Loading...
HomeMy WebLinkAbout05/15/2001, C-6 - DOWNTOWN PAVING 2001 SPECIFICATION NO. 90204 counat ;° - j - Is 'O agenda Report 1w.N..b. CITY O F SAN L U IS O B I S P O FROM: Michael D. McCluskey, Public Works Director-WVN Prepared by: Joseph E. McDermott, Streets Supervisor SUBJECT: DOWNTOWN PAVING 2001 SPECIFICATION NO. 90204 RECOMMENDATIONS: 1. Approve plans and specifications for"Downtown Paving 2001: Specification No. 90204" 2. Authorize staff to advertise for bids 3. Authorize the CAO to award the contract if the lowest responsible bid is within the engineer's estimate of$232,300 4. Consolidate $256,000 of existing operating budget appropriations into a minor capital account for this project DISCUSSION: The City's Pavement Management Plan was adopted by the City Council on April 14, 1998. A key element of this plan was establishment of eight areas within the city to be maintained through annual CIP projects. A ninth area, downtown, was given a specific maintenance plan to be implemented through the operating budget. Pavement maintenance work for the downtown has consisted primarily of Public Works employees grinding down existing concrete streets that are in poor condition and then applying an asphalt overlay. Recent locations for this work have included Palm Street, Pacific Street, and short segments of other streets. Public Works has identified the following street segments in the downtown area that need immediate repair. • Chorro Street between Marsh and Pacific • Garden Street between Higuera and Pacific • Broad Street between Monterey and Marsh • Nipomo Street between Monterey and Marsh In addition, the following street segments just outside the downtown also need immediate attention: • Chorro Street between Pacific and Pismo • Garden Street between Pacific and Pismo • Nipomo Street between Marsh and Pismo C6-1 Council Agenda Report—Downtown Paving 2001, Specification No. 90204 Page 2 In addition to simply grinding and paving these streets, Public Works is specifying installation of a high-strength reinforcing grid. This subsurface reinforcement will greatly reduce reflective cracking of the underlying concrete surface that causes the street surface to deteriorate quickly. Design life for the newly repaired streets will be twenty years. Because the paving crew does not have the expertise and equipment to install the reinforcing grid, Public Works is recommending that the project work be contracted out. An additional benefit will be that a contractor's larger workforce will be able to complete the project more quickly and minimize traffic disruption. Project specifications require work on downtown streets to be performed only between the hours of 6:00 a.m. and 11:00 a.m. This should result in less disruption to downtown businesses and the public. The contractor will be allowed to perform work on the streets just outside the downtown after 11:00 a.m. in order to put in a full workday. CONCURRENCES: Because this project consists of removal and replacement of existing asphalt, the Community Development Department has given this project a categorical exemption. Additionally, staff attended the May 8, 2001 board meeting of the Downtown Association to discuss the project and answer any questions or concerns of the board relative to the project. FISCAL IMPACT: Engineer's Estimate $232,300 Contingencies at 10 Percent 23,700 Total Budget Needed $256,000 As recommended in the Pavement Management Plan, $150,000 is already appropriated in the Pavement Maintenance Program operating budget for downtown maintenance. Public Works is recommending that this $150,000 be transferred into a minor capital account for downtown pavement maintenance along with another $106,000 from various accounts in this same program budget. The value of work to be performed on streets just outside the downtown is estimated to be about $82,000. ATTACHMENTS: Specification I:\Council Agenda Reports\90204 Downtown Paving 2001.doc C6-2 Downtown Paving 2001 Specification No. 90204 QROFESS/p�, PErF�Fy h � sc Zm Cr_ No. 18598 70 exp. J� CIVIL �\P 9lF OF CA��FO� C6-3 CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA NOTICE TO BIDDERS 1. Receipt and Opening of Bids A) Notice is hereby given that sealed proposals will be received by the City of San Luis Obispo, in the Public Works Administration Office, 955 Morro Street, 93401, until 3:00 P.M. on May 29, 2001, at which time they will be publicly opened and read aloud, for the construction of the work entitled: Downtown Paving 2001, Specification 90204 B) Any bid received at the Public Works Administration Office after the time and date specified above shall not be considered, and shall be returned to the bidder unopened. C) Bids received via FAX machine shall not be considered. D) Each bid shall be submitted in a sealed envelope plainly marked: Downtown Paving 2001, Specification 90204 2. General Work Description. This work involves placement of asphalt concrete overlays on existing City downtown streets, and includes the following: cold milling of existing asphalt concrete, placement of pavement reinforcing fabric, placement of pavement reinforcing grid, construction of asphalt concrete overlays, and replacement of existing pavement markings and traffic striping. 3. Estimate of total construction cost $232,300 4. Contract Time. The contract time is hereby established as 20 working days. 5. Liquidated Damages. The fixed liquidated damages amount is hereby established as 250 per day for failure to complete the required work within the contract time allowed. 6. Contractor's License Requirement. The Contractor must possess a valid Class A Contractor's License at the time of the bid opening. 7. Minimum Wage Requirements. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the City Council of the City of San Luis Obispo, California, has ascertained the general prevailing hourly wage rates in the locality where this work is to be performed for each craft or type of workman or mechanic needed to execute the Contract which will be awarded to the successful bidder, and copies of the rates so determined are on file in the Office of the City Engineer, 955 Morro Street, San Luis Obispo, CA 93401. 8. Securinq Bid Documents. The work embraced herein shall be done in accordance with the City Standard Specifications dated October 2000, State Standard Specifications dated July 1999, Special Provisions, City Engineering Standards and the plans. _ A C6-4 A copy of the Plans and Special Provisions may be obtained in the office of the City Engineer, 955 Morro Street, San Luis Obispo, CA 93401, by paying a non- refundable fee of $5.00 if picked up in person, or by mailing_ a non-refundable fee of J1QQ2 to: City of San Luis Obispo, Engineering Division, 955 Morro Street, San Luis Obispo, CA 93401. Request must include the Specification Number. A copy of the October 2000 City Standard Specifications may be obtained by paying a non-refundable $5.00 fee if picked up in person, or a non-refundable$10.00 fee if mailed to you by the City Engineer's Office. For information call 805/781-7200. 