Loading...
HomeMy WebLinkAbout11-01-2016 Item 06 Railroad Safety Trail Class 1 Connection - Laurel & Orcutt Meeting Date: 11/1/2016 FROM: Daryl Grigsby, Public Works Director Prepared By: Luke Schwartz, Transportation Planner-Engineer SUBJECT: RAILROAD SAFETY TRAIL CLASS I CONNECTION - LAUREL & ORCUTT RECOMMENDATION 1. Approve plans and specifications for the Railroad Safety Trail Class I Connection - Laurel & Orcutt project, Specification No. 91373; and 2. Authorize staff to formally advertise for bids; and 3. Authorize the City Manager to award the construction contract if the lowest bid is within the Engineer’s Estimate of $159,000. DISCUSSION The 2015-17 Capital Improvement Plan (CIP) includes a master project for implementation of various individual Bicycle Transportation Plan projects and programs. Implementation of the 2013 Bicycle Transportation Plan was identified as part of the Major City Goal for Multimodal Transportation for 2015-17. The CIP includes a priority list of projects and programs that are not able to be implemented through private development or under the umbrella of other larger capital projects. The Railroad Safety Trail (RRST) Class I Connection to Laurel & Orcutt is one of the high-priority projects included in the CIP. The portion of the RRST connecting the Jennifer Street Bridge to Orcutt Road is already a highly- utilized link, serving almost 700 bicycle and pedestrian trips per day. The purpose of this project is to enhance access and safety for bicyclists and pedestrians by providing a dedicated facility connecting the current RRST southern terminus at Orcutt Road to the adjacent signalized intersection of Orcutt Road/Laurel Lane. This link will eventually bridge the connection to the future RRST extension south of Orcutt Road to Tank Farm, an obligation of the Orcutt Area development currently under review. Currently, due to the location of the terminus of the trail, bicycles and pedestrians will sometimes try to cross Orcutt Road right at the railroad crossing which has not been designed to cross pedestrians. This can sometimes result in pedestrians or bicycles becoming stranded in the median area as they wait for vehicles to clear the road so that they can complete their crossing. The class I extension will encourage trial users to gravitate to the signal and use that location to cross Orcutt. The scope of the current project includes the following: 1. Widening of the northern sidewalk along Orcutt Road to provide a 10-foot wide path (and 2.5-foot buffer between the path and the street) between the RRST terminus and the Orcutt Road/Laurel Lane signalized intersection. 6 Packet Pg. 16 2. Modification of the Orcutt Road/Laurel Lane traffic signal to convert the push button bicycle detection to inductive loop bicycle detection in the new Class I path to activate the existing bicycle signal phase. 3. Wayfinding signage to guide bicyclists and pedestrians from Orcutt Road to the RRST. A project vicinity map is provided below. ENVIRONMENTAL REVIEW The Community Development Department has reviewed the project, and has determined that the project is Categorically Exempt from environmental review pursuant to CEQA Guidelines Section 15304(i) (Class 4 - Minor Alterations; the creation of a bicycle facility on an existing right-of-way). A Notice of Exemption has been filed through the Community Development Department. FISCAL IMPACT The 2015-17 Financial Plan, Capital Improvement Plan, on Pages 3-118 through 3-121, identifies $400,000 in year 2015-16 to support Bicycle Transportation Plan Implementation, including $150,000 for the RRST Class I Connection - Laurel & Orcutt project. The current balance in the Bicycle Transportation Plan Implementation master account is $373,485. This project is funded by the Local Revenue Measure. 6 Packet Pg. 17 The project’s estimated construction costs are shown below: RRST- Laurel & Orcutt (91373) Construction Costs $141,600 Construction Contingencies $17,400 Total for Construction $159,000 Available Funding $373,485 Balance Available for Bicycle Transportation Plan Implementation $214,485 Construction Contingencies include potential costs for train flaggers, if required by Union Pacific Railroad (UPRR), during construction activities within the railroad right-of-way. ALTERNATIVES The council may choose not to authorize advertising for construction at this time. However, this is not recommended because there is adequate funding for the project, the path should alleviate wrong way cycling and illegal crossings at this location, and will setup a critical connection for the rail road safety trail extension into the Orcutt Area Specific Plan. Attachments: a - Council Reading File - RRST Class I to Laurel/Orcutt Plans b - Council Reading File - RRST Class I to Laurel/Orcutt Specifications 6 Packet Pg. 18 Page intentionally left blank. SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Railroad Safety Trail Class I Connection - Laurel & Orcutt Specification No. 91373 October 2016 Change Log - 9-2-16— DMA (deleted at 100%) PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Council Reading File: 11-01-2016 Item: 6 Railroad Safety Trail Class I Connection — Laurel & Orcutt Specification No. 91373 Approval Date: November 1, 2016 e%oF ESSi Z W 71 * No. 70341 S�qT CI VI L F OF CAL %f Approval Date 11.XX.16 Jonathan L. Stong F�pF ESSIO Ew A Ax � r ; gT 'Az 0 m * No. C 63611 CIVIL �Q CF CAS 1F Approval Date 11.XX.16 Matthew A. Horn TABLE OF CONTENTS BidSubmission............................................................................................................... 1 BidDocuments............................................................................................................ 1 Project Information....................................................................................................... 