 80-100
No. 8 60-90
No. 16 45-70
No. 30 25-45
No. 50 10-25
No. 100 2-9
No. 200 0-5
No. 270 wash 0-3
2. Fine aggregate shall meet the requirements of ASTM C33, "Specifications for
Concrete Aggregates" and shall be tested in accordance with ASTM C40 "Test
Method for Organic Impurities in Fine Aggregates for Concrete". Fine aggregate
TS-8
SECTION 11
departing in any respect from the foregoing requirements shall not be used in the
work. In case the finer particles from the crushed coarse aggregate are permitted
or requires to be mixed with the sand from natural deposits, the two products shall
be uniformly blended before washing or screening to insure a combined product of
constantly uniform composition.
C. COURSE AGGREGATE
1. Coarse aggregate shall meet the requirements of ASTM C33 "Specifications for
Concrete Aggregates" with the additional provision that it shall contain not more
than 25 percent of crushed material. All coarse aggregate shall be obtained from
pits approved by the Engineer. When tested in accordance with the "Test Method
for Resistance to Degradation of Small Size Coarse Aggregate by abrasion and
Impact in the Los Angeles Machine" (ASTM C131) and the "Test for Soundness of
Aggregates by Use of Sodium Sulfate or Magnesium Sulfate" (ASTM C88), the loss
in the respective tests shall not exceed the following:
The coarse aggregate used shall be graded approximately as follows:
Percentage Passing Sieves
Sieve Size
No. 2 size
1 ½-inch max.
No. 3 Size
1-in. max.
No. 4 Size
3/8-in. max
2-in. 100 - -
1 ½-in. 90-100 100 -
1-in. 20-55 90-100 -
¾-in. 0-15 60-85 -
½-in. - - -
3/8-in. 0-5 14-40 90-100
No. 4 - 0-15 0-15
No. 8 - 0-5 0-5
No. 200 0-2 0-2 -
2. The relative amount of coarse aggregate to be used in the concrete mix will be
determined by the Contractor and approved by the Engineer prior to use. The
amount used will be based on securing a well-graded aggregate and producing
concrete having the required workability, density, and strength without the use of
excess sand, water, or cement.
3. Unless otherwise directed and/or approved by the Engineer, No. 2 size mix shall be
used for all footings, slabs, walls and beams. Other mixes shall be used only when
approved by the Engineer.
Los Angeles Rattler Test after: 500 revolutions 35 percent
Soundness test (sodium sulfate): 10 percent
TS-9
SECTION 11
11.04 WATER FOR CONCRETE
The water for concrete shall be potable and/or meet the requirements of ASTM C94 "Chemical
Limits for Wash Water used as Mixing Water".
11.05 MEASUREMENT OF CEMENT AND AGGREGATE
The amount of cement and of each separate size of aggregate entering into each batch of concrete
shall be determined by direct weighing equipment and approved by the Engineer.
11.06 MEASUREMENT OF WATER
The quantity of water entering the mixer at the batch plant shall be measured by a suitable water
meter or other measuring device of a type approved by the Engineer. The operating mechanism
must be such that leakage will not occur when the valve is closed.
11.07 CONSISTENCY
The quantity of water required for the proper consistency of the concrete shall be determined by
the slump test in accordance with the "Test Method for Slump of Portland Cement Concrete"
(ASTM C143). Slump allowances shall be 4-inches maximum.
11.08 READY-MIXED CONCRETE
A. Ready-mixed concrete shall meet the requirements as to materials, batching, mixing,
transporting, and placing as specified herein and in the requirements of the "Specification
for Ready-Mixed Concrete" (ASTM C94) including the supplementary requirements
specified in Subsection (b) through (g), herein.
B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be
completed within one hour after the addition of the cement to the aggregates before the
drum has been revolved 250 revolutions, whichever is first. In hot weather, or under
conditions contributing to quick stiffening of the concrete, or when the temperature of the
concrete is 85 degrees F or above, the time between the introduction of the cement to the
aggregates and discharge shall not exceed 45 minutes.
C. Truck mixers shall be equipped with electrically actuated counters by which the number of
revolutions of the drum or blades may be readily verified. The counters shall be of the
resettable, recording type, and shall be mounted in the driver's cab. The counters shall be
actuated at the time of starting mixing at mixing speeds.
D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of
the drum or blades at the rate of rotation designated by the manufacturer of the equipment.
Subsequent to the addition of any water at the job site, the batch shall be mixed for a
minimum period of 12 minutes at the speed designated by the manufacturer of the
equipment at agitating speed.
TS-10
SECTION 11
E. Truck mixers and their operation must be such that the concrete throughout the mixed batch
as discharged is within accept acceptable limits of uniformity with respect to consistency,
mix, and grading. If in the opinion of the Engineer a truck mixer is operating improperly,
for any reason, it shall be removed from the work and not permitted to return to the jobsite
at any future time. The Engineers determination is final and precludes compensatory
recourse by the Contractor.
F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a
supplementary document furnished to the Engineer and showing volume of concrete, the
weight of cement, water, fine aggregate and coarse aggregate in pounds, and the weight of
additive ingredients in ounces. A trip ticket shall show the time of day at which the
materials were batched, arrived at the jobsite, commenced discharge, and completed
discharge.
G. The use of non-agitating equipment for transporting ready- mixed concrete will not be
permitted. Combination truck and trailer equipment for transporting ready-mixed concrete
will not be permitted. The quality and quantity of materials used in ready-mixed concrete
and in batch aggregates shall be subject to continuous inspection at the batching plant by
the Engineer.
11.09 STRENGTH
The minimum compressive strength of reinforced concrete shall be not less than 3250 psi at 28
days and the minimum compressive strength of non-reinforced concrete shall also be not less than
3250 psi at 28 days per SSPWC Section 201-1.1.2 – Concrete Specified by Class and Alternate
Class. The Engineer may order the cement content to be increased if he determines that such
increase is necessary to attain the required strength. Such increased quantities of cement, if so
ordered, shall be furnished at no additional cost to the City.
11.10 TESTS
The determination of compressive strength will be made by testing 6 inch diameter by 12 inch
cylinders made and cured in accordance with the "Methods of Making and Curing Concrete Test
Specimens in the Field" (ASTM C31) or the "Test Method for Compressive Strength of Cylindrical
Concrete Specimens" (ASTM C39). Tests will be made by the Contractor at one (1) test per each
50 cubic yards per 2-2604(d) of Title 24, C.A.C. and the mixes used shall be changed wherever, in
the opinion of the Engineer, such change is necessary or desirable to secure the required
workability, density, impermeability, surface finish and strength, and the Contractor shall be
entitled to no additional compensation because of such changes. The cost of all laboratory tests
on cement, aggregates, and concrete will be borne by the Contractor.
11.11 FORMS
A. Forms to confine the concrete and shape it to the required lines shall be used. The
Contractor shall assume full responsibility for the adequate design of all forms. However,
any forms which in the opinion of the Engineer are unsafe or inadequate in any respect
TS-11
SECTION 11
may at any time be condemned by the Engineer and the Contractor shall promptly remove
the condemned forms from the work and replace them at his expense.
B. Except as otherwise expressly approved by the Engineer, all lumber brought on the job site
for use as forms, shoring, or bracing shall be new material. All forms shall be smooth
surface forms.
Plywood shall be manufactured especially for concrete form work and shall be "Plyform"
as manufactured by United States Plywood Corporation, or approved equal. Plywood, 5/8
of an inch and greater in thickness, may be fastened directly to studding if the studs are
spaced close enough to prevent visible deflection marks in the concrete. Concrete
construction joints will not be permitted at locations other than those shown on the
drawings or prescribed in these specifications, except as may be approved by the Engineer.
When a second lift is placed on hardened concrete, special precautions shall be taken in the
way of the number, location and tightening of the ties at the top of the old lift and bottom
of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and
anchor bolts shall be set in the forms where required. Coring and/or blocking out for such
items will not be permitted.
C. All forms shall be true in every respect to the required shape and size; shall conform to the
established alignment and grades; and shall be of sufficient strength and rigidity to maintain
their position and shape under the loads and operations incident to placing and vibrating
the concrete.
D. Suitable and effective means shall be provided on all forms for holding adjacent edges and
ends of panels and sections tightly together and in accurate alignment so as to prevent the
formation of ridges, fins, offsets, or similar surface defects in the finished concrete. The
forms shall be tight in order to prevent the loss of water, cement, and fines during placing
and vibrating of the concrete.
E. Adequate cleanout holes shall be provided at the bottom of each lift of forms. The size,
and location of such cleanouts shall be subject to the approval of the Engineer.
F. Exterior corners in concrete members shall be provided with 3/4-inch chamfers. Re-entrant
corners in concrete members shall not have fillets unless otherwise shown on the Drawings.
G. Adequate and suitable means shall be provided for removing all forms without injury to
the surface of the finished concrete.
H. Where metal rods extending through the concrete are used to support or to strengthen
forms, the rods shall remain embedded and shall terminate not less than one inch from the
formed face of the concrete. The maximum diameter of removal cones for rod ties shall
not exceed one inch, and all such fasteners shall be such as to leave holes of conical shape
for reaming. Wire ties for holding forms will not be permitted. No form-tying device or
part thereof other than metal shall be left embedded in the concrete, nor shall any tie be
removed in such a manner as to leave a hole extending through the interior of the concrete
member. The use of form ties or form-tying methods which cause spalling of the concrete
TS-12
SECTION 11
upon form-striping or tie removal will not be permitted. Form ties shall be provided with
integral waterstops and shall be submitted to the Engineer for approval.
I. All vertical surfaces of concrete members shall be formed except where placement of the
concrete against the ground is called for on the Drawings or explicitly authorized by the
Engineer. In general, the practice of substituting excavated surfaces for forms is not
acceptable.
J. Forms shall be maintained at all times in good condition, particularly as to size, shape,
strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall
conform to the established alignment and grades. Before concrete is placed, the forms shall
be thoroughly cleaned. Form surfaces shall be treated with a non-toxic non-staining
mineral oil or other lubricant approved by the Engineer. Any excess lubricant shall be
satisfactorily removed before placing the concrete. Form oil shall not be allowed to come
in contact with existing concrete steel reinforcement, and other to be embedded in concrete.
K. Forms may be re-used if they are in good condition and if they are approved by the
Engineer. In determining the extent to which forms may be re-used, particular attention
shall be given to maintaining a uniform surface texture on all exposed concrete surfaces.
Light sanding between uses will be required wherever necessary in the opinion of the
Engineer to obtain such uniform texture.
11.12 PREPARATION OF SURFACES FOR CONCRETING
A. Earth surfaces shall be thoroughly moistened, but not saturated, prior to the placing of any
concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of
placing concrete thereon. The surface shall be free from standing water, mud, and debris
the day before and at the time of placing concrete.
B. Existing concrete surfaces upon or against which concrete is to be placed where the
placement of the old concrete has been stopped or interrupted, are defined as construction
joints. The surfaces of horizontal joints shall be leveled with a wooden float to provide a
reasonably smooth surface. A surface consisting largely of coarse aggregate shall be
avoided. Edge surfaces of the interrupted concrete shall be bulkheaded at the time of
placement to provide a surface perpendicular to the plane of the work.
C. Joint surfaces shall be cleaned of all latence, loose or defective concrete, and foreign
material. Such cleaning shall be accomplished by wet sandblasting followed by thorough
washing. All pools of water shall be removed from the surface of construction joints before
the new concrete is placed.
D. The placing of concrete shall be continuous in any element of the work. In the event
placing of concrete is to be interrupted long enough for the concrete to take a set, and an
approved construction joint is not provided for or allowed by the Engineer, the working
face shall be given a shape by the use of forms or other means that will secure proper
joining upon continuing the work.
TS-13
SECTION 11
E. No concrete shall be placed until all form work, installation of parts to be embedded, and
preparation of surfaces involved in the placing have been approved by the Engineer. All
surfaces that have become encrusted with dried grout from concrete previously placed shall
be thoroughly cleaned by sand blasting and/or other approved method.
11.13 EXCLUSION OF WATER
No concrete shall be placed in any structure until all water entering the space to be filled with
concrete has been properly cut off or has been diverted by pipes or other means and carried out of
the forms, clear of the work. No concrete shall be deposited under water without the explicit
permission of the Engineer, and then only in strict accordance with his directions; nor shall the
Contractor, without explicit permission, allow flow or water to rise on any concrete until the
concrete has attained its initial set.
11.14 MIXING
The cement, sand, and coarse aggregate shall be so mixed, and the quantity of water added shall
be such as to produce a homogeneous mass of uniform consistency. Dirt and other undesirable
substances shall be carefully excluded. All concrete shall be thoroughly mixed in a batch mixer
of an approved type and size, so designed to positively insure a uniform distribution of all the
component materials throughout the mass during the mixing operation. Only sufficient water shall
be used in mixing to give a workable mix conforming to the consistency requirements of Section
201-1.4-Mixing of the SSPWC. The mixing of each batch shall continue not less than 1 minute (1
½ minutes for reinforced concrete) after all materials, including water, are in the mixer, during
which time the mixer shall rotate at the speed for which it has been designed or at such speed as
will produce a mass of uniform consistency at the end of the mixing period. Wherever necessary
to secure proper results, the concrete shall be mixed for a longer period than herein specified, but
over mixing of concrete or overloading of mixers shall not be permitted. A batch timer and counter
including lock release and audible indicator shall be installed and used on each concrete mixer.
Hardened concrete or mortar shall not be permitted to accumulate on the inner surfaces of the
mixer. Re-tempering, i.e., remixing with the addition of water to concrete that has partially
hardened, will not be permitted.
11.15 TRANSPORTING AND PLACING
A. Concrete which, upon or before placing, is found not to conform to the requirements
specified herein shall be rejected and immediately removed from the work. Concrete
which is not placed in accordance with these Specifications, or which is of inferior quality
as determined by the Engineer shall be removed and replaced by and at the expense of the
Contractor. No concrete shall be placed except in the presence of a duly authorized
representative of the Engineer. Prior to placing any concrete, the Contractor shall give the
Engineer 48 hours working day written notice.
B. Concrete shall not be freely dropped into deep forms whether reinforcement is present or
not. Hoppers, ducts of canvas, rubber, or metal, shall be used for placing concrete in the
forms. In no case shall the free fall of concrete exceed 6 feet. Concrete shall be uniformly
distributed during the process of depositing, and in no case after depositing shall any
TS-14
SECTION 11
portion be displaced in the forms more than 6 feet in a horizontal direction. Concrete in
forms shall be deposited in uniform, horizontal layers not deeper than 2 feet. Each layer
shall be placed while the previous layer is still soft. The rate of placing concrete in wall
forms shall not exceed 5 feet of vertical rise per hour.
C. All ends of chutes, hopper gates, pump lines and all other points of concrete discharge
throughout the Contractor's conveying, hoisting, and placing system shall be so designed
and arranged that concrete passing from them will not fall separated into whatever
receptacle immediately receives it. Adequate head room provision must be made at such
points for a vertical drop and for proper baffling. Conveyor belts, if used, shall be of a type
approved by the Engineer. Chutes longer than 50 feet will not be permitted. Slopes of
chutes shall be such that concrete of the specified consistency will readily flow in them.
If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner
that none of the mortar adhering to the belt will be wasted. Pumped concrete, if used, shall
meet all requirements of these specifications.
Compression test and slump test samples shall be taken at the hose discharge. Lubricating
grout used for start-up shall be wasted and not used as part of the concrete. Pumping
equipment, layout and procedures shall be approved by the Engineer.
11.16 ORDER OF PLACING CONCRETE
A. The order of placing concrete in all parts of the work shall be subject to the approval of the
Engineer. The concrete shall be placed in units as bounded by construction joints shown
on the Drawings. The placing of units shall be done by placing alternate units in a manner
such that each unit placed shall have cured at least 7 days before the contiguous unit or
units are placed.
B. The surface of the concrete shall be level whenever a run of concrete is stopped.
11.17 TAMPING AND VIBRATING
A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and
compacted by vibrating and/or tamping and rodding throughout the entire depth of the layer
which is being consolidated into a dense, homogeneous mass filling all corners and angles,
thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a
slight excess of water to the exposed surface of concrete during placement.
B. The concrete shall be carefully worked by rodding and vibrating to make sure that all air
and rock pockets have been eliminated.
C. Concrete in walls shall be internally vibrated. Subsequent layers of concrete shall not be
placed until the layers previously placed have been worked thoroughly. High-speed power
vibrators of an approved immersion type shall be used in sufficient numbers, with stand-
by units as required, to accomplish the results herein specified immediately after concrete
is placed in the forms. The vibrating head shall be kept from contact with the surfaces of
TS-15
SECTION 11
the forms. Concrete shall not be vibrated excessively or to worked in any manner that
causes segregation of its constituents or tends to bring an excessive amount of water to the
surface. Form vibrators are prohibited.
11.18 CURING
A. General: All concrete shall be cured for not less than 3 days after placing, in accordance
with the method specified herein for the different parts of the work.
B. CURING METHOD
1. The surface shall be sprayed with a non-toxic, white pigmented liquid curing
compound which will not affect the bond of paint to the concrete surface. It shall
be applied in accordance with the manufacturer's instructions at a maximum
coverage rate of 200 square feet per gallon in such a manner as to cover the surface
with a uniform film which will seal thoroughly.
2. Care shall be exercised to avoid damage to the seal during the curing period. Should
the seal be damaged during the curing period, the area affected shall be immediately
resealed by the application of additional curing compound.
3. Wherever curing compound may have been applied by mistake to surfaces against
which concrete subsequently is to be placed and to which it is to adhere, the said
compound shall be entirely removed by wet sandblasting.
4. Curing compound shall be applied within 2 hours after completion of the finish on
unformed surfaces, and within 2 hours after removal of forms on formed surfaces.
When repairs are to be made to an area on which curing compound has been
applied, the area involved shall first be wet-sandblasted to remove the curing
compound, following which repairs shall be made as provided under Section 11.19
– Care and Repair of Concrete of these Specifications.
11.19 CARE AND REPAIR OF CONCRETE
The Contractor shall protect all concrete against injury or damage from excessive heat, lack of
moisture, overstress, abuse, or any other cause until final acceptance by the City. Particular care
shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging
the surfaces. Any concrete found to be damaged, or which may have been originally defective, or
which becomes defective at any time prior to the final acceptance of the completed work, or which
departs from the established line or grade, or which for any other reason does not conform to the
Specifications, shall be satisfactorily repaired or removed and replaced with acceptable concrete
at the Contractor's expense.
11.20 FINISH OF CONCRETE SURFACES
A. All finished or formed surfaces shall conform accurately to the shape, alignment, grades,
and sections as shown on the Drawings or as prescribed by the Engineer. Surfaces shall be
TS-16
SECTION 11
free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall
present a finished, smooth continuous hard surface.
B. Except as otherwise provided herein, unformed top surfaces of concrete shall be brought
to uniform surfaces and worked with suitable tools to a reasonably smooth finish.
Excessive floating of surfaces while the concrete is plastic will not be permitted. All
surfaces shall be placed monolithically with the base slab. Dusting of dry cement and sand
on the concrete surface to absorb excess moisture will not be permitted. The top of all
unformed finished surfaces shall be given a steel trowel finish. At the Contractor's option,
surfaces may be finished with a power float after bull floating or darbying.
11.21 TREATMENT OF SURFACE DEFECTS AND HOLES
A. As soon as forms are removed, all exposed surfaces shall be carefully examined, and any
irregularities shall be immediately rubbed or ground in a satisfactory manner in order to
secure a smooth, uniform, and continuous surface. Plastering, coating or "Sacking" of
surfaces to be smoothed will not be permitted. No repairs shall be made until after
inspection by the Engineer, and then only in strict accordance with his directions. Concrete
containing voids, holes, honeycombing, or similar depression defects, shall be completely
removed and replaced. Defective surfaces to be repaired shall be cut back from trueline a
minimum depth of 2-inch over the entire area. Feathered edges will not be permitted. In
no case will extensive patching of honeycombed concrete be permitted. The Contractor
shall advise the Engineer as to the corrections or changes in his construction operations he
plans to employ to preclude future honeycomb or punky concrete. All repairs and
replacements herein specified shall be promptly executed by the Contractor at his sole cost
and expense. The material used for repair purposes shall consist of a mixture of one sack
of cement to three cubic feet of sand.
B. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the
surface of the holes clean and rough. Holes shall be thoroughly washed with potable water
and filled in an approved manner with dry-packed mortar and cured in accordance with the
requirements of Section 11.18 - Curing of these Specifications.
C. All repairs shall be built up and shaped in such a manner that the completed work will
conform to the requirements of Section 11.19 – Care and Repair of Concrete of these
Specifications, using approved methods which will not disturb the bond or cause sagging
or horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of
curing treatment as required for the concrete in the repaired section.
11.22 CONSTRUCTION JOINTS
Construction joints shall be provided where shown on the Drawings. Special care shall be used in
preparing concrete surfaces at joints where bonding between two sections of concrete is required.
Unless otherwise indicated on the Drawings, such bonding will be required at all horizontal joints
in walls. Surfaces shall be prepared in accordance with Section 11.12 – Preparation of Surfaces
for Concreting of these Specifications. Joint separation "controlled cracking" occurs naturally at
the interface of the slab edges.
TS-17
SECTION 11
11.23 ADMIXTURES
A. An air-entertaining agent meeting the requirements of "Specifications for Air-Entraining
Admixtures for Concrete" (ASTM Designation C260) shall be used. Sufficient air-entering
agent shall be used to provide a total air content of 4-1/2 percent (+1 1/2 percent) at the
point of placement. The City reserves the right at any time to sample and test the air-
entraining agent received on the job by the Contractor. In no event shall any of said agent
be used for work under the contract without approval by the Engineer. The air-entering
agent shall be added to the bath in a portion of the mixing water. The solution shall be
batched by means of a mechanical batcher capable of accurate measurement.
B. A calcium lignosulfonate or hydroxylater carboxylic acid type admixture may be added to
the concrete mixture to improve workability, effect water reduction, increase the ultimate
strength and provide a controlled rate of hardening. The quantity of admixture used and
the method of mixing shall be in strict accordance with the manufacturer's
recommendations and a manufacturer's representative shall provide job consultation prior
to use.
