HomeMy WebLinkAboutItem 5d. Authorization to Advertise Area 6 & 7 Curb Ramps Construction (Spec. 1000558) Item 5d
Department: Public Works
Cost Center: 5002
For Agenda of: 2/15/2022
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Hai Nguyen, Engineer III
SUBJECT: AUTHORIZATION TO ADVERTISE AREA 6 & 7 CURB RAMPS
CONSTRUCTION, SPECIFICATION NO. 1000558
RECOMMENDATION
1. Approve the project plans and specifications for Area 6 & 7 Curb Ramps, Specification
Number 1000558; and
2. Authorize staff to advertise for bids; and
3. Authorize the City Manager to award the Construction Contract pursuant to Section
3.24.190 of the Municipal Code for the bid total, if the lowest responsible bid is within
the publicly disclosed funding amount of $890,000; and
4. Adopt a Resolution entitled, “A Resolution of the City Council of the City of San Luis
Obispo, California, authorizing use of Capital Projects Reserve Fund to support Curb
Ramp Construction Work for Area 6 & 7 Curb Ramps, Specification No. 1000558” and
appropriate $1,000,000 from the Capital Projects Reserve Fund to the Project Account
1000558; and
5. Approve a transfer of $1,000,000 from Streets Resurfacing and Reconstruction
Account (90346) to the Capital Projects Reserve Fund on July 1, 2022; and
6. Authorize the City Manager to execute Contract Change Orders in excess of
$100,000.
DISCUSSION
Background
The City’s Pavement Maintenance Plan (Pavement Plan) was adopted by the City Council
on April 14, 1998. The Pavement Plan was updated to provide additional emphasis on
arterial street maintenance in 2009. A key element of the Pavement Plan is the
establishment of a rotating and methodical approach to ensuring all areas of the City
receive regular preventative or corrective maintenance.
This year, program funding is planned to be used to seal neighborhood streets within
Area 6 and 7 as well as seal portions of Area 9 (Downtown) that was deferred from the
2021 Street Maintenance Project in order to not magnify the economic impacts of COVID-
19.
Page 31 of 199
Item 5d
In addition to roadway maintenance, striping improvements and curb ramps will be
constructed to meet current ADA and City standards. In order to expedite project delivery
and reduce construction cost, staff separated the curb ramp upgrades from the street
sealing work and has prepared a separate bid package. It is important to finish the curb
ramp upgrades prior to sealing of streets in order to have uniform finish and reduce the
likelihood of water intrusion into the roadway.
Project
Staff is requesting authorization to advertise the Area 6 & 7 Curb Ramps (Project) to allow
for curb ramp construction prior to the summer months. Curb ramps are required to be
completed prior to roadway sealing or paving activity – the proposed approach with early
construction of curb ramps will allow slurry seal implementation during the summer
months as heat is critical in the curing process of the slurry treatment.
The project is structured with a Base Bid and one Additive Alternative A to maximize the
scope of work within funding limits. The Project’s Base Bid includes the construction of
33 new curb ramps and replacement of 1 curb ramp to meet current ADA standards
(Attachment D) and improve access for those with mobility challenges. The Project’s
Additive Alternative A includes the replacement of 4 curb ramps and paving at the
intersection of Broad and Palm.
The strategy is to award the contract with the Base Bid and Additive Alternative A as
funding will allow, up to the Publicly Disclosed Funding amount of $890,000 in compliance
with Public Contract Code Section 20103.8(c). If the lowest responsive bid submitted by
a responsible contractor is in excess of the Publicly Disclosed Funding amount the
Additive Alternate will not be recommended for award.
Previous Council or Advisory Body Action
This project was originally identified in the 2021-23 Financial Plan that was approved by
Council.
Policy Context
Consistent with the October 2018 Purchasing Policy Update to the July 2015 Financial
Management Manual, Council approval must be obtained before this proceeding with this
project, as approval is required for Public Projects that cost over $175,000.
Page 32 of 199
Item 5d
The Capital Projects Reserve Fund policy is described in the 2021-23 Financial Plan
(page 551).
“The City will maintain a restricted reserve for the purpose of offsetting
unanticipated cost increase, unforeseen conditions, and urgent
unanticipated projects to provide investment in infrastructure maintenance
and enhancement. Use and allocations of funds from the Capital Projects
Reserve Fund will be made to Capital Projects including Major Facility
Replacement upon Council approvals as necessary during any fiscal year.”
The urgency of this request for CIP Reserve funding is primarily to prevent unanticipated
cost increases and avoid delays in delivery of the Summer 2022 Slurry Seal project. Early
delivery of this project will result in lower costs and fewer delays on the Summer 2022
Slurry Seal project. If the Area 6 & 7 Curb Ramp Project is unable to be constructed in
advance of the sealing project, it is likely that the completion of the Summer 2022 Slurry
Seal Project will experience weather related delays, resulting in delay of project
completion.
Additionally, City Charter Section 804 permits Council to make changes to the adopted
budget.
Public Engagement
Public engagement was conducted during the initial identification of this Project to be
included in the 2021-23 Financial Plan.
On October 7, 2021, a community-wide virtual workshop was held to inform the public of
the project and its scope and to request input on proposed designs.
CONCURRENCE
This project has been reviewed and has concurrence from the Transportation Manager
and City Engineer.
ENVIRONMENTAL REVIEW
This project is categorically exempt from environmental review pursuant to section 15301
of the CEQA Guidelines (Existing Facilities) since it is a maintenance and replacement
project. A Notice of Exemption will be filed through the Community Development
Department.
Page 33 of 199
Item 5d
FISCAL IMPACT
Budgeted: Yes Budget Year: 2022-23
Funding Identified: Yes
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $2,602,000 $1,000,000 $1,602,000 $
State
Federal
Fees
SB1 Fund: $914,258 $914,258
Total $3,516,258 $1,000,000 $2,516,258 $
General Fund SB1 Fund
Base Bid Estimate $780,000 $0 $780,000
Add Alt A Estimate $110,000 $0 $110,000
Contingencies $100,000 $0 $100,000
Total for Construction $990,000 $0 $990,000
Materials Testing $9,500 $0 $9,500
Printing $500 $0 $500
Total Curb Ramp Cost $1,000,000 $0 $1,000,000
Slurry Seal Project Cost $1,585,742 $914,258 $2,500,000
90346: FY 2022-23 Available Budget $2,452,000 $914,258 $3,366,258
2022 Mid-Year Budget Request $150,000 $0 $150,000
Total Budget $2,602,000 $914,258 $3,516,258
Remaining Balance:$16,258 $0 $16,258
Street R&R Account (90346)Projrect Total
Costs
Area 6 & 7 Curb Ramps, Specification No. 1000558
Funding in the amount of $3,366,258 (Capital Project No. 90346) was approved with
adoption of the 2021-23 Financial Plan for Fiscal Year 2022 -23 (beginning July 1st) to
support pavement management work, which includes slurry sealing, striping
improvements, and curb ramp construction work. Furthermore, an additional $150,000
has been approved for appropriation with the FY2022 Mid-Year Budget Update to provide
sufficient funding for pavement management. The table above shows that current funding
will be adequate to support the curb ramp construction work and the summer slurry seal
project.
Page 34 of 199
Item 5d
Funding for the necessary curb ramp construction work is recommended to be
appropriated from the Capital Projects Reserve Fund in the amount of $1,000,000 to the
Project Account 1000558, allowing the Area 6 & 7 Curb Ramps Project to be awarded
and begin construction prior to July 2022. This will result in the completion of a critical
project in advance of the Summer 2022 Slurry Seal project, minimizing construction
delays and public impacts. Upon appropriation of $3,366,258 on July 1, 2022 to the Street
Resurfacing and Reconstruction Account (90346), it is recommended that $1,000,000 be
transferred back to the Capital Projects Revere Fund.
A balance of approximately $1.6 million is available from the Capital Projects Reserve
Fund and is sufficient to support this request.
ALTERNATIVES
Deny Authorization to advertise. The City Council may choose not to authorize project
advertisement. Staff does not recommend this option, as curb ramp construction is
necessary to allow slurry seal implementation during the summer months and avoid
prolonging the sealing project into the winter months.
ATTACHMENTS
A - Project Plans (1000558)
B - Project Specifications (1000558)
C – Draft Resolution authorizing use of Capital Projects Reserve Fund to support Area 6
& 7 Curb Ramps
D - Project Vicinity Map (1000558)
Page 35 of 199
Page 36 of 199
C3C3C3C4C4C4C5C5C5C5C8C8C6C6C6C7C7C7C8C8CURB RAMP LOCATION &SHEET NUMBER (TYP.)C9C9C10C10C11C11C11C11C12C12general notes:SPECIFICATION NO. DATE SHEETJANUARY 20221000558FILE NO./LOCATION1. ALL WORK SHALL BE PERFORMED IN CONFORMANCE WITH THESEPLANS, SPECIAL PROVISIONS PREPARED FOR THIS PROJECT AND THE2020 CITY OF SAN LUIS OBISPO STANDARD SPECIFICATIONS ANDENGINEERING STANDARDS, IN CONJUNCTION WITH THE STATE OFCALIFORNIA DEPARTMENT OF TRANSPORTATION STANDARDSPECIFICATIONS AND STANDARD PLANS, 2015 EDITION (UNREVISED).2. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEETO CONTACT "UNDERGROUND SERVICE ALERT OF NORTHERN/CENTRALCALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48) HOURS PRIOR TOSTART OF CONSTRUCTION FOR LOCATION OF POWER, TELEPHONE, OILAND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR ORPERMITTEE SHALL ALSO CONTACT THE APPROPRIATE AGENCY FOR THELOCATION OF CABLE T.V., WATER, SEWER, DRAINAGE ORUNDERGROUND FACILITIES.3. THE CONTRACTOR SHALL POSSESS A CLASS "A" OR "C-8" LICENSE ATTHE TIME THE BIDS OPEN AND DURING THE ENTIRE LENGTH OF THECONTRACT.4. THESE PLANS DO NOT INDICATE ALL EXISTING FACILITIES IN THEVICINITY OF THE PROPOSED WORK SUCH AS EXISTING IRRIGATIONHEADS AND LINES, SHRUBBERY AND VEGETATION, ETC. THECONTRACTOR MUST USE CARE TO AVOID DAMAGE TO ANY EXISTINGIMPROVEMENTS OR VEGETATION IN THE VICINITY OF THE WORK, ANDMUST REPAIR ANY FACILITIES DAMAGE DURING CONSTRUCTION TO THESATISFACTION OF THE ENGINEER.5. THESE PLANS DO NOT INDICATE OVERHEAD LINES. CONTRACTOR SHALLTAKE CARE DURING CONSTRUCTION TO AVOID CONTACT WITH ORDAMAGE TO EXISTING OVERHEAD LINES.6. ANY EXISTING UTILITIES AND IMPROVEMENTS THAT BECOME DAMAGEDDURING CONSTRUCTION SHALL BE COMPLETELY RESTORED TO THESATISFACTION OF THE ENGINEER AT THE CONTRACTOR'S SOLEEXPENSE.7. CONTRACTOR SHALL CONTACT ALL UTILITY COMPANIES AND AGENCIESWITH SERVICES IN THE AREA PRIOR TO COMMENCING CONSTRUCTIONACTIVITIES AND COORDINATE WITH THE UTILITY COMPANIES AFFECTEDBY CONSTRUCTION.8. PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR'SLICENSED LAND SURVEYOR SHALL FILE A CORNER RECORD IN THEOFFICE OF THE SAN LUIS OBISPO COUNTY SURVEYOR FOR EACHEXISTING MONUMENT WITHIN THE PROJECT AREA THAT HAS THEPOTENTIAL TO BE DISTURBED.9. PROTECT SURVEY MONUMENTS IN PLACE DURING CONSTRUCTION. THECONTRACTOR SHALL BE RESPONSIBLE FOR ALL COSTS ASSOCIATEDWITH THE REPLACEMENT OF DAMAGED OR DISPLACED SURVEYMONUMENTS AND SHALL NOTIFY THE CITY FIVE (5) WORKING DAYSPRIOR TO RESTORING MONUMENTS. MONUMENTS SHALL BE RESET BYA CALIFORNIA LICENSED LAND SURVEYOR AND SHALL INCLUDEPREPARING AND FILING A CORNER RECORD WITH SAN LUIS OBISPOCOUNTY.san luis obispo county, californiaindex to planssheet no. descriptionT1T2C3C4C5C6C7C8C9C10C11C12C13C14C15C16C17COVER SHEETLEGEND AND NOTESGALLEON AND ROYALLAKEVIEW AND GULFGALLEON AND NEWPORTGALLEON AND CORALOCEANAIRE AND ATASCADEROOCEANAIRE AND LAKEVIEWOCEANAIRE AND BALBOAATASCADERO AND GULFATASCADERO AND BORONDALA ENTRADA AND DEL NORTELA ENTRADA AND RAMONACERRO ROMAULDO AND LA CANADACERRO ROMAULDO AND SANTA LUCIACERRO ROMAULDO AND JEFFREYCUESTA AND FELTONBROAD AND PALMBROAD AND PALM INTERSECTION PAVINGBROAD AND PALM DETAILSLINCOLN ST/ BROAD ST DEMOLITION PLANLINCOLN ST/ BROAD ST. IMPROVEMENT PLANReference Documents:City Standard Specifications - 2020 EditionCity Engineering Standards - 2020 Edition17T1ofAREA 6 & 7 CURB RAMPSAPPROVED BYBrian A. Nelson, City Engineer R.C.E. C79870 Approved Date No. C 79870AREA 7AREA 6AREA 6 CURB RAMPSAREA 7 CURB RAMPSADDITIVE ALTERNATIVE A - BROAD AND PALMLINCOLN AND BROAD CURB RAMPSPage 37 of 199