2 guaiifications.............................................................................................................. 2 Award.......................................................................................................................... 3 Accommodation........................................................................................................... 3 BidItem List................................................................................................................. 4 List of Subcontractors.................................................................................................. 6 Code Section Statements............................................................................................... 7 .................... Non -Collusion Declaration......................................................................... . 8 Bidder Ac knowledgements............................................................................................ 9 QualificationsForm.......................................................................................................10 Bidder's Bond..............................................................................................................11 SpecialProvisions........................................................................................................12 Agreement....................................................................................................................19 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, California 93401, until 2:00 p.m. on November 30, 2016 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked Railroad Safety Trail Class I Connection — Laurel & Orcutt, Specification No. 91373 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 on the basis of the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City's website at: www. slocitfy. orglgovernment/depa rtment•d irectory/p ubl ic-works/pubi is -work s -bids -proposals A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of: 1. $20.00 if picked up in person, or 2. $30.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: 919 Palm Street San Luis Obispo, CA 93401 NOTICE TO BIDDERS Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City's website at: www_slocity.or/government/department-directory/public-works/documents-online/construction- documents A printed copy may be obtained by paying a non-refundable fee of: 1. $16.00 if picked up in person, or 2. $21.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda priorto bid opening. Addenda will be available to download at the City's website listed above or at the office of the City Engineer. Contact the project manager, Luke Schwartz at (805) 781-7190 or 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. ora/covern ment/der)artment-directory/o u blic-workslnub lic-works-bid s-or000sals. PROJECT INFORMATION In general the project includes constructing a new Class I shared use path connecting the Railroad Safety Trail to the Laurel & Orcutt intersection. The project estimated construction cost is $159,000. Contract time is established as 20 working days. 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: httpsJ/www.dir.ca.gov/opri/DPreVVageDeterminatlon.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must be completed within the last five years from this project's bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non -responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non -responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the rJ NOTICE TO BIDDERS 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. In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond will be 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 RAILROAD SAFETY TRAIL CLASS I CONNECTION — LAUREL & ORCUTT, SPECIFICATION NO. 91373 Item No. SS(1) Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1 _................... 2 9 12 Mobilization ...................... .... ... Traffic Control LS 1 LS 1 3 56 Remove Roadside Sign (Wood Post)_ EA 2 4 15 15 Remove Concrete (Curb & Gutter) Remove Concrete Sidewalk LF 223 5 SQFT 1300 6 15 Remove and Seal Painted Traffic Stripe LF 350 7 15 Remove Painted Pavement Markin SQFT 215 8 15 Remove Bench EA 1 9 15 Remove Bike Push Buttons and Conductors (Salvage)EA 2 10 15 Remove Concrete Curb LF 23 11 19 Roadway Excavation CY 241 12 26 Class 2 Aggregate Base CY 120 42 13 39 Hot Mix Asphalt (Type A) TON 14 73 Minor Concrete (Curb & Gutter) LF 225 15 73 Minor Concrete (Stamped Concrete SQFT 310 16 73 Minor Concrete (Sidewalk) SQFT 1910 17 73 Minor Concrete (Driveway) SQFT 86 18 73 Minor Concrete (Curb Ramp) SQFT 145 19 77 Reconstruct Sidewalk Underdrain LS 1 BID FORMS Item No. Ssm Item Description Unit of Measure EA Estimated Quantity 1 Item Price (in figures) Total (in figures) 20 15 Adjust Water Valve Cover 21 15 Reset Utility Box EA 6 22 86 Install Bicycle Loop Detector System EA 2 23 56 Relocate Roadside Sign EA 3 24 56 Roadside Sign - One Post EA 2 25 56 Install Sign (Strap and Saddle Bracket Method) EA 2 26 84 Thermoplastic Traffic Stripe LF 315 27 84 Paint Traffic Stripe LF 210 28 84 Thermoplastic Pavement Marking SQFT 178 29 73 Detectable Warning Surface SQFT 43 30 73, 77 Tree Protection, Regrade Back of Sidewalk, Landscape Restoration LS 1 Bid Total $ (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS 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. of Address and Phone Total Name Under Which Number of Office, Mill or Specific Description of Base Subcontractor is Licensed License Number Shop Subcontract Bid Attach additional sheets as needed 6 BID FORMS (Rev 9-07) 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 states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. 