Loading...
HomeMy WebLinkAboutItem 5d - Authorization to Advertise Bids for the Orcutt - Tank Farm Roundabout Project, Specification Number 1000164 Item 5d Department: Public Works Cost Center: 5010 For Agenda of: 6/1/2021 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Jennifer Rice, Transportation Planner/Engineer III SUBJECT: AUTHORIZATION TO ADVERTISE BIDS FOR THE ORCUTT/TANK FARM ROUNDABOUT PROJECT, SPECIFICATION NUMBER 1000164 RECOMMENDATION 1. Approve plans and specifications for the Orcutt/Tank Farm Roundabout, Specification No. 1000164; and 2. Authorize staff to formally advertise for bids and for the City Manager to award the contract if the lowest responsible bid is below the Publicly Disclosed Funding Amount of $3,477,710; and 3. Authorize the City Manager to issue contract change orders in excess of $100,000 and up to the Publicly Disclosed Funding Amount of $3,477,710; and 4. Authorize the City Manager to execute a Right-of-Way Dedication Agreement between the City of San Luis Obispo and Barbara Parsons if the final agreement terms are to the satisfaction of the Public Works Director and City Attorney; and 5. Authorize the City Manager to execute a Drainage Easement between the City of San Luis Obispo and Barbara Parsons if the final agreement terms are to the satisfaction of the Public Works Director and City Attorney; and 6. Appropriate $1,364,670 in Regional and Urban State Highway Account (SHA) grant funding as provided by the San Luis Obispo Council of Governments (SLOCOG); and 7. Authorize the Finance Director to un-appropriate up to $735,866 in Citywide Transportation Impact Fee (TIF) funds from the Orcutt/Tank Farm Roundabout project account and return to the undesignated Citywide Transportation Impact Fee fund balance at the time of project completion. REPORT-IN-BRIEF The purpose of this report is to request City Council authorization to approve the final plans and specifications, appropriate USHA and RSHA grant funding to the project account, and request authorization to advertise the construction of the Orcutt Tank Fa rm Roundabout Project. The existing side-street stop-controlled intersection of Orcutt Road and Tank Farm Road currently operates below the City’s adopted level of service (LOS) thresholds, with lengthy delays and vehicle queues during peak commute perio ds. Mitigation measures identified in the Orcutt Area Specific Plan (OASP) Environmental Impact Report (EIR) require a roundabout to be installed at the intersection of Orcutt and Tank Farm Road to address these deficiencies. Page 35 of 823 Item 5d This high-priority transportation project supports the City’s Climate Action, Open Space and Sustainable Transportation Major City Goal, as well as the City’s Major City Goal of Housing and Homelessness, by providing the infrastructure needed to support housing production within the Orcutt Area and improve mobility and safety for all road users. The proposed roundabout will reduce vehicle congestion (and related emissions), reduce the potential for severe traffic collisions, and improve pedestrian and bicycle connectivity to Islay Park. This improvement is identified as a “Tier 1 Project” in the City’s Active Transportation Plan. Plans and specifications have been developed in accordance with the OASP, OASP EIR, City Engineering Standards and previous Council and Advisory Body approva ls. This request also includes a request to authorize the City Manager to execute the final right of way dedication agreement necessary to proceed with construction of the roundabout. As further discussed in the Fiscal Analysis Section, the total availab le project funding is $4,884,576, which exceeds the total estimated project costs by $735,866. DISCUSSION Background The OASP and EIR, adopted in 2010, identified various transportation infrastructure upgrades necessary to support development of the OASP area, including significant improvements to the intersection of Tank Farm Road and Orcutt Road. The OASP initially recommended geometric modifications and installation of a traffic signal at Orcutt/Tank Farm to improve traffic safety and operations. With adoption of the General Plan Land Use and Circulation Elements (LUCE) in 2014, the City officially adopted a “roundabout first” policy, prioritizing roundabouts as a first-priority solution where intersection control upgrades are warranted. Roundabouts generally result in fewer injury collisions, lower long-term maintenance costs, and reduced vehicle delays and emissions compared to signalized traffic control. Traffic volumes at the Tank Farm/Orcutt intersection have increased noticeably over the past several years, particularly during the afternoon commute period as more and more cross-county commuters appear to utilize Orcutt Road and Highway 227 as alternative routes to Highway 101. Vehicle queues at the intersection frequently back up for several hundred feet in the southbound direction as drivers wait for a gap to turn left from Orcutt to eastbound Tank Farm Road, which further highlights the need for operational improvements at this intersection. It should also be noted that installation of a roundabou t will provide dedicated crossings for bicyclists and pedestrians for Tank Farm Road, improving multimodal connectivity between Islay Park and new neighborhoods to the north. Page 36 of 823 Item 5d The plans and specifications for the Tank Farm/Orcutt Roundabout Project have been developed by the City using design services from GHD. Plans and Specifications are provided for reference as Attachment A and Attachment B, respectively. A vicinity map of the project is provided in Figure 1 below and in Attachment E. Figure 1: Project Vicinity Map Prior to construction, additional right-of-way dedication is necessary from the adjacent property owner on the northwest corner. The City has worked closely with the property owner to provide a legal description for the dedication necessar y to provide sufficient right-of-way for constructing and maintaining the future roundabout. Attachment C is the Right-of-Way Dedication Agreement that must be executed prior to any construction activities. Public Art Considerations A roundabout public art program is included in the proposed 2021 -23 Financial Plan Capital Improvement Plan. While the current roundabout design does not include public art, it has been designed to accommodate public art installations within the center island after construction. Page 37 of 823 Item 5d Previous Council or Advisory Body Action Per the California Government Code Section 65402 , the Planning Commission held public hearings on March 25, 2015 and April 8, 2015 to reviewed and approve a Vesting Tentative Tract Map for Righetti Ranch finding consistency with the General Plan for the subdivision map, inclusive of all adopted mitigation measures and approved conditions of approval. (Reference Resolution 10619). This approval included a condition that the Applicant provide right-of way as necessary for a roundabout or traffic signal at the intersection of Orcutt Road and Tank Farm Road. On January 10, 2018, the Planning Commission held a public hearing to review and approve amendments to the mitigation measures and conditions of approval for Righetti Ranch which included a condition that the subdivider acquire and dedicate the necessary right-of-way for a roundabout at Orcutt Road and Tank Farm Road. (Reference Resolution 10861.) Policy and Regulatory Context General Plan Circulation Element Policy 7.1.2 states that where feasible, roundabouts shall be the City’s preferred intersection control alternative due to the vehicle speed reduction, safety and operational benefits of a roundabout.1 Improvements to the Orcutt/Tank Farm intersection are identified in the City’s General Plan Circulation Element, Orcutt Area Specific Plan, and Active Transportation Plan. The proposed roundabout design is consistent with these plans and policies. Public Engagement General Public Engagement All public meetings related to the previously approved General Plan Circulation Element Update, Orcutt Area Specific Plan and Active Transportation Plan were properly noticed and held at the time and in the manner required by law. In addition, this staff report was published for public review one week prior to this Council meeting date and noticed consistent with the City’s 2015 Public Engagement and Noticing Manual. As described below, this project includes a communications component and frequent updates on its status including phasing and traffic handling will be provided to the public via all City communications channels. Construction Phasing & Traffic Handling Reconstruction of existing high-traffic intersections is inherently challenging and disruptive to traffic circulation—this is particularly true for roundabout projects, which often require manually flagging traffic through the intersection one direction at a time. This was certainly the case during recent construction of the Tank Farm/Righetti Ranch Road roundabout, which resulted in lengthy delays to drivers for nearly a full year. 1 City of San Luis Obispo General Plan Circulation Element, available online: https://www.slocity.org/home/showpublisheddocument?id=20412 Page 38 of 823 Item 5d The need to retain full traffic access for all intersection approaches also adds significant complexity for construction crews, lengthens construction schedules, and adds to the total traffic control and construction costs for roundabout projects. For the Orcutt/Tank Farm Roundabout project, staff is proposing a construction phasing and traffic handling strategy in order to allow the contractor to construct the improvements more efficiently, which reduces the total cost and overall construction duration by several months. The proposed construction staging and traffic detour plan is summarized below and illustrated within the maps in Attachment E: a. Temporary Tank Farm Road Closure: Tank Farm Road just west of the Tank Farm/Orcutt intersection will be temporarily closed to vehicular through traffic for approximately 70 days. A temporary roadway bypass or “shoe-fly” will be provided just east of the Tank Farm/Orcutt intersection to maintain access for southbound - to-eastbound and westbound-to-northbound vehicle traffic. Vehicular access to the Islay Park parking lot will be temporarily closed to non-maintenance vehicles, while temporary on-street parking for the park will be provided along Tank Farm Road. b. Temporary Orcutt Road Closure: Orcutt Road just north of the Tank Farm/Orcutt intersection will be temporarily closed to vehicular through traffic for approximately 40 days. East/west vehicular traffic will be restored, as well as vehicular access to Islay Park. c. Detour Routes: Vehicular detour routes have been identified based on the recommendations of a detailed construction traffic operations analysis. These routes are shown in Attachment E and will be communicated via signage and public noticing in advance of the temporary street closures. All efforts will be made to maintain some form of pedestrian, bicycle, and emergency vehicle access, including to Islay Park. As recommended in the construction traffic operations analysis, traffic signal timings will be temporarily adjusted along detour routes to reduce delays during construction. d. Neighborhood Cut-Through Concerns: Signage and public noticing will be provided in an effort to minimize potential cut-through traffic through the residential neighborhoods south of Tank Farm Road and through the new Orcutt Area street network north of Tank Farm Road. The project budget, as described in detail in the Fiscal Impact sec tion below, includes funds for staff to utilize a professional public relations firm to assist with public communications and noticing regarding construction schedules, traffic detours, and City contact information for questions. This approach, utilizing b oth the City’s Communications Coordinator and external public relations expertise was extremely effective with the recently completed Marsh Street Bridge Replacement Project and staff believes this will be an effective approach for this complex endeavor. Page 39 of 823 Item 5d The public communications strategy will target not only local residents, transit operators and emergency response providers, but also regional commuters who will also be affected by temporary construction detours. CONCURRENCE The Community Development and Utilities Departments have reviewed and concur with this recommendation. ENVIRONMENTAL REVIEW The Orcutt Area Specific Plan and its Final Environmental Impact Report (EIR) were approved and certified in March 2010. The Land Use and Circulation Element and Final EIR were certified September 2014, and include Policy 7.02 stating that where feasible, roundabouts shall be the City’s preferred intersection control alternative. The Righetti Ranch development project (Vesting Tentative Tract Map 3603) was analyzed in a project-specific, tiered, Initial Study/Mitigated Negative Declaration and was adopted on May 19, 2015. On February 6, 2018 the City Council considered and approved amendments to specified mitigation measures and conditions of approval, which included, but was not limited to, a requirement for the design and construction of the Orcutt/Tank Farm roundabout (MOD-1220-2017). The Council made a finding that the proposed mitigation measure amendments are consistent with the requirements of the Orcutt Area Specific Plan Final Environmental Impact Report (FEIR) certified and adopted by the City Council on March 2, 2010, and the Initial Study/Mitigated Negative Declaration ad opted by the City Council on May 19, 2015 for the Righetti Ranch Vesting Tentative Map 3063. The proposed plans and specifications for the Orcutt Tank Farm Roundabout and Right of Way Dedication Agreement are consistent with previous approvals and Califor nia Environmental Quality Act (CEQA) Findings because these actions would implement mitigation measures as required by the adopted Mitigation Monitoring and Reporting Program (MMRP) for the Righetti Ranch development plan, which considered construction of the roundabout. All construction activities are subject to compliance with all adopted mitigation measures. Therefore, no additional environmental review is required for this action. Jurisdictional permits from the California Department of Fish and Wildlife and the Regional Quality Control Board are required for roundabout construction activities that encroach within a small creek adjacent to the Tank Farm/Orcutt intersection. City is in the final stages of securing these permits, which are anticipated to be finalized by June 2021, prior to advertising the project for construction. FISCAL IMPACT Budgeted: Yes Budget Year: 2020-21 Funding Identified: Yes Page 40 of 823 Item 5d Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost Local Revenue Measure $916,310 $916,310 $0 $ SLCOG USHA Grant $994,670 $994,670 $0 SLOCOG RSHA Grant $370,000 $370,000 $0 Citywide TIF $2,603,596 $1,711,992 $888,008 Other: Total $4,884,576 $4,148,710 $735,866 $ Local Revenue Measure Citywide TIF Citywide TIF Capital Outlay Capital Outlay Engineer Estimate:$453,614 $1,202,216 $3,596 $994,670 $370,000 $3,024,096 Contingencies $0 $453,614 $0 $0 $0 $453,614 Construction Costs $453,614 $1,655,830 $3,596 $994,670 $370,000 $3,477,710 Construction Management:$462,696 $137,304 $600,000 Const. Support (Design)$50,000 $50,000 Public Relations:$20,000 $20,000 Printing:$1,000 $1,000 Other Costs $462,696 $208,304 $0 $0 $0 $671,000 Total Project Costs $916,310 $1,864,134 $3,596 $994,670 $370,000 $4,148,710 Current Project Balance:$916,310 $2,600,000 $3,596 $994,670 $370,000 $4,884,576 Additional Funding:$0 $0 $0 $0 $0 $0Post Project Remaining Balance:$0 $735,866 $0 $0 $0 $735,866 Orcutt/Tank Farm Roundabout, Specification No. 1000164 Regional SHA (Grant)Project Total Costs Urban SHA (Grant) 2017-19 Financial Plan 2019-21 Financial Plan (1000164) Total project costs are estimated at $4,148,710, including construction costs, construction contingencies, and construction support costs (construction management, design construction support, materials testing, public relations support, etc.). The current project funding balance is $3,519,906, comprised of Local Revenue Measure and Citywide Transportation Impact Fee (TIF) funds programmed in the 2017 -19 and 2019-21 Financial Plans. Staff is requesting Council authorization to ap propriate an additional $1,364,670 in Regional and Urban State Highway Account (SHA) grant funds, as administered by SLOCOG. See Attachment F for details on the City’s current cooperative agreement with SLOCOG, including current RSHA and USHA fund apportionments by project. With appropriation of the SLOCOG grant funds, the total project funding equals $4,884,576, which exceeds the total estimated project costs by $735,866. Staff recommends the deprogramming of any excess citywide TIF funds following project Page 41 of 823 Item 5d completion, returning them to the undesignated citywide TIF fund balance. ALTERNATIVES The City Council could deny the request to advertise the project. Staff does not recommend this as this is a high priority transportation project and is needed to support additional housing production within the Orcutt Area. ATTACHMENTS A – Orcutt/Tank Farm Roundabout Plans B – Orcutt/Tank Farm Roundabout Specifications C – Draft Right of Way Dedication Agreement with Barbara Parsons D – Draft Drainage Easement Agreement with Barbara Parsons E – Construction Detour Maps F – Cooperative Agreement with SLOCOG Page 42 of 823 VERTICAL CONTROL BENCH MARK NO. 400 WITH AN ELEVATION OF 255.11' AS PUBLISHED IN THE CITY OF SAN LUIS OBISPO 2017 BENCH MARK SYSTEM. CITY'S BENCH MARK SYSTEM IS BASED ON THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88). DESCRIPTION: LEAD AND TACK IN THE TOP OF THE SOUTHEASTERLY CURB OF TANK FARM ROAD AND WAVERTREE STREET, AT THE SOUTHEASTERLY ECR. bench mark THE COORDINATES AND BEARINGS SHOWN HEREON ARE BASED UPON THE CALIFORNIA COORDINATE SYSTEM OF 1983, CCS83, ZONE 5 0405, (1993.35) IN ACCORDANCE WITH THE CALIFORNIA PUBLIC RESOURCES CODE SECTIONS 8801-8819; SAID COORDINATES AND BEARINGS ARE BASED LOCALLY UPON FIELD-OBSERVED TIE TO THE FOLLOWING CITY OF SAN LUIS OBISPO HORIZONTAL CONTROL NETWORK POINT 8097 & 8095 (MBS POINT 1016 & 1030): TO OBTAIN GROUND DISTANCES AND GEODETIC NORTH, MULTIPLE GRID DISTANCES (DISTANCES SHOWN HEREON) BY 1.0000469 AND ROTATE GRID BEARINGS COUNTERCLOCKWISE BY 