9. Bids:. Bidders shall comply with and agree to all instructions and requirements in this notice and in the contract documents. A) All bids must be submitted on the prescribed bid proposal form. B) EACH BID SHALL BE ACCOMPANIED BY A CERTIFIED CHECK, CASHIER'S CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CITY OF SAN LUIS OBISPO FOR AN AMOUNT EQUAL TO TEN PERCENT (10%) OF THE AMOUNT OF THE BID, SUCH GUARANTY TO BE FORFEITED SHOULD THE BIDDER TO WHOM THE CONTRACT IS AWARDED FAIL TO ENTER INTO THE CONTRACT. C) The City of San Luis Obispo, Califdmia, reserves the right to reject any or all bids or waive any informality in a bid. D) All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done.. E) No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions Code. F) The award of the contract, if awarded, will be to the lowest and best regular responsible bidder whose proposal complies with the requirements prescribed. Such award, if made, will be made within 30 calendar days after the opening of the proposals. 10. The Contractor may substitute securities for moneys withheld under the contract in accordance with the provisions of the Public Contract Code, Section 10263.. _ B _ C6-5 SPECIAL PROVISIONS 1. PLANS AND SPECIFICATIONS The work embraced herein shall be done in accordance with these Special Provisions and the City of San Luis Obispo, Department of Public Works, Standard Specifications October 2000 edition, in conjunction with the State of California, Department of Transportation Standard Specifications dated July 1999. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence. 2. EXECUTION OF CONTRACT, BEGINNING OF.WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES Contract bidding, award, execution and administration shall conform the provisions in the Standard Specifications and these Special Provisions, The Contractor shall submit to the City, a Traffic Control Plan for approval by the City Traffic Engineer prior to any construction activities. Upon approval, the city shall issue a no-fee Encroachment Permit. The Contractor shall be responsible for compliance with all Permit Conditions. The City will execute the contract with the successful low bidder upon receipt of the required bonds, insurance and signed agreement from the Contractor. The City will set up a date for the pre-job conference which will be within 60 calendar days following the opening of the bids. Attendance by the Contractor's representative is required. The pre-job conference will be held on a Thursday or Friday and Contract Time of 20 working days will begin the following Monday. The Contractor shall commence operations within 5 working days from the start of Contract Time. Failure to do so without written approval of the Engineer, shall be considered abandonment of the work and the City may terminate the Contractor's control over the work under the provisions of Section 8-1.08 "Termination of Control." Said work shall be diligently prosecuted to completion before the expiration of the contract time stated above, beginning on, and including, the start date. The Contractor shall pay to the City of San Luis Obispo the sum of $250 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. Failure to keep Traffic Lanes Open. If traffic lanes are not kept open for public use on the days, at the times, and in the manner specified in the project specifications, damage will be sustained by the City and its residents. Since it is and will be impracticable to determine the actual damage which the City and its residents will sustain by reason of Contractors failure to comply with the provisions of the project specifications, City and Contractor agree that Contractor will pay to City the sum of $200 per hour for each and every hour that any traffic lane is not kept open for public use as required by the project C6-6 SPECIAL PROVISIONS specifications, not as a penalty, but as predetermined liquidated damages. The Contractor agrees to pay such liquidated damages as are provided for in this paragraph, and in case the same are not paid, Contractor agrees that City may deduct the amount of such liquidated damages from any money that is due or that may be due the Contractor under the contract. Failure to Coordinate Signal Turn-ons. Striping, and Signing. If signal tum-on, road striping, and signing are not coordinated as required by the project specifications, damage will be sustained by the City and its residents. Since it is and will be impractical to determine the actual damage which the City and its residents will sustain by reason of Contractor's failure to comply with the project specifications, it is therefore agreed that Contractor will pay to the City the sum of $500 per day (a) for each day that the Contractor fails to stripe the road and/or install required signs after the third day after a signal is turned on; (b) for each day that the Contractor fails to turn on a signal after the second day after striping the road; (c) for each day that the Contractor fails to remove signs which conflict with new striping or fails to install signs required by the contract documents which are necessary for safe traffic movement; and (d) for each day that the Contractor fails to install permanent striping within the timeline specified in these project specifications. 3. DESCRIPTION OF WORK. This work involves cold milling of existing asphalt, construction of an asphalt concrete overlay, and replacement of existing pavement markings and traffic striping on Various Downtown Streets: Chorro Street From Marsh Street to Pismo Street, Garden Street From Higuera Street to Pismo Street, Broad Street From Monterey Street to Marsh Street, Nipomo Street From Monterey Street to Pismo Street, Higuera Street from Broad Street to Nipomo Street. 