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. BID FORMS NON -COLLUSION DECLARATION lam declare that 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) Subscribed and sworn to before me this day of , 20 Notary Public Company Name: 8 BID FORMS 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 Business Name (DBA): Owner/Legal Name: Indicate One: ❑Sole -proprietor List Partners/Corporate Officers: Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date (Print Name and Title of Bidder) ❑ Partnership ❑Corporation Name Title Name Title Name Title 9 BID FORMS 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. RP_fP_rPnrP NnmhP_r 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or 1 Describe the services provided and how this project is did this project include similar activities? similar to that which is being bid: Yes ❑ No ❑ Was this contract for a public agency? Yes ❑ No ❑ Date voiect completed: Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or Describe the services provided and how this project is did this project include similar activities? similar to that which is being bid: Yes ❑ No ❑ Was this contract for a public agency? Yes ❑ No ❑ Date Reference Number 3 Customer Name & Contact Individual Telephone & Email ------ Project Name (Site Address): Is this similar to the project being bid or did this project include similar activities? Yes ❑ No ❑ Describe the services provided and how this project is similar to that which is being bid: Date proiect completed: Was this contract for a public agency? Yes ❑ No ❑ 10 BID FORMS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we .._. bound unto the City of San Luis Obispo in the sum of: AS PRINCIPAL, and AS SURETY, are held and firmly 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 dated (insert name of street and limits to be improved or project) 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) 11 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. Railroad Safety Trail Class I Connection — Laurel & Orcutt Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards — 2016 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans — 2010 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 6 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 with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Upon notification of project award, return: 1. executed contract 2. insurance 3. contract bonds within five working days after the bidder receives the contract. 4 SCOPE OF WORK Add to Section 4-1.03 Work Description Comply with the provisions of Section(s) 9, 12, 15, 19, 26, 39, 56, 73, 77, 84 and 86 for general, material, construction, and payment specifics. Add Section 4-1.03A 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. 12 SPECIAL PROVISIONS 5 CONTROL OF WORK Add to Section 5-1.01 Control of Work General Adjustments to working hours may be imposed, in compliance with section 7-1.038, because of public traffic impacts. Add to Section 5-1.13A Sub -Contracting General A representative of the prime contractor must be on site when any subcontractor is performing contract work. Contract work will not be allowed to continue until prime contractor's representative is on site. Add to Section 5-1.36A General Repair to damage must comply with the associated sections of the specifications, standards, and plans. Add to Section 5-1.36D Non -highway Facilities Existing third party (non City -owned) utilities are shown on project plans for information purposes only. It is your responsibility to contact "Underground Service Alert USA" and have site marked prior to start of excavation or sawcutting. The City of San Luis Obispo is not responsible for any: 1. damages 2. costs 3. delay 4. expenses resulting from a third party underground facility operator's failure to comply with stipulations as set forth in 4216.7.(c) of California Government Code. Add to Section 5-1.43A Potential Claims and Dispute Resolution General Potential claim forms are located on the City's website: www.stocity.o /govern men t/depa rtment-d irectory/oubl ic-works/documents-onl i ne/con struction- documents 6 CONTROL OF MATERIALS Add to Section 6-2.03 Department Furnished Materials 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 7-1.02K(1) General The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Add to Section 7-1.03B Traffic Control Plan Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale and provided for each phase of work requiring a change in traffic control. Traffic control application may be obtained on the City's website: www.slocity.oM/govemment/department-directo[ylpublic-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 in order to restore free flowing of traffic. Work hours are restricted to 8:30 a.m. to 4:00 p.m. whenever traffic control with lane reduction is required. Work that does not reduce lanes may be done at any time between the hours of 7 a.m. to 5:00 p.m. 13 SPECIAL PROVISIONS Access for pedestrians and bicyclists must be provided at all times at the Orcutt/Laurel intersection and along the northern side of Orcutt Road. Where sidewalks are undergoing construction, temporary alternate walkways must be placed around the work site to provide adequate accessibility meeting Americans with Disabilities Act (ADA) requirements. A minimum width of four feet must be maintained at all times and must provide for a safe passage along the work area. If pedestrians are diverted into a portion of the street, temporary barricades shall be used to buffer the pedestrian walkway from adjacent vehicular travel lanes. At locations where adjacent alternate walkways are not practical, the Engineer may approve sidewalk closures. In this instance, the Contractor will be responsible for providing escorts and/or flaggers to escort pedestrians or bicyclists past the work zone during work activities. Any required traffic signal shutdown (flash mode) at the Orcutt/Laurel intersection must be