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