4. CITY FURNISHED MATERIAL. NONE. 5. OPERATIONAL PROCEDURES AND TRAFFIC.CONTROL. Special restrictions on this project limit the time of day permitted to work in the downtown area between 6AM to 11AM resulting in less disruption to the downtown businesses and the public. The Streets with these restrictions are Chorro Street From Marsh Street to Pacific Street, Garden Street From Higuera Street to Marsh Street, Broad Street From Monterey Street to Marsh Street, Nipomo Street From Monterey Street to Marsh Street, Higuera Street from Broad Street to Nipomo Street. All other sections of streets are considered outside of the downtown area. After 11 AM, the contractor will be required to have all of his equipment and crews outside of the downtown area. Work after 11 AM may continue on those streets outside of the downtown area. Streets in the downtown area will receive a grind then immediately followed the next day C6-7 2 SPECIAL PROVISIONS with asphalt leveling course or final asphalt cap. Higuera Street will not be allowed to start work on it unless it can be completely paved by Thursday evening. All work shall take place under the provisions of Sections 4, 5, 6, 8, and 9, "Scope of Work," "Control of Work," "Control of Materials," "Prosecution and Progress," and "Measurement and Payment" of the Standard Specifications and these Special Provisions. Operational procedures shall conform to the provisions in Section7. of the Standard Specifications. Attention is directed to the provisions in subsections 7-1.01 G "Water Pollution," 7-1.11 "Preservation of Property," 7-1.12 "Responsibility for Damage, Section 7-1.08, "Public Convenience," and Section 7-1.09, "Public Safety," of the Standard Specifications and these Special Provisions. OSHA compliance shall conform to the provisions in " Section 7-1.06, "Safety and Health Provisions," and these Special Provisions. Construction Area Traffic Control Devices shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices" of the Standard Specifications and these Special Provisions. - Restoration of benchmarks and monuments, and establishment of lines and grades shall conform to the provisions in Section 5-1.07, "Lines and Grades" of the Standard Specifications. Dust control shall conform to the provisions in Section 10, "Dust Control," of the Standard Specifications and these Special Provisions. Watering shall conform to the provisions in Section 17, "Watering" of the Standard Specifications and these Special Provisions. Unless otherwise approved by the Engineer, the contractor shall keep all existing lanes open when work is not being performed. At all times during construction, at least one lane in each direction shall remain open. The contractor shall be subject to the penalties described in Section 2 of these special provisions for failure to keep traffic lanes open. Any necessary relocation-of existing utilities and associated manholes, lids, or structures shall be completed by the respective utility company at their expense. The contractor shall notify all utility companies with existing facilities in the work area at least three weeks prior to construction and coordinate any required utility work. The Contractor shall supply and deliver notices of the work to all properties adjacent to and within 30 meters of the work areas. The notice shall briefly describe the work, potential impacts on the adjacent property, and shall include the Contractor's phone number. Notices shall be placed at least 48 hours in advance of the work and shall state the dates that work will take place adjacent to that particular property. The C6-8 3 SPECIAL PROVISIONS Engineer prior to distribution shall approve wording for the notice. Notices shall NOT be placed inside mail boxes. Placing notices in mailboxes is prohibited by law.. Notices should be hand delivered or made up as a door hanger. Failure to comply with the provisions in this section shall be considered a material breach of contract. All work shall cease until contractor can demonstrate active compliance with these requirements. Any delay caused by failure to comply shall be the full responsibility of the contractor and no additional contract time nor compensation will be allowed therefor. Full compensation for conforming to the requirements of this section shall be included in the contract prices paid for the various items of work and no additional compensation shall be allowed therefor. 6. , EXTRA WORK, FORCE ACCOUNT PAYMENT. The Contractor shall submit a list of equipment they anticipate will be used on the project and the associated Caltrans Equipment Rental Rate. If there is no established rate, the Contractor should so indicate. This information shall be provided at the pre- construction conference. In addition to the provisions in Section 9-1.03A(1) "Labor" of the Standard Specifications, the following provisions shall apply: When an owner, superintendent or other salaried employee is performing work on the project, he will be paid at the prevailing wage corresponding to the type of work performed. Foreman wage rates, for purposes of calculating the expense of Extra Work, Force Account.Payment, shall be as set forth below: . Prevailing wage rate of the highest paid employee used on the extra work under force account payment and being supervised by the foreman to do the extra work plus$1.00 per hour. 7. CONSTRUCTION NOTES. 7-1.01 Asphalt Concrete. Asphalt concrete shall conform to the provisions in Section 39, "ASPHALT CONCRETE," of the Standard Specifications and these Special Provisions. Asphalt concrete shall not be spread after 4:30 P.M. unless directed by the Engineer. Operations shall be scheduled so that the final lift of the asphalt concrete overlay is placed not more than 7 calendar days after grinding of wedge cuts and conforms. Existing raised pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. Full compensation for removing and disposing of pavement markers shall be considered as included in the contract prices paid for traffic striping and no separate payment will C6-9 4 SPECIAL PROVISIONS be made therefor. Paint binder (tack coat) shall conform to and be applied per the provisions in Section 94, "ASPHALTIC EMULSIONS," of the Standard Specifications. The area to which paint binder has been applied shall be closed to public traffic. Care shall be taken to avoid tracking binder material onto existing pavement surfaces beyond the limits of construction. Full compensation for furnishing and applying paint binder (tack coat) shall be considered as included in the contract price paid per tonne (1000 kg) for Asphalt Concrete, and no additional compensation will be allowed therefor. In addition to the requirements in Section 39-5.01, "Spreading Equipment," of the Standard Specifications, asphalt-paving equipment shall be equipped with automatic screed controls and a sensing device or devices. Prior placing asphalt paving over an existing surface, the surface shall be cleaned by sweeping, flushing or other means necessary to remove all loose particles of paving, all dirt, and all other extraneous material. This shall include vegetation in pavement cracks and between pavement and curb/gutter. Prior to removal, an approved herbicide, which leaves behind a visible blue marker dye, shall be sprayed where vegetation exists. The Contractor shall provide to the City a written Pest Control Recommendation by a Licensed Pest Control Adviser with material safety data sheets of recommended products. The Contractor shall assume full responsibility for the proper application of the pesticide governed by Federal, State and Local laws. Surface contaminates, grease or oil spots shall be cleaned