1°29'46.798" TO OBTAIN GEODETIC BEARINGS. basis of coordinates and bearings: STATION NORTHING(ft)EASTING(ft)MAPPING ANGLE COMBINATION FACTOR ELEVATION (NAVD88)(ft)ELLIP.HT. 1016 2287643.843 5777970.804 -1°29'46.798".9999531 254.60 143.39 1030 2287662.0270 5776336.092 THE BASIS OF BEARINGS FOR THIS SURVEY WAS TAKEN FROM BETWEEN FOUND CITY OF SAN LUIS OBISPO HORIZONTAL CONTROL NETWORK MONUMENTS 8095 AND 8097. BEARING N 89° 21' 46" W PER CITY OF SAN LUIS OBISPO HORIZONTAL CONTROL NETWORK (INVERSED OF ABOVE COORDINATES). basis of bearings: END CONSTRUCTION Sta "OE" 61+10.22 BEGIN CONSTRUCTION Sta "T" 49+71.59 END CONSTRUCTION Sta "ON" 7+00.00 CITY MONUMENT #400 CITY MONUMENT #8097 N TOTAL AREA OF DISTURBANCE: 154,634 SF AREA OF EXISTING PERVIOUS SURFACE: 49,654 SF AREA OF EXISTING IMPERVIOUS SURFACE: 99,222 SF AREA OF PROPOSED PERVIOUS SURFACE: 11,722 SF AREA OF PROPOSED IMPERVIOUS SURFACE: 109,437 SF PCR COMPLIANCE INFORMATION: PROJECT IS SUBJECT TO REQUIREMENTS OF CENTRAL COAST REGIONAL WATER QUALITY CONTROL BOARD RESOLUTION NO. R3-2012-0025, POST-CONSTRUCTION REQUIREMENTS, PERFORMANCE REQUIREMENTS NOS. 1 AND 2 STORM WATER INFO TITLE SHEET GENERAL NOTES TYPICAL CROSS SECTIONS DEMOLITION PLAN LAYOUT LAYOUT (CURB ALIGNMENTS) PROFILES CONSTRUCTION DETAILS GRADING PLAN UTILITY PLAN RECYCLED WATER PLAN AND PROFILE RECYCLED WATER DETAILS DRAINAGE PLAN DRAINAGE PROFILES DRAINAGE DETAILS EROSION CONTROL CONSTRUCTION AREA SIGNS STAGE CONSTRUCTION PAVEMENT DELINEATION SIGN PLAN SIGN DETAIL SIGN QUANTITIES IRRIGATION PLAN PLANTING PLAN IRRIGATION DETAILS, NOTES & SCHEDULE PLANTING DETAILS & SCHEDULE ELECTRICAL PLANS STRUCTURAL PLANS CITY OF SAN LUIS OBISPO PROJECT PLANS FOR ROUNDABOUT VICINITY MAP N.T.S. TULARE INYOFRESNO BENITO SAN CLARA SANTA STANI S L A U S YOLO MENTOSACRA-JOAQ UI N SAN CALAVERASMAD E R A MERCED SANTA CRUZ ALAMEDA COSTA CONTRA SOLANO NAPA SAN FRANCISCO SAN MATEO MARIN SONOMA LAKE SIERRA NEVADA PLACER ALPINE EL DORADO AMADO RSUTTERCOLUSAYUBA GLENN BUTTE PLUMAS TEHAMA MENDOCINO HUMBOLT TRINITY SHASTA LASSEN MODOCSISKIYOUDEL NORTE IMPERIALSAN DIEGO ORANGE RIVERSIDE SAN BERNARDINO LOS ANGELES VENTURA KERN BARBARA SANTA MONTEREY KINGS MARIPOSA TOULUMNE MONO SAN LUIS OBISPO PROJECT LOCATION MAP 1"=1000' 1 67 APPROVED BY SPECIFICATION NO. FILE NO./LOCATION DATE OF SHEET Reference Documents: City Standard Specifications - August 2020 Edition City Engineering Standards - August 2020 Edition index to plans page description san luis obispo county, california Manuel Guzman Construction Engineering Manager 2460T001 01/26/21 1 2-3 4-7 8 9 10 11-13 14-21 23 24 25 26 27 28-29 30-31 32-34 35 36-42 43 44-45 46 47-48 49-50 51-52 53-56 57-58 59-60 61-67 1000164 TANK FARM ROAD & ORCUTT ROAD TANK FARM ROAD & ORCUTT ROAD ROUNDABOUT T1 GN1-GN2 X1-X4 DM1 L1 L2 P1-P3 C1-C8 G1 U1 W1 WD1 D1 DP1-DP2 DD1-DD2 EC1-EC3 CS1 SC1-SC7 PD1 S1-S2 SD1 SQ1-SQ2 LP1-LP2 LP3-LP4 LP5-LP8 LP9-LP10 E1-E2 ST1-ST7 sheet no. T1 1.IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT "UNDERGROUND SERVICE ALERT OF NORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48) HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER, TELEPHONE, OIL AND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITTEE SHALL ALSO CONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER, DRAINAGE OR UNDERGROUND FACILITIES. 2.THE CONTRACTOR SHALL POSSESS A CLASS A LICENSE AT THE TIME OF BID OPENING. general notes: CITY MONUMENT #8095 PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 43 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/26/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460T001.dwg 1/26/2021 8:53:15 PM1000164 2460T001.dwg 2 NO SCALE GENERAL NOTESN/A EM GN1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 44 of 823 · · · · · · · · · · · · · · DI-24"x 36" gutter SD-48" ID DI-24"x 36" gutter SD-48" ID TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/26/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460T001.dwg 1/26/2021 9:06:21 PM1000164 2460T001.dwg 3 NO SCALE GENERAL NOTESN/A EM GN2 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 45 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460X001.dwg 1/27/2021 6:19:24 AM1000164 2460X001.dwg 4 NO SCALE TYPICAL SECTIONSHD HD X1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 46 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460X001.dwg 1/27/2021 6:20:48 AM1000164 2460X001.dwg 5 NO SCALE TYPICAL SECTIONSHD HD X2 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 47 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460X001.dwg 1/27/2021 6:22:03 AM1000164 2460X001.dwg 6 NO SCALE TYPICAL SECTIONSHD HD X3 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 48 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460X001.dwg 1/27/2021 6:23:48 AM1000164 2460X001.dwg 7 NO SCALE TYPICAL SECTIONSHD HD X4 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 49 of 823 0 1 inch = ft. 40 40 40 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/31/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460DM001.dwg 1/31/2021 12:27:30 PM1000164 2460DM001.dwg 8 1" = 40'DEMOLITION PLANHD HD DM1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 50 of 823 0 1 inch = ft. 40 40 40 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460L001.dwg 1/27/2021 7:23:15 AM1000164 2460L001.dwg 9 1" = 40'LAYOUTSKP FR L1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 51 of 823 STOP 0 1 inch = ft. 40 40 40 N 10 1" = 40'LAYOUT (CURB ALIGNMENTS)SKP FR L2 SKP JWWTANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/04/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460L002.dwg 2/4/2021 1:50:45 PM1000164 2460L002.dwg PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 52 of 823 ORCUTT ROAD EAST MAIN LINE PROFILE TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460P001.dwg 1/27/2021 7:30:55 AM1000164 2460P001.dwg 11 AS NOTED ORCUTT Rd EAST PROFILEHD HD P1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 53 of 823 ORCUTT ROAD NORTH MAINLINE PROFILE TANK FARM ROAD MAIN LINE PROFILE "R1" LINE PROFILE TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460P001.dwg 1/27/2021 7:32:15 AM1000164 2460P001.dwg 12 AS NOTED ORCUTT Rd NORTH, TANK FARM Rd, AND R1 LINE PROFILESHD HD P2 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 54 of 823 "L1" LINE PROFILE "L2" LINE PROFILE "L3" LINE PROFILE "L4" LINE PROFILE TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460P001.dwg 1/27/2021 7:33:19 AM1000164 2460P001.dwg 13 AS NOTED LIP OF GUTTER PROFILESHD HD P3 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 55 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C002.dwg 1/27/2021 7:49:00 AM1000164 2460C002.dwg 14 NO SCALE CONSTRUCTION DETAILSSKP SKP C1 HD JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 56 of 823 STAMPED CONCRETE NOTES:TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C002.dwg 2/5/2021 1:56:30 PM1000164 2460C002.dwg 15 NO SCALE CONSTRUCTION DETAILSSKP SKP C2 HD JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 57 of 823 N N N N N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 1/27/2021 8:01:26 AM1000164 2460C001.dwg 16 AS NOTED CONSTRUCION DETAILS ISLAND DETAILSHD HD C3 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 58 of 823 NN N NNTANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 1/27/2021 8:03:00 AM1000164 2460C001.dwg 17 AS NOTED CONSTRUCION DETAILS ISLAND DETAILSHD HD C4 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 59 of 823 N N N NNTANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 1/27/2021 8:04:15 AM1000164 2460C001.dwg 18 AS NOTED CONSTRUCION DETAILS RAMP DETAILSHD HD C5 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 60 of 823 N N N N N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 1/27/2021 8:05:40 AM1000164 2460C001.dwg 19 AS NOTED CONSTRUCION DETAILS RAMP DETAILSHD HD C6 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 61 of 823 N N N N N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 1/27/2021 8:07:07 AM1000164 2460C001.dwg 20 AS NOTED CONSTRUCION DETAILS ISLAND DETAILSHD HD C7 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 62 of 823 NN N N N N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 1/27/2021 8:08:09 AM1000164 2460C001.dwg 21 AS NOTED CONSTRUCION DETAILS ISLAND DETAILSHD HD C8 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 63 of 823 N N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460C001.dwg 2/5/2021 8:32:42 AM1000164 2460C001.dwg 22 AS NOTED CONSTRUCION DETAILS ISLAND DETAILSHD HD C9 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100%NPage 64 of 823 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460G001.dwg 2/5/2021 8:54:56 AM1000164 2460G001.dwg 23 1" = 40'GRADING PLANHD HD G1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 65 of 823 0 1 inch = ft. 40 40 40 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/07/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460U001.dwg 2/7/2021 11:05:16 PM1000164 2460U001.dwg 24 1" = 40'UTILITY PLANSKP HD U1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 66 of 823 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/07/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460W001.dwg 2/7/2021 11:02:05 PM1000164 2460W001.dwg 25 H: 1"=40'; V: 1"=4'RECYCLED WATER PLAN AND PROFILEJAV JAV W1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 67 of 823 TYPICAL SECTION PLAN VIEWS ELEVATIONELEVATIONELEVATION 30"#6 EMBEDMENT 12" AND LESS NOTES: 1.CONCRETE THRUST BLOCKS ARE TO BE POURED AGAINST UNDISTURBED EARTH OR STRUCTURAL BACKFILL. 2.KEEP CONCRETE CLEAR OF JOINTS AND ACCESSORIES. 3.VOLUMES AND SPECIAL BLOCKING DETAILS SHOWN ON THE PLANS TAKE PRECEDENCE OVER VOLUMES AND BLOCKING DETAILS SHOWN ON THIS STANDARD DETAIL. 4.ALL BURIED PIPE EXCEPT FLANGED, SCREWED, SOLVENT WELDED PVC OR WELDED STEEL PIPE SPECIFIED TO BE PRESSURE TESTED SHALL BE PROVIDED WITH CONCRETE THRUST BLOCKS AT ALL DIRECTIONAL CHANGES UNLESS OTHERWISE NOTED. 5.THRUST BLOCKS SHALL NOT BE LOCATED OR SIZED TO ENCASE ADJACENT PIPES OR FITTINGS. 6.THE SIZE AND WEIGHT OF ALL UPLIFT THRUST BLOCKS SHALL BE AS DETERMINED BY ENGINEER. 7.A FRICTION COEFFICIENT OF 0.20 SHALL BE USED BETWEEN THE BEDDING MATERIAL AND PIPE. 8.THE BEARING AREAS SHOWN IN THE TABLE ARE BASED ON TEST PRESSURE OF 200 PSI AND ALLOWABLE SOIL BEARING STRESS OF 2000 POUNDS PER SQUARE FOOT. TO COMPUTE BEARING AREAS FOR SPECIFIC TEST PRESSURES AND SOIL BEARING STRESSES, USE THE FOLLOWING EQUATION: 14" TO 16"#8 36" FITTING SIZE ROD SIZE BEARING AREA = (TEST PRESSURE / 200) X (2000/SOIL BEARING STRESS) X (TABLE VALUE) 2000 PSI CONCRETE. USE STEEL WHERE LENGTH IS 9-FEET OR MORE (3- #5 HORIZONTAL #4 @ 18" VERTICAL) 2-FEET MINIMUM, TYPICAL, 3-FEET MINIMUM WHEN LENGTH IS GREATER THAN 15-FEET EQ EQ HH/2H/21'-0" MIN. A2 A1 V A1 16 7.9 6.6 4.3 FITTING 8 14 12 10 4 6 SIZE 2.0 6.0 4.4 3.1 0.5 1.1 45° 1.7 5.1 3.7 2.6 1.0 1.0 BEND ANGLE 1.1 3.3 2.4 1.7 0.3 0.6 1.71.3 1.7 2.2 11° 1.0 1.0 1.0 22° 1.0 1.0 0.5 0.9 1.2 0.1 0.3 V (CY)A1 (SF)V (CY)A1 (SF)V (CY)A1 (SF) 1.0 1.0 1.0 1.0 1.0 1.0 1.0 VOLUME OF THRUST BLOCK IN CUBIC YARDS (VERTICAL BENDS) 24 7.9 6.6 4.3 1.7 2.2 1.0 BEND 1 1 1.5 1 11 1/4° BEND 12 3 5 2 3 45° BEND 1.5 2.5 TEE PLUGGED A2 3 1.52 4.5 2 3 1.5 4.5 A1 6 4 4 7 10 5 8 7 12 7 12 17 5 8 12 12 17 8 10 12 BEARING AREA OF THRUST BLOCK IN SQUARE FEET (HORIZONTAL BENDS) 22 1/2° 14 171724 24 13 3.46.8 16 232332 32 17 4.48.8 90° BEND, PLUGGED CROSS TEE, WYE, PLUG, CAP, OR VALVE FITTING SIZE 24 232332 32 17 4.48.8 A STANDARD THRUST BLOCK NOT TO SCALE TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/07/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460W001.dwg 2/7/2021 11:04:03 PM1000164 2460W001.dwg 26 H: 1"=40'; V: 1"=4'RECYCLED WATER DETAILSJAV JAV WD1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 68 of 823 ADD1 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/07/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460D005.dwg 2/7/2021 11:53:28 PM1000164 2460D005.dwg N ” ” N PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 27 1" = 20'DRAINAGE PLANJAV JAV D1 STS JWW Page 69 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460D005.dwg 2/5/2021 8:48:54 AM1000164 2460D005.dwg ” ” PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 28 H: 1" = 20'; V: 1" = 2'DRAINAGE PROFILESJAV JAV DP1 STS JWW Page 70 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460D005.dwg 2/5/2021 8:38:59 AM1000164 2460D005.dwg ” ” PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 29 H: 1" = 20'; V: 1" = 2'DRAINAGE PROFILESJAV JAV DP2 STS JWW Page 71 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/04/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460D005.dwg 2/4/2021 1:37:59 PM1000164 2460D005.dwg PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 30 AS NOTED DRAINAGE DETAILSJAV JAV DD1 STS JWW Page 72 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/04/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460D005.dwg 2/4/2021 9:10:56 AM1000164 2460D005.dwg PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 31 AS NOTED DRAINAGE DETAILSJAV JM DD2 STS JWW Page 73 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460EC001.dwg 2/3/2021 3:22:01 PM1000164 2460EC001.dwg 32 1" = 40'EROSION CONTROLGH GH EC1 LP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 0 1 inch = ft. 40 40 40 N Page 74 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460EC001.dwg 2/3/2021 3:20:05 PM1000164 2460EC001.dwg 33 NO SCALE EROSION CONTROL DETAILSGH GH EC2 LP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 75 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460EC001.dwg 2/3/2021 3:18:52 PM1000164 2460EC001.dwg 34 NO SCALE EROSION CONTROL DETAILSHD HD EC3 LP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 76 of 823 0 1 inch = ft. 200 200 200 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460CS001.dwg 2/3/2021 3:13:27 PM1000164 2460CS001.dwg 35 1" = 200'CONSTRUCTION AREA SIGN PLANECS ECS CS1 DK JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 77 of 823 STOPSTOP STOP0 1 inch = ft. 50 50 50 N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:52:41 PM1000164 2460SC004.dwg 36 1" = 50'STAGE CONSTRUCTION (STAGE 1)JAV JAV SC1 JWW JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 78 of 823 STOPSTOP A SC3 B SC3 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:53:39 PM1000164 2460SC004.dwg 37 1" = 50'STAGE CONSTRUCTION (STAGE 2)JAV JAV SC2 JWW JWW 0 1 inch = ft. 50 50 50 N PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% A X-X Page 79 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:54:45 PM1000164 2460SC004.dwg 38 1" = 50'STAGE 2 CROSS SECTIONSJAV JAV SC3 JWW JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 80 of 823 STOPSTOP STOP A SC4 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:55:30 PM1000164 2460SC004.dwg 39 1" = 50'STAGE CONSTRUCTION (STAGE 3)JAV JAV SC4 JWW JWW 0 1 inch = ft. 50 50 50 N STOP PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% A X-X Page 81 of 823 STOPSTOP B SC6 A SC6 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:56:23 PM1000164 2460SC004.dwg 40 1" = 50'STAGE CONSTRUCTION (STAGE 4)JAV JAV SC5 JWW JWW 0 1 inch = ft. 50 50 50 N OFF PEAK OR NIGHT WORK HOURS ONLY PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% A X-X Page 82 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:57:12 PM1000164 2460SC004.dwg 41 1" = 50'STAGE 4 CROSS SECTIONSJAV JAV SC6 JWW JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 83 of 823 STOPSTOP TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460SC004.dwg 2/3/2021 2:57:53 PM1000164 2460SC004.dwg 42 1" = 50'STAGE CONSTRUCTION (STAGE 5)JAV JAV SC7 JWW JWW 0 1 inch = ft. 50 50 50 N PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 84 of 823 STOPN TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460PD001.dwg 2/3/2021 11:28:47 AM1000164 2460PD001.dwg 43 1" = 40'PAVEMENT DELINEATIONHD HD PD1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 0 1 inch = ft. 40 40 40 Page 85 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460S001.dwg 2/5/2021 7:37:24 AM1000164 2460S001.dwg 44 1" = 20'SIGN PLANJAV JAV S1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 0 1 inch = ft. 20 20 20 N Page 86 of 823 N NN TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460S001.dwg 2/5/2021 7:38:29 AM1000164 2460S001.dwg 45 1" = 20'SIGN PLANJAV JAV S2 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 0 1 inch = ft. 20 20 20 Page 87 of 823 Tank Farm Rd Orcutt Rd Islay Hill Park TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460S002.dwg 2/3/2021 11:51:55 AM1000164 2460S002.dwg 46 NO SCALE SIGN DETAILSJAV JAV SD1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 88 of 823 SIGN NO.SIGN CODE SIGN MESSAGE OR DESCRIPTION OBJECT MARKER (OM1-1) PANEL SIZE "C" DIM BACKGROUND LEGEND PROTECTIVE OVERLAY FURNISH SINGLE SHEET ALUMINUM SIGN ROADSIDE SIGN-ONE POSTROADSIDE SIGN-TWO POSTINSTALL ROADSIDE SIGN(STRAP & SADDLE BRACKET)REMOVE ROADSIDE SIGNRELOCATE ROADSIDE SIGN(ONE POST)EXISTING SIGN TO REMAIN(N)REMARKS SHEETING COLOR RETROFLECTIVITY ASTMTYPESHEETING COLOR RETROFLECTIVITY ASTMTYPESTANDARDPREMIUM0.063"-UNFRAMED0.080"-UNFRAMED0.063"-FRAMED0.080"-FRAMEDL D EA IN IN FT SQFT SQFT SQFT SQFT EA EA EA EA EA EA (N)TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460S002.dwg 2/3/2021 11:53:55 AM1000164 2460S002.dwg 47 NO SCALE SIGN QUANTITIESJAV JAV SQ1 SKP JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% R1 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 R4-11 BICYCLES MAY USE FULL LANE 30 30 WHITE IX BLACK X 6.25 R2 R7-9a NO PARKING BIKE LANE 1 PROTECT IN PLACE R3 R81 (CA)BIKE LANE 12 8 4 WHITE IX BLACK X 0.67 1 SEE DETAIL SD1-4 ON SHEET SD1R81B (MOD)ENDS 8 5 WHITE IX BLACK X 0.28 R44c (MOD)BICYCLES MAY USE PATH 30 30 WHITE IX BLACK X 6.25 R4 W2-2 SIDE ROAD 1 TO BE REMOVED BY OTHERS (N) R5 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT)24 12 YELLOW XI BLACK X 2.00 R6 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R7 R7-9a NO PARKING BIKE LANE 1 TO BE REMOVED BY OTHERS (N) R8 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R9 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R10 SIGN B ISLAY HILL PARK 78 8 5 BROWN WHITE IX X 4.33 1 SEE DETAIL SD1-2 ON SHEET SD1 R11 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R12 W11-2 PEDESTRIAN CROSSING (BACK)30 30 4 YELLOW XI BLACK X 6.25 1W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT) (BACK)24 12 YELLOW XI BLACK X 2.00 R1-2 YIELD (FRONT)36 36 RED XI WHITE X 9.00 R13 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R14 R1-1 STOP 1 TO BE