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HNN/AT2CIVILNo. C 84733HAI-LONG Q. NGUYE NLEGEND AND NOTESLEGENDCONSTRUCTION NOTES(N) CONCRETE(N) 6" FULL DEPTH AC REPLACEMENT(N) TRUNCATED DOMES(E) PAVERS(E) LANDSCAPING (SEE GENERAL NOTES 4&5)RE-GRADE TO MATCH NEW GRADEREMOVE EXISTING AND INSTALL NEW PUNCH POST AND SLEEVE PER ENG. STD.7210. EXISTING SIGNS TO BE REUSEDRESET (E) PAVERS TO NEW GRADEREPLACE (E) PLANTER CONCRETE TO MATCH NEW GRADEREPLACE (E) 3" SIDEWALK UNDERDRAIN PER ENG. STD. 3415.ADJUST AND RESET MONUMENT PER ENG. STD. 9020ADJUST WATER VALVE PER ENG. STD. 6040ADJUST SEWER MANHOLE PER ENG. STD. 6040ADJUST UTILITY BOX TO FINISHED SURFACETREE WELL PER ENG. STD. 8130. CUT FRAME AND GRATE TO SIZE AS SHOWN.INSTALL NEW FIRE HYDRANT SPOOL TO PROVIDE PROPER CLEARANCE BETWEENUNDERSIDE OF FLANGE AND SIDEWALK SURFACE PER CITY STD. 6310.123BASIS OF BEARINGSCOORDINATES FOR THIS PROJECT ARE CALIFORNIA COORDINATESYSTEM NAD83, ZONE 5, US SURVEY FEET, AS DETERMINED BY GPSOBSERVATIONS ON POINTS 8120 AND 8035 AS SHOWN ON THE CITY OFSAN LUIS OBISPO "HORIZONTAL CONTROL NETWORK" (JANUARY 2007),BEING N40°35'45"E.THE ELEVATIONS SHOWN HEREON ARE NAVD88 AS DETERMINED BYMEASUREMENTS ON POINT 24 AS SHOWN ON THE CITY OF SAN LUISOBISPO "BENCHMARK SYSTEM" (AUGUST 2020) HAVING PUBLISHEDELEVATION OF 127.05'.BENCHMARKAREA 7 - SURVEY NOTES (SHEETS C9 - C12)BASIS OF BEARINGSCOORDINATES FOR THIS PROJECT ARE CALIFORNIA COORDINATESYSTEM NAD83, ZONE 5, US SURVEY FEET, AS DETERMINED BY GPSOBSERVATIONS ON POINTS 8120 AND 8035 AS SHOWN ON THE CITY OFSAN LUIS OBISPO "HORIZONTAL CONTROL NETWORK" (JANUARY 2007),BEING N40°35'45"E.THE ELEVATIONS SHOWN HEREON ARE NAVD88 AS DETERMINED BYMEASUREMENTS ON POINT 192 AS SHOWN ON THE CITY OF SAN LUISOBISPO "BENCHMARK SYSTEM" (AUGUST 2020) HAVING PUBLISHEDELEVATION OF 249.87'.BENCHMARKAREA 6 - SURVEY NOTES (SHEETS C3 - C8)CURB RAMP GENERAL NOTES1. CONSTRUCT CURB RAMP PER CITY ENG. STD. 44402. CONSTRUCT SIDEWALK, CURB AND GUTTER PER CITY ENG. STD. 4110 & 4030. ADDITIONALSIDEWALK ALLOWANCE WILL BE PAID BY BID ITEM 32. ADDITIONAL CURB AND GUTTERALLOWANCE WILL BE PAID BY BID ITEM 33.3. CONSTRUCT CROSS GUTTER PER CITY ENG. STD. 4310.4. WHERE TRIMMING OF EXISTING VEGETATION IS REQUIRED DURING CONSTRUCTION ITMUST BE DONE IN A MANNER TO REMOVE THE MINIMUM POSSIBLE AMOUNT OFVEGETATION AND LEAVE THE REMAINING IN AN ATTRACTIVE CONDITION. REFER TO CITYSTANDARD SPECIFICATIONS SECTION 77-1.03A FOR ADDITIONAL REQUIREMENTS.5. RELOCATE INTERFERING PORTION OF IRRIGATION TO THE BACK OF WALK.6. CONCRETE CURBS MUST BE CURED A MINIMUM OF 7 DAYS BEFORE RED PAINT CAN BEAPPLIED.7. REMOVAL AND REPLACEMENT OF EXISTING CONCRETE SHALL CONFORM TO ENGINEERINGSTANDARD 4910.8. EXISTING ROADWAY STRIPING AND PAVEMENT MARKINGS REMOVED WITH RAMPCONSTRUCTION MUST BE REPLACED WITH TRAFFIC RATED PAINT PER CALTRANSSTANDARD SPECIFICATIONS.45678910BASIS OF BEARINGSCOORDINATES FOR THIS PROJECT ARE CALIFORNIA COORDINATESYSTEM NAD83, ZONE 5, US SURVEY FEET, AS DETERMINED BY GPSOBSERVATIONS ON POINTS 8207 AND 8030 AS SHOWN ON THE CITY OFSAN LUIS OBISPO "HORIZONTAL CONTROL NETWORK" (JANUARY 2007),BEING N09°03'31"W.THE ELEVATIONS SHOWN HEREON ARE NAVD88 AS DETERMINED BYMEASUREMENTS ON POINT 137 AS SHOWN ON THE CITY OF SAN LUISOBISPO "BENCHMARK SYSTEM" (AUGUST 2020) HAVING PUBLISHEDELEVATION OF 214.90'.BENCHMARKBROAD AND PALM - SURVEY NOTES (SHEETS C13 - C15)LINCOLN AND BROAD - SURVEY NOTES (SHEETS C16 - C17)BASIS OF BEARINGSPage 38 of 199
133.08FD SLO BM S-33132.55GTR132.76AC132.40CFFL EC133.03TC132.99WM132.99TC132.43CFFL132.42FL132.60GTR132.78AC132.67AC132.53GTR132.43GTR AP132.54GTR132.61AC132.43GTR132.51GTR132.68AC132.31FL132.30FL132.30FL T132.58GTR AP132.77AC132.34FL133.03TC132.49FL133.04SW@BK CRB133.05SW BC133.14SW POC133.19SW PRC133.21SW POC133.28BW POC133.29BW POC133.22SW POC133.24SW EC/JNT133.31BW EC/JNT133.58NG133.25SW133.34BW133.58NG133.04TC132.43CFFL132.61GTR132.82AC1G133.036IN PALM133.076IN PALM132.99SGN133.51NG133.28BW133.18CNC133.00TC132.49CFFL132.44STRIPE132.52STRIPE132.73STRIPE132.34STRIPE AP132.32FL132.49CNC132.36FL132.47CNC132.55CFFL133.06TC133.09SW EC@BK CRB133.22SW POC133.23SW PRC133.31BW133.60NG133.32SW BC/JNT133.38BW BC/JNT133.71NG133.24SW POC133.32BW POC133.64NG132.76AC132.58GTR132.47CFFL BC133.06TC/JNT133.08TC132.47CFFL132.44FL132.63GTR132.75AC132.56GTR132.40FL132.53CFFL133.07TC133.2210IN PALM133.1610IN PALM133.2110IN PALM132.56GTR132.31FL132.43CNC133.14AC133.03AC132.94AC132.77AC132.40GTR132.47GTR132.26FL132.70AC132.70WV0.3%0.5%0.4%0.4%0.3%0.3%1.4%7.5%(1.8%)3.9%3.9%0.8%4.5%4.5%0.8%(2.1%)1.5%4.8'1.5%1.5%4.3'16.3'5.0'5.2'5.0'16.3'5.0'5.0'5.0'3.0'2.0'2.0'6.0'27.1'11.8'20.9'2.0'2.0'5.0'5.0'3.0'(133.06 TC)(132.47 FS)(133.03 TC)(132.41 FS)132.92 FS133.30 TC132.96 FS133.34 TC133.15 FS133.33 TC(133.32 TC/FS)133.28 TC/FS133.21 FS133.08 FS132.51 FL132.98 TC133.07 FS132.31 FLPROTECT (E)TREE (TYP.)132.85 FS132.53 FL/HP132.49 FL132.89 FS132.58 FS132.47 FL132.94 TCGALLEON WAYROYAL WAY9.0%9.0%4.3'(133.24 FS)4.0'1PROTECT (E) BM S-33ELEV : 133.08PROTECT (E) WMR=30'REPLACE 12"YELLOW STRIPING4.0'126.37AC126.17GTR126.04CFFL126.37TC126.46TC/JNT126.08CFFL126.19GTR126.39AC126.48TC126.09CFFL EC126.24GTR126.5812IN TREE126.70TC/JNT126.19CFFL126.23CNC JNT AP126.14FL126.36GTR126.44AC126.42AC126.33GTR126.12FL126.20CFFL126.62TC126.56TC126.12CFFL126.27GTR126.41AC126.44STRIPE126.35GTR126.35GTR126.39AC126.35STRIPE126.33GTR126.28GTR AP126.30GTR126.12FL126.13FL126.31GTR126.37GTR126.47AC126.51AC126.11FL T126.15FL126.12FL126.22JNT AP126.24JNT126.26JNT126.13FL126.12FL126.67TC126.24CFFL126.23CFFL126.66TC126.63TC126.13CFFL126.16STRIPE END126.27STRIPE END126.64TC/JNT126.11CFFL126.13JNT AP126.13FL126.32GTR126.47AC126.49AC126.36GTR AP126.13FL126.19JNT126.54TC/JNT126.09CFFL126.19GTR126.40AC126.59FH126.08FL126.19CFFL126.62TC126.35GTR126.47AC126.55TC126.07CFFL BC126.67TC126.15CFFL126.31GTR126.45AC126.70SW126.73BW126.65BW126.61SW126.53SW JNT126.66BW BC/JNT126.69NG126.69BW POC126.58SW POC126.58SW PRC126.63SW POC126.65SW POC@BK CRB126.68SW POC@BK CRB126.66SW POC126.65SW PRC126.60SW126.49SW/JNT/GROUND126.50SW EC126.43BW/JNT/GROUND126.45BW EC126.59BW126.57NG126.46NG126.46BW CRA126.50SW CRACKE126.64BW126.71BW126.67BW126.67BW DETACHED126.70BW DETACHED126.69NG126.76NG1A126.71AC126.71AC126.67AC126.58AC126.44AC126.31GTR126.30GTR126.12FL126.73AC126.65WV126.58WV126.78AC126.73AC126.75AC126.63WV126.81AC126.79AC126.77AC126.76AC0.1%1.2%0.0%(0.3%)(2.8%)0.4%0.4%0.4%0.4%0.4%1.5%7.5%
1.5%1.5%0.5%0.8%0.8%0.6%0.6%4.0'4.0'3.0'5.0'5.0'5.0'3.0'5.0'5.0'5.0'16.6'16.6'4.1'4.4'3.0'6.0%6.0%(126.69 FS)(126.58 FS)(126.60 FS)(126.59 FS)(126.67 TC)(126.15 FL)126.68 FS126.60 FS126.66 FS126.63 FS126.61 FS126.54 FS126.29 HP/FL126.26 FL5.0'5.0'(126.48 TC)(126.09 FL)126.13 FL126.36 FS126.65 TC126.15 FL126.59 TC126.25 FL126.56 TC126.22 FL10.3'21.0'10.2'29.8'2.0'1.9'2.0'2.0'GULF ST.LAKEVIEW ST1PROTECT (E) FHR=30'REPLACE 12" YELLOW STRIPINGREPLACE 30 LF REDCURB PAINTREPLACESTRIPING132.90AC132.87AC132.43GTR132.44GTR132.45GTR132.34STRIPE132.22STRIPE132.35GTR132.59AC132.23CFFL132.88TC/JNT133.00SW133.05BW133.29NG132.99PAVERS132.96PAVERS@BK CRB133.05PAVERS@SW133.08BW133.10BW133.07SW133.05SW/JNT133.07BW/JNT133.28NG133.11SW133.10BW133.18BW/JNT133.17SW/JNT133.1818IN TREE133.35NG133.17SW133.15BW133.21SW LIFTED133.00TC/JNT132.45CFFL132.51GTR132.67AC132.72AC132.57GTR132.60GTR@CRACK132.72AC132.45CFFL@CRACK133.06TC@CRACK133.06TC132.46CFFL132.50AC132.34GTR132.21CFFL132.82TC132.97SW132.99BW133.21NG132.79TC@CRACK132.17CFFL@CRACK132.33GTR@CRACK132.51AC132.98SW133.00BW133.17NG32.83AC132.91AC133.06AC133.11AC1.1%1.1%1.1%1.5%3.9%7.5%1.5%1.1%3.9%5.0'5.0'5.0'4.0'3.0'2.1'4.0'5.0'4.9'(132.88 TC)(132.23 FL)(132.95 TC)(132.36 FL)132.70 FS132.64 FS132.93 TC132.90 TC4.2'(133.02 TC/FS)132.33 FL132.27 FL(133.08 TC/FS)133.04 TC132.71 FS133.06 TC132.77 FSGALLEON WAY4.0'4.0'(0.2%)3.9%3.9%(0.9%)3.0'3.0'133.03 TC132.90 FS133.07 TC132.96 FS133.04 TC133.10 TC(132.98 TC/FS)132.83 FS132.89 FS(133.07 TC/FS)22ROYAL WAYREPLACE YELLOW HI-VISCROSSWALK STRIPINGPER CITY STD. 7350 (TYP.)3.0'CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN08SCALE IN FEET1" = 8'C3CIVILNo. C 84733HAI-LONG Q. NGUYE NGALLEON AND ROYALLAKEVIEW AND GULFPage 39 of 199
134.19NG133.89BW BC/JNT133.80SW BC/JNT133.72SW133.81BW133.77BW133.69SW133.7212IN TREE133.56FH133.5110IN PALM133.55TC/JNT133.14CFFL BC133.28GTR133.54AC133.55TC133.08CFFL133.30GTR133.52AC133.51AC133.29GTR133.12CFFL133.57TC133.41GTR133.63AC133.24FL133.23CFFL133.68TC133.73TC133.26CFFL133.29FL133.41GTR133.65AC133.78SW PRC133.85BW POC134.33NG133.76SW POC133.80SW POC133.81SW POC133.78SW EC@BK CRB133.77TC133.28CFFL133.35CFFL133.84TC133.86TC133.38CFFL133.86SW BC@BK CRB133.94SW PRC133.91SW POC133.93BW134.25NG134.18NG133.95BW134.02SW POC134.08BW134.13BW EC134.08SW POC/JNT134.13BW POC/JNT134.42NG133.98TC/JNT133.49CFFL EC133.65GTR133.85AC134.20AC134AC133.85AC133.72AC133.53GTR133.43CFFL133.87TC133.94TC133.48CFFL133.60GTR133.76AC134.0910IN PALM133.9210IN PALM133.48GTR133.41GTR AP133.56AC133.69AC133.34GTR133.35GTR133.17FL133.58AC133.60AC133.44GTR133.28FL133.45GTR AP133.42GTR133.30FL133.42CNC133.64AC133.23FL133.44GTR133.GTR133.6AC13A134.16AC134.08AC(1.8%)(2.3%)0 .9 %0.9%0.9%0.9%0.9%0.5%2.2%7.5%1.5%0 .2 %1.7%0.8%0.8%7.0%6.0%1.5%1.5%(133.97 FS)(133.77 FS)133.49 FL133.53 HP/FL133.52 FL133.88 TC133.41 FL133.79 TC(133.55 TC)(133.14 FL)133.27 FL133.82 FS133.87 FS133.81 FS3.0'5.0'5.0'5.0'3.0'3.0'4.9'4.0'5.0'5.0'5.0'15.5'133.94 FS4.0'4.0'5.0'5.0'(133.49 TC)(133.98 FL)2.1'2.0'31.0'26.0'5.9'2.0'2.0'0.2%(133.86 FS)133.89 FS133.93 FS133.97 FS134.01 FS(134.04 FS)1.7%PROTECT (E) FHPROTECT (E)TREE (TYP.)W. NEWPORT STR=30'15.5'REPLACE 30 LFRED CURB PAINT134.03CNC133.61TC/JNT133.15CFFL EC133.37GTR133.51AC133.46AC133.28GTR133.10CFFL133.53TC133.65SW133.81BW133.71SW EC/JNT133.81BW EC/JNT134.09NG133.91NG133.72BW133.58SW133.52TC133.07CFFL133.22GTR133.47AC133.71LS133.66CNC AP133.66CNC AP133.71CNC AP133.68CNC AP133.70TC133.21CFFL133.19FL133.39GTR133.55AC133.60AC133.42GTR133.26FL133.27CFFL133.77TC133.76TC133.30CFFL133.70SW EC@BK CRB133.69SW PRC133.70SW POC133.71SW POC133.85TC133.35CFFL133.44CFFL133.92TC133.93SW@BK CRB133.86SGN133.98TC133.47CFFL133.45CFFL133.94TC133.60GTR133.78AC133.69AC133.57GTR133.66GTR133.85AC133.50CFFL