to allow for proper adhesion. When placing asphalt concrete to established lines and grades, the automatic controls shall control the longitudinal grade and transverse slope of the screed. Grade and slope references shall be furnished, installed and maintained by the Contractor. Should the Contractor elect to use a ski device, the minimum length of the ski device shall be 9 meters. The ski device shall be a rigid one-piece unit and the entire length shall be utilized in activating the sensor. When placing the initial mat of asphalt concrete on existing pavement, the end of the screed nearest the centerline shall be controlled by a sensor activated by a ski device not less than 9 meters long. The end of the screed farthest from centerline shall be controlled by a sensor activated by a similar ski device. When paving contiguously with previously placed mats, the end of the screed adjacent to the previously placed mat shall be controlled by a sensor that responds to the grade of the previously placed mat and will reproduce the grade in the new mat within a 3 mm tolerance. The end of the screed farthest from the previously placed mat shall be controlled in the same manner as when placing the initial mat. C6-10 5 r �. SPECIAL PROVISIONS Should the methods and equipment furnished by the Contractor fail to produce a layer of asphalt concrete conforming to the requirements, including straightedge tolerance, of Section 39-6.03, "Compacting," of the Standard Specifications, the paving operations shall be discontinued and the Contractor shall modify his equipment or fumish substitute equipment. Should the automatic screed controls fail to operate properly during any day's work, the Contractor may use manual control of the spreading equipment for the remainder of that day, however, the equipment shall be corrected or replaced with alternative automatically controlled equipment conforming to the requirements in this section before starting another day's work. Asphalt concrete shall not be placed when the atmospheric temperature is below 10°C or during rain or other unsuitable weather. Asphalt concrete placed in layers less than 46 mm in compacted thickness or widths of less than 1.5 m shall be spread and compacted with the equipment and by the methods specified in Section 39. All other asphalt concrete shall be compacted and finished in conformance with the provisions of Section 39, amended as follows: The second paragraph of Section 39-6.01, "General Requirements," of the. Standard Specifications is amended to read: "Asphalt concrete shall be compacted by any means to obtain the.specified relative compaction before the temperature of the mixture drops below 65°C. Additional rolling to achieve the specified relative compaction will not be permitted after the temperature of the mixture drops below 65°C or once the pavement is opened to public traffic. When vibratory rollers are used as finish rollers the vibratory unit shall be turned off." Section 39-6.03, "Compacting," of the Standard Specifications is amended by deleting the fifth through tenth paragraphs and adding the following before the eleventh paragraph: "Rolling shall be performed in such a manner that cracking, shoving, or displacement will be avoided. Asphalt concrete shall be compacted to a relative compaction of not less than 95 percent and shall be finished to the lines, grades and cross section shown on the plans. "Relative compaction will be determined by California Test 375. Laboratory specimens will be compacted in conformance with California Test 304." The City reserves the right to adjust the final pay of this item if the relative compaction is not as specified. The table in Section 7-1.01..01 (Measurement and Payment) shows C6-11 6 SPECIAL PROVISIONS the percentage of pay the contractor is to receive based on the results of the compaction tests. Not less than two (2) rollers shall be used with each paving operation, as required by these Technical Provisions. Areas inaccessible to the rollers shall be compacted by use of a power compactor of the high-impact vibra plate type, capable of attaining the same compaction as the rolled areas. Asphalt Concrete Leveling Course shall conform to the applicable provisions of Section 39, "Asphalt Concrete," of the Standard Specifications. Unless otherwise specified, the aggregate for the leveling course shall conform to the requirements for 9.5 mm maximum aggregate, medium grading as specified in Section 39 of the Standard Specifications. A tack coat of RS-1 Penetration-type shall be applied to all surfaces receiving leveling course prior to spreading of the leveling course. The Contractor shall spread a leveling course in areas indicated on the plans and in all dip areas, depressions, and voids greater than 50 mm as directed by the Engineer. Spreading and compacting shall be performed by methods that will produce a surfacing of uniform smoothness, texture, and density. The Contractor shall slope the surface of reconstructed streets at a slope of 2% toward the gutter or edge of pavement. The crown of the street shall be at the centerline of the street where practical, unless otherwise directed by the engineer. Asphalt Concrete shall be measured by the tonne as defined in Section 39-8.01 "Measurement" of the Standard Specifications. Asphalt Concrete Leveling Course shall be measured by the tonne as defined in Section 39-8.01 "Measurement" of the Standard Specifications. The contract price paid per tonne for Asphalt Concrete shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and doing all work involved in constructing asphalt concrete, complete in place, as shown on the plans and as specified in these Special Provisions or as directed by the Engineer. The contract price paid per tonne for Asphalt Concrete Leveling Course shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and doing all work involved in constructing asphalt concrete, complete in place, as shown on the plans and as specified in these Special Provisions or as directed by the Engineer. 7-1.01.01 — Measurement and Payment Asphalt concrete will be measured and paid by the tonne as specified in Section 39-8, "Measurement and Payment," of the Standard Specifications. C6-12 7 SPECIAL PROVISIONS The City will test a minimum of one compaction test per every 1000 m^2 of reconstructed or overlaid street. The results of the compaction tests will be rounded to the nearest whole percentage for each 1000 m^2 section. The Contractor shall receive payment for asphalt concrete based on the results of the compaction tests according to the following table: ASPHALT PAYMENT TABLE Average Relative Compaction Percentage of Bid Unit Price of Asphalt per 1000 m^2 Concrete to be paid to Contractor Greater than 95%_ - 100% 95% 1.00%°. 94% 97%- 93%°. 