REMOVED BY OTHERS (N) SPECIAL PARK HOURS 1 RELOCATE SIGN SPECIAL RECYCLED WATER R15 R6-4a ROUNDABOUT DIRECTIONAL (3 CHEVRONS)48 24 4 WHITE IX BLACK X 8.00 1 R6-1 (R)ONE WAY (RIGHT)36 12 BLACK XI WHITE X 3.00 R16 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R17 W1-7 TWO-DIRECTIONAL LARGE ARROW 1 TO BE REMOVED BY OTHERS (N) R18 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R19 R7-9a NO PARKING BIKE LANE 1 TO BE REMOVED BY OTHERS (N) R20 R81 (CA)BIKE LANE 12 8 4 WHITE IX BLACK X 0.67 1 SEE DETAILS SD1-5 ON SHEET SD1R81A (CA)BEGIN 12 5 WHITE IX BLACK X 0.42 R7-9a NO PARKING BIKE LANE 12 18 WHITE IX BLACK X 1.50 R21 R81 (CA)BIKE LANE 12 8 4 WHITE IX BLACK X 0.67 1 SEE DETAILS SD1-4 ON SHEET SD1R81B (MOD)ENDS 8 5 WHITE IX BLACK X 0.28 R44c (MOD)BICYCLES MAY USE PATH 30 30 WHITE IX BLACK X 6.25 R22 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT)24 12 YELLOW XI BLACK X 2.00 R23 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R24 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT)24 12 YELLOW XI BLACK X 2.00 R25 SIGN C ORCUTT ROAD 66 8 5 BROWN WHITE IX X 3.67 1 SEE DETAIL SD1-3 ON SHEET SD1 R26 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R27 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R28 R6-4a ROUNDABOUT DIRECTIONAL (3 CHEVRONS)48 24 4 WHITE IX BLACK X 8.00 1 R6-1 (R)ONE WAY (RIGHT)36 12 BLACK XI WHITE X 3.00 R29 R6-4a ROUNDABOUT DIRECTIONAL (3 CHEVRONS)48 24 4 WHITE IX BLACK X 8.00 1 R6-1 (R)ONE WAY (RIGHT)36 12 BLACK XI WHITE X 3.00 R30 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R31 SIGN C ORCUTT ROAD 66 8 5 BROWN WHITE IX X 3.67 1 SEE DETAIL SD1-3 ON SHEET SD1 SUBTOTAL THIS SHEET 0 174.97 24 11.67 0 19 3 3 5 1 1 Page 89 of 823 SIGN NO.SIGN CODE SIGN MESSAGE OR DESCRIPTION OBJECT MARKER (OM1-1) PANEL SIZE "C" DIM BACKGROUND LEGEND PROTECTIVE OVERLAY FURNISH SINGLE SHEET ALUMINUM SIGN ROADSIDE SIGN-ONE POSTROADSIDE SIGN-TWO POSTINSTALL ROADSIDE SIGN(STRAP & SADDLE BRACKET)REMOVE ROADSIDE SIGNRELOCATE ROADSIDE SIGN(ONE POST)EXISTING SIGN TO REMAIN(N)REMARKS SHEETING COLOR RETROFLECTIVITY ASTMTYPESHEETING COLOR RETROFLECTIVITY ASTMTYPESTANDARDPREMIUM0.063"-UNFRAMED0.080"-UNFRAMED0.063"-FRAMED0.080"-FRAMEDL D EA IN IN FT SQFT SQFT SQFT SQFT EA EA EA EA EA EA (N)TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION O:\PRJ\2460\2460S002.dwg 2/3/2021 11:55:17 AM1000164 2460S002.dwg 48 NO SCALE SIGN QUANTITIESJAV JAV SQ2 SPK JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% R32 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT)24 12 YELLOW XI BLACK X 2.00 R33 R81 (CA)BIKE LANE 12 8 4 WHITE IX BLACK X 0.67 1 SEE DETAILS SD1-5 ON SHEET SD1R81A (CA)BEGIN 12 5 WHITE IX BLACK X 0.42 R7-9a NO PARKING BIKE LANE 12 18 WHITE IX BLACK X 1.50 R34 R1-1 STOP 1 TO BE REMOVED BY OTHERS (N) R35 R6-4a ROUNDABOUT DIRECTIONAL (3 CHEVRONS)48 24 4 WHITE IX BLACK X 8.00 1 R6-1 (R)ONE WAY (RIGHT)36 12 BLACK XI WHITE X 3.00 R36 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R37 R81 (CA)BIKE LANE 12 8 4 WHITE IX BLACK X 0.67 1 SEE DETAILS SD1-4 ON SHEET SD1R81B (MOD)ENDS 8 5 WHITE IX BLACK X 0.28 R44c(MOD)BICYCLES MAY USE PATH 30 30 WHITE IX BLACK X 6.25 R38 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT)24 12 YELLOW XI BLACK X 2.00 R39 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R40 R1-2 YIELD 36 36 7 RED XI WHITE X 9.00 1 R41 SPECIAL RECYCLED WATER 1 TO BE REMOVED BY OTHERS (N) R42 SIGN A TANK FARM ROAD 78 8 5 BROWN WHITE IX X 4.33 1 SEE DETAIL SD1-1 ON SHEET SD1 R43 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (L)DIAGONAL DOWNWARD POINTING ARROW (LEFT)24 12 YELLOW XI BLACK X 2.00 R44 W11-2 PEDESTRIAN CROSSING 30 30 4 YELLOW XI BLACK X 6.25 1 W16-7P (R)DIAGONAL DOWNWARD POINTING ARROW (RIGHT)24 12 YELLOW XI BLACK X 2.00 R45 R81 (CA)BIKE LANE 12 8 4 WHITE IX BLACK X 0.67 1 SEE DETAILS SD1-5 ON SHEET SD1R81A (CA)BEGIN 12 5 WHITE IX BLACK X 0.42 R7-9a NO PARKING BIKE LANE 12 18 WHITE IX BLACK X 1.50 R46 R2-1 SPEED LIMIT (45 MPH) 1 RELOCATE SIGN R7-9a NO PARKING BIKE LANE R47 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 OM1-1 OBJECT MARKER 1 R48 R1-1 STOP 1 PROTECT IN PLACE R49 SNS STREET NAME SIGN 1 PROTECT IN PLACE R50 R7-9a NO PARKING BIKE LANE 1 PROTECT IN PLACE R51 R7-9a NO PARKING BIKE LANE 1 RELOCATE SIGN R52 W3-1 STOP AHEAD 1 TO BE REMOVED BY OTHERS (N) R53 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 R4-11 BICYCLES MAY USE FULL LANE 30 30 WHITE IX BLACK X 6.25 R54 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 OM1-1 OBJECT MARKER 1 R55 R2-1 SPEED LIMIT (55 MPH) 1 PROTECT IN PLACE R48-1 RADAR INFORCED R56 R7-9a NO PARKING BIKE LANE 1 TO BE REMOVED BY OTHERS (N) R57 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 R4-11 BICYCLES MAY USE FULL LANE 30 30 WHITE IX BLACK X 6.25 R58 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 R59 W2-2 SIDE ROAD 1 RELOCATE SIGN AND INSTALL BY STRAP AND SADLE BRACKET METHOD R60 R4-4 BEGIN RIGHT TURN LANE, YIELD TO BIKES 1 RELOCATE SIGN R61 R3-7 RIGHT LANE MUST TURN RIGHT 1 PROTECT IN PLACE R81 (CA)BIKE LANE R62 R4-7 KEEP RIGHT (SYMBOL)24 30 4 WHITE IX BLACK X 5.00 1 OM1-1 OBJECT MARKER 1 R63 W2-6 CIRCULAR INTERSECTION WARNING 30 30 4 YELLOW XI BLACK X 6.25 1 INSTALL ON FLASHING BEACON SUBTOTAL THIS SHEET 3 123.36 8 4.333 0 14 1 3 4 3 4 TOTAL 3 298.33 32 16 0 33 4 6 9 4 5 Page 90 of 823 C 18.50 1" 28.84 1" 10.25 1" 9.024 1" 7.043 1" P M 0 1 inch = ft. 20 20 20 MATCH L I N E ' A' - S H E E T L P 2 MATCH LINE 'B' - SHEET LP2LIMIT OF LANDSCAPE WORKLIMIT OF LANDSCAPE WORKN TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:08:36 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587349 1" = 20'IRRIGATION PLANLP LP LP1 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 91 of 823 0 1 inch = ft. 20 20 20MATCH LINE 'B' - SHEET LP1MATCH L I N E ' A' - S H E E T L P 1 LIMIT OF LANDSCAPE WORK LIMIT OF LANDSCAPE WORKN TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:09:14 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587350 1" = 20'IRRIGATION PLANLP LP LP2 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 92 of 823 TREES BOTANICAL NAME CONT Arbutus x `Marina`60"box Cercis occidentalis 24" Box Lagerstroemia indica `Catawba`24" Box Pistacia chinensis `Keith Davey`24" Box TREE SCHEDULE SHRUBS BOTANICAL NAME CONT Anigozanthos flavidus `Tequila Sunrise`5 gal Cistus x purpureus 5 gal Cistus x skanbergii 5 gal Dietes iridioides 5 gal Muhlenbergia rigens 5 gal Nandina domestica 5 gal Nandina domestica `Moon Bay` TM 5 gal Phormium x `Black Adder`5 gal Rhaphiolepis indica `Ballerina`5 gal Rhaphiolepis indica `Pink Lady`5 gal G.C. / LOW SHRUB BOTANICAL NAME CONT Ceanothus gloriosus `Anchor Bay`5 gal Ceanothus gloriosus `Heart`s Desire`5 gal Epilobium canum `Calistoga`1 gal Lantana camara `Dwarf Yellow`1 gal Lantana montevidensis `Purple`1 gal Lomandra longifolia `Breeze`1 gal Salvia spathacea 1 gal Teucrium chamaedrys 1 gal Tulbaghia violacea `Silver Lace`1 gal SHRUB SCHEDULE 0 1 inch = ft. 20 20 20 MATCH L I N E ' A' - S H E E T L P 4 MATCH LINE 'B' - SHEET LP4LIMIT OF LANDSCAPE WORKLIMIT OF LANDSCAPE WORKN TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:10:05 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587351 1" = 20'PLANTING PLANLP LP LP3 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 93 of 823 TREES BOTANICAL NAME CONT Arbutus x `Marina`60"box Cercis occidentalis 24" Box Lagerstroemia indica `Catawba`24" Box Pistacia chinensis `Keith Davey`24" Box TREE SCHEDULE SHRUBS BOTANICAL NAME CONT Anigozanthos flavidus `Tequila Sunrise`5 gal Cistus x purpureus 5 gal Cistus x skanbergii 5 gal Dietes iridioides 5 gal Muhlenbergia rigens 5 gal Nandina domestica 5 gal Nandina domestica `Moon Bay` TM 5 gal Phormium x `Black Adder`5 gal Rhaphiolepis indica `Ballerina`5 gal Rhaphiolepis indica `Pink Lady`5 gal SHRUB SCHEDULE G.C. / LOW SHRUB BOTANICAL NAME CONT Ceanothus gloriosus `Anchor Bay`5 gal Ceanothus gloriosus `Heart`s Desire`5 gal Epilobium canum `Calistoga`1 gal Lantana camara `Dwarf Yellow`1 gal Lantana montevidensis `Purple`1 gal Lomandra longifolia `Breeze`1 gal Salvia spathacea 1 gal Teucrium chamaedrys 1 gal Tulbaghia violacea `Silver Lace`1 gal 0 1 inch = ft. 20 20 20MATCH LINE 'B' - SHEET LP3MATCH L I N E ' A' - S H E E T L P 3 LIMIT OF LANDSCAPE WORK LIMIT OF LANDSCAPE WORKN TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:12:09 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587352 1" = 20'PLANTING PLANLP LP LP4 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 94 of 823 BYPASS SCHEMATIC LAYOUT NOT TO SCALE 1" MASTER VALVE, NORMALLY OPEN TEE INTO EXISTING MAINLINE DOWNSTREAM OF METER. 1" FLOW SENSOR NEW 1" MAINLINE EXISTING 3" MAINLINE REPLACE EXISTING PARK FLOW METER REPLACE EXISTING PARK MASTER VALVE, NORMALLY CLOSED 1 VALVE BOX LAYOUT NOT TO SCALE2 1 1/2" = 1'-0" 1" DRIP VALVE W/BASKET FILTER SxT TEE W/ 2" NIPPLE AT MAINLINE. SCH. 80 RISER. PVC TRUE UNION BALL VALVE. BASKET FILTER AS SPECIFIED. RCV AS SPECIFIED. CONTROLLER WIRE WITH 30 INCH LINEAR LENGTH OF COIL, WITH PLASTIC I.D. TAG AND WATERPROOF CONNECTORS.12" BELOW GRADE.INSTALL DRIP SYSTEM VALVE ASSEMBLY IN VALVE BOX PER CITY STANDARD 8620 OUTLET PIPE SAME SIZE AS VALVE, 24" MIN. LENGTH TO FIRST FITTING. VENDOR MATERIAL COMPONENTS AS NOTED IN THE IRRIGATION SCHEDULE REGARDING THIS ELEMENT 3 P-TA-12 3" AS NEEDED MANUAL FLUSH VALVE FOR DRIP TUBING NOT TO SCALE4 ROOT WATERING SYSTEM NOT TO SCALE 1 ” ” ” 12 2 3 FINISH GRADE/TOP OF MULCH3 4 4" (10.2 cm) LOCKING GRATE (PURPLE IN COLOR)4 5 1/2" (1.3 cm) SWING ASSEMBLY: RAIN BIRD SA-125050 OR 1/2" (1.3 cm) SWING PIPE: RAIN BIRD SP SERIES WITH 1/2" (1.3 cm) MALE NPT x 0.490" BARB ELBOW: RAIN BIRD SBE-050 5 6 PVC OR POLYETHYLENE LATERAL PIPE6 7 PVC OR POLYETHYLENE LATERAL PIPE7 8 4" (10.2 cm) WIDE x 18" (45.7 cm) LONG RIGID BASKET WEAVE CANISTER (INCLUDED) 8 9 OPTIONAL SOCK (RWS-SOCK) FOR SANDY SOILS 9 5 P-TA-22 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:12:46 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587353 NO SCALE IRRIGATION DETAILSLP LP LP5 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 95 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:14:16 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587354 NO SCALE IRRIGATION CITY STANDARDSLP LP LP6 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 96 of 823 · · · · · · · · · · · · · · · · · ·TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:15:42 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587355 NO SCALE IRRIGATION NOTESLP LP LP7 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 97 of 823 IRRIGATION SCHEDULE SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY Electric Control Valve 1 1", Rain Bird PESBR-PRS-D Valves for Reclaimed Water Applications. With Scrubber Mechanism Technology, Purple Flow Control Handle, and Pressure Regulator Module. Set pressure regulation to 30psi. Quick Coupler 2 1" Rain Bird 44-NP Brass Quick-Coupling Valve, with Corrosion-Resistant Stainless Steel Spring, Locking Non-Potable Purple Rubber Cover, and 2-Piece Body. See City Standard detail. Isolation Valve 2 Nibco T-113 Class 125 bronze gate shut off valve with wheel handle, same size as mainline pipe diameter at valve location. See City Standard detail. Park Master Valve 3"1 3" Buckner-Superior 3200-RW Master Valve. Normally Closed Brass Master Valve to replace existing Master Valve Sevicing Park Irrigation System. Purple Cross Handle for Reclaimed Water Use. Roadway Master Valve 1"1 1" Buckner-Superior 3100-RW Master Valve. Normally Open Brass Master Valve Sevicing New Roadway Irrigation System. Purple Cross Handle for Reclaimed Water Use. Existing Irrigation Controller 1 Contractor to use existing Irrigation Controller located approximately 50` to the south at the rear of the park restroom. Contractor to provide new control and neutral conductors from existing controller to new valve and flow sensor locations. Contractor to retrofit existing irrigaiton controller with Calsense Transient Protection Board (TP-1) and Flow Sensor Bypass Interface (F-RETRO) to allow for existing controller to read new flow meters and operate separate master valves independently. Park Flow Sensor 1 Calsense 3" Flow Sensor (FM-3) to Replace Flow Sensor for Existing Park Irrigation System. Verify use of existing wires from old sensor for direct communication with existing controller in the field. See City Standard detail. Roadway Flow Sensor 1 Calsense 1" Flow Sensor (FM-1B) for New Roadway Project. Wire directly to controller using flow sensing cable (ev-cab-sen) for communicaiton shutoff with master valve. See City Standard detail. Point of Connection 1"1 Existing Recycled Water City Meter. See Civil Plans Irrigation Lateral Line: PVC Schedule 40 2,984 l.f. Recycled Water Warning, Purple in Color Irrigation Mainline: PVC Schedule 40 238.6 l.f. 1" Mainline, Recycled Water Warning, Purple in Color Pipe Sleeve: 2" PVC Schedule 40 Sleeve 633.5 l.f. Sleeves shall be 2x pipe diameter, extend sleeves 18" beyond edges of paving. Install sleeves per City Standards. Pipe Sleeve: 4" PVC Schedule 40 Sleeve 260.6 l.f. Max 2 pipes per Sleeve. Sleeve shall be 2x total diameter of pipes serviced. Extend sleeves 18" beyond edges of paving. Install sleeves per City Standards. C SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY Mini Root Watering System 17 Rain Bird RWS-M-B-C-P with 4.0" diameter x 18.0" long with locking grate, semi-rigid mesh tube and Rain Bird 1402 0.5 gpm bubbler as indicated. With Check Valve and Purple Grate. SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY Drip Zone Valve Assembly 4 Rain Bird XCZ-100-PRB-R Wide Flow Drip Control Kit. Purple Cap designates for Reclaimed Water, Non-Potable Use. 1" PESBR Valve and 1" Pressure Regulating 40psi Basket Filter. 0.3gpm to 20gpm. Install per detail. Pipe Transition Point 28 Pipe transition from PVC lateral line to on-grade drip tubing. Area to Receive Drip Emitters Drip Irrigation 15,423 s.f. Rain Bird XB-PC, Pressure Compensating Drip Emitters. Flow rates of 0.5gph=blue, 1.0gph=black, and 2.0gph=red. Comes with a self-piercing barb inlet x barb outlet. All tubing shall be purple in color. See City Standard detail. Emitter Notes: 1.0 GPH emitters (1 assigned to each 1 gal plant) 1,035 1.0 GPH emitters (2 assigned to each 5 gal plant) 718 CRITICAL ANALYSIS Generated:2020-03-31 14:27 P.O.C. NUMBER: 01 Water Source Information:Existing Recycled Water City Meter. See Civil Plans FLOW AVAILABLE Point of Connection Size:1" Flow Available:20.24 gpm PRESSURE AVAILABLE Static Pressure at POC:85.00 psi Pressure Available:85.00 psi DESIGN ANALYSIS Maximum Station Flow:10.16 gpm Flow Available at POC:20.24 gpm Residual Flow Available:10.08 gpm Critical Station:5 Design Pressure:40.00 psi Friction Loss:6.70 psi Fittings Loss:0.67 psi Elevation Loss:0.00 psi Loss through Valve:7.48 psi Pressure Req. at Critical Station:54.86 psi Loss for Fittings:0.25 psi Loss for Main Line:2.53 psi Loss for POC to Valve Elevation:0.00 psi Loss for Backflow:0.00 psi Loss for Master Valve:0.77 psi Critical Station Pressure at POC:58.41 psi Pressure Available:85.00 psi Residual Pressure Available:26.59 psi NUMBER MODEL SIZE TYPE GPM WIRE PSI PSI @ POC PRECIP 1 Electric Control Valve 1"Bubbler 8.50 211.2 38.16 41.77 1.70 in/h 2 Drip Zone Valve Assembly 1"Area for Drip Emitters 8.84 216.0 49.21 53.20 0.44 in/h 3 Drip Zone Valve Assembly 1"Area for Drip Emitters 7.04 149.4 47.00 48.63 0.42 in/h 4 Drip Zone Valve Assembly 1"Area for Drip Emitters 9.02 155.8 50.61 53.33 0.37 in/h 5 Drip Zone Valve Assembly 1"Area for Drip Emitters 10.16 161.8 54.86 58.41 0.34 in/h Common Wire 238.6 VALVE SCHEDULE TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:16:58 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587356 NO SCALE IRRIGATION SCHEDULELP LP LP8 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 98 of 823 MULTI-TRUNK TREE PLANTING 1" = 1" 1 LINEAR ROOT BARRIER 1" = 1" 2 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:17:55 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587357 NO SCALE PLANTING CITY STANDARDSLP LP LP9 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 99 of 823 TREES BOTANICAL / COMMON NAME CONT QTY Arbutus x `Marina` / Multi-Trunk Arbutus 60"box 1 Low Water Use - WUCOLS Specimen Tree, Multi-trunk, See Photo & Notes Cercis occidentalis / Western Redbud 24" Box 3 Low Water Use - WUCOLS Lagerstroemia indica `Catawba` / Catawba Crape Myrtle Multi-trunk 24" Box 11 Low Water Use - WUCOLS Pistacia chinensis `Keith Davey` / Chinese Pistache 24" Box 2 Low Water Use - WUCOLS SHRUBS BOTANICAL / COMMON NAME CONT QTY Anigozanthos flavidus `Tequila Sunrise` / Kangaroo Paw 5 gal 7 Low Water Use - WUCOLS Cistus x purpureus / Orchid Rockrose 5 gal 8 Low Water Use - WUCOLS Cistus x skanbergii / Coral Rockrose 5 gal 37 Low Water Use - WUCOLS Dietes iridioides / Fortnight Lily 5 gal 46 Low Water Use - WUCOLS Muhlenbergia rigens / Deer Grass 5 gal 46 Low Water Use - WUCOLS Nandina domestica / Heavenly Bamboo 5 gal 4 Low Water Use - WUCOLS Use in Filterra Bioretention Boxes Nandina domestica `Moon Bay` TM / Moon Bay Heavenly Bamboo 5 gal 10 Low Water Use - WUCOLS Phormium x `Black Adder` / New Zealand Flax 5 gal 5 Low Water Use - WUCOLS Rhaphiolepis indica `Ballerina` / Ballerina Indian Hawthorn 5 gal 25 Low Water Use - WUCOLS Rhaphiolepis indica `Pink Lady` / Pink Lady Indian Hawthorn 5 gal 9 Low Water Use - WUCOLS G.C. / LOW SHRUB BOTANICAL / COMMON NAME CONT QTY Ceanothus gloriosus `Anchor Bay` / Anchor Bay Lilac 5 gal 58 Low Water Use - WUCOLS Ceanothus gloriosus `Heart`s Desire` / Heart`s Desire Lilac 5 gal 104 Low Water Use - WUCOLS Epilobium canum `Calistoga` / California Fuchsia 1 gal 150 Low Water Use - WUCOLS Lantana camara `Dwarf Yellow` / Yellow Bush Lantana 1 gal 57 Low Water Use - WUCOLS Lantana montevidensis `Purple` / Trailing Lantana 1 gal 11 Low Water Use - WUCOLS Lomandra longifolia `Breeze` / Dwarf Mat Rush 1 gal 365 Low Water Use - WUCOLS Salvia spathacea / Hummingbird Sage 1 gal 69 Low Water Use - WUCOLS Teucrium chamaedrys / Germander 1 gal 127 Low Water Use - WUCOLS Tulbaghia violacea `Silver Lace` / Silver Lace Society Garlic 1 gal 256 Low Water Use - WUCOLS PLANT SCHEDULE · · · · · · · · · · · · · · ·TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/27/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460LSP001.dwg 1/27/2021 12:18:46 PM1000164 2460LSP001.dwgLUCAS R. P IP ER No. 587358 NO SCALE PLANTING SCHEDULELP LP LP10 SR JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 100 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460E001.dwg 2/3/2021 12:43:00 PM1000164 2460E001.dwg 59 1" = 20'ELECTRICAL PLAN (STREET LIGHTING)EM EM E1 JWW JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 0 1 inch = ft. 20 20 20 N Page 101 of 823 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/03/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION K:\PRJ\2460\2460E001.dwg 2/3/2021 12:54:24 PM1000164 2460E001.dwg 60 1" = 20'ELECTRICAL PLAN (STREET LIGHTING)EM EM E2 JWW JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% 0 1 inch = ft. 20 20 20 NN Page 102 of 823 0 1 inch = ft. 5 5 5 N A BOX CULVERT DEMOLITION PLAN SCALE: 1" = 5' 1 EXISTING WINGWALLS TO BE DEMOLISHED SCALE: NTS 8"TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/29/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST1.dwg 1/29/2021 4:58:37 PM1000164 11151202-ST1.