approved by the Engineer. Due to the presence of the nearby Union Pacific Railroad (UPRR) railroad crossing and use of traffic signal preemption at the Orcutt/Laurel intersection, it will be the responsibility of the Contractor to contact the appropriate UPRR representatives at least seven calendar days prior to any planned signal shutdown to ensure that traffic signal work does not conflict with train schedules. It shall be the responsibility of the Contractor to procure the required Right of Entry Permits from UPRR for construction activities that will occur within the railroad right-of-way. The Contractor shall consider permit processing time when developing the work schedule and is responsible for applicable UPRR permitting fees and insurance requirements. To reduce impacts to vehicular traffic, pedestrian and bicycle access during construction activities, traffic control shall be divided into stages. Refer to Section 8-1.01A (Order of Work) of these special provisions for guidance. The Contractor's traffic control shall comply with the approved traffic control plan, unless approved in writing by the Engineer. Seven calendar days prior to the start of construction, signage must be installed at the following locations to warn motorists, pedestrians and bicyclists of upcoming construction and delays: • Orcutt Road — eastbound and westbound approaching Orcutt/Laurel intersection. (CMS) • Laurel Lane — southbound direction approaching Orcutt/Laurel intersection. (CMS) • Railroad Safety Trail — southbound direction 0.5 miles north of Orcutt Road (north of trail connection to Boulevard Del Campo). (Fixed Sign) • Railroad Safety Trail — north (at Amtrak Station) and south (near George St./Jennifer St. intersection) entry points to Jennifer Street Bridge (Fixed Sign) • Railroad Safety Trail — at trailhead on Orcutt Road. (Fixed Sign) At the locations identified above with "CMS", Changeable Measure Signs (CMS) must be used and shall remain in place for duration of construction. At other locations identified above, fixed signs may be utilized. The language on the advance warning signs must be approved by the Engineer. Replace Section 7-1.06 with: 7-1.06A General Procure and maintain for the duration of the contract, insurance against claims for: 1. injuries to persons 2. damages to property which may arise from or in connection with the performance of the work by your: 1. agents 2. representatives 3. employees 4. subcontractor Provide: 1. Commercial General Liability Insurance 2. Commercial General Liability Insurance Endorsement 14 SPECIAL PROVISIONS 3. Automotive Liability Insurance 4. Automotive Liability Insurance Endorsement 5. Workers' Compensation Insurance The Contractor agrees to defend, indemnify and hold harmless the City from and against any and all fines or mitigation measures imposed on the City arising out of the Contractor's actual or alleged violation of any local, state or federal regulation, as well as all attorney fees, costs and expenses of any kind which directly or indirectly arise out of or are in any way associated with enforcing this indemnity provision against the Contractor. 7-1.066 Minimum Scope of Insurance Coverage must be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage: a. CG 20 10 Prior to 1993 b. CG 20 10 07 04 with CG 20 37 10 01 2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 7-1.06C Minimum Limits of Insurance Maintain insurance limits no less than: 1. General Liability: a. $1,000,000 per occurrence for bodily injury, personal injury and property damage. b. If Commercial General Liability or other form with a general aggregate limit is used, either the c. general aggregate limit must apply separately to this project/location d. the general aggregate limit must be twice the required occurrence limit. 2. Automobile Liability: a. $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: a. $1,000,000 per accident for bodily injury or disease. The Contractor shall, at its sole cost and expense, comply with any additional insurance requirements established by UPRR for work within the railroad right-of-way. 7-1.06D Deductibles and Self -Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: 1. the insurer must reduce or eliminate the deductibles 2. procure a bond guaranteeing payment of: a. losses and related investigations b. claim administration and defense expenses. 7-1.06E Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: a. liability arising out of activities performed by or on behalf of you b. your products and completed operations c. premises owned, occupied or used by you d. automobiles owned, leased, hired or borrowed by you 2. The coverage must not contain special limitations on the scope of protection afforded to the City and its: a. officers b. officials 15 SPECIAL PROVISIONS c. employees d. agents e. volunteers 3. For any claims related to this project, your insurance coverage will be the primary insurance for the City and its: a. officers b. officials c. employees d. agents e. volunteers. 4. Any insurance or self-insurance maintained by the City is in excess to your insurance and will not contribute to it. 5. Any failure to comply with reporting or other provisions of the policies including breaches of warranties must not affect coverage provided to the City and its a. officers b. officials c. employees d. agents e. volunteers 6. Your insurance must apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 7. Each insurance policy required must be endorsed to state that coverage will not be: a. Suspended b. Voided c. canceled by either party d. reduced in coverage or in limits except after thirty days prior written notice provided by certified mail with return receipt requested has been given to the City. 8. Coverage may not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of section 2782 of the Civil Code. 7-1.061F Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. 