11.24 DRY-PACKED MORTAR
Mortar used to dry-pack concrete surface imperfections or to patch existing concrete openings
shall be Class E per Section 201-5.1 – General (Cement Mortar) of the SSPWC. The mortar shall
also be quick setting per Section 201-7.2 – Quick-Setting Grout . The Contractor shall add an
epoxy bonding agent to the mortar as manufactured by Concrete Tie, GP-1000 and shall be added
to the mortar per Concrete Tie specification.
11.25 PAYMENT
Payment for portland cement concrete will be made at the unit or lump sum price listed in the
Proposal or, if no separate item is included, in the other items of work to which it relates.
*** END OF SECTION 11 ***
TS-18
SECTION 12
SECTION 12 – CONCRETE FLATWORK
12.01 GENERAL
The Contractor shall furnish all plant, labor, materials, tools, equipment transportation and all
incidental work and services required to construct concrete curbs, walks, gutters, cross gutters,
alley intersections, access ramps and driveways shown on the Drawings or specified, in accordance
with these Specifications and Sections 201 and 303-5 of the SSPWC, except as modified herein
and as approved by the applicable jurisdiction.
12.02 SUBGRADE
Subgrade shall be prepared in accordance with Section 301.1 of the SSPWC. The completed
subgrade shall be tested for grade and cross-section by means of a template extending the full
depth of the section and supported between the side forms. The subgrade and forms shall be
thoroughly watered in advance of placing concrete.
12.03 MATERIAL
Unless otherwise specified all curbs, gutters sidewalks and driveways shall be constructed with
Class 560-C-3250 concrete. Concrete aggregate shall be No. 3 grade unless specified otherwise by
the Engineer. All concrete shall comply with Section 201 of the SSPWC.
12.04 MIXING, PLACING AND CURING
The mixing, placing and curing of concrete shall comply with Section 303-5 of the SSPWC.
12.05 FORMS
All forms shall be set to the true lines and grades as shown on the Drawings and typical cross-
sections. The depth of forms for curbs and gutters shall be equal to the full depth of the structure.
The depth of forms for 4-inch sidewalk may be 3-5/8 inches. Timber forms, if used, shall be
surfaced on the side next to the concrete and on the upper edge and shall be of the required size
and strength to maintain their rigidity when the concrete is placed. Timber forms on all straight
work shall not be less than 1-5/8-inch in thickness after being surfaced. The forms on the front of
curbs shall be removed not less than 2 hours or more than 6 hours after the concrete has been
placed. All other forms shall remain in place until the concrete is thoroughly set. Forms shall be
cleaned thoroughly each time they are used and coated with light oil as often as necessary to
prevent the concrete form adhering to them. Warped or rough forms will be rejected.
Curb forms shall be held rigidly in place by the use of pairs of iron stakes placed at intervals not
to exceed 4 feet. Clamps, spreaders and braces shall be used where required to insure rigidity in
the forms.
TS-19
SECTION 12
12.06 JOINTS
Expansion joints shall be installed at each driveway top of "X". Transverse expansion joints in
curbs, gutters and sidewalks shall be installed at all returns and shall be spaced at intervals not to
exceed 60 feet between joints. An effort shall be made to space all joints in such a manner so as to
create an appearance of uniformity. Expansion joints shall be filled with joint filler strips 1/2-inch
thick and shall extend the full width and depth of curb, gutter and sidewalk.
The joint filler strips shall be in one piece, pre-cut to true cross-section and installed true to line
and grade and at true angles to the curb and gutter line. Edges of expansion joints shall be rounded
with an approved edging tool having a radius not to exceed 1/4-inch and all excess concrete shall
be removed from around the joint.
Weakened plane joints shall be installed at regular intervals not exceeding 10 feet for walks and
20 feet for curb and gutters. Weakened plane joints shall be constructed in accordance with Section
303-5.4.3 of the SSPWC.
12.07 FINISHING
Finishing of concrete curbs, walks, gutters, cross gutters, alley intersections, access ramps and
driveways shall conform to Section 303-5.5 of the SSPWC.
A mortar finish will not be allowed under any circumstances.
12.08 CURING
Exposed concrete surfaces shall be cured in accordance with Section 303-5.6 of the SSPWC.
12.09 REMOVALS
When Drawings provide for reconstruction of existing sidewalks, curbs and driveways limits of
the removal are to be saw cut to a depth of 1-1/2-inches. Limits are to fall on the nearest full section
of walk or curb at the next weakened plane or expansion joint.
12.10 REPAIRS AND REPLACEMENTS
Any new work found to be defective or damaged prior to its acceptance shall be repaired or
replaced by the Contractor at no expense to the City in accordance with Section 300-1.3 of the
SSPWC.
12.11 CURB MACHINES
The use of curb machines will require approval by the appropriate Director of Public Works or
City Engineer prior to its use.
TS-20
SECTION 12
12.12 PAYMENT
Payment for concrete curbs, walks, gutters, cross gutters, alley intersections, access ramps and
driveways will be made at the unit or lump sum price listed in the Proposal or, if no separate item
is included, in the other items of work to which it relates.
*** END OF SECTION 12 ***
TS-21
SECTION 13
SECTION 13 – CONCRETE STRUCTURES
13.01 GENERAL
The Contractor shall furnish all plant, labor, materials, tools, equipment, excavation, backfill and
all incidental work and services required to construct concrete structures such as, culverts,
headwalls, end-walls, drop inlets, catch basins, retaining walls, piles, reinforced and non-
reinforced, complete in place in accordance with these Specifications, the Drawings, applicable
standard drawings and Sections 201, 205, 303 and 305 of the SSPWC.
13.02 STRUCTURES
Portland cement concrete structures shall conform to the applicable Sections of the SSPWC.
13.03 REINFORCING
Reinforcing steel shall conform to Section 201-2 of the SSPWC and applicable ASTM Standards.
13.04 MISCELLANEOUS METAL ITEMS
Miscellaneous metal items shall conform to Section 206 of the SSPWC and applicable ASTM
Standards.
13.05 PAYMENT
Concrete structures that are identified on the Drawings or in the Special Provisions shall be paid
for at the unit price bid either by lump sum or as listed in the Proposal or, if no separate item is
included, in the other items of work to which it relates.
*** END OF SECTION 13 ***
TS-22
SECTION 14
SECTION 14 – REINFORCING STEEL
14.01 GENERAL
The Contractor shall furnish all plant, labor, materials, tools, equipment, excavation, backfill and
all incidental work and services required to construct reinforcing steel, complete in place in
accordance with these Specifications, the Drawings, and applicable standard drawings.
14.02 MATERIALS
Materials shall conform in quality to the requirements of the "Specifications for Deformed and
Plain Billet-Steel Bars for Concrete Reinforcement," (ASTM A615) Grade 60.
14.03 INSTALLATION
A. Cleaning:
Reinforcement steel, before being positioned, shall be free from loose mill and rust scale,
and from coatings that may destroy or reduce the bond. Immediately prior to placing
concrete reinforcement steel shall be re-inspected and cleaned as necessary in a manner
acceptable to the Engineer including sandblasting.
B. Fabrication:
Reinforcement steel shall be accurately formed to the dimensions and shapes indicated on
the applicable Drawings, and the fabricating details shall be prepared in accordance with
the ACI Building Code (ACI 318), except as modified herein or by the Drawings. Stirrups
and tie bars shall be bent around a pin having a diameter not less than 2 times the minimum
thickness of the bar. Bends for other bars shall be made around a pin having a diameter
not less than 6 times the minimum thickness, except for bars larger than 1 inch, in which
case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold.
C. Straightening:
Reinforcement steel shall not be straightened or re-bent in a manner that will injure the
material. Bars with kinks or bends not shown on the Drawings shall not be used. Heating
of the reinforcement will be permitted only when approved by the Engineer.
D. Placing:
Reinforcement steel shall be accurately positioned in accordance with the Drawings and
secured by using annealed iron wire ties or suitable clips at intersections, and shall be
supported by concrete or metal supports, spacers, or metal hangers. Metal clips or supports
shall not be placed in contact with the forms. Tie wires shall be bent away from the forms
in order to provide the specified concrete coverage. Bars in addition to those shown on the
Drawings that may be found necessary or desirable by the Contractor for the purpose of
securing reinforcement in position, shall be provided by the Contractor at his own expense.
The practice of "burying" selected bars shall be done only with the Engineers approval.
E. Splicing:
TS-23
SECTION 14
When it is necessary to splice reinforcement at points other than where shown, the character
of the splice shall be determined by the Engineer. Unless otherwise shown, splices of
horizontal bars shall be staggered. The lapping of splices shall be 30 bar diameters unless
otherwise shown. Reinforcement bars, other than tie bars, shall not be spliced at points
other than shown on the approved shop bending diagrams and placement lists. Laps of
wire mesh shall be one width of wire spacing, and adjourning sheets shall be securely tied
together with No. 14 wire, one tie for each two running feet. Wires shall be staggered and
tied in such a manner that they cannot be misplaced.
14.04 PAYMENT
Reinforcing steel that is identified on the Drawings or in the Special Provisions shall be paid for
at the unit price bid either by lump sum or as listed in the Proposal or, if no separate item is
included, in the other items of work to which it relates.
*** END OF SECTION 14 ***
TS-24
SECTION 15
SECTION 15 – MISCELLANEOUS METALWORK
15.01 GENERAL
The Contractor shall furnish, fabricate, and install all miscellaneous metalwork required by these
Specifications and the accompanying Drawings. Miscellaneous metalwork, as used herein, is
defined as all items required to be fabricated from structural steel shapes, plates, bars and their
products. Except for miscellaneous metalwork items manufactured of stainless steel, all structural
steel shapes, plates, bars and their products shall conform to the "Specifications for Structural
Steel" (ASTM A36) or the "Specifications for Low and Intermediate Tensile Strength Carbon Steel
Plates of Structural Quality" (ASTM A283), (Grade B or C). All miscellaneous items shall be
galvanized after fabrication. Shop drawings of all miscellaneous metalwork shall be furnished.
Fabrication shall not be commenced prior to approval of shop drawings.
15.02 BOLTS
The Contractor shall furnish and set all bolts and anchor bolts. All bolts and anchor bolts shall be
low-carbon steel, galvanized after fabrication or they shall be stainless steel. Steel for bolts shall
meet the requirements of the "Specifications for Carbon Steel Externally and Internally Threaded
Standard Fasteners", Grade B (ASTM A307). Steel for anchor bolts shall meet the requirements
of "Specifications for Steel Structural Rivets", (ASTM A502) with the following exceptions and
additions: (1) the nut material shall be free cutting steel and (2) the nuts shall be capable of
developing the full strength of the anchor bolts. Threads shall be Coarse Thread Series conforming
to the requirements of the American Standard for Screw Threads. All bolts shall have hexagon
heads and nuts shall be Heavy Hexagon Series.
15.03 GALVANIZING
All structural steel plates, shapes, bars and fabricated assemblies required to be galvanized shall,
after the steel has been thoroughly cleaned of rust and scale, be galvanized in accordance with the
"Specifications for Zinc (Hot-Galvanized) Coatings on Products Fabricated from Rolled, Pressed
and Forged Steel Shapes, Plates, Bars and Strips" (ASTM A123). Any galvanized part that
becomes warped during the galvanizing operation shall be straightened. Bolts, anchor bolts, and
similar threaded fasteners, after being properly cleaned shall be galvanized in accordance with the
"Specifications for Zinc Coating (Hot Dip) on Iron and Steel Hardware" (ASTM A153).
15.04 PAYMENT
Miscellaneous metal work that is identified on the Drawings or in the Special Provisions shall be
paid for at the unit price bid either by lump sum or as listed in the Proposal or, if no separate item
is included, in the other items of work to which it relates.
*** END OF SECTION 15 ***
TS-25
SECTION 16
SECTION 16 – WATER DISTRIBUTION PIPELINES
16.01 GENERAL - PIPING
The Contractor shall furnish and install all pipe, fittings, valves, supports, bolts, nuts, gaskets,
jointing, materials and appurtenances as shown on the Drawings and as specified herein, and shall
furnish and install all auxiliary piping and connections, all as required for a complete and workable
piping system.
16.02 STEEL PIPE
(a) General: Fabricated steel pipe and fittings, 6-inches in diameter and larger, shall conform to
the requirements of the "Steel Water Pipe 6-Inches and Larger", (AWWA C200). Steel pipe, 4-
inches in diameter and smaller shall conform to the "Specifications for Black and Hot-Dipped Zinc
Coated (Galvanized) Welded and Seamless Steel Pipe for Ordinary Uses" (ASTM A120) and shall
be standard weight. Galvanized steel pipe shall not be cement mortar lined unless otherwise shown.
Buried galvanized pipe shall be wrapped with polyvinyl chloride tape with a total thickness of 30
mils. The tape shall be Plicoflex No. 340 or approved equal. The pipe first shall be primed
following which the tape shall be applied strictly in accordance with the manufacturer's
instructions.
(b) Pipe: Pipe 8-inch diameter and larger shall be fabricated from 1/4-inch wall thickness steel
sheet or plate, and pipe smaller than 8-inch diameter shall be fabricated from 10 gage steel sheet
or plate. The pipe shall be manufactured in sections having nominal lengths of 30 to 48 feet except
where special sections are required. The pipe shall be furnished with rubber gaskets, butt straps,
and closure pieces where shown or required.
(c) Interior Lining: Pipe and fittings, as indicated on the Drawings, shall be cement mortar lined
in conformance with the "Standard for Cement Mortar Protective Lining and Coating for Steel
Water Pipe - 4-inch and Larger-Shop Applied", (AWWA C205).
(d) Exterior Coating: Steel pipe and fittings exposed to the atmosphere, inside structures and
above ground shall be thoroughly cleaned and given a shop coat of rust-inhibitive red lead primer
and two coats of enamel. All buried, 12-inch and larger steel pipe and fittings shall be cement
mortar coated in conformance with the above referenced AWWA C205. All buried, 10-inch and
smaller steel pipe and fittings shall be coated with a tape coating system per AWWA C214.
(e) Hand holes: The pipe fabricator shall provide 5-inch diameter minimum hand holes at
identified locations that require field application of cement mortar lining. For pipes 24-inch in
diameter and smaller, mortaring the inside of joints may be accomplished by inserting a tight fitting
swab or ball in the joint end of the installed pipe, when ready to insert the spigot end of the pipe
to be joined, coat the face of the cement mortar lining at the bell end with sufficient stiff cement,
sand, and water mortar to fill the space between adjacent mortar linings of the two pipes to be
joined, and immediately after joining the pipes, draw the swab or ball through the pipe to remove
all excess mortar and expel it from the open pipe end.
TS-26
SECTION 16
(f) Trench Bearing: Steel pipe 4 inches or larger in diameter shall be installed in trenches in such
a manner that the pipe shall have uniform bearing along the bottom of the trench, except at bell
holes for flanges and field-welded joints.
(g) Jointing: The pipe shall have welded or flanged joints. Where practicable, sections of pipe
between flanges and/or couplings shall be shop-welded where indicated or required. Welding shall
be as specified hereinafter.
(h) Lining and Coating: After welding jointing, the lining and coating of the pipe shall be made
continuous by pointing the joint with mortar of one part portland cement, one part sand, and water.
(i) Pipe Welding: Circumferential joints in steel pipe shall be welded by use of electric arc in such
a manner as to insure a connection equally or surpassing the strength of adjacent pipe. Care shall
be taken to prevent spilling of the mortar lining and coating. All field welding shall be done in
accordance with the applicable requirements of AWWA Standard C206, entitled “Field Welding
of Steel Water Pipe Joints.”
All shop and field welding, whether manual or by machine, shall be as specified herein. Welds to
fabricate pipe shall be made in accordance with the requirements of the applicable reference
specifications under which the pipe is fabricated as amended herein.
Welds specified herein, or shown on the Drawings, shall conform to the contours shown on these
Drawings or indicated by standard welding symbols on such drawings. Welds, when tested, shall
develop a tensile strength equal to that of adjoining parent metal.
Finished weld bead shall be centered in the seam, and the finished joints shall be reasonably
smooth and free from depressions, cut edges, burrs, irregularities, and valleys. Each deposited
layer of welded material shall be thoroughly wire brushed, and all slag, scale, and other loose
material shall be removed before any additional weld metal is applied. Fillet welds shall have the
full penetration into the corner of the fillet and shall be obtained with a minimum cutting back of
the edge of the outside sheet. Fillet welds shall be of the size specified herein or shown on the
drawings, and in any case, shall have a thickness of not less than that of the thinnest member to be
joined.
Welds considered by the City to be deficient in quality, or made contrary to any mandatory
provisions of these Specifications, shall be removed by chipping or cutting and re-made.
Weld metals shall be removed throughout its depth to expose clean base metal, but in no case shall
the chipping or cutting extend into the base metal beyond the depth of weld penetration.
Caulking of welds will not be permitted. Tack welds shall be removed if required by the City.
Weld test specimens taken from materials fabricated for the work of these Specifications shall be
taken in accordance with the respective reference specifications under which the particular item is
being fabricated. Said specimens shall be furnished to the City Inspector to enable the City to
ascertain that welds of the proper quality are being made. The furnishing of specimens in
TS-27
SECTION 16
insufficient time so as to cause delay in the fabrication of materials shall not be cause for a time
extension nor extra cost item to the contract.
The City shall have the right to request and witness the making of weld test specimens by a welder
when, in the opinion of the City, a satisfactory weld is not being made. Specimens shall be
furnished by the Contractor and a weld of the type in question shall be made. The weld specimen
shall then be submitted to a test laboratory approved by the owner and subject to the appropriate
test to determine the character of the quality in question. The expense of said test shall not be borne
by the Contractor. If more than one test is to be performed, additional specimens shall be furnished
by the Contractor as required. The requirements of this provision shall not be cause for a time
extension nor extra cost item to the Contract.
(j) Qualifications for Welding Operators: Manual welders shall be qualified in accordance with
the latest revision of Section IX of the ASME Boiler Construction Code entitled, “Welding
Qualifications” or under the Standard Qualification Procedure of the American Welding Society.
All welding operators shall be qualified under paragraph U-69 of ASME Code for Unfired Pressure
Vessels, or Paragraph W.451 of API-ASME Code for Standard Qualification Procedure of the
American Welding Society.
(k) Welding Filler Material: Electrodes for manual welding shall conform to the American
Welding Society Standards. All welding electrodes shall be subject to the approval of the City.
(l) Welding Equipment: Contractor’s equipment for welding and flame cutting shall be so
designed and manufactured to permit qualified welding operators to follow the procedures and
obtain the results described in these Specifications.
16.03 DUCTILE IRON PIPE
(a) Ductile iron pipe and fittings shall be cement mortar lined in conformance with ANSI A21.4
and shall be Pressure Class Designation 350. Pipe shall be furnished in approximately 18 foot
lengths with bell and spigot ends and shall conform to ANSI A21.51 in all respects except details
of the joint.
(b) Ductile iron pipe joints shall be of the push-on rubber gasket type conforming ANSI A21.11.
Mechanical, restrained, and flanged joints shall be provided where shown on the Drawings.
(a) Ductile iron fittings for joining ductile iron pipe shall be restrained joints, the joint shall be
mechanical joint with set screws on the retainer gland. The set screws shall be square head,
double heat tested steel screws designed to bite into the pipe surface to prevent joint separation.
(b) All ductile iron pipe joints within 30 feet of any bend, fitting, tee, cross, or angle point shall be
restrained.
TS-28
SECTION 16
16.04 SLEEVE-TYPE COUPLINGS AND FLANGE ADAPTERS
Sleeve-type couplings and flange adapters shall be furnished where shown and shall be Smith-
Blair or approved equal. Couplings shall be of steel with epoxy coated stainless steel bolts, epoxy
coated stainless steel hardware, without pipe stop, and shall be sized to fit the pipe and fittings
shown. The middle ring shall not be less than 1/4-inch in thickness and shall be 12 inches long.
16.05 FLANGE GASKETS AND BOLTS
Flange gaskets shall be full face ring type, with bolt holes pre-punched, Romac 5000, Tripac 5000,
Klinger 4401, or approved equal. Gasket thickness shall be 1/16-inch for pipe 10 inches and
smaller and 1/8-inch for 12-inch and larger pipe. Flanged assembly bolts shall be standard hex-
head machine bolts with heavy, hot pressed, hexagon nuts. Threads shall conform to ANSI B1.1,
coarse thread series, Class 2 fit. Bolts length shall be such that after joints are made up, the bolts
shall protrude through the nut but not more than 1/2-inch. All bolts for use in installations shall be
stainless steel Type 316.
16.06 EXCAVATION AND BACKFILL
(a) EXCAVATION. The Contractor shall make all necessary excavation to construct the work
as shown on the Drawings and shall remove all abandoned pipes, trees, stones, debris and other
obstructions that may be encountered in making the excavation.
The trench at the end of each day shall not be excavated more than one hundred (100) feet in
advance of the pipe laying, nor left unfilled for more than one hundred (100) feet where the pipe
has been laid.
The trench shall be excavated to a depth of six-inches below the bells and re-filled to invert grade
with sand and thoroughly compacted into place at the Contractor's expense for all labor and
material.
If any trench bottom, through neglect of the Contractor, be excavated below the grade as required
by the Drawings and these specifications, it shall be re-filled to grade with sand thoroughly
compacted into place at the Contractor's expense for all labor and material.
Excavation shall be supported in a safe manner meeting the requirements of CAL OSHA. Existing
improvements of any kind, either on public or private property, shall be fully protected from
damage.
If any damage does result to such improvements, the Contractor shall make the necessary repairs
or reconstruction at his own expense and as directed by the Engineer. Sheet piling or other timbers
shall be removed in such a manner as to prevent caving of the walls of the excavation. The
minimum width of excavation shall be 12-inches (6-inches on each side) more than the exterior
diameter of the pipe exclusive of joints and tees.