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L 61 AS NOTED BOX CULVERT DEMOLITION PLANCM TS ST1 MY JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 103 of 823 13.72'10.98'8.57'7.25'A BOX CULVERT STRUCTURAL PLAN SCALE: 1" = 5'1 TYPICAL WINGWALL SECTION SCALE: NTS 0 1 inch = ft. 5 5 5 N 5.24' 9.71'15.98' 149°35'1" 13' 1 ST2 1 ST2 2 ST2 2.5'2'MIN1' 12.5' 2.5'1.25'2.92' 4.25'6"MIN12' MAX1'TYP3 TYPICAL WINGWALL REINF ELEVATION SCALE: NTS6.5'7"7" 2 BOX CULVERT ELEVATION SCALE: NTS12' (MAX)7'-3" (VERIFY) 8"8" A ST1 1' (TYP)133.33°2.93'30.11'TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 02/05/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST2.dwg 2/5/2021 2:20:32 PM1000164 11151202-ST2.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L 62 AS NOTED PROPOSED BOX CULVERT PLANCM TS ST2 MY JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100%6.5'R = 9 " Page 104 of 823 NA ENLARGED CULVERT EXTENSION TOP SLAB REINF PLAN SCALE: NTS 1 SECTION SCALE: NTS 1 ST3 2 ST4 4'-10"4'-10"2'-11" 8 1/2"8 1/2"2'-10" 7'-3" 11 - #4 4'-10"4'-10"2'-11"TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/29/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST3.dwg 1/29/2021 4:43:44 PM1000164 11151202-ST3.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L 63 AS NOTED BOX CULVERT ENLARGED PLAN AND SECTIONCM TS ST3 MY JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 105 of 823 6" MIN2"12"1 EXISTING HEADWALL DEMOLITION SCALE: 6" = 1'-0" 2 EXISTING CULVERT WALL TO NEW CULVERT WALL CONNECTION SCALE: 6" = 1'-0" 2" CLR 3 PLAN VIEW - REINFORCEMENT TOP BARS TOP SLAB SCALE: NTS 4 PLAN VIEW - REINFORCEMENT BOTTOM BARS TOP SLAB SCALE: NTS 7 ' - 3 " (F IE LD VER IFY ) 0 . 5 0S 8 - # 4 0 . 25S 2 - # 4 0 . 25S 2 - # 4 2 "TYP2 "TYP1 2 " 24" LAP 5 ENLARGED VIEW - COUPLER SCALE: NTS 11" 5 ST4 TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/29/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST4.dwg 1/29/2021 4:38:49 PM1000164 11151202-ST4.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L 64 AS NOTED BOX CULVERT DETAILSCM TS ST4 MY JWW PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 106 of 823 65 AS NOTED BOX CULVERT SECTIONSCM TS ST5 MY JWW 1 PLAN VIEW SCALE: 1:10N TANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/29/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST5.dwg 1/29/2021 5:05:14 PM1000164 11151202-ST5.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L A ST5 A SECTION SCALE: NTS B ST5 C ST5 D ST5 1'1'2'2' D SECTION SCALE: 3/4" = 1'-0" 1'1'7"MIN2'-0"2'-0" B SECTION SCALE: NTS C SECTION SCALE: NTS A ST5 D ST5 ”” ” ” ” PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 107 of 823 10+00 10+70 10+00 10+70 245 250 255 260 265 245 250 255 260 265 10+10 10+50 10+70STA:10+20.65258.73 TWSTA:10+50.30260.30 TWSTA:10+25.71251.71 TFSTA:10+20.65252.71 TFSTA:10+43.01251.71 TFSTA:10+50.30252.71 TFSTA:10+35.00INV EL 252.00245 250 255 260 265 245 250 255 260 265 10+10 10+50 10+70STA: 10+20.02252.36 TFSTA: 10+25.76251.36 TFSTA: 10+42.97251.36 TFSTA: 10+50.06252.36 TFSTA: 10+35.00INV ELEV 251.65STA: 10+50.06259.83 TWSTA: 10+20.02258.63 TWTANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/29/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST6.dwg 1/29/2021 5:06:22 PM1000164 11151202-ST6.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L 66 AS NOTED RETAINING WALL PLAN, ELEVATION AND SECTIONCM TS ST6 MY JWW 1 PLAN VIEW SCALE: 1:5 N 1 TYPICAL RETAINING WALL SECTION SCALE: NTS1'-0"1'-0"2"6"0 1 inch = ft. 5 5 5 ST6 1 2'-3"2'-3"2'-3"2'-3"7'-0" TO 7'-3" SEE PLAN 1'-4"8"1'-4" 2'-3" 11 1/2" 2 TYPICAL STEPPED FOOTING DETAIL SCALE: NTS 1'-4"8"1'-4" RETAINING WALL - NORTH - PROFILE VIEW SCALE: HORIZ. 1"=5'; VERT. 1"=2.5' RETAINING WALL - SOUTH - PROFILE VIEW SCALE: HORIZ. 1"=5'; VERT. 1"=2.5'7'-3"7'-3"7'-0"7'-0"60" CORRUGATED DUAL WALL HDPE CULVERT (ADS N-12 WT OR APPROVED EQUAL). EMBED 1.0' FG AT FRONT OF WALL OG BACKFILL 1.0' WITH NATIVE STREAM GRAVEL 60" CORRUGATED DUAL WALL HDPE CULVERT (ADS N-12 WT OR APPROVED EQUAL). EMBED 1.0' FG AT FRONT OF WALL OG BACKFILL 1.0' WITH NATIVE STREAM GRAVEL "ON" Sta 4+90.00; OFF: 42.18' Lt WALL Sta: 10+50.06 "ON" Sta 4+95.62; OFF: 71.67' Lt WALL Sta: 10+20.02 "ON" Sta 5+14.14; OFF: 40.56' Lt WALL Sta: 10+50.30 "ON" Sta 5+19.69; OFF: 69.68' Lt WALL Sta: 10+20.65 PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 108 of 823 67 AS NOTED STRUCTURAL SPECIAL INSPECTIONSCM TS ST7 MY JWWTANK FARM ROAD & ORCUTT ROAD ROUNDABOUTCITY SPECIFICATION NO. 01/29/2021 DATE:PROJECT TITLE:SHEET TITLE:of SHEET NO. 67 DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION N:\US\San Luis Obispo\Projects\11151202 Tank Farm-Orcutt Roundabout\06-CAD\Sheets\11151202-ST7.dwg 1/29/2021 5:04:09 PM1000164 11151202-ST7.dwg C65126No.REGISTEREDPR O F E SSIONAL E N GI NEERS TATE OF C A L IF O RNIAMAN U E L R. Y C UCI V I L AGENCY # (QUALIF.): ’ PRELIMINARY, NOT FOR CONSTRUCTION SUBMITTAL100% Page 109 of 823 Page 110 of 823 100% SUBMITTAL SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Tank Farm Road & Orcutt Road Roundabout Specification No. 1000164 <<MONTH 2021>> PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 111 of 823 100% SUBMITTAL Tank Farm Road & Orcutt Road Roundabout Specification No. 1000164 Approval Date: <<date of CM or CAR Report Authorizing Advertisement>> <<Signature Date>> <<Signature Date>> Page 112 of 823 TABLE OF CONTENTS NOTICE TO BIDDERS .................................................................................................... A  BID SUBMISSION ..................................................................................................................................... A  BID DOCUMENTS .................................................................................................................................... B  PROJECT INFORMATION....................................................................................................................... C  QUALIFICATIONS .................................................................................................................................... C  AWARD ..................................................................................................................................................... E  ACCOMMODATION .................................................................................................................................. E  BID FORMS .................................................................................................................... E   BID ITEM LIST FOR TANK FARM ROAD & ORCUTT ROAD ROUNDABOUT, SPECIFICATION NO. 1000164 .................................................................................................................................................... G  LIST OF SUBCONTRACTORS ................................................................................................................. J  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... K  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... K  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. K  LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... K  NON-COLLUSION DECLARATION ......................................................................................................... M  BIDDER ACKNOWLEDGEMENTS .......................................................................................................... N  QUALIFICATIONS .................................................................................................................................... O  ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. P  SPECIAL PROVISIONS .................................................................................................. 1  DIVISION I GENERAL PROVISIONS ....................................................................................................... 1  1 GENERAL ........................................................................................................................................... 1  2 BIDDING ............................................................................................................................................. 2  3 CONTRACT AWARD AND EXECUTION ........................................................................................... 2  4 SCOPE OF WORK ............................................................................................................................. 2  5 CONTROL OF WORK ........................................................................................................................ 2  6 CONTROL OF MATERIALS ............................................................................................................... 2  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 3   9 PAYMENT ........................................................................................................................................... 3  DIVISION II GENERAL CONSTRUCTION ............................................................................................... 3  12 TEMPORARY TRAFFIC CONTROL ................................................................................................ 3  13 WATER POLLUTION CONTROL ..................................................................................................... 4  14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 4  15 EXISTING FACILITIES ..................................................................................................................... 6  16 TEMPORARY FACILITIES ............................................................................................................... 6  DIVISION III EARTHWORK AND LANDSCAPE ....................................................................................... 6  Page 113 of 823 17 GENERAL ......................................................................................................................................... 6  18 DUST PALLIATIVES ........................................................................................................................ 6  19 EARTHWORK ................................................................................................................................... 6  20 LANDSCAPE .................................................................................................................................... 6  21 EROSION CONTROL ....................................................................................................................... 7  22 FINISHING ROADWAY .................................................................................................................... 7  DIVISION IV SUBBASES AND BASES .................................................................................................... 7  26 AGGREGATE BASES ...................................................................................................................... 7  DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 7  37 BITUMINOUS SEALS ....................................................................................................................... 7  39 ASPHALT CONCRETE .................................................................................................................... 7  DIVISION VI STRUCTURES ..................................................................................................................... 8  47 EARTH RETAINING SYSTEMS ....................................................................................................... 8  51 CONCRETE STRUCTURES ............................................................................................................ 8  52 REINFORCEMENT .......................................................................................................................... 8  DIVISION VII DRAINAGE FACILITIES ..................................................................................................... 8  71 EXISTING DRAINAGE FACILITIES ................................................................................................. 8  DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 9  72 SLOPE PROTECTION ..................................................................................................................... 9  73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 9  77 LOCAL INFRASTRUCTURE ............................................................................................................ 9  80 FENCES ........................................................................................................................................... 9  80-15.04 REMOVE FENCES ................................................................................................................ 9  DIVISION IX TRAFFIC CONTROL DEVICES......................................................................................... 10  81 MISCELLANEOUS TRAFFIC CONTROL DEVICES ..................................................................... 10  82 SIGNS AND MARKERS ................................................................................................................. 10  83 RAILINGS AND BARRIERS ........................................................................................................... 10  84 MARKINGS ..................................................................................................................................... 10  DIVISION X ELECTRICAL WORK .......................................................................................................... 10  86 ELECTRICAL SYSTEMS ............................................................................................................... 10  DIVISION XI MATERIALS ....................................................................................................................... 10  90 CONCRETE .................................................................................................................................... 10  DIVISION XIII APPENDICES .................................................................................................................. 10  APPENDIX A - FORM OF AGREEMENT ....................................................................... 0  Page 114 of 823 BID FORMS A NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be mailed to the following address: City of San Luis Obispo Public Works Department, 919 Palm Street, San Luis Obispo, CA 93401, Attn: Jennifer Rice. Bids delivered in person will not be accepted. All mailed bids must be delivered and in possession of the Project Manager by 2:00 PM on MONTH DAY, 2021 at which time bids will be publicly opened and read aloud via Microsoft Teams video conference and conference call. In-person attendance of the bid opening will not be permitted in adherence to social distancing measures. Use the following link: [PLACEHOLDER FOR LINK TO BE GENERATED] Or join by phone with this number: 1 (209) 645-4165 with Conference ID number: [PLACEHOLDER FOR NUMBER TO BE GENERATED] Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on <<Month, Day, Year>> at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Tank Farm Road & Orcutt Road Roundabout, Specification No. 1000164 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. Page 115 of 823 BID FORMS BID FORMS B The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals A printed copy may be obtained at the office of the City Engineer by paying a non- refundable fee of: 1. $85.00 if picked up in person, or 2. $115.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: 919 Palm Street San Luis Obispo, CA 93401 Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents A printed copy may be obtained by paying a non-refundable fee of: 1. $30.00 if picked up in person, or 2. $40.00 if by mailing to the office of the City Engineer Page 116 of 823 BID FORMS BID FORMS C You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Jennifer Rice at (805) 781-7058 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general the project is to construct a four-leg, single-lane roundabout at the intersection of Tank Farm Road and Orcutt Road. Improvements include, but are not limited to, basin construction, culvert modifications, roadway excavation and paving, sidewalk, drainage improvements, lighting, and landscaping. The project estimated construction cost is $2,972,365 Contract time is established as 165 working days. The fixed liquidated damages amount is established at $3,000 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or Page 117 of 823 BID FORMS BID FORMS D subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. 3 of the referenced projects must be for roadway excavation and paving including water and drainage facility improvements. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. Page 118 of 823 BID FORMS BID FORMS E The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications Page 119 of 823 BID FORMS BID FORMS F 8. special provisions for the prices set forth in the bid item list: Page 120 of 823 BID FORMS BID FORMS G BID ITEM LIST FOR TANK FARM ROAD & ORCUTT ROAD ROUNDABOUT, SPECIFICATION NO. 1000164 Item No. SS* Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1 5 Jurisdictional Permits Compliance LS 1 2 8 Progress Schedule (Critial Path Method) LS 1 3 12 Temporary Traffic Control LS 1 4 12 Type III Barricade EA 2 5 12 Channelizer (Surface Mounted) EA 229 6 12 Temporary Traffic Stripe LF 14,157 7 12 Temporary Railing (Type K) LF 2,500 8 12 Alternative Temporary Crash Cushion EA 3 9 12 Construction Area Signs LS 1 10 12 Portable Changeable Message Sign EA 3 11 13 Prepare and Implement Storm Water Pollution Prevention Plan LS 1 12 13 Temporary Erosion Control LS 1 13 14 Pre-Construction Surveys (Bird and Monarch Butterfly) LS 1 14 15 Adjust Gas Valve to Grade (City Std 6040) EA 2 15 15 Adjust Communication Manhole to Grade (City Std 9030) EA 1 16 15 Modify Existing Tank Farm Road Culvert LS 1 17 19 Roadway Excavation (F) CY 5,838 18 19 Basin Excavation CY 5,192 19 19 Structure Backfill (Headwalls) CY 345 20 20 Planting LS 1 21 20 Plant Establishment Work MONTH 3 22 20 Wood Chip Mulch CY 161 23 20 Irrigation LS 1 24 20 Gravel Mulch (1.5" Diameter Gravel) CY 2 25 21 Topsoil Backfill CY 1,300 26 21 Hydroseed SQFT 25,634 27 21 Hydromulch SQFT 30,043 28 21 Imported Biofiltration Soil CY 479 29 21 Erosion Control (Dry Seed) SQFT 4,409 30 21 Rolled Erosion Control Product (blanket) SQFT 8,214 31 21 Compost SQFT 8,214 32 26 Class 3 Aggregate Base CY 427 33 26 Class 2 Aggregate Base CY 3,826 34 37 Slurry Seal (Type II) SQFT 10,123 35 39 Temporary Hot Mix Asphalt (Type A) TON 300 36 39 Hot Mix Asphalt (Type A) TON 2,503 37 39 6" Asphalt Berm (City Std 7120) LF 845 38 51 Structural Concrete - Box Culvert (Orcutt Road Box Culvert Extension) CY 15 39 51 Structural Concrete - Wingwall (Orcutt Road Box Culvert Extension) CY 15 Page 121 of 823 BID FORMS BID FORMS H 40 51 Structural Concrete - Headwall (Orcutt Road Box Culvert Extension) CY 2 41 51 Structural Concrete - Retaining Wall (Orcutt Road Driveway Culvert Modification) CY 62 42 71 Remove Existing Orcutt Road Culvert Headwall CY 8 43 71 Partial Existing Orcutt Road Box Culvert Removal LS 1 44 72 Rock Slope Protection Fabric (Class 8) SQYD 52 45 72 Concreted - Rock Slope Protection (1/4 T, Method B) CY 52 46 73 Remove Concrete Curb LF 187 47 73 Remove Concrete Curb & Gutter LF 719 48 73 Remove Concrete Sidewalk (Full Structural Depth) SQFT 4,764 49 73 Raised Cobblestone Median (City Std 4940) SQFT 561 50 73 Minor Concrete (City Std 4020 Curb) LF 2,847 51 73 Minor Concrete (Caltrans Type D4 Curb) LF 500 52 73 Minor Concrete (Truck Apron Type 2 Curb) LF 300 53 73 Detectable Warning Surface (City Std 4440) SQFT 425 54 73 Minor Concrete (City Std 4030 Curb & Gutter) LF 1,984 55 73 Minor Concrete (Modified City Std 4030 Curb & Gutter) LF 268 56 73 Minor Concrete (Driveway) SQFT 368 57 73 Minor Concrete (Sidewalk) SQFT 14,376 58 73 Minor Concrete (Stamped PCC) SQFT 6,499 59 73 Minor Concrete (Textured Truck Apron / Truck Blister) SQFT 3,112 60 75 Beehive Grate EA 1 61 77 Reset Centerline Monuments EA 6 62 77 Clearing and Grubbing LS 1 63 77 Pavement Repair (Surface Restoration) SQYD 113 64 77 Remove Asphalt Berm LF 850 65 77 8" DIP Main (Recycled Water) LF 771 66 77 Relocate 6" Lateral LF 62 67 77 Remove Recycled Water Hydrant, Tee Connection and Lateral EA 1 68 77 Abandon Lateral and Blowoff (City Std 6050) EA 3 69 77 Adjust Water Meter EA 3 70 77 Adjust Water Valve to Grade EA 10 71 77 Relocate Fire Hydrant (City Std 6310) EA 1 72 77 Recycled Water Hydrant Assembly (City Std 6315) LS 1 73 77 Adjust Sewer Manhole to Grade EA 5 74 77 Abandon Sewer Lateral and Cleanout (City Std 6050) EA 1 75 77 18" HDPE Pipe LF 16 76 77 12" Reinforced Concrete Pipe (Class III) LF 395 77 77 18" Reinforced Concrete Pipe (Class III) LF 241 78 77 12" Concrete Flared End Section EA 1 79 77 18" Concrete Flared End Section EA 1 80 77 4" Perforated Plastic Pipe Underdrain, Cleanouts, and 45 Degree Wyes LS 1 Page 122 of 823 BID FORMS BID FORMS I 81 77 48" Storm Drain Manhole (City Std 3520) EA 3 82 77 Catch Basin (City Std 3355) EA 5 83 77 Catch Basin with Extended Side Opening (City Std 3355 & 3360) EA 2 84 77 Drainage Inlet Marker EA 7 85 77 Utility Area Catch Basin, Medium Duty 24" X 10" EA 1 86 77 Filterra Offline System LS 1 87 80 Remove Wire Fence LF 1,036 88 80 Rail Fence (Basin) LF 188 89 81 Pavement Marker (Retroreflective) EA 167 90 82 Furnish Single Sheet Aluminum Sign (0.063"- Unframed) SQFT 299 91 82 Furnish Single Sheet Aluminum Sign (0.080"- Unframed) SQFT 32 92 82 Furnish Single Sheet Aluminum Sign (0.063"- Framed) SQFT 16 93 82 Roadside Sign - One Post (City Std 7210) EA 33 94 82 Roadside Sign - Two Post (City Std 7210) EA 4 95 82 Install Sign (Strap and Saddle Bracket Method) EA 6 96 82 Object Marker EA 3 97 82 Relocate Roadside Sign-One Post EA 4 98 82 Remove Roadside Sign EA 9 99 82 Reclaimed Water Sign EA 12 100 83 Midwest Guardrail System LF 90 101 83 Flared Terminal System End Treatment EA 2 102 83 Cable Railing LF 60 103 83 Remove Guardrail LF 246 104 84 6" Thermoplastic Traffic Stripe LF 6,849 105 84 8" Thermoplastic Traffic Stripe LF 50 106 84 Thermoplastic Pavement Marking SQFT 1,528 107 87 Lighting System LS 1 108 87 Flashing Beacon System LS 1 Bid Total $ Company Name: SS* Refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. (F) Final Pay Item per Section 9-1.02A Page 123 of 823 BID FORMS BID FORMS J LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. Page 124 of 823 BID FORMS BID FORMS K PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Page 125 of 823 BID FORMS BID FORMS L Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 126 of 823 BID FORMS BID FORMS M NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Page 127 of 823 BID FORMS BID FORMS N BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date Page 128 of 823 BID FORMS BID FORMS O QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include roadway excavation, paving and utility activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include roadway excavation, paving and utility activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include roadway excavation, paving and utility activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Page 129 of 823 BID FORMS BID FORMS P ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) Page 130 of 823 SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 GENERAL: The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. Tank Farm Road & Orcutt Road Roundabout Special Provisions 2. Project Plans 3. City of San Luis Obispo Standard Specifications and Engineering Standards – 2020 edition 4. City of San Luis Obispo Grading Ordinance, Standard Specifications, and Details for Public Works Construction where applicable 5. State of California, Department of Transportation (Caltrans) Standard Specifications and Standard Plans – 2015 edition 6. Standards of the United States Department of Labor, Occupational Safety and Health Administration, Office of Standards and Rules of the State Division of Occupational Health and Safety 7. Recommendations of the Project Geotechnical Engineer as noted in the Project Soils Report 8. The requirements of all permits issued for work by the City of San Luis Obispo In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance Page 131 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 5, 8, 9, 12-15, 19-22, 26, 37, 39, 47, 51, 71-73, 77, 80-84, 86 and 90 for general, material, construction, and payment specifics. 5 CONTROL OF WORK Add to Section 5-1.20B(5) Comply with Local, State and Federal Regulations: Jurisdictional permits that apply to this project are provided in Appendix B in the Appendices to these Special Provisions. Replace Section 5-1.20H RESERVED with: 5-1.20H Payment Payment for complying with the construction provisions of the jurisdictional permits shall be based on the contract lump sum (LS) price paid for “Jurisdictional Permits Compliance”. No additional payment will be made therefor. 6 CONTROL OF MATERIALS 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Replace last paragraph in Section 7-1.02K(3) LAWS, Labor Code – Certified Payroll Records (labor code 1776) with: Furnish the Engineer one Portable Document Format (PDF) file which contains all certified payroll records for the prior month’s work. Redact the PDF file making the employee’s social security number illegible. Failure to submit PDF file with other monthly payroll records is considered an incomplete payroll submission and penalties will be assessed. Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Work hours are restricted to 7:00 a.m. to 4:00 p.m. Monday through Friday during Stage Construction Stage 1, Stage 2, Stage 3 and Stage 5 upon approval of the Engineer. Off peak hours are restricted to 9:00 a.m. to 4:00 p.m. and night work only hours are restricted to 6:00 p.m. to 5:00 a.m. Monday through Friday during Stage Construction Page 132 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Stage 4 upon approval of the Engineer. If night work, the Contractor will need to obtain a night work permit from the City Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. 8 PROSECUTION AND PROGRESS Replace the first paragraph in Section 8-1.02B SCHEDULE, General with: This project will require a Level 2 Critical Path Method Schedule. Add to the end of Section 8-1.02B (4) Payment: Payment for preparing and submitting baseline, monthly updated, and final updated progress schedules shall be based on the contract lump sum (LS) price paid for “Progress Schedule (Critical Path Method)”. No additional payment will be made therefor. 9 PAYMENT Add to Section 9-1.03 Payment Scope: Unless otherwise specified, payment for items of work identified in the Bid Item List shall be as specified in the City of San Luis Obispo Standard Specifications, Caltrans 2015 Standard Specifications, as identified on the Plans and in the project Special Provisions, and as directed by the Engineer. The contract unit prices paid for each bid item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete all of the work and no additional payment will be made therefor. DIVISION II GENERAL CONSTRUCTION 12 TEMPORARY TRAFFIC CONTROL Add to the end of Section 12-1.04 PAYMENT: Unless otherwise specified on the Bid Item List, payment for furnishing, installing and maintaining temporary traffic control elements is included in the contract lump sum (LS) price paid for “Temporary Traffic Control” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work Page 133 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 4 in accordance with the Plans, Special Provisions and Specifications, and as directed by the Engineer. No additional payment will be made therefor. 13 WATER POLLUTION CONTROL Replace Section 13-3.01, STORM WATER POLLUTION PREVENTION PLAN with: The project’s area of disturbance will be greater than one acre. Within 10 days of Contract approval, submit 3 copies of your Storm Water Pollution Plan (SWPPP) for review. The Engineer provides comments and specifies the date when the review stopped if revisions are required. Change and resubmit a revised SWPPP within 5 days of receiving the Engineer’s comments. The City’s review resumes when a complete SWPPP has been resubmitted. When the Engineer authorizes the SWPPP, submit an electronic copy and 4 printed copies of the authorized SWPPP. Within 5 days after the Engineer receives the authorized SWPPP, the City will electronically file a Notice of Intent on the RWQCB Storm Water Multiple Application and Reporting Tracking System (SMARTS) website and will pay the associated fee for the submittal. From the date the Notice of Intent is submitted to the RWQCB, it may take up to 30 days for the RWQCB to issue a WDID number. Do not begin work until a WDID number has been issued. If the RWQCB requires review of the authorized SWPPP, the Engineer submits the authorized SWPPP to the RWQCB for its review and comment. If the Engineer requests changes to the SWPPP based on the RWQCB’s comments, amend the SWPPP within 5 days. 14 ENVIRONMENTAL STEWARDSHIP Replace Section 14-12.04 RESERVED with: 14-12.04 ORCUTT AREA SPECIFIC PLAN (SPECIFIC PLAN) REQUIREMENTS 14-12.04A Construction Requirements Development under the Specific Plan shall abide by the requirements of the City Arborist for construction. Requirements shall include but not be limited to: the protection of trees with construction setbacks from trees; construction fencing around trees; grading limits around the base of trees as required. 14-12.04B Air Quality Requirements 14-12.04B(1) General Specific Plan applicants shall be required to ensure that all construction equipment and portable engines are properly maintained and tuned according to manufacturer's specifications. Page 134 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 Specific Plan applicants shall be required to ensure that off-road and portable diesel powered equipment, including but not limited to bulldozers, graders, cranes, loaders, scrapers, backhoes, generator sets, compressors, auxiliary power units, shall be fueled exclusively with CARB motor vehicle diesel fuel ( non-taxed off-road diesel is acceptable). Specific Plan applicants shall be required to install a diesel oxidation catalyst on each of the two pieces of equipment projected to generate the greatest emissions. 14-12.04B(2) Dust Control The following measures shall be implemented to reduce PM10 emissions during all Specific Plan construction: 1. Reduce the amount of the disturbed area where possible. 2. Use water trucks or sprinkler systems in sufficient quantities to prevent airborne dust from leaving the site. Water shall be applied as soon as possible whenever wind speeds exceed 15 miles per hour. Reclaimed (nonpotable) water should be used whenever possible. 3. All dirt- stock -pile areas shall be sprayed daily as needed. 4. Permanent dust control measures shall be identified in the approved Specific Plan revegetation and landscape plans and implemented as soon as possible following completion of any soil disturbing activities. 5. Exposed ground areas that are planned to be reworked at dates greater than one month after initial grading shall be sown with a fast - germinating native grass seed and watered until vegetation is established. 6. All disturbed soil areas not subject to revegetation shall be stabilized using approved chemical soil binders, jute netting, or other methods approved in advance by the APCD. 7. All roadways, driveways, sidewalks, etc., to be paved shall be completed as soon as possible. In addition, building pads shall be laid as soon as possible after grading unless seeding or soil binders are used. 8. Vehicle speed for all construction vehicles shall not exceed 15 mph on any unpaved surface at the construction site. 9. All trucks hauling dirt, sand, soil or other loose materials shall be covered or shall maintain at least two feet of freeboard (minimum vertical distance between top of load and top of trailer) in accordance with CVC Section 23114. 10. Install wheel washers where vehicles enter and exit unpaved roads onto streets, or wash off trucks and equipment leaving the site. 11. Sweep streets at the end of each day if visible soil material is carried onto adjacent paved roads. Water sweepers with reclaimed water shall be used where feasible. 14-12.04B(3) Cover Stockpiled Soils If importation, exportation, or stockpiling of fill material is involved, soil stockpiled for more than two days shall be covered, kept moist, or treated with soil binders to prevent dust generation. Trucks transporting material shall be tarped from the point of origin. Page 135 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 6 14-12.04B(4) Dust Control Monitor On all projects with an area of disturbance greater than 1 acre, the contractor or builder shall designate a person or persons to monitor the dust control program and to order increased watering as necessary to prevent transport of dust off site. Their duties shall include holiday and weekend periods when work may not be in progress. 14-12.04D Payment Full compensation for compliance with Specific Plan Requirements is included in the payment for other bid items unless a bid item of work is shown on the bid list item. 15 EXISTING FACILITIES DIVISION III EARTHWORK AND LANDSCAPE 19 EARTHWORK Add to Section 19-2.03A General: Subgrade excavations over existing gas facilities must be undertaken with extra caution. No heavy equipment shall be used for excavation within 2 feet from centerline of gas facilities. All excavation within two feet of gas facilities must use hand tools only unless otherwise allowed by the Engineer and utility owner. Add to Section 19-5.03A General: Compaction of subgrade within 2 feet from centerline of existing gas facilities must use vibratory plate compaction equipment unless otherwise allowed by the Engineer and utility owner. 20 LANDSCAPE Add to Section 20-2.01D Payment: Payment for furnishing and installing irrigation system shall be at the lump sum (LS) price paid for “Irrigation” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications section 20.2, and as directed by the Engineer. No additional payment will be made therefor. Replace Section 20-3.02D PAYMENT with: Payment for furnishing and installing plants shall be at the lump sum (LS) price paid for “Planting” and shall include full compensation for furnishing all labor, materials, amend, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications section 20-3, and as directed by the Engineer. No additional payment will be made therefor. Page 136 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 7 Replace Section 20-5.03C(4) PAYMENT with: The payment quantity for gravel mulch is the volume measured in the vehicle at the point of delivery. 21 EROSION CONTROL 22 FINISHING ROADWAY Replace “Not Used” in Section 22-1.04 PAYMENT with: Payment for finishing roadway is included in the various items of work involved and no separate payment will be made. DIVISION IV SUBBASES AND BASES 26 AGGREGATE BASES DIVISION V SURFACINGS AND PAVEMENTS 37 BITUMINOUS SEALS Add to the end of Section 37-3.04 PAYMENT: Payment for furnishing and applying slurry seal (Type II) shall be at the contract unit price paid per square foot. 39 ASPHALT CONCRETE Add to Section 39-1.10 Spreading and Compacting Equipment: When placed directly on subgrade, the first lift of HMA within 2 feet from centerline of existing gas facilities must be compacted utilizing a plate compactor or other equivalent lightweight equipment as approved by the Engineer and utility owner. Replace Section 39-2.01C(9) Miscellaneous Areas and Dikes with: 39-2.01C(9) Miscellaneous Areas, Dikes and Asphalt Berms Replace first paragraph in Section 39-2.01C(9) Miscellaneous Areas and Dikes with: Prepare the area to receive HMA for miscellaneous areas, dikes, and asphalt berms including excavation and backfill as needed. Replace "Not Used" in Section 39-2.02D Payment with: The City does not adjust payment of HMA due to crude oil price index fluctuations. Payment for tack coat, asphalt binder and asphaltic emulsion is included in the payment for type of HMA involved and no separate payment will be made. Page 137 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 8 DIVISION VI STRUCTURES 47 EARTH RETAINING SYSTEMS Replace the sixth paragraph in Section 47-2.02A MATERIAL, General with: Rock for rock slope protection at drainpipe outlets must be small-rock slope protection and must comply with the gradation specified for 7-inch-thick layer in section 72-4.02. 