BC133.94TC/JNT134.12SW BC134.17BW BC134.01NG134.08NG134.01BW133.96SW PRC133.91SW POC134.00SW POC133.87BW134.07NG133.92NG133.82BW133.83BW133.93BW133.34GTR AP133.23FL133.39GTR133.64AC133.56AC133.36GTR AP133.23FL133.45CNC133.48GTR133.59AC133.45AC133.56AC133.64AC133.39GTR/JNT133.24FL133.40GTR/JNT134.01AC133.79AC134.16AC133.88AC133.62AC133.42GTR133.43GTR133.24FL133.64AC133.69AC133.44GTR133.47GTR133.26FL133.58AC133.52AC133.65AC133.84AC134.03AC133.76AC133.60GTR133.41FL133.49CFFL133.92TC133.92TC133.52CFFL133.34FL133.55GTR133.49GTR133.45GTR AP133.24FL133.44GTR133.65AC133.24FL T133.48CNC133.52CFFL133.94TC133.53GTR133.73AC133.40CFFL EC133.86TC/JNT134.07SW POC133.99CNC POL@SW133.87CNC POL@BK CRB133.94SW@BK CRB134.10SW PRC134.03SW POC134.10SW POC134.07SW BC134.11BW BC/FNCI134.72RK134.00CNC134.16BW/FNCI134.51RK134.69RK134.60RK134.53RK134.21BW BC/FNCI134.20SW BC134.17SW POC134.20BW/FNCI134.16SW PRC134.11SW POC134.02SW POC133.95SW@BK CRB133.92TC133.53CFFL133.28FL133.42GTR133.68AC133.59GTR AP133.71AC133.45FL133.52CFFL POC NEW133.95TC133.95TC133.51CFFL133.36FL133.50GTR133.68AC134.31SW/CNC POL133.98CNC POL LIFTED133.98TC133.53CFFL134.1822IN TREE134.28SW/CNC POL134.31BW134.37BW LFTED134.34SW LIFTED133.96TC133.54CFFL BC133.57GTR133.79AC133.85AC133.58GTR133.51CFFL133.95TC133.95CNC AP133.81AC133.77AC133.97AC134.04AC134.07AC134.33AC134.27AC134.15AC133.90AC133.65AC133.72AC133.90AC134.03AC134.10AC3.0'5.0'5.0'5.0'3.0'1.5%1.5%1.2%0.2%0.2%16.5'5.0'5.0'5.0'16.4'0.3%0.9%7.5%1.5%1.2%1.2%1.2%1.2%1.2%(3.3%)(2.2%)1.5%1.5%6.0%7.0%4.0'4.1'5.0'5.0'4.4'4.4'(133.69 FS)(133.98 FS)133.87 FSPROTECT (E) LIGHT POLE(133.61 TC)(133.15 FL)(133.94 TC)(133.50 FL)133.48 FL133.54 HP/FL133.78 TC133.40 FS133.89 TC133.53 FL2.0%1.0%0.5%0.3%0.3%0.3%0.3%
0 .3 %2.0%3.5%3.5%0.3%2 .8 %
2 .8 %1.5%(0.8%)(0.8%)1.3%9.0%9.0%7.5%1.5%3.0'
5.0'5.0'5.0'3.0'5.0'4.4'4.9'3.0'3.0'15.2'5.0'5.0'5.0'15.2'4.0'4.0'(133.96 TC)(133.54 FL)133.93 TC133.49 FL133.83 FS133.85 FS134.14 TC134.05 FS134.16 TC133.90 FS134.17 TC133.92 FS134.19 TC134.09 FS(134.13 FS)(134.20 FS)(134.17 FS)(134.10 FS)(133.86 TC)(133.40 FL)133.26 FL133.48 FL133.46 FL133.91 TC133.45 FLGALLEON WAYW. NEWPORT ST133.22 FL11.0'20.9'6.0'28.9'29.6'5.9'24.3'2.0'1.9'2.0'2.1'2.1'2.0'2.0'2.2'5.0'133.78 FS133.81 FS134.03 FS133.97 FS133.37 FS(133.82 FS)(134.07 FS)134.03 FS133.97 FS133.92 FS133.86 FS133R=30'R=30'CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'C4CIVILNo. C 84733HAI-LONG Q. NGUYE N
08SCALE IN FEETGALLEON AND NEWPORTPage 40 of 199
134.89AC134.77GTR134.59CFFL BC135.07TC/JNT135.14SW BC/JNT135.20BW BC/JNT135.44NG135.47NG135.24BW135.21SW13AC13G134.96GTR135.00AC134.75CFFL135.25TC11135.38NG135.17BW135.08SW135.02SW PRC134.87SW POC134.64SW EC@BK CRB134.40TC133.93CFFL134.11GTR134.22AC134.40AC134.29GTR134.12CFFL134.62TC134.96TC134.45CFFL134.54GTR134.76AC133.99AC133.90GTR133.76CFFL134.26TC134.25SW@BK CRB134.35SW POC134.27SW PRC134.16SW134.29BW134.57NG134.61BW134.83BW134.97NG134.98BW134.03SW134.16BW133.75AC133.53GTR133.38CFFL133.87TC134.08TC133.61CFFL133.77GTR133.95AC134.12SGN134.41TC/JNT133.90CFFL EC134.05GTR134.25AC134.53SW EC134.60BW EC134.77NG134.60BW134.57SW2134.45TC133.93CFFL134.07GTR134.25AC134.22AC134.07GTR CRACKED133.98CFFL CRACKED134.50TC CRACKED134.21AC134.04GTR133.90CFFL134.37TC134.35TC133.88CFFL134.02GTR134.21AC134.11AC133.95GTR133.76CFFL134.23TC134.30TC133.79CFFL133.98GTR134.16AC134.04AC133.91GTR133.75CFFL134.20TC134.14TC133.68CFFL133.84GTR133.95AC133.81AC133.68GTR133.57CFFL134.04TC133.91TC/JNT133.48CFFL133.64GTR133.80AC134.14SW BC134.16BW BC134.60NG134.36SW PRC134.29SW POC134.23SW POC134.27BW134.33BW134.36BW134.42BW134.47BW134.57BW134.54BW134.54BW134.49SW134.47SW134.49SW PRC134.46SW POC134.32SW POC@BK CRB134.18SW POC@BK CRB134.27SW POC134.37SW POC134.68NG134.63NG134.50NG134.48AC134.49AC134.49AC134.42AC134.46AC134.37AC134.31AC134.23AC134.12AC134.01AC134.25AC134.34AC134.40AC134.47AC134.52AC134.84AC135.24AC135.15AC135.08AC135.01AC134.94AC134.89AC134.84AC134.81AC134.77AC134.73AC134.62AC134.55AC134.67AC134.87AC134.46AC134.31AC134.22AC134.09AC134.48AC134.59AC134.58AC134.38AC134.49AC1.5%7.5%0.9%0.9%(2.0%)(0.8%)4.1%4.1%0.9%2.1%2.1%4.0'4.0'5.0'5.0'4.4'4.4'3.0'3.0'5.0'5.0'5.0'3.0'5.0'2.3'5.0'0.9%1.0%1.5%(134.55 TC/FS)(134.47 FS)(134.34 TC/FS)(134.31 FS)134.23 FS134.35 FS2.0'134.26 TC133.86 FL(134.35 TC)(133.88 FL)9.0%7.5%133.81 FL133.77 FL134.14 TC133.72 FLGALLEON WAY(3.3%)(2.3%)7.5%1.5%1.6%
2 .2 %
2 .2 %7.5%7.5%1.5%1.5%5 .0 %9.0%5 .0 %
5 .0 %2.1%2.1%4.5%2.0%1.5%0.9%3.0'2.0'5.0'5.0'5.0'3.0'8.8'5.0'5.0'5.0'
4.5'5.0'5.0'4.4'4.4'3.0'(134.96 TC)(134.45 FL)(134.08 TC)(133.61 FL)134.34 TC133.84 FL134.61 TC134.27 FL134.09 FL134.16 FL134.42 FS134.50 FS(134.16 FS)(135.08 FS)(135.17 TC/FS)(134.29 TC/FS)134.45 TC134.38 FL134.65 TC134.49 FL134.85 TC134.57 FL135.05 TC134.94 FL134.15 FS134.10 FS134.30 FS134.87 FS5.0'5.0'0.9%(134.14 TC)(133.68 FL)3.0'
3.9'1CORAL STR=30'R=30'4.0'4.0'126.03CNC AP125.58GTR BC125.93TC125.09CFFL BC125.08125.78AC125.77AC125.55GTR125.34CFFL125.89TC126.43NG126.04BW126.18SW126.09SW125.99BW126.29NG126.35NG126.05BW126.02BW126.03SW PRC126.08SW POC125.95SW@BK CRB126.01SGN126.07SW126.09BW126.17BW126.39NG126.52NG126.33BW126.32SW PRC126.27SW POC126.22SW POC126.13SW@BK CRB126.07TC125.60CFFL125.83GTR125.92AC125.85AC125.65GTR125.42CFFL125.95TC125.88TC125.35CFFL125.53GTR125.77AC126.20CNC126.27TX125.79CFFL EC125.92GTR126.15AC126.17AC125.92GTR125.78CFFL126.28TC126.17TC125.69CFFL125.82GTR126.09AC126.10AC125.92GTR125.80CFFL125.88BX126.31SW@TOP RMP126.36BW/EP126.56EP126.31BW126.24SW126.27SW AP126.27CNC POL126.18BW126.09SW126.53NG125.89AC125.72GTR125.49CFFL126.00TC125.98TC125.45CFFL125.71GTR125.62GTR125.84WV125.38CFFL BC125.97TC126.27FH126.17SW BC126.21BW BC126.56NG126.19SW PRC126.18SW POC126.11SW POC126.09SW@BK CRB126.09SW@BK CRB126.20BW126.22BW126.21BW126.55NG126.13TC125.59CFFL125.82GTR125.90AC125.96AC125.81GTR125.53CFFL126.09TC126.01TC125.50CFFL125.68GTR125.92AC125.91AC125.76GTR125.50CFFL126.08TC126.00TC/JNT125.38CFFL125.61GTR125.83AC125.98TC125.31CFFL EC125.73GTR AP125.66GTR/TG AP125.70TG AP125.72GTR AP125.84AC125.79AC125.22TG AP126.06TC125.22CFFL@TG125.96CNC POL125.88SW125.85BW126.45NG126.30NG125.88SW EC125.88SW BC126.01SW EC126.11SW POC126.15SW POC126.11BW126.00BW125.86BW125.82BW125.99CNC POL126.42WVAC126.36AC126.23AC126.10AC126.07AC126.02AC125.98AC125.97AC126.04AC126.38AC126.38AC126.38AC126.31AC126.27AC126.25AC126.27AC126.28AC126.27AC126.25AC126.24AC126.22AC126.16AC126.12AC126.12AC126.17AC126.07AC126.10AC126.04AC126.07AC126.15AC126.15AC126.25AC126.22AC126.20AC1.5%7.5%1.5%(0.3%)3.8%3.8%0.9%(1.5%)0.9%1.5%1.5%0.0%4.0'4.0'3.0'5.0'5.0'5.0'3.0'5.0'5.0'3.0'
2.0'5.0'5.0'4.4'4.9'125.93 TC125.43 FL125.50 FL125.58 FL126.03 TC125.66 FL(126.17 TC)(125.69 FL)1.5%3.0'126.13 FS125.94 FS125.98 FS(126.07 FS)(126.01 TC/FS)125.87 FS126.05 TC125.98 FS126.13 TC125.94 FS126.20 TC126.02 FS126.28 TC126.21 FS(126.32 TC/FS)OCEANAIRE DR(125.92 TC)(125.40 FL)8.6%5.0'1.4%1.6%4.5%1.4%1.6%9.0%0.9%1.0%1.0%
1 .0 %(0.4%)(1 .5 %)1.5%7.5%1.0%0.9%
0 .9 %1.9%1.9%1.5%1.5%1.0%0.9%5.0'5.0'5.0'2.0'2.0'2.0'1.9'3.4'5.0'5.0'5.0'4.0'5.0'5.0'4.9'4.3'3.0'125.59 FL/HP125.54 FL125.84 TC125.49 FL(126.06 TC(125.47 FL)125.99 TC125.54 FL(126.08 TC(125.53 FL)126.05 FS(126.18 FS)125.91 FS125.96 FS(126.20 TC/FS)126.21 TC126.12 FS126.22 TC126.03 FS126.10 TC125.98 FS125.98 TC125.93 FS(125.90 TC/FS)(0.5%)4.0'125.86 FS3.0'2.0'PROTECT(E) FHPROTECT (E) DI18.0%6.0%(0.5%)PROTECT(E) DWATASCADERO STR=30'R=30'REPLACE 30 LFRED CURB PAINT(125.88 FS)(126.31 FS)4.0'CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'C5CIVILNo. C 84733HAI-LONG Q. NGUY E N
08SCALE IN FEET08SCALE IN FEETGALLEON AND CORALOCEANAIRE AND ATASCADEROPage 41 of 199
126.09SW/CNC POL126.02TC125.28CFFL BC/SD CURB INLET125.77TG AP125 72125.22125.22TG AP126.22CNC POL LIFTED126.06SW BC126.18BW BC/FNCI126.41NG126.11SW126.27BW126.28BW126.11SW126.08SGN126.12SW PRC126.19SW126.20SW126.14SW@BK CRB126.15TC125.45CFFL125.73GTR126.06AC126.28STRIPE AP125.77STRIPE END125.63STRIPE END126.14TC125.52CFFL125.74GTR125.95AC126.02AC125.81GTR125.56CFFL126.20TC126.16SW@BK CRB126.15SW126.18SW126.23SW PRC126.25SW POC126.29SW POC/CNC POL126.32CNC POL126.38CNC POL126.37TC125.75CFFL EC126.00GTR126.13AC126.08AC125.92GTR125.66CFFL126.31TC126.28BW/FNCI126.43SW126.42SW EC/JNT/CNC POL126.30BW/JNT/FNCI126.71NG126.74NG126.52NG126.47NG126.34NG126.35BW/FNCI126.30BW/FNCI126.34BW/FNCI126.39BW/FNCI126.40SW POC125.87AC125.63GTR125.35CFFL126.02TC125.98SW@BK CRB126.11SW126.06SW126.04SW PRC126.06BW126.11BW126.43NG126.37NG126.00SW POC126.01TC125.33CFFL125.70GTR126.04AC126.04AC125.59GTR125.28CFFL125.91TC126.00TC125.37CFFL125.63GTR125.83AC125.62STRIPE END/GTR125.75STRIPE END126.04AC125.75GTR125.30CFFL125.99TC125.871IN TREE125.95TC EC125.27CFFL@SD INLET126.11BW126.39NG125.98SW@BK CRB126.00TC125.35CFFL125.62GTR125.72END STOP BAR125.92AC125.62GTR125.32CFFL125.96TC125.93AC126.06AC125.61GTR125.36CFFL125.98TC125.97TC/JNT125.41CFFL125.65GTR126.11AC125.59GTR125.92SGN125.9818IN TREE126.02TC125.48CFFL BC125.73GTR126.04AC126.31AC126.33AC126.37AC126.23AC126.44AC126.40AC126.07AC126.08SW POC126.09SW POC126.14SW PRC126.19SW126.22SW126.28SW126.28SW BC126.34SW126.79NG126.34BW BC126.24BW126.20BW126.13BW126.47NG126.77NG126.43AC126.39AC126.37AC126.40AC126.33AC126.34AC126.25ACAC126.46AC126.59AC126.62AC126.67AC126.69AC126.63AC126.56AC126.42AC126.56AC126.52AC126.55AC126.62AC126.70AC126.31AC126.22AC126.20AC126.27AC126.52AC126.55AC126.89AC126.93AC126.94AC126.88AC126.66AC126.78AC126.82AC126.94AC126.66AC126.49AC126.65AC126.75WV126.00TC125.32CFFL125.68GTR125.99AC125.97AC125.51GTR125.28CFFL125.96TC126.12TC125.40CFFL125.64GTR126.05AC0.2%0.2%0.2%0.2%7.5%1.5%0.2%0.2%(0.5%)(1.1%)5.3%5.3%3.9%
3 .9 %1.5%1.5%9.0%9.0%5.1'4.3'3.0'5.1'5.0'5.0'5.0'5.1'3.0'5.0'5.0'5.0'3.0'(125.96 TC)(125.32 FL)(125.91 TC)(125.28 FL)125.75 TC125.29 FL125.30 FL125.30 FL125.75 TC125.31 FL(126.18 TC/FS)126.16 TC126.02 FS126.13 TC125.76 FS126.11 TC125.75 FS126.08 TC125.94 FS5.0'5.0'125.69 FS125.68 FS125.87 FS125.95 FS(126.06 TC/FS)(4.1%)1.0%7.5%1.5%5.1%5.1%6.0%6.0%0.9%0.9%9.0%9.0%1.5%1.5%(2.6%)4.0'
2.0'5.0'5.0'5.0'1.7'1.7'3.0'5.0'5.0'5.0'3.1'4.0'2.0'4.0'4.0'4.0'5.0'5.0'(126.20 TC)(125.56 FL)(126.12 TC)(125.40 FL)125.91 TC125.41 FL125.46 FS125.50 FS125.95 TC125.55 FL125.79 FS125.83 FS126.13 FS126.04 FS(126.29 FS)(126.39 TC/FS)126.37 TC126.21 FS126.34 TC125.91 FS126.32 TC125.86 FS126.29 TC126.12 FS(126.27 TC/FS)4.5'4.4'3.0'4.5%1.0%4.5%OCEANAIRE DRLAKEVIEW STR=30'R=30'(126.16 FS)(126.11 FS)4.0'126.09AC125.93GTR125.75CFFL126.37TX125.88BX125.88TC125.83CFFL125.96GTR126.06AC126.05AC125.92GTR/STRIPE END125.88BX125.78CFFL126.28TX126.28SGN/PAVERS126.42SW@DW126.51SW@DW126.57BW126.60BW@DW126.78CNC POL126.94CNC POL126.58BW@DW/RMP GB126.55BW126.93TW AP127.02TW 8IN AB126.96TW EC126.62RMP GB126.65BW126.33CNC126.30CNC126.35CNC125.84GTR/STRIPE END125.80GTR126.01AC125.61CFFL126.19TC/JNT126.21GM126.38WM126.15PAVERS126.03TC125.47CFFL125.70GTR125.98AC125.92AC125.80GTR125.73GTR125.52CFFL126.12TC/JNT126.09PAVERS POL126.07PAVERS AP126.07PAVERS AP126.09PAVERS AP126.162IN TREE126.21SW126.33BW126.35NG126.36SW126.45BW126.35NG126.97TW POC126.51BW126.39SW126.33PAVERS AP126.36PAVERS AP126.18PAVERS AP126.302IN TREE126.1315IN TREE126.29PAVER POL/SW125.74GTR125.75AC125.99AC125.29CFFL126.06TC126.05PAVERS POL26.29SW/PAVER POL126.30SW GB126.38BW126.29SW126.19SW LP126.32BW LP126.43BW126.31SW126.20NG126.81TW PRC126.75TW POC26.80W AP6.35W126.35AC126.27AC126.24AC126.25AC126.30AC126.40AC126.44AC126.41AC1.7%1.7%1.7%1.7%7.5%1.5%1.7%7.1%(7.2%)1.5%7.1%3.5%3.5%3.0'5.0'4.2'3.4'3.0'4.0'4.0'4.2'5.1'3.0'3.5'4.2'3.4'3.0'(125.54 FL)(126.11 TC)(125.78 FL)(125.88 FS)(126.30 FS)(126.58 FS)126.49 TC126.13 FS126.44 TC126.05 FS126.23 TC/FS(126.33 FS)(126.21 TC/FS)126.16 FS126.16 TC125.60 FL126.23 TC125.67 FL126.23 TC125.73 FL126.54 TC126.37 FS125.98 FS126.38 TC126.06 FS126.30 TC126.30TC/FS(E) DRIVEWAYTO REMAIN(2.6%)1.5%1PROTECT (E) GAS METER2PROTECT (E) TREELAKEVIEW STREMOVE (E) CROSSWALKSTRIPING AND INSTALL (N) 12"YELLOW STRIPING. MATCH (E)CROSSWALK WIDTHREPLACE DRIVEWAYWING PER ENG. STD. 21104.0'CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'OCEANAIRE AND LAKEVIEWC6CIVILNo. C 84733HAI-LONG Q. NGUY E N