(b) BACKFILL. All pipe trenches shall be backfilled to twelve inches over the top of the pipe
with sand conforming to Section 200-1.5 of the SSPWC. The material shall be placed
TS-29
SECTION 16
simultaneously on both sides of the pipe and shall be completely worked by tamping around the
pipe. Such backfilling must be witnessed by both the Inspector and the Contractor hired soils
engineer. It shall be compacted to not less than 90 percent of maximum density. Prior to placing
the remaining backfill, all material that has inadvertently fallen into the excavation, shall be
removed to twelve inches above the pipe before commencing trench backfilling. This requirement
is mandatory. The remaining backfill shall be crushed aggregate base (CAB), shall not contain any
material obtained from the excavation, and shall be placed in layers not exceeding 12-inches in
thickness. Each layer shall be compacted to not less than 90 percent of maximum density.
16.07 CUTTING AND RESTORING EXISTING PAVEMENT
Street destroyed in connection with performing the work required under the Contract shall be
replaced with the same kind or better by the Contractor. If a strip of existing pavement less than
five (5) feet is left between a trench and a gutter or edge of pavement, it shall be removed and new
pavement placed in its stead. In cutting or breaking up street surfacing, the Contractor shall not
use equipment which will damage the adjacent pavement. All concrete pavement surfaces shall be
scored with concrete sawing equipment; provided, that any portland cement concrete base under
an asphalt mix surface will not be required to be scored by sawing. Asphaltic-concrete pavement
shall be removed to clean straight lines.
Concrete sidewalks, curbs and gutter required to be removed in connection with performing the
work under the contract shall be cut to the nearest score mark and shall be replaced with the same
kind or better by the Contractor.
Immediately after completing the backfilling of any section of pipeline in a paved area, temporary
resurfacing at least 1-1/2 inches in thickness, shall be placed over the backfilled trench and
maintained by the Contractor at his own expense. Upon completion of substantial parts of the
project, but not before the pipeline is tested the temporary resurfacing shall be placed with
permanent resurfacing.
All work shall match the appearance of the existing improvements as nearly as practical.
Lampblack or other pigments may be added to the concrete to attain the necessary result.
In all cases the repaving and repairing shall be done in accordance with the requirements of the
local authorities having jurisdiction in the area of the work.
16.08 INSTALLATION OF PIPE
(a) The Contractor shall install pipe closure sections, fittings, valves and appurtenances shown,
including bolts, nuts, gaskets, jointing materials and thrust blocks.
(b) At all times when the work of installing pipe is not in progress, all openings into the pipe and
the ends of the pipe in the trenches or structure shall be kept tightly closed to prevent entrance of
animals and foreign materials. The Contractor shall take all necessary precautions to prevent the
pipe from floating due to water entering the trench from any source, shall assume full responsibility
for any damage due to this cause and shall at his own expense restore and replace the pipe to its
specified condition and grade if it is displaced due to floating. The Contractor shall maintain the
TS-30
SECTION 16
inside of the pipe free from foreign materials and in a clean and sanitary condition until its
acceptance by the City.
(c) Where closure sections are required by the Contractor's laying operation, the sections shall be
installed in accordance with the applicable section of these Specifications.
(d) The pipe sections shall be laid in the trench to true alignment and grade in accordance with
the Drawings. Exceptional care shall be taken in placing the pipe and making the field joint.
Bumping of the pipe in the trench will not be permitted. Steel pipe shall be welded, unless
otherwise shown on the Drawings. Concrete thrust blocks shall be provided at the locations and of
the sizes as shown on the Drawings.
(e) Special care shall be taken during unloading and placing the pipe in trenches. Fabric or other
approved slings shall be used for steel pipe. Sandbags shall be used to support all stockpiled pipe.
Bell holes shall be dug under each bell to permit even bearing of the pipe along the entire length.
(f) Pipe ends shall be reamed to the full bore of the pipe. Threads shall conform to ANSI B2.1. In
making up threaded joints, an accepted thread lubricant shall be applied to the male threads only.
(g) Flanged joints shall be made up square with even pressure upon the gaskets and shall be
perfectly watertight.
(h) Bell and spigot joints shall be made up concentrically with the rubber gasket completely
retained by the bell or spigot groove. A feeler gage shall be used to determine if each joint has
been properly assembled.
(I) When steel pipe is not to be welded, concrete thrust blocks shall be constructed at all changes
in direction. Thrust blocks shall be constructed against undisturbed earth. Each thrust block shall
be placed so that valves and fittings are accessible for repair. Size of thrust blocks shall be as
shown or as directed by the Engineer.
16.09 INSULATING BUSHINGS AND UNIONS
Pipe and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon
insulating pipe bushings or unions as manufactured by Smith Blair, Corrosion Control Products,
Co., or approved equal.
16.10 SERVICE LATERALS
(a) New service laterals are to be installed of the size and at the location shown on the Drawings.
All services shall utilize a brass double strap service saddle for tap to ductile iron main.
(b) Service lateral material shall be Type K soft copper.
(c) Service laterals are to be installed, chlorinated, pressure tested and flushed before connection
is made to meters.
TS-31
SECTION 16
(d) No joints shall be made in service lateral runs without the inspector's permission.
(e) All new services shall be installed before new mains are pressurized and chlorinated.
16.11 VALVES - GENERAL
(a) All valves and gates shall be of new manufacture. The flanges may be either raised or plain
faced and shall be faced and drilled to 150-pound American Standard dimensions, unless otherwise
shown on the Drawings. Each valve body shall be tested to a pressure equal to twice its design
water working pressure, except that gate valves shall be tested in accordance with "Standard for
Gate Valves for Ordinary Water Works Service" (AWWA C500).
(b) All interior parts of valves manufactured of bronze or brass except valve stems, shall conform
to the requirements of ASTM B62. Gate valve stems shall be of bronze, containing aluminum and
having a minimum tensile strength of 60,000 psi, a yield strength of 40,000 psi and elongation of
at least 100 percent in two inches, as determined from a test coupon poured from the same ladle
from which the valve stems to be furnished are poured.
(c) Except as otherwise provided, all ferrous surfaces (excluding non-corrosive surfaces) in the
water passages of all valves, 4-inch and larger, shall be coated with an epoxy coating meeting the
requirements of Sections 16.18 and 16.19. All buried valves shall be provided with an exterior
protective coating in accordance with Section 16.20.
16.12 RESILIENT SEAT GATE VALVES
(a) Gate valves shall conform to the above referenced AWWA C500. Gate valves shall be
designed for a water working pressure of 175 psi and shall be iron-bodied, bottom-wedging,
double-disc with parallel seats and shall have 2-inch square operating nut or handwheel, as shown,
opening to the left. In addition, non-rising stem gate valves shall be equipped with "O" ring seals.
Unless otherwise shown, gate valves shall have non-rising stems and shall be furnished with
flanged ends. Gate valve shall be new and of current manufacture and shall be as manufactured by
Mueller Co., or approved equal.
(b) All interior parts of gate valves shall be constructed of bronze conforming to the requirements
of this section.
(c) Ferrous surfaces in the water passages of valves 4-inches in diameter and larger shall be epoxy
coated in accordance with Sections 16.18 and 6.19. The coating shall not be applied to stainless
steel, brass or bronze surfaces.
(d) Resilient seat gate valves shall be used for installations up to 12-inches in size exclusively.
16.13 BUTTERFLY VALVES
(a) BUTTERFLY VALVES. Butterfly valves shall conform to the "Standard for Rubber-Seated
Butterfly Valves" (AWWA C504), except that butterfly valves, 24-inch and smaller, may be of the
shorter laying length and the seat may be bonded into a groove in the valve body. The valves shall
TS-32
SECTION 16
be of the class indicated on the Drawings. Valve bodies shall be cast iron conforming to the
"Specification for Gray Cast Iron Casting for Valves, Flanges and Pipe Fittings" (ASTM A126),
Class B. Valve shafts shall be of Type 316 stainless steel, running in "oilite", or approved equal,
sleeve-type bearings and fitted at the outer end for connection to operating gearing. Ferrous
surfaces in the water passages of all valves (excluding those surfaces manufactured of non-
corrosive materials) shall be coated in accordance with Section 18. Butterfly valves shall be Pratt
Groundhog or approved equal.
(b) MANUAL OPERATORS. The type of manual operator to be provided with each butterfly
valve shall be as shown. Manual operation shall be through totally-enclosed, permanently-
lubricated gear reducers. Gear reducers shall have a self-locking worm or spur and rack-type
gearing and shall be equipped with handwheel or with a 2-inch square operating nut on the input
shaft as noted on the drawings. Open and close stops shall be provided to limit valve disc travel.
Handwheel operators shall be equipped with position indicators. The operators for buried butterfly
valves shall be totally-enclosed, have fully-gasketed, sealed and grease-packed operator cases
suitable for and expressly designed for installation and operation in a buried location. The
minimum torque rating for a buried service operator shall be 8,000 inch-pounds.
(c) Butterfly valves shall be used for installations of 14-inch and larger only and at the direction
of the Engineer.
16.14 MISCELLANEOUS SMALL VALVES
Miscellaneous small valves shall be as shown. Where not specifically labeled, valves smaller than
4-inch shall be lever-operated, rubber-faced, eccentric plug valves as manufactured by DeZurik or
approved equal.
16.15 VALVE BOXES
Valve boxes shall be as shown on Standard Drawing W-10.
16.16 CORPORATION STOPS
Corporation stops shall be James Jones No. J-3403 or Ford No. FB- 1100 for 1-inch and J-1943 or
FB-1100 for 2-inch.
16.17 INSTALLATION OF VALVES
All buried valves shall have the operating nuts in a vertical position except as otherwise noted.
Valve boxes, where called for, shall be centered over the operating nuts and shall be set plumb.
Butterfly valves with handwheel operators shall be installed with the handwheels in the position
shown. When necessary, valve extensions shall be installed to bring the operating nut within 2 to
3 feet of the ground surface.
TS-33
SECTION 16
16.18 EPOXY COATINGS
(a) SURFACE PREPARATION. All oil and grease shall be removed from the metal, using an
oil-free solvent (methyl ethyl ketone or trichloroethylene) and clean dry rags. The surface shall be
sand- blasted to white metal. In order to obtain maximum adhesion of epoxy coating, the grit used
for blasting shall be coarse enough to impart a tooth in the metal equal to 25 percent of the thickness
of the coating to be applied. The metal shall be cleansed after sandblasting with clean, dry
compressed air.
(b) PRIME COATING. The prime coat shall be a Devoe product or approved equal applied to
the prepared surface.
(c) FINISH COATING. One or more finish coats of a Devoe product or approved equal shall be
applied to the primed surface.
(d) THICKNESS OF COATING. The minimum dry coating thickness shall be 10 mils, provided,
however, that the thickness of coating in the grooves of valves or fitting designed to receive a
rubber gasket shall be approximately 5 mils.
16.19 SHOP APPLIED EPOXY COATINGS
(a) SURFACE PREPARATION. All oil and grease shall be removed from the metal, using an
oil-free solvent (methyl-ethyl-ketone or trichloroethylene) and clean dry rags. The surface shall be
sand- blasted to white metal. In order to obtain maximum adhesion of epoxy coating, the grit used
for blasting shall be coarse enough to impart a tooth in the metal equal to 25 percent of the thickness
of the coating to be applied. The metal shall be cleaned after sandblasting with clean, dry
compressed air.
(b) POWDER EPOXY. The epoxy shall be one hundred percent epoxy material and shall be 3M
Company's Scotchcoat No. 134 or approved equal.
(c) PREHEATING. Areas that are not to be coated shall be masked using 500-degree masking
tape, similar to 3M Company's Permacel. The part to be coated shall be placed in an oven and
preheated to the temperature specified by the epoxy manufacturer. An accurate temperature
measuring device such as pyrometer shall be used to determine the substrate temperature.
(d) APPLICATION. The epoxy shall be applied as a powder to the heated metal by one of the
following methods:
(1) ELECTROSTATIC METHOD. The powder shall be applied to the heated, grounded
metal part which has been electro-statically charged by means of a current of approximately
1-1/2 amperes at approximately 400 volts. After application of the epoxy, the part shall be
reheated as specified by the manufacturer to fuse the epoxy. Equipment for applying the
epoxy powder shall be the Sames Electrostatic Powder Spray, or approved equal. Particular
care shall be given to protection of non-ferrous masked parts. The finished product shall
be carefully examined for epoxy interference on working parts.
TS-34
SECTION 16
(2) HEAT FUSION METHOD. The part shall be prepared as outlined above and heated
for a sufficient period to drive out all moisture from the metal. Epoxy powder shall be
applied using as air spray device designed to exclude moisture from the spray air. The part
must be preheated to maintain a surface temperature high enough to cause instant epoxy
fusion during the entire application process. After coating, the part shall be reheated as
specified by the manufacturer. Particular care shall be taken to protect non-ferrous masked
parts. The finished product shall be carefully examined for epoxy interferences on working
parts.
(e) THICKNESS OF COATING. The minimum dry coating thickness shall be 8 mils, provided,
however, that the thickness of coating in the grooves of valves or fittings designed to receive a
rubber gasket shall be approximately 5 mils.
(f) INSPECTION. Coating thickness shall be checked with a nondestructive magnetic type
thickness gage. Coating integrity shall be tested with an 87-volt Tinker Rasor holiday tester or a
spark testing unit operating at approximately 2,000 volts.
(g) FIELD REPAIRS. If small local repairs are necessary, they shall be made using 3M
Company's Scotchclad 134 field repair kit, or approved equal. The surface must first be cleaned
with an oil-free solvent (methyl-ethyl-ketone or trichloroethylene) and clean dry rags.
16.20 BURIED MISCELLANEOUS FERROUS SURFACES
Buried valves and flanged joints, sleeve-type and victaulic coupling and other buried
miscellaneous ferrous piping and metal surfaces (excluding any cast iron pipe) shall be thoroughly
cleaned and field-coated with a 1/8-inch thick coating of Scotch-Clad No. 244 as manufactured by
3M or approved equal. The coating shall be applied in strict accordance with the manufacturer's
recommendations. Valves may be polyethylene bagged at the discretion of the Engineer. The
Contractor will need to request this alternative in writing to the Engineer.
16.21 TESTING AND DISINFECTING - GENERAL
The Contractor shall furnish all equipment, labor and materials required for testing and disinfecting
the piping. Disinfection shall be accomplished by chlorination. Chlorine dosages will be computed
by a chlorination consultant hired by the Contractor, who will furnish the Contractor with detailed
instructions for proper application of the chlorine per AWWA C651-05 “Disinfecting Water
Mains.” All chlorinating and testing operations shall be done in the presence of ALW staff. Prior
to testing and disinfecting, the pipeline shall be thoroughly flushed in accordance with
Specification Section 16.23.
16.22 TESTING PIPELINES
The Contractor shall test the piping after backfilling operations are completed. The test shall be
made by placing a temporary bulkhead in the pipe and filling the lines slowly with water. At no
time during pipeline construction will heavily chlorinated water be pressure tested against a valve
connected to a City water main. Care shall be used to see that air is permitted to escape during
filling. After the line has been completely filled, it shall be allowed to stand under slight pressure
TS-35
SECTION 16
for a sufficient length of time to allow the mortar lining to absorb what water it will and to allow
the escape of air from any air pockets, but for not less than 24 hours. During this period, bulkheads
and connections shall be examined for leaks. If any are found, these shall be stopped or in case of
leakage through bulkheads, provision shall be made for measuring such leakage during the test.
The test shall consist of holding the test pressure on each section of the line for a period of 4 hours.
The test pressure at the highest point in the line shall be 150 psi. The water necessary to maintain
this pressure shall be measured through a meter or by other means satisfactory to the Engineer.
The leakage shall be considered the amount of the water entering the pipeline during the test, less
the measured leakage through bulkheads. The leakage shall not exceed 25 gallons per inch of
diameter per mile per 24 hours. Any noticeable leaks shall be replaced with new pipe or equipment
until the leakage is reduced to permissible limits.
16.23 DISINFECTING, FLUSHING, AND BACTERIOLOGICAL TESTING OF THE
PIPELINES
(a) Chlorination shall be accomplished by means of a chlorine-water mixture applied using a
solution-feed chlorination device or other methods as approved by AWWA Standard C651-05.
The chlorine dosage entering the pipeline shall be at least 50 mg/L. Chlorine concentrations in
excess of 50 mg/L or other extraordinary disinfection methods must be approved by ALW in
writing, including additional conditions as ALW may require, prior to disinfecting the pipeline.
Chlorinated water shall be retained in the pipeline a sufficient length of time to destroy all non-
spore forming bacteria, a minimum of 24 hours. All valves shall be operated while the lines are
filled with the heavily chlorinated water. All water used for disinfection and flushing shall be
metered and paid for by the contractor.
(b) Following the required retention period, the heavily chlorinated water shall be flushed from
the pipeline until the chlorine concentration in the water leaving the pipeline is no higher than that
generally prevailing in the system. A chlorine residual determination shall be made to affirm that
the heavily chlorinated water has been removed from the pipeline. Once flushing is complete, the
system water will remain in the pipeline for a period of 24 hours; other than minimal amounts to
maintain a minimum positive pressure in the pipeline, no additional water is to be introduced into
the pipeline. No additional flushing will be allowed once bacteria testing has commenced. All
discharged water shall be de-chlorinated per NPDES requirements.
(c) 24 hours following completion of flushing, a set of bacteriological samples shall be taken. 24
hours later a second set of bacteriological samples shall be taken. For each set of samples, a
coliform bacteria test (Bac-T) and a heterotrophic plate count (HPC) test will be performed. The
Contractor shall be responsible for the cost of all water analysis sampling and testing.
(d) At the Contractor’s expense, ALW will collect water samples for analysis prior to placing the
new facilities in service. Contractor shall provide sampling points a minimum of 500 L.F. apart
along the pipeline. In any round of sampling, should any sample fail to meet the requirements of
AWWA C651-05 for coliform bacteria (i.e. positive) and/or an HPC of 500 CFU/ml or greater, in
accordance with Section 5.2 of AWWA C651-05 “Re-disinfection,” the chlorination, flushing and
testing procedures shall be repeated. If, after a third round of testing, either the Bac-T or the HPC
fail, subsequent rounds of Re-disinfection and testing will include an additional set of Bac-T and
HPC testing 7 days after the second 24 hour set of testing was performed.
TS-36
SECTION 16
(e) If fourth, fifth or sixth sets of testing are required, sampling and testing for Bac-T and HPC
will be required at 24-hour, 48-hour, and 7-day intervals. All tests must pass both the Bac-T and
HPC test result requirements. If, at the end of the sixth round of testing, the pipeline does not pass
both the Bac-T and HPC requirements, further testing of the pipeline will be terminated and the
contractor shall remove the pipeline from the ground and re-lay a new pipeline using new pipe and
material. Testing of the replacement pipeline will then begin anew at 24-hour Test 1.
(f) Existing water pipelines that have been shut down and cut into for connections or installation
of tees and valves shall be sterilized to the satisfaction of the Engineer or his duly authorized
representatives. The water pipeline and all existing services shall be flushed out until the chlorine
residual is not greater than the prevailing water system residual prior to placing back in service.
All discharged water shall be de-chlorinated per NPDES requirements.
16.24 COMPACTION TESTS
Compaction testing shall be performed by a City approved soils engineer and shall be paid for and
hired by the Contractor. Said expense to be included in the Contractor’s price bid for the work.
Maximum density shall be determined in accordance with ASTM D1557 method, modified to use
three layers. Field density tests shall be performed in accordance with the test procedure specified
in ASTM D1556. Contractor must have the soils engineer present at all times during backfill
operations.
16.25 SEPARATION OF WATER MAINS AND SANITARY SEWERS
The criteria for the separation of water mains and sanitary sewers shall be as specified by the State
of California Department of Health Services. A copy of the criteria is on file in the office of the
Department of Public Works.
16.26 PAYMENT
Pipe shall be paid for at the contract price per linear foot. All other water distribution items shall
be paid for at the unit or lump sum price indicated in the Proposal or, if no bid item is indicated,
then the item shall be considered in the contract price per linear foot for pipe.
*** END OF SECTION 16 ***
TS-37
SECTION 17
SECTION 17 – AIR RELEASE AND VACUUM VALVES
17.01 GENERAL
The Contractor shall furnish all labor, materials, tools, equipment, excavation, backfill and all
incidental work and services required to construct air release and vacuum valves, complete in place
in accordance with these Specifications, the Drawings, and applicable standard drawings.
17.02 MATERIAL
All air release and vacuum valves shall be so designed as to insure the release of air from a pipeline
when such air is above atmospheric pressure. They shall also assure the entrance of air into the
pipeline when the pressure inside the line is below atmospheric pressure. Both of these functions
shall be automatically performed by the valve in conjunction with operating conditions of the
pipeline.
Valves shall be designed for a maximum water working pressure of 300 psi, and shall have the
joining of all parts so designed to withstand any stresses developed by the working pressures.
All materials used in the valves shall conform to ASTM Standards. All surfaces subject to moving
contact by other surfaces, including valves seats, shall be made of corrosion resistant material and
of material as durable as possible under the conditions to which the valves will be subjected.
The interior of the valve body shall be epoxy coated as follows:
A 10 mil or thicker even coat of holiday-free, high-impact, non-shattering, high-adhesive, tasteless,
odorless, non-toxic epoxy resin shall be applied on all ferrous metal surfaces of the valves
according to manufacturer's instructions, after irregularities, burrs and grease have been removed
and immediately after sandblasting to white metal, followed by air blowing to remove dust. The
epoxy resin shall be either "Scotchcote No. 302", "Keysite 740", or other approved equivalent
recognized and used by the waterworks industry.
Air release and vacuum valves shall be capable of exhausting entrapped air in the water line under
normal operating conditions at a rate of at least 150 cubic feet of free air per minute. Air release
and vacuum valves shall be capable of venting and exhausting air into and from the line during
draining and filling of the line at a rate of 1,000 cubic feet of free air per minute. The above
functions shall be performed without water leakage.
Valves shall be designed so that through flow of air or water will not interfere with the designed
performance of the valving mechanism.
The following air release and vacuum valves are acceptable: Pratt WCV 01 Model WCV-40-
332-300-F250 for 4” models. Refer to Azusa Light and Water Standard Drawing W-14 where
applicable for 1” and 2” models.
TS-38
SECTION 17
17.03 PAYMENT
Air release and vacuum valves shall be paid for at the unit or lump sum price listed in the
Proposal or, if no bid item is indicated, in the other items of work to which it relates.