51 CONCRETE STRUCTURES Add to List in 1st Paragraph, Section 51-1.04 PAYMENT: 5. Box Culvert (Orcutt Road Box Culvert Extension) 6. Wingwall (Orcutt Road Box Culvert Extension) 7. Headwall (Orcutt Road Box Culvert Extension) 8. Retaining Wall (Orcutt Road Driveway Modification) Replace Section 51-2.02A(4) Payment with: Payment for furnishing and installing joint sealant identified on the Plans is included in the payment for “Minor Concrete (Textured Truck Apron/Truck Blister)” and no separate payment will be made. 52 REINFORCEMENT Add to Section 52-1.04 PAYMENT: Payment for furnishing bar reinforcing streel identified on the Plans is included in the payment for the various bid items and no separate payment will be made. DIVISION VII DRAINAGE FACILITIES 71 EXISTING DRAINAGE FACILITIES Replaced “Not Used” in Section 71-1.04 PAYMENT with: Payment for removing the existing Orcutt Road culvert headwall shall be at the contract unit price per cubic yard (CY) paid for “Remove Existing Orcutt Road Culvert Headwall” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications, and as directed by the Engineer. No additional payment will be made therefor. Payment for partial removal of the existing Orcutt Road box culvert shall be at the contract lump sum (LS) price paid for “Partial Orcutt Road Box Culvert Removal” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications, and as directed by the Engineer. No additional payment will be made therefor. Page 138 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 9 DIVISION VIII MISCELLANEOUS CONSTRUCTION 72 SLOPE PROTECTION 73 CONCRETE CURBS AND SIDEWALKS Add between the first and second paragraphs in Section 73-1.01 GENERAL: Removal of concrete includes the removal of detectable warning surfaces. Replace the first sentence in paragraph 6 in Section 73-1.04 PAYMENT with: Detectable warning surface is paid for as a separate bid item. 77 LOCAL INFRASTRUCTURE Add to the end of Section 77-4.04 PAYMENT: Payment for furnishing and installing Filterra Offline drainage systems shall be at the contract lump sum (LS) price paid for “Filterra Offline System” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications, and as directed by the Engineer. No additional payment will be made therefor. 80 FENCES Replace Section 80-15.04 RESERVED with: 80-15.04 REMOVE FENCES 80-15.03A General Section 80-15.04 includes specifications for removing fences. 80-15.03B Materials Not Used 80-15.03C Construction Not Used 80-15.04D Payment Payment for removing existing wire fence shall be at the contract unit price per linear foot (LF) paid for “Remove Wire Fence” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications, and as directed by the Engineer. No additional payment will be made therefor. Page 139 of 823 SPECIAL PROVISIONS SPECIAL PROVISIONS 10 DIVISION IX TRAFFIC CONTROL DEVICES 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES 82 SIGNS AND MARKERS Add to the end of Section 82-3.04 PAYMENT: Payment for furnishing sign panel is not included in the payment for roadside signs - one post. Sign post and sleeve shall be per City Std 7210. Payment for furnishing sign panel is not included in the payment for roadside signs - two post. Sign post and sleeve shall be per City Std 7210. 83 RAILINGS AND BARRIERS Replace the first paragraph in Section 83-2.02D PAYMENT with: The payment quantity for Midwest guardrail systems is the length measured along the face of the element from end post to end post of the completed railing and includes buried post anchors. The point of measurement at the end post is the center of the bolt attaching the rail element to the end post. The payment quantity for flared terminal system end treatment is based on each terminal system end treatment required. 84 MARKINGS DIVISION X ELECTRICAL WORK 86 ELECTRICAL SYSTEMS DIVISION XI MATERIALS 90 CONCRETE DIVISION XIII APPENDICES Appendix A – Form of Agreement Appendix B – Jurisdictional Permits Joint seal material specifications not found or referenced. Appendix C - PG&E Construction Exhibit Page 140 of 823 APPENDIX APPENDIX 0 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on _____________, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. Page 141 of 823 APPENDIX APPENDIX 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In Page 142 of 823 APPENDIX APPENDIX 2 instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ Page 143 of 823 APPENDIX APPENDIX 3 APPENDIX B – JURISDICTIONAL PERMITS Page 144 of 823 DRAFTS2460LGL003.docx Page 1 of May 19, 2021 Recording Requested by and when recorded, return to: City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 IRREVOCABLE & PERPETUAL OFFER TO DEDICATE STREET RIGHT OF WAY (CORNER OF ORCUTT ROAD AND TANK FARM ROAD) APN 004-706-024 FOR A VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, Barbara Parsons Trust, as OFFEROR, hereby OFFERS to the City of San Luis Obispo, a Municipal Corporation and charter City, as OFFEREE, an irrevocable easement for public street and utilities purposes upon, over, under and across a portion of certain property described as OPEN SPACE & CONSERVATION EASEMENT PER DOCUMENT 2012-018090 in the Office of the County Recorder, City of San Luis Obispo, County of San Luis Obispo, State of California. Said irrevocable easement offer is described as follows: See Exhibit A, attached hereto, for legal description and Exhibit B, attached hereto, for graphical depiction. Page 145 of 823 DRAFTS2460LGL003.docx Page 2 of May 19, 2021   IN WITNESS WHEREOF, OFFEROR has hereunto caused its/their name(s) to be subscribed this ___________ day of _____________________, 20___. OFFEROR: Owner: Barbara Parsons Trust under agreement dated January 28, 2000. By: __________________________________ Print Name: Barbara Parsons, Trustee By: __________________________________ Jeanne Helphenstine The Gary E. Esajian and Elene P. Esajian Family Trust Under Declaration of Trust dated June 29, 2006 By: ________________________________ Gary E. Esajian, Co-Trustee By: _________________________________ Elene P. Esajian, Co-Trustee OFFEREE: THE CITY OF SAN LUIS OBISPO, a public agency corporate and politic NO SIGNATURE REQUIRED FOR CITY Page 146 of 823 DRAFTS2460LGL003.docx Page 3 of May 19, 2021     (Attach Notary Certificate) (Attach Beneficiary Subordination) Page 147 of 823 DRAFTS2460LGL003.docx Page 4 of May 19, 2021   CONSENT OF BENEFICIARY TO SUBORDINATE   _____________________________________ is a Beneficiary under that certain Deed of Trust(s) dated _____________________, executed by _________________________________, Trustor, and recorded _________________________________ as Instrument Number(s) ___________________________ of Official Records in the Office of the County Recorder, County of San Luis Obispo, State of California. The Deed of Trust(s) encumber(s) the real property described in the attached offer. As the Beneficiary of said Deed of Trust(s), the undersigned hereby consents (a) to the execution and recordation of the attached Irrevocable & Perpetual Offer to Dedicate Street Right of Way, (b) to the execution and recordation of an easement to the City of San Luis Obispo, if the offer is accepted by the City, and (c) to subordinate the undersigned’s interest in the real property to the Irrevocable & Perpetual Offer to Dedicate Street Right of Way, and the easement.       Date: _____________ ______________________________________ Beneficiary Date: _____________ ______________________________________ Beneficiary       [Signatures of Beneficiaries must be notarized.]    Page 148 of 823 DRAFTS2460LGL003.docx Page 1 of 2 May 19, 2021 EXHIBIT “A” RIGHT OF WAY All that certain real property situate in the City of San Luis Obispo, County of San Luis Obispo, State of California, located in the Southwest one-quarter of Section 6, Township 31 South, Range 13 East, M.D.B. & M., described as follows: BEGINNING at a rebar and cap shown as set per record of survey filed September 29, 1998 in Book 77 of Licensed Surveys at Page 43, San Luis Obispo County Records at the intersection of the northerly line of Tank Farm Road and the southwesterly line of Orcutt Road; thence from said POINT OF BEGINNING along said northerly line North 89°22’42” West, 161.49 feet; thence leaving said northerly line North 65°31’50” East, 47.05 feet; thence northeasterly, along a tangent curve concave northwesterly having a radius of 44.00 feet, through a central angle of 77°56'48", an arc distance of 59.86 feet; thence North 12°24’58” West, 58.58 feet; thence North 73°46’55” East, 2.72 feet; thence North 16°13’05” West, 1.66 feet; thence North 29°09’04” West, 6.40 feet; thence North 77°07’25” West, 10.15 feet; thence South 12°52’35” West, 11.65 feet; thence North 75°47’16” West, 14.00 feet; thence North 13°19’45” East, 30.11 feet; thence South 69°19’10” East, 2.93 feet; thence North 56°12’10” East, 1.05 feet; thence North 36°16’51” West, 95.05 feet; thence northwesterly, along a tangent curve concave northeasterly having a radius of 1026.13 feet, through a central angle of 0°36'55", an arc distance of 11.02 feet; thence non-tangent to last mentioned curve South 60°16’37” West, 23.70 feet to a point Page 149 of 823 DRAFTS2460LGL003.docx Page 2 of 2 May 19, 2021 that bears South 23°20’31” East, 9.59 feet from an angle point in the northwesterly line of Lot 170 as shown on the map of Tract 3063-Phase 1, filed April 9, 2018 in Book 37 of Maps at Pages 59 through 71, San Luis Obispo County Records; thence North 23°20’31” West, 9.59 feet to said angle point; thence along the northwesterly line of said Lot 170 the following three (3) courses; thence North 23°20’31” West, 161.50 feet; thence North 31°16’47” West, 239.70 feet; thence North 1°29’54” West, 20.00 feet to said southwesterly line of Orcutt Road; thence along said southwesterly line South 32°59’11” East 732.98 feet to the TRUE POINT OF BEGINNING; Containing 20,258 square feet or 0.47 acres more or less. The basis of bearings for this legal description is identical to that of the map of Tract 3063- Phase 1, filed April 9, 2018 in Book 37 of Maps at Pages 59 through 71, San Luis Obispo County Records. 5-19-21 Brian R. Howard PLS 7250 Date Page 150 of 823 DRAFTPage 151 of 823 DRAFTPage 152 of 823 DRAFTS2460LGL004.docx Page 1 of 2 May 19, 2021   Recording Requested by and when recorded, return to: City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 DRAINAGE EASEMENT AGREEMENT (FOR MAINTENANCE) APN 004-706-024 FOR A VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, Barbara Parsons Trust, as GRANTOR, hereby GRANTS to the City of San Luis Obispo, a Municipal Corporation and charter City, as GRANTEE, an irrevocable easement for drainage and maintenance purposes upon, over, under and across a portion of certain property described as OPEN SPACE & CONSERVATION EASEMENT PER DOCUMENT 2012-018090 in the Office of the County Recorder, City of San Luis Obispo, County of San Luis Obispo, State of California. Said irrevocable easement offer is described as follows: See Exhibit A, attached hereto, for legal description and Exhibit B, attached hereto, for graphical depiction. Page 153 of 823 DRAFTS2460LGL004.docx Page 2 of 2 May 19, 2021   This Drainage Easement Agreement (“Agreement”), dated for reference purposes as of ____________, 2021, is hereby made by and between Barbara Parsons Trust (“Grantor”) and THE CITY OF SAN LUIS OBISPO, a public agency corporate and politic (“Grantee”). Recitals WHEREAS, Grantor is the owner of certain real property located in the City of San Luis Obispo, County of San Luis Obispo, State of California, described as OPEN SPACE AND AGRICULTUAL CONSERVATION EASEMENT (Doc. 2012018090). WHEREAS, Grantor and Grantee enter into this Agreement for the purpose of Grantee’s receiving an easement for the purposes described below in this Agreement in that portion of OPEN SPACE AND AGRICULTUAL CONSERVATION EASEMENT (Doc. 2012018090) described in Exhibit A attached hereto (“Drainage Easement”). The Easement Area is graphically depicted in Exhibit B attached hereto. NOW, THEREFORE, with regard to the foregoing Recitals and for good and sufficient consideration, the adequacy of which is acknowledged, Grantor and Grantee agree as follows: 1. Grant of Easement. Grantor hereby grants a nonexclusive easement to Grantee “THE CITY OF SAN LUIS OBISPO” to use the Easement Area for maintenance purposes as described herein. The easement granted herein consists of the following rights: (a) a right to maintain and repair the Easement Area in order to allow surface water drainage from private property, open space property, and public roadway to flow across the Easement Area; and (b) a right of access across property lines for the purpose of maintaining, inspecting and/or repairing the Easement Area. 2. Restrictions on Grantor’s Use of Easement Area. Grantor shall not: (a) cause or allow any obstructions, improvements, planting or other material to be placed within the Easement Area that would interfere with Grantee’s use thereof for drainage purposes or otherwise alter the direction of surface water flow through the Easement Area; (b) cause or allow a change in the slope of the surface of the ground within the Easement Area in a manner that would interfere with Grantee’s use thereof for drainage purposes or otherwise alter the direction of surface water flow through the Easement Area; or (c) cause or allow any other activity to take place that would interfere with Grantee’s use of the Easement Area for drainage purposes or otherwise alter the direction of surface water flow through the Easement Area. 3. Entire Agreement. This instrument contains the entire agreement between the parties relating to the rights herein granted and the obligations herein assumed. 4. Attorneys' Fees. In the event of any controversy, claim or dispute relating to or arising out of this Agreement or breach thereof, the prevailing party in any civil action shall be entitled to recover its reasonable expenses, including attorneys' fees and costs. Page 154 of 823 DRAFTS2460LGL004.docx Page 3 of 2 May 19, 2021   5. Covenants Running with the Land. The easement and covenants herein contained shall be equitable servitudes and covenants running with the land in perpetuity. 6. Successors and Assigns. All of the provisions, agreements, rights, powers, covenants and obligations contained in this Agreement shall be binding upon and shall inure to the benefit of the parties hereto, their respective heirs, successors, assigns, devisees, administrators, representatives, lessees and all other persons acquiring any interest in the property described by which this easement is created, whether by operation of law or any manner whatsoever. 7. Amendment or Termination. This Agreement may only be amended or terminated by an agreement in writing signed by all parties to this Agreement, or their successors in interest, and recorded in the Official Records of San Luis Obispo County, California. Any amendment or termination of this Agreement must also be approved in writing by the City of San Luis Obispo in order to be effective. 8. Recitals and Exhibits. The foregoing recitals and all exhibits attached hereto are hereby incorporated by reference into this Agreement as though they were fully set forth herein. 9. Authority. The undersigned, by their signatures below, represent and warrant that they are duly authorized to execute this Agreement. 10. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, and all taken together, shall constitute one and the same instrument. Page 155 of 823 DRAFTS2460LGL004.docx Page 4 of 2 May 19, 2021   IN WITNESS WHEREOF, Grantor and Grantee have executed this Drainage Easement Agreement effective as of the date first written above. GRANTOR: GRANTEE: Owner: Barbara Parsons Trust under agreement dated January 28, 2000. THE CITY OF SAN LUIS OBISPO, a public agency corporate and politic By: __________________________________ By: ___________________________________ Print Name: Barbara Parsons, Trustee Print Name: ___________________________ By: __________________________________ Jeanne Helphenstine The Gary E. Esajian and Elene P. Esajian Family Trust Under Declaration of Trust dated June 29, 2006 By: ________________________________ Gary E. Esajian, Co-Trustee By: _________________________________ Elene P. Esajian, Co-Trustee Page 156 of 823 DRAFTS2460LGL004.docx Page 1 of 2 May 19, 2021 EXHIBIT “A” DRAINAGE EASEMENT All that certain real property situate in the City of San Luis Obispo, County of San Luis Obispo, State of California, located in the Southwest one-quarter of Section 6, Township 31 South, Range 13 East, M.D.B. & M., described as follows: COMMENCING at a rebar and cap shown as set per record of survey filed September 29, 1998 in Book 77 of Licensed Surveys at Page 43, San Luis Obispo County Records at the intersection of the northerly line of Tank Farm Road and the southwesterly line of Orcutt Road; thence from said POINT OF COMMENCEMENT along said northerly line North 89°22’42” West, 161.49 feet to the TRUE POINT OF BEGINNING; thence from said TRUE POINT OF BEGINNING leaving said northerly line North 65°31’50” East, 47.05 feet; thence northeasterly, along a tangent curve concave northwesterly having a radius of 44.00 feet, through a central angle of 77°56'48", an arc distance of 59.86 feet; thence North 12°24’58” West, 58.58 feet; thence North 73°46’55” East, 2.72 feet; thence North 16°13’05” West, 1.66 feet; thence North 29°09’04” West, 6.40 feet; thence North 77°07’25” West, 10.15 feet; thence South 12°52’35” West, 11.65 feet; thence North 75°47’16” West, 22.44 feet; thence southwesterly, along a tangent curve concave southeasterly having a radius of 44.56 feet, through a central angle of 106°32'40", an arc distance of 82.87 feet to a reverse curve; thence southwesterly, along said reverse curve concave northwesterly having a radius of 25.00 feet, through a central angle of 34°01'34", an arc distance of 14.85 feet to a reverse curve; thence southwesterly, along said reverse curve concave southeasterly having a radius of 204.05 feet, through a central angle of 21°23'02", an arc distance of 76.16 feet to the northerly line of said Tank Farm Road; Page 157 of 823 DRAFTS2460LGL004.docx Page 2 of 2 May 19, 2021 thence along said northerly line South 89°22’42” East, 66.56 feet to the TRUE POINT OF BEGINNING. Containing 12,986 square feet or 0.30 acres more or less. The basis of bearings for this legal description is identical to that of the map of Tract 3063- Phase 1, filed April 9, 2018 in Book 37 of Maps at Pages 59 through 71, San Luis Obispo County Records. 