08SCALE IN FEETPage 42 of 199
125.85GTR BC126.10AC125.80TG AP125.51CFFL BC@INLET125.51TG126.18TC125.91SGN125.67GTR125.93AC125.40CFFL125.99TC126.02TC125.42CFFL125.69GTR125.83GTR126.03SW@BK CRB126.03SW EC126.08SW POC126.08SW PRC126.03SW POC126.17BW POC126.35NG126.10BW/JNT126.04SW/JNT126.27BW126.35NG126.36NG126.30BW126.16SW PRC126.18SW POC126.13SW POC126.08SW EC126.03SW@BK CRB126.08TC125.50CFFL125.72GTR125.97AC125.86AC125.71GTR125.46CFFL126.06TC125.97TC/JNT125.51CFFL125.75GTR125.98AC125.98TC125.52CFFL EC125.71GTR125.94AC125.94AC125.66GTR125.53CFFL125.95TC126.01TC125.45CFFL125.75GTR126.128IN PALM126.10BW126.08SW126.22NG126.31NG126.24BW126.15BW EC126.07SW EC126.12SW POC126.09SW126.09BW126.42AC126.39AC126.36AC126.38AC126.40AC126.43AC126.47AC126.50AC126.54AC126.57AC126.54WV126.53WV126.45WV126.57AC126.55AC126.52AC126.56AC126.57AC126.58WV26.65AC126.03WM126.33SW CRACK126.39BW CRACK126.45NG126.60NG126.45BW BC126.45SW BC126.50CNC AP126.53CNC AP126.26CNC POL@BK CRB126.22CNC POL@BK CRB126.20SGN126.39FH126.3710IN TREE126.37SW126.40BW126.25TC/JNT125.72CFFL BC125.98GTR126.15AC126.24AC125.94GTR125.68CFFL126.19TC/JNT126.08AC125.91GTR125.70CFFL126.24TC126.27SW@BK CRB126.25SW@BK CRB126.15SGN126.44SW POC126.44BW126.62NG126.27TC125.67CFFL125.79GTR125.97AC126.09AC125.85GTR125.70CFFL126.27TC126.24TC125.55CFFL125.82GTR125.98AC126.12AC125.94GTR125.63CFFL126.27TC126.36TC125.61CFFL EC@INLET126.05TG AP125.57TG125 55126.37TC CRACKED126.10GTR EC126.33AC126.60AC126.48AC126.29AC126.21AC126.25AC126.38AC126.30AC126.34AC126.32AC126.35AC126.18AC126.21AC126.21AC126.23AC126.14AC126.14AC126.34AC126.51AC126.57AC126.90AC126.88AC126.75AC126.55AC126.51ACAC126.68AC126.74AC126.81AC126.53BW126.59NG126.49SW POC126.45SW POC126.50SW PRC126.52NG126.34BW126.26SW POC126.28SW PRC126.32SW POC126.36SW BC126.44BW EC126.55NG126.40BW126.35BW0.3%
0 .3 %0.3%(1.8%)(0.8%)3.4 %
3 .4 %4.7%4.7%9.0%9.0%0.3%1.5%1.5%1.5%7.5%5.0'5.0'5.0'9.2'3.0'5.0'5.0'5.0'
3.0'4.8'4.3'5.0'5.0'3.0'2.0'(125.70 FL)(126.27 TC)(125.63 FL)126.12 TC125.65 FL125.67 FL125.68 FL126.13 TC125.69 FL(126.49 TC/FS)(126.37 TC/FS)126.47 TC126.35 FS126.44 TC126.11 FS126.42 TC126.10 FS126.39 TC126.27 FS(126.30 FS)(126.46 FS)126.27 FS126.19 FS126.03 FS126.04 FS0.2%0.2%0.2%(3.3%)(2.4%)3.7%3.7%0.3%4.4%4.4%1.5%7.5%9.0%9.0%1.5%1.5%4.0'4.4'4.9'3.0'5.0'3.0'5.0'5.0'3.5'5.0'5.0'4.0'4.0'
2.1'(126.01 TC)(125.46 FL)(126.00 TC)(125.41 FL)125.44 FL125.43 FL125.88 TC125.42 FL125.89 TC125.45 FL0.2%(126.23 TC/FS)3.0'5.0'5.0'5.0'3.0'(126.16 TC/FS)126.21 TC126.05 FS126.30 TC125.87 FS126.30 TC125.88 FS126.26 TC126.10 FS126.02 FS(126.14 FS)(126.03 FS)125.98 FS125.80 FS125.81 FS0.2%4.5%0.3%4.5%OCEANAIRE DRBALBOA STPROTECT(E) FHPROTECT(E) SIGN1PROTECT (E) SIGNR=30'R=30'REPLACE 30 LFRED CURB PAINTREMOVE (E) LIMIT LINE ANDINSTALL (N) 12" YELLOWCROSSWALK STRIPINGREMOVESTRIPING(N) 12" WHITE LIMIT LINE3.0'4.0'(126.25 TC)(N) 12" WHITE LIMIT LINEREPLACE 12" YELLOW STRIPING (TYP.)4.0'4.0'125.92GTR125.98CFFL126.42TX126.12GTR126.28AC126.09AC125.85GTR125.57CFFL126.15TX126.17PP126.25SDMH126.21CNC POL@BK CRB125.56CFFL126.24TC126.24TC125.42CFFL@INLET125.41CFFL@INLET126.20TC126.31SW@DW126.70DW126.51BW@DW126.38CNC POL@SW126.40SW/JNT126.55BW/JNT126.86NG126.78NG126.57BW126.43SW126.19WM126.42SW126.54BW126.80NG126.48WLK@BW126.52WLK@BW126.61WLK126.55WLK126.52BW126.52BW@DW126.70EP126.48SW@DW RMP126.27TC/JNT125.82CFFL126.00GTR126.20AC126.19AC125.96GTR125.78CFFL126.24TC126.24TC/JNT125.76CFFL125.96GTR126.15AC126.25GW4.0%0.6%0.6%4.7%0.6%4.7%7.5%1.5%1.5%(2.1%)(3.6%)1.5%4.3%3.0'5.0'5.0'5.0'3.0'4.2'4.8'3.0'4.0'4.0'(126.53 TC/FS)(126.43 TC/FS)126.33 FS126.53 TC126.19 FS126.53 TC126.16 FS(126.53 TC/FS)(126.36 TC/FS)126.32 FS126.09 FS126.12 FS126.26 TC125.76 FL126.23 TC125.73 FS(126.24 TC)(125.78 FL)126.52 TC126.49 TC(126.24 TC)(125.61 FL)PROTECT (E) DI3.6'5.0'3.0'4.3%126.53 TC126.39 FS126.53 TC126.40 FSPROTECT (E) WMPROTECT (E) GWPROTECT (E) FH4.0'CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'OCEANAIRE AND BALBOAC7CIVILNo. C 84733HAI-LONG Q. NGUY E N
08SCALE IN FEETPage 43 of 199
130.45TC130.08CFFL130.07FL130.20GTR130.39AC130.30AC130.16GTR130.01FL130.03CFFL130.42TC130.37TC130.02CFFL130.00CFFL130.41TC130.44TC130.05CFFL130.44SW@BK CRB130.47SW EC130.54SW POC130.57SW PRC130.40SGN130.64SW130.69BW131.08NG130.93NG130.62BW130.57BW130.59BW130.62BW130.88NG130.89NG130.51SW PRC130.52SW POC130.45SW POC130.39SW POC@BK CRB130.64TC/JNT130.15CFFL0.80W/JNT30.88W/JNT1.32G130.80BW BC130.79SW BC130.35GTR130.63TC130.25CFFL130.15FL130.12CFFL130.49TC130.22GTR130.37AC130.08FL130.01FL130.14GTR130.34AC130.23AC130.06GTR129.92FL T129.94FL130.02GTR AP130.11AC130.15AC130.07GTR129.96FL129.97FL130.10GTR130.26AC130.40AC130.26AC130.14AC130.03GTR130.02GTR129.85FL130.20AC130.11AC129.88GTR129.91GTR129.79FL130.09AC130.33AC130.59AC130.48AC130.44AC130.39AC130.26AC130.08AC129.84GTR129.86GTR130.07AC129.75FL129.70FL129.83GTR AP129.78GTR129.99AC129.94AC129.90GTR130.01AC130.14AC130.21AC129.96GTR130.01GTR129.86CFFL130.33TC130.43TC129.93CFFL130.10GTR130.28AC130.52AC130.65AC130.51AC130.34AC130.19GTR130.03CFFL BC130.52TC/JNT130.29TC129.83CFFL129.77CFFL130.24TC130.13TC129.68CFFL129.56CFFL130.04TC130.00TC129.50CFFL129.96TC CRACKED129.50CFFL EC129.66GTR129.82AC129.84AC129.72GTR129.58FL129.62FL129.76GTR129.96AC129.98AC129.77GTR129.65FL129.92CNC129.72AC129.59GTR129.43CFFL129.93TC129.47CFFL129.94TC129.88AC129.90AC130.249IN TREE130.29SW EC130.16SW130.14BW130.22BW EC130.44NG130.11SW130.12BW130.16SW@BK CRB130.26SW POC130.25SW POC130.19SW PRC130.23SW POC130.27SW POC130.19BW130.39NG130.50NG130.32BW130.43BW130.46BW AP130.48BW130.55NG130.62NG130.54BW130.62BW130.69BW BC130.71NG130.64SW BC130.52SW POC130.43SW PRC130.36SW POC130.28SW POC@BK CRB130.60AC130.79AC130.63AC0.5%0.7%2.1%0.3%0.2%0.6%7.0%6.5%7.5%1.5%0.3%(1.5%)(1.6%)0 .3 %
0 .3 %0.3%0.3%0 .6 %0.2%1.5%1.5%4.0'4.0'3.0'
5.0'5.0'5.0'3.0'5.0'5.0'5.0'5.0'18.4'5.0'15.1'130.56 FS130.58 FS130.59 FS(130.61 FS)(130.67 FS)130.66 FS130.64 FS130.63 FS130.61 FS(130.60 FS)(130.54 FS)130.53 FS130.18 FL130.51 TC130.16 FL130.55 TC130.19 FL130.64 TC)130.15 FL)130.15 FS(130.51 TC)(130.07 FL)27.3'5.9'21.0'12.9'2.2'2.0'2.1'2.0'130.20 HP/FL129.92 FL4.4'5.1'3.0'0.6%1.1%2.2%(1.3%)(0.3%)1.5%1.7%1.7%1.8%1.8%1.5%7.5%1.5%1.5%0.3%0.3%1.8%1.8%1.5%1.0%8.0%6.0%3.0'5.0'5.0'5.0'3.0'16.1'5.0'5.0'5.0'16.8'27.5'5.8'11.3'21.0'(130.52 TC)(130.03 FL)(129.96 TC)(129.50 FL)(130.21 FS)(130.22 FS)(130.57 FS)130.52 FS130.44 FS130.36 FS130.27 FS(130.52 FS)130.44 FS130.22 FS130.37 FS130.30 FS4.4'5.4'3.0'5.0'
4.0'4.0'5.0'129.69 FL129.97 FL129.89 FL130.19 TC129.80 FL130.37 TC129.98 FL129.76 FS2.0'2.0'BORONDA STATASCADERO ST1R=30'R=30'(129.91 FL)(129.70 FL)127.05FD SLO BM 24127.07SW EC127.14BW EC127.55NG127.43NG127.15BW POC127.03SW POC127.08CNC127.03TC126.56CFFL EC126.72GTR126.91AC126.85AC126.74GTR126.61CFFL127.03TC126.8148IN DIA SHRUB127.00TC126.53CFFL126.63GTR126.77AC126.61AC126.53GTR AP126.51GTR126.73AC126.39FL126.34FL126.49GTR126.66AC126.61AC126.49GTR126.35FL126.35CFFL126.83TC126.85SGN127.10BW126.90BW127.39NG127.22NG127.38NG127.07BW BC127.01SW BC/CNC POL126.90BW126.95SW@BK WLK126.97SW POC126.89SW PRC126.90CNC127.088IN TREE126.73CNC POL126.72TC126.24CFFL BC126.36GTR126.52AC126.39AC126.24GTR126.03CFFL126.80TC126.81CNC POL126.93SW/CNC POL126.94BW127.16NG126.84BW126.76SW126.42AC126.20GTR126.78WM126.86CNC AP126.89CNC AP126.73AC126.57GTR126.53GTR126.73AC126.39FL126.46FL126.58GTR126.68AC126.74AC126.57GTR126.67GTR126.79AC126.80AC126.68GTR126.53FL126.61FL T126.71GTR AP126.73AC126.79AC126.82AC126.69GTR126.78GTR126.58FL126.73GTR126.85AC126.83AC126.67GTR126.55FL126.69CFFL127.15TC127.03SL127.19TC126.77CFFL126.72CFFL127.19TC127.20SW@BK CRB127.20SW EC127.24BW EC127.41NG127.21SW POC127.28BW POC127.18SW PRC127.14SW POC127.16SW POC127.24BW127.44NG127.39NG127.22BW127.22BW127.42NG127.36NG127.18BW BC127.18SW BC126.94SGN127.23SW POC127.27SW PRC127.23SW POC127.15SW@BK CRB126.78CFFL127.14TC127.12TC126.71CFFL126.63FL126.79GTR126.93AC126.84AC126.80GTR126.63FL126.92AC126.77GTR126.55CFFL BC127.05TC126.90AC126.73GTR126.55CFFL EC127.07TC127.12TC126.58CFFL126.57FL126.73GTR126.90AC126.69GTR126.86AC126.54FL127.1924IN TREE7.11W16127.14SW127.18BW127.49NG126.92AC126.73GTR126.52CFFL127.03TC125.95CFFL126.04CFFL12TX126.62TC126.89AC127.01AC127.11AC127.18ACAC127.37AC127.29AC127.20AC127.07AC126.84AC126.88AC127.00AC127.05AC127.08AC0.1%2.4%0.1%0.1%(0.5%)(1.8%)0.4%0.4%0.4%0.4%0.4%0.3%1.3%1.3%1.2%1.2%6.0%6.0%1.5%7.5%1.5%1.5%5.0'4.5'4.8'5.0'3.5'5.0'5.0'5.0'3.0'18.3'5.0'5.0'5.0'3.0'PROTECT (E)LIGHT POLE(126.55 FL)(127.07 TC)(126.55 FL)(127.05 TC)126.53 FL(126.53 FL)127.12 TC126.77 FL126.82 HP/FL126.81 FL127.11 TC126.74 FL(127.28 FS)(127.20 FS)(127.21 FS)(127.22 FS)127.27 FS127.25 FS127.23 FS127.21 FS127.14 FS127.19 FS127.18 FS127.17 FS(126.69 FS)2.1'2.0'2.0'2.0'20.9'17.3'25.3'10.0'6.0'6.0'0.8%0.5%1.9%1.2%1.4%1.5%0 .3 %
0 .3 %(3.1%)(0.5%)1.1 %
1 .1 %1.1%1.1%1.1%1.5%7.5%7 .0 %6.1%1.5%1.5%11.1'20.9'2.0'2.0'24.6'6.0'17.7'5.0'5.0'5.0'14.2'4.6'4.6'5.0'5.0'5.0'3.0'(126.90 FS)(126.92 FS)(127.15 FS)(127.03 FS)(127.03 TC)(126.59 FL)(126.24 FL)(126.72 TC)127.10 FS127.05 FS126.99 FS126.93 FS126.86 FS126.92 FS126.98 FS127.03 FS126.63 HP/FL126.57 FL126.50 FL126.88 TC126.38 FL126.49 FS4.0'3.0'PROTECT(E) SHRUB126.62 FL126.98 TCATASCADERO STGULF ST11.7'5.0'5.0'2.0'2.0'4.0'4.4'PROTECT(E) SIGN33R=30'R=30'REPLACE 36 SQFTOF CROSS GUTTER4.0'4.0'(N) 12" WHITE LIMIT LINE1(126.39 FS)CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'C8CIVILNo. C 84733HAI-LONG Q. NGUY E N
08SCALE IN FEETATASCADERO AND GULFATASCADERO AND BORONDAPage 44 of 199
298.56FD L/T LS3877297.90CFFL EC297.85GTR298.10AC297.57CFFL298.19TC298.61SW EC298.63BW EC298.70NG298.25NG298.27BW298.21SW298.82BW297.98NG297.46BW297.37SW297.55TC296.86CFFL297.21CFFL297.88TC297.28TC296.65CFFL296.20CFFL296.82TC296.47TC295.82CFFL296.02GTR296.22AC296.51PP296.54SGN295.85BGN 2IN SLOT296.18CL SLOT Y296.21CL SLOT AP296.33CNC296.41GTR296.58AC296.72SW BC296.91BW BC297.24NG297.76NG297.12BW296.96SW297.08NG296.56BW296.36SW296.17TC295.53CFFL295.70GTR295.95AC95.99GW297.65AC297.77AC297.60GTR297.39GTR AP297.37GTR297.50AC297.15AC297.02GTR296.96CNC296.83CL SLOT296.81CL SLOT297.25CNC297.34CNC297.22CL SLOT297.20CL SLOT297.83CL SLOT297.83CL SLOT297.96CNC298.05GTR298.22AC298.21AC298.04GTR298.65GTR AP298.67AC298.78AC298.77GTR298.59CL SLOT Y298.73CNC298.60CNC298.46CL SLOT Y298.48CL SLOT Y298.52CL SLOT AP298.68CNC298.69GTR298.85AC300.11AC299.90GTR299.77CFFL EC300.40TC299.963IN GALV INV299.04GTR299.16AC298.84CL SLOT298.90CNC299.72CL SLOT END299.44CFFL299.93TC299.50TC298.88CFFL298.68CFFL299.32TC298.63CFFL/CL SLOT299.30TC298.74CFFL298.81GTR298.88AC298.96AC298.83GTR298.73CFFL BC299.40TC299.39FD L/T LS3877299.46SGN299 17299.61BW/FW302.31TW302.37TW299.51SGN299.52BW/FW299.92BW/FW302.37TW302.34TW300.59BW/FW300.92BW/FW302.36TW300.68TC300.05CFFL300.19GTR300.39AC300.62AC300.42GTR300.27CFFL300.91TC301.12BW301.01FW BC301.24FW/PAVERS302.34TW298.56TC298.86AC299.20AC299.18AC298.99AC298.84AC298.64AC298.38AC298.67AC298.94AC298.65AC298.36AC298.05AC296.06AC296.28AC296.58AC296.90AC297.28AC297.63AC298.01AC298.36AC298.48WV298.75AC298.78WV298.26WV299.09AC299.43AC299.81AC300.17AC300.67AC333332929222222223333333292229292929LA ENTRADA4.3%4.3%4.3%4.3%4.3%0.7%2.0%2.0%2.0%1.5%