94% 92% 91% 91% 88% 90% 85% Less than 90 % An additional 3% deduct. for each 1% loss in compaction, or the City may require the contractor to re ave onions of the street 7-1.02 High-Strength Pavement Reinforcing Grid. . 771.02.01-Description. Work shall consist of furnishing and placing a high strength, self=adhesive fiberglass grid on smooth existing pavement or leveling course. This work shall be done prior to and on the same day as the placement of the hot-mix asphalt concrete. 7-1.02.02 Materials. The fiberglass grid shall be constructed of fiberglass yams knitted in a stable construction that conforms to the following properties when tested by the appropriate test method. Property Test Method Requirement Grid -- Fiber glassReinforcement Coated with an Elastometric Polymer. C6-13 8 SPECIAL PROVISIONS Grid Tensile G.R.I. GLASSGRID Across Length / Width Strength 1-87 or Bayex 1443 100 kN/m / 100 kN/m Component Stand Strength Grid — Elongation G.R.I. GLASSGRID <5% At Break (Max) 1-87 OR Bayex 1.443 Grid Melting Pt. ASTM D 276 >218' C Grid CL Spacing -- Min. 13mm x 13mm Min. Roll Length -- 60m Min. Roll Width -- 1.5m 7-1..02.03 Storage. The high strength self-adhesive fiberglass grid must be stored as per manufacturer recommendations in a dry covered condition, free from dust, dirt, and moisture. 7-1.02.04 Pavement Preparation. Repair damaged pavement subgrade as shown on the plans, potholes as directed by the Engineer, and cracks greater than 6 mm. Excessively rough or uneven pavement surfaces may require milling or the placement of a leveling course. Prior to the placement of the grid, the existing pavement shall be cleaned so as to provide a surface that will adhere to the grid to the satisfaction of the Engineer. Pavement shall be cleaned by a mechanical device by sweeping or vacuuming, and shall be free of oil, vegetation, sand, dirt, water, gravel, debris, paint, pavement markings, striping, and rubber. 7-1.02.05 Grid Installation. Tack coats are not required for use with self-adhesive grid. The grid shall be laid by mechanical means or by hand under sufficient tension to eliminate ripples. Should ripples occur, these must be removed by pulling the grid tight or in extreme cases such C6-14 s 1 - `J- SPECIAL PROVISIONS as tight radii, by cutting and laying flat. Transverse joints must be lapped in the direction of the paver by a minimum of 100mm. Longitudinal joints must be overlapped between 25 and 50mm. The surface of the grid shall be rolled with a rubber-coated roller or pneumatic tire roller to activate the adhesive. Tires must be clean to avoid pickup of the grid. A pneumatic tire roller or tractor installer with pneumatic tire roller assembly shall adhere the grid to the pavement surface. A vehicle with rubber tires may be used if approved by the manufacturer or the Engineer. Paving shall not begin until proper adhesion is achieved. Construction and emergency traffic may run on grid after being rolled. However, it must be ensured that damage is not caused to the grid by vehicles turning or braking, etc., And that the mesh must be kept clean of mud, dust and other debris. Damaged sections shall be removed and patched, taking care to completely cover the damaged areas. Pavement Reinforcing Mesh installed shall be paved over on the day of installation. Full compensation for furnishing and installing High-Strength Fiberglass Grid shall be paid at the contract price per square meter for High-Strength Fiberglass Grid. 7-1.03 << Section Deleted 7-1.04. Grinds, Wedge Cuts and Conforms Existing asphalt concrete pavement shall be cold planed at the locations and to the dimensions shown on the plans. Cold planing machines shall be equipped with a cutter head not less than 1.8 meters in width and shall be operated so as not to produce fumes or smoke. The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation. Planing asphalt concrete pavement shall be performed by the cold planing method. Planing of the asphalt concrete pavement shall not be done by the heater planing method. The depth, width and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface with a uniform cross slope conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surfacing to remain in place. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the comers and through the conform lines. A drop-off of more than 50 mm will not be allowed at any time between adjacent lanes open to public traffic. C6-15 10 r SPECIAL PROVISIONS Where transverse joints are planed in the pavement at conform lines, no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the. level of existing pavement before the pavement is to be opened to public traffic, a temporary,asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 1:30 (Vertical: Horizontal) or flatter to the level of the planed area. The material planed from the roadway surface, including material deposited in existing gutters, driveways, around structures, or on the adjacent traveled way, shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Removal operations of cold-planed material shall be concurrent with planing operations and follow within 15 meters of the planer, unless otherwise directed by the Engineer. The Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles for final clean-up work and shall keep the milled area cleaned and maintained at all times until the street has been resurfaced. Asphalt concrete for temporary tapers shall be of commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including the removal of all loose material from the underlying surface, before placing the permanent surfacing. The removed material shall be disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Operations shall be scheduled so that not more than 7 days shall elapse between the time when transverse joints are planed in the pavement at the conform lines and the permanent surfacing is placed at the conform lines. 7-1.04.01 Measurement and Payment Edge Grinds (4.0 m wide) will be measured by the linear meter as designated in the Engineer's Estimate and as shown on the plans. The quantity to be paid for will be the actual length of surface cold planed irrespective of the number of passes required to obtain the required depth and a uniform cross slope (straight grade) of the bottom of the grind as shown on the plans. Conforms (5.0 m wide) will be measured by the linear meter for the depth shown on the plans. The quantity to be paid for will be the actual length of surface cold planed for the depth (maximum) shown on the plans, irrespective of the number of passes required to obtain the depth shown on the plans. The contract price paid per linear meter for Edge Grinds (4.0 m wide) shall include full C6-16 SPECIAL PROVISIONS compensation for furnishing all labor, materials, tools, equipment, and incidentals, and doing all work involved in cold planing asphalt concrete surfacing and disposing of planed material, as specified in these Special Provisions and as directed by the Engineer. The contract price paid per linear meter for Conforms (5.0 m wide) shall include full compensation for furnishing ail labor, materials,tools, equipment, and incidentals, and doing all work involved in cold planing. asphalt concrete surfacing and disposing of planed material, including furnishing the asphalt concrete for and constructing, maintaining, removing, and disposing of temporary asphalt concrete tapers, as specified in these Special Provisions and as directed by the Engineer. 