5-19-21 Brian R. Howard PLS 7250 Date Page 158 of 823 DRAFTPage 159 of 823 DRAFTPage 160 of 823 Project Vicinity Map Page 161 of 823 Construction Detour  Closure of Tank Farm Through Traffic  70 days        LEGEND   Project Location    Road Closure  Primary Detour  Route  Secondary  Detour Route  Page 162 of 823 Construction Detour  Closure of Orcutt Through Traffic  40 days    LEGEND   Project Location    Road Closure   Detour Route  Page 163 of 823 Page 164 of 823 Department Name: Public Works Cost Center: 5010 For Agenda of: October 20, 2020 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Luke Schwartz, Transportation Manager SUBJECT: CONSIDERATION OF A REGIONAL SURFACE TRANSPORTATION RSTP) EXCHANGE / SURFACE TRANSPORTATION BLOCK GRANT STBG) COOPERATIVE AGREEMENT WITH THE SAN LUIS OBISPO COUNCIL OF GOVERNMENTS (SLOCOG) RECOMMENDATION 1. Adopt a Resolution authorizing the City Manager to execute the SLOCOG RSTP Exchange / STBG Cooperative Agreement No. SLO-FAST-01; and 2. Approve the priority of projects proposed for use of discretionary Urban State Highway Account (USHA), funding allocations (Table 1); and 3. Authorize the Assistant City Manager or their designee to prepare and submit future grant applications for projects eligible for competitive grants administered by SLOCOG; and 4. Authorize the Assistant City Manager or their designee to execute SLOCOG grant reimbursement requests and other related grant documents on behalf of the City; and 5. Authorize the Finance Director to augment the budget and appropriate grant funds and approve budget amendments on a project-by-project basis to appropriate Regional State Highway Account (RSHA), Urban State Highway Account (USHA), and Saf e Route to Schools (SRTS) grant funds administered by SLOCOG. DISCUSSION Background As the Metropolitan Planning Organization and Regional Transportation Planning Agency for the San Luis Obispo County region, the San Luis Obispo Council of Governments (SLOCOG) handles a variety of responsibilities, including administering funding from State, federal, and regional sources to local agencies. The Surface Transportation Block Grant (STBG) Program, a Federal-aid funding program, provides flexible funding that may be used by states and localities for transportation projects; however, use of federal funds can often prove challenging for local entities, as use these funds often requires non-federal match requirements, burdensome administrative obligations, and additional environmental analysis for compliance with the National Environmental Policy Act (NEPA). Item 4 Packet Page 7Page 165 of 823 For this reason, the State of California established the Regional Surface Transportation Program RSTP), which allows agencies such as SLOCOG to exchange its apportionment of federal STBG program funds for non-federal RSTP exchange funds, thereby eliminating many of the burdensome obligations associated with use of federal funds. SLOCOG distributes RSTP funds to the local jurisdictions within the San Luis Obispo County region both on a competitive basis, in the form of Regional State Highway Account (RSHA) and Safe Route to School (SRTS) grant funds, and as “local choice apportionments” in the form of Urban State Highway Account (USHA) funds, which are distributed on a fair-share basis to each locality within the County based on population. From FY2013-14 through FY2020-21, SLOCOG has programmed up to $2.4 million in STBG/RSTP grant funds to be used for eligible transportation projects within the City of San Luis Obispo. To date, approximately $400,000 has been reimbursed or is reflected in in-progress reimbursement requests to SLOCOG, leaving an available balance of approximately $2.0 million for eligible City projects. In order for local agencies to request reimbursement for work performed on eligible STBG/RSTP funded projects, a Cooperative Agreement must be executed between the local agency and SLOCOG. A Cooperative Agreement is a general agreement regarding the responsibilities of each agency in relation to administration of these funds. While the City of San Luis Obispo has been successfully receiving reimbursements for eligible grant -funded work through an existing Cooperative Agreement with SLOCOG from 2009, SLOCOG has requested that the City enter into an updated Cooperative Agreement in order to continue to receive reimbursement for work performed on eligible projects. The updated Cooperative Agreement identifies the current USHA/RSHA funding allocations, current instructions and standardized forms for reimbursement requests. For this reason, staff recommends that the Council adopt a Resolution (Attachment A) authorizing the City manager to execute the SLOCOG RSTP Exchange/STBG Cooperative Agreement No. SLO-FAST-01 (Attachment B). Projects Identified for Use of STBG/RSTP Grant Funds Table 1 below summarizes the capital improvement projects proposed for use of STBG/SRTS grant funds. RSHA and SRTS grant funds are allocated to specific projects based on a competitive process involving SLOCOG Board approval—the City does not have discretionary authority to use these funds for other projects without explicit approval by SLOCOG. USHA grant funds are administered by SLOCOG as “local choice” apportionments, where the City has more discretionary flexibility to allocate funds to projects of the City’s choosing, as long as these projects provide operational and/or safety improvements along eligible Federal-aid Urban System (FAUS) routes. Item 4 Packet Page 8Page 166 of 823 Table 1 – Projects Recommended for Use of STBG/RSTP Grant Funds Funding Source Project Name Programmed thru FY2020-21 Available Balance thru FY2020-21 RSHA Railroad Safety Trail (Taft to Pepper Segment) 300,000 $300,000** RSHA Signal & Intersection Improvements Citywide – Orcutt/Tank Farm Roundabout 370,000 $370,000 Subtotal RSHA $670,000 $670,000 USHA Previous Completed Projects $295,330 $0* USHA Broad/Woodbridge Pedestrian Hybrid Beacon 140,000 $140,000** USHA Orcutt/Tank Farm Roundabout $994,670 $994,670 Subtotal USHA $1,430,000 $1,134,670 SRTS Cycle 2 Ramona to Foothill SRTS Path HAWK (Anholm Phase 1A) 100,000 $0* SRTS Cycle 3 Anholm Neighborhood Greenway Phase 1B 200,000 $200,000 Subtotal SR $300,000 $200,000 TOTAL ALL FUNDING SOURCES $2,400,000 $2,004,670 Funds have already been reimbursed, or reimbursement request has been approved by SLOCOG and is in process under previous 2009 Cooperative Agreement. Funds already reflected in the City’s currently adopted FY2019-21 Financial Plan and/or FY2020-21 Supplemental Budget As shown in the table above, the proposed funding allocation would apply $1.36 million in new funding (RSHA and USHA funds) to the Orcutt Road/Tank Farm Road Roundabout Project, which is planned for construction in spring of 2021. This would allow for the deprogramming of an equivalent amount of local funds currently allocated to this project. Staff would seek separate approval by Council for future projects from that deprogramming. Policy Context The recommended actions are consistent with the City of San Luis Obispo’s Financial Management Manual, Section 740 – Grant Management Policy. The policy states that the Council will approve grant applications in excess of $5,000 and delegates receipt and contract execution authority to the City Manager. The competitive grants administered via the SLOCOG Cooperative Agreement—projects funded through RSHA funds and SLOCOG SRTS grant funds as shown in Table 1 above—have already been solicited and awarded to the City. Public Engagement This item is on the Council Agenda for the October 20, 2020 meeting and will follow all required postings and notifications. The public may have an opportunity to comment on this item at or before the meeting. Item 4 Packet Page 9Page 167 of 823 CONCURRENCE The Director of the Finance Department concurs with the staff recommendation. ENVIRONMENTAL REVIEW The California Environmental Quality Act (CEQA) does not apply to the recommended action in this report because the action does not constitute a “Project” under CEQA Guidelines Section 15378. The individual projects funded with grant funds administered under the Cooperative Agreement will include the necessary environmental reviews and studies prior to implementation. FISCAL IMPACT Budgeted: No Budget Year: 2020-21 Funding Identified: Yes Fiscal Analysis: Funding Sources Current FY Cost Annualized On-going Cost Total Project Cost General Fund State STBG/RSTP – RSHA Grant Funds 670,000 $670,000 State STBG/RSTP – USHA Grant Funds 1,134,670 $1,134,670 State STBG/RSTP – SLOCOG SRTS Grant Funds 200,000 $200,000 Federal Fees Other: Total $2,004,670 $2,004,670 There is no direct fiscal impact associated with executing the Cooperative Agreement itself. Of the $2,004,670 in available STBG/RSTP grant funds programmed for the City of San Luis Obispo, $300,000 in RSHA funds have already been allocated to the Railroad Safety Trail (Taft to Pepper) project and $140,000 in USHA funds have already allocated to the Broad/Woodbridge Pedestrian Hybrid Beacon project in the current FY2019-21 Financial Plan and FY2020-21 Supplemental Budget. The remaining available balance of $1,564,670 in STBG/RSTP grant funds has yet to be appropriated by the City to individual projects and would represent new funding not included in the FY2019-21 budget. As grant funds are appropriated to individual projects (per Table 1), this will allow for the de-programming of equivalent local funds (General Fund, Local Revenue Measure, Transportation Impact Fee) currently committed to these projects. Item 4 Packet Page 10Page 168 of 823 ALTERNATIVES Do not authorize execution of the Cooperative Agreement. This is not recommended as this action allows for the use of alternative funding (non-local) to further leverage existing local funds. Attachments: a - Draft Resolution b - Exhibit 1 to Resolution - Draft FAST Cooperative Agreement Item 4 Packet Page 11Page 169 of 823 RESOLUTION NO. _____ (2020 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING THE CITY MANAGER TO EXECUTE THE SAN LUIS OBISPO COUNCIL OF GOVERNMENTS REGIONAL SURFACE TRANSPORTATION EXCHANGE / SURFACE TRANSPORTATION BLOCK GRANT COOPERATIVE AGREEMENT NO. SLO-FAST-01 WHEREAS, the City and the San Luis Obispo Council of Governments (SLOCOG) are authorized, pursuant to requirements of Fixing America’s Surface Transportation Act (FAST Act) 1109(a), to enter into a Cooperative Agreement for any transportation purpose within the City; and WHEREAS, the SLOCOG Board approved allocation of urban and regional Surface Transportation Block Grant (STBG) Program funds for projects within the City of San Luis Obispo; and WHEREAS, SLOCOG intends to exchange its apportionment of Federal Surface Transportation Block Grant (STBG) funds for Regional Surface Transportation Exchange (RSTP Exchange) funds for the projects within the City, therefore eliminating the non -federal match and compliance with the National Environmental Policy Act (NEPA). WHEREAS, CEQA Guidelines Section 15064.7(b) allows lead agencies to adopt thresholds of significance for the lead agency’s general use in its environmental review process. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. The Council hereby authorizes the City Manager to execute the San Luis Obispo Council of Governments RSTP Exchange/STBG Cooperative Agreement No. SLO-FAST- 01 (Exhibit 1). SECTION 2. The Council hereby authorizes the Assistant City Manager or their designee to prepare and submit future grant applications for competitive grant programs administered by SLOCOG. SECTION 3. The Council hereby authorizes the Assistant City Manager or their designee to execute SLOCOG grant reimbursement requests and other related grant documents on behalf of the City. Item 4 Packet Page 12Page 170 of 823 Resolution No. _____ (2020 Series) Page 2 R ______ SECTION 4. Environmental Review. No environmental review is required for execution of a Cooperative Agreement or grant submittals, as the proposed actions are not a “project” under CEQA Guidelines Section 15378. Upon motion of Council Member ______________, seconded by Council Member and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2020. Mayor Heidi Harmon ATTEST: Teresa Purrington City Clerk APPROVED AS TO FORM: J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, on ______________________. Teresa Purrington City Clerk Item 4 Packet Page 13Page 171 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 1 San Luis Obispo Council of Governments Agreement No. SLO-FAST-01 RSTP EXHANGE/STBG COOPERATIVE AGREEMENT THIS AGREEMENT, ENTERED INTO ON THE DATE BELOW STATED is between the San Luis Obispo Council of Governments, referred to herein as "SLOCOG", and the CITY OF SAN LUIS OBISPO a municipal corporation and political subdivision of the State of California, referred to herein as the "CITY". RECITALS WHEREAS, SLOCOG and the CITY are authorized, pursuant to requirements of the Fixing America’s Surface Transportation (FAST Act), FAST Act § 1109(a), to enter into a Cooperative Agreement for any transportation purpose within the CITY; and WHEREAS, The FAST Act’s Surface Transportation Block Grant Program, acknowledging that this program has the most flexible eligibilities among all Federal-aid highway programs, and aligning the program’s name with how FHWA has historically administered it; and WHEREAS, the SLOCOG Board approved allocation of regional Surface Transportation Block Grant Program (STBGP) funds for the projects identified on the attached Table 1 (summary table and project summary sheets) and STBGP Program continues all prior STP eligibilities (see in particular 23 U.S.C. 133(b)(15), as amended, each of the individual project is herein referred to as “PROJECT”; and WHEREAS, SLOCOG intends to exchange its apportionment of Federal Surface Transportation Block Grant Program (STBGP) funds for Regional Surface Transportation Exchange (RSTP Exchange) funds for the PROJECTs, therefore eliminating the non-federal match and compliance with the National Environmental Policy Act (NEPA); and WHEREAS, all applicable laws, regulations, and policies relating to the use of Regional Surface Transportation Program Exchange (RSTP Exchange) funds for the PROJECTs, shall apply notwithstanding any other provisions of this Agreement; and WHEREAS, all obligations of the CITY under the terms of this Agreement are subject to funding appropriation by the Legislature, and the receipt and allocation of funding by SLOCOG; and NOW, THEREFORE, in consideration of the above noted findings and considerations, the parties agree as follows: 1) The CITY agrees to administer each PROJECT and conduct the applicable environmental process required under the California Environmental Quality Act (CEQA) for each PROJECT. 2) The CITY agrees to advertise, open and review bids, and to award the contract for each applicable PROJECT (or combination of projects) as needed, in accordance with State laws. 3) The CITY agrees that all phases of each PROJECT will be developed in accordance with policies, procedures, practices, standards, regulations, and laws that apply to the CITY, Caltrans (where appropriate), and SLOCOG General Programming Requirements, the 2016 Annual Exchange Agreement and subsequent STBGP annual exchange agreements between SLOCOG and the State of California (Department of Transportation). If in the judgment of SLOCOG a project may impact a street, road or highway owned or controlled by a jurisdiction other than CITY (including without limitation the County, another city, or the State of California), SLOCOG may require the CITY to establish a project development team (PDT) composed of representatives of such jurisdictions, as well as SLOCOG. EXHIBIT 1Item 4 Packet Page 14Page 172 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 2 4) The CITY agrees to construct each PROJECT in accordance with the plans and specifications of the CITY (and Caltrans when PROJECT involves state highway facilities), and in accordance with the conditions of funding adopted by SLOCOG. 5) The CITY agrees to maintain the facilities constructed, improved, or otherwise modified. 6) The CITY agrees to utilize, for each PROJECT, an amount of Regional or Urban RSTP Exchange funds equal to or less than that adopted by SLOCOG, and that SLOCOG’s total obligation shall not exceed the amounts shown in Table 1 unless a greater amount has been authorized in advance in writing by SLOCOG. 7) The CITY agrees to account for all costs for the PROJECTS to be paid by SLOCOG pursuant to this Agreement and agrees to perform all the reimbursable work for each project according to the billing period identified in the project summary sheets. 8) After the opening of bids on applicable PROJECTS, the CITY shall notify SLOCOG of any cost overruns or underruns to the original cost estimate. The following will be assumed and reflected in SLOCOG's RSTP Exchange accounting spreadsheets: a) If less funding than what was programmed is required for a PROJECT, the cost savings will be made available for reprogramming into another CITY project as approved by SLOCOG. b) If more funding than what was programmed is required for a PROJECT, the CITY will be solely responsible for providing the additional funding, which can be comprised of various non-regional funding sources, including cost savings from other CITY RSTP Exchange projects. 