Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGENDA REPORT 2019 0417 REG CCSA ITEM 10DCITY OF MOORPARK,
CALIFORNIA
City Council Meeting
of April 17, 2019
ACTION Approved Staff
Recommendation.
BY B.Garza
D. Consider Plans and Specifications and Project Approval and Authorization to
Advertise for Bids for the Metrolink South Parking Lot South Entry Project
(Project No. C0029). Staff Recommendation: 1) Approve the plans and
specifications for the Metrolink South Parking Lot South Entry Project (MPK 19-
02); and 2) Authorize staff to advertise for bids for the project. (Staff: Shaun
Kroes)
Item: 10.D.
MOORPARK CITY COUNCIL
AGENDA REPORT
TO: Honorable City Council
FROM: Shaun Kroes, Program Manager
DATE: 04/17/2019 Regular Meeting
SUBJECT: Consider Plans and Specifications and Project Approval and
Authorization to Advertise for Bids for the Metrolink South Parking
Lot South Entry Project (Project No. C0029)
BACKGROUND
The City of Moorpark (City) has an Agreement with the Ventura County Transportation
Commission (VCTC) for the use of the Metrolink South Parking Lot. The Parking Lot is
currently accessed off of Moorpark Avenue, south of the train tracks. The Moorpark
Avenue Sealed Rail Corridor project improved the safety of the rail crossing in 2016.
That work included a median which limits access at the Parking Lot to right-in or right-
out turns only. This forces commuters driving from the north part of the City to take a
circuitous route to access the South Parking Lot. Several years ago the City developed
a concept of creating a second entrance that connected the South Parking Lot to First
Street. The original concept, which included the acquisition of two residential parcels,
closing the existing connection to Moorpark Avenue and closing First Street to thru-
traffic has been scaled down to one residential address (65 First Street), leaving the
Moorpark Avenue entrance open, and keeping First Street open to traffic.
DISCUSSION
The proposed scope of work consists of adding a new driveway to the South Parking
Lot (approximately 7,200 square feet), which will allow commuters to travel in and out of
the South Parking Lot using First Street. Work also includes, widening the existing
driveway leading to the South Parking Lot by approximately 3,500 square feet, adding
stormwater infiltration along the east side of the new driveway to collect and retain
stormwater run-off from the new driveway, add a ten-foot sidewalk along the west side
of the new driveway and establish a pedestrian crossing across the existing driveway
and connecting to the existing sidewalk located in the green space along the northwest
section of the South Parking Lot. Pedestrian lighting will also be included along the new
driveway sidewalk.
Item: 10.D.
69
Honorable City Council
04/17/2019 Regular Meeting
Page 2
The City Engineer/Public Works Director has reviewed the Design Specification for the
subject project and has determined that the documents were prepared in accordance
with reasonable, professional engineering judgment, and with due consideration for
public safety. The draft Plans and Specifications are included with this staff report.
The tentative project schedule is as follows:
Plans and Specifications Approval 04/17/2019
Advertise for bids 04/28/2019
Bid Opening 06/02/2019
Award of Construction Contract 06/19/2019
Notice to Proceed 07/01/2019
Construction Completion 11/15/2019
FISCAL IMPACT
Staff anticipates returning to City Council for bid award in June. The proposed funding
plan is:
Fund Expense Line Description
Current
FY 18/19
TSM 2001-311-C0029-55200 Construction 80,079$
TDA/FTA 2414-311-C0029-55200 Construction 261,376$
Total 341,455$
The Engineers Estimate for the project is $383,243, which includes engineering and
consultant costs. Staff anticipates that a budget amendment will be required once bids
are received as the current budget of $341,455 is lower than the Engineer’s Estimate.
Currently not in the budget is an additional $101,000 in federal funding that the City
received as part of its FY 2018/19 Federal Transportation Administration Section 5307
allocation, but was not included in the City’s FY 2018/19 Budget. Staff is proposing to
return to City Council at the time of bid award with an updated budget to reflect all
anticipated consultant and contractor expenses.
STAFF RECOMMENDATION
1) Approve the plans and specifications for the Metrolink South Parking Lot South
Entry Project (MPK 19-02); and
2) Authorize staff to advertise for bids for the project.
Attachment – Bidding Documents, including Project Plans and Specifications
70
CITY OF MOORPARK
DEPARTMENT OF PUBLIC WORKS
FOR
METROLINK SOUTH PARKING LOT SOUTH ENTRY
SPECIFICATION NO. PW: 2019-02
82000-0016\1919347v1.doc 71
TABLE OF CONTENTS
Page
NOTICE INVITING BIDS .................................................................................................... NC-1
INSTRUCTIONS TO BIDDERS ............................................................................................. I-1
CHECKLIST FOR BIDDERS .................................................................................................. I-5
BID ..................................................................................................................................B-1
SAMPLE AGREEMENT .................................................................................................... C--29
INSURANCE REQUIREMENTS ........................................................................................ C-38
PAYMENT BOND (LABOR AND MATERIALS) .................................................................. C-39
PERFORMANCE BOND .................................................................................................... C-46
CHECKLIST FOR EXECUTION OF CONTRACT .............................................................. C-51
GENERAL PROVISIONS ................................................................................................... GP-1
SECTION 0. GENERAL PROVISIONS DEFINED ................................................ GP-1
SECTION 1. TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF
MEASURE, AND SYMBOLS ........................................................... GP-1
SECTION 2. SCOPE AND CONTROL OF THE WORK ....................................... GP-2
SECTION 3. CHANGES IN WORK ...................................................................... GP-5
SECTION 4. CONTROL OF MATERIALS ............................................................ GP-5
SECTION 5 UTILITIES ....................................................................................... GP-6
SECTION 6. PROSECUTION, PROGRESS AND ACCEPTANCE OF
THE WORK ..................................................................................... GP-9
SECTION 7. RESPONSIBILITIES OF THE CONTRACTOR .............................. GP-13
SECTION 8. FACILITIES FOR AGENCY PERSONNEL .................................... GP-21
SECTION 9. MEASUREMENT AND PAYMENT ................................................ GP-21
SECTION 10. ADDITIONAL TERMS ................................................................... GP-25
SPECIAL PROVISIONS ..................................................................................................... SP-1
82000-0016\1800815v4.doc -i-
72
TABLE OF CONTENTS
Page
APPENDIX I: TECHNICAL SPECIFICATIONS
APPENDIX II FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS:
APPENDIX III: CITY HOLIDAYS
APPENDIX IV: TRAFFIC ADVISORY SIGNAGE
APPENDIX V: VCAPCD, RULE 55, FUGITIVE DUST
APPENDIX VI: WAGE RATES
APPENDIX VII: RELEASE ON CONTRACT
APPENDIX VIII: PROJECT PLANS
82000-0016\1800815v4.doc -ii-
73
NOTICE INVITING BIDS
FOR
Metrolink South Parking Lot South Entry [the “Project”]
Identification Number: PW: 2019-02
NOTICE IS HEREBY GIVEN that the City of Moorpark, California (“City”) invites sealed Bids for
the Project and will receive such bids in the office of the City Clerk of the City of Moorpark at
799 Moorpark Avenue, Moorpark, California, 93021 up to the hour of 3:30 p.m. on the 2nd day
of June, 2019, at which time they will be publicly opened and read aloud. The official bid clock,
which will establish the official bid time, will be determined by the City Clerk’s Division of the City
of Moorpark.
MANDATORY PRE-BID MEETING AND SITE VISIT. A mandatory pre-bid meeting and site
walk will be held on May 21, 2019 at 10:00 a.m. at the Project site. Every Bidder is required to
attend the pre-bid meeting and Project site walk . Failure of a Bidder to attend will render that
Bidder’s Bid non-responsive. No allowances for cost adjustments will be made if a Bidder fails
to adequately examine the Project site before submitting a Bid.
REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS. In accordance
with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified
to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public
Contract Code, or engage in the performance of any contract for public work, unless currently
registered and qualified to perform public work pursuant to Section 1725.5 [with limited
exceptions for bid purposes only under Labor Code Section 1771.1(a)].
PREVAILING WAGES. In accordance with Labor Code Section 1770 et seq., the Project is a
“public work.” The selected Bidder (Contractor) and any Subcontractors shall pay wages in
accordance with the determination of the Director of the Department of Industrial Relations
(“DIR”) regarding the prevailing rate of per diem wages. Copies of those rates are on file and
are available to any interested party upon request. The Contractor shall post a copy of the
DIR’s determination of the prevailing rate of per diem wages at each job site. This Project is
subject to compliance monitoring and enforcement by the DIR.
FEDERAL FUNDING. This is a federally funded project. The current Federal General Wage
Determinations for this project, as predetermined by the Secretary of Labor, are set forth in
these Special Provisions. If there is a difference in the Federal minimum wage rates and the
California Department of Industrial Relations for similar classifications of labor, the contractor
and their subcontractors shall pay not less than the higher wage rate.
The wage rate for any classification not listed by the Federal Department of Labor or the
California Department of Industrial Relations, but which may be required to execute the
proposed contract, shall be in accord with specified rates for similar or comparable
classifications or for those performing similar or comparable duties, within the Agency’s
determinations.
The work herein proposed will be partly financed with Federal funds, and therefore, all of the
statutes, rules and regulations promulgated by the Federal Government; including requirements
for Disadvantaged Business Enterprises (DBE) shall apply to this work. The City’s source of
82000-0016\1800815v4.doc NC-1
74
Federal funding is through the Federal Transit Administration grants by the Ventura County
Transportation Commission (COMMISSION), which has a race-neutral DBE program.
Consequently, while there is no DBE goal, DBE participation is encouraged, but voluntary.