7-1.06G Verification of Coverage Furnish the City with a certificate of insurance showing required insurance coverage. Original endorsements effecting general liability and automobile liability coverage must be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 7-1.06H Subcontractors Include all subcontractors as insured under its policies or provide separate certificates and endorsements for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as the prime contractor. 16 SPECIAL PROVISIONS 8 PROSECUTION AND PROGRESS Add to Section 8-1.01 8-1.01A Order of Work Provide a proposed plan for phasing of construction activities in conjunction with traffic control plan, which must be submitted at of before the preconstruction meeting. The City reserves the right to direct order of work. All work must only be conducted within one traffic control phase at a time, except as approved by the Engineer. However, within each phase, the Contractor may choose, depending on scheduling, how to complete the work. Any adjustments must be approved by the Engineer. Section 8-1.02A Schedule Provide a Level 1 schedule for this work. Add to Section 8-1.03 Pre -Construction Conference All listed subcontractors performing contract work must attend the preconstruction meeting. At a minimum, provide the following submittals at the preconstruction meeting: 1. emergency contact list 2. representative at the site of work authorized to sign extra work tickets 3. representative authorized to sign change orders 4. Caltrans equipment rental rates for equipment used to complete work 5. work schedule 6. traffic control application 7. traffic control plans 8. water pollution control plan 9. location of construction yard 10. location of disposal site 11. evidence construction yard is correctly permitted if construction yard is not your business address 12. evidence disposal yard is correctly permitted. 13. door hanger for notification of adjacent properties 9 PAYMENT Add to Section 9-1.23 City Billing After given the opportunity, you fail to complete any of the following: 1. maintain the project site, 2. complete project work, 3. any other cause which requires City staff to complete work at the project site you must reimburse the City in compliance with section 9-1.23. DIVISION II GENERAL CONSTRUCTION 13 WATER POLLUTION CONTROL Add to 2nd paragraph in Section 13-1.01A A minor WPCP plan form may be obtained on the City's website: www.slocity. ora/governmenttdeoartment-directory/publfc-worksldocuments-online/construction- d_ o_ _c_u__m_ e_ nts 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-9.02A The City has obtained an annual permit for construction from the Air Pollution Control District (APCD). The annual APCD permit and construction log files are located on the City's website: 17 SPECIAL PROVISIONS http:llwwwslocity,org/government/department-directory/public-works/documents-on line/construction- documents You are required to comply with the APCD permit including all notification and construction logs using the appropriate equipment. Provide training to all workers in the construction area. You must comply with section 77-1 of the standard specifications. Add to Section 14-9.02C Where contamination is encountered, you are responsible to: 1. monitor 2. record 3. report 1-12S and Hydrocarbon FID readings taken every hour during work in the contamination zone or as directed by the Engineer. Appropriate Personal Protective Equipment (PPE) must be used. Add to Section 14-9.02D Full compensation for APCD compliance and applicable engineering standards is included in the payment for other bid items unless a bid item of work is shown on the bid list item. DIVISION III GRADING Replace Section 19-1.031B with: Notify the Engineer prior to removal of unsuitable material. Excavate unsuitable material. Ensure that unsuitable material is separated from other suitable construction materials or removed from the work area. Removal of unsuitable material including rock, within contract work area and limits and for which there is no separate pay item, is paid for in other items on the Bid Item List. Removal of unsuitable material outside contract work area and limits, as directed by the Engineer, will be paid by force account. DIVISION VIII MISCELLANEOUS CONSTRUCTION 77 LOCAL INFRASTRUCTURE Add to Section 77-1.01 Excavation and restoration includes removal of concrete. 77-1.01 B Incorporated by Reference Earthwork must comply with Section 19. 77-5.01 General Construct sidewalk underdrain in compliance with Engineering Standards 3420. 86 ELECTRICAL SYSTEMS Add to Section 86-5.01A(3) Construction Materials Use 3'x5' Type D inductive bicycle detector loop conductor Add to Section 86-5.01A(4) Installation Details Install Bicycle Loop Detectors as shown on the plans. Connect to nearest pull box, and then using existing conduit, connect to existing signal controller, replacing existing bicycle signal phase push-button activation. 18 APPENDICES APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on this day of , 20_, 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. 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. 3. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda 4. Plans. 5. Caltrans Standard Specifications and Standard Plans 2010 6. Accepted Bid. 7. List of Subcontractors. 19 APPENDICES 8. Public Contract Code Sections 10285.1 Statement. 9. Public Contract Code Section 10162 Questionnaire. 10. Public Contract Code Section 10232 Statement. 11. Labor Code Section 1725.5 Statements. 12. Bidder Acknowledgements. 13. Qualifications. 14. Attach Bidders Bond to Accompany Bid. 15. Non -collusion Declaration. 16. Agreement and Bonds. 17. Insurance Requirements and Forms. ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. In the event of conflict with any other indemnification or hold harmless provisions of this Agreement, the provision that provides the most protection to the City shall apply. 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 Katie Lichtig, City Manager APPROVED AS TO FORM CONTRACTOR: J. Christine Dietrick City Attorney Rev. 12-28-09 Rev. 2 5/12/16 DMA 20 Name of Company 8y Name of CAO/President Its: CAO/PRESIDENT index to plans general notes: city of sAn WIS OBIS O I IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT 'UNDERGROUND SERVICE ALERT OF sheet no. description NORTHERN CALIFORNIA" BY PHONE AT B-1-1 FORTY-EIGHT (48) HOURS - PRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER, 1 COVER SHEET TELEPHONE, OIL AND NATURAL GAS UNDERGROUND FACILITIES. 2 DEMOLITION PLAN CONTRACTOR OR PERMITEE SHALL ALSO CONTACT THE PROJECT PLANS FOR 3 PLANS AND PROFILES APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, 4 CONSTRUCTION DETAILS SEWER, DRAINAGE OR UNDERGROUND FACILITIES. 5 SIGN DETAILS 6 STRIPING AND SIGNAGE PLAN 2. THE CONTRACTOR SHALL POSSESS A CLASS "A" LICENSE AT THE RAILROAD SAFETY TRAIL CLASS I 7 BICYCLE DETECTOR INTERCONNECT TIME THE CONTRACT IS AWARDED. 3. ALL WORK SHALL BE PERFORMED IN CONFORMANCE WITH THESE PLANS AND THE CURRENT CITY OF SAN LUIS OBISPO AND CALTRANS CONNECTION -LAUREL & ORCUTT STANDARDS AND SPECIFICATIONS. 4 REMOVE ALL STRIPING AND MARKINGS IN CONFLICT WITH THE PROPOSED WORK SHOWN ON THIS PLAN. 5 PRIOR TO INSTALLING NEW STRIPING AND PAVEMENT MARKINGS, SURFACE SHALL BE SEALED AT ALL LOCATIONS WHERE STRIPING r AND PAVEMENT MARKINGS WERE REMOVED WITH AN ASPHALT EMULSION COAT PER CITY SPECIFICATION 37.2.024(2). basis of bearings: ...... THE BASIS OF BEARINGS USED FOR THIS SURVEY IS THE BEARING South St ALONG THE CENTERLINE OF ORCUTT ROAD BETWEEN DUNCAN STREET AND BULLOCK LANE; THAT BEARING BEING N 88'54'51"W, AS SHOWN ON Jo MAP RECORDED IN BOOK 31 OF MAPS, AT PAGE 01 IN THE OFFICE OF � THE COUNTY RECORDER OF SAN LUIS OBISPO COUNTY benchmark: THE BASIS OF ELEVATIONS USED FOR THIS SURVEY IS THE CITY OF SAN LUIS OBISPO BENCHMARK NO. 72 BEING A USC&GS BRASS CAP v STAMPED Z-67 ON THE SOUTHWEST HEADWALL OF THE RR CULVERT OFF BULLOCK LANE; THAT ELEVATION BEING 223.64' (NAVD 88) Reference Documents: City Standard Specifications - January 2016 Edition ..wv City Engineering Standards - January 2016 Edition -.. _ a� �- ROJECT ` LOCATION Praao Rd San luis Obispo county, california Tank Farm Rd RAILROAD SAFETY TRAIL CLASSI CONNECTION - LAUREL & ORCUTT VICINITY MAP N.T.S. - y . PROJECT LOCATION MAP PROJECT � ..BY, abreviations 1,=1000' AB AGGREGATEBASE FT FOOT/FEET STD STANDARD AC ADA ASPHALT CONCRETE AMERICAN DISABILITIES ACT GR HMA GRATE SF SQFT HOT MIX ASPHALT SSCO SANITARY SEWER CLEAN OUT ESS /ON ??,OF .. BEG BMP BEGIN BEST MANAGEMENT PRACTICE INV LF INVERT ELEVATION SW SIDEWALK LINEAL FEET TC TOP OF CURB �Q CNK L S ST _ -Rei iiioi*ent CL CONC. CENTERLINE CONCRETE LT MAX LEFT TYP TYPICAL MAXIMUM Var. VARIES �y c SPECIFICATION NO. 91373 DI DRAINAGE INLET MIN MINIMUM WB WESTBOUND �j z ProjeccDIA. Know what's bOW. Cdbefore ELEV EP Exist DIAMETER ELEVATION EDGE OF PAVEMENT EXISTING NTS O.D. PCC P/L NOT TO SCALE OUTSIDE DIAMETER PORTLAND CEMENT CONCRETE PROPERTY LINE 100% SUBMITTAL PRELIMINARY, NOT d rn * No. 10341 * Sp. C� V L �P r�fr 9/28/16 APPROVED BY you X01 IFI (� omni • means Il e all 11 s E ( ) EXISTING P.O.S. POINT OF SERVICE 9j t� Lc �i� F=F-aocwndr Contractor ;hal coli ENGINEER/NG SOLUTIONS EG EXISTING GROUND R RADIUS FOR CONSTRUCTION OF CALL 2103TD01 Undarground Serwce Alert of CEIZAL COAST 8SI ino working do-ys prior «<�u to eYca�otinn �m%.m� FG FL FP FINISHED GROUND FLOWLINE FINISHED PAVERS RCP RT RNV REINFORCED CONCRETE PIPE RIGHT RIGHT-OF-WAY MattAorn s 1 7 City Engineer OF NOTES: LEGEND 1. SEE STRIPING AND SIGNAGE PLAN (SHEET 6) FOR EXISTING SIGNS TO BE REMOVED OR RELOCATED- REMOVE EXISTING SIDEWALK, CURB AND GUTTER, ®ASPHALT CONCRETE, AND LANDSCAPING �>la 2. EXISTING UTILITY BOXES AND MANHOLE COVERS TO BE P/L PROPERTY LINE A PROTECTED IN PLACE AND ADJUSTED TO FINISHED GRADE. SEE PLAN & PROFILE ON SHEET 3. R/W RIGHT-OF-WAY S e 10 � IN Fm . -0 2+78.58, 28.90' LT , \ < BEG Exist STRIPING 2+81.76, 28.87' LT \� 9 � 1 3 \ ' 1 inch = 10 ft. Z 0 REMOVAL , END Exist STRIPING R/W -- -_ -_� REMOVAL -�_� 9 , R/W r 7 0 L m ILLI V Z z f 8 2+78.56. 27.92' LT 2+81.73, 27.81' LT BEG Exist STRIPING BEG Exist STRIPING REMOVAL REMOVAL ` f /�� I / / f % Cj � � � J / O + � V ~ � r _ 2+46.44, 29.33 LT L!�/ V) BEG Exist STRIPING 5 � 3+18.33, 26.32' LT Ld O Z REMOVAL END Exist STRIPING SAWCUT9 REMOVAL Z J J ad O 3+18.33, 26,56' LT 2+62.96, 78.24' LT SAWCUT CORNER = J W J BEG Exist STRIPING REMOVAL ORCUTT Road ~ w W W J ° 3+00 2+00 _ co 93 gO LL J CONSTRUCTION NOTES ❑1 EXISTING TREES TO REMAIN. PROTECT IN PLACE EXISTING SIGNAL POLE TO REMAIN E Ld �� Yy �3 REMOVE EXISTING DRIVEWAY a H > m Q` 9 L ,11 REMOVE EXISTING PAVEMENT MARKINGS REMOVE 75 LF TRAFFIC STRIPE R°vEss, e``� t""" L' } s U) 4� _ R/yy 9 S 5x43.59, - - D 37.34' LT © REMOVE 230 LF TRAFFIC STRIPE O - - SAWCUT CORNER �7 RECONSTRUCT (E) SIDEWALK UNDERDRAIN AND REMOVE BENCH a 70341 + / f PER SECTION A -A ON CONSTRUCTION DETAILS (SHEET 4) EXISTING BIKE LANE STRIPE TO REMAIN ❑ PROTECT EXISTING UTILITY IN PLACE. ADJUST TO NEW GRADE Mc 't� CIVIL 0` G`'� w PER PLAN AND PROFILE (SHEET 3) w Z r /// /// ,�f / pVJ wry' /fJjJ. / JAV rnr�rr+er JAV JLS = 84.1'- - `' 4+46.10, 20.23' LT 5+30 08, 18.78' LT SAWCUT < SAWCUT AP SAWCUT CORNER JLS ORCUTT Road1'- 4 10' 9/2al16 100% SUBMITTAL c 5+00 PRELIMINARY, NOT 0� - - �- - - FOR CONSTRUCTION 91373 Pati W m , wunw+ 2103DM001 aeaerrw� G of 7 ] • 5 6 7 d !Q S1 2 1 y S 1 ] 1 1 & I 7 18 9 IG GENERAL NOTES: LEGEND CONSTRUCTION NOTES 1. ALL CONSTRUCTION SHALL COMPLY WITH CALIFORNIA STAMPED CONCRETE PER CONSTRUCTION DETAILS ❑1 RESET EXISTING UTILITY BOX BUILDING STANDARDS