4 .8 %5.6%2.9%0.7%4 .8 %5.6%7.5%1.5%1.5%4.9%4.9%7.5 %
7 .5 %
9 .0 %5.7%(0.4%)(3.8%)1.5%1.5%1.5%1.0%1.0%3.9%3.9%7.5%1.5%8.3%8.3%2.8%2.8%1.5%1.5%(3.3%)(3.5%)9.0%5.3%4.5%5.0'7.0'6.2'7.0'
6.2'5.0'4.5'7.2'3.0'7.2'6.0'5.0'6.0'
7.2'14.0'7.5'31.0'1.5'1.5'4.3'4.5'3.0'4.9'5.0'5.0'7.7'6.2'7.0'5.0'7.0'6.2'8.8'8.9'8.4'5.8'5.9'1.6'2.0'2.0'1.5'2.0'6.0'7.6'14.0'2.0'3.2'(298.63 TC/FS)(298.61 FS)(296.91 FS)(296.72 FS)297.21 TC/FS298.08 FS297.56 FS297.46 FS297.14 FS296.95 FL297.02 FS297.07 FL296.61 FL297.29 TC297.31 FL297.56 TC297.19 FS297.13 FL297.19 FS296.32 FS297.65 FL298.15 TC296.20 FL296.87 TC(298.56 TC)(297.90 FL)(296.47 TC)(295.82 FL)(299.61 FS)(299.40 TC)(298.73 FL)(300.59 FS)(300.40 FS)(299.77 FS)299.42 FS299.20 FS299.28 FS300.00 FS299.51 TC299.15 FL299.90 TC299.39 FL299.21 FS299.14 FS299.17 TC298.73 FL299.31 TC298.67 FL298.80 FL298.88 FL298.52 FS298.46 FL298.53 FL298.52 FS7.3'16.7'27.0'6.0'DEL NORTE WAY299.51 FSPROTECT (E) SIGNPROTECT (E)POWER POLE6.3%5.7%2.2%1.2%6 .6 %5.7%297.67 TC297.56 FS298.00 TC297.63 FS298.33 TC298.16 FS7.0'6.8'7.7'5.0'8.7'7.1'298.94 FS296.96 FS1R=20'R=20'8.0'REPLACE 12"WHITE STOP BARREPLACE 186 SQFTOF CROSS GUTTERREMOVE (E)STOP SIGN POST RE-INSTALL STOP SIGNAND STREET NAMEBLADES ON NEW POSTCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN08SCALE IN FEETLA ENTRADA AND DEL NORTEC9CIVILNo. C 84733HAI-LONG Q. NGUY E N 1" = 8'Page 45 of 199
SET MAG87RIBED X304.54FD L/T BM304.60TC303.97CFFL EC304.10GTR304.26AC303.81AC303.63GTR303.43CFFL304.04TC304.07SGN304.17BW304.47CNC304.65BW304.79BW305.14CNC304.94TC304.33CFFL304.47GTR304.71AC304.88AC304.72GTR304.57CFFL305.17TC305.02BW305.17CNC305.79CNC305.67BW305.58TC304.94CFFL305.08GTR305.35AC306.11AC305.86GTR305.71CFFL BC306.37TC306.35SGN306.40BW306.28NG306.03NG306.13BW306.06BW/CNC POL306.25CNC POL306.04TC305.44CFFL305.58GTR305.89AC305.18CFFL305.79TC305.31GTR305.56AC305.83BW306.53BW306.47NG306.48TC305.82CFFL305.98GTR306.24AC307.22BW307.46NG307.10TC306.44CFFL306.59GTR306.75AC306.86AC306.73GTR306.58CFFL EC307.20TC307.33BW307.57NG307.29NG307.16BW307.01TC306.36CFFL306.50GTR306.67AC306.93AC307.35TC306.73CFFL306.86GTR307.34SGN307.57BW307.73NG308.02NG307.80BW307.68TC307.06CFFL307.14GTR307.22AC307.73FH306.98AC308.06AC307.81GTR307.74CFFL308.33TC308.41SGN308.48BW308.60NG308.10NG308.13BW308.00TC307.39CFFL307.49GTR307.60AC308.37AC308.10GTR307.96CFFL308.61TC308.70BW309.02BW308.99NG308.89TC308.27CFFL308.40GTR308.60AC306.82AC306.86AC306.89AC306.92AC307.00AC307.11AC306.92WV306.74WV307.39AC307.69AC308.00AC308.22AC308.54AC308.79AC306.42306.11AC305.81AC305.51AC305.22AC304.92AC304.62AC304.48MON LID304.31AC303.97AC6304.01AC304.33AC304.73AC305.11AC305.30AC305.55AC305.75AC306.02AC306.28AC306.49AC306.54AC306.84AC306.82AC306.80AC306.76AC306.70AC306.58AC306.59AC306.61AC306.97AC307.23AC306.27AC305.97AC305.67AC305.34AC306.00AC306.13AC1.5%3.0%1.5%3.8%3.8%5.1%5.1%0.7%0.7%1.9%1.5%5.0%5.0%5.4%1.0%4.5%1.0%1.0%(0.8%)(0.5%)11.7'7.5'5.0'7.5'10.7'13.5'12.5'6.2'7.0'TRANSITION5.0'2' GTR7.0'TRANSITION6.2'5.9'1.5'3.0'5.9'1.5'3.0'8.5'8.5'5.0'6.3'3.0'(304.65 FS)305.24 FS305.63 FS305.70 FS305.99 FS305.56 FS305.64 FS305.36 FL305.16 TC304.69 FS305.43 TC305.00 FS305.75 TC305.57 FS4.1%4.4%2.5%3.7%305.90 TC305.62 FS(306.37 TC)(305.71 FL)(306.40 FS)(304.60 TC)(303.97 FL)4.5 %RELOCATE (E) FIRE HYDRANT TO BACK OF WALKPER CITY ENG. STD. 6310. INSTALL RESTRAINEDTRANSITION COUPLING AND EXTEND FIREHYDRANT SERVICE TO BACK OF WALK7.5%1.5%(2.2%)(1.5%)1.5%1.5%(1.5%)0 .4 %
0 .4 %1.5%6.4%6.4%6.4%9.0%2.7%6.7%6.4%3.4%3.4%3.4%3.4%3 .4 %
4 .5 %
2 .2 %
0 .4 %0.8%2.2%(308.70 TC/FS)(307.96 FL)(308.61 TC)(307.33 TC/FS)(307.20 TC)(306.58 FL)6.6'6.5'6.1'5.0'5.0'2' GTR
5.0'
6.1'7.7'TRANSI
TI
O
N TRANSITION6.0'5.0'6.0'6.6'6.6'6.9'4.5'3.5'3.0'6.9'6.0'6.0'7.7'307.65 TC307.36 FS307.89 TC307.39 FS308.26 TC307.85 FS308.48 TC308.27 FS(307.73 FL)(308.18 TC)(307.51 FL)(307.75 TC)(307.31 FL)(307.59 TC)307.13 FL307.06 FL(306.89 FL)(307.28 TC)(306.75 FL)(307.26 TC)4.5%307.40 FS307.32 FS308.07 TC307.46 FS1.5'3.0'1.5'3.0'LA ENTRADARAMONA DRPROTECT (E) BMELEV : 304.5411R=20'R=20'305.43 FLREPLACESTRIPING(TYP.)(308.61 TC)(307.96 FL)R/WR/WR/W
R/WREPLACE 12"WHITE STOP BAR1REMOVE(E) POSTCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HNLA ENTRADA AND RAMONAC10CIVILNo. C 84733HAI-LONG Q. NGUY E N 08SCALE IN FEET1" = 8'Page 46 of 199
254.85NG254.51TC253.89CFFL EC253.98GTR254.29NG253.78NG253.59GTR253.10GTR253.24AC252.77AC252.77GTR252.42GTR AP252.41GTR252.54AC252.26FL252.16FL252.39GTR252.45AC252.42AC252.35GTR252.11FL252.02FL252.16GTR252.27AC252.21AC252.08GTR251.97CFFL BC252.60TC252.71BW BC253.71NG254.53NG254.42NG253.42NG252.65BW252.54TC251.86CFFL252.01GTR252.15AC252.21WV252.61FH252.4GM25B25NG254NG252.62TC252.04CFFL252.80BW253.72NG254.54NG254.87NG253.89NG253.19BW END253.43NG254.55NG253.08SW END253.17TC252.50CFFL252.15CFFL252.78TC252.11GB252.21GB252.38GB252.67GB253.21GB253.06CFFL253.72TC253.71GB253.39CFFL254.03TC254.17NG254.97NG252.47CNC252.80AC252.46GTR252.40GTR252.28FL252.52AC252.49WV252.41WV252.46WV252.53AC252.38GTR252.40GTR AP252.29FL252.75AC253.01AC252.87GTR253.44GTR253.64AC254.31AC254.03GTR253.87CFFL BC254.56TC254.46NG254.86GRASS255.07GRASS253.23FL253.23CFFL253.69TC253.62NG254.13GRASS254.42GRASS253.80GRASS AP254.11GRASS AP254.10GRASS AP254.61GRASS253.52NG253.47NG253.48SGN253.51BW END253.30SW END252.88CFFL253.42TC252.54CNC252.44FL253.19TC252.72CFFL253.28NG253.36NG252.98TC252.46CFFL252.39FL252.44GTR252.56AC252.51AC252.41GTR252.35FL252.61AC252.44GTR252.34CFFL EC252.82TC252.96BW EC252.98NG253.57GRASS254.24GRASS254.35GRASS253.64GRASS252.89NG252.99BW@WLK253.09BW@WLK253.14BW GB253.01TC252.39CFL252.44GTR252.72AC252.90WM252.85GM252.87BW252.87TC252.36CFFL252.43GTR252.64AC253.08BW253.08NG253.66GRASS254.19GRASS254.24GRASS253.78GRASS253.23NG253.22BW254.61AC254.07AC253.54AC253.03AC253.07AC253.60AC254.22AC254.89AC254.58AC253.96AC253.41AC2A252.34AC252.40AC252.43AC252.47AC252 59252.62AC252.65AC252.65AC252.68AC252.68AC252.74AC252.76AC252.88AC252.80AC5.6%0.2%(2.6%)1.0%1.5%1.5%1.5%1.7%4.5%6.0'5.0'7.5'19.5'10.1'25.2'2.0'1.5'1.5'2.0'(252.96 TC/FS)253.11 TC252.84 FS253.34 TC252.67 FS253.51 TC252.74 FS252.76 TC252.43 FL252.59 FL6.3'10.1'5.0'23.4'252.66 FL252.41 FS252.29 FL(252.82 TC)(252.34 FL)(254.56 TC/FS)(253.87 FL)6.0'3.0'LA CANADA DRCERRO ROMAULDO AVE(2.0%)1.0%5.9%4.5%1.5%3.1%1.5%0.4%6.1'21.9'5.0'17.6'3.0'19.6'10.0'6.0'25.0'252.25 FL252.37 FS253.28 TC252.68 FS253.11 TC252.61 FS(252.71 TC/FS)1.5'2.0'2.0'1.6'(252.60 TC)(251.97 FL)(254.51 TC/FS)(253.89 FL)252.52 FL252.60 FLPROTECT (E) FHR=28'R=28'REPLACE 40 LFRED CURBPAINT11.5%(1.5%)5.0'18.1'255.07 TC254.64 FS8.3%2.4%2.2%10.5%1.5%1.5%0.8%1.5%1 1 .5 %
8 .9 %(1.5%)1.5%6 .0 %
16.6'5.0'13.3'REPLACE 40 LFRED CURBPAINT255.00 TC254.59 FS258.88AC258.57GTR258.40CFFL EC259.07TC259.19BW259.67NG259.36BW EC259.46TC258.84CFFL258.95GTR259.24AC259.62BW258.95TC258.30CFFL258.40GTR258.68AC258.55AC258.39GTR AP258.16GTR AP/GB258.01GB257.98CFFL258.60TC258.52SW@BK CRB258.61SW@BK CRB258.64SW POC258.65SW POC258.56SW POC258.35NG258.94BW258.80BW258.95NG258.72BW258.68BW258.59TC258.04CFFL258.01CFFL/GB258.61TC258.13GB257.98GB/FL257.94FL258.00GB258.01CFFL258.57TC258.24GTR258.47AC258.27AC258.07GTR258.05GTR AP258.18AC257.84FL257.85FL T257.97FL258.01FL Y257.913IN PVC INV258.06CFFL258.04CFFL258.60TC258.00FL258.02FL258.03CFFL258.60TC258.13GTR AP258.24AC258.28AC258.17GTR258.08CFFL258.63TC258.76BW258.88NG258.74BW258.67TC258.06CFFL258.20GTR258.31AC258.85BW258.91BW258.26AC25GT25FL258AC258.27AC258.48AC258.60AC258.72AC258.87AC258.99AC259.16AC259.41AC258.AC1.6%1.2%1.2%1.2%5.2%4.2%4.4%(2.0%)(2.5%)5.3%6.5%6.5%1.5%
1.5%
2.4%1.1%(1.0%)1.0%17.7'5.0'5.0'3.7'20.7'5.0'6.2'4.3'6.0'1.6'2.0'6.0'1.6'33.8'5.9'7.5'2.0'3.0'(259.19 TC/FS)258.94 TC258.25 FS258.87 TC258.19 FS258.80 TC258.51 FS(258.75 TC/FS)258.16 FL258.10 FL258.42 TC258.02 FL(259.07 TC)(258.40 FL)(258.60 TC)(258.03 FL)257.89 FL258.00 FLCERRO ROMAULDO AVER=45'REPLACE 31 LFRED CURB PAINT4257.46BW257.42AC257.47AC257.26GTR257.27GTR257.14FL256.73FL256.92GTR257.08AC257.13AC256.84GTR AP256.93GTR256.73CFFL257.43TC257.56TC256.95CFFL257.07GTR257.39AC257.25AC257.47SGN257.73BW257.85NG257.54SW EC257.55SW PRC257.62SW POC257.71SW POC/CNC POL257.64CNC POL@BK CRB257.64TC257.00CFFL257.14GTR257.51AC257.60AC257.12GTR257.05CFFL EC257.70TC257.76SW BC257.91BW EC257.77NG257.84BW257.77BW257.98NG257.93SLATE WLK257.89SLATE WLK@BW257.58BW257.52SW257.48SW BC257.32SW POC257.23TC256.64CFFL256.66FL256.84GTR257.00AC256.71AC256.50GTR AP256.46GTR AP256.38CFFL257.01TC256.34AC256.11GTR255.97CFFL BC256.64TC256.89SW BC/CNC POL256.81CNC POL@BK CRB256.40CNC POL@BK CRB256.54SW/CNC POL256.66SW256.79BW257.22NG257.39NG257.01BW BC257.20BW257.57NG257.86NG257.08SW256.07AC255.86GTR255.71CFFL256.35TC256.212IN TREE256.30AC256.52AC256.73AC256.96AC257.19AC257.35AC257.53AC257.71AC257.87AC257.93AC257.84AC257.69AC257.37AC1.2%2.0%2.0%(2.6%)(2.4%)6 .3 %
6 .3 %1.5%1.5%7.5%1.5%3.5'
8.1'5.0'4.0'3.5'5.9'13.0'6.0'1.6'2.0'5.0'5.0'3.0'3.5'5.2'5.0'11.5'(257.84 TC/FS)(257.71 TC/FS)257.83 TC257.62 FS257.80 TC257.11 FS257.75 TC257.05 FS257.46 TC257.13 FS(257.20 TC/FS)(257.08 TC/FS)257.47 TC256.97 FS257.53 TC257.03 FS1.5%0.5%4 .8 %
3 .1 %257.26 TC(257.01 TC)(256.38 FL)(257.49 TC)(256.83 FL)256.93 FS257.38 TC256.71 FL257.44 TC256.77 FL257.05 FS257.65 TC257.55 FS(256.90 FL)1.2%1.2%2.9%5.0'6.3'3.0'PROTECT(E) SIGN1.9%CERRO ROMAULDO AVESANTA LUCIA DRR=25'17 LF RED CURB PAINTCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HNC11CIVILNo. C 84733HAI-LONG Q. NGUY E N
08NSCALE IN FEETCERRO ROMAULDO AND LA CANADACERRO ROMAULDO AND SANTA LUCIA1" = 8'Page 47 of 199
265.94NG264.90GTR265.13AC264.79CFFL265.40TC265.64BW265.74NG265.24SDMH265.32BW265.75NG265.40BW265.51BW265.38TC264.55CFFL BC264.54CFFL SDINLET264.70GTR AP264.85AC26TC26CF264GT264.AC264.85SDMH264.28CFFL SD INLET265.16TC265.75BW265.52TC264.87CFFL265.03CFFL265.69TC265.94BW266.05NG266.16NG266.02BW/JNT265.71TC/JNT265.11CFFL EC265.28GTR265.54NG265.42NG265.21GTR265.77FH266.01BW EC266.07BW POC266.10BW BC/WLK266.15BW WLK266.30NG265.83TC265.20CFFL265.33GTR265.71AC266.07SW POC265.93SW POC265.83SW POC266.09SW POC265.92SW POC265.93TC265.32CFFL265.43GTR265.73AC266.11BW POC266.11BW PRC266.14BW POC265.18GTR265.35AC265.29AC265.15GTR A265.09FL265.14GTR265.38AC265.27AC265.05GTR264.91CNCOLD/OLD265.00AC265.08AC265.20AC265.40AC265.49AC265.58AC265.67AC265.80AC265.51AC265.64AC265.75AC265.85AC265.95AC266.04AC266.41AC266.32AC45266.15AC25265.97AC.05265.81AC265.62AC0.5%0 .8 %
1 .1 %1.1%1.4%1.7%2.0%7.5%1.5%1.1%1.4%1.4%4 .3 %
4.3 %6.0%8 .0 %1.5%1.5%(2.1%)(5.2%)1.5%2 .4 %0.8%0.9%6.1'6.0'1.6'24.3'2.0'7.9'7.0'20.0'1.9'2.0'8.0'
7.4'5.0'7.8'6.7'5.7'6.0'5.0'6.0'