BONDS. Each Bid must be accompanied by a cash deposit, cashier’s check, certified check or
Bidder’s Bond issued by a Surety insurer, made payable to the City and in an amount not less
than ten percent (10%) of the total Bid submitted. Personal or company checks are not
acceptable. Upon Contract award, the Contractor shall provide faithful performance and
payment Bonds, each in a sum equal to the Contract Price. All Bonds must be issued by a
California admitted Surety insurer using the forms set forth in the Contract Documents, or in any
other form approved by the City Attorney. Failure to enter into the Contract with the City,
including the submission of all required Bonds and insurance coverages, within fifteen (15) Days
after the date of the mailing of written notice of contract award to the Bidder, shall subject the
Bid security to forfeiture to the extent provided by law.
LICENSES. Each Bidder shall possess a valid Class A, Contractor’s license issued by the
California State Contractors License Board at the time of the Bid submission, unless this Project
has any federal funding, in which case the successful Bidder must possess such a license at the
time of Contract award. The successful Contractor must also obtain a current City business
registration if awarded a contract.
RETENTION SUBSTITUTION. Five percent (5%) of any progress payment will be withheld as
retention. In accordance with Public Contract Code Section 22300, and at the request and
expense of the Contractor, securities equivalent to the amount withheld may be deposited with
the City or with a State or federally chartered bank as escrow agent, which shall then pay such
moneys to the Contractor. Upon satisfactory completion of the Project, the securities shall be
returned to the Contractor. Alternatively, the Contractor may request that the City make
payments of earned retentions directly to an escrow agent at the Contractor’s expense. No
such substitutions shall be accepted until all related documents are approved by the City.
TRADE NAMES OR EQUALS. Requests to substitute an equivalent item for a brand or trade
name item must be made by written request submitted no later than five (5) Days before the Bid
submission deadline. Requests received after this time shall not be considered. Requests shall
clearly describe the product for which approval is requested, including all data necessary to
demonstrate acceptability.
CONTRACT DISINCENTIVES. Contract Disincentives shall accrue in the amount of $250 for
each Day that Work remains incomplete beyond the Project completion deadline specified in the
Contract Documents.
BIDDING PROCESS. The City reserves the right to reject any Bid or all Bids, and to waive any
irregularities or informalities in any Bid or in the bidding, as deemed to be in its best interest.
The Plans, Contract documents and Specifications will be available for public inspection as
follows:
City of Moorpark Ventura County Contractor’s Association
799 Moorpark Avenue 1830 Lockwood Street, Suite 110
Moorpark, CA 93021 Oxnard, CA 93036
FW Dodge
82000-0016\1800815v4.doc NC-2
75
1333 S. Mayflower Avenue, Suite 300
Monrovia, CA 91016
Also online at www.ebidboard.com and www.moorparkca.gov
Bids must be prepared on the approved Proposal forms in conformance with the Instructions to
Bidders and submitted in a sealed envelope plainly marked on the outside, “BID FOR
METROLINK SOUTH PARKING LOT SOUTH ENTRY – DO NOT OPEN WITH REGULAR
MAIL .”
Bidders shall guarantee the bid price for a period of 90 calendar days from the date of bid
opening.
Any questions regarding this notice can be directed, in writing, to the City’s Project
Representative: Shaun Kroes, Program Manager by e-mail skroes@moorparkca.gov.
By: _____________________________ ___________________________________
City Engineer Date
82000-0016\1800815v4.doc NC-3
76
INSTRUCTIONS TO BIDDERS
FORM OF BID. Bids shall be made on the Bid forms found herein. Bidders shall include all
forms and fill in all blank spaces, including inserting “N/A” (for not applicable) where necessary.
The Bid shall be enclosed in a sealed envelope bearing the Bidder’s name and the Project
name and identification number as described in the Notice Inviting Bids.
DELIVERY OF BIDS. The Bid shall be delivered by the time and date, and to the place
specified in the Notice Inviting Bids. No oral, faxed, emailed, or telephonic Bids or alternatives
will be considered. The time of delivery shall be conclusively determined by the time-stamping
clock located at the City Clerk’s office. Bidders are solely responsible for ensuring that their
Bids are received in proper time, and Bidders assume all risks arising out of their chosen means
of delivery. Any Bid received after the Bid submission deadline shall be returned unopened.
Bidders are invited to be present for Bid opening. Accepted Bids shall become the property of
the City.
AMENDED BIDS. Unauthorized conditions, limitations or provisos attached to a Bid may cause
the Bid to be deemed incomplete and non-responsive.
WITHDRAWAL OF BID. A Bid may be withdrawn without prejudice upon written request by the
Bidder filed with the City Clerk before the Bid submission deadline. Bids must remain valid and
shall not be subject to withdrawal for sixty (60) Days after the Bid opening date.
BIDDER’S SECURITY. Each Bid shall be accompanied by cash, a certified or cashier’s check
payable to the City, or a satisfactory Bid Bond in favor of the City executed by the Bidder as
principal and an admitted surety insurer as Surety, in an amount not less than ten percent (10%)
of the amount set forth in the Bid. The cash, check or Bid Bond shall be given as a guarantee
that, if selected, the Bidder will execute the Contract in conformity with the Contract Documents,
and will provide the evidence of insurance and furnish the specified Bonds, within fifteen (15)
Days after the date of delivery of the Contract Documents to the Bidder. In case of the Bidder’s
refusal or failure to do so, the City may award the Contract to the next lowest responsible
bidder, and the cash, check, or Bond (as applicable) of the lowest Bidder shall be forfeited to the
City to the extent permitted by law. No Bid Bond will be accepted unless it conforms
substantially to the form provided in these Contract Documents.
QUANTITIES APPROXIMATE. Any quantities shown in the Bid form or elsewhere herein shall
be considered as approximations listed to serve as a general indication of the amount of Work
or materials to be performed or furnished, and as basis for the Bid comparison. The City does
not guarantee that the actual amounts required will correspond with those shown. As deemed
necessary or convenient, the City may increase or decrease the amount of any item or portion
of Work or material to be performed or furnished or omit any such item or portion, in accordance
with the Contract Documents.
ADDENDA. The City may, from time to time, issue Addenda to the Contract Documents.
Bidders are responsible for ensuring that they have received any and all Addenda. Each Bidder
is responsible for verifying that it has received all Addenda issued, if any. Bidders must
acknowledge receipt of all Addenda, if any, in their bids. Failure to acknowledge receipt of all
Addenda may cause a Bid to be deemed incomplete and non-responsive.
82000-0016\1800815v4.doc I-1
77
DISCREPANCIES IN BIDS. Each bidder shall set forth as to each item of Work, in clearly
legible words and figures, a unit or line item Bid amount for the item in the respective spaces
provided for this purpose.
In case of discrepancy between the unit price and the extended amount set forth for the item,
the unit price shall prevail. However, if the amount set forth as a unit price is ambiguous,
unintelligible or uncertain for any cause, or is omitted, or if the unit price is the same amount as
the entry in the “extended amount” column, then the amount set forth in the “extended amount”
column for the item shall prevail in accordance with the following:
(1) As to lump sum items, the amount set forth in the “extended amount” column shall be
the unit price.
(2) As to unit price items, the amount set forth in the “extended amount” column shall be
divided by the estimated quantity for the item set forth in the Bid documents, and the
price thus obtained shall be the unit price.
In case of discrepancy between words and figures, the words shall prevail.
COMPETENCY OF BIDDERS. In evaluating Bidder responsibility, consideration will be given
not only to the financial standing, but also to the general competency of the Bidder for the
performance of the Project. Each Bidder shall set forth in the designated area of the Bid form a
statement of its experience. No Contract will be executed with a Bidder that is not licensed and
registered with the DIR in accordance with State law, and with any applicable specific licensing
requirements specified in these Contract Documents. These licensing and registration
requirements for Contractors shall also apply to all Subcontractors.
BIDDER’S EXAMINATION OF SITE AND CONTRACT DOCUMENTS. Each Bidder must
carefully examine the Project site and the entirety of the Contract Documents. Upon submission
of a Bid, it will be conclusively presumed that the Bidder has thoroughly investigated the Work
and is satisfied as to the conditions to be encountered and the character, quality, and quantities
of Work to be performed and materials to be furnished. Upon Bid submission, it also shall be
conclusively presumed that the Bidder is familiar with and agrees to the requirements of the
Contract Documents, including all Addenda. It will also be assumed that Bidder has
familiarized themselves with the requirements for insurance from the City of Moorpark as
outlined in the bid documents. Failure to provide the required insurance will result in
forfeiture of the Bid Bond. No information derived from an inspection of records or
investigation will in any way relieve the Contractor from its obligations under the Contract
Documents nor entitle the Contractor to any additional compensation. The Contractor shall not
make any claim against the City based upon ignorance or misunderstanding of any condition of
the Project site or of the requirements set forth in the Contract Documents. No claim for
additional compensation will be allowed which is based on a lack of knowledge of the above
items. Bidders assume all risks in connection with performance of the Work in accordance with
the Contract Documents, regardless of actual conditions encountered, and waive and release
the City with respect to any and all claims and liabilities in connection therewith, to the extent
permitted by law.
DISQUALIFICATION OF BIDDERS. No Person shall be allowed to make, file or be interested
in more than one Bid for the Project, unless alternate Bids are specifically called for. A Person
that has submitted a sub-bid to a Bidder, or that has quoted prices of materials to a Bidder, is
not thereby disqualified from submitting a sub-proposal or quoting prices to other Bidders or
82000-0016\1800815v4.doc I-2
78
from making a prime Bid. If there is a reason to believe that collusion exists among the Bidders,
all affected Bids will be rejected.
RETURN OF BID SECURITY. The successful Bidder’s Bid security shall be held until the
Contract is executed. Bid security shall be returned to the unsuccessful Bidders within a
reasonable time, which in any case shall not exceed sixty (60) Days after the successful Bidder
has signed the Contract.
AWARD OF CONTRACT. The City reserves the right to reject any or all Bids or any parts
thereof or to waive any irregularities or informalities in any Bid or in the bidding. The Contract
award, if made, will be to the lowest responsible, responsive Bidder and is anticipated to occur
within ninety (90) Days after the Bid opening. The Contract award may be made after that
period if the selected Bidder has not given the City written notice of the withdrawal of its Bid.