7-1.05 Adiusting Appurtenances. The work performed in connection with various highway facilities shall conform to the provisions in Section 15, "EXISTING HIGHWAY FACILITIES," of the Standard Specifications and these Special Provisions. Frames and covers of manholes, valve wells, cleanouts, monument wells or other existing facilities shall be adjusted to grade in accordance with the provisions in Section 15-2.05, "Reconstruction," of the Standard Specifications and these special provisions. All frames, covers and wells shall be replaced as needed to meet current Engineering Standards. A significant number of the existing sewer manholes may require reduction rings to accommodate the sewer manhole cover that complies with current City standards. The additional labor involved in the installation of these reduction rings shall be included in the bid unit price for adjusting manholes to grade, and no separate payment will be made therefor. A significant number of the existing sewer cleanouts may require the installation of a 45- degree joint and a new section of pipe below the pavement surface to accommodate the cleanout cover that complies with current City standards. The additional cost of the materials and labor involved in installing the 45-degree joint and pipe shall be included in the bid unit price for adjusting sewer cleanouts to grade, and no separate payment will be made therefor. Utilities shall be adjusted to the new grade within 10 days of the placement of new pavement. The Engineer shall approve the order in which utilities are raised. Adjusting Appurtenances for each of the following: Manholes, Monuments, Water Valves, and Sewer Cleanouts; shall be measured per each structure adjusted as measured in the field and shall be paid for at the contract unit price per each which shall include fumishing all equipment, labor, and materials for adjusting appurtenances. C6-17 12 SPECIAL PROVISIONS 7-1.06 - Traffic Stripes and Pavement Markings. Traffic stripes and pavement markings shall conform to the provisions in Section 84, "TRAFFIC STRIPES AND PAVEMENT MARKINGS" of the Standard Specifications and these Special Provisions. Contractor shall be responsible for making a record of existing lane dimensions and striping layout to be used for the striping replacement. The Engineer shall approve final layout before final striping is placed. Striping shall be replaced in the locations shown on the plans.. All striping shall be thermoplastic except for bike lane symbols and arrows, which are to be applied by City crews. Traffic stripes will be measured by the linear meter along the line of the traffic stripes, without deductions for gaps in broken traffic stripes. Standard Caltrans details which contain multiple rows of stripes (such as Caltrans Detail 28), will be measured by the linear meter as one traffic stripe. Standard Caltrans details which include raised reflectors (pavement markers) will also be measured by the linear meter and the bid price shall include the reflectors. Pavement markings shall be measured by the square meter. Final striping and pavement marking shall begin no later than five (5) calendar days and completed no later than twelve (12) calendar days after completion of paving in any contiguous area as defined by the Engineer. Failure to complete striping and pavement markings within this specified time will cause liquidated damages to occur as specified in Section 2 of these Special Provisions. The contract prices paid per linear meter for painted traffic stripes and paid per square meter for pavement markings shall.include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in placing traffic striping details (regardless of the number, widths, and patterns of individual stripes involved in each traffic striping detail) and pavement markings including establishing alignment for stripes, and layout work, complete in place, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. C6-18 13 _r SPECIAL PROVISIONS 7-1.07 - Pavement Markers. Pavement markers shall conform to the provisions of Section 85, "PAVEMENT MARKERS" of the Standard Specifications, and these Special Provisions. The Engineer shall approve layout before final pavement markers are placed. Sections 85-1.08 "Measurement" and 85-1.09 "Payment" of the Standard Specifications are hereby deleted and replaced with the following: "Measurement.and Payment. - The price paid for pavement markers shall be included in- the contract price per meter for the various traffic striping, and each for blue reflective hydrant markers and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and placing pavement markers, complete in place, including adhesives, and establishing alignment for pavement markers, as shown on the plans." 7-2.01 Engineering Standards & Details. 6040 Utility Cover Grade Adjustment 7310 Construction Zones 7410 Street Parking 7920 Hydrant Reflector 9020 Monument & Well 9030 Manhole Cover& Access Box 7-2.02 Standard Plans. A20A, A20B, A20C, A20D - Pavement Markers and Traffic Lines Typical Details A24A, A24 B, A24C, A24D, A24E- Pavement Markings C6-19 14 Q3 SOUTH BAY FOUNDRIES SBF-1900 or PHOENIX P-1090 with sealed blind pickhole. QQ cHRIsTY c—s _ or G-12 when specified WATER _ STORnn - SEWER ..L. .° e. P.C.C. x. COLLAR r PLAN - < 250 mm 250 mm FINISH GRADE PLAN (PAVEMENT SURFACE) E ° _ ° • q230 - o 0 50 mm±155mmm ?• ' 6 o T cel 600 mm 5 SECTION WELLSMANHOLES 5 WATER VALVE STORM DRAIN SEWER CLEANOUT MONUMENT SANITARY SEWER NOTES: 0 Completely remove existing concrete collar prior to pouring new concrete collar. The diameter of the new collar shall be equal to the existing collar or the minimum diameter specified in the above detail, whichever is larger. Qz Concrete shall be Class 2 concrete, troweled to street grade, and allowed to cure for 48 hours prior to any traffic use. Class 1 concrete may be required to allow next-day traffic use. All utility covers to be raised shall be replaced, if needed, to conform to covers specified above. Covers shall be imprinted with the appropriate utility name. (j) Depth and radius dimensions shown apply to similar covers that are not shown. Collars constructed in P.C.C. streets shall be circular in shape and shall be separated from the adjacent P.C.C. street by either o cold joint or a tin form. MANHOLES: © Rings shall be 75 mm or 150 mm. Top of cone to top of frame shall not exceed 450 mm. Grade rings and manhole frame shall be sealed at every joint with butyl rubber (CONSEAL CS-102 or equal). When proper grade cannot be achieved with standard grade rings, the manhole frame shall be suspended in position over the lost grade ring, the inside of the frame and shaft shall be formed with tube or monoform system, and the concrete collar shall be poured to provide the joint between the manhole frame and the grade ring stock. Inside of rings shot[ be grouted with non-shrink grout to obtain a smooth surface free from gaps, holes and sharp edges. 