5.7'9.5'8.6'7.2'7.4'4.3'4.5'3.0'(266.02 TC/FS)265.94 TC265.67 FS265.86 TC265.36 FS265.80 TC265.30 FS265.64 TC265.42 FS(265.51 TC/FS)(265.38 TC)(264.54 FL)(265.71 TC)(265.11 FL)265.57 TC265.06 FL265.43 TC265.02 FL265.30 TC264.71 FL265.26 TC264.81 FL264.89 FL264.95 FL265.23 FS265.29 FSPROTECT (E) FHPROTECT(E) DI1.9%(265.09 FS)265.03 FSCERRO ROMAULDO AVEJEFFREY DRR=20'REPLACE 56 LFRED CURB PAINT257.50BW257.77NG257.44TC256.80CFFL256.90GTR257.05AC257.08AC257.02GTR AP256.98GTR AP256.85CFFL257.46TC257.54BW256.98AC256.80GTR257.35TC257.44BW256.744IN INV257.56BW257.58BW257.78NG257.56NG257.56CFFS257.54TX256.91CFFL256.86CFFL257.50TC257.00GTR AP256.90FL257.06GTR257.15AC257.16AC257.11GTR257.05GTR256.94FL257.13AC257.06AC257.08GTR257.08BX257.36TC256.97CFFL257.198IN DIA LS257.17CFFL BTM RMP257.61TC257.78NG257.70TC257.24CFFL BTM RMP257.13BX257.17GTR257.17AC257.41AC257.25GTR257.40GTR257.31CFFL257.57TC/JNT257.35TC257.19CFFL257.21TC257.15CFFL257.31CFFL257.78TC257.95TC257.56CFFL/JNT257.99SGN258.03TC/JNT257.59CFFL257.69GTR257.82AC257.51CFFL BC257.89TC257.61GTR257.76AC258.03TC257.71CFFL BC258.09AC257.89GTR257.77CFFL258.37TX258.37CFFS258.37BW258.89NG258.56NG258.596IN TREE257.21AC257.23AC257.23AC257.26AC257.27AC257.28AC257.22SMH57.32C257.32AC257.29AC257.23AC257.18AC257.14AC257.24AC257.35AC257.69AC257.51AC258.10AC258.36AC258.57AC258.30AC258.03AC257.71AC257.41AC257.21AC257.13GTR257.17GTR257.06FL257.31ACFELTON WAYCUESTA DR(0.3%)(0.5%)1.5%7.5%2.8%5.1%2.1%5.0'2' GTR8.6'TRANSITION2.0'1.5'4.0'4.5'3.0'2.9'4.9'5.0'6.5'1.0%1.5'2.0'(257.56 TC/FS)257.68 TC257.17 FS257.80 TC257.22 FS(257.95 TC/FS)(257.57 TC)(257.31 FL)257.13 FS257.08 FS1.5%R=25'(257.54 TC)(256.91 FL)PROTECT (E)LIGHT POLER/WR/WREPLACE 12"WHITE STRIPECITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'C12CIVILNo. C 84733HAI-LONG Q. NGUY E N 08SCALE IN FEETCERRO ROMAULDO AND JEFFREYCUESTA AND FELTONPage 48 of 199
220.54TW214.62BW/FW214.53CNC AP21CN21BK21TC2C21A2A213.62AC213.74AC213.65CFFL213.99TC214.17BK CRB214.35BW/FW220.28TW219.99TW213.86BW/FW213.81BK CRB213.87SW213.68TC213.31CFFL213.29AC213.38AC214.27SW21SW214.513IN TREE213.44TC213.07CFFL213.57BK CRB213.62SW213.08AC213.12AC213.68BW/FW219.87TW219.77TW221.25TW213.52BW/FW AP213.22BK CRB213.19TC EC213.14TC212.72CFFL212.78AC212.81AC213.11TX212.66CFFL212.61BX212.57BX212.52CFFL212.55TC212.98TX212.55CFFL213.25RMP GB213.33RMP GB213.07TC BC212.62GTR BGN212.54GTR BC212.42GTR POC212.46GTR EC212.67GTR212.76GTR212.57AC212.72AC212.77AC212.64AC212.67AC212.69AC212.92AC213.04AC213.06AC212.85AC212.89AC212.85AC212.78AC212.82AC212.72AC213.184SGN213.10SW212.95BK CRB212.86TC213.15BK CRB/SW213.07TC212.68CFFL213.02AC212.81AC212.74AC213.12AC213.17AC213.70CNC AP213.55SW@TREE BX213.32BK CRB213.26TC212.88CFFL212.92AC213.15AC213.22AC213.33AC213.43AC213.45AC213.34AC213.14AC213.02CFFL213.49TC213.54BK CRB213.65SW213.69SW@TREE BX213.51BK CRB213.43TC213.6715IN TREE213.87CNC AP213.58BK CRB/SW213.52TC213.08CFFL213.73CNC213.35CNC213.31CNC213.40CNC213.55BW/FW221.40TW213.60BW/TW213.76BW/TW LIFTED213.73BW/TW213.96BW/FW213.83CNC213.73SW213.70BK CRB213.66TC213.30CFFL213.37AC213.55AC213.73AC213.67AC9.950.02CRB9.66FL9.74C9.81.11W/.4TW210.38TC210.41BK CRB210.13CFFL210.19AC210.26AC210.78AC210.71AC210.95TC210.66CFFL210.927IN TREE211.12MTR211.17CNC AP211.11GB211.02CNC POL@BK CRB210.99TC210.90CNC AP210.81CNC POL@BK CRB210.91GB210.94TW/CL 48IN WD GT210.55BW210.44GB211.37BW211.79TW211.71NG212.34NG212.43TW211.96BW211.73GB211.62BK CRB211.59TC211.15CFFL211.26AC211.30AC212.06SGN211.97TC BC211.48GTR BGN211.48CFFL211.96TX211.63BX211.58CFFL211.60CFFL211.63TC211.71BX211.66CFFL212.36TX211.87CFFL211.93CFFL212.47TC EC212.01GTR END212.30AC212.66AC212.85AC212.37RMP GB/TV PB AP212.24TV PB AP212.29TV PB AP212.22RMP GB212.36BW AP212.80TW AP/FNCW212.43TELE PB AP212.43TELE PB AP212.67TELE PB AP212.63TELE PB AP212.65BW213.21TW212.69NG212.74BK CRB212.72TC212.19CFFL212.33AC212.58AC212.85AC213.01AC211.89GTR212.18AC212.43AC212.67AC212.46AC212.19AC212.12AC211.86GTR EC211.81GTR POC211.98AC212.21AC212.33AC211.76GTR POC211.71GTR BC211.78AC211.81AC211.63AC211.59AC212.04AC212.10AC213.03TC213.03BK CRB213.14SW LIFTED213.12CNC AP213.23CNC AP213.24CNC AP212.73CNC213.3321IN TREE213.38CNC AP213.42CNC AP213.11BW213.67TW213.36TW212.81BW213.32BW213.97TW213.37CNC213.21CNC AP213.20CNC POL213.16TC212.55CFFL212.69AC212.87AC213.10AC212.71AC212.86AC213.22STRIPE T213.14AC212.81AC212.66STRIPE END212.49STRIPE AP212.73STRIPE END212.01STRIPE END211.84STRIPE AP211.48STRIPE END213.19AC213.37AC213.32AC213.58AC213.65AC213.47ACTVT T (3.5%)0.5%6.5%5.7%1.5%1.5%1.2%1.0%1.0%4.5%5.5%2.2%(213.52 TC)(213.08 FL)(213.85 TC/FS)(213.86 FS/TC)213.12 TC212.83 FS213.03 TC212.78 FL213.52 TC213.17 FS212.78 FS212.73 FS1.5%213.46 TC213.02 FL5.0%2.8%(1.9%)1.8%7.5%1.4%1.5%7.5%8 .2 %4.2%1.5%1.5%5.1%4.3%4.5%5.2%2 .0 %1.5%5.1%4.0%4.5%212.19 TC211.86 FL211.91 TC211.41 FL0.9%4.5%8.3%1.8%2.0'2.0'10.0'7.1'12.0'1.5%5.1%2.0%2.0%212.70 FS3.0'4.8'4.2'9.9'1.5'4.0'1.2%1.2%20.0'21.4'10.1'2.0'2.0'5.0'15.3' RED CURB PAINT21.4'5.9%212.36 TC212.03 FS4.2'212.05 FS(213.32 TC/FS)213.77 TC213.60 FS5.8%6.0'5.0'5.0'8.6'2.0'2.0'15.9'14.7'5.1'5.3'5.3'3.3'R=10'5.0'7.0'211.75 FS211.68 FS(213.31 TC)(212.72 FL)(211.05 TC)(210.66 FL)(211.37 TC/FS)212.04 FS211.97 FS211.59 TC211.70 FS11.9' RED CURB PAINT5.0'9.8'213.13 FS213.08 FS(213.68 TC)(213.31 FL)(213.20 FS)212.61 FL5.0'L=15.7R=10'1.8%11PROTECT (E) WALL(N) 12" YELLOWCROSSWALK STRIPING(TYP.)8REMOVE ANDRELOCATE (E)METER POLE15.4' RED CURB PAINTPALM ST994.0'4.0'BROAD STPAVEOUT2.0' PAVEOUT209.21SGN209.38TX209.43BK CRB208.75CFFL208.97CFFL209.08BX209.27BX209.20CFFL209.34CFFL209.94TX EC210.02SL209.98BK CRB209.88RMP GB209.65RMP GB209.53BW GB208.96NG209.48CL 18IN MON SGN209.50CL 18IN MON SGN209.46LINE209.44LINE209.35CL .9 MON SGN POC209.53CNC209.26BW208.88NG209.25CNC209.17BK CRB209.09TC208.57CFFL208.87AC209.20AC209.49AC209.04AC209.61AC209.96AC208.72TC208.77BK CRB208.52AC208.88AC208.83CNC208.91BW208.68NG210.03TC209.43CFFL209.71CFFL210.25TC209.80AC210.39AC210.83AC210.44AC210.05AC209.75AC210.40AC210.94AC210.44AC209.94AC209.65CFFL210.15TC209.92TC209.25CFFL/GTR END209.43GTR209.99BK CRB210.18BK CRB210.31BK CRB210.2314X20IN EPB210.21TV PB AP210.11TV PB AP210.10TV PB AP210.09CNC209.92SGN210.19TELE PB AP210.17TELE PB AP210.18TELE PB AP210.06CNC209.79BW209.49NG209.77NG209.53NG209.66BW209.97BW210.22BW AP209.74E VLT AP209.66E VLT AP209.97E VLT AP209.89TC BC209.17CFFL209.37GTR209.71AC210.00AC210.29AC210.64AC210.19AC209.84AC209.67TC209.69BK CRB208.95CFFL209.13GTR209.40AC209.67AC209.95AC209.60AC209.20AC208.91AC208.72GTR209.5715IN PALM209.57CNC POC209.54CNC POC209.50CNC POC209.40CNC POC208.69TC208.02CFFL208.67BK CRB208.89CNC208.91BW/CNC POL208.76CNC POL209.19NG209.32BW209.30CNC209.25TC208.61CFFL208.70GTR208.11GTRACACAC211.40TC211.39TC211.37TC EC210.74CFFL210.82CFFL/GTR BGN210.83GTR210.87AC210.82AC210.45WV211.34FH210.96TC210.33CFFL210.42GTR210.45AC210.46AC211.53BW211.95BW212.19BW AP212.52BW212.30BRICK POL211.92BRICK POL211.66BRICK AP211.93BRICK POL212.7016IN TREE212.27SGN210.73BW210.94BRICK210.31TC209.71CFFL209.76GTR209.86AC209.85AC211.25BRICK211.06BW210.58TC209.94CFFL210.05GTR210.13AC210.12AC211.43TX210.85CFFL GTR END210.94AC211.07AC211.11AC211.37AC211.28AC211.04GTR EC211.20GTR POC211.57AC211.66AC211.85AC211.59AC211.84WV211.35GTR BC211.30BX211.09BX211.12CFFL211.17TC211.23TC210.90CFFL211.41CFFL211.85TC212.14TX212.25TC212.24TC BC211.64CFFL GTR BGN211.99AC212.26AC212.10AC211.83AC212.32RMP GB212.13RMP GB212.26TV PB AP212.35TV PB AP212.51TV PB AP212.43TV PB AP212.52UTIL PB AP212.50UTIL PB AP212.29UTIL PB AP212.35UTIL PB AP212.47TEL PB AP212.45TEL PB AP212.69TEL PB AP212.72TEL PB AP212.80BW LIFTED212.89BW212.94BW/BRICK POL212.73NG212.52NG212.84BRICK POL212.88CNC GB212.43CNC GB213.16CNC GB213.26BW213.27BRICK213.11TC212.53CFFL212.75AC213.05212.72TC212.16CFFL212.38AC212.65AC212.85CNC213.95BRICK213.90BW213.86CNC213.50CNC213.56BW213.67BRICK213.48TC212.90CFFL213.24CFFL213.82TC213.14AC213.47AC213.75209.94AC209.89AC209.47AC210.23AC210.31AC210.87CROSS BAR END210.64AC210.39AC210.72AC211.10AC211.44WV211.47WV211.52WV211.54CNC PCC211.50CNC POC211.46CNC PCC211.45CNC POC211.44CNC PCC211.50CNC POC211.56CNC PCC211.58211.08AC211.32AC209.43STRIPE END209.73STRIPE END209.58STRIPE END211.27STRIPE END211.74STRIPE ENDTTETV ETVTTE 5.6%7.7%(1.6%)9.5%4.6%1.5%1.5%7 .3 %7.7%6.1%1.5%(6.0%)211.96 TC211.70 FL(213.11 TC)(212.53 FL)(210.50 TC)(209.88 FL)211.77 TC210.88 FL211.82 FS211.78 FS212.63 TC212.61 TC0.3%5.3%1.5%1.0%5.9%8.5%5.5%5.7%6.0%0.3%0.3%7.5%9.7%2.0%1.5%1.6%9.8'12.0'2.0'2.0'10.1'4.2'3.0'5.0'5.0'2.4'15.0' RED CURB PAINT5.6%1.5%2.4%7.7%6.1%7.7%1.0%2.0%2.0%4.0'2.0'10.0'9.9'1.5'14.6'14.1'6.6'8.3'1.6'4.0'(210.97 TC/FS)8.5'6.5'5.0'5.3'5.1'5.3'R=10'5.0'16.4' RED CURB PAINT7.0'5.1'(210.39 FS)211.82 FS211.75 FS211.13 FS211.70 TC(213.26 FS/TC)(209.53 FS)(209.63 FS)(209.38 TC)(208.75 FL)(209.50 TC)(208.77 FL)210.12 TC209.82 FL210.07 TC209.77 FL3.0'210.22 FS210.28 FL211.01 TC211.66 TC1.5%6.1%211.45 FS211.37 FS211.31 FLL=15.8R=10'211.39 FL4.9%116888MATCH (E)GRADES ATELECTRIC VAULTRESET (E) PAVERS(N) STOPMARKING(N) DETAIL 22(N) 12"STOP BAR(N) 12" YELLOWCROSSWALK STRIPING(TYP.)8PROTECT (E)LIGHT POLE12.5'RED CURB PAINT10.3' RED CURB PAINT9210.10 FL210.09 FLPAVEOUT4.0'PAVEOUTPAVEOUTCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'XXC13CIVILNo. C 84733HAI-LONG Q. NGUYE N08SCALE IN FEETBROAD AND PALMLEGEND(N) SIDEWALK PER ENG. STD. 4110(N) MISSION STYLE SIDEWALK ENG. STD. 4220HMA SURFACE & LEVELING COURSEPER DETAIL A, SHEET C15.REMOVE AND REPLACE AC OVER PCCPAVEMENT PER ENG. STD. 4110 & 6020.3/4" LEVELING COURSE OVER 8" PCC.CONSTRUCTION NOTESREMOVE EXISTING AND INSTALL NEW PUNCH POST ANDSLEEVE PER ENG. STD. 7210. EXISTING SIGNS TO BEREUSEDADJUST AND RESET MONUMENT PER ENG. STD. 9020ADJUST WATER VALVE PER ENG. STD. 6040ADJUST SEWER MANHOLE PER ENG. STD. 6040ADJUST UTILITY BOX TO FINISHED SURFACETREE WELL PER ENG. STD. 8130. CUT FRAME AND GRATETO SIZE AS SHOWN.INSTALL NEW FIRE HYDRANT SPOOL TO PROVIDEPROPER CLEARANCE BETWEEN UNDERSIDE OF FLANGEAND SIDEWALK SURFACE PER CITY STD. 6310.1NOTES1. THE INTERSECTION OF BROAD OF PALMIS PAVED WITH AC OVER PCC.2. CONTRACTOR MUST COORDINATE WITHUTILITY COMPANIES TO ADJUST UTILITYBOXES TO FINISHED SURFACE56789106" INCH FULL DEPTH AC REPLACEMENTPER ENG STD. 4110. 1-3/4" SURFACECOURSE OVER 4-1/4" AC.1-3/4" MILL AND FILL PERDETAIL B, SHEET C15Page 49 of 199