ADDITIVE OR DEDUCTIVE ITEMS. In accordance with Public Contract Code Section 20103.8,
the lowest Bid shall be determined as follows: The lowest bid shall be the lowest bid price on
the base contract without consideration of the prices on the additive or deductive items.
TRENCHING. If the Project involves the construction of a pipeline, Sewer, sewage disposal
system, boring and jacking pits, or similar trenches or open excavations, which are five (5) feet
deep or more, then each Bidder must submit, as a Bid item, adequate sheeting, shoring, and
bracing, or an equivalent method, for the protection of life or limb, which shall conform to
applicable safety orders. This final submission must be accepted by the City in advance of
excavation and must include a detailed plan showing the design of shoring, bracing, sloping, or
other provisions to be made for worker protection from caving ground during the excavation
Work. If such plan varies from the shoring system standards, the plan shall be prepared by a
registered civil or structural engineer.
LISTING SUBCONTRACTORS. Each Bidder shall submit a list of the proposed Subcontractors
on the Project, as required by the Subletting and Subcontracting Fair Practices Act (Public
Contract Code Section 4100, et seq.). Contractor shall self-perform not less than fifty
percent (50%) of the Work, as determined by the percentage of Work to be performed by
listed Subcontractors.
EXECUTION OF CONTRACT. The selected Bidder shall execute the Contract in the form
included in these Contract Documents within fifteen (15) Days from the date of delivery of the
Contract Documents to the Bidder. Additionally, the selected Bidder shall also secure all
insurance and Bonds as herein specified, and provide copies to the City, within fifteen
(15) Days from the date of delivery of the Contract Documents to the Bidder. Failure or
refusal to execute the Contract or to conform to any of the stipulated requirements shall
be just cause for the annulment of the award and forfeiture of the Bidder’s security. In
such event, the City may declare the Bidder’s security forfeited to the extent permitted by law,
and the City may award the Contract to the next lowest responsible Bidder or may reject all
bids.
SIGNATURES. The Bidder shall execute all documents requiring signatures, and shall cause to
be notarized all documents that indicate such a requirement. The Bidder shall provide evidence
satisfactory to the City, such as an authenticated resolution of its board of directors or a power
of attorney, indicating the capacity of the person(s) signing the Bid to bind the Bidder to the Bid
and any Contract arising therefrom.
82000-0016\1800815v4.doc I-3
79
INSURANCE AND BONDS. The Contractor shall not begin Work until it has given the City
evidence of all required insurance coverage (including all additional insured endorsements), a
Bond guaranteeing the Contractor’s faithful performance of the Contract, and a Bond securing
the payment of claims for labor and materials.
TELEPHONES. Bidders are hereby notified that the City will not provide telephones for their
use at the time of Bid submission.
INTERPRETATION OF CONTRACT DOCUMENTS. Any Bidder that is in doubt as to the
intended meaning of any part of the Contract Documents, or that finds discrepancies in or
omissions from the Contract Documents, may submit to the City a written request for an
interpretation or correction not later than 5:00 p.m., Tuesday, May 28, 2019. Requests for
clarification received after the May 28, 2019 deadline will be disregarded. Please indicate the
Project and identification number in the request for clarification. Telephonic requests will not be
taken. Any interpretation or correction of the Contract Documents will be made only by a written
Addendum and will be provided no later than 5:00 p.m., May 31, 2019. No oral interpretation of
any provision in the Contract Documents shall be binding.
TAXES. Except as may be otherwise specifically provided herein, all sales and/or use taxes
assessed by federal, State or local authorities on materials used or furnished by the Contractor
in performing the Work shall be paid by the Contractor. The Bidder shall calculate payment for
all sales, unemployment, pension and other taxes imposed by federal, State, and local law and
shall include these payments in computing the Bid.
82000-0016\1800815v4.doc I-4
80
CHECKLIST FOR BIDDERS
The following information is required of all Bidders at the time of Bid submission:
____ Completed and Signed Bid Cover Form
____ Completed and Signed Bid Sheets
____ Completed, Signed and Notarized Questionnaire
____ Completed References Form
____ Resume of General Construction Superintendent/On-Site Construction
Manager
____ Completed Subcontractor Designation Form
____ Completed and Signed Industrial Safety Record Form
____ Completed, Signed and Notarized Bid Bond or Other Security Form
____ Signed and Notarized Noncollusion Declaration Form
____ Completed and Signed Addenda Acknowledgement Form
____ Signed Environmental, Health and Safety Standards Compliance Form
____ Signed Workers’ Compensation Insurance Certificate
____ Completed and Signed Agreement to Comply with California Labor Law
Requirements Form
____ Evidence satisfactory to the City indicating the capacity of the person(s)
signing the Bid to bind the Bidder
____ Lobbying Certification
____ Certification of Buy America Compliance for Procurement of Steel, Iron,
or Manufactured Products (complete as applicable)
____ Suspension and Debarment Certification
____ Construction Contract DBE Commitment
Failure of the Bidder to provide all required information in a complete and accurate manner may
cause the Bid to be considered non-responsive.
82000-0016\1800815v4.doc I-5
81
BID
CITY OF MOORPARK
METROLINK SOUTH PARKING LOT SECOND ENTRY
TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF MOORPARK:
The undersigned, as Bidder, declares that: (1) this Bid is made without collusion with any other
person and that the only persons or parties interested as principals are those named herein;
(2) the undersigned has carefully examined the Contract Documents (including all Addenda)
and the Project site; and (3) the undersigned has investigated and is satisfied as to the
conditions to be encountered, the character, quality and quantities of Work to be performed, and
the materials to be furnished. Furthermore, the undersigned agrees that submission of this Bid
shall be conclusive evidence that such examination and investigation have been made and
agrees, in the event the Contract be awarded to it, to execute the Contract with the City of
Moorpark to perform the Project in accordance with the Contract Documents in the time and
manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment,
apparatus and other means necessary so to do, except as may otherwise be furnished or
provided under the terms of the Contract Documents, for the following stated unit prices or
lump-sum price as submitted on the Bid herein.
The undersigned submits as part of this Bid a completed copy of its Industrial Safety Record.
This Safety Record includes all construction Work undertaken in California by the undersigned
and any partnership, joint venture or corporation that any principal of the undersigned
participated in as a principal or owner for the last five (5) calendar years and the current
calendar year before the date of Bid submittal. Separate information is being submitted for each
such partnership, joint venture, or corporate or individual Bidder. The undersigned may attach
any additional information or explanation of data that it would like to be taken into consideration
in evaluating the Safety Record. An explanation of the circumstances surrounding any and all
fatalities is attached.
Accompanying this Bid is cash, a cashier’s check, a certified check or a Bid Bond in an amount
equal to at least ten percent (10%) of the total aggregate Bid price based on the quantities
shown and the unit prices quoted. The undersigned further agrees that, should it be
awarded the Contract and thereafter fail or refuse to execute the Contract and provide
the required evidence of insurance and Bonds within fifteen (15) Days after delivery of
the Contract to the undersigned, then the cash, check or Bid Bond shall be forfeited to
the City to the extent permitted by law.
The undersigned certifies to have a minimum of three (3) consecutive years of current
experience in the type of Work related to the Project and that this experience is in actual
operation of the firm with permanent employees performing a part of the Work as distinct from a
firm operating entirely by subcontracting all phases of the Work. The undersigned also certifies
to be properly licensed by the State as a contractor to perform this type of Work. The
undersigned possesses California Contractor’s License
Number ____________, Class _____, which expires on _______________________.
Bidder’s Name: ___________________________________________________
Signature: ________________________________________ Date: __________________
Signature: ________________________________________ Date: __________________
82000-0016\1800815v4.doc B-1
82
CITY OF MOORPARK
BID SHEETS FOR
METROLINK SOUTH PARKING LOT SECOND ENTRY [PROJECT]
Bidder’s Name: ____________________________________________________________
To the Honorable Mayor and Members of the City Council:
In compliance with the Notice Inviting Bids, the undersigned hereby agrees to execute the
Contract to furnish all labor, materials, equipment and supplies for the Project in accordance
with the Contract Documents to the satisfaction and under the direction of the City
Engineer/Public Works Director, at the following prices:
BASE AMOUNT:
Item
No.
Payment
Ref.
Description
Qty
Unit
Unit
Price
Total
1 702-6
Traffic Control, Construction
Signage and Traffic
Maintenance
1 LS
2 703-2 Stormwater Pollution Control 1 LS
3 704-6 Demolition, Clearing and
Grubbing 1 LS
4 705-2 Concrete Block Wall 1 LS
5 707-6 Asphalt Concrete 1 LS
6 708-5 Portland Cement Concrete
Improvements 1 LS
7 709-7 Traffic Signing and Pavement
Delineation 1 LS
8 710-2 Landscaping and Irrigation 1 LS
9 711-2 Mainline and P.O.C. Note 600 LF
10 712-2 Lighting 1 LS
713-2 Release on Contract 1 LS
Note: Items may be adjusted or modified. Any changes to the quantities for these items shall
not constitute a substantial change as referenced in Section 3-2.2.1 of the Standard
Specifications. Therefore, regardless of total actual volume (percentage) compared to
82000-0016\1800815v4.doc B-2
83
estimated quantities, the unit prices provided above by the Bidder shall be applied to the final
quantity when payment is calculated for these items. No adjustment in the unit prices will be
allowed. The City reserves the right to not use any of the estimated quantities; and if this right is
exercised, the Contractor will not be entitled to any additional compensation. Cost of all export
of material shall be included in the above unit costs; no additional compensation will be granted
for such expenses.
TOTAL BID PRICE IN DIGITS: $____________________
TOTAL BID PRICE IN WORDS: _________________________________________________
Signature: __________________________________ Title: ___________ Date: ______
Signature: __________________________________ Title: ___________ Date: ______
82000-0016\1800815v4.doc B-3
84
QUESTIONNAIRE FORM
Fill out all of the following information. Attach additional sheets if necessary.