*** END OF SECTION 17 ***
TS-39
SECTION 18
SECTION 18 – PAINTING AND PROTECTIVE COATINGS
18.01 GENERAL
(a) The Contractor shall furnish all labor, material and equipment necessary to complete the
painting as specified or required. Equipment shall include brushes, spray guns, drop cloths,
scraping and sanding equipment, masking material, ladders and any scaffolding that may be
required.
(b) Spray painting shall be conducted under controlled conditions and the Contractor shall be fully
responsible for any damage occurring from spray painting.
(c) Each coat of paint shall be of the proper consistency and shall be well brushed, rolled or
sprayed to obtain a uniform and evenly applied finish. Work shall be free from "runs", "bridges",
"shiners" or other imperfections due to faulty intervals. Paint shall not be applied in extreme heat
nor in dust or smoke-laden air nor in damp or humid weather. Unless otherwise specified, each
coat shall have a minimum drying time of 48 hours before the next coat is applied.
(d) Only good clean brushes and equipment shall be used.
18.02 FERROUS SURFACES NOT BURIED
(a) SURFACE PREPARATION. Deposits of dirt, grease, tar and oil shall be removed and all
sharp edges and weld splatter shall be ground smooth. The surface to be painted shall be prepared
in accordance with SSPC-SP-3 (Power Tool Cleaning) or SSPC-SP-2 (Hand Tool Cleaning) to
remove all rust, mill scale, paint or other foreign matter. All dust shall be removed from the surface
by brush or industrial vacuum.
Galvanized metal surfaces shall be cleaned of all foreign matter and treated with an Engard barrier
primer or approved equal then coated in accordance with this Section.
(b) PRIME COATING. The prime coating shall be applied immediately after the surface has been
prepared. The surface shall receive one coat of Kop-Coat 340 (2 mils) or approved equal. The
primer shall dry for a minimum time of 24 hours in dry weather before the finish coating is applied.
(c) FINISH COATING. The primed surface shall receive two finish coats of Kop-Coat 200 (5
mils each) or approved equal. The color of the finish coat shall be selected by the Engineer.
18.03 BURIED MISCELLANEOUS FERROUS SURFACES
Buried valves and flanged joints, sleeve-type and victaulic couplings and other buried
miscellaneous ferrous piping and metal surfaces (excluding any cast iron pipe) shall be thoroughly
cleaned and field-coated with two 10 mil coatings of 300-M as manufactured by Kop-Coat, or
TS-40
SECTION 18
approved equal. The coating shall be applied in strict accordance with the manufacturer's
recommendations.
18.04 PAYMENT
Painting and protective coating shall be paid for at the unit or lump sum price listed in the
Proposal or, if no bid item is indicated, in the other items of work to which it relates.
*** END OF SECTION 18 ***
APPENDIX “A”
WATER STANDARD DRAWINGS
APPENDIX “B”
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
AND CITY OF COVINA STANDARD DRAWINGS
GONVEf~TIONAL SYMBOLS
FQ~ EXISTING TOPOGRAPHY
CURB
CURB AND GUTTER
GUTTER
PAVEMENT PCC
AC
ACCESS RAMP
BENCH MARK
BUILDING
DEAD MAN
DRIVEWAY
FENCE & GATE
FIRE HYQRANT
GUARDRAIL
GUY PALE
MANHOLE
PIPE
PROPERTY UNE
RAILROAD
RETAIPiING WALL
RETAINING WALL WITH
.FENCE ON 70P
RR XING PROTECTION
SHRUB
SIDEWALK
SIGN (1 POST }
SIGN (2 POST )
EXISTING
,aTYPE OF PROTECTION
PROPOSED
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PRWdULGATED BY 7HE
PUBLIC WURKS STANDARDS INQ TOPQGRAPHY SYMBOLS STANQARD. PLAN
~180°g~ """~AND STANDARD ABBREVIATIONS 100-2
REV. 1093. 2IN1
SHEET 1 aF 4USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCl10N
EXISTING PROPOSED
SIGNAL CONTROL BOX ~
SIGNAL FLASHING
TRAFFIC
LOOP
SMALL STREAM ~'-~--~.---o--~--.f--.~--
4R DITCH
SPRINKLER HEAD
STREET LIGHT
TREE PALM
OAK J~.
OTHER
UTILITY POSE •
VALVE b
VAULT O
WALL.BRICK (BLOCK)
CONCRETE
STQNE
WELL ~W
STANQARD PLANS FOR PUBLIC WORKS CQNSTRUCTION STANDARD PLAN
140-2TOPOGRAPHY SYMBOLS
AND STANDARD ABBREVIATIONS SHEET 2 OF 4
ABBREVIATIONS
AASHTO American Association of State Highway Transportation Officials
ABS
AC Asphdlt Concrete
APPROX Approximately
AS All Sides
ASTM American Society for Testing Materials
ASS'Y Assembly
BC 8egining of Curve
BCR Begining of Curb Return
CB Catch Basin
C'BORE Centerbore
GIP Cast Iron Pipe
CF Curb Face
CL Centerline
CMB Crushed Miscellaneous Base
CONST Construct, Construction
CONC Concrete
CSP Corrugated Steel Pipe
CU Copper
D Designation for RCP Load Rating
DIA Diameter
EC End of Curve
ECR End of Curb Return
EF Eaeh Face
EL Elevation
EXIST, EXST Existing
EXP JT Expansion Join#
f c Designation for Compressive Strength of Concrete
FG Finished Ground
FL Flowline
GP Ground Profile
GALV Galvanized
HEX Hexagonal
ID Inner Diameter
MAX Maximum
MIN Minimum
BAH Manhole
NC National Coarse Thread Series
N0.Number
NPT (National Pipe Thread?)
QC On Center
OD Outer Diameter
OG Original Ground
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD P~a,ti
100-2TOPOGRAPHY SYMBOLS
AND STANDARD AB B REVIAl10NS SHEET 3 OF 4
A66REVIATIDNS (CONTINUED)
PCC Pottland Cement Concrete
PE Polyethylene
PftCB Precast Reinforced Concrete Box
PT Poirrt
PVMT Pavement
R Radus
RC Reinforced Concrete
RCB Reinforced Concrete Bax
RCP Reinforced .Concrete Pipe
REINF Reinforced
RR .Railroad
R/W Right of 4Yay
SPPWC Standard Pfans for Public V~orks Gonstructio~
SSPWC Standard Specifications for Public Works Canstructio~
STD Standard
STL S#eel
STR GR Strvight Grade
T&G Ta~gUe and Groove
TRANS Transverse
TYP Typical
VCP Utrified Clay Pipe
Wj nth
WPJ Weakened Plane Joint
RING Crossing
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARd PLAN
100-2TYPQGRAPHY SYMBOLS
AND STANDARD ABBREVIATIONS SHEET 4 dF 4
5' 1500 mm)
SEE NOTE 4
~ ~24" 600 mm)
~6' 1800 mm)
Z 6" 150 mm)
0
EC BACK OF WALK N 18" 450 mm)
za
~24" (600 mm)~
~BC BACK OF WALK ECR
~ 0
~
6~
~1
S~w
~ CO
~ ~
°o m ~~J~o
N
R~W ~.
~~ ~
~+0+ ~- D O ~+O*
E
.-. .-.
E E E E E E ~
0 0
~
0 0 0 0 0 0
~ ~c°o
v v r n ~ c°o~ ~ ~ ~ ~ ~
~ ~
N ~
O ~ 00 O aD ~
r) ~ r7 r- N
LEGEND
~o* FIRE HYDRANT (SEE NOTE 4)
~ VENTS AND POLES
o—i~ STREET LIGHTS
o PEDESTAL
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY THE
PUBLIC ABOVE -GROUND UTILITIES STANDARD PLAN
WORKS STANDARDS ING
CREENBOOK COMMI7lEE
1093 LOCATION IN PARKWAY ~ ~~ -2
REV. 1996. 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NOTES:
1. NO ABOVE-GROUND UTILITIES ARE ALLOWED IN
CONCRETE SIDEWALKS LESS THAN 6' (1800 mm) WIDE.
2. WHEN SIDEWALK IS 6' (1800 mm) WIDE OR MORE, ABOVE-GROUND
UTILITIES ARE ALLOWED AT LOCATIONS NOTED ON PLAN.
3, IN THE RETURN AND SIDEWALK TRANSITION AREAS,
ONLY U1ILITIES CONSISTING OF STREET LIGHTS,
TRAFFIC SIGNALS AND FIRE HYDRANTS ARE ALLOWED.
4. FfRE HYDRANTS SHALL NOT BE PLACED AT THE SAME
CURB RETURN OCCUPIED BY A STREET LIGHT.
5. PEDESTALS SHALL BE PLACED AT INCONSPICUOUS LOCATIONS.
6. IN THE ABSENCE OF CURBS, THE FACE OF ALL ABOVE-GROUND
STRUCTURES SHALL BE LOCATED A MINIMUM OF 10' (3000 mm)
AWAY FROM THE TRAVELED WAY ON ALL RURAL HIGHWAYS AND
6~ (1800 mm) ON RESIDENTIAL STREETS.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
101-2.ABOVE-GROUND UTILITIES
LOCATION IN PARKWAY SHEET 2 OF 2
4' 1220 mm MIN
4' 7220 mm MIN .ice•.
~ TRANSIIIQN
4:1 MINo~x
N ~
SF' :S!l::::: r ~
:' r~ a'; `' N OlE 81'iiM1 ~ilii
NOTE 2
Y!'soo ::~:::: ¢
as
10~
,.,MAX
CURB ~X ~( X
CURB FACE 4' (1220 mm)
xaQ
"~A
TYPE 1
AQRB
4' 1220 mm
R R~ ~
r J ~0~ 8 (NIA GRADE BREAK
I~
3 3 NOTE 2
x
~lI
Y
U
~b~° X;E;:;
b~1t;~ Q:~:
:v~ s:s:::::: % A
CUR ~-.--X —►}~---•~•. X ~I
CURB FACE ~~ 4' (1220 mm)
~~~
A OR B
SEE FIGURE 1
TYPE 2
CASE A
PARTS OF THIS STANDARQ PLAN SHOW INSTALLATION FOR TYPICAL
RETROFIT CONDITIONS, AND ARE NOT Fl1LLY COMPLIANT WITH CALIFORNIA
BUILQWG CODE REQUIREMENTS FOR NEW DEVELORMENT.
STANDARD PLANS FdR PUBLIC WORKS CONSTRUCTION
PRO►IULGA7ED 8Y 1HE STANDARD PLAN
PUBtJC WORKS STAFIDARDS INC.
GREEM9~K COMMITTEE
1892
CjURB RAMP 111- 5
REV. 1998. 20~. 2005, 2009,
USE WITH STANdARD SPECIFICATIONS FOR PUBLJC WORKS CQNSTRllCT10Nzms SHEET 1 OF 10
4~ (1200 mm)
MIN
Y
GRADE BREAKS
w0
0
STR R m
X W X~T~T .'1
A
TYP ~ D
A
4' (1200 mm) GRADE BREAMIN
Y
INTEGRAL CURB
I4' (1200 mm)
MIN
Y
r X T ~_ 'T' X '1
A
TYP ~ R
GRADE BREAK
W
T V D ~ (~`
C~~
4' (1200 mm)
MIN Y
2%
1° (25 mm) CF
SECTION A-A
CURB FACE, inches
(mm)
X, inches
(mm)
Y, inches
(mm)
6"(150) or less 3~-0"(900)4~-0° (1200)
7~~(175)3'-6"(1050)4'-9'~ (1425)
8"(200)4'-0"(1200)5'-8" (1700)
9"(225)4'-6"(1350)6'-6" (1950)
10"(250)5~-0"(1500)7'-3" (2175)
11"(275)5'-6"(1650)8'-0" (2400)
12"(300) or more 6'-0"(1800)8'-9" (2625)
NOTES:
1. RESIDENTIAL DRIVEWAYS SHALL BE 4"
(100 mm) THICK PCC.
2. COMMERCIAL DRIVEWAYS SHALL BE 6"
(150 mm) THICK PCC.
3. WEAKENED PLANE JOINTS SHALL BE INSTALLED
AT BOTH SIDES OF A DRIVEWAY AND AT
10' (3.0 m) INTERVALS.
4. CURB FOR TYPE C DRIVEWAY SHALL BE
INTEGRAL AND MATCH ADJACENT
CONSTRUC110N.
5. REFER TO LOCAL DEVELOPMENT REGULATIONS
FOR AMERICANS WITH DISABILITIES ACCESS
REQUIREMENTS AND MAXIMUM PERMITTED
DRIVEWAY WIDTHS.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROIAULGATED BY TFiE STANDARD PLANP~B~°"'~"SST""°,~°S'"°.
GREENBOOK COMMITTEE DRIVEWAY APPROACHES //~1 1 0-1884 L
REV. 1986, 2009
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 1
OQ'
P~
F 4' (1220 mm'
E
l~ f
3
Y X
~ PLANTING g~
a AREA ~
CURB'
CURB FACE
WHERE PLANTING. AREA. IS
AQJACENT TLl 'THE CURB RAMP,
U5E CASE A, TYPE 6
z ~~P,~
~ 4' (1220 mm}E
3 N
U
d ~
X
~ ~~N~~
PLANTING
~ AREA
CURB
CURB FACE
WHERE PLANTING AREA IS
ADJACENT TO THE CURB RAMP,
USE CASE A, TYPE 6
BCR
2% MAX
GRADE BREAK
iNpTE 8
2% MAX
~'
BREAK
n
/~~
TYPE 3
TYPE 4
CASE A
STANDARD PLANS FOR PUBLIC WQRKS CONSTRUCTION STANDARD PLAN
171-5CURB RAMP
SHEET 2 OF 7Q
AORB
4' 1220 mm
R R
~`~ ~~
NQTE 2 8.33 I ~~'xQ I 8~3~
N,~
DbE BREAK
I
}
e
h a 16 NIC~i
~ PLANTING AREA NOTE ':=:~ x;;_M a;_;;PLANTING AREA
....~
CURB -•~
CURB FACE +
120Q mmolx
~I~
AORB
SEE FIGURE 1 TYPE 5
PARKWAY
~ a
2~ a
~ ~ ~z
d z
P
4' ~ 22o mm ~
mm MIN R Z~r,.-- ~
~~
cv a NOTE 2 $ `.~9; ; = 2
:;: .
NOTE 8 '~~ p~ ~`
PLANTING AREA '*~~ TYPE 6
CURB'
CURB F
1F PLANTING AREA IS NOT'
ADJACENT TO SIDE FLARE, USE
"X" PER TABLE 2 FOR THAT FLARE CASE A
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
111-5CURB RAMP
SHEET 3 OF 10
C
~~
~~} J N R 2 ~i~ N~ ~~ RLV Q NQ
a a ~ 8.33 MAX ~~:` 8, 3% MAX—.~
CURB NOTE 8
CURB FADE ~ X
4' Q
(122(? mm) .,r,l ~~
C ~
TYPE 1
2q
iii+ M A~
-~c'1''/+ ~~ `~Q
NOTE ~~° ~
:<,.4~
~-~ ~ ~ TYPE 2
Y ~ N ~~ P~'' ;' S X41
~{~ ~ !~ 3
a a NOTE 2 ~~~~ ~ ~y+
CURB +
CURB FACE ~ ~~ G
,y0
L~
CASE B
STANDARD PLANS FOR PUBLIC WORKS CQNSTRUCTION STANDARD PLAN
111-5CURB RAMP
SHEET 4 OF 10
A
SKEW ANGLE, a
4'
SKEW ANGLE a=45' (1220 m
OFFSET b=0 NOTE 2
UNLESS OTHERY~SE
NOTED ON PLANS s
:::: ;~
Y si ~4
:` MOC ~
NOTE
QFFSET, b
~~RB CASE C
cu~a FacE X
z
.,
Y
J 0
d
~ `~ SEE DETAIL
a~ A.B,CORD OTE8
o x 'Q N~ A e'33~~. A TYPE 1~~,.:,~=Y NOTE 2 ~~; ~qAX
PLANTING
a AREA REGRAQE ~ X=4' (1220 mm)
Y IF ADJACENT TO
CUR PLANTING AREA,
CURB FACE OTHEWiSE SEE TABLE 1
Y
,-.
E
SEE DETAIL A, B, G OR D E
0
A = — q Nr} J i 8.33%'~ii- ~-
3 3 ~ ~x ;~ ~ 5 MAX ~cvJa NOTE 8
~ v ~2a c~a. d
NOTE 2
CURB
CURB FACE TYPE 2
CASE D
STANDARD PLANS FOR PUBLIC WQRKS C(~N~TRUCTION srANOa,RO P~aN
111-5CURB RAMP
SHEET 5 OF 10
4' (1220 mm~~~
m
~, ~
OL
Q Z OR
A ORB ~ESs
~~x s r--~1 r~
~.. 'z~ 4~ (1220 mm
3 e
~ ~
a PLANING
a AREA
CURB ~
CllRB FACE
X=4' (1220 mm)
VYHEN ADJACENT
TO PLANTING AREA
Y
~ ~Y
Q Vn.
CURB
CURB F
S
NQT
X~Q
N
~~' X
(t~~t7 mm)
0 x
~ ~
MARKED
CROSSWALK
S
x~~
ca~
z aR
C LES
~~~
X _~_ 4' _~_ X
(t2zo mm)
-i—~
0 x
\ "~ ~MARKED
CROSSWALK
BREAK
r tea% MAX
`NOTE 2
NOTE 8
MARKED
CR05SWALK
TYPE 1
~~
o U
N
5~ MAX ~ MARKED
CROSSWALK
'GRADE BREAK
~~~ $ TYPE 2
CASE E
STANDARD PLANS FOR PUBLIC WdRKS CONSTRUCTION STANDARD PLAN
111-5CURB RAMP
SHEET 6 OF 1fl
5EE NOTE 6
R
EXISTING
ROADWAY
5~X
eeauwev
Y 4' 1220 mm
ROUNDE
EDG~~RAMP
TOP OF
A2-0 CURB AND GUTTER
SECTION A-A
SEE NOTE 6 PARKWAY
R Y 4' 1220 mm....~..—
EXtSTING RQUNDED TOP QF
ROADWAY EDGE RAMP
S_~~~~ ~-- 2~ A:
A2—Q CURB AND GUTTER
SECTION B-B
SEE NOTE 6 pgRKWAYR
EXISTING Y
ROADWAY 4~ t~~~ mm) MIN
5~~.
..-?% AAAX
SECTION C-C
-macro MAx
U5E FIGURE 1 TO DETERMINE
WHICH OF SECTIONS A—A, B —B
OR C—C I5 APPRpPRIATE.
DEPRESS BACK OF WALK
SEE DETAIL A, B, C OR D,
SHEET 10.
DEPRESS BACK OF WALK
SEE DETAIL A, B, C OR D,
SHEET 10,
z 4~ z _,,,I
1220 mm
~--~. DEPRESS BACK OF WALK
SECTION R-R
SECTION S-S
.K
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 57AtJDARD PLAN
111-5CURB RAMP
SHEET 7 OF 10
PARKWAY WIDTH, FT (m)
4` 5' 6' 7' 8' 9' 10~ 11' 12' 13' 14' 15'
(1.
1° (25
2" (50
3" (75
W
z ~" (100
5" (125
w ~° ~~50
U
7" {175
m 8" (200
U 9° (225
~ 10" (~5Q
O 31" (275
z 12" (300,
OR MORE
1 B' 9 7' 18' 19' 2d'
.8).(5.1) (5.4} (5.7) (6.0)~. ~
1 I■~~~~i\~/~~~~~~~~
'I■■■■■.■■~~~'■■■■■i
FIGURE 1 - SECTIQN USAGE
NORMAL
CURB FACE,
INCHES (mm}X, FT {mm)
SECTION Y—Y
Y, FT (mm)
2"' (50)4.014' (122Q) MIN 2.63' (790)
3° (75j 4.00' (1220} MIN 3.95' (1185)
4" (100j 4.00' (1220) M1N 5.26' {1580}
5" (125)4.17' (1275)6.58' (1975)
6" (150)S.~Q' .(1525)7.90' (2370)
7" (175)5.83` (1775)921' (2765)
8" (20Q)6,67' (2035)10.53' (316Q)
9° (~25)'T,~O' (2285 11.84' (3555)
10" (250)8.33' (2540}13.16' (3950]
11" (27b)9.17' (2795)14.47' (4340)
12" (300}10.OQ' (3050)15.79 (4735)
SEE SHEET 9 FOR STREET SLOPE
ADJUSTMENT FACTORS, ALL STREETS
TABLE 1 - XAND Y VALUES
TABLE 1 REFERENCE FORMULAS;
X = CF f 8.333
Y = CF / (8.333% — 2~ WALK CROSS SL{}PE)
WHERE FIGURE 1 5HOW5 U5E OF SECTION B—B, FIGURE Z
DIMENSION AS FOLIdWS:
W =PARKWAY WIDTH
L = LANDWG WIDTH, 4' (1.220 mm~ TYP
IF (Y+L)<W,THENZ =O
STANDARa PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
111-5CURB RAMP
SHEET 8 OF 70
4~ 1224 mm
Z.D~ Z.UP.r-~1
GRADE BREAK
L~ x
T M~ T
CURB GUTTER I _ X.DOWN_~ ~~„r X.UP
CURS FACE SLOPE, S r T~
(1220 mm)
TYPICAL CURB RAMP
x.00wN x.uP
BACK 4F WALK)
S GUTTER,~
SECTION T—T FLOW UNE
SLOPED STREET
FOR SLOPED STREETS, MULTIPLY THE DIMENSIONS PARALLEL
TO THE STREET, X AND Z, URSTREAM AND DOWNSTREAM OF
THE RAMP, BY THE FACTORS IN THE FOLLOWING TABLE.