9) The CITY may submit an invoice for reimbursement of funds expended for each PROJECT no more than once a month, using the attached Reimbursement Request Form (Exhibit A). All Payments will be prorated between CITY and SLOCOG based on the agreed percentages of funding, as adopted by SLOCOG and listed on each project summary sheet. All invoices must contain the following: a. RSTP Exchange PROJECT number and name b. A brief description of work accomplished during the billing period. c. A copy of the consultant’s bill to the CITY (if applicable). d. Amount expended by the CITY during the billing period, with evidence of funds expended (e.g. a copy of a CITY check to consultant or accounting documentation, etc.) e. Amount requested for reimbursement for the billing period 10) SLOCOG agrees to reimburse the CITY within 30 days of receipt of a completed reimbursement request form (Exhibit A) with all applicable attachments and signatures or as funds become available on a “1st come, 1st served” basis, an amount expended by the CITY during the invoices' billing period less the aforesaid proration. If a PROJECT receives both Regional and Urban Regional Surface Transportation Exchange funding (referred to in Exhibits hereto as “Regional” and “Urban” respectively), reimbursements shall be made on a pro rata basis from each source for SLOCOG’s share. SLOCOG's total obligation for each PROJECT cost shall not exceed the amount shown in Table 1,” unless SLOCOG has in writing authorized a greater amount per adopted SLOCOG policy. 11) Within two months of either the execution of this agreement or each PROJECT’s completion and all work incidental thereto, whichever comes later, the CITY must provide SLOCOG certification in the form provided in Exhibit B hereto, of completion in accordance with the provisions in this Agreement, and a final invoice containing those items listed above. In the event that final project costs are less than those listed on Table 1, hereto, the funds shall be reallocated in accordance with SLOCOG RSTP Exchange policy Exhibit C. 12) If this project has been paid for either entirely, or in part with Regional RSTP Exchange funds, and CITY, or any of its officials, chooses to publicly memorialize participation in said project, then CITY shall also memorialize SLOCOG’s financial participation in said project in a manner agreeable to SLOCOG. This paragraph shall apply to, but is not limited to, signage during construction, representation at dedications and placement of plaques or other objects of memorialization, whether at or near the project site or not. Item 4 Packet Page 15Page 173 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 3 13) The CITY grants to the State of California and/or SLOCOG access to the CITY's books and records for the purpose of verifying that RSTP Exchange funds paid are properly accounted for and the proceeds are expended in accordance with the terms of this Agreement. All documents shall be available for inspection by authorized Caltrans and/or SLOCOG agents at any time during the PROJECT development and for a four-year period from the date of completion, or for one year after the audit is completed or waived by Caltrans and/or SLOCOG, whichever is later. 14) Upon completion of all work under this Agreement, ownership and title to all materials will automatically be vested in the CITY and no further agreement will be necessary to transfer ownership to the CITY. 15) If existing public and/or private utilities conflict with the PROJECT construction or violate the CITY’s encroachment policy (as applicable), the CITY shall make all necessary arrangements with the owners of such utilities for their protection, relocation or removal. The CITY shall review the plans for protection, relocation or removal. If there are costs of such protection, relocation, or removal which the CITY must legally pay, the CITY shall pay the cost of said protection, relocation or removal, plus cost of engineering, overhead and inspection. If any protection, relocation or removal of utilities is required, such work shall be performed in accordance with CITY policies and procedures. 16) The CITY shall defend, indemnify and save harmless SLOCOG, its officers and employees from all and any claims, demands, damages, costs, expenses, judgments, attorneys’ fees or any liability arising out of this Cooperative Agreement to the performance or attempted performance of the provisions hereof, or any project referred to in the Exhibits hereto. Nothing contained in the foregoing indemnity provision shall be construed to require CITY to indemnify SLOCOG against any responsibility of liability in contravention of Civil Code section 2782. 17) If the CITY transfers its risk connected with design or construction of this project to independent contractors, CITY agrees to use its best efforts to obtain the independent contractor’s inclusion of SLOCOG as an indemnitee and in any insurance procured by such independent contractor(s) for the project, to name SLOCOG as an additional insured. 18) Both the CITY and SLOCOG shall designate a Project Coordinator who shall represent the respective agencies and through whom all communications between the parties to this agreement shall occur. 19) Both parties agree that if, in the course of carrying out the PROJECT, there is a disagreement among the Project Coordinators over the direction of the project, the matter will be forwarded through a three step conflict resolution process. First, resolution will be attempted between the CITY Manager and SLOCOG Executive Director. If a dispute continues, a determination shall be made by the SLOCOG Executive Committee, and, if required, final determination by the full SLOCOG Board. 20) Nothing in the provisions of this Agreement is intended to create duties, obligations, or rights for third parties not signatories to this Agreement or affect the legal liability of either party of the Agreement by imposing any standard of care with respect to the maintenance of local roads different from the standard of care imposed by law. 21) No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties thereto, and no oral understanding or agreement not incorporated herein or in the attached Table 1 shall be binding on any of the parties thereto. 22) This Agreement may be terminated or provisions contained therein may be altered, changed, or amended by mutual consent, in writing, of the parties hereto. 23) Prior to award of a contract for any PROJECT, SLOCOG may terminate the applicable PROJECT in the Cooperative Agreement by written notice, provided SLOCOG pays the CITY for all PROJECT- related costs reasonably incurred by the CITY prior to termination. Also, prior to award of a contract for any PROJECT, the CITY may terminate the applicable PROJECT in the Cooperative Agreement by written notice, provided the CITY pays SLOCOG for all costs reasonably incurred by SLOCOG prior to termination. Item 4 Packet Page 16Page 174 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 4 SIGNATURES: CITY OF SAN LUIS OBISPO SAN LUIS OBISPO COUNCIL OF GOVERNMENTS By: ___________________________________ By: ___________________________________ Derek Johnson, City Manager Peter Rodgers, Executive Director Date: _______________ Date: _______________ ATTEST: By: ____________________________________ Teresa Purrington, City Clerk APPROVED AS TO FORM AND LEGAL EFFECT: By: ____________________________________ By:___________________________________ J. Christine Dietrick, City Attorney Nina Negranti, SLOCOG Counsel Date: _______________ Date: _______________ Item 4 Packet Page 17Page 175 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 5 TABLE 1 CITY OF SAN LUIS OBISPO PROJECTS for Agreement No. SLO-FAST-01 SLOCOG# Program Project Name Programmed Balance SMAPSL02R RSHA Railroad Safety Trail - Taft to Pepper Segment - ATP- 5016(057) 300,000 $300,000 SMAPSL03R RSHA Signal & Intersection Improvements Citywide $370,000 $370,000 SMAPSLO1U USHA USHA - City of SLO (FY 13/14 - 20/21) $1,430,000 $1,134,670 SMAPCG04R SRTS Cycle 2 Ramona to Foothill SRTS Path & HAWK (Anholm Phase 1A) 100,000 $0 SMAPCG04R SRTS Cycle 3 Anholm Neighborhood Greenway Phase 1B $200,000 $200,000 Total $2,400,000 $2,004,670 Item 4 Packet Page 18Page 176 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 6 EXHIBIT A San Luis Obispo Council of Governments Regional Surface Transportation Program Exchange (RSTP Exchange) REIMBURSEMENT REQUEST FORM Agency Name: Date: Contact Person: Project Number(s): Regional: Urban: Project Title: This Invoice Covers Work Completed from: / / to: / / Project Budget Information: (complete box below - refer to cooperative agreement Table 1” for budget information) Total SPENT This invoice -$ When using electronic format: fill in unshaded areas only Regional Urban Other Sources Non Regional TOTAL must equal 100%) Reimbursement Rate by Fund Source (must be consistent with Exhibit A Project Sheet) 0% Pro-rata Reimbursement by Funding Source Regional/Urban) Please send a check for $ Total RSTP Exchange share due this invoice (total of heavier shaded boxes above) Attachments: 1) A brief description of work completed; and 2) Consultant invoices 3) Proof of payment (e.g. copy of City check to consultant). Signed: Agency Rep.) Shaded boxes below for SLOCOG Use Regional Planner Approval Accounting Initials Item 4 Packet Page 19Page 177 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 7 EXHIBIT B PROJECT COMPLETION FORM for RSTP Exchange Projects This form notifies SLOCOG of project completion in accordance with the provisions in the Cooperative Agreement noted below. Our records indicate that the project listed below, funded all or in part with RSTP Exchange funds, has been completed: Project Name: Project Number(s): Cooperative Agreement Date (Recipient Agency): Approved RSTP amount: I certify, on behalf of the City/County name of authorized official of , that the project named above was completed name of jurisdiction on_____________________ in accordance with the provisions set forth in the cooperative approximate date of completion agreement dated ___________________________. It is my understanding that all savings date jurisdiction representative signed from a cost underrun will be returned to for City/County or SLOCOG reprogramming in accordance with the cooperative agreement. Signed: Date: signature of authorized official date signed Return completed and signed Project Completion Forms within 2 months of the completion of each project to: SLOCOG 1114 Marsh Street San Luis Obispo, CA 93401 Attn: Stephen Hanamaikai Item 4 Packet Page 20Page 178 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 8 EXHIBIT C Project Eligibility by Fund Program - Project eligibility requirements by funding program are summarized below. I. Regional Surface Transportation Program. The Surface Transportation Program STP) provides flexible funding that may be used by States and localities for projects to preserve and improve the conditions and performance on any Federal-aid highway, bridge and tunnel projects on any public road, pedestrian and bicycle infrastructure, and transit capital projects, including intercity bus terminals. SLOCOG’s 2014 RTP will provide guidance on priority routes for regional funding consideration. The STP program supports national performance goals as defined in FAST-Act, but there are no measures tied specifically to this program. Eligible costs for funds under these programs include pre-project initiation documents (Pre-PID), project study reports (PSR), preliminary engineering (PE), right-of-way acquisition (RW), capital costs, and construction costs associated with an eligible activity. Eligible Project Activities: Construction, reconstruction, rehabilitation, resurfacing, restoration, preservation, or operational improvements for highways, streets, and roads; bikeways and other surface transportation improvements. Replacement, rehabilitation, and preservation of bridges on any public road, including construction or reconstruction necessary to accommodate other modes. Construction of new bridges on a Federal-aid highway. Capital costs for transit projects eligible for assistance under chapter 53 of title 49, including vehicles and facilities used to provide intercity passenger bus service. Carpool projects, fringe and corridor parking facilities and programs, including electric and natural gas vehicle charging infrastructure, bicycle transportation and pedestrian walkways, and ADA sidewalk modification. Highway and transit safety infrastructure improvements and programs, installation of safety barriers and nets on bridges, hazard eliminations, mitigation of hazards caused by wildlife, railway-highway grade crossings. Highway and transit plans research and development. Capital and operating costs for traffic monitoring, management and control facilities and programs, including advanced truck stop electrification. Surface transportation planning. Transportation Alternatives; newly defined, includes most transportation enhancement eligibilities with the exception of landscaping. Transportation control measures (e.g. as defined by region’s APCD Clean Air Plan) Development and establishment of transportation management systems. Environmental mitigation efforts Modifications to intersections with high accident rates or levels of congestion. Infrastructure-based ITS capital improvements consistent with the Central Coast ITS Implementation Plan. Environmental restoration and pollution abatement. Item 4 Packet Page 21Page 179 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 9 Control of noxious weeds and establishment of native species. Congestion pricing projects and strategies, including electric toll collection and travel demand management strategies and programs. Recreational trails projects. Construction of marine terminals. Truck parking facilities. Surface transportation infrastructure modifications within port terminal boundaries, only if necessary to facilitate direct intermodal interchange, transfer, and access into and out of the port. Construction and operational improvements for a minor collector in the same corridor and in proximity to an NHS route if the improvement is more cost -effective (as determined by a benefit-cost analysis) than an NHS improvement and will enhance NHS level of service and regional traffic flow. Available Funding Direct urban and rural apportionment up to minimum required equal to 110%, plus 15%, of the FY 1990/91 allocation of Federal Aid Secondary (FAS) based upon 2010 census data (initiated in 2015). Final apportionment tables will be developed for the August 2017 Board meeting. Regional discretionary funds of $5.0M through FY 2021. Item 4 Packet Page 22Page 180 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 10 EXHIBIT D General Programming Policies - All Fund Programs SLOCOG’s 2014 Regional Transportation Plan / Sustainable Communities Strategy identifies an overall goal to develop a multi-modal transportation system which is balanced, coordinated, safe, cost effective, environmentally sound, economically supportive, me eting all the financially reasonable transportation needs of all citizens in San Luis Obispo County. General programming policies affecting the decision making and project selection of the surface transportation system are summarized as follows: 1. SLOCOG will strive to be fair and equitable in the allocation of funding between the various subregions in the county and among member jurisdictions. 2. SLOCOG will adhere to the federal and state statutes, policies, regulations and guidelines applicable to each fund being allocated, and require recipients of grants to do the same. 3. SLOCOG will recommend projects for funding that are: Deliverable Consistent with the goals, policies, and programs of the 2014 Regional Transportation Plan Regionally Significant Responsive to immediate funding and project needs Consistent with specific criteria of a particular funding program High likelihood of leveraging other funding (state, federal and/or local) 4. SLOCOG will seek to implement all programs in a timely and efficient manner. 5. SLOCOG will seek to maximize the use of the funds for general public benefit, and will marshal other funds when possible to complete funded projects by prioritizing joint -funded projects. 6. SLOCOG will integrate social equity factors in to the decision making process by applying the findings generated from the Disadvantaged Communities Assessment that is now amended in to the 2014 RTP/SCS. 7. SLOCOG will, to the extent feasible, assure the integration of all projects with jurisdiction, region and statewide tra nsportation plans, providing a comprehensive, systematic approach to resolving transportation problems in the region. 8. SLOCOG will retain maximum flexibility of federal programs under FAST ACT, where feasible, and will also seek to exchange Surface Transpo rtation Block Grant Program STBGP) (federal) funds for Regional Surface Transportation Program (RSTP) Exchange state) funds, for reasons of cost efficiency and simplicity in administration. Through the RSTP Exchange funds ultimately become (local) funds. 9. SLOCOG will retain a continuing commitment to emphasize quality and promote excellence in the development of competitive proposals, seeking to fund the best possible projects in terms of cost effectiveness, public benefit and regional and local significance. 10. SLOCOG will reserve discretionary funds for advance development work to ensure regionally significant projects are well scoped, alternatives assessed, accurate estimates prepared, and a finance plan for implementation is developed. Item 4 Packet Page 23Page 181 of 823 SLOCOG RSTP Exchange/STBG General Cooperative Agreement page 11 11. SLOCOG will reserve off-the-top funding for programs identified in the 2014 RTP/SCS, including Transportation Demand Management (i.e. Rideshare), Active Transportation Partnership Program, Highway Safety Improvement Program and Safe Routes to School. 12. SLOCOG will maintain funding commitments for existing programmed projects as long as those projects have achieved the project delivery milestones set out at the time of programming. Unavoidable delays to the project delivery milestones will be considered on a case by case basis. 13. SLOCOG will commit a portion of discretionary funding to match and leverage other competitive state-wide grant programs (e.g. new SB1 programs, State of CA Active Transportation Program, Highway Safety Improvement Program (HSIP) for projects of regional significance.) 14. SLOCOG may consider using the above referenced fund sources to address surface transportation needs as identified in the June 7th 2017 SLCOOG Board Staff Report item B-3 2018 RTIP Fund Assumptions Programming Approach - Table 2 Sections 1, 2, and 3, and defer the programming of funds on needs identified in Section 4 (Other Multi -Modal Needs, including bicycle, pedestrian, and public transit related needs). Item 4 Packet Page 24Page 182 of 823