(1) Bidder’s Name:
(2) If the Bidder’s name is a fictitious name, who or what is the full name of the registered
owner? If the Bidder’s name is not a fictitious name, write “N/A” in the response to this
question. If you are doing business under a fictitious name, provide a copy of the filed
valid Fictitious Business Name Statement.
(3) Business Address:
(4) Telephone: Facsimile:
(5) Type of Firm – Individual, Partnership, LLC or Corporation:
(6) Corporation organized under the laws of the State of:
(7) California State Contractor’s License Number and Class:
Original Date Issued: Expiration Date:
(8) DIR Contractor Registration Number:
(9) List the name and title of the person(s) who inspected the Project site for your firm:
(10) List the name and title of the person(s) who attended the mandatory pre-Bid meeting
and site walk for your firm:
(11) Number of years experience the company has as a contractor in construction work:
(12) List the names, titles, addresses and telephone numbers of all individuals, firm
members, partners, joint venturers, and company or corporate officers having a principal
interest in this Bid:
(13) List all current and prior D.B.A.’s, aliases, and fictitious business names for any principal
having interest in this Bid:
82000-0016\1800815v4.doc B-4
85
(14) List the dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this Bid:
(15) For all arbitrations, lawsuits, settlements and the like (in or out of court) that the
company or any principal having an interest in this Bid has been involved with in the past
five (5) years:
a. List the names, addresses and telephone numbers of contact persons for the
parties:
b. Briefly summarize the parties’ claims and defenses:
c. State the tribunal (e.g., Superior Court, American Arbitration Association, etc.),
the matter number, and the outcome:
(16) Has the company or any principal having an interest in this Bid ever had a contract
terminated by the owner or agency? If yes, explain.
82000-0016\1800815v4.doc B-5
86
(17) Has the company or any principal having an interest in this Bid ever failed to complete a
project? If yes, explain.
(18) Has the company or any principal having an interest in this Bid ever been terminated for
cause, even if it was converted to a “termination of convenience”? If yes, explain.
(19) For projects that the company or any principal having an interest in this Bid has been
involved with in the last five (5) years, did you have any claims or actions:
a. By you against the owner? Circle one: Yes No
b. By the owner against you? Circle one: Yes No
c. By any outside agency or individual for labor compliance?
Circle one: Yes No
d. By Subcontractors? Circle one: Yes No
e. Are any of these claims or actions unresolved or outstanding?
Circle one: Yes No
If your answer is “yes” to any part or parts of this question, explain.
(20) List the last three (3) projects you have worked on or are currently working on for the
City of Moorpark:
82000-0016\1800815v4.doc B-6
87
(21) If you have worked on or are currently working on any federally-funded projects, please
list the last three (3) projects.
Upon request of the City, the Bidder shall furnish evidence showing a notarized financial
statement, financial data, construction experience, or other additional information.
Failure to provide truthful answers to the questions above or in the following References Form
may result in the Bid being deemed non-responsive.
The Bidder certifies under penalty of perjury under the laws of the State of California that the
information provided above is true and correct.
Notary Public
Subscribed and sworn to me:
Signature:
This ____ day of _____________, 20
Title:
Signature:
(SEAL)
Company
Signature:
Title:
Date:
Signature:
Title:
Date:
82000-0016\1800815v4.doc B-7
88
REFERENCES FORM
For all public agency projects in excess of $15,000 that you are currently working on or have
worked on in the past two (2) years, provide the following information:
Project 1 Name/Number
Project Description ___________________________________________________________
Approximate Project Dates From: _______________ To: ____________
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 2 Name/Number
Project Description ___________________________________________________________
Approximate Project Dates From: _______________ To: ____________
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
82000-0016\1800815v4.doc B-8
89
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 3 Name/Number
Project Description ___________________________________________________________
Approximate Project Dates From: _______________ To: ____________
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
82000-0016\1800815v4.doc B-9
90
Project 4 Name/Number
Project Description ___________________________________________________________
Approximate Project Dates From: _______________ To
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 5 Name/Number
Project Description ___________________________________________________________
Approximate Project Dates From: _______________ To: ____________
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
82000-0016\1800815v4.doc B-10
91
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 6 Name/Number
Project Description ___________________________________________________________
Approximate Project Dates From: _______________ To: ____________
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
82000-0016\1800815v4.doc B-11
92
RESUME
Attach to this Bid the experience resume of the person who will be designated as General
Construction Superintendent or on-site Construction Manager for the Project.
82000-0016\1800815v4.doc B-12
93
DESIGNATION OF SUBCONTRACTORS
[Public Contract Code Section 4104]
List all Subcontractors who will perform Work or labor or render service to the Contractor in or
about the construction of the Work or improvement, or a Subcontractor licensed by the State of
California who, under subcontract to the Contractor, specially fabricates and installs a portion of
the Work or improvement according to detailed drawings contained in the Plans (Appendix VIII)
and Specifications, in an amount in excess of one-half percent (0.5%) of the Contractor’s total
Bid or, in the case of bids or offers for the construction of streets or highways, including bridges,
in excess of one-half percent (0.5%) of the Contractor’s total Bid or $10,000, whichever is
greater. If all Subcontractors do not fit on this page, attach another page listing all information
for all other Subcontractors.
Name under which
Subcontractor is
Licensed
and Registered
CSLB License
Number(s) and
Class(es)
DIR
Contractor
Registration
Number
Address and Phone
Number
Type of Work
(e.g.,
Asbestos
Abatement)
Percentage
of Total Bid
(e.g., 10%)*
* The percentage of the total Bid shall represent the “portion of the work” for the purposes of
Public Contract Code Section 4104(b).
82000-0016\1800815v4.doc B-13
94
INDUSTRIAL SAFETY RECORD FORM
Bidder’s Name _______________________________________
Current
Year of
Record
2018 2017 2016 2015 2014 Total
Number of
contracts
Total dollar amount
of contracts (in
thousands of
dollars)
Number of fatalities
Number of lost
workday cases
Number of lost
workday cases
involving
permanent transfer
to another job or
termination of
employment
The above information was compiled from the records that are available to me at this time and I
declare under penalty of perjury under the laws of the State of California that the information is
true and accurate within the limitations of those records.
Signature:
Title:
Date:
Signature:
Title:
Date:
82000-0016\1800815v4.doc B-14
95
Bond No. _________
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark (“Public Agency”), has issued an invitation for Bids for the
Work described as follows: Metrolink South Parking Lot South Entry.
WHEREAS
(Name and address of Bidder)
(“Principal”), desires to submit a Bid to Public Agency for the Work.
WHEREAS, Bidders are required to furnish a form of Bidder’s security with their Bids.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
(“Surety”), a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency in the penal sum of
Dollars ($ ), being not less than ten percent
(10%) of the total Bid price, in lawful money of the United States of America, for the payment of
which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is
awarded the Contract for the Work by the Public Agency and, within the time and in the manner
required by the bidding specifications, enters into the written form of Contract included with the
bidding specifications, furnishes the required Bonds (one to guarantee faithful performance and
the other to guarantee payment for labor and materials), and furnishes the required insurance
coverage, then this obligation shall become null and void; otherwise, it shall be and remain in
full force and effect.
In case suit is brought upon this instrument, Surety further agrees to pay all court costs incurred
by the Public Agency in the suit and reasonable attorneys’ fees in an amount fixed by the court.
Surety hereby waives the provisions of Civil Code Section 2845.
82000-0016\1800815v4.doc B-15
96
IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety, on
the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated:
“Principal”
By:
Its:
By:
Its:
“Surety”
By:
Its:
By:
Its:
Note: This Bond must be dated, all signatures must be notarized, and evidence of the authority of any person
signing as attorney-in-fact must be attached.
82000-0016\1800815v4.doc B-16
97
NONCOLLUSION DECLARATION FORM
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Public Contract Code Section 7106]
In accordance with Public Contract Code Section 7106, the undersigned declares:
I am the ______________________ of ____________________, the party making the
foregoing Bid.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The Bid is genuine and not collusive or
sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a
false or sham Bid. The Bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. 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. All statements
contained in the Bid are true. 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, to any corporation, partnership, company, association, organization, Bid depository, or
to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will
not pay, any Person or entity for such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on
behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on ___________ [date], at
___________________________________________ [city], ______________________ [state].
Signature:
Printed Name:
Date:
Signature:
Printed Name:
Date:
This form must be notarized.
82000-0016\1800815v4.doc B-17
98
ADDENDA ACKNOWLEDGMENT FORM
Bidder’s Name: ____________________________________
The Bidder shall signify receipt of all Addenda here, if any:
Addendum Number Date Received Signature
If there are more Addenda than there is room in the chart above, attach another page
acknowledging receipt of the Addenda.
82000-0016\1800815v4.doc B-18
99
COMPLIANCE WITH ENVIRONMENTAL, HEALTH
AND SAFETY STANDARDS
TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
The Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposition 65) prohibits
employers from knowingly discharging or releasing a chemical known to the State of
California to cause concern, birth defects or other reproductive harm into water or onto
land where such chemical passes or, in all probability, will pass into any source of
drinking water. Notwithstanding any provision in this Act exempting Contractor,
Contractor hereby agrees to comply with all provisions of the Act relating to the
discharge of hazardous chemicals on the job site.
Contractor fully agrees that Contractor, Contractor’s employees and subcontractors
shall not discharge such chemicals on the job site which will result in the discharge of
such chemicals, and shall, upon completion of performance of all other duties under this
contract, remove all supplies, materials and waste remaining on the job site which if
exposed, could result in the discharge of such chemicals. Contractor shall be financially
responsible for compliance with Proposition 65.
Contractor shall also comply with state of California anti-smoking laws which, in part,
prohibit smoking in the workplace and enclosed areas.