FOR EXAMPLE, X.DOWN = X x K.DOWN
S K.DOWN K.UP
0~ 1.000 1.00Q
0.2~ 0.977 1.Q25
0.5~ 0.943 1..064
1% 0.$93 1.136
2~ 0.806 1..316
39a 0.735 1.563
4~ 0.676 1.923
5% 0.625 2.5Q0
TABLE 2 —SLOPE ADJUSTMENTS
TA6LE 2 REFERENCE FORMULAS:
K.DOWN = 8.333 / (8.333 + S)
K.UP = 6.333 / (6.333 — S)
STREET SCOPE ADJUSTMENTS
STANDARD PLANS FOR PUBLIC WORKS C~NSTRUCTiON STANDARd PLAN
~ ~ ~ :~`CI~f~B RAMP
SHEET 9 OF 10
12" 305 mm
3/4"
19 mm)
1;~~" ~_ ~ ~,~"
(6 mm) (6 mm)
GROOVING DETAIL
EO O O O
II E
r'na0 C? O O
NCO U O O
'— C°7 CU O O
2.35°
60 rnm)
~~
°z
Y'p
m J PAVED SURFACE
8~~
DETAIL A
GRADEQ
SCOPE 2:1
NPAVED SURFACE.MAX ~
DETAIL C
0.90" iv
{23 mm o ~n
SINGLE
PATTERN ~ "TRUNCATED DOME"
DETECTABLE WARNING DET~fL
CONSTRUCT FENCE 0~ HANDRAIL
PER CONTRACT PLANS -~
6" (150 mm}
RETAINING CURE -~ ~ ~~~'~D SURFACE
(15d mm)
RETAINING CURB-~ UMP VED SURFACE
DETAIL D
GENERAL NOTES:
1. CONCRETE SHALL BE CLASS 520-C-250Q (31D-C-17) CONFQRMING TU
SSPWC 2Q1-1,1.2 ANp SHALL BE 4" (10Q mm) THICK.
2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDEa WITH 1/4" (6 mm)
GROOVES APPROXIMATELY 3/4" (19 mm) OC. SEE GROOVWG DETAIL.
3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE GROOMED SURFACE TEXTURE
CQNFORMING TO SSPWC 303-1.9.
4. U5E DETAIL °A°` OR "B" I~ EX«TING SURFACE BEHIND LANDWG IS PAVED.
5. USE DETAIL "C" OR °D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED.
6. R 3' (900 mm) UNLESS OTHERWISE SHOWN QN PL.AN. SEE SHEET 7.
7. ANGLE _ ~/2 UNLESS OTHERWISE SHOWN ON PLAN.
S. CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERfALS
SHALL BE PER CONTRACT DOCUMENTS.
STANDARD PLANS FC7R PUBLIC WORKS CONSTRUCTION STANDARD PLAN
~ ~ 1-5CURB RAMP
SHEET 1 d OF 1 Q
~x ~ -~~ ~
tL w 3 3
v
CURB RAMP ~~
3 ~~~ ~ ~
wP~
~,
~U DRIVEWAY
EXP JT EXP JT BCR ~`'
ABBREVIATIONS:
WPJ WEAKENED PLANE JOINT BCR BEGINNING OF CURB RETURN
~~WPJ EXP JT EXPANSION JOINT ECR END OF CURB RETURN
NOTES:
WPJ ~,WEAKENED PLANE JOINTS SHALL BE USED FOR ALL JOINTS,
EXCEPT THAT EXPANSION JOINTS SHALL BE PLACED AT THE
WPJ BCR AND ECR IN CURB, GUTTER AND SIDEWALK, AND AROUND
TREE WELL UTILITY POLES LOCATED IN SIDEWALK AREAS.
~~WPJ 2.WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT REGULAR
„r-UTILI POLE INTERVALS NOT EXCEEDING 10' (3000 mm) IN WALKS AND
~1.~20' (6000 mm) IN GUTTERS. JOINTS IN CURB AND WALK
EXP JT SHALL BE ALIGNED.
~~3.CURB AND GUTTER SHALL BE CONSTRUCTED SEPARATELY FROM
SIDEWALK.
EXP JT EXP JT ECR
U PROPERTY LINE
WPJ ~ m
v ~ ~
~~ ~ ~ ~ ~~ 3 3 wo
~ ~
CURB RAMP W m
~'~ ~~ a
~ 3
xw
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMUL6AlID BY 7HE STANDARD PLAN
PUBIJC WORKS STANDARDS INC.
GREENBOOK COMMITTEE CURB AND SIDEWALK JOINTS //~1 1 2-1D84
REV. 1996. 2009
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
WALK OR FILL-IN REPLACEMENT FOR EXCAVATIONS MADE
PARALLEL TO CURB OR PROPERTY LINE
WALK ADJACENT TO PROPERTY LINE
WALK LESS THAN 5~ (1500 mm) WIDE WALK 5' (1500 mm) WIDE OR MORE
IF LESS THAN 30"
P~ WALK SAWCUT P~
(~50 mm) REPLACE
WALK EXCAVATION REPLACE ENTIRE WALK
SAWCUT IF SCORELINE ENTIRE WALK REPLACE 30"
EARTH OR CONCRETE FILL-IN SAWCUT EARTH OR CONCRETE FILL-IN ~~50 mm) MIN
IF SCORELINE
GUTTER GUTTER
WALK ADJACENT TO CURB
WALK LESS THAN 5' (1500 mm) WIDE WALK 5~ (1500 mm) WIDE OR MORE
REPLACE 30"
EXCAVATION (750 mm) MIN
WALK EXCAVATION REPLACE ~NALK SAWCU CUR IF LESS THAN 30"
ENTIRE WALK (750 mm) REPLACE
GUTTER GUTTER ENTIRE WALK
FILL-IN REPLACEMENT
FILL-IN LESS THAN 5' (1500 mm) WIDE FILL-IN 5' (1500 mm) WIDE OR MORE
WALK L SAWCUT IF SCORELINE IF LESS THAN 30"
SAWCUT IF SCORELIN (750 mm) REPLACE
FILL-IN SAWCUT ENTIRE FILL-IN
FILL-IN EXCAVATI N REPLACE EXCAVATION REPLACE 30"ENTIRE FILL-IN (750 mm) MIN
GUTTER GUTTER ~
WALK OR FILL-IN REPLACEMENT FOR EXCAVATIONS MADE
NORMAL TO CURB OR PROPERTY LINE
P~WALK o
SAWCUT ~ 30° (750 mm) MIN
FILL-IN ~
CUR w
GUTTER
THESE REQUIREMENTS ALSO APPLY TO ENDS OF PARALLEL EXCAVATIONS.
IF AN EXCAVATION FALLS WITHIN 30" (750 mm) OF AN EXPANSION JOINT, CONSTRUCTION JOINT,
WEAKENED PLANE JOINT, OR EDGE, THE CONCRETE SHALL BE REMOVED AND REPLACED TO
THE JOINT OR EDGE.
IF AN EXCAVATION FALLS WITHIN 12" (300 mm) OF A SCORELINE, THE CONCRETE SHALL BE REMOVED
AND REPLACED TO THE SCORELINE. THE SCORELINE SHALL BE SAWCUT BEFORE CONCRETE REMOVAL.
THE MINIMUM LENGTH OF REPLACEMENT IN BOTH CASES SHALL BE 30" (750 mm).
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY 7HE STANDARD PLAN
PUBIJC WORKS STANDARDS INC.
GREENBOOK COMMITTEE SIDEWALK &DRIVEWAY REPLACEMENT //~1131893 `
REV. 1996, 2009
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2
NOTES
1. CONCRETE WALK, FILL-IN AND DRIVEWAYS REMOVED IN CONNEC110N WITH CONSTRUCTION SHALL BE
REPLACED TO NEATLY SAWED EDGES. ALL CUTS SHALL BE PARALLEL TO OR PERPENDICULAR TO THE
CURB; ON CURVES, THE CUT SHALL BE RADIAL TO THE CURB.
2. DRIVEWAY APRONS IN WHICH THE '1N" DISTANCE IS LESS THAN 11' (3300 mm) SHALL BE REPLACED
IN THEIR ENTIRETY IF CUT IN ANY AREA.
3. DRIVEWAY APRONS IN WHICH THE "W" DISTANCE IS 11' (3300 mm') OR MORE MAY BE CUT WITHIN
THE '1N° SECTION. THE MINIMUM REPLACEMENT SHALL BE 30" (750 mm) IN LENGTH. THE MINIMUM
DISTANCE ALLOWED BETWEEN SUCH CUTS SHALL BE 14' (4200 mm').
4. DRIVEWAY APRONS IN WHICH THE '1N" DISTANCE IS 11' (3300 mm) OR MORE MAY BE CUT IN THE
"X" OR "R" SECTION. REPLACEMENT SHALL BE THE ENTIRE "X" OR "f7' SECTION.
5. DRIVEWAY APRONS SHALL BE REPLACED FROM THE BACK OF THE CURB TO THE FRONT EDGE OF
THE WALK, EXCEPT, WHERE WALK IS ADJACENT TO CURB, REPLACEMENT SHALL BE FROM BACK OF
CURB TO BACK OF WALK.
6. WALK PORTIONS OF DRIVEWAYS SHALL BE REPLACED AS SHOWN ABOVE FOR EXCAVATIONS MADE
PARALLEL OR NORMAL TO CURB.
7. REPLACEMENT OF THE "X' OR "R" SECTION SHALL MATCH EXISTING CONSTRUCTION.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
113-2SIDEWALK &DRIVEWAY REPLACEMENT
SHEET 2 OF 2
.-.
E
E
u
U
e
O
wz
J
m
6" ~
150 mm
ATTER 3:12
A1-6(150) AND
A1-8(200)
wZ
J
m
~'
6~~ U
150 mm
BATTER 3:12
~~ ~ SLOPE 2.0%
~~ LEVEL
~ ~ .. .'
.~.
~w~z
J
u m
d'
~6~~ ~U\
~1 150 mm
W
• BATTER 3:12
~ .. SLOPE 8.3~
(O .
O
LEVEL ~ ~,
25 mm)
A2-6(150) AND A2-8(200)
A3-6(150) AND A3-8(200)
NOTES:
1. THE LAST NUMBER IN THE DESIGNATION IS
THE CURB FACE (CF) HEIGHT, INCHES (mm)
2. GUTTER WIDTH, W, IS 24" (600 mm)
UNLESS OTHERWISE SPECIFIED.
3. TYPES A1, A2, A3 AND C1 SHALL BE
CONSTRUCTED FROM PCC.
4. TYPE D1 CURB SHALL BE CONSTRUCTED
FROM ASPHALT CONCRETE.
5. TYPE C1 CURB SHALL BE ANCHORED WITH
STEEL DOWELS AS SHOWN OR WITH AN
EPDXY APPROVED BY THE ENGINEER.
6. ALL EXPOSED CORNERS ON PCC CURBS
AND GUTTERS SHALL BE ROUNDED WITH A
1/2" (15 mm) RADIUS.
wZ
J
6•• 6 n m
(150 mm') MIN (150 mm
3/4" (20 mm) R
BATTER 3:12
,, BOTH SIDES
J o D1 -6 150 AND
mm") D1 -8 200
~ ~ z
~ E J~ #4x10"~4°OC
`-' ~ ~ (#13M x 250 mm
~ v 6" v ~ 7200 mm OC)
~ 150 mm') GROUTED IN PLACE
c~ BATTER 3:12
v 3~4~,
~—(20 mm)
3'~ (75 mm) ~
C1-6(150) AND C1-8(200)
STANDARD PLAN FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY 7HE STANDARD PLAN
PUBIJGREQJBOOK~COMMIT7EE INS CURB AND GUTTER B A R R I E R 1//~ //~
1984 1 LOLL
REV. 1996, 2009
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
.~.
E w~ z
J
v m
~ 6 ~~ U
150 mm)
~ ~.
BATTER 8:12
U
~ ~: ~ ..
~ ..
o~... ~ .
~ .~
.-.
~ w
E ZJ
v m
~'
6.. ~
U
150 mm
... BATTER 8:12
(~
. ~ SLOPE 8.3%
~ ..
LEVEL ~ ~ '
1"
o~ ~/~ ~nl (25 mm
~ z z
-J J3/4"
v m (20 mm) R m~ ~
\ 6.. ~ 6„ 6.. v
150 mm 150 mm MIN 150 mm
BATTER 8:12
BATTER 8:12 BOTH SIDES
,SLOPE 2.0% v
~ ~ .. .. ~ o
v.. '~ ~ ~
i.. ~ I D2-6(150)
B3-6(150) X25 ~I-~--
NOTES:
1. THE LAST NUMBER IN THE DESIGNATION IS ~ ~ J #4 x 10" ~ 4' OC
THE CURB FACE (CF) HEIGHT, INCHES (mm). v o m #13M x 250 mm
~ ~ ~ 1200 mm OC)2. GUTTER WIDTH, W, IS 24" (600 mm) ~ `-' 6~~ ~
UNLESS OTHERWISE SPECIFIED. i~ GROUTED IN PLACE~ 150 mm
3. TYPES B1, B2, B3 AND C2 SHALL BE I •. ~ BATTER 8:12
CONSTRUCTED FROM PCC. `~U .. 3~4,~
4. TYPE D2 CURB SHALL BE CONSTRUCTED ~ ~ (20 mm)
FROM ASPHALT CONCRETE.
3" (75 mm)
5. TYPE C2 CURB SHALL BE ANCHORED WITH j
STEEL DOWELS AS SHOWN OR WITH AN
EPDXY APPROVED BY THE ENGINEER.
6. ALL EXPOSED CORNERS ON PCC CURBS
AND GUTTERS SHALL BE ROUNDED WITH A
i /z" (15 mm) RADIUS. CZ—G~~JO~
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY THE STANDARD PLAN
PUBIJC WORKS STANDARDS INC.
GREENBOgC COMMITTEE CURB AND GUTTER -MOUNTABLE /~ ^~ -/1 ~ -/
1ea4 L 1 I
REV. 1996. 2008
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 1
1 ~ 4'
(25 mm) 1200 m
2'
600 mm (6(
N EE
ig
~~ • • •
4"
(10o mm~t~
LONGITUDINAL
STREET SLOPE LESS THAN 4~
GUTTER TRANSITION GUTTER 1RANSI110N
RIDGE
FLOW B A FLOW LINE X
STR GR LINE STR GR W
FLOW g~
15' CU 8 — — — (1800 mm) ~ 15' (4500 mm)
~_+(4500 mm)p
~~
~ '9 ~
~sC(25 mm')~g ~
PROPERTY LINE m ~'~
5~
00 mm) TYfB NOft1AAL CF
E ow ECR 1500 mm) TYP ECR E
o MINUS 2~ (50 mm)
w
Ep ~E p~
F p'o F o
u°~z~600m )Omm)~°Z~
FOUR EQUALLY
va Z GUTTER GUTTER v aZ
~~SPACED DOWELS ^~~yy ;~
FOR CONTACT
JOINTS-SEE NOTE 4 XP JT EXP J
TYPICAL CROSS GUTTER PLAN
STREET SLOPE LESS THAN 4~
GUTTER
CURB
NORMAL CF
MINUS 2' (50 mm)~
GUTTER ~
LEVEL L(200 mm)
SECTION A-A
STREET SLOPE 4~ OR GREATER
STREET CENTERLINE
FLOW LINE
T
~~ ~
d'
~ ~ ECR
PROPERTY m
LINE
mm ~ (900 mm) FRB
E
M N E (600 mm)
E
N O
F~ ~
SECTION B-B SECTION C-C
UI
m
PROPERTY
LINE
~~ ~~
TYPICAL CROSS GUTTER PLAN
STREET SLOPE MORE THAN 4~
~2F
(i oc
SECTION D-D
mm)
EQUALLY SPACED
IELS FOR CONTACT
JOINTS
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY 7HE STANDARD PLAN
PUBIJC WORKS STANDARDS INC
GREFNBOOK COMMITTEE CROSS AND LON GI lU DI N AL GUTTERS ~ ~~~
1984
REV. 1996, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCl10N
WEAKENED PLANE JOINT OR
OPTIONAL CONTACT JOINT
PER NOTES 1, 2 AND 3 ~
WEAKENED PLANE JOINTS
PER NOTES 1 AND 2
~ ~1
15' (4500 mm ~
~G
~ JOINT NEEDED WHEN
~~~ ECR N1 = 46' (14 m) OR MORE
m 5~ CROSS GUTTER
WEAKENED PLANE JOINTS
(1500 mm) TYP
PER NOTES 1 AND 2 5~(1500 mm) TYP
GUTTER
TYPICAL JOINT PLAN
N 0 TES:
1. WEAKENED PLANE AND/OR CONTACT JOINTS SHALL BE PLACED IN CURB AND
GUTTER AT LOCATIONS SHOWN ON THE TYPICAL JOINT PLAN HEREON.
2. WEAKENED PLANE JOINTS SHALL BE PLASTIC CONTROL JOINTS OR 1 -1/2"
(40 mm) DEEP SAW CUTS. CONCRETE SAWING SHALL TAKE PLACE WITHIN
24 HOURS AFTER CONCRETE IS PLACED.
3. DOWELS FOR CONTACT JOINTS SHALL BE #4 BARS 18'~ LONG
(#13M BARS 450 mm LONG).
4. PLACE A WEAKENED PLANE OR CONTACT JOINT WHERE LONGITUDINAL ALLEY
GUTTER JOINS CONCRETE ALLEY INTERSECTION.
5. ALL EXPOSED CORNERS ON PCC GUTTERS SHALL BE ROUNDED WITH 1/2"
(15 mm) RADIUS.
6. CONCRETE SHALL BE INTEGRAL WITH CURB UNLESS OTHERWISE SPECIFIED.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
122-2CROSS AND LONGITUDINAL GUTTERS
SHEET 2 OF 2
n~
CONCRETE CURB II
—~'~I~ AND GUTTER ~'I~
II I CONCRETE CURB —~ ~I~~BCR AND GUTTER I ~I
Io
z
e~
~~I
r---~ o I--~
~ 5' I I ~~Im/ 1500 mm
~ RIDGE /E
CU 15' 4500 mm V
o w
/
/
e
---
.n o
,°
/ ~r o~L 3 I ~
-----
FL
-£ -
~ (900 mm) ~ ~-I--- ~~-~1~16G_ _FLOW 3 ICI ~
~(900 mm) ~
WEAKENED PLANE ~~
OR CONTACT JOINT A
PLAN ~ ~~ ~ ~~~ ~
6'
SEE
---~f ~--J
(~SOO mm)
1~ 3' 3 1~
DETAIL A~ ~
(25 mm) (900 mm) (9D0 mm) (25 mm)
CONCRETE CURB
E AND GUTTER
~ E
M 1c`1
J_
E E
E ~ E
5,
1 ~ ~ ~ ~ 1 ~ o ~ °o
N
(1500 mm)
v4~1 ~4~ v'
E A + 0.05' (15 mm)
~(100 mm) (100 mm)in E ~.9~ MINIMUM
PCC SIX EQUALLY SPACED
DOWELS FOR CONTACT
o
~
O
~JOINTS ~jJ/
SECTION A-A E I
M
~~~/ A + 0.~5' (45 mm)
I EL A$ FL MINIMUM
~EE ~ \
O1 ~ \
2~E "~ ~~
(600 mm)in o ~~ A + 0.05' (15 mm~
E ~~~,~ MINIMUM
E
CV
5' CONCRETE CURB
(1500 mm) AND GUTTER
SECTION B-B
DETAIL A
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY 1HE CROSS GUTTER AT STANDARD PLAN
PUBLJC WORKS STANDARDS INC
GREDJBOOK COGMITfEE
1893 T I N TE R S E C TI O N S 123- 2
REV. 1996, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NOTES:
1. WEAKENED PLANE JOINTS SHALL BE PLASTIC CONTROL JOINTS OR 1 -1/2"
(35 mm) DEEP SAW CUTS. CONCRETE SAWING SHALL TAKE PLACE WITHIN
24 HOURS AFTER CONCRETE IS PLACED.
2. DOWELS FOR CONTACT JOINTS SHALL BE #4 BARS 18" LONG
(#13M BARS 450 mm LONG).
3. ALL EXPOSED CORNERS SHALL 8E ROUNDED WITH 1/2~' (15 mm) RADIUS.
4. CONCRETE SHALL BE INTEGRAL WITH CURB UNLESS OTHERWISE SPECIFIED.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
123-~CROSS GUTTER AT
T INTERTERSEC TIONS SHEET 2 OF 2
E
0:~- o
N
B
w
A 8.3%* 5%* A
,c. O
RIDGE ~ 2~
~—~I— —
C',~ 4
FLOW LINE
---~ --
STANDARD APPROACH
B~'
E A E~ 8.3% 5~* f~
o '~ G
W ~N ~ ~2q~ ~ ~
o ~- R1DGE -~ I EC
m R I ~ G~ R
~ \ O
B~ ^``FLOW LINE~~ — — — BC
SEE NOTE 2
d1 d2
SECTION
A-A
ANGLED APPROACH
SECTION
B-B
W, ft 8'10`15'20'25 30
W, mm (24QOmm~3000mm (450Dmm)(600dmm)(7500mm)(9000mm)
d1, ft Q.33'0.42'0.63'0.83'1.p4 1.25
MAX (100 mm)125 mm (186 mm)(250 mm)(313 mm)(375 mm)
d2, ft 0..17'0.25'0.25'0.25'0.25 0.25
MIN (5t? mm)(75 mm)(75 mm)(75 mm}(75 mm)(75 mm)
1. FOR CASE A, THE RADIUS OF THE CURE RETURN, R, IS EQUAL TO THE PARKWAY NFlDTFfi.
2. ALLEY INTERSECTION SHALL BE PCC, CLASS 520–C-2500 (31 ~–C-17~, 6" (150 mmj THICK.
CURB SHALL BE INTERGRAL TYPE "A°.
3. ASTERISKS, *, SHOW MAXIMUM GRADES.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTfON
PROMULGATED @Y h1E STANDARD PLAN
PUBLIC ~K~SC~DMk~~ INC.ALLEY I N TERSECTI QN 130-21984
REV. 1998, 2~
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
CURB AND GUTTER Vm
CURB FACE
A EDGE OF GUTTER
SEE NOTE 3 3 PCC ON CMBJ
Z SEE NOTEO
QF
Hw
W AC PVMT
W/2 ~ L
TYPICAL BUS PAD
W/2
SEE NOTE 2 yy
— _ ___ ~ SEE NOTE 3
SIDEWA
ANDY
GUTTER
IT
SECTION A-A
SEE NOTE 11 ~E
PCC EXISTING SIDEWALK ~ E E
a°,E ~
SEE NOTE 4 ~PCCNa
v:y. .v y.