N210.79FD L/T IN MW209.21SGN209.38TX209.43BK CRB208.75CFFL208.97CFFL209.08BX209.27BX209.20CFFL209.34CFFL209.94TX EC210.02SL209.98BK CRB209.88RMP GB209.65RMP GB209.53BW GB208.96NG209.48CL 18IN MON SGN209.50CL 18IN MON SGN209.46LINE209.44LINE209.35CL .9 MON SGN POC209.53CNC209.26BW208.88NG209.25CNC209.17BK CRB209.09TC208.57CFFL208.87AC209.20AC209.74AC210.05AC209.49AC209.04AC209.61AC209.96AC210.49AC208.72TC208.77BK CRB208.52AC208.88AC209.34AC208.83CNC208.91BW208.68NG210.03TC209.43CFFL209.71CFFL210.25TC209.80AC210.39AC210.83AC210.85AC210.44AC210.05AC209.75AC210.40AC210.78AC210.94AC210.44AC209.94AC209.65CFFL210.15TC209.92TC209.25CFFL/GTR END209.43GTR209.99BK CRB210.18BK CRB210.31BK CRB210.2314X20IN EPB210.21TV PB AP210.11TV PB AP210.10TV PB AP210.09CNC209.92SGN210.19TELE PB AP210.17TELE PB AP210.18TELE PB AP210.06CNC209.79BW209.49NG209.77NG209.53NG209.66BW209.97BW210.22BW AP209.74E VLT AP209.66E VLT AP209.97E VLT AP209.89TC BC209.17CFFL209.37GTR209.71AC210.00AC210.29AC210.64AC210.19AC209.84AC209.67TC209.69BK CRB208.95CFFL209.13GTR209.40AC209.67AC209.95AC209.60AC209.20AC208.91AC208.72GTR209.5715IN PALM209.57CNC POC209.54CNC POC209.50CNC POC209.40CNC POC209.19NG209.32BW209.30CNC220.54TW214.62BW/FW214.53CNC AP21CN21BK21TC2C21A2A2A213.82AC213.62AC213.74AC213.65CFFL213.99TC214.17BK CRB214.35BW/FW220.28TW219.99TW213.86BW/FW213.81BK CRB213.87SW213.68TC213.31CFFL213.29AC213.38AC213.48AC214.27SW21SW214.513IN TREE213.44TC213.07CFFL213.57BK CRB213.62SW213.08AC213.12AC213.21AC213.68BW/FW219.87TW219.77TW221.25TW213.52BW/FW AP213.22BK CRB213.19TC EC213.14TC212.72CFFL212.78AC212.81AC212.87AC213.11TX212.66CFFL212.61BX212.57BX212.52CFFL212.55TC212.98TX212.55CFFL213.25RMP GB213.33RMP GB213.07TC BC212.62GTR BGN212.54GTR BC212.42GTR POC212.46GTR EC212.67GTR212.76GTR212.57AC212.72AC212.77AC212.64AC212.75AC212.67AC212.69AC212.92AC213.04AC213.06AC212.85AC212.89AC212.85AC212.78AC212.82AC212.72AC213.184SGN213.10SW212.95BK CRB212.86TC213.15BK CRB/SW213.07TC212.68CFFL213.02AC212.81AC212.74AC213.12AC213.17AC213.35CNC213.31CNC213.40CNC213.55BW/FW221.40TW9.950.02CRB9.66FL9.74C9.819.87.11W/.4TW210.38TC210.41BK CRB210.13CFFL210.19AC210.26AC210.32AC210.83AC210.78AC210.71AC210.95TC210.66CFFL210.927IN TREE211.12MTR211.17CNC AP211.11GB211.02CNC POL@BK CRB210.99TC210.90CNC AP210.81CNC POL@BK CRB210.91GB210.94TW/CL 48IN WD GT210.55BW210.44GB211.37BW211.79TW211.71NG212.34NG212.43TW211.96BW211.73GB211.62BK CRB211.59TC211.15CFFL211.26AC211.30AC211.38AC212.06SGN211.97TC BC211.48GTR BGN211.48CFFL211.96TX211.63BX211.58CFFL211.60CFFL211.63TC211.71BX211.66CFFL212.36TX211.87CFFL211.93CFFL212.47TC EC212.01GTR END212.30AC212.66AC212.85AC212.37RMP GB/TV PB AP212.24TV PB AP212.29TV PB AP212.22RMP GB212.36BW AP212.80TW AP/FNCW212.43TELE PB AP212.43TELE PB AP212.67TELE PB AP212.63TELE PB AP211.89GTR212.18AC212.43AC212.67AC212.46AC212.19AC212.12AC211.86GTR EC211.81GTR POC211.98AC212.21AC212.33AC211.76GTR POC211.71GTR BC211.78AC211.81AC211.83AC211.63AC211.63AC211.59AC212.04AC212.10AC212.19AC209.25TC208.61CFFL208.70GTR211.40TC211.39TC211.37TC EC210.74CFFL210.82CFFL/GTR BGN210.83GTR210.87AC210.82AC210.45WV211.34FH210.96TC210.33CFFL210.42GTR210.45AC210.46AC211.53BW211.95BW212.19BW AP212.52BW212.30BRICK POL211.92BRICK POL211.66BRICK AP211.93BRICK POL212.7016IN TREE212.27SGN211.25BRICK211.06BW210.58TC209.94CFFL210.05GTR210.13AC210.12AC211.43TX210.85CFFL GTR END210.94AC211.07AC211.11AC211.37AC211.28AC211.04GTR EC211.20GTR POC211.57AC211.66AC211.85AC211.59AC211.84WV211.35GTR BC211.30BX211.09BX211.12CFFL211.17TC211.23TC210.90CFFL211.41CFFL211.85TC212.14TX212.25TC212.24TC BC211.64CFFL GTR BGN211.99AC212.26AC212.10AC211.83AC212.32RMP GB212.13RMP GB212.26TV PB AP212.35TV PB AP212.51TV PB AP212.43TV PB AP212.52UTIL PB AP212.50UTIL PB AP212.29UTIL PB AP212.35UTIL PB AP212.47TEL PB AP212.45TEL PB AP212.69TEL PB AP212.72TEL PB AP212.80BW LIFTED212.89BW212.94BW/BRICK POL212.73NG212.52NG212.84BRICK POL212.88CNC GB212.43CNC GB213.16CNC GB213.26BW213.27BRICK213.11TC212.53CFFL212.75AC213.05AC212.72TC212.16CFFL212.38AC212.65AC212.85CNC213.95BRICK213.90BW213.86CNC213.50CNC213.56BW213.67BRICK213.48TC212.90CFFL213.24CFFL213.82TC213.14AC213.46AC213.47AC213.75AC210.23AC210.31AC210.87CROSS BAR END210.64AC210.39AC210.72AC211.10AC211.44WV211.47WV211.52WV211.54CNC PCC211.50CNC POC211.46CNC PCC211.45CNC POC211.44CNC PCC211.50CNC POC211.56CNC PCC211.58CNC POC212.26CL MON LID212.51AC212.71AC212.86AC213.22STRIPE T213.14AC212.31SMH212.25AC211.63AC211.08AC211.32AC211.60AC211.89AC211.78AC212.22AC212.49AC212.81AC212.92AC212.46AC212.17AC212.64AC212.56AC212.23AC212.41AC212.88AC213.28AC213.28AC213.01AC213.42AC213.63AC213.62AC214.26AC214.17AC213.98AC213.67AC213.85AC213.90AC211.67AC212.66STRIPE END212.49STRIPE AP212.73STRIPE END212.01STRIPE END211.84STRIPE AP211.48STRIPE END212.01AC211.97AC211.85AC211.36AC211.67AC211.19AC212.10AC212.17AC212.38AC211.57AC211.49AC211.09AC209.43STRIPE END209.73STRIPE END209.58STRIPE END211.27STRIPE END211.74STRIPE END210.36AC210.93AC211.23AC210.81AC210.32AC210.22AC209.71AC210.25ACTTETV ETVTTE TVT T1.8%6.6%2.0%2.0%4.9%0.6%3.4%4.7%3.2%4.6%2.0%2.0%2.0%2.0%13.9'16.1'15.9'14.7'16.2'16.0'14.6'14.1'18.1'18.0'212.3± FS(210.82 FS)(210.39 FS)(213.20 FS)211.39 FL212.28 FL212.61 FL(213.14 FS)212.00 FS212.95 FS211.50 FS209.96 FS209.90 FS211.00 FS211.0211.5212.0212.5213.0210.5210.0210.0209.5209.0212.0212.5209.5209.0213.0210.5567(N) 12" YELLOWCROSSWALK STRIPING(TYP.)(N) STOPMARKING(N) DETAIL 22(N) 12"STOP BAR(N) 12" YELLOWCROSSWALK STRIPING(TYP.)(N) 12" YELLOWCROSSWALK STRIPING(TYP.)(N) 12" YELLOWCROSSWALK STRIPING(TYP.)REMOVE AND REPLACE AC OVER PCC PAVEMENT PERENG. STD. 4110 & 6020. INSTALL EXPANSION JOINTSWITH SMOOTH DOWELS AT LONGITUDINAL CENTER OFTHE STREET AND AT 9' ON CENTER. INSTALL DOWELSPER ENG. STD. 6020, NOTE 7.BROAD STPALM ST(N) STOPMARKINGCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HN1" = 8'C1408SCALE IN FEETBROAD AND PALM INTERSECTION PAVINGCIVILNo. C 84733HAI-LONG Q. NGUYE N Page 50 of 199
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONAREA 6 & 7 CURB RAMPSHNMGBNJANUARY 2022100055817HNN/AC15BROAD AND PALM DETAILSNOTES:1. AFTER AC MILLING, UNSTABLE OR FAILING PCC PAVEMENT MAY EXIST.REPLACE FAILING PCC WITH (N) PCC IN AREAS AUTHORIZED BY THEENGINEER PRIOR TO AC OVERLAY.2. (N) PCC SHALL BE CLASS II AND BE HIGH EARLY STRENGTH PERSPECIFICATION 90-1.01B.3. REMOVE 12" OF (E) MATERIAL AND INSTALL 12" OF CLASS II AGGREGATENOT TO SCALECONCRETE BASE REPAIRCSEE NOTE 1MILLED DEPTHSAWCUT(E) AC SURFACE(E) PCC(E) SUBGRADESEE NOTE 38" (N) PCCINSTALL DOWELS PERENG. STD. 6020, NOTE 7(N) PCC CURB& GUTTTER(E) SUBGRADEMILL ALL AC PAVEMENT TO PCC BASE3/4" LEVELING COURSENOT TO SCALEHMA SURFACE COURSE & LEVELING COURSE - BROAD & PALMNOTES:1. DEPTH OF EXISTING AC PAVEMENT LAYER VARIES FROM 1/4" (AT CURB FACE) UP TO APPROXIMATELY 2 INCHES ATCENTER OF ROAD.2. COMPLETELY REMOVE ALL (E) AC PAVEMENT BY MILLING, DEPTH VARIES. WHEN MILLING OPERATION IS BEINGPERFORMED, THE MILLING OPERATION SHOULD BE ADJUSTED TO AVOID MILLING THE (E) PCC BASE. CONTRACTOR ISRESPONSIBLE TO DETERMINE AND PERFORM APPROPRIATE NUMBER OF PASSES FOR AC REMOVAL.3. INSTALL 3/4" MINIMUM LEVELING COURSE (3/8" AGGREGATE). NO ADDITIONAL COMPENSATION WILL BE ALLOWEDIRRESPECTIVE OF THE INCREASE IN DEPTH OF THE LEVELING COURSE REQUIRED TO OBTAIN A UNIFORM SLOPEACROSS THE MILLED SURFACE AND NEW GRADES AT ADJACENT GUTTERS. INSTALL PAVING GRID (GLASGRID 8502,STARGRID G-PS 200-100 OR APPROVED EQUAL) AND 1-3/4 INCHES MINIMUM SURFACE COURSE (1/2" AGGREGATE).4. APPLY TACK COAT PER SECTION 39-1.09C, INCLUDING BETWEEN HMA LIFTS AND AT PAVEMENT.A(SEE NOTE 3)(SEE NOTE 3)(N) PCC CURB& GUTTTER40' ROADWAY WIDTHVAR.VAR.6'AC TAPER6'AC TAPERSEE NOTE 31-3/4" AC SURFACE COURSE OVER PAVING GRIDPAVING GRI9DCIVILNo. C 84733HAI-LONG Q. NGUYE N
8" PCCPAVEOUT8" PCCPAVEOUT3/4" MIN.3/4" MIN.(E) PCCSECTION(N) PCC CURB& GUTTTER(E) SUBGRADE1-3/4" AC SURFACE COURSENOT TO SCALE1-3/4" MILL AND FILL - BROAD & PALMNOTES:1. MILL TO A DEPTH OF 1-3/4 INCHES. INSTALL 1-3/4 INCHES MINIMUM SURFACE COURSE (1/2" AGGREGATE). NO ADDITIONALCOMPENSATION WILL BE ALLOWED IRRESPECTIVE OF THE INCREASE IN DEPTH OF THE SURFACE COURSE REQUIRED TOOBTAIN A UNIFORM SLOPE ACROSS THE MILLED SURFACE AND NEW GRADES AT ADJACENT GUTTERS.2. APPLY TACK COAT PER SECTION 39-1.09C, INCLUDING BETWEEN HMA LIFTS AND AT PAVEMENT.B(SEE NOTE 1)(N) PCC CURB& GUTTTER40' ROADWAY WIDTHVAR.VAR.4-1/4" ACPAVEOUT4-1/4" ACPAVEOUT(E) ACSECTION6'AC TAPER6'AC TAPERSEE NOTE 3MILL TO A DEPTH OF 1-3/4"1-3/4" MIN.1-3/4" MIN.(SEE NOTE 1)Page 51 of 199
LINCOLN ST/ BROAD ST DEMOLITION PLANGGFC&BROAD STREETLINCOLN STREET190125CITY SPECIFICATION NO.5/20/2020DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION1050 Southwood DriveSan Luis Obispo, CA 93401P 805.544.7407 F 805.544.3863$5($ &85%5$036NO. 44813LAWRENCEPKRAEM E R III REGISTEREDPROFESSIONALE N G I N EER CIVILS TATEOFCALIFORNIAPage 52 of 199
LINCOLN ST/ BROAD ST IMPROVEMENT PLANGGFC&BROAD STREETLINCOLN STREET190125CITY SPECIFICATION NO.5/20/2020DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION1050 Southwood DriveSan Luis Obispo, CA 93401P 805.544.7407 F 805.544.3863$5($ &85%5$036NO. 44813LAWRENCEPKRAEM E R III REGISTEREDPROFESSIONALE N G I N EER CIVILS TATEOFCALIFORNIAPage 53 of 199
Page 54 of 199
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Area 6 & 7 Curb Ramps
Specification No. 1000558
February 2022
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 55 of 199
Area 6 & 7 Curb Ramps
Specification No. 1000558
Approval Date: February xx, 2022
Hai Nguyen
February xx, 2022
Brian Nelson
February xx, 2022
Page 56 of 199
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION........................................................................................................................ II
QUALIFICATIONS .................................................................................................................................... III
AWARD ..................................................................................................................................................... V
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR AREA 6 & 7 CURB RAMPS, SPECIFICATION NO. 1000558 ................................ A
LIST OF SUBCONTRACTORS ................................................................................................................ D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... E
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... E
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. E
LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... E
NON-COLLUSION DECLARATION ......................................................................................................... G
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... H
QUALIFICATIONS ...................................................................................................................................... I
ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. J
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
4 SCOPE OF WORK ............................................................................................................................. 1
6 CONTROL OF MATERIALS ............................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 2
39 ASPHALT CONCRETE .................................................................................................................... 2
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3
73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 3
77 LOCAL INFRASTRUCTURE ............................................................................................................ 4
DIVISION XIII APPENDICES .................................................................................................................... 4
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
Page 57 of 199
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works
Administration Office located at 919 Palm Street, San Luis Obispo California, 93401 until
11:00 a.m. on March xx, 2022
at which time they will be publicly opened and read aloud. Public bid opening may be
accessed via Microsoft Teams video conference and conference call. In person
attendance will be permitted. Attendees are encouraged to wear face masks and practice
social distancing. Use the following link:
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_MzY5NjIxZjEtN2E2Ny00NjQ0LWI5ODAtMzViYmIyNjVkZTAx%40th
read.v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9-
330dcb148164%22%2c%22Oid%22%3a%22a8add278-38fa-47c3-8727-
acd5a57b58ec%22%7d
or join by phone with this number: 1 (209) 645-4165 with Conference ID: 715 034 233#
Submit bid in a sealed envelope plainly marked:
Area 6 & 7 Curb Ramps, Specification No. 1000558
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.