Should Contractor, Contractor’s employees, or subcontractors or their employees fail to
comply, within 24 hours from the time City issues and Contractor receives a written
notice of noncompliance or within the time of an abatement period specified by any
government agency, whichever period is shorter, City may give notice of default to
Contractor, and at the City’s option, elect any and all rights or remedies set forth in this
agreement.
Approved by Contractor: _________________________________________________
Title
Date__________________________
82000-0016\1800815v4.doc B-19
100
WORKERS’ COMPENSATION INSURANCE CERTIFICATE
TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
Sections 1860 and 1861 of the California Labor Code require every contractor to whom a public
works contract is awarded to sign and file with the awarding body the following statement:
“I am aware of the Provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers’ Compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this contract.”
By __________________________________________________________________
Title: ________________________________ Date: _____________________
82000-0016\1800815v4.doc B-20
101
AGREEMENT TO COMPLY WITH CALIFORNIA LABOR LAW REQUIREMENTS
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Labor Code §§ 1720, 1775, 1776, 1777.5, 1810, 1813, 1860, 1861, 3700]
The undersigned Contractor certifies that it is aware of and hereby agrees to fully comply with the
following provisions of California law:
1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7,
Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the
awarding Owner (“Owner”) and agrees to be bound by all the provisions thereof as though set forth in full
herein.
2. Contractor agrees to comply with the provisions of California Labor Code Sections 1774 and
1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay
prevailing wages. Contractor shall, as a penalty to Owner, forfeit not more than fifty dollars ($50) for each
calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the
Director of Industrial Relations for the work or craft in which the worker is employed for any public work
done under the contract by Contractor or by any subcontractor.
3. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which
require Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such
payroll records available for inspection as provided by Section 1776, and (3) inform Owner of the location
of the records. Contractor is responsible for compliance with Section 1776 by itself and all of its
subcontractors.
4. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5
concerning the employment of apprentices on public works projects, and further agrees that Contractor is
responsible for compliance with Section 1777.5 by itself and all of its subcontractors.
5. Contractor acknowledges that eight (8) hours of labor shall constitute a legal day’s work for all
workmen employed in the execution of this contract, and the Contractor and any subcontractor under him
shall comply with and be governed by the laws of the State of California having to do with working hours
set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as
amended.
6. Contractor agrees to comply with the provisions of California Labor Code Section 1813
concerning penalties for workers who work excess hours. Contractor shall, as a penalty to Owner, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the contract by Contractor or by
any subcontractor for each calendar day during which such worker is required or permitted to work more
than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions
of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code.
7. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with the provisions of California
Labor Code Section 1861, Contractor hereby certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for worker’s compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the performance of the
work of this contract.”
Signature Date
Printed Name
Company
Title
82000-0016\1800815v4.doc B-21
102
SIGNATURE
Attach to this Bid evidence satisfactory to the City, such as an authenticated resolution of its
board of directors or a power of attorney, indicating the capacity of the person(s) signing the Bid
to bind the Bidder to the Bid and any Contract arising therefrom.
82000-0016\1800815v4.doc B-22
103
LOBBYING CERTIFICATION
As required by U.S. DOT regulations, “New Restrictions on Lobbying,” at 49 CFR 20.110, I
certify to the best of my knowledge and belief that for each application for federal assistance
exceeding $100,000: (1) No Federal appropriated funds have been or will be paid, by or on
behalf of _______________________, to any person for influencing or attempting to influence
an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress pertaining to the award of any Federal
assistance, or the extension, continuation, renewal, amendment, or modification of any Federal
assistance agreement; and (2) If any funds other than Federal appropriated funds have been or
will be paid to any person for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with any application to FTA for Federal assistance, I assure
that Standard Form-LLL, “Disclosure Form to Report Lobbying,” would be submitted and would
include all information required by the form’s instructions.
I understand that this certification is a material representation of fact upon which reliance is
placed and that submission of this certification is a prerequisite for providing Federal assistance
for a transaction covered by 31 U.S.C. 1352. I also understands that any person who fails to file
a required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each failure.
_________________________________
Signature & Title of Authorized Official
_________________
Date
82000-0016\1800815v4.doc B-23
104
CERTIFICATE OF BUY AMERICA COMPLIANCE
Certification of Buy America Compliance for Procurement of steel, iron, or manufactured
products (49 U.S.C. 5323(j)(1))
The bidder hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1), Section
165(a) of the Surface Transportation Assistant Act of 1982, as amended, and the applicable
regulations in 49 CFR Part 661
Date ________________________________
Signature ____________________________
Company Name _______________________
Title ________________________________
Certification of Buy America Non-Compliance for Procurement of steel, iron, or
manufactured products (40 U.S.C. 5323(j)(1))
The bidder hereby certifies that it cannot comply with the requirements of 40 U.S.C. 5323(j)(1),
Section 165(a) of the Surface Transportation Assistant Act of 1982, as amended, but it may
qualify for an exception to the requirement pursuant to Section 165 (b)(2) or (b)(4) of the
Surface Transportation Assistance Act of 1982, as amended, and the applicable regulations in
49 CFR Part 661.7.
Date ________________________________
Signature ____________________________
Company Name _______________________
Title ________________________________
82000-0016\1800815v4.doc B-24
105
SUSPENSION AND DEBARMENT CERTIFICATION
CERTIFICATION OF PRIMARY PARTICIPANT REGARDING DEBARMENT, SUSPENSION,
AND OTHER RESPONSIBILITY MATTERS
The Primary Participant (applicant for an FTA grant or cooperative agreement, or Potential
Contractor for a major third party contract), certifies to the best of its knowledge and belief, that
it and its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency,-
2. Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction
or contract under a public transaction,- violation of Federal or state antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph
(2) of this certification; and
4. Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
(If the primary participant (applicant for an FTA grant, or cooperative agreement, or potential
third party contractor) is unable to certify to any of the statements in this certification, the
participant shall attach an explanation to this certification.)
THE PRIMARY PARTICIPANT (APPLICATION FOR AN FTA GRANT OR COOPERATIVE
AGREEMENT, OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY
CONTRACT),_______________________________________________
CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF
THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS
THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET. SEQ. ARE APPLICABLE
THERETO.
___________________________________ _________________
Signature of Contractor’s Authorized Official Date
_______________________________________________
Typed Name and Title of Contractor’s Authorized Official
82000-0016\1800815v4.doc B-25
106
Construction Contract DBE Commitment
DISTRIBUTION: 1. Original – Local Agency
2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days
of contract execution may result in de-obligation of federal funds on contract. Include additional copy
with award package.
ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410
or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.
1. Local Agency: 2. Contract DBE Goal:
3. Project Description:
4. Project Location:
5. Bidder's Name: 6. Prime Certified DBE: 7. Bid Amount:
8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors:
10. Bid
Item
Number
11. Description of Work, Service, or Materials
Supplied
12. DBE
Certification
Number
13. DBE Contact Information
(Must be certified on the date bids are opened)
14. DBE
Dollar
Amount
Local Agency to Complete this Section
15. TOTAL CLAIMED DBE PARTICIPATION
$
21. Local Agency Contract Number:
22. Federal-Aid Project Number:
% 23. Bid Opening Date:
24. Contract Award Date:
IMPORTANT: Identify all DBE firms being claimed for credit,
regardless of tier. Names of the First Tier DBE Subcontractors and
their respective item(s) of work listed above must be consistent,
where applicable with the names and items of the work in the
"Subcontractor List" submitted with your bid. Written confirmation of
each listed DBE is required.
Local Agency certifies that all DBE certifications are valid and information on
this form is complete and accurate.
25. Local Agency Representative's Signature 26. Date
16. Preparer's Signature 17. Date
27. Local Agency Representative's Name 28. Phone
18. Preparer's Name 19. Phone
29. Local Agency Representative's Title 20. Preparer's Title
82000-0016\1800815v4.doc B-26
107
INSTRUCTIONS – CONSTRUCTION CONTRACT DBE COMMITMENT
CONTRACTOR SECTION
1. Local Agency - Enter the name of the local or regional agency that is funding the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project
advertisement.
3. Project Location - Enter the project location as it appears on the project advertisement.
4. Project Description - Enter the project description as it appears on the project advertisement (Bridge
Rehab, Seismic Rehab, Overlay, Widening, etc).
5. Bidder’s Name - Enter the contractor’s firm name.
6. Prime Certified DBE - Check box if prime contractor is a certified DBE.
7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor.
8. Total Dollar Amount for ALL Subcontractors – Enter the total dollar amount for all subcontracted
contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count.
9. Total number of ALL subcontractors – Enter the total number of all subcontracted contractors. SUM
= (DBEs + all Non-DBEs). Do not include the prime contractor information in this count.
10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided.
11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or
materials to be provided. Indicate all work to be performed by DBEs including work performed by the
prime contractor’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or
furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM
Chapter 9 to determine how to count the participation of DBE firms.
12. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be
certified on the date bids are opened.
13. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted
contractors. Also, enter the prime contractor’s name and phone number, if the prime is a DBE.
14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service
to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count
full/partial participation.
15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar
Amount” column. %: Enter the total DBE participation claimed (“Total Claimed DBE Participation Dollars”
divided by item “Bid Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately
documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts
of the LAPM).
16. Preparer’s Signature - The person completing the DBE commitment form on behalf of the
contractor’s firm must sign their name.
17. Date - Enter the date the DBE commitment form is signed by the contractor’s preparer.
18. Preparer’s Name - Enter the name of the person preparing and signing the contractor’s DBE
commitment form.
19. Phone - Enter the area code and phone number of the person signing the contractor’s DBE
commitment form.
20. Preparer’s Title - Enter the position/title of the person signing the contractor’s DBE commitment form.
LOCAL AGENCY SECTION
21. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
22. Federal-Aid Project Number - Enter the Federal-Aid Project Number.
23. Bid Opening Date - Enter the date contract bids were opened.
24. Contract Award Date - Enter the date the contract was executed.
25. Local Agency Representative’s Signature - The person completing this section of the form for the
Local Agency must sign their name to certify that the information in this and the Contractor Section of this
form is complete and accurate.
26. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
27. Local Agency Representative’s Name - Enter the name of the Local Agency Representative
certifying the contractor’s DBE commitment form.
82000-0016\1800815v4.doc B-27
108
28. Phone - Enter the area code and phone number of the person signing the contractor’s DBE
commitment form.
29. Local Agency Representative Title - Enter the position/title of the Local Agency Representative
certifying the contractor’s DBE commitment form.
82000-0016\1800815v4.doc B-28
109
SAMPLE AGREEMENT
AGREEMENT BETWEEN THE CITY OF MOORPARK AND
, FOR CONSTRUCTION OF THE METROLINK SOUTH PARKING LOT SECOND
ENTRY
THIS AGREEMENT, executed as of this ____ day of _____________________, 201__,
between the City of Moorpark, a municipal corporation (“City”) and , a
(“Contractor”). In consideration of the mutual covenants and conditions set forth herein, the
parties agree as follows:
WHEREAS, City has the need for construction services related to ; and
WHEREAS, Contractor specializes in providing such services and has the proper work
experience, certifications, and background to carry out the duties involved; and
WHEREAS, on __________________, ____, the City Council of the City of Moorpark
authorized the City Manager to enter into this Agreement after public bidding in accordance with
California Public Contract Code Section 20160, et seq.
NOW, THEREFORE, in consideration of the mutual covenants, benefits, and premises
herein stated, the parties hereto agree as follows:
1. TERM
The term of the Agreement shall be from the date of execution until completion of the
work identified in the Scope of Services and in conformance with Exhibit , unless this
Agreement is terminated or suspended consistent with Section 6 of this Agreement.
2. SCOPE OF SERVICES
City does hereby retain Contractor in a contractual capacity to provide construction
services related to , as set forth in Exhibit : Contractor’s Bid Proposal, dated ,
which exhibit is attached hereto and incorporated herein by this reference as though set forth in
full and hereinafter referred to as the “Proposal” and as set forth in Exhibit , which include
(i) Standard Specifications; (ii) Special Provisions; (iii) Workers’ Compensation Insurance
Certificate (Labor Code 1860 and 1861); (iv) Payment and Performance Bonds; and (v)
Insurance Certificate for General Liability and Automobile Liability, attached hereto and
incorporated herein by this reference as though set forth in full and hereinafter referred to as
Exhibit . Where said Scope of Services as set forth in Exhibit __ is modified by this
Agreement, or in the event there is a conflict between the provisions of said Scope of Services
and this Agreement, the language contained in this Agreement shall take precedence.
Contractor shall perform the tasks described and set forth in Exhibit and Exhibit
. Contractor shall complete the tasks according to the schedule of performance which is
also set forth in Exhibit .
Compensation for the services to be performed by Contractor shall be in accordance
82000-0016\1800815v4.doc C-29
110
with Exhibit . Compensation shall not exceed the rates or total value of dollars
($ ) as stated in Exhibit , without a written amendment to the agreement executed
by both parties. Payment by City to Contractor shall be as referred to in this Agreement.
City and Contractor acknowledge that this project is a public work to which prevailing
wages apply, and that a public work project is subject to compliance monitoring and
enforcement by the California Department of Industrial Relations (DIR). Contractor agrees to
comply with and be bound by all the terms, rules and regulations described in (a) Division 2,
Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, including
without limitation Labor Code Section 1771 and (b) the rules and regulations established by the
DIR implementing such statutes, as though set forth in full herein, including any applicable
amendments made thereto during the term of this Agreement. For every subcontractor who will
perform work on this project, Contractor shall be responsible for subcontractor’s compliance
with (a) and (b) and Contractor shall take all necessary actions to ensure subcontractor’s
compliance. Labor Code Section 1725.5 requires all contractors and subcontractors to annually
register with the DIR before bidding or performing on any public work contract.
3. PERFORMANCE
Contractor shall at all times faithfully, competently, and to the best of Contractor’s ability,
experience, and talent, perform all tasks described herein. Contractor shall employ, at a
minimum, generally accepted standards and practices utilized by persons engaged in providing
similar services as are required of Contractor hereunder in meeting its obligations under this
Agreement.
4. MANAGEMENT
The individual directly responsible for Contractor’s overall performance of the Agreement
provisions herein above set forth and to serve as principal liaison between City and Contractor
shall be , and no other individual may be substituted without the prior written approval of
the City Manager.
The City’s contact person in charge of administration of this Agreement, and to serve as
principal liaison between Contractor and City, shall be the City Manager or the City Manager’s
designee.
5. PAYMENT
The City agrees to pay Contractor monthly, in accordance with the terms and the
schedule of payment as set forth in Exhibit , attached hereto and incorporated herein by
this reference as though set forth in full, based upon actual time spent on the above tasks. This
amount shall not exceed dollars ($ ) for the total term of the Agreement unless
additional payment is approved as provided in this Agreement.
Contractor shall not be compensated for any additional services rendered in connection
with its performance of this Agreement, unless such additional services and compensation are
authorized, in advance, in a written amendment to this Agreement executed by both parties.
The City Manager, if authorized by City Council, may approve additional work not to exceed ten
percent (10%) of the amount of the Agreement.
Contractor shall submit invoices monthly for actual services performed. Invoices shall be
82000-0016\1800815v4.doc C-30
111
submitted on or about the first business day of each month, or as soon thereafter as practical,
for services provided in the previous month. Payment shall be made within thirty (30) days of
receipt of each invoice as to all non-disputed fees. If the City disputes any of Contractor’s fees it
shall give written notice to Contractor within thirty (30) days of receipt of any disputed fees set
forth on the invoice. Contractor shall provide appropriate documentation, as determined by
the City, for all reimbursable expenses.
6. TERMINATION OR SUSPENSION WITHOUT CAUSE
The City may at any time, for any reason, with or without cause, suspend, or terminate
this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days
prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work
under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a
portion of this Agreement such suspension or termination shall not make void or invalidate the
remainder of this Agreement.
The Contractor may terminate this Agreement only by providing City with written notice
no less than thirty (30) days in advance of such termination. In the event of such termination,
Contractor shall be compensated for such services up to the date of termination. Such
compensation for work in progress shall be prorated as to the percentage of progress
completed at the date of termination.
If the City Manager or the City Manager’s designee determines that the Contractor is in
default in the performance of any of the terms or conditions of this Agreement, the City may
proceed in the manner set forth in Section 6-4 of the Greenbook.
7. DEFAULT OF CONTRACTOR
The Contractor’s failure to comply with the provisions of this Agreement shall constitute
a default. In the event that Contractor is in default for cause under the terms of this Agreement,
City shall have no obligation or duty to continue compensating Contractor for any work
performed after the date of default and can terminate this Agreement immediately by written
notice to the Contractor. If such failure by the Contractor to make progress in the performance
of work hereunder arises out of causes beyond the Contractor’s control, and without fault or
negligence of the Contractor, it shall not be considered a default.
If the City Manager or the City Manager’s designee determines that the Contractor is in
default in the performance of any of the terms or conditions of this Agreement, he/she shall
cause to be served upon the Contractor a written notice of the default. The Contractor shall
have five (5) working days after service upon it of said notice in which to cure the default by
rendering a satisfactory performance. In the event that the Contractor fails to cure its default
within such period of time, the City shall have the right, notwithstanding any other provision of
this Agreement, to terminate this Agreement without further notice and without prejudice to any
other remedy to which it may be entitled at law, in equity or under this Agreement.
8. CONTRACT DISINCENTIVES DAMAGES
If the Contractor fails to complete the work, or any portion thereof, within the time period
required by this Agreement or as duly extended in writing by the City Manager, Contractor shall
forfeit and pay to the City, as Contract Disincentives, the sum of two hundred fifty dollars
($250.00) per day for each calendar day the work, or portion thereof, remains uncompleted after
82000-0016\1800815v4.doc C-31
112
the above specified completion date. Contract Disincentives shall be deducted from any
payments due or to become due to the Contractor under the terms of this Agreement
[Government Code Sec. 53069.85]. Progress payments made by the City after the above
specified completion date shall not constitute a waiver of Contract Disincentives by the City.
9. OWNERSHIP OF DOCUMENTS
Contractor shall maintain complete and accurate records with respect to sales, costs,
expenses, receipts, and other such information required by City that relate to the performance of
services under this Agreement. Contractor shall maintain adequate records of services provided
in sufficient detail to permit an evaluation of services. All such records shall be maintained in
accordance with generally accepted accounting principles and shall be clearly identified and
readily accessible. Contractor shall provide free access to the representatives of City or its
designees at reasonable times to such books and records; shall give the City the right to
examine and audit said books and records; shall permit City to make transcripts therefrom as
necessary; and shall allow inspection of all work, data, documents, proceedings, and activities
related to this Agreement. Notification of audit shall be provided at least thirty (30) days before
any such audit is conducted. Such records, together with supporting documents, shall be
maintained for a period of ten (10) years after receipt of final payment.
Upon completion of, or in the event of termination or suspension of this Agreement, all
original documents, designs, drawings, maps, models, computer files, surveys, notes, and other
documents prepared in the course of providing the services to be performed pursuant to this
Agreement shall become the sole property of the City and may be used, reused, or otherwise
disposed of by the City without the permission of the Contractor. With respect to computer files,
Contractor shall make available to the City, at the Contractor’s office and upon reasonable
written request by the City, the necessary computer software and hardware for purposes of
accessing, compiling, transferring, and printing computer files.