'~ e
'.-~yy~.
-a ,:p.'~~:~~
• : •• •
CURB
AND ' o
M •:~ :~
~ ` ~'",..'.:;..GUTTER
m 3/4' (20 mm)~ ~m
EXISl1NG CURB ~I
AND GUTTER
CMB CMB
SEE NOTE 5
SECTION B-B SECTION C-C
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY 7HE STANDARD PLAN
PLIBIJC WORKS STANDMUS INC.
GREQJBOOK COMMITTEE CONCRETE BUS P A D ~ ~~ ~
1893
REV. 1996, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
..W
E
E
~ o EwsnNC currER ^
~~ ~noTM oR W ~ 12.
~ N 2' (600 mm) ~ 00 mm AC PAVEMENT
~ p SEE NOTE 6 PCC JOINZ ~ i
F
N a PCC
w o :.~ •e ''~ ::'
PVMT
AC
.• :Y V.•:
Y:y.
p~'.y ~ •O
r
L~.~~
EXISTING CURB ~ '~ ~.:: e
m
m
SEE NOTE 4 CMB
CMB
SECTION D-D SECTION E-E
SEE NOTE 14
PCC , ~ ~H
1 TO B
BATTER
m
CMB
SECTION F-F
NOTES:
1. DIMENSIONS: (UNLESS OTHERWISE SHOWN)
L = 85' 26 m) T = 8" 2d0 mm
W =10' 3m) B=6"~150mm3
2. USE SEC110N B —B FOR EXISTING CURB AND GUTTER THAT IS TO REMAIN.
USE SECTION C—C FOR NEW CURB AND GUTTER.
USE SECTION D—D FOR EXISTING CURB THAT IS TO REMAIN.
3. USE SEC110N E—E FOR EXISTING AC PAVEMENT.
USE SECTION F—F FOR NEW AC PAVEMENT.
4. AT LOCATIONS WHERE PCC PAVEMENT WILL ABUT EXISTING CONCRETE, AN EPDXY APPROVED BY THE
ENGINEER SHALL BE APPLIED TO THE EXISTING CONCRETE SURFACES PRIOR TO CONCRETE PLACEMENT.
5. IF B + T IS Z 300 mm (12'), CMB CHALL EXTEND UNDER NEW CURB AND GUTTER.
6. CONSTRUCT ONGITUDINAL WEAKENED—PLANE JOINT TO MATCH ADJOINING EXISTING GUTTER WIDTH, OR
2' (600 mm IF NO ADJOINING GUTTER EXISTS.
7. USE 2"x4° (50x100) HEADER TO FORM 3-1 /2" (90 mm) STEP. TOP OF HEADER SHALL BE SET TO LINE
AND GRADE.
8. ALL EXPOSED PCC CORNERS SHALL BE ROUNDED WITH A 1/2° (15 m) RADIUS.
9. SURFACE OF CONCRETE SHALL HAVE A ROUGH TRANSVERSE BROOM FINISH.
10. WHERE DESIGNATED BY THE ENGINEER, UNDESIRABLE SUBGRADE MATERIAL SHALL BE REMOVED AND
REPLACED WITH CMB.
11. WHERE NEW CURB AND GUTTER IS CONSTRUCTED ADJACENT TO EXISTING SIDEWALK, SIDEWALK SHALL
BE REMOVED AND REPLACED TO NEAREST SCORELINE.
12. CONSTRUCT TRANSVERSE WEAKENED PLANE JOINTS IN BUS PAD PAVEMENT AT APPROX. 10' (3 m') INTERVALS.
13. CONSTRUCT TRANSVERSE WEAKENED PLANE JOINTS IN BUS PAD PAVEMENT AT ALL EXISTING CURB/CURB
& GUTTER CONSTRUCTION JOINTS AND WEAKENED —PLANE JOINTS.
14~ DIMENSIONS OF ~HE BUSEPAD EA~D CONCR~E ENPOUREDMDNRECTI„Y USINGA HE EXISTING PA~MENTiAS A
FORM. THE CONCRETE EDGES SHALL BE ROUNDED WITH A 1/2 (15 mm3 RADIUS.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
13~-2CONCRETE BUS PAD
SHEET 2 OF 2
.-.
E
ZJ
Q Q
Z0
2~ O0 .-.
E
z~N°~'E
v~ilZ z EXCAVATION I J'`'°o z
w~~i~l°`.'~
3'
(900 mm)
MIN
~ PCC REMOVAL AND REPLACEMENT
~ °ooE Z SAWCUT a, ~ LESS THAN
3 900 mm
M ~ ~ EXISTING M o
~% TRANSVERSE JOINT
U
L~
~ E 3' 900 mm
~ i.~ o ~ +' OR MORE
Z °'
0 3'
F 900 mmU
W MIN
0
SAWCUTS PERPENDICULAR
TO EXISTING JOINTSi
EXIST PCC
PAVEMENT
PLAN
~:
r
U
N ~ TRENCH WIDTH _ i
REPLACEMENT SECTION
~WCU T
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGAIID BY 7HE STANDARD PLAN
PUBIJGREENBOOK COIIMITfEE'N~1893 CONCRETE PAVEMENT REPLACEMENT 132- 3
REV. 2005, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NOTES:
1. THE EXTENT OF REPAIRS FOR CONCRETE CUTS NOT SHOWN ON THIS STANDARD OR
CUTS MADE WITHIN 3' (900 mm) OF EXISTING PATCHES, CRACKS, OR DETERIORATED
SLABS SHALL BE DETERMINED BY THE ENGINEER.
2. CONCRETE PAVEMENT SHALL BE REMOVED PER SSPWC 300-1.3.
3. BACKFILL AND DENSIFICATION SHALL CONFORM TO SSPWC 306-1.3.
4. TEMPORARY RESURFACING SHALL BE PLACED PER SSPWC 306-1.5.1.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
132-3CONCRETE PAVEMENT REPLACEMENT
SHEET 2 OF 2
TRENCH WIDTH
T + 1° 25 mm)
MIN AC PAVEMENT
EXISTING AC PAVEMENT T
~/
BACKFILL
CASE I - WITHOUT BASE
TRENCH WIDTH
T + 1° 25 mm)
MIN AC PAVEMENT
EXISTING AC PAVEMENT T
EXISTING BASE B B BASE
~ ~
BACKFILL
\~
CASE II - WITH BASE
TRENCH WIDTH
AC PAVEMENT
EXISTING AC PAVEMENT T T
•~ ~ PCC PAVEMENT, 520—A-2500EXISTING PCC PAVEMENT C ~'' a: ~ ~~ . ~ • ~ .:a. ~ ~ . ' • (310—A-17).. .
/ .a i / /
~ ~~\ ~~ C + 1 " a 25 m m \i~~\;
~ MIN
~ BACKFILL
CASE III - AC PVMT ON PCC PVMT
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY THE ASPHALT CONCRETE PAVEMENT STANDARD PLAN
PUBLIC WORKS STANDARDS INC.
GREQJBOq( CAMMIT7EE
1093 REPLACEMENT 133-3
REV. 2005, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NOTES:
BACKFILL AND DENSIFICATION SHALL CONFORM TO SSPWC 306-1.3.
3. TEMPORARY RESURFACING SHALL 8E PLACED PER SSPWC 306-1.5.1.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
133-3ASPHALT CONCRETE PAVEMENT
REPLACEMENT SHEET 2 OF 2
JLL f\L I ~~l'~ 1 IIYJLI\ 1 VL 1 /11L
600 mm) ~E BARS
ADJACENT LANE
CONTACT JOINT WITH KEYWAY AND TIE BAR
~"
(25 mm) ~
E ~ ~N ~ _ E ~~
° N ~ ~I~
v
METAL OR WOODEN INSERT TO BE
~ PLACED ON FORMS.
`V ~ l~~ _ _ _ _ ~~ CONCRETE FORM
----
KEYWAY INSERT DETAIL
NOTES:
1. LONGITUDINAL JOINTS SHALL BE LOCATED AS SHOWN ON PLAN. CONTACT OR
WEAKENED PLANE JOINTS MAY BE USED AT THE CONTRACTOR'S OPTION.
2. TRANSVERSE WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT INTERVALS
OF 15' (4500 mm) AND SHALL BE AT LEAST 5' (1500 mm) FROM ANY TRANSVERSE
CONTACT JOINT. (SEE NOTE 5.)
3. TRANSVERSE CONTACT JOINTS SHALL BE CONSTRUCTED AS SHOWN HEREON AT
ALL CONSTRUCTION JOINTS AND AS DIRECTED BY THE ENGINEER.
4. SPACE TIE BARS AT 36" (900 mm) ON-CENTER FOR TRANSVERSE JOINTS AND
45" (1200 mm) FOR LONGITUDINAL JOINTS. PLACE IN MIDDLE THIRD OF SLAB.
5. SEE SSPWC 302-6.5 FOR DETAILS ON CONCRETE PAVEMENT JOINTS.
6. CONSTRUCT CONTACT JOINTS IN THE APPROACH SLABS AT THE FIRST THREE
TRANSVERSE JOINTS OF CONCRETE INTERSECTIONS.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PRanu~c~hn er nie STANDARD PLAN
PUBLIC WORKS STANDARDS ING
GREENBOOK COLIMITTEE CONCRETE PAVEMENT JOINT DETAILS //~134-1D93 L
REV. 1996, 2009
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
Y=2.25W( L)2
L=LENGTH OF TAPER
W=MAXIMUM OFFSET DISTANCE
X=DISTANCE ALONG BASE LINE
Y=OFFSET FROM BASE LINE
L, ft (m)DISTANCE X, L 12 INCREMENTS,ft m
60'5'10' 15'20'25'30 35 40 45 50 55 60
(18.00)(1.50)(3.00) (4.50) (6.00)(7.50)(9.00)(10.50)(12.00)(13.50)(15.00)(16.50)(18.00)
72 6 12 18 24 30 36 42 48 54 60 66 72
(21.60)(1.80)(3.60)(5.40)(7.20) (9.00)(10.80)(12.60)(14.40)(16.20)(18.00)(19.80)(21.60)
90 7.5'15'22.5'30'37.5'45 52.5'60'67.5'75'82.5'90'
(27.00)(2.25)(4.50)(6.75) (9.00)(11.25)(13.50)(15.75)(18.00)(20.25)(22.50)(24.75)(27.00)
120 10 20 30 40 50 60 70 80 90 100 110 120
(36.00)(3.00) (6.00)(9.00)(12.00) (15.00)(18.00)(21.00)(24.00)(27.00)(30.00) (33.00)(36.00)
150 12.5 25 37.5 50 62.5 75 87.5 100 112.5 125 137.5 150
(45.00)(3.75)(7.50)(11.25)(15.00) (18.75)(22.50)(26.25)(30.00)(33.75)(37.50)(41.25)(45.00)
W, ft(mm OFFSET Y, ft (mm)
10 0.16 0.62 1.41'2.50'3.75'5.00 6.25 7.50 8.59'9.38'9.84'10.00'
(3000)47 188 422 750 1125 1500 1875 2250 2578 2812 2953 3000
11 0.17 0.69'1.55 2.75 4.13 5.50 6.88 8.25 9.45'10.31'10.83 11.00
(3300)(51)(206)(464)(825)(1238)(1650)(2063)(2475)(2836)(3094)(3249)(3300)
12'0.19'0.75'1.69'3.00'4.50'6.00'7.50'9.00'10.31'11.25'11.81'12.00'
(3600)(56)(225) (506) (900)(1350)(1800)(2250)(2700)(3094)(3375)(3544)(3600)
19 0.30 1.19'2.67'4.75'7.13 9.50'11.88 14.25'16.33 17.81'18.70 19.00
(5700)(89)(356)(802)(1425) (2138)(2850)(3562)(4275)(4898)(5344)(5611)(5700)
20 0.31'1.25'2.81'5.00'7.50'10.00'12.50'15.00'17.19'18.75'19.69'20.00'
(6000)(94)(375)(844)(150x)(2250)(3000)(3750)(4500)(5156)(5625)(5906)(6000)
21 0.33 1.31 2.95 5.25 7.88 10.50 13.13 15.75 18.05 19.69 20.67 21.00
(6300)(98)(394)(886)(1575)(2363)(3150)(3937) (4725)(5414)(5906)(6202)(6300)
22 0.34 1.38 3.09 5.50 8.25 11.00'13.75 16.50 18.91 20.62 21.66 22.00
(6600)(103) (412)(928)(1650)(2475)(3300)(4125)(4950)(5672)(6188)(6497)(6600)
NOTE:
TO DETERMINE OFFSET DISTANCE FOR ANY LENGTH OF TAPER USE THE FORMULA Y=2.25W(X~
FOR THE PORTIONS AB' AND C'D' WHICH ARE PARABOLIC CURVES. THE POR110N B'C' IS A ~
TANGENT. WHEN THE BASE LINE IS CURVED, THE OFFSETS ARE APPLIED TO THE CURVED
BASE LINE, AND BBC' IS NO LONGER A TANGENT.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PRONULGA7ED BY lHE STANDARD PLAN
PUBIJC WORKS STANDARDS INC.
GREENBOOK COMMITTEE MEDIAN TAPE R 1 40- 31884
REV. 1992. 1996, 2009
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCl10N
L =LENGTH OF FLARE
W =MAXIMUM OFFSET DISTANCE Y = W~X~2
X =DISTANCE ALONG BASE LINE L
Y =OFFSET FROM BASE LINE 2W
T =TANGENT LENGTH TAN 8 = ~
R =RADIUS OF NOSE
8 =MAXIMUM FLARE DEFLECTION ANGLE T = R TAN e
OFFSET Y, ft (mm)
IF STATION OF RADIUS POINT IS NOT
GIVEN ON PLAN, TANGENT DISTANCE
T MAY BE IGNORED
X, ft m
L, ft W, ft 10 15 20 25 30 40 45 50 60 70 75 80 90 100
m mm 3.0 4.5 6.0'7.5 9.0'12.0 13.5'15.0 18.0'21.0 22.5'24.0 27.0 30.0
WL =1:5
25 5 0.80 1.80 3.20 5.00
7.5 1500 240 540 960 1500
50 10 0.40 0.90 1.60 2.50 3.60 6.40 8.10 10.00
15.0 3000 120 270 480 750 1080 1920 2430 3000
W L = 1:10
50 5 0.20 0.45 0.80 1.25 1.80 3.20 4.05 5.00
15.0 1500 60 135 240 375 540 960 1215 1500
100 10 0.10 0.23 0.40 D.63 0.90 1.60 2.03 2.50 3.60 4.90 5.63 6.40 8.10 10.00
30.0 3000 30 68 120 188 270 48D 608 750 1080 1470 1688 1920 2430 3000
W L = 1:'15
45 3 0.15 0.33 0.59 D.93 1.33 2.37 3.00
13.5 900 44 100 178 278 400 711 900
75 5 0.09 0.20 0.36 D.56 0.80 1.42 1.80 2.22 3.20 4.36 5.00
22.5 1500 27 60 107 167 240 427 540 667 96D 1307 1500
90 6 0.07 0.17 0.30 0.46 0.67 1.19 1.50 1.85 2.67 3.63 4.17 4.74 6.00
27.0 1800 22 50 89 139 200 356 450 555 800 1089 1250 1422 1800
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY TFiE STANDARD PLAN
PUBIJC WORKS STANDARDS INC.
GREENBOOK COMMITTEE MEDIAN FLA R E 1 41 - 21984
REV. 1996, 2009
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 1
RIW ~ I PIPE PER IMPROVEMENT
\~ OR GRADING PLAN
1
MAX. SLOPE 1:1 .~*
HINGE COVER AT TOP OF FRAME
RECTANGULAR FRAME
AND COVER
INLET PER CASE I, II, OR III PER SPPWC 152
SEE NOTE 1 ~Y ~~~ (75 mm)
A ° I '~ I ~eF
~* 1'~~ ~~ ■6' (150 mm). TYPR/W LINE
A (600 mm)
CASE I INLET
N-4° (100 mm) CIP TRANSITION STRUCTURE SECTION
SEE NOTE 5 ~ RAW
/ ~ FRAME &GRATE — NOlE 9
1' (25 mm) MIN
1 -1/2° (35 mm) MIN CLEAR
WALK (SEE NOTE 4}~~~ ~ SEE NOTE 10 Y `~
~ E
6 / ~ (150 mm) * a ~~ * "sue (600 mm), TYP
~3 (~10M) BA X50 mm ~ TOP OF CURB LJNE
24' 600 mm MIN
DROP INET CATCH RAISIN EcnoN
s" row 6.
(1 0 mm) (15 mm E,~, 24° 600 mm
SEE CURB PROFILES R~ SEE NOTE 2
BELOW RIGHT OPEN DITCH PER IMPROVEMENT
r OR GRADING PLAN ~ ~p5 mm)J WALK
A Z
W ~a
a
PLAN CcRA ED DITCH I3 C110N~
~10M (~3) B ~8• ~8~ TC LINE
EXPANSION JOIN E ~0 m) ( 0 mm XPANSION
JOINT
2-1 /2' (65 mm) MIN FOR 6' (150 mm) E I 1 mm) m ~
de 7' (175 mm) CF
3-1 /2' (90 mm) MIN FOR 8' (200 mm) CF ~ Nv
R~ 1/2' (10 mm)
PARKWAY WIDTH PER IMPROVEMENT PLAN CLEAR CiP(100 mm)
T.C. LINE FlNISHED PARKWAY GRADE ? NOTE: APPLIES TO ANY NUMBER OF PIPESPCC WALK, 8' (200 mm) CF — NOlE 4 ~
a' ~20o mm) CF
PCC WALK, s' (150 mm) CF —NOTE 4 E C 81 R B m P R O FA EE
GALV WIRE FABRIC — NOlE 10 7 ~ E
~~/3 (#10M) BAS
2~ -, ~ ~T ~~~1
~ia~~ m~ i uu m TOP OF CURBSEE INLET DETAILS s•
~k3 (~10M) BAR
~~ EXPANSIO I 15 mm) Z 15 m E JOINTNSION
PCC CURB &GUTTER C~P~~QO mm) JOINT E
E ~
SEE NOTE 8
;~ '~ ~ 1
GUTTER TO
MATCH EXISTING SECTION A —A i/z' (io mm) CLE ~~oo mm> aP
NOiE: APPLJES TO ANY NUMBER OF PIPES
Z =TOP—OF—CURB IJNE SHOWN ON PROFlLE
CURB PROFILE
6 150 mm CURB FACE
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY lHE STANDARD PLAN
PUBLIC WORKS STANDMOS INC.
GREIIJBOOK COIAMIT7EE CURB D R AI N 150- 31884
REV. 7892, 1996, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NOTES
1. IF THE TOP OF SLOPE IS ALLOWED WITHIN THE R/W, INLET CASE I BEGINS
AT THE TOP RATHER THAN THE R/W LINE.
2. FOR OPEN DITCH (CASE INLET III), THE 24" (600 mm) EXTENSION BEYOND
THE R/W LINE IS NOT REQUIRED WHEN BACK OF WALK IS 24" (600 mm) OR MORE
FROM THE R/W LINE; HOWEVER, PIPE SHALL EXTEND TO R/W LINE.
3. TOP OF INLET STRUCTURE (CASE I AND II) TO BE FLUSH WITH ADJACENT
SURFACE WHERE PRACTICAL.
4. CONSTRUCT PCC WALK WHEN SPECIFIED ON PLANS. THE CONTRACT PRICE
PAID FOR PCC WALK ITEM SHALL INCLUDE WALK CONSTRUCTED IN
CONJUNCTION WITH PARKWAY CULVERT.
5. "N" EQUALS NUMBER OF PIPES (MAXIMUM OF THREE) AS SPECIFIED ON PLANS.
6. INLET CASE TO BE SPECIFIED ON PLANS.
7. ANGLE A EQUALS 0', UNLESS OTHERWISE SPECIFIED.
8. TYPE, DIMENSIONS AND ELEVATIONS OF P.C.C. CURB AND GUTTER PER PLANS.
9. UNLESS OTHERWISE SPECIFIED, FRAME AND GRATE FOR CASE II INLET SHALL BE
GALVANIZED CAST IRON. WEIGHT OF FRAME AND GRATE SHALL BE 80 LBS (36 kg).
10. AT LOCATIONS WITH LESS THAN 8" (200 mm) CURB FACE, USE 6x6-10/10
(152x152-MW9.1xMW9.1) GALVANIZED WIRE FABRIC. WIRE FABRIC SHALL EXTEND
8" (200 mm) BEYOND THE EDGE OF CAST IRON PIPES.
8 SPACES O 15/16 (24 mm)
7 BARS m 5/8' (16 mm)
2 OUTSIDE BARS O 7 8~ 22 mm
OVERALL 14' (356 mm)
E
E~ N
E ESN E
. ~Enu~i
nvAv 0 O 0 0 0 0 0 0
~ ~ \<
8~V)m~
U <~~O
N N m O
n~ac~~
J—
TOP OF GRATE
OPEN AREA 52X
E ~
M ~
v
~~
13" x 13' (330 mm x 330 mm)I
17"x17'(432 mm x432 mm)i ~
SECTION THRU FRAME
GRATE FOR CASE II INLET
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
150-3CURB DRAIN
SHEET 2 OF 2
E
E
o E HINGE COVER AT
° I N L E T I N L E T RECTANGULAR TOP OF FRAME
v ~ (soo mm ~ ° ~ TYPE 2 TYPE 1 o~R
SPPWC 152 PIPE PER
SEE NOTE 8
PLANS
E 24•
E
~~ E : ;~ o (600 m
~O rr.