50 mm clearance applies to the low side of the frame. Clearance may be greater on the high side as dictated by the street grades and as directed by the City Engineer. Use 150mm concrete reducing rings in cases where existing manhole opening must be reduced to occomodote the new frame and cover. REVISIONS BY APP DATE •-'ew border ✓vL WAP 9-97 � UTILITY COVER .etric conversion SR WAP 7-96 ♦ Rus GRADE ADJUSTMENT Combined with #6630 SR WAP 7-96Q & P.C.C. COLLAR STANDARD CURRENT AS OF: Februory 1999 OvIO 640 ELEMENTS OF A TRAFFIC CONTROL ZONE _ TERMINATION WORK TRANSITION ADVANCE WARNING AREAAREA AREA AREA J _C^ .A. .B.. 1 O O p �O a p WORK SPACE O p p DELINEATION O 0 0 O 0 0 0 0 41 0 0 0 0 0 O a E c n E E c. n E *Sign type and size will be determined by the City Engineer. RECOMMENDED SIGN SPACINGS FOR ADVANCE WARNING SIGNS SPEED LIMIT MINUMUM DISTANCE_ IN METERS KILOMETERS PER HOUR `A' 'B' 40-50 60 90 50-55 95 95 55-70 125 155 RECOMMENDED TAPER LENGTH AND DEVICE SPACING FOR CHANNELIZING TAPERS MINIMUM TAPER LENGTHS MAXIMUM TERMINATION APPROACH SPEED FOR VARIOUS LANE WIDTHS DEVICE LENGTH IN METERS KILOMETERS PER HOUR 3 m 3.3 m 3.6 m_ SPACING IN METERS 'C' 40 30 35 40 3 3 50 45 50 55 4.5 4.5 55 60 70 80 6 6 65 85 95 100 7.5 7.5 70 105 115 125 9 9 These distances are guidelines only. Actual distances will be During construction: determined on an individual basis by the City. I-A copy of the approved traffic control plan shall be kept on the job site at all times. Before any work may be started in the street area: 1—A traffic control plan shall be submitted to, and then 2-AII workers in the street area shall wear safety vests. approved by the City Engineer. 3-Flogmen shall be used as required. 2-Signs and .delineation shall be' in place, inspected and 4—All traffic control and devices shall comply with the HANDBOOK- approved by a Public Works Inspector. 'WORK AREA TRAFFIC CONTROL HANDBOOK- .. .._ REVISIONS BY APP DATE O New border JDL WAP 1-s8 GUIDELINES FOR Me;r;c °",wrsi°" str WAP 172-96 i IMS CONSTRUCTION ZONES Redrawn_to CAD RMH WAP 1-95 STANDARD CURRENT AS OF: February 1999 OBISPO C6.2 1 7310 - r1 BACK OF SIDEWALK DRIVEWAY PARKING or METER /FIRE HANDICAPPED 1 HYDRANT RAMP 6 CLEAR JE a ZONE O o CURB FACE 3 m EE rn min. E E o U f (1 N l N 03m 1_5m 3.6m 1.5m 4.5m min. - max. max. min. CLEARANCES w BACK OF SIDEWALK vm m CURB FACE L 4.5 m 5.5 - 6.7 m 6.7 m 6.7 m 5.5 - 6.7 m 4.5 m min. min. SPACE LENGTH 760 /PARKING METERS 100 mm mm WITH SIGNSo�) FACE E c x E0 60il 0 mm E 4 E E tev MOTOR o 300 x 5Se es - E E 4 75 mm Series B CYCLE a Block on White PARKING 600 mm C41,14: N ONLY .4 m 760 mm —TRAFFIC TEE MOTORCYCLE SPACES SIGN NOTES: Ql CLEAR ZONE-Area which shall not contain tree well, sign, O Minimum of.2 spaces, maximum of 6 spaces. bike rock, trash receptacle, mail box, street light, or other obstruction to automobile doors or driver/passenger access. OThese clearances apply at both ends of space. 03 All other clearance requirements shall be the some as for automobiles. ® 100 mm white traffic point. REVISIONS BY APP DATE rA1lO(' Neto border JDL WAP 1-98 ��''��`�'J7 T .ifetric conversion SR WAP 12-96 has PARKING Redrawn to ACRD RMH WAP 1-95 STANDARD CURRENT AS OF: February 1999 OBlISPO I C _2f410 SYMBOLS: . Nv�J ® Reflector Hydrant � �30m 13' -5- 0 ® 13 100 mm JE3 (be)41=10 v® I ®I X30 m y >30 m >30 m I® I TWO WAY STREET I® I1 ONE WAY STREET GENERAL NOTES: A. Reflectors shall be 2-woy blue reflective markers and shall conform to the standards set forth for reflective markers by the State of California Deportment of Transportation. B. Reflectors shall be set on the hydrant side of the centerline. C..When hydrants are within 30m of on intersection, a marker shall be placed on the cross street as well. D. Reflectors shall be set behind the pedestrian crossing area at on intersection. E. Reflectors shall be cemented to the pavement in accordance with the requirements of Section 85, "PAVEMENT MARKERS" of the State of California Department of Transportation Standard Specifications. REVISIONS BY APP DATE r>t /or 'dew border JDL WAP 1-98 S ew Standard BL_, W .11-96AP �-96 iiiiiiar• LIMB HYDRANT REFLECTOR STANDARD CURRENT AS OF: February 1999 OBISPO 7920 A A MONUMENT : COLLAR TRAFFIC VALVE BOX & COVER Collor shall be CHRISTY G-5, or appv'd equal. constructed per City Cover shall be imprinted with Engineering Standard "MONUMENT". #6040. Pavement 250 mm mm c a • mif- 50 f 15 mr i min. e > clearc nce all around 6 nm 75 mm PIN 25 rn'^ Brazing rod, 3 — 5 mm 25diameter, with numbered R.E. tog ---,,_.^pax a: '.: brass tog. Pin shall be / set by Surveyor or Civil 450 a . Engineer and the point mm permanently marked with registration number. 'nD L .: . BASE f I 4 4" e. ` o. Class 3 PC concrete. Top surface shall be smooth. Bottom shall f be flared as shown. OPTIONAL METHOD 355 mm Bose may be cost with a cylindrical recess which shall later be filled with expansive grout, min. 17MPa, SECTION A-A when pin is set. REVISIONS BY APP DATE acy o f New border JDL WAP 1-98 MONUMENT & WELL Metric conversion SR WAP 12-96 �7�" LU1S Change "Collar" Note RMH WAP 9-95 Q STANDARD CURRENT AS OF: February 1999 OBISPO 1 020 COVER SHALL BE LETTERED "CITY COMM" A A ► CITY COMM PLAN MANHOLE COLLAR SHALL BE CONSTRUCTED PER ENGINEERING MANHOLE COVER AND FRAME STANDARD #6040 * SHALL BE PHOENIX P-1090, 12mm GROUT AT S.B. FOUNDRIES 1900 OR BOTTOM (TOP OF EQUAL. ROCK BEDDING) GRADE RINGS PER 450mm ENG. STANDARD #6040 MIN. 75mm - -J SAND t�'•1 150mm s `r " -' PCC EXCEPT WHEN IN SIDEWALK USE CLASS 2 25mm PVC DRAIN NEW OR (E) CONDUIT 150mm 20mm ROCK BEDDING, 150mm MIN. THICKNESS SECTION A-A *NOTE: IN SIDEWALK APPLICATIONS, INSTALL RING AND COVER PER ENGINEERING STANDARD #3350. 1 .REVISIONS BY APP DATE Gm of 'aw Standard JDL WAP 8-99 ,,-, � MANHOLE COVER '� SdT1 L n & ACCESS BOX STANDARD CURRENT AS OF: August 1999 OBISPOCITY COMMUNICATIONS 30 1999 STD- PLAN AAOA N y QW W=.J z�J4c E ®® ^ ® ® Now E ®® s Qu iQ ®® �YlW��z.ON 00 z ® ® ® 01 0 e Wso tn d a a ® e ee ® e ® e ti ® ® ® ® diLa Z �� r �� N Z N N N Q 6 Q Q Q Q Q Q W W W • a o v o 0 o 0 0 0 all 0 0 H = E (0-i Z S c a E E 4 0- O C rn J wW N O o W = S O J tt a- E T� J ofaf � fef � wf feff f f ff rLit =o Q j r � L W x - 1 D S ifw 3 r'7e Sol-" w ; e le ®j ~ Z N i ® > y V • � I f I f � � � � I f . sasr Zy � ` Cy [•[ G O f O ® ® ®8 ® E 3 1999 ISTD. PLAN A200 Mr N W y�o.w•� � s o � r o .. �`�� E S E pCIY�� j�Y • _ � I� III. E R ®®e ®® N � � ® � R o�Z�' i is min Of W J ®® ®® ® ■ ® ® 1 r E E e Q ® ® ' E 3 ®®J ®® ®® e ® ® 1■ /1 1■ n lirWIC �r err Orr err ol a � a II S GO em on E®® ®® v o ®®r.