10. INDEMNIFICATION AND HOLD HARMLESS
Contractor shall indemnify, defend with legal counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers from and against all liability, loss,
damage, expense, cost (including without limitation reasonable legal counsels’ fees, expert fees
and all other costs and fees of litigation) of every nature arising out of or in connection with
Contractor's negligence, recklessness or willful misconduct in the performance of work
hereunder or its failure to comply with any of its obligations contained in this Agreement, except
such loss or damage which is caused by the sole or active negligence or willful misconduct of
the City. Should conflict of interest principles preclude a single legal counsel from representing
both City and Contractor, or should City otherwise find Contractor’s legal counsel unacceptable,
then Contractor shall reimburse the City its costs of defense, including without limitation
reasonable legal counsels fees, expert fees and all other costs and fees of litigation. The
Contractor shall promptly pay any final judgment rendered against the City (and its officers,
officials, employees and volunteers) with respect to claims determined by a trier of fact to have
been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly
understood and agreed that the foregoing provisions are intended to be as broad and inclusive
as is permitted by the law of the state of California and will survive termination of this
Agreement.
82000-0016\1800815v4.doc C-32
113
Contractor obligations under this section apply regardless of whether or not such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil
fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However,
without affecting the rights of City under any provision of this agreement, Contractor shall not be
required to indemnify and hold harmless City for liability attributable to the active negligence of
City, provided such active negligence is determined by agreement between the parties or by the
findings of a court of competent jurisdiction. In instances where City is shown to have been
actively neglig ent and where City active negligence accounts for only a percentage of th e liability
involved, the obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
Contractor agrees to obtain executed indemnity agreements with provisions identical to
those set forth here in this Section from each and every subcontractor or any other person or
entity involved by, for, with, or on behalf of Contractor in the performance of this Agreement. In
the event Contractor fails to obtain such indemnity obligations from others as required here,
Contractor agrees to be fully responsible according to the terms of this Section.
Failure of City to monitor compliance with these requirements imposes no additional
obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to
indemnify and defend City as set forth here is binding on the successors, assigns, or heirs of
Contractor and shall survive the termination of this Agreement or Section.
This Indemnity shall survive termination of the Agreement or Final Payment hereunder.
This Indemnity is in addition to any other rights or remedies that the Indemnitees may have
under the law or under any other Contract Documents or Agreements. In the event of any claim
or demand made against any party which is entitled to be indemnified hereunder, City may, in
its sole discretion, reserve, retain, or apply any monies to the Contractor under this Agreement
for the purpose of resolving such claims; provided, however, City may release such funds if the
Contractor provides City with reasonable assurance of protection of the Indemnitees’ interests.
City shall, in its sole discretion, determine whether such assurances are reasonable.
11. INSURANCE
Contractor shall maintain prior to the beginning of and for the duration of this Agreement
insurance coverage as specified in Exhibit A attached hereto and incorporated herein by this
reference as though set forth in full.
12. INDEPENDENT CONTRACTOR
Contractor is and shall at all times remain as to the City a wholly independent
Contractor. The personnel performing the services under this Agreement on behalf of
Contractor shall at all times be under Contractor’s exclusive direction and control. Neither City
nor any of its officers, employees, or agents shall have control over the conduct of Contractor or
any of Contractor’s officers, employees, or agents, except as set forth in this Agreement.
Contractor shall not at any time or in any manner represent that it or any of its officers,
employees, or agents are in any manner officers, employees, or agents of the City. Contractor
shall not incur or have the power to incur any debt, obligation, or liability against City, or bind
City in any manner.
82000-0016\1800815v4.doc C-33
114
No employee benefits shall be available to Contractor in connection with the
performance of this Agreement. Except for the fees paid to Contractor as provided in the
Agreement, City shall not pay salaries, wages, or other compensation to Contractor for
performing services hereunder for City. City shall not be liable for compensation or
indemnification to Contractor for injury or sickness arising out of performing services hereunder.
13. LEGAL RESPONSIBILITIES
The Contractor shall keep itself informed of local, state, and federal laws and regulations
which in any manner affect those employed by it or in any way affect the performance of its
service pursuant to this Agreement. The Contractor shall at all times observe and comply with
all such laws and regulations, including but not limited to the Americans with Disabilities Act
Federal Transit Administration (FTA) Requirements as specified in Appendix II, and
Occupational Safety and Health Administration laws and regulations. The City and Contractor
shall comply with Exhibit B, California Public Contract Code Section 9204, when applicable.
The City, and its officers and employees, shall not be liable at law or in equity occasioned by
failure of the Contractor to comply with this Section.
14. ANTI DISCRIMINATION
Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in
employment of persons upon the work because of race, religious creed, color, national origin,
ancestry, physical disability, mental disability, medical condition, genetic information, marital
status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and
veteran status of such person; or any other basis protected by applicable federal, state, or local
law, except as provided in Section 12940 of the Government Code. The Contractor shall have
responsibility for compliance with this Section, if applicable [Labor Code Section 1735].
15. UNDUE INFLUENCE
Contractor declares and warrants that no undue influence or pressure is used against or
in concert with any officer or employee of the City in connection with the award, terms, or
implementation of this Agreement, including any method of coercion, confidential financial
arrangement, or financial inducement. No officer or employee of the City will receive
compensation, directly or indirectly from Contractor, or any officer, employee, or agent of
Contractor, in connection with the award of this Agreement or any work to be conducted as a
result of this Agreement. Violation of this Section shall be a material breach of this Agreement
entitling the City to any and all remedies at law or in equity.
16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES
No member, officer, or employee of the City, or their designees or agents, and no public
official who exercises authority over or responsibilities with respect to the Project during his/her
tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any agreement
or sub-agreement, or the proceeds thereof, for work to be performed in connection with the
Project performed under this Agreement.
17. CONFLICT OF INTEREST
Contractor covenants that neither they nor any officer or principal of their firm have any
interests, nor shall they acquire any interest, directly or indirectly, which will conflict in any
82000-0016\1800815v4.doc C-34
115
manner or degree with the performance of their services hereunder. Contractor further
covenants that in the performance of this Agreement, they shall employ no person having such
interest as an officer, employee, agent, or subcontractor. Contractor further covenants that
Contractor has not contracted with nor is performing any services directly or indirectly, with the
developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public
agency(ies) owning property and/or processing an entitlement application for property in the City
or its Area of Interest, now or within the past one (1) year, and further covenants and agrees
that Contractor and/or its subcontractors shall provide no service or enter into any contract with
any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public
agency(ies) owning property and/or processing an entitlement application for property in the City
or its Area of Interest, while under contract with the City and for a one (1) year time period
following termination of this Agreement.
18. NOTICE
Any notice to be given pursuant to this Agreement shall be in writing, and all such
notices and any other document to be delivered shall be delivered by personal service or by
deposit in the United States mail, certified or registered, return receipt requested, with postage
prepaid, and addressed to the party for whom intended as follows:
To: City Manager
City of Moorpark
799 Moorpark Ave.
Moorpark, CA 93021
To:
Either party may, from time to time, by written notice to the other, designate a different
address or contact person, which shall be substituted for the one above specified. Notices,
payments and other documents shall be deemed delivered upon receipt by personal service or
as of the third (3rd) day after deposit in the United States mail.
19. CHANGE IN NAME
Should a change be contemplated in the name or nature of the Contractor’s legal entity,
the Contractor shall first notify the City in order that proper steps may be taken to have the
change reflected in the Agreement documents.
20. ASSIGNMENT
Contractor shall not assign this Agreement or any of the rights, duties, or obligations
hereunder. It is understood and acknowledged by the parties that Contractor is uniquely
qualified to perform the services provided for in this Agreement.
21. LICENSES
At all times during the term of this Agreement, Contractor shall have in full force and
effect, all licenses required of it by law for the performance of the services in this Agreement.
82000-0016\1800815v4.doc C-35
116
22. VENUE AND GOVERNING LAW
This Agreement is made, entered into, and executed in Ventura County, California, and
any action filed in any court or for arbitration for the interpretation, enforcement or other action
of the terms, conditions, or covenants referred to herein shall be filed in the applicable court in
Ventura County, California. The City and Contractor understand and agree that the laws of the
state of California shall govern the rights, obligations, duties, and liabilities of the parties to this
Agreement and also govern the interpretation of this Agreement.
23. ENTIRE AGREEMENT
This Agreement contains the entire understanding between the parties relating to the
obligations of the parties described in this Agreement. All prior or contemporaneous
agreements, understandings, representations, and statements, oral or written, are merged into
this Agreement and shall be of no further force or effect. Each party is entering into this
Agreement based solely upon the representations set forth herein and upon each party’s own
independent investigation of any and all facts such party deems material.
24. CAPTIONS OR HEADINGS
The captions and headings of the various Articles, Paragraphs, Sections, and Exhibits of
this Agreement are for convenience and identification only and shall not be deemed to limit or
define the content of the respective Articles, Paragraphs, Sections, and Exhibits hereof.
25. AMENDMENTS
Any amendment, modification, or variation from the terms of this Agreement shall be in
writing and shall be effective only upon approval by both parties to this Agreement.
26. TIME OF COMPLETION
City and Contractor agree that time is of the essence in this Agreement. City and
Contractor further agree that Contractor’s failure to perform on or at the times set forth in this
Agreement will damage and injure City, but the extent of such damage and injury is difficult or
speculative to ascertain. Consequently, City and Contractor agree that any failure to perform by
Contractor at or within the times set forth herein shall result in Contract Disincentives as defined
in this Agreement for each and every day such performance is late. City and Contractor agree
that such sum is reasonable and fair. Furthermore, City and Contractor agree that this
Agreement is subject to Government Code Section 53069.85 and that each party hereto is
familiar with and understands the obligations of said Section of the Government Code.
27. PRECEDENCE
Contractor is bound by the contents of City’s Bid Package and Proposal, Exhibit
attached hereto and incorporated herein by this reference as though set forth in full. In the event
of conflict, the requirements of the City’s Bid Package and this Agreement shall take
precedence over those contained in the Proposal.
82000-0016\1800815v4.doc C-36
117
28. INTERPRETATION OF AGREEMENT
Should interpretation of this Agreement, or any portion thereof, be necessary, it is
deemed that this Agreement was prepared by the parties jointly and equally, and shall not be
interpreted against either party on the ground that the party prepared the Agreement or caused
it to be prepared.