CODE, TITLE 24 AND MOST RECENT (SHEET 4) ❑2 ADJUST MANHOLE FRAME AND COVER TO GRADE PER CITY STD 6040 OTHERS) Ott ADA REGULATIONS. (E) (BY A � CONCRETE PER TYPICAL SECTIONS ❑3 CONSTRUCT CURB AND GUTTER (18") PER CITY STD 4030 A 2. ADA ACCESSIBLE RAMPS SHALL HAVE TRUNCATED DOMES PER DETAIL ON CONSTRUCTION DETAIL SHEETS PATCH PAVING, 5" HMA OVER 19.5" CLASS 2 AB ® EXISTING TREES TO REMAIN. PROTECT IN PLACE 1 f 4" HMA OVER 12" CLASS 2 AB PER CITY STD 7040 10 n 10 ❑5 CONSTRUCT CONCRETE SIDEWALK PER CITY STD 4110 3. SEE SIGNING AND STRIPING PLAN FOR EXISTING SIGNS TO 1 w= 1 BE REMOVED OR RELOCATED 6 CONSTRUCT DRIVEWAY RAMP PER CITY STD 2110. MODIFY WING WIDTHS ❑ 1 inch = 10 ft. PER PLAN. SEE DETAIL ON CONSTRUCTION DETAILS (SHEET 4) 7❑ CONSTRUCT CURB RAMP PER DETAIL ON CONSTRUCTION DETAILS (SHEET 4) ® RECONSTRUCT SIDEWALK UNDERDRAIN PER DETAILS CONSTRUCTION DETAILS (SHEET 4) ❑9 ADJUST (E) WATER VALVE COVER TO GRADE PER CITY STD 6040. a , +59,12, 43,81' +19.32, _ X46,02' LT ELEV=232.53 LT 238 +33.29. 44.47' LT 7 ��N 2291849.07 �..{ +1241 35:99' LT ELEV=238.08 ■ Y E 5772553.35 e Z ELEV=231.72' +49.01_35.94' LT CONFORM TO Exist ,i/ji ref 1 { BACK OF WALK ELEV=231.17 i%r�i/iif j 4 S FL, BEG C&G r%, •! i/rte/r 1 234 $ 4 2 23> pEV=237.25 CONFORM TO Exist LEAD TACK IN TOP OF CURB 4 BACK OF WALK 1 0,__-._ ELf -. 41.[i2• L1 5 FL ENO -2-377.l;4 O r �/ - /f/ r/ g 3 CONFORM TO EXIST 232 rr jf�fif� f/ —R�W — _ --� 236 — j �� CONFORM TO Exist W % --- +43-47 3727' LT -- 4 ELEV=' 237 8444) — Z Q y ;N;.:. v9 O o r µ s ci -R=25 t /- +�54 4_9,_ 35;9aL v 3� N C� ELEV=237.27 1 �� FL. EC �� (n LU c �I R=20 a=z0• ti cq S= J +45.80, 31.57' LT +'48.31, 26.24' LT SAWCUT — _ — I 3i V Ii O 0- 3 ELEV=234.42' +i:•i: 19 30' LT ,= + 30.08, 18.78• LT +18.33. 26.56' LT ELEV=231.7g +88,24, 29.19' LT FL �' AF ELEV=(U]c-2' i ELEV=(237.0V) J as ELEV=(231-52') ELEV-232.63 CONFORM FL +46:10, 20.23' LT CONFORM CONFORM, AP J Z +50. 25.14' LT +DO, 22.59' LT fLFV= 23Q:73'j +13.70. 25,56• LT % W Q ELEV={232-41 ] ELFV=(233-37') CONFORM, AP ELEV-236.69 F-' � Z CONFORM ORCUTT Road CONFORM FL, BC 5+50 _ 5+00 Q a — — -- 4+50 ---4---- N88'08'14"E — — —} Lu J 0 3+50 3+00 4+00 — 4+000 _— _ -�— — 2 236 E 57725 8.45 ° LL V% 2 0 245 245 J w E a a j ^ ppOFF$ 240 .C)%;i Mo +� u 240 �4`a �kugL s't� z0 LD + N R + M J Y p # i 4 sfT CIVIL + EG @ PROPOSED GUTTER FLOW LINE l0 _ _ — — — — — — 4F � 1L v F — F • o EG ® ORCUTT RD CL mon N + N 00 —r�-�r � r r JAV 235W o N J _ _ —_ _� r r 3.357. FG @ PROPOSED 235 bRAlYl4 �" JAV a Ec�net: m — — — LINE GUTTER FLOW + n 11 J1 — — JLS —OVED a 2 — — — — JLS — J 100% SUBMITTAL H: 1"= 10', V:1"=2' — — — — PRELIMINARY, NOT v� 9/28116 ~2.25% FOR CONSTRUCTION G � — G cm>�arlucno-1 nc _ 91373 230 r 230 MNFILE NO ILOGT ON 3+00 3+50 4+00 4+50 5+00 5+50 6+00 2103Loo5 S-0 ORCUTT ROAD 3 of 7 3 KEYED NOTES: 1. CORE BOX CHANNEL THROUGH REMOVE EXIST EXISTING CONCRETE WALL AND BENCH DRAIN INLET BOX. SEAL WITH GROUT. 2. ATTACH NEW METAL SCREEN WITH 1 J' MAX. OPENINGS TO EXISTING DRAIN INLET GRATE. (E) FL-1-1" FG Q� MAX PLACE CONCRETE IN BOTTOM_.,.,--� e OF EXISTING DRAIN INLET.REMOVE EXISTING SLOPE 5% MINIMUM TO NEW UNDERDRAIN, SIDEWALK, OUTLET CONCRETE CURB AND GUTTER CONSTRUCT SIDEWALK BOX UNDERDRAIN WITH COVER PLATE PER CITY STD 3420, CHANNEL WIDTH = 18" SECTION A -A (RECONSTRUCT SIDEWALK UNDERDRAIN) NTS r FILL AT 5% MIN VARIES (0'-2.5') AND REPLACE TURF CLASS I PATH 10.0' 6.5' 12' MIN. 1.BIKE WB LANE OGS 1 .5% LANE CONSTRUCT SIDEWALK (E) MEDIAN TO REMAIN PER CITY STD 4110 SAWCUT WIDTH PER PLAN. REPAVE WITH 5" HMA OVER STAMPED CONCRETE 19.5" CLASS 2 AB WHERE WIDTH '- 1.0' PER \�:CURB AND GUTTER ° DETAIL THIS SHEET (18" GUTTER, CITY STD 4030) TYPICAL SECTION NTS NOTE: 1. FOR SIGN AND STRIPING DETAILS SEE "STRIPING AND SIGNAGE PLAN" SHEET 6 Elev=231_72' 3+19,32 46.02' LT. TBW, CONFORM TO Exist Elev=231.66' 3+19-05-,\ 40-61' LT TBC, CONFORM TO EXIST Elev=232.68' 3+41.12 56.42' LT EP, CONFORM TO Exist Elev=232-56'_ 3+41.49 53.67' LT EP, AP Elev-232-13' 3+37,50 N. 44.99' LT EP 3.37.33 ti� c 39:79' A � 4 � Elev=232: 2' 3+53.33 57.5.8LT EP, CONFORAA\TO Exist �Eler-232.52' , 3+53.63 55.56' LT EP, AP ' Ele -232.63' 3+59.12 43.81' LT EP 10 7 a °rElev=-=�232.14'A° / 3+47.45 /I 36.2D' LT � • PCC d Elev=31-28' � a 3 24.42 38.p2' LT _ A FL r s M 1 r i I Eier_231.50'! 3+30.75 2 9 Elev=231.83'_ = 36.83' LT 84 TC 311.69.69'' 3+4&.64.81' TC 31.22' LT r. - r. -- - --- - - FL .-^------ - DETAIL A 1"=5' -5 I a s 4 EXISTING CONCRETE A DITCH FLOWLINE - 233.39' BACK OF WALK {EG = 233.14') REMOVE (E) BENCH NC: WALL TO REMAIN (E) DI TO REMAIN. ATTACH NEW SCREEN TO GRATE PER NOTE 2 ADJUST WATER VALVE COVER TO SECTION A -A GRADE PER CITY STD 6040 v RESET (E) WATER `} ° 10.0 1`0.0' METER BOXES Oi � A Exist CURB SIDEWALK CROSS SLOPE a e y f * A TRANSITION FROM 1.5% TO 2%__, Exist EP AT UNDERDRAIN, 10' MIN. EACH SIDE �- NEW CURB NEW EP L232.6Y GUTTER FLOW UNE SAWCUT DEWALK UNDERDRAIN DETAIL 1"=5' REMOVE (E) CURB AND ,� f Flev=237,59' SIDEWALK 5+26.86 37.42' LT SW Eler23&OS' 44.47' 44.47' (E) SSCO 9 'ter LT 1 SW, CONFORM TO Exist Elev-237,54' 5+38.16 q 41.02' LT FL, CONFORM TO Exist 5+12.41 a 35.99' Sw ' • 5+13.80 a v 31.25' LT -Elevr237.36' J SHS ; 5+35.7$ J 37.74' LT FL T Ln `Eev=237.09' 7.0' I 5+31.62 32.61' LT EIev=5+06.45'6. i �3� �/ FL/TC 25.63' FL _ _ _ - = _ - TRUNCATED DOMES PER ev-236.69' DETAIL ON THIS SHEET 5+13.71 25.56' LT FL/TC DETAIL B 1 "-5' 100% SUBMITTAL PRELIMINARY, NOT FOR CONSTRUCTION >i STAMPED CONCRETE DETAIL NTS STAMPED CONCRETE NOTES: e 0 W Z Z J U)Lu ~ J0 0 w V O Z 0 J U F Lu � H r U) W J Z 0 Q c 0 J 1. 