SECTION A R ~ o
INLET TYPE 2 ~s s~Nom s
10" ~
BAR (250 0 •'~'• `O '''~
5~8~ ~ ~ ~ ~ g• 75 mm) MIN
(16 mm)
~ (150 mm)
~~~ 1/4' (~mm o F B SECTION
DETAIL OF ANCHOR INLET TYPE 1
3°
CURB FACE 75 mm~ FRB FACE
ANCHOR
FL ~ r FL
POINT M POINT N ~ ~ ~ POINT P POINT Q
PLAN
10' (3000 mm) g 10' (3000 mm)
TC GRADE LINE AS S/2
SHOWN ON PROFILE TOP OF CURB
TOP OF CURB
F1
FL
POINT P POINT Q
-POINT M POINT N PROFILE
S, INCHES
mm
J BAR
SPACING
,z° goo r 2~0
18' 450 Y 240
24' 600 7' 2~0
30' 750 Y 240
36' 90D 7' 2~0
42' 1050 6' 210
48' 1200 5' 180
54' 1350 6-1 2' 225
60' 1500 5' 180
66' 1650 4' 180
72' 1800 ~1 2' 120
GALVANIZED SUFI SIDEWALK
ANGLE ~ FlNISH
FOR S = 30' (750 mm) AND LESS, USE 2 4, m -- >
ANCHORS. OIHERIMS~, USE 3 ANgiORS.(100 mm)
1/2•
fBAT'fE7t 3:12 fSEE NOTE 8 ~
FOR S = 48' (1200 mm) AND LESS,
(10 mm):•.~. -.... •~>:
USE 2-1/2~x2~x3/8' (64x51 x9.5)200 mm 150 mm)
GALVANIZED STEEL ANGLE.p~
4'Ex, nN~ ~SECTION A — Ao~~►~sE, e = (1 D0 mm).usE s-~/2'xs'X~ /Y
~l~Pi'
~(89x76x12.7) GALVANIZED SiEE1 ANGLE.E ti o
J BARS ARE ~3 (IOM).
E S 6'
mm , N 15 mm
O,p °iry
~,~o~'
w•
m J BARS E E
~ oag
SECTION B —B v "
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGAIID BY THE STANDARD PLAN
PUBLIC WORKS STANDARDS ING PARKWAY DRAIN~~e°a` ~~'~E
1093 151— 2
REV. 1996, 2009
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCl10N SHEET 1 OF 2
NOTES
t. FLOOR OF BOX SHALL BE TROWELED SMOOTH.
2. IF THE TOE OF SLOPE IS ALLOWED WITHIN THE R/W, INLET TYPE 1
BEGINS AT THE TOE RATHER THAN AT THE R/W LINE.
3. FOR OPEN DITCH (TYPE 2), THE 24" (600 mm) EXTENSION BEYOND
THE R/W LINE IS NOT REQUIRED WHEN BACK OF WALK IS 24" (600 mm)
OR MORE FROM THE R/W LINE; HOWEVER, THE PIPE SHALL EXTEND
TO THE R/W LINE IN ANY EVENT.
4. TOP OF INLET STRUCTURE (TYPE 1 & 2) SHALL BE FLUSH WITH ADJACENT
SURFACE WHERE PRACTICAL.
5. A HEADED STEEL STUD 5/8" x 6-3/8° WITH A 1° HEAD
(16 x 160 mm, 25 mm HEAD) ATTACHED BY A FULL PENETRATION BUTT
WELD MAY BE USED AS AN ALTERNATE ANCHOR.
6. NORMAL CURB FACE AT POINT M AND Q. CURB FACE IS B + 5° (125 mm)
AT POINT N AND P.
7. THE 3" (75 mm) LEG OF THE 5/8" (16 mm) DIA ANCHORS SHALL
BE PARALLEL TO THE TOP OF SIDEWALK.
8. SLOPE = 2.0~.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
151-2PARKWAY DRAIN
SHEET 2 OF 2
OND TREAD ON COVER AND FRAME. SEE NOTE 2.
U x 25 mm) PAD
IN EACH CORNER
3/8" (10 mm) RIB IN EACH CORNER
PLAN
7u
u~
SECTION B-B
.,iooi,~~
iiiiiiiiiiiiiij/
///
•
DRILL AND TAP
FRAME 3/8-16 NC-2
SECTION A-A
SECTION E-E
E
(13 mm) DIA
E
o
M ~
_~~8.
(3 mm) R
_,_ ,,_ . ,.,, v...
4 HOLES
SECTION D-D
(70 mm)
SECTION F-F
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY THE STANDARD PLAN
PUBLIC WORKS STANDARDS INC.~~e°°" ~N",~
1983
RECTANGULAR FRAME AND COVER 152-2
REV. 1996, 2009
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NOTES
1. FRAME AND COVER SHALL BE CAST IRON.
2. A PLAIN 1 /4° (6 mm) BORDER SHALL BE TYPICAL FOR ALL
BORDERS ON FRAME AND COVER.
3. ALL CASTING RADII SHALL BE 1/4" (6 mm) UNLESS OTHERWISE SHOWN.
4. WEIGHT OF FRAME AND COVER SHALL BE 43 LBS (19.5 kg).
5. USE ONE 3/8"-16x1" STAINLESS STEEL SOCKET CAP SCREW. APPLY
HIGH ADHESIVE, OPEN GEAR GREASE TO THREADED PORTION PRIOR
TO INSERTION.
6. USE 4° x 4" (102 mm x 102 mm) CAST ALUMINUM LINK HINGE WITH
SST PIN FOR 180' OPENING.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
152-2RECTANGULAR FRAME AND CQVER
SHEET 2 OF 2
CENTERLINES
(2 LANE HIGHWAYS)
.DETAIL 1
~~, A D A D A
~`
DETAIL 2 '~'-0" 14.40 m
~~ B A D A B
~ ~ ~
~~
DETAIL 5 C 36'-0" C
~~ (10.80 m)
DETAIL 6 ~~-_~" 14.4U m
~+~ 18'-0" C 18'-0"
~ 5.40 m 5.40 m ~
~~
LANELINES
(MULTILANE HIGHWAYS)
DETAIL 8
~~, A D A D A
0 0 0
DETAIL 9 48'-0" 14.40 m
~~ B A D A B
0 O O a
~!
NO PASSING ZONES—ENE DIRECTION
NO PASSING ZONES-TWO DIRECTIQN
DETAIL ~t
~~
~
E
E
~
R
~~
a ~
DETAIL 22 E 24`-0" 24'-0°~d a
~~ ~
„~
(7.2o m) ~ (7.20 m)
.; E
~ ` ~ E
fir■ t~~_ ~
c.N E
LEFT EDGELINES
0
,~
(DIVIDED HfGHWAYS)
pETA1t ~4
E
E~i
EDGE OF TRAVELED WAY ~ ~
~. ~
DETAIL 25 _i~ ,°e~
~n ~'~EDGE OF TRAI/ELED~NAY f
48'-0" (14.40 m) I N € I E
DETAIL 25A r ~ o ~, E
DETAIL 19
~~
oo T ~
18~-0" ~ 18'-0" E r ~
~ 5.40 m (5.4D m '`a E
~ L Er ~~ ~ Z
m 7.20 m o u°i
SEE SHEET 2 FOR DIMENSIONS A TO D
STANDARD PLANS FCJR PUBLIC WORKS CONSTRUCTIbN
~~,~L~~ BY TME PAVEMENT MARKERS AMp STANQARQ P~,N
PUBUC NlORKS S'FANDAROS INC.
~~'B°~` °°"~'~TRAFFIC LINES 17+x- 0sri~
SHEET i OF 4USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
DETAIL 31
+4~
~~
DETAIL 32
+ri
TWA-WAY LEFT TURN LANES.
~o —u
T0.80 m
96'-0" {2$.80 m)
'-0" 24'-0° 24'-0"
0m ~7.20m ~ 7.20m
Ec°~
o '"u-moo`''
~"`~ a
i
n °~
36~-0"
10.80 m
n
24'-0" 24'-0"
~ 7.20 m ~ (7..20 m ~a (7,2(
~~~~ rir.~~
~ I ~ '''~ o
o. ~ r
.~.f~~ON
~o —u ~, .~o —v 4 JD -V v is —u
5.40 m (~a.~1 m) (14.80 m) 5.ao m
- _ ~
~ ~ n n ~ n n E "'~
~~` ~ 96'-0" (28.80 m) ~ ~ ~r,
N p ~
CHRNNELIZING LINE BIKE LANE LINE
.-~
QETAIL 38 ~--- 8" (200 mm) WHITE LINE ~ DETAIL 39 r.--~~~ (15U mm) WHITE LINE
j CV ~ ~o ~
7.20 m) (7.20 m) INTERSECTION LINE
THROUGH AFFIC ~~►
BIKE LANE
DETAIL 38A 8" (200 mm) WHITE LINE
_ __ DETAIL 39A ~_~~20~'-0" (8Q.0 m) TE SEC ON
~ ~~ O D ~ Q
~~ ~`-~~ 6" (150 mm)
~._a» (1.2Q m) WHITE LINE
LANE LINE EXTENSIONS (240 m}
THROUGH INTERSECTIONS
DETAIL 40 ~~_b^
1'-D" (1.80 m)
0.30 m ~ ~ ~ ~ DIMENSIONS
~4° (100 mm} WHITE LINE A = 7'-~" 2..10 m)
B = 8'-6" 2.55 m)
CENTER LINE EXTENSIONS C = 12'-0" (3.6Q m)
THROUGH INTERSECTIONS a _ ~7~-~~ (~.~0 m~
DETAfL 41 g'_p"
1'-0° ~~1,80 m)
0.30 m ~ ~ ~ ~
4" (300 mm} YELLOW LINE
STANpARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
170-0PAVEMENT MARKERS AND
1RAF~1 C U N ES SHEET 2 OF 4
LEGEND
MARKERS
O TYPE A WHITE NON—REFLECTIVE
~ TYPE AY YELLOW NON —REFLECTIVE
m TYPE. B CLEAR TWO—WAY RETR(~REFLECTlVE
~ TYPE RED /CLEAR RETROREFLECTIVE
~ TYPE D YELLOW TWO—WAY RETROREFLECTIVE
0 TYPE G CLEAR dNE—WAY RETROREFLECTIVE
~ TYPE H YELLOW ONE—WAY RETROREFLECTIVE
~ TYPE I BLUE TWO—WAY RETROREFLECTIVE
LINES
D 4" wt-»~
4° YELLOW
*rte DIRECTION OF TRAVEL
co ~ ° o o °' 3.88" TO 4.13" o 0o ~ o N 3.88" TO 4.13" ~ o (98 TO 105 mm)!- ° s o E (98 TO 105 mm) ~ ~
,~ d°- o p E °ter o~ Ea~ co co ~ E o ~ r*a E ' ... ~ E
O'- ~^ ~p ~p ~0
OO~ Qr ~~-
t ~w O OH ~
~~Q ~~/ ~~ /~~' X00
M v~ d- ~~~ ry
r ~/
TYPE A &TYPE AY TYPE B. TYPE C. TYPED & TYPE I TYPE G &TYPE H
RETROREFLECTIVE FACE
MARKER DETAILS
STANDARD PLANS FOR PUBLIC WORKS CdNSTRUGTION STANDARQ PLAN
17~-0PAVEMENT MARKERS AND
1RAFFIC LINES SHEET 3 OF 4
4° (100 mm CLEAR
I~
FCRE HYDRANT
STREETS V1~THOUT LANE STRIPING
4" 1Q0 mm CLEAR
~ C~ FIRE. HYDRANT
STREETS WITH MULTIPLE LANE STRfPING
FIRE HYDRANT
STREETS WfTH CENTER LINE OR
SINGLE LANE STR(PIN~
-{}- FIRE .HYDRANT
ARKEft PLACED IN
FRONT OF DRIVEWAY
AT DRIVEWAY OR SOME
DISTANCE FRAM STREET
FIRE HYDRANT MARKERS
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
'170-0PAVEMENT MARKERS aND
TRAFFIC LINES SHEET 4 OF 4
6'-0"
1.83 m
1'-0" x 1'-0" GRID
(305 x 305 mm)
A=15 FT2 (1.39 m2)
TYPE II (L) ARROW
(FOR TYPE II (R) ARROW,.
USE MIRROR IMAGE)
Eo~
N
~n ~n
v
6" x 6" GRID ~-T. 6
(150 x 150 mm) (150 mm}
A=7 FT' (0.65 mZ)
BIKE LANE ARROW
mm
■■■■..'n
"..■1"1■
[1■~■~~111■
■■~■■„"■
■■■■■„"■
~~~
1'-0" x 1'-D" GRiD T'-Q"
(305 x .305 mm) 305 mm)
A=27 FTZ (2.51 m2)
TYPE Iff (L~ ARROW
(FOR TYPE. III (R) ARROW,
USE MIRROR IMAGE)
4" x 8" GRID
(100 x 200 mm)
n
1'-0" x 1'-0" GRID
(3D5 x 305 mm)
3'-6°
(1.065 m)
3D5 mm)
A=14 FT2 (1..30 m2)
TYPE 110' (3 m~ ARROW
A=17.5 FTZ (1.83 m2~ A=16.5 FT' (1.53 m2~
a° x 4" GRID NUMERALS
i~ 3'-~~ ~i (100 x 100 mm)
(1.OQ m)
A=7 FTC (Q.65 m~)
BIKE LANE SYMBOL
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY THE PAVEMENT MARKINGS STA"°AR° ~~A"
PUBLIC VYORKS STANDARDS INC,
GREENBOOK COMMITTEE
AR RO WS AN ~ S~ B OLS 1 7~ ~2011 \ 7,
SHE T 1 OF 5USE WITH STANDARD SPECIFICATIQNS FOR PUBLIC WORKS CONSTRUCTION
s'—sa
(l.sa m}
FTC (3.9a m~)
TYPE II ARRQW
T LANE DROP ARROW
(FOR LEFT LANE,
iSE MIRROR IMAGE)
c 1'-0" GRID
3p5 mm)
NQTES;
1. IF A MESSAGE CONSI5T5 f7F MORE THAN ONE WORD, IT SHALL READ "UP°;
THAT 1S; THE FIRST WORD SHALL BE NEAREST THE DRIVER,
2. THE SPADE BETWEEN WARDS SHALL BE AT LEA5T FOUR TIMES THE HEIGHT
OF THE CHARACTERS FOR LOW SPEED ROADS, BUT NQT MORE THAN TEN TIMES
THE HEIGHT OF THE CHARACTERS. THE SPACE MAY BE REDUCED
APPROPRIATELY WHERE THERE IS LIMITED SPACE BECAUSE OF LQCAL CC}NDITIONS.
3. MINOR VARIATIONS IN DIMEN510NS MAY BE ACCEPTED BY THE ENGINEER.
4. PORTIONS OF A LETTER, NUMBER, OR SYMBOL MAY BE SEPARATED BY CONNECTING
SEGMENTS NOT TO EXC£ED 2" (50 mm) W WIDTH.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
171-0PAVEMENT MARKINGS
ARROWS AND SYMBOLS SHEET 2 OF 5
4" x 8' GRID
(100 x 200 mm)
A-22 FTC (2.04 m~)
A=24 FTZ (2.23 mZ)
A=19 FTz (1..77 m2)
A=32 FTZ (2.97 m2)
A=23 FTZ (2.14 m~)
A=26 FTC (2.42 mz)
A=26 fT2 (2.42 m2}
A=19 FTZ {7.77 m~)
A=22 FTC (2.04 m~)
A=24 FT2 (2.23 m2)
A=21 FTC (x.95 m~}
4~
Q.10m~
i r, ~ .
~ .
~t
6" x 6" GRID
(150 x 15Q mm~2'-S~ "
(0.83 m
A(WHITE)=9 FTZ {0.84 m~
A(BLUE)=14 FTZ (1.30 m2~
DISABLED PERSONS PARKING SYMBQL
STANDARD. PLANS FQR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
171-0PpApVE~~M/~EN/~T MAR1~/K~INGS
~FZI'E~rrJ K~Q S 1 lYIB OL~SHEET 3 OF 5
A=27 FTC X2.51 m~}
4" x $" ARID
(100 x 200 mm~
A=42 FTZ (3.90 m~)
A=24 FTC (2.23 mZ) A=43 FTZ (4.QQ m~~
A=31 FTC (2.88 m~)
A=35 FF~ (3.25 m~~
A=6 FTC ((7.56 m~)
2" x 4" GRID
(50 x 100 mm)
A=5 FT2 (17.47 m2
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
171-0PAVEMENT MARKINGS
~~~Q~~,lD*~+ ~+~~+'~+~SHEET 4 OF 5
4" x 8" GRID
(100 x 200 mm)
A=~4 FTZ (2.23 mZ)
A=~3 FTC (2.94 m~)
1'-0" x 1 `-0" GRID
(305 x 305 mm)
2'—D'" (610 mm)
x WIDTH OF LANE
1'-0° x 1'-0" GRID o ~
(305 x 305 mm) ;~ ~
A=21 FTZ (1.95 m2) ,~,~t~"
0~~1
3'-3"'
D.99 m
A=11 F7~ (T.02 mZ)
e ~ ~ ~ ~ :•
3
~;
•
1~~~~~~~~~~1
~~~1~~~~~~~~
n\\~'~~1I/■
t■►~l\/I/~~■~1`►►7\`~///~~1111~~■■'/1111L~~►\I~■L'J
11111I~~~\lit\1
Iltl'//I~►\►1111\'
~~~~/11~~~~■
~~i~~~~~~1~~
n►ir~~~►~~~■
►~r~n■~~►~~~----
~ h1 N
~ ,~
2'-0" X610 mm)
x WIDTH OF LANE
A=70 FT' (1.86 mz)*
*DC?ES NOT INCLUDE THE 2'—Q" (61 t1 rnm)
TRANSVERSE LINES.
RAILROAD GRASSING SYMBOL
STANDARD PLANS FAR PUBLIC WaRKS CONSTRUCTION Srnra°AR° P~'N
171-4PAVEMENT MARKINGS
ARRUWS AND SYMBaLS SHEET 5 QF 5
z,-, a
Ea
oW
t~iy
o~ro
~12" YVI-IITE
~ ,;fi
N
(30Q mm~
Zv
R1
—20' (7 m) RED CURB
OR SEE PLANS
LEGEND SHALL BE CENTERED
E ON THE TRAfFIG LANE
o EXCLUDING PARKING
,°n 'T.~AND/OR BIKE LANE
DETAIL 22 OR
SEE PLANS
STANDARQ PLANS FOR PUBLIC WORKS CONSTRUCTION
pRafuLCatm Br TME STANDARD PLAN
PUBLIC WIX{KS STAN6ARQ5 INC.
CREEN8001C COMMII"tFE S OP AND STEP BAR ~ 7~~~
207'1
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PAVEMENT ARRC
PER SPPWC 171
DETAIL 2f
OR RAISE
(SEE PLA
N aTES:
~CAT-TRACKING PER
SPPWC 170 DETAIL 40
'" (100 mm) WHITE LINE
9TH TYPE G MARKERS AT
ITHER END
=TAIL 8, 9 OR 10
SEE PLANS)
.TAIL 38
JRB
1. ARROWS SHALL BE INSTALLED AT THE BEGINNING OF ALL LEFT TURN AND RIGHT TURN POCKETS.
2. Al2ROWS SHALL OPTIONALLY BE INSTALLED AT THE END OF LEFT AND RIGHT TURN
POCKETS. 100' (30 m) OR MORE IN LENGTH.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PRgAULGA7ED 8Y T1E STANDARD PLAN
PUBLIC WORKS STANDARDS iNC.~~e~ °~"",~'NTERSECTION APPROACH STRIPING 173-0zn7~
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
5' 1.5 m CURB LINESIDEWALK p~~N SIQEWALK
URB LINE
5' (1.5 m)1.~ ~
10' ~O
c
1 p' ~QC+~ (3 m)(3 mj
If) ~ j 2~e '~ 2A
~ L~~ ~
Lfl
{340 mm) (300 mm)(3Q0 mm) (300 mm)
"~' CROSSWALK CROSSWALK
STRIPING "STRIPING
CASE I CASE II
NQTES:
1. ALL CROSSWALKS SHALL BE WHITE UNLESS NOTEQ OTHERWISE ON THE PLANS.
2. CASE II SHALL BE USED ONLY IF THE 5' (1.5 m) MINIMUM DIMENSION
FOR CASE I CANNOT BE MAINTAINED.
3. CASE I SHALL BE USED WITH 90' DELTA AND 25' (7.5 m) OR GREATER
CURB RETURN RADIUS.
OF ROADWAY
10'x2' (3 Q00 x 6d0 mm}
THERA~OPLA511C MARKING
E 1'300 mm)
PROLQNGATION r~2` 600 mm TYP
OF CURB LINE 2' 600 mm TYP0
~
1' (300 mm)VARIES
THERMOPLASTIC MARKING
CURB LINE ~CURB LINE
LADQER STl`LE
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
aRO~.+u~cn~n er me STANDARD .PLAN
PUBLIC WORKS STANDARDS INC.
CREQJB004( COMMITIFf CROSSWALK STRIPING ~ ~~~0
2011
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WDRKS CONSTRUCTION
T2" (3C10 mm) WHITE
•
DETAIL 22 OR X54 5' (7,5 m) REO CURB
PER PLANS
10d' (30 m) M!N
XIN 32' (9.6 m)REFLECTIVE WHITE
LEGEND MARKINGS PER
PEDCALTRANS STD PLAN A24D
W54A 8' (2.4 m)
PEDESTRIAN MARKING AT CROSSWALK
.~-
12" (300 mm YE
CRQSSWALK LINES
DETAIL 22 OR
PER PLANS ---._
10~' (30 m) MiN--~
a
SW25
~ 25' (7.5 m) RED CURB
8' (2.4 m)X1N(~~
32' (9.6 m)REFLECTIVE YELLOW
LEGENp MARKINGS PER.~~,„„~
~~~da4lUll~.
~
CALTRANS STD PLAN A24D
SL~W ~w~ 3~OR~SW24 (WHERE POSTED OR
PRIMA FACIE SPEED LIMIT=25MPH)
PEDESTRIAN MARKING AT SCHOOL CROSSWALK
NOTES:
1. LEGEND SHALL BE INSTALLED IN EACH TRAFFIC LANE APPROACHING A SCHOOL OR PEDESTRIAN
CRQSSING UNLESS THE PLANS SHOW A DQUBLE 5ET OF LEGEND MARKINGS INSTALLED IN ENE
EXCEPTIONALLY WIDE LANE.