®® mrd g 1 L®o e®® s W e ® ® ®®;®® « 6 w p o N J J J m r W � O O r 0 w a - c ) E m • Z Z « f g o n ~ « o W r In E f u m H HW C5 W W O e i o 0 S W ? o 4 v $ g 0 W W > ? Z J O W J — • 3 ® ® W r RNs $ r- r �- •- ~ ~ 0: W y W W Wp o w0 O O C6-27 p O 4 1999 STD. PLAN AZ a0 w Imo. 6 eW r � �&a ca {. C �y a� m y3y Q 3 u�0 3ids 7 � ILLJ m =� • e .«a EE m a5 J T a ' e� ❑ 8� so Q o 'QY m ❑ E m z E z ! + m O a ❑ w '> w ❑ fi E W k Z Q V sr a ' o o . m ip y crLLI see SS fie a yup yor �' Z E ❑ J P ❑ „< m o ® e w E m „ m E ❑ M � « a m �1 6 a I LJ r y ; H m p � m `o 0 m a Ww z $ T E E o�. xg b r S 8�v � �d ❑ ga m E$ 8$ �o w ED m Sb NN O$ V qe O ❑ i m Z 'r :r W Se a E m g � s s ❑ m € w g :LLI �� • e ie ~ F Q E _ E s m E O U• e e Q ' N o «o m CL W K R Ix n r J z . )( s E ❑ E E E Q a E m E E E H�N W ��o s".4 - o z h 1 cc g e o m U ^ e m wQ FEt o 8 < E a E m . F E E = t E = e$ W �m W n n $ SS n L J m 8 J F I F NH � o e et m E t o f m 5 _2 1966 STD. PLAN A2Nu Imo.... ISI ea.€ph $E$ WWW k. So WZJ bd =yI c F. E I z!oo W a E t C Z _ ,V V. hyo g r »g WF6Ld `5 49 c � k 3 � W Y E•2' €k � o $sv ;s -aU -1 N kaO aa0 I i� 45 1 z . k sa-ar a of kk w � r�11 o € u b aP ~ 8 0 T C J O I ip n n W t le a To . .. orLton sa- . Y Y W r o V e H E . cl 70 cr § t ,nE i £¢¢ �E OJ E Z j W E E. OO n J ti S OO J u = Z Z r W E O �I+( ill N Z e I } e e QD W J 0 Ecc ` E QD E Z W w m n1 a Y < r r u ^ r = m 0 — t 1 00 di s m M �. a E J Q J r o F F r W O p V — 1999 STD. PLAN A.4A -- 1 N l � ' --- --- ---1 co a `•. ..•�� I z S 2 Y it i W 2 G s W a d �w 961� � 3 T au � a_a K 2 . —TI ¢C x 'K � uy � � <> 1� E u } o ¢O J 8 e 6YS m 097— ft r� °.b I O Q W ON K V K s Z L E JAN E 3 � r Y 3 T a 1 � W a $i 0 y W W WL cc mo m Q O `a r �E 4 E $ e N «n -OTa� L - E a 3 � r F O m 6r'S CcQ E g � o � � � a r 7 1999 STD. PLAN A240 61 1 a r � bE z <m W =5. Z Z J r z. Q E � i Ld g d W U Q W LS'1 f 3 0 T 9i ¢_ Q W E � E � a 1 E a 8 F- 0 W W WL 0 e g �m w a S w i m Q W � Q W 8 � W T Lr 6 _W E J j E P =K _ u - L ` CL W r d r r - o C6-31 S :::=:::E:::::_.::::::::: ::::::.:::� :ong NNS mammon:N:NNNSr,wr.■ .abSSS:on DIA � S—SSSSSSSu■susSSSuuueuuS MWEAMMOSSENEENSMEN SS■SSSOSSSNNeNSNSNSSOSSSNS■SSSSSN SS 11.■■■■��.II man=ZEN MEMNON ����-`�� 11■��Il�ll��l�ll - RION0 WE IONS!JI .. ---- --------- PERCR■■6���� �i���■■mss%�� - --I-e�tll-men-IJ-� I9■■■moi%►_■'��■�:��i■■ - /i—�=���e■--�-- _ ■■■■■���\��u�/!moo!\■ - —���----��--- MEN■■■■■■■■■■■%iiOWNER!\■ ■■■■■■■■■■■t■L\■■imp ■■■■■■■■■■■■\`��ri/_tea MEMO son ■o■■ MESONE SSSS SENIOR 'z�■■/_N lip n■ SSSS moon ■�■■■\■\■\%■/■m■■■2■ ONE NOON ■■■mann%mm\■\o\■■■- ■ ■■n■ = - ■n■■ ■0wM/■/_palp MWE\■\'RIPWIR■■ MESS MEMO G0 MRS Now F1r!NIS■\'M\■\a. ■■■■ SSSS `mma��■■■■■JLm■■■■nen\' ■.■i.. - vvvvr___vv __vrrvvvvvvv mow__ -vv_ __rrrvvr__vv vvvvvvvvvvry w.�r�\vruvw�� -v-vruv ww- vvvrvvvvrrry ______r-___- � QM ==-----__- --- ------- -- - - ------ ------------ -_==__====== =- ------ ---------- ____--- : 00�0� ----- ------ ----------- INS - -- ------------ ------------ ---------- _=__=__==___ - --------- ---_________ ___--------- ------------ --___=------ ------------ ------------ -____------ .......... -- ---__--__-__ ___--------- ------------ _=___=______ ------------ -- --------- --_--------- _----------- ---------=_ __--- _==--- -----__---_- --------- ------------ ------------ ------------ ------------ ------------ ------------ _=-----__- - ----------- ----------- _-________-_ iroo ---------__: ------------ _-_--___=_ - -_--_- -------- _-_--------- « z #■a STD. PLAN ».424 E / ` ® cm �C | [ ! §$ . ¥ F }t «2 / / u 2 ■g # 4 ( |■2 \§ 3 2 / �;q�q:; ■ . . >t _ CL§ ! � r / . f|. ;| . . / Q, ■ . y ■, . , § �y � •�q ! dw= g PROPOSAL FORM TO THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA THE UNDERSIGNED, hereby agrees that he has carefully examined the location of the proposed work, that he has carefully examined the plans and specifications, and that he has carefully examined and read the accompanying instructions to bidders, and hereby proposes to furnish all of the materials and do all the work required to complete: Downtown Paving 2001 Specification No. 90204 in satisfactory working condition, in accordance with said plans, specifications, and the special provisions, for the prices set forth below: Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 1 Traffic Control LS 1 2 TONN Asphalt Concrete 1000 k 1170 3 Asphalt Concrete Leveling TONN Course 1000 k 415 4 High Strength Pavement Reinforcing Grid M2. 7688 4 Grind AC from Exist PCG _ M2 9043 5 Grind full width 60mmJE M . 2512 Adjust Structures to Grade: 6 City Communication EA 5 7 Sewer Manholes EA 16_ 8 Sewer Cleanouts EA 1 9 Survey Monuments EA 3 1.0 Water Valves EA 43 11 Pavement Legends M2 42 12 Blue Reflectorized Raised Pavement Markers EA 20 13 300 mm White Crosswalk/Limit Line M 17.4 14 Parking Tee's 100 mm Solid White Line EA 259 a-1 Company Name: C6-35 15 Motorcycle parking 100 mm Solid White Line EA 2 16 Bicycle parking 100 mm Solid Yellow Line EA 1 17 Detail M 420 18 Detail M 121 19 Detail 22 M 125 20 Detail 25 M 174 21 Detail 38 M 213 BID TOTAL: $ a-1 Company Name: 06'36 M=I1NU HUCNUA C ITEM # • council memoizanbum May 7, 2001 TO: City Council VIA: Ken Hampian, City Administrative Officer FROM: Mike McCluskey, Director of Public Work SUBJECT: May 15 Council Meeting-Revisions to Council Agenda Item C6 Downtown Paving 2001, Specification#90204 This memorandum provides an updated list of the locations included in the 2001 Downtown Paving project. This revised list of project locations replaces the list included in the Council Agenda Report, and is as follows: Streets in the downtown; Chorro Street,From Marsh Street to Pacific Street I 9UNCIL ❑ CDD DIP 0 FIN DIP Garden Street, From Higuera Street to Pacific Street �d O0 C] FIBE CHIEF Broad Street, From Higuera Street to Pacific Street 91-1C RNEY E-fW DIP Nipomo Street, From Monterey Street to Marsh Street ERK/ORIo ❑ POLICE CHF ❑_ � D�PT HEADS 11 REC DIP Higuera Street,From Broad Street to Nipomo Street. AM* p UTIL DIP ®' ❑ HR DIP Streets outside of the downtown; Chorro Street, From Pacific Street to Pismo Street Garden Street,From Pacific Street to Pismo Street Nipomo Street, From Marsh Street to Pismo Street A map showing the revised locations is attached. RECEIVED MAY 4 9 2001 SLO CITY COUNCIL ra N - -- �o��o � Q•i � GP�o� goy �, � a Jim O I - MSM °��O G� y � QI r1 b ��oP° O tis � � N db� � c a 7 sy O � � ��°A° -� � v A v� � ``�., � d ` ' � � . � �� /,\, �,`\ - I --' � i �� i � , ,• I bib , i