4" THICK STAMPED CONCRETE, COLORED BRICK RED. F 2. RIVER ROCK PATTERN 3, INSTALL PER MANUFACTURER RECOMMENDATIONS WIDTH OF RAMP �I on000naoo"o a v a o o a o 0 o°°°v°o°v°e°°°°°v° ova v v o v a o v o 3' MIN a°v°v°v°vec°v°v be°eveaav°ve°°o°°vav°oo b°o°v°p°o°va°000°°°°v o be4o°oon�o4aon_v4eon4o4 TRUNCATED DOMES DETAIL NTS 10 Al m No CIVIL JAV OL BY: JAV p�Ec�e Br JLS APPROVED BY: JLS S E 1"=5' CAN 9/28/16 [ CRY SPECIFICATION NO a 91373 = Puv F&E vv �evcATA]Y 2103CO01 e�,ND 4of7 s a e e v e CHAMFER TOP OF � POST ® 60 DEGREES 0 A � r I F WHITE LETTERING ON GREEN SIGN 24" X 18" CITY TO PROCURE SIGN N 71) ! curoir 5" DIA. PRESSURE TREATED LODGE POLE PINE POST, "RE—TREAT ALL CUTS" Fir 8 36" MINIMUM SETBACK FROM EDGE OF AC (TYP) � NO MOTOR VEHICLES �` � � BIKE PATH - 3/8" DIA X 6" GALVANIZED Z 0 CARRIAGE BOLT WITH WASHER & awaion YsamoYe Z x f� NUT (2) PER POST TYPICAL 00 CITY SEAL, TYP. — ♦ SINSHEIMER PARK W ASPHALT PATH co o -0 DOWNTOWN Z ENDS L ♦CAL POLY FG 1/8" X 6" NOMINAL STEEL TUBE 1 � 11 C.)H BICYCLES CLASS II AB SLEEVE BURRS AND SHARP NO MOTOR c Vi _ EDGES SHALL BE GROUND OR FILED SMOOTH VEHICLES J C MUST N � 1 °■ 00 Q CONCRETE FOOTING J Q EXIT a CLASS II AB ® J Z _ LJ.I 95% RELATIVE 18° COMPACTION SUBGRADE ? Lu (q o c UL TRAIL DIRECTIONAL SIGN BIKE PATH ENDS SIGN ASSEMBLY (WOOD POST) INSTALLATION TRAIL DIRECTIONAL SIGNAGE N A I3 r' NTS NTS NTS 0 J E E F RPROFESS! i n rh m a No 70T�41 sfs CIVIL e OF Mr . . F GENERAL NOTES (THIS SHEET ONLY): JAV 1. THE CITY OF SAN LUIS OBISPO WILL FURNISH THE TRAIL cn.wMer: DIRECTIONAL SIGN. OTHER SIGNS TO BE SUPPLIED BY THE JAV CONTRACTOR. JLS W JLS 2. ALL SIGNS AND INSTALLATIONS SHALL BE IN ACCORDANCE WITH THE CITY OF SAN LUIS OBISPO ENGINEERING STANDARDS BIKE LANE AND PART 9 OF THE CA MUTCD. 1"=;vw*s 9=16 e e cm amu.-,crraxe ern RR XING ASSEMBLY 1002 SUBMITTAL 91373 "`""'°'�"OnocA " PRELIMINARY, NOT © NTS FOR CONSTRUCTION rZ1o3Coo1 r of 7 i z s a s u 1 a 9 A \ \\ J A ■\•\\ 5 17 t 4 \ 4+45.86, 27 90' LT 7 \ 2 \ 3 _ _ _r R/W 1 � f7 I ' NO _ _ _ _ _ .— 6 Z r rQ 6 TO 4+46:10, 20.23" LT 11 1 ANGLE POINT V r, 2+46.66, 29.01' LT 8 n 1 1 W BEGIN DETAIL 39 o ! 7 N 5+07.50, 19.17' LT Z Z — — — — END DETAIL 39 O Z �3+26.29, 16.05' LT �2.+61f.11, 18.12' LT END DETAIL 9 ORCUTT Road a BEGIN DETAIL 9 5+00 _ f U) W 4+43.86 , 5.65' LT - - -+— — — ` U) 0 3+00 4+94.52, 286' LT Z U p J � � J pi Z �w a n Z_ Lu J IZ 0 0 LL it Q � it Q 0 J GENERAL NOTES: s 1. ALL PAVEMENT MARKINGS ON STREETS SHALL BE THERMOPLASTIC 1Z CONFORMING TO SECTION 84-2 OF THE CITY OF SAN LUIS OBISPO e STANDARD SPECIFICATIONS. E v 10 10 2. PAVEMENT MARKINGS ON SIDEWALK AND TRAIL SHALL BE PAINT 0 CONFORMING TO SECTION 84-3 OF THE CITY OF SAN LUIS OBISPO) S `ESS'°� STANDARD SPECIFICATIONS. 1 inch = 10 ft. L. wQSptµ $fir y '' 3. ALL RELOCATED SIGNS SHALL BE PLACED PER CITY STD 7215. • o a o: m a No 70341 r CONSTRUCTION NOTES LEGEND sf CIVIL �F ` ❑1 REMOVE EXISTING W10-1 SIGN AND SALVAGE R81(CA) SIGN; INSTALL SIGN ASSEM$LY PER SIGN DETAIL 11 BICYCLE LOOP DETECTOR SYMBOL PER STATE STDS (2 SF) D SHEET 5 USING NEW W10-1 AND W48 (CA) "2 TRACKS" SIGNS AND SALVAGED R81(CA) SIGN. E] 24" WIDE WHITE MARKINGS (32 FT) T EXISTING ONE POST ROADSIDE SIGN usY �2 4" DASHED YELLOW CENTERLINE STRIPE PER CITY STD 7040 AND CAMUTCD SECTION 9C (154 FT) Q3 RELOCATE R2-1(40MPH) SIGN PROPOSED ONE POST ROADSIDE SIGN JAV uuwwm ❑3 STRIPING DETAIL NUMBER 39 PER STATE STD PLANS (273 FT) ® RELOCATE R8-8 AND R26(S)(CA) SIGNS JAV ® 12" WHITE LIMIT LINE MARKING (5 FT) Q 4" SOLID YELLOW STRIPE (13 FT) JLS Qom, F5 INSTALL BIKE PATH ENDS SIGN ASSEMBLY AND POST PER DETAIL A ON SIGN DETAILS (SHEET 5) ©JLS BIKE SYMBOL AND ARROW PER STATE STDS AT HALF SIZE (2.63 SF) � © BIKE SYMBOL AND ARROW PER STATE STDS (10.5 SF) ©1"=10' REMOVE Exist "DISMOUNT BICYCLE USE LAUREL LANE..." SIGN. RETAIN EXISTING R1-1 SIGN. w+E 7❑ a RAILROAD CROSSING SYMBOL PER STATE STDS (70 SF) 1® INSTALL NEW TRAIL DIRECTIONAL SIGN #1 AND WOOD POST PER DETAIL B AND C, SHEET 5 (SIGN DETAILS) 100'/. SUBMITTAL wroma,9,o'ho ® STRIPING DETAIL NUMBER 9 PER STATE STD PLANS (66 FT) 19 12" SOLID WHITE CROSSWALK STRIPE PRELIMINARY, NOT 91373 �>ufta,�. 2103PDO01 F9 "STOP" WORD AT HALF SIZE (5.5 SF) ® REMOVE PORTION OF EXISTING RR XING LIMIT LINE BEYOND NEW BIKE LANE STRIPE FOR CONSTRUCTION �� ® INSTALL R10-22 SIGN ON EXISTING SIGNAL POLE (STRAP AND SADDLE BRACKET METHOD) c V of 7 1 L 2 1 3 4 3 E 7 a 2 a1 ♦ s y f e zo 2.3 CONDUR CABLE TO POLE B II II II II II / I /I ,ff4 ti pLlY LVr 1 , � 3 f B , R/W E z O W z O Z U O 0 U o z 2 00 O ORCUTT Road' J J 4¢O J 0 .3 U J W F- Lu LU W Iu D � LL.❑W Q J ' 0 Exist PULL BOX ' Q m E Exist UPS SERVICE PEDESTAL ~�� 1 w � QRafESS,� rF� Exist 3" SERVICE CONDUIT r� 3 2 GENERAL NOTES A KEYED NOTES 3 1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY No �oaai ; THE EXISTENCE AND LOCATION OF ALL ABOVE AND UNDERGROUND s, CIVIL F1 REMOVE PEDESTRIAN PUSH BUTTON AND FACILITIES, PUBLIC OR PRIVATE, AND TO PROTECT THEM FROM 4j�0:' CONDUCTORS. SEAL & PLUG HOLES AS NECESSARY. DAMAGE. CAOf f Exist SIGNAL 2. ALL EXISTING UTILITIES THAT BECOME DAMAGED DURING r ❑2 INSTALL 3'x5' INDUCTIVE BICYCLE DETECTOR LOOP CONTROLLER CONSTRUCTION SHALL BE COMPLETELY RESTORED TO THE SMH CONDUCTOR (DLC). LOCATION SHALL BE MARKED CABINET V SATISFACTION OF THE CITY ENGINEER AT THE CONTRACTORS SOLE AND VERIFIED IN FIELD BY ENGINEER PRIOR TO INSTALLATION, CONNECT TO NEAREST PULL BOX AS SHOWN. G 3. EXPENSE. ALL SIGNAL WORK SHALL CONFORM TO THE STATE STANDARDS AND SPECIFICATIONS DATED 2000 AND THE CITY STANDARDS AND MA�ft SMH oNumEbby 100% SUBMITTAL SPECIFICATIONS DATED JANUARY 2016_ JLS F3 PLACE NEW DLC IN EXISTING CONDUIT. PRELIMINARY, NOT 4. ALL MATERIALS AND EQUIPMENT SHALL BE FURNISHED AND �* JLS FOR CONSTRUCTION INSTALLED BY THE CONTRACTOR Ny` 1'=20' ® CONNECT NEW BIKE DLC TO EXISTING SIGNAL 5. ALL WIRING SHALL BE MARKED (TAGGED) WITHIN THE CONTROLLER CONTROLLER, REPLACING EXISTING PUSH—BUTTON CABINET AND ALL PULL BOXES FOR PHASE IDENTIFICATION ACTIVATION. 6. ALL SALVAGED EQUIPMENT SHALL BE DELIVERED TO CITY MM16 a CORPORATION YARD AT 25 PRADO. r. CyTYi EORTOiIO 7. THIS PLAN ACCURATE FOR SIGNAL WORK ONLY 91373 wexrwt rte. � wcu.rr 2103E001 eNm ra. 7 of ■ 1 p is 7 Q 10