2. LEGEND SHALL BE CENTERED ON THE TRAFFIC. LANE EXCLUDING PARKING AND/OR BIKE LANE.
3. MINIMUM RED CURB QN APPROACH CROSSWALK SHALL BE 25' (7.5 m), WITH
15' (4.5 m) ON DEPARTURE LEGS.
4. ALL SCHOOL AND PEDESTRIAN WARNING SIGNS (W54, W54A, W63, SW24, 5W25 and SR4~
SHALL BE HIGH —VISIBILITY FLOURESCENT YELLLQW—GREEN.
STANDARD PLANS FAR PUBLIC WORKS CONSTRUCTION
r~a,~u~cw~o By TME STANDARD PLAN
PUBLIC WWiKS STANDARDS IMC.
~'''~°" ~'~"~PED ES~I~~ C~~~SING~175- 0~~„
SHEET 1 OF 1USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
CENTER
DIVIDER
v
"TYPE F, CLASS 2 DELINEATORS
~' EACH 200 FT (60 m)
~ 3 MINIMUM
c~zw
J
Z
O
N
Z
Q
~ ~R4-1
TYPE IV ARROWS
v
—EDGE OF
TRAVELED WAY
v
i
W4 2
J
R4-1 NOT USED WHERE
TWO OR MORE LANES
REMAIN SEYONQ LANE DROP
CENTER
DIVIDER
v
—EDGE QF
TRAVELED WAY
v
v
w
Q NOT TO SCALE
~ SEE PLANS FOR
o DIMENSIONS
i... d, L,ANDW
W SEE SHEET 2 FC1R MUTCD (CA)~
Q GUIDELWES FOR 1~ISTANCE d
Ja
wv
z
LANE DROP LANE DROP4
SPEED 40 MPH SPEED 45 MPH
~-65 km H ~.(70 km f H~
W9-~ OR LESS W9-~ OR MORE
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PRanuLC~~o av ntE STANDARD PLAN
PUBLIC WORKS STANDARDS INC.
4REENBOdC CgAMITiEE LA RE UC110N MARKINGS ~ ~~—O
~~T 1 OF 2U5E WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
W4-7(R)
LEFT TRAP LANE
W73A(CA)(L)
DETAIL 37B
OR 37G
v
R3-7(L
~,, ~a
E
~~
~;.
CURB LINE
~~
z.~
E
o~~~
NOT TQ SC~,LE R3_~~Rj
SEE .PLANS FOR DIMEN510N d, ADVANCE
PLACEMENT DISTANCE DETAIL 37B
OR 37C
POST SIGNS IN MEDIAN WHERE PQSS(BLE
MUTCD GA) EXCERPT: -°
MUTCD (CA) GUIDELINES FQR
"TYPICAL COMD1T10NS ARE LOCATIaNS WHERE THE
ROAD USER MUST USE EXTRA TIME TO ADJUST
SPEED AND CHANGE LANES IN HEAVY TRAFFIC
BECAUSE OF A COMPLEX DRIVING SITUATION.
TYPICAL SIGNS ARE MERGE AND RIGHT LANE
'ENDS. THE DISTANCES ARE QETERMINED BY
PROVIDING THE DRIVER A PIEV TIME OF 14.0 TQ
14.5 SECONDS FOR VEHICLE MANEUVERS (2001
AASHTO POLICY,. EXHIBIT 3-3, DECISION SIGHT
DISTANCE, AVOIQANCE MANEUVER E) MINUS TFEE
LEGIBILITY DISTANCE OF 175 FEET OF THE
APPROPRIATE SIGN."
W73{
W4-7{L)
a
RIGHT TRAP LANE
STANDARD PLANS FOR RUBLIG WQRKS CONSTRUCTION STANDARD PLAN
17fi-DLANE REDUC110N MAR~iINGS
SHEET 2 OF 2
SEE PROJECT
PLANS
100'-2Q0' 3d-60 m
DETAIL 39
6" (150 mm)
WHITE STRIPING
~ g~ 5~ DETAIL 39A 6' S"
~ (1.8 m) (1.52 m) 4• (1.8 m) {1.52 m)
~oU (2.4 m 1.2 m)
f
o ~ ~
VARIABLE. SEE PLANS.
CURB LINE BUTTER TOE LINE
4' (1.2 m) MIN FROM Rg~~~~y~
EDGE OF GUTTER
BIKE LANE (CLASS II~
NOT TO SCALE
5 6 ~ ~
(1.52 m) (1.8 m) ~ a
4" (100 mm) ~ ~
YELLOW CENTERLINE SHOULDER `v ~
E
E~
°ow
N~~ ~ Vj
~ N ADZ
W th J
0 0 a
> . F' w
0.9 m 2.7 m °0 ~ v~''i
~3~ (9~) N
DGE OF BIKE PATH
SHOULDER ? ~
0
~r °
TWO-WAY BIKE PATH (CLASS I~ N`~
NOT TO SCALE
NOTE:
ALL BICYCLE STRIPING AND MARKINGS SHALL BE WHITE REFLEC7IYE PAINT EXCEPT AS
NOTED FOR 7WQ-WAY BIKE PATH.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUGTI~3N
PRafULGAIID B7 1FIE STANDARD PLAN
PUB ~R~ ~STA~NO~AR~QES INC.
BIKE LANE MARKING do STRIPING 177— d2~„
SHEET 1 OF 1USE UVITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
WHEN REQUIRED-
SEE PLANS
STANDARD SPACE DETAIL
SEE DISABLED-ACCESSIBLE
PARKING SIGNS DETAIL OAQING
AREA
`~ ~, II
~~
ACCESSIBILTY u
SYMBOL 9' 5'*
(2.7 m) (1.5 m)
ACCESSIBLE SPACE DETAIL
LOADING AREA SHALL BE
S' (2.40 m) WIDE ADJACENT TO
VAN ACCESSIBLE PARKING
SPACES -SEE PLANS.
45° DIAGONAL SPACE DETAIL
60° DIAGONAL SPACE DETAIL
NOTES:
L STRIPING SHALL BE 4" (100 mm) WIDE WHITE
NON-REFLECTORIZED PAINT, EXCEPT AS SHOWN.
PAVEMENT MARKINGS SHALL ALSO BE
t~ON-REFLECTORIZED PAINT.
2. SIGNS SHALL CONFORM TQ SECTION 56, SIGNS,
OF THE STATE STANDARD SPECIFICATIONS, AND
THE STATE SPECIFICATIONS FOR ALUMINUM
SINGLE SHEET PANEL 51GNS.
3. SEE LOCAL ZONIf~G COQE fOR REQUIREMENTS
FOR USAGE OF COMPACT AND ACCESSIBLE PARKING
SPACES AND LOT LAYOUT.
STANDARD PLANS FOR. PUBLIC WORKS CONSTRUCTION
PROMULGAlEO BY THE STANDARD PLANp~B"~ "~`S ST""°"~°5 `"°.~~B°~` ~M~,~PARKING L4T STRIPING &SIGNING 180-02~„
SHEET 1 OF 2USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WURKS CONSTRUCTION
R-99 ~STANdARD)
IRKING 12"x18 (300 x 450 mm),
ONLY ~~~ t~N BLUE
cs~m vaa~s R-1 QOB MODIFIED
18"X24" .(450 x 600 mm),
e~ ar WHITE ON BLUE,.
1" (25 mm) LETTEi~ING, MINev. rlsme
Vim,"VAN ACCESSIBLE" PLATE 12"x 6'
AC€ESSIBLE {300 x 150 mm) BLACK ~N WHITE.
ONLY INSTALLEd WHEN HATCHED LOADING
AREA AT LEAST 8' (2.4 m) WIDE IS
IMMEDIATELY TO THE RIGHT OF THE PARKING SPACE:
o ~
to
~`~2" x 2" (50 x b4 mm}
GALVANIZED STEEL TUBE
STOP OF PAVEMENT
~.
o E PCC CLASS 500-C-2500
i o ti ~ ... (295-C-17)
mm)
DISABLED-ACCESSIBLE PARKING SfGNS
Note: Nat for stree# use
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
~ 80-0PARKING LQT STRIPING &SIGNING
SHEET 2 OF 2
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL1.2.3.4.5.6.7.8.9.10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.28.29.30.31.32.33.34.TITLE SHEET, LOCATION MAP, VICINITY MAP,AND SHEET INDEXSHEET INDEX:TITLE SHEET, LOCATION MAP, VICINITY MAP, AND SHEET INDEXGENERAL NOTES, LEGEND, AND ABBREVIATIONSINDEX MAP18" WATER MAIN - STA 10+00.00 TO STA 17+00.00 PLAN & PROFILE18" WATER MAIN - STA 17+00.00 TO STA 24+51.47 PLAN & PROFILE24" WATER MAIN - STA 30+00.00 TO STA 40+00.00 PLAN & PROFILE24" WATER MAIN - STA 40+00.00 TO STA 50+00.00 PLAN & PROFILE24" WATER MAIN - STA 50+00.00 TO STA 60+00.00 PLAN & PROFILE24" & 20" WATER MAIN - STA 60+00.00 TO STA 71+00.00 PLAN & PROFILE20" WATER MAIN - STA 71+00.00 TO STA 79+00.00 PLAN & PROFILE20" WATER MAIN - STA 79+00.00 TO STA 83+71.34 PLAN & PROFILEWATER LINE A & B DETAILSWATER LINE C & D DETAILSSYSTEM VALVE REPLACEMENTSDETAILS IPAVING PLAN IPAVING PLAN IIPAVING PLAN IIICYPRESS ST AT VINCENT AVE INTERSECTION TO STA 15+00 - PHASE 1CYPRESS ST AT VINCENT AVE INTERSECTION - PHASE 2CYPRESS ST AT VINCENT AVE INTERSECTION - PHASE 3CYPRESS ST AT VINCENT AVE INTERSECTION - PHASE 4CYPRESS ST PHASE 5A/5B FROM STA 14+60 TO STA 18+75CYPRESS ST PHASE 6A/6B FROM STA 18+75 TO STA 23+50CYPRESS ST PHASE 7 FROM STA 23+50 TO STA 36+25CYPRESS ST AT LARK ELLEN INTERSECTION - PHASE 8CYPRESS ST AT LARK ELLEN INTERSECTION - PHASE 9CYPRESS ST PHASE 10A/10B FROM STA 37+00 TO STA 42+75CYPRESS ST PHASE 11 FROM STA 40+25 TO STA 47+75CYPRESS ST PHASE 12A/12B/12C FROM STA 47+50 TO STA 50+50CYPRESS ST PHASE 13A/13B FROM STA 50+50 TO STA 56+40CYPRESS ST PHASE 14A/14B FROM STA 56+00 TO AZUSA AVECYPRESS ST AT AZUSA AVE INTERSECTION PHASE 15A/15BAZUSA AVENUE PHASE 16A/16B FROM CYPRESS STREET TO STA 24+25AGENCY INDEX:DATUM:BENCHMARK:SCOPE OF WORK:PLANS PREPARED BY02/11/20203/23/2020MARCH 23, 2020 UB3/23/20206/4/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILGENERAL NOTES, LEGEND,AND ABBREVIATIONSCONSTRUCTION NOTES:(CYPRESS STREET)PLANS PREPARED BY02/11/20203/23/20206/8/2020MARCH 23, 2020 UB3/23/20206/4/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILINDEX MAPCITY OF COVINACOUNTY OF LOS ANGELES12112213113218" WATER MAIN24" WATER MAIN20" WATER MAIN3/23/2020MARCH 23, 2020 UB3/23/2020PLANS PREPARED BY02/11/2020Κ
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL18" WATER MAINSTA 10+00.00 TO STA 17+00.00 PLAN & PROFILE10+0045044046045044046011+0012+0013+0014+0015+0016+0017+00MATCHLINE STA 17+00.00 SEE SHT 5MATCHLINE STA 17+00.00 SEE SHT 5NOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.BEGIN 18" WATER MAIN CONSTRUCTIONEXISTING SURFACE OVER OF 18" DI PIPETRUJILLO DRVINCENT AVECYPRESS STBEGIN 18" WATERMAIN CONSTRUCTIONPROPOSED 18" WATER MAIN121A-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAILNTS-APLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL450460MATCHLINE STA 17+00.00 SEE SHT 418+0019+0020+0021+0017+00MATCHLINE STA 17+00.00 SEE SHT 447018" WATER MAINSTA 17+00.00 TO STA 24+51.47 PLAN & PROFILE22+0023+0024+0025+0045046047010+0011+00450460470450460470SECTION DETAILNTS-B1NOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.END 18" WATER MAINCONSTRUCTIONEXISTING SURFACE OVER OF 18" DI PIPECYPRESS STPROPOSED 18" WATER MAINCONEY AVEEND 18" WATER MAINCONSTRUCTION122153B1-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLEEXISTINGSURFACE OVER OF 18" DI PIPEPLANS PREPARED BY02/11/20203/23/20206/4/2020MARCH 23, 2020 UB3/23/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILMATCHLINE STA 40+00.00 SEE SHT 730+00470460MATCHLINE STA 40+00.00 SEE SHT 731+0032+0033+0034+0035+0036+0037+0038+0039+0040+0045047046045024" WATER MAINSTA 30+00.00 TO STA 40+00.00 PLAN & PROFILEEXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.BEGIN 24" WATER MAINCONSTRUCTIONROXBURGH AVEASPAN AVEROXBURGH AVEPROPOSED 24" WATER MAINCYPRESS STBEGIN 24" WATER MAINCONSTRUCTIONB2-CONSTRUCTION NOTES:LINE TABLESECTION DETAILNTS-B2PLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILMATCHLINE STA 50+00.00 SEE SHT 840+00480470460470480460MATCHLINE STA 50+00.00 SEE SHT 841+0042+0043+0044+0045+0046+0047+0048+0049+0050+00MATCHLINE STA 40+00.00 SEE SHT 6MATCHLINE STA 40+00.00 SEE SHT 624" WATER MAINSTA 40+00.00 TO STA 50+00.00 PLAN & PROFILEEXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.VOGUE AVELARK ELLEN AVECYPRESS STPROPOSED 24" WATER MAINCITY OF COVINACOUNTY OF LOS ANGELESB3-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAILNTS-B33/23/2020MARCH 23, 2020 UB3/23/2020PLANS PREPARED BY02/11/2020Κ
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILMATCHLINE STA 60+00.00 SEE SHT 950+00490480490480MATCHLINE STA 60+00.00 SEE SHT 951+0052+0053+0054+0055+0056+0057+0058+0059+0060+00MATCHLINE STA 50+00.00 SEE SHT 7MATCHLINE STA 50+00.00 SEE SHT 747047024" WATER MAINSTA 50+00.00 TO STA 60+00.00 PLAN & PROFILEEXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.LEAF AVEHOMEREST AVEPROPOSED 24" WATER MAINCYPRESS STCITY OF COVINACOUNTY OF LOS ANGELESC-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAILNTS-CPLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL60+0050049061+00 62+00 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00MATCHLINE STA 60+00 SEE SHT 8MATCHLINE STA 60+00 SEE SHT 850049048048024" & 20" WATER MAINSTA 60+00.00 TO STA 71+00.00 PLAN & PROFILE71+00MATCHLINESTA 71+00SEE SHT 10MATCHLINE STA 71+00SEE SHT 10EXISTING SURFACE OVER OF 24" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.CYPRESS STAZUSA AVEPROPOSED 24" WATER MAINPROPOSED 20" WATER MAIN131131E-CONSTRUCTION NOTES:LINE TABLELATERAL LINE TABLESECTION DETAIL-ENTSPLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL71+0050049072+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00MATCHLINE STA 79+00.00 SEE SHT 11MATCHLINE STA 79+00.00 SEE SHT 1151050049051020" WATER MAINSTA 71+00.00 TO STA 79+00.00 PLAN & PROFILEMATCHLINE STA 71+00.00 SEE SHT 9MATCHLINE STA 71+00.00 SEE SHT 9EXISTING SURFACE OVER OF 20" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.AZUSA AVEPROPOSED 20" WATER MAINF-CONSTRUCTION NOTES:LINE TABLESECTION DETAIL-FNTS3/23/2020MARCH 23, 2020 UB3/23/2020ΚPLANS PREPARED BY02/11/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVIL20" WATER MAINSTA 79+00.00 TO STA 83+71.34 PLAN & PROFILE79+0050052080+0081+0082+0083+0084+00MATCHLINE STA 79+00.00 SEE SHT 10MATCHLINE STA 90+00.00 SEE SHT 10510500520510EXISTING SURFACE OVER OF 20" DI PIPENOTE:CONTRACTOR SHALL POTHOLE &FIELD VERIFY ALL CONNECTIONPOINTS AND CROSSINGS PRIOR TOCONSTRUCTION.END 20" WATER MAINCONSTRUCTIONCOVINA BLVDPROPOSED 20" WATER MAINAZUSA AVEEND 24" & 20" WATERMAIN CONSTRUCTIONG-CONSTRUCTION NOTES:LINE TABLESECTION DETAIL-GNTS3/23/2020MARCH 23, 2020 UB3/23/2020PLANS PREPARED BY02/11/2020Κ
WATER LINE A & B DETAILS10+0045044010+5046010+0046045010+50470CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILPROPOSED 8" LINE AEND 8" LINE A CONSTRUCTIONBEGIN 8" LINE ACONSTRUCTIONVINCENT AVECYPRESS STFOR CONTINUATION OF 18" WATER MAINSEE SHT 4CONSTRUCTION NOTES:LINE TABLEPROPOSED 10" LINE BEND 10" LINE BCONSTRUCTIONBEGIN 10" LINE BCONSTRUCTIONFOR CONTINUATION OF 18" WATER MAINSEE SHT 5EXISTING SURFACEOVER OF 8" DI PIPEBEGIN 8" LINE ACONSTRUCTIONEND 8" LINE ACONSTRUCTIONLINE ALINE BEXISTING SURFACEOVER OF 10" DI PIPEBEGIN 10" LINE BCONSTRUCTIONEND 10" LINE BCONSTRUCTION3/23/2020MARCH 23, 2020 UB3/23/2020ΚPLANS PREPARED BY02/11/2020
WATER LINE C & D DETAILS10+0050049010+50 11+0051010+0050049010+50 11+00510CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILCONSTRUCTION NOTES:LINE TABLEAZUSA AVEPROPOSED 10" & 8" LINE C & DEND 8" WATER LINE DCONSTRUCTIONEND 10" WATER LINE CCONSTRUCTIONBEGIN 10" & 8" LINE C & DCONSTRUCTION9192CYPRESS STFOR CONTINUATION OF 20" WATER MAIN SEE SHT 9LINE CEXISTING SURFACE OVER OF12" DI PIPEBEGIN 10" LINE CCONSTRUCTIONEND 12" LINE CCONSTRUCTIONEXISTING SURFACE OVER OF12" DI PIPELINE DBEGIN 12" LINE DCONSTRUCTIONEND 8" LINE DCONSTRUCTIONPLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILSYSTEM VALVE REPLACEMENTSMATCHLINE STA 93+00.00 SEE ABOVE RTMATCHLINE STA 93+00.00 SEE BELOW LTMATCHLINE STA 102+00.00 SEE BELOW LTMATCHLINE STA 102+00.00 SEE ABOVE RTCOVINA BLVDGRONDAHL STAZUSA AVEEXISTING 20" WATER MAINSAN DIMASWASHAZUSA AVEARROW HIGHWAYBIG DALTONWASHAZUSA AVECONSTRUCTION NOTES:3/23/2020MARCH 23, 2020 UB3/23/2020ΚPLANS PREPARED BY02/11/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILDETAILS ITRENCH BACKFILL-218" PRV CUT IN TEE53PLANS PREPARED BY02/11/20203/23/20206/4/20203/23/2020MARCH 23, 2020 UB
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILPAVING PLAN IMATCHLINE STA 41+00.00 SEE BELOW LTMATCHLINE STA 22+00.00 SEE BELOW LTMATCHLINE STA 22+00.00 SEE ABOVE RTMATCHLINE STA 41+00.00 SEE ABOVE RTMATCHLINE STA 50+00.00 SEE SHT 18VINCENTAVECYPRESS STTRUJJILLODRCONEYAVEROXBURGHAVECYPRESS STLARK ELLENAVEVOGUEAVECYPRESS STGENERAL NOTES:LEGEND:3/23/2020MARCH 23, 2020 UB3/23/2020ΚPLANS PREPARED BY02/11/2020
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILPAVING PLAN IIMATCHLINE STA 62+00.00 SEE ABOVE RTMATCHLINE STA 50+00.00 SEE SHT 17MATCHLINE STA 62+00.00 SEE BELOW LTMATCHLINE STA 70+50.00 SEE SHT 19LEAFAVEHOMERESTAVECYPRESS STCYPRESS STAZUSA AVEGENERAL NOTES:LEGEND:3/23/2020MARCH 23, 2020 UB3/23/2020PLANS PREPARED BY02/11/2020Κ
CALLBEFOREYOUDIGSEAL
UNDERGROUND SERVICE ALERTCALL: TOLL FREE811TWO WORKING DAYS BEFORE YOU DIGCITY OF AZUSAPLANS PREPARED BYREVISIONSBENCHMARKExp.CIVILPAVING PLAN IIIMATCHLINE STA 70+50.00 SEESHT 18MATCHLINE STA 81+00.00 SEE BELOW LTMATCHLINE STA 81+00.00 SEE ABOVE RTAZUSA AVEAZUSA AVECOVINA
BLVDGENERAL NOTES:LEGEND:3/23/2020MARCH 23, 2020 UB3/23/2020ΚPLANS PREPARED BY02/11/2020
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION“” “”“”“” “”“”“” ” ” “”“”
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISIONDETOUR
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISIONDETOUR
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISIONDETOUR
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION
W-277PLANS PREPARED BYREVISIONSBENCHMARKPERMIT REQUIREDOF 3438 TECHNOLOGY DRIVEIRVINE, CA 92618949.923.6000stantec.comCYPRESS WATER TRANSMISSION MAINREPLACEMENT PROJECT CONSTRUCTIONTRAFFIC CONTROL PLANS FOR THEExp.CIVILLOS ANGELES COUNTYPUBLIC WORKSTRAFFIC SAFETY AND MOBILITY DIVISION