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.
Page 58 of 199
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
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
No printed copies are available for purchase at the City office.
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
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.
Questions must be submitted through BidSync so that it is available to the public. Contact
the project manager, Hai Nguyen at 805-781-7108 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 consists of curb ramp construction.
Page 59 of 199
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The project estimated construction cost and contract time established for the project is a
follows:
BASE BID: $760,000 40 working days
ADDITIVE ALTERNATIVE “A” $130,000 10 working days
TOTAL PROJECT BID (BASE BID + ADD ALT. “A”): $890,000
The fixed liquidated damages amount is established at $500 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 or C-8 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
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three referenced projects must have been completed under contract
with a city, county, state or federal government agency as the prime contractor.
All referenced projects must be for curb ramp construction within the public right
of way.
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.
Page 60 of 199
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
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.
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.
Page 61 of 199
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
AWARD
The lowest bidder will be determined in compliance with Public Contract Code Section
20103.8(c) with the Publicly Disclosed Funding Amount of $2,410,000 using either:
TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $890,000 or
BASE BID, if Base Bid is less than $890,000 and Base Bid + Add. Alt. “A” is greater
than $890,000.
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.
Page 62 of 199
BID FORMS
A
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
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR AREA 6 & 7 CURB RAMPS, SPECIFICATION NO. 1000558
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 73 NE CURB RAMP: GALLEON AND
ROYAL LS 1 --------------
2 73 SW CURB RAMP: GALLEON AND
ROYAL LS 1 --------------
3 73 S CURB RAMP: LAKEVIEW AND
GULF LS 1 --------------
4 73 N CURB RAMP: GALLEON AND
NEWPORT LS 1 --------------
5 73 W CURR RAMP: GALLEON AND
NEWPORT LS 1 --------------
6 73 E CURB RAMP: GALLEON AND
NEWPORT LS 1 --------------
7 73 NW CURB RAMP: GALLEON AND
CORAL LS 1 --------------
8 73 SE CURB RAMP: GALLEON AND
CORAL LS 1 --------------
9 73 N CURB RAMP: OCEANAIRE AND
ATASCADERO LS 1 --------------
10 73 S CURB RAMP: OCEANAIRE AND
ATASCADERO LS 1 --------------
11 73 W CURB RAMP: OCEANAIRE
AND LAKEVIEW LS 1 --------------
12 73 E CURB RAMP: OCEANAIRE AND
LAKEVIEW LS 1 --------------
Page 63 of 199
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
13 73 S CURB RAMP: OCEANAIRE AND
LAKEVIEW LS 1 --------------
14 73 W CURB RAMP: OCEANAIRE
AND BALBOA LS 1 --------------
15 73 E CURB RAMP: OCEANAIRE AND
BALBOA LS 1 --------------
16 73 S CURB RAMP: OCEANAIRE AND
BALBOA LS 1 --------------
17 73 W CURB RAMP: ATASCADERO
AND BORONDA LS 1 --------------
18 73 E CURB RAMP: ATASCADERO
AND BORONDA LS 1 --------------
19 73 W CURB RAMP: ATASCADRO
AND GULF LS 1 --------------
20 73 E CURB RAMP: ATASCADRO AND
GULF LS 1 --------------
21 73 N CURB RAMP: LA ENTRADA
AND DEL NORTE LS 1 --------------
22 73 S CURB RAMP: LA ENTRADA
AND DEL NORTE LS 1 --------------
23 73 N CURB RAMP: LA ENTRADA
AND DEL NORTE AND RAMONA LS 1 --------------
24 73 S CURB RAMP: LA ENTRADA
AND DEL NORTE AND RAMONA LS 1 --------------
25 73 W CURB RAMP: CERRO
ROMAULDO AND LA CANADA LS 1 --------------
26 73 E CURB RAMP: CERRO
ROMAULDO AND LA CANADA LS 1 --------------
27 73 W CURB RAMP: CERRO
ROMAULDO AND SANTA LUCIA LS 1 --------------
28 73 E CURB RAMP: CERRO
ROMAULDO AND SANTA LUCIA LS 1 --------------
29 73 E CURB RAMP: CERRO
ROMAULDO AND JEFFREY LS 1 --------------
30 73 NW CURB RAMP: CUESTA AND
FELTON LS 1 --------------
31 73 N CURB RAMP: LINCOLN AND
BROAD LS 1 --------------
32 73 S CURB RAMP: LINCOLN AND
BROAD LS 1 --------------
33 73 E CURB RAMP: LINCOLN AND
BROAD LS 1 --------------
34 73 W CURB RAMP: LINCOLN AND
BROAD LS 1 --------------
Page 64 of 199
BID FORMS
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
35 73 CROSS GUTTER PER ENG. STD.
END. STD. 4310 SQFT 222
36* 73 SIDEWALK ALLOWANCE SQFT 200
37* 73 CURB AND GUTTER ALLOWANCE LF 100
38 7,12 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 --------------
39 84 STRIPING AND MARKING 1 1 --------------
Base Bid $
40 73 N CURB RAMP: BROAD AND
PALM LS 1 --------------
41 73 S CURB RAMP: BROAD AND
PALM LS 1 --------------
42 73 E CURB RAMP: BROAD AND
PALM LS 1 --------------
43 73 W CURB RAMP: BROAD AND
PALM LS 1 --------------
44 73 CROSS GUTTER PER ENG. STD.
END. STD. 4310 SQFT 216
45 73 BROAD AND PALM
INTERSECTION PAVING LS 1 --------------
46 7,12 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 --------------
47 84 STRIPING AND MARKING LS 1 --------------
Additive Alternative A $
Total Project Bid = (Base Bid + Additive Alternative A) $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
* Bid item exempt from Section 9-1.06 of the Standard Specifications. The unit price will not be adjusted regardless of
the final bid item quantity.
Page 65 of 199
BID FORMS
BID FORMS
D
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 66 of 199
BID FORMS
BID FORMS
E
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
Page 67 of 199
BID FORMS
BID FORMS
F
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.
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 68 of 199
BID FORMS
BID FORMS
G
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 69 of 199
BID FORMS
BID FORMS
H
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 70 of 199
BID FORMS
BID FORMS
I
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):
Did this project include curb ramp
construction within the public right of
way?
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):
Did this project include curb ramp
construction within the public right of
way?
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):
Did this project include curb ramp
construction within the public right of
way?
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 71 of 199
BID FORMS
BID FORMS
J
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 72 of 199
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. Area 6 & 7 Curb Ramps Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
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
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.
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 7, 12, 73 and 84 for general, material,
construction, and payment specifics.
Page 73 of 199
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage:
Maintain Revenue Enhancement Funding signage in work area. Return Revenue
Enhancement Funding signs at the end of the project or upon the Engineer’s request.
6 CONTROL OF MATERIALS
Add to Section 6-2.03 DEPARTMENT ACCEPTANCE:
The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain
Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon
the Engineer’s request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Work hours are restricted to 7:00 A.M. and 4:00 P.M (Monday through Friday).
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 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
DIVISION V SURFACINGS AND PAVEMENTS
39 ASPHALT CONCRETE
Add to Section 39-1.02B MATERIALS, Tack Coat
All vertical edges to be paved against shall be tack coated. These include, but are not
limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete
edges.
Page 74 of 199
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
DIVISION VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to Section 73-1.03 CONSTRUCTION
You must meet with the Engineer for an average of 1.5 hours total per ramp to complete
the following coordination tasks:
1. Before saw-cutting to agree on the limits of demolition and removal.
2. After formwork is set, to verify that grades meet those stated on the Plans.
3. Upon completion of new curb ramp installation to verify finished grades.
Curb ramps have been designed to comply with the current Caltrans Standard Plan detail
RSP A88A and City Std. 4440. Field modifications to the design plans, if approved by the
Engineer, must meet the dimensional and slopes requirements of Standard Plan RSP
A88A. When measuring the ADA facility’s dimension and slopes, consider the required
dimension or slope to have been met if the recorded individual measurements comply
with the following:
Dimensional measurement does not exceed ½-inch from the dimension shown,
i.e. ½-inch less than a minimum dimension, or ½-inch greater than a maximum
dimension
Slope measurement does not exceed 0.2 percent from the slope shown
You must give the City a 24-hour notice for inspection of formwork before pouring the
concrete.
You must calibrate all levels used in construction at the beginning of each work day.
You must ensure that new ramp flowlines do not create any "ponding" areas.
You are responsible for storing existing signs and boxes for reuse.
Add to Section 73-1.04 Payment
As shown on the bid item list, each new curb ramp will be paid in lump sum for all work
shown on the plans for the individual corner, unless included in a separate bid item on
the bid item list. The lump sum price includes all work shown on the Plans, as specified
in the Standard Specifications and these Special Provisions. It also includes work for:
1. public notices
2. layout
3. elevation control
4. saw-cutting
5. demolition
6. removal and disposal of demolished material
7. formwork
8. installation of driveway, curb & gutter, cross gutter spandrel, sidewalk, and ramps
9. furnishing and installation of new signs, post and sleeves
Page 75 of 199
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
10. replace sidewalk underdrain
11. reset existing pavers to new grade
12. replace existing planter concrete to match new grade
13. red curb paint
14. temporary cold mix
15. adjustment of existing utility manholes, pull boxes, vaults, etc.
16. tree protection
17. repair of existing irrigation systems, if damaged & modifications as needed
18. landscape replacement, if applicable
19. protection of existing utilities and restoration of existing improvements
20. protection of existing monuments
21. cleanup
Payment for varying widths of “paveouts” per plans required by City Standards are
included in the applicable curb ramp replacement lump sum price.
Full compensation for concrete cross gutters is paid on a square footage basis as shown
in the bid item list and is identified as the portion of the cross gutter between gutter
spandrels.
Additional sidewalk must be constructed at the discretion of the Engineer. Full
compensation to remove existing and construct additional sidewalk as directed by the
Engineer will be paid by Bid Item 32.
Additional curb and gutter must be constructed at the discretion of the Engineer. Full
compensation to remove existing and construct additional curb and gutter as directed by
the Engineer will be paid by Bid Item 33.
Add to Section 73-4.03 TEXTURED CONCRETE AND COLORED CONCRETE
SURFACES, CONSTRUCTION;
Do not apply salt finish texture to concrete curb ramps spandrels and cross gutters. A
broom finish shall be applied at these locations.
77 LOCAL INFRASTRUCTURE
Add to Section 77-1.01 EXCAVATION AND RESTORATION, GENERAL;
Protection and restoration of survey monuments and benchmarks must comply with
Section 5-1.26 and 5-1.36.
DIVISION XIII APPENDICES
Add 100-1.01
Refer to Appendix A: Form of Agreement
Page 76 of 199
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 77 of 199
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 78 of 199
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 79 of 199
Page 80 of 199
R ______
RESOLUTION NO. _____ (2022 SERIES)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS
OBISPO, CALIFORNIA, AUTHORIZING USE OF CAPITAL PROJECTS
RESERVE FUND TO SUPPORT CURB RAMP CONSTRUCTION WORK
FOR AREA 6 & 7 CURB RAMPS, SPECIFICATION NO. 1000558
WHEREAS, in June of 2021, the City Council approved 2021-23 Financial Plan –
Capital Improvement Program, which identified the Street Reconstruction & Resurfacing
Account with a total budget of $3,366,258 to support slurry sealing, striping
improvements, and curb ramp construction work; and
WHEREAS, to expediate project delivery, minimize public impacts, curb ramp
construction work for Area 6 & 7 Curb Ramps (Project) must be completed prior to the
summer months; and
WHEREAS, to provide funding to support curb ramp construction work for the
Project, staff is recommending the City Council approve use of $1,000,000 from the Capital
Projects Reserve Fund; and
WHEREAS, a balance of approximately $1.6 million is available from the Capital
Projects Reserve Fund; and
WHEREAS, upon appropriation of $3,366,258 on July 1, 2022 to the Street
Resurfacing and Reconstruction Account (90346), $1,000,000 will be transferred back to
the Capital Projects Reserve Fund.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis
Obispo as follows:
Page 81 of 199
Resolution No. _____ (2022 Series) Page 2
R ______
SECTION 1. The City Council authorizes staff to transfer $1,000,000 from the
Capital Project Reserve Fund to Area 6 & 7 Curb Ramps, Specification No. 1000558.
Upon appropriation of $3,366,258 on July 1, 2022 to the Street Resurfacing and
Reconstruction Account (90346), $1,000,000 will be transferred back to the Capital
Projects Revere Fund.
Upon motion of _______________________, seconded by
_______________________, and on the following roll call vote:
AYES:
NOES:
ABSENT:
The foregoing resolution was adopted this _____ day of _____________________ 2022.
___________________________
Mayor Erica A. Stewart
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
Page 82 of 199
CURB RAMP LOCATIONAREA 7AREA 6Page 83 of 199
Page 84 of 199