29. WAIVER
No waiver of any provision of this Agreement shall be deemed, or shall constitute, a
waiver of any other provision, whether or not similar, nor shall any such waiver constitute a
continuing or subsequent waiver of the same provision. No waiver shall be binding unless
executed in writing by the party making the waiver.
30. AUTHORITY TO EXECUTE
The person or persons executing this Agreement on behalf of the Contractor warrants
and represents that he/she has the authority to execute this Agreement on behalf of the
Contractor and has the authority to bind Contractor to the performance of obligations hereunder.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed the day and year first above written.
CITY OF MOORPARK
_____________________________ _____________________________
Troy Brown, City Manager
Title:
Attest:
_____________________________
Deborah Traffenstedt,
Assistant City Manager/City Clerk
82000-0016\1800815v4.doc C-37
118
EXHIBIT A
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of the Work, Contractor will
maintain insurance in conformance with the requirements set forth below. Contractor will use
existing coverage to comply with these requirements. If that existing coverage does not meet
the requirements set forth here, it will be amended to do so. Contractor acknowledges that the
insurance coverage and policy limits set forth in this section constitute the minimum amount of
coverage required. Any insurance proceeds available to City in excess of the limits and
coverage required in this Agreement and which is applicable to a given loss, will be available to
the City.
Contractor shall provide the following types and amounts of insurance:
Commercial General Liability
Commercial General Liability Insurance shall be provided by an Insurance Services
Office “Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense
costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or
suits by one insured against another. Limits shall be no less than $1,000,000 per occurrence for
all covered losses and no less than $2,000,000 general aggregate.
Contractor’s policy shall contain no endorsements limiting coverage beyond the basic
policy coverage grant for any of the following:
a. Explosion, collapse or underground hazard (XCU)
b. Products and completed operations
c. Pollution liability
d. Contractual liability
Coverage shall be applicable to City for injury to employees of contractors,
subcontractors, or others involved in the project. Policy shall be endorsed to provide a separate
limit applicable to this project.
Workers’ Compensation
Workers’ Compensation insurance shall be provided on a state-approved policy form
providing statutory benefits as required by law with employers’ liability limits no less than
$1,000,000 per accident for all covered losses.
Business Auto Coverage
Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 06 92
including symbol 1 (Any Auto) or the exact equivalent shall be provided. Limits shall be no less
than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this
requirement may be satisfied by a non-owned auto endorsement to the general liability policy
described above. If Contractor or Contractor’s employees will use personal autos in any way on
82000-0016\1800815v4.doc C-38
119
this project, Contractor shall provide evidence of personal auto liability coverage for each such
person.
Excess or Umbrella Liability
Excess or Umbrella Liability insurance (Over Primary) if used to meet limit requirements,
shall provide coverage at least as broad as specified for the underlying coverages. Coverage
shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy
limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one
insured against another. Coverage shall be applicable to City for injury to employees of
contractor, subcontractors, or others involved in the Work. The scope of coverage provided is
subject to the approval of city following receipt of proof of insurance as required herein. Limits
are subject to review.
Insurance procured pursuant to these requirements shall be written by insurers that are
admitted carriers in the state of California and with A.M. Best rating of A- or better and a
minimum financial size of VII.
Contractor and City agrees as follows:
1. Contractor agrees to endorse the third party general liability coverage required herein to
include as additional insureds City, its officials, employees, agents, using standard ISO
endorsement No. CG 2010 with an edition date prior to 1992. Contractor also agrees to
require all contractors, subcontractors, and any one else involved in any way with the
project contemplated by this Agreement to do likewise.
2. Any waiver of subrogation express or implied on the part of the City to any party involved
in this Agreement or related documents applies only to the extent of insurance proceeds
actually paid. City, having required that it be named as an additional insured to all
insurance coverage required herein, expressly retains the right to subrogate against any
party for sums not paid by insurance. For its part, Contractor agrees to waive
subrogation rights against City regardless of the applicability of any insurance proceeds,
and to require all contractors, subcontractors, or others involved in any way with the
project contemplated by this Agreement to do likewise.
3. All insurance coverage maintained or procured by Contractor or required of others by
Contractor pursuant to this Agreement shall be endorsed to delete the subrogation
condition as to the city, or to specifically allow Contractor or others providing insurance
herein to waive subrogation prior to a loss. This endorsement shall be obtained
regardless of existing policy wording that may appear to allow such waivers.
4. It is agreed by Contractor and City that insurance provided pursuant to these
requirements is not intended by any party to be limited to providing coverage for the
vicarious liability of City, or to the supervisory role, if any, of City. All insurance coverage
provided pursuant to this or any other Agreement (express or implied) in any way
relating to City is intended to apply to the full extent of the policies involved. Nothing
referred to here or contained in any agreement involving City in relation to the project
contemplated by this Agreement is intended to be construed to limit the application of
insurance coverage in any way.
82000-0016\1800815v4.doc C-39
120
5. None of the coverages required herein will be in compliance with these requirements if
they include any limiting endorsement of any kind that has not been first submitted to
City and approved of in writing.
6. All coverage types and limits required are subject to approval, modification, and
additional requirements by the City, as the need arises. Contractor shall not make any
reductions in scope of coverage (e.g. elimination of contractual liability or reduction of
discover period) that may affect City’s protection without City’s prior written consent.
7. Proof of compliance with these insurance requirements, consisting of binders of
coverage, or endorsements, or certificates of insurance, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of insurance is not
delivered as required, or in the event such insurance is canceled or reduced at any time
and no replacement coverage is provided, City has the right, but not the duty, to obtain
any insurance it deems necessary to protect its interests under this or any other
Agreement and to pay the premium. Any premium so paid by City shall be charged to
and promptly paid by Contractor or deducted from sums due Contractor, at City option.
8. Contractor agrees to endorse, and to required others to endorse, the insurance provided
pursuant to these requirements, to require 30 days notice to City and the appropriate
tender prior to cancellation or reduction of such liability coverage and notice of any
material alteration or non-renewal of any such coverage, and to require contractors,
subcontractors, and any other party in any way involved with the project contemplated
by this Agreement to do likewise.
9. It is acknowledged by the parties of this Agreement that all insurance coverage required
to be provided by Contractor or any subcontractor, and any other party involved with the
project who is brought onto or involved in the project by Contractor, is intended to apply
first and on a primary non-contributing basis in relation to any other insurance or self
insurance available to the City.
10. Contractor agrees to ensure that subcontractors, and any other party involved with the
project who is brought onto or involved in the project by Contractor, provide the same
minimum insurance coverage required of Contractor. Contractor agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such coverage
is provided in conformity with the requirements of this Agreement. Contractor agrees that
upon request, all agreements with subcontractors and others engaged in this project will
be submitted to City for review.
11. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles
on any portion of the insurance required herein and further agrees that it will not allow
any contractor, subcontractor, architect, engineer, or other entity or person in any way
involved in the performance of Work on the project contemplated by this Agreement to
self-insure its obligations to City. If Contractor’s existing coverage includes a deductible
or self-insured retention, the deductible or self-insured retention must be declared to the
City. At that time the City shall review options with the Contractor, which may include
reduction or elimination of the deductible or self-insured retention, substitution of other
coverage, or other solutions.
12. The City reserves the right at any time during the term of this Agreement to change the
amounts and types of insurance required by giving the Contractor 90 days advance
82000-0016\1800815v4.doc C-40
121
written notice of such change. If such change results in substantial additional cost to the
Contractor, the City will negotiate additional compensation proportional to the increased
benefit to City.
13. For purposes of applying insurance coverage only, all contracts pertaining to the project
will be deemed to be executed when finalized and any activity commences in
furtherance of performance under this Agreement.
14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City
to inform Contractor of non-compliance with any insurance requirement in no way
imposes any additional obligations on City nor does it waive any rights hereunder in this
or any other regard.
15. Contractor will renew the required coverage annually as long as City, or its employees or
agents face an exposure from operations of any type pursuance to this Agreement. This
obligation applies whether or not the Agreement is canceled or terminated for any
reason. The insurance shall include but not be limited to products and completed
operations and discontinued operations, where applicable. Termination of this obligation
is not effective until City executes a written statement to that effect.
16. Contractor agrees to waive its statutory immunity under any workers’ compensation
statute or similar statute, in relation to the City, and to require all subcontractors and any
other person or entity involved in the project contemplated by this Agreement to do
likewise.
17. Requirements of specific coverage features are not intended as limitations on other
requirements or as a waiver of any coverage normally provided by any given policy.
Specific reference to a given coverage feature is for purposes of clarification only as it
pertains to a given issue, and is not intended by any party or insured to be all-inclusive.
18. Any provision in any of the construction documents dealing with the insurance coverage
provided pursuant to these requirements, is subordinate to and superseded by the
requirements contained herein. These insurance requirements are intended to be
separate and distinct from any other provision in this Agreement and are intended by the
parties to be interpreted as such.
19. All liability coverage provided according to these requirements must be endorsed to
provide a separate aggregate limit for the project that is the subject of this Agreement
and evidencing products and completed operations coverage for not less than two years
after issuance of a final certificate of occupancy by all appropriate government agencies
or acceptance of the completed work by City.
20. Contractor agrees to be responsible for ensuring that no contract used by any party
involved in any way with the project reserves the right to charge City or Contractor for
the cost of additional insurance coverage required by this Agreement. Any such
provisions are to be deleted with reference to City. It is not the intent of City to reimburse
any third party for the cost of complying with these requirements. There shall be no
recourse against City for payment of premiums or other amounts with respect thereto.
82000-0016\1800815v4.doc C-41
122
21. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage
for Architects or Engineers on this project, when required by City. City shall determine
the liability limit.
82000-0016\1800815v4.doc C-42
123
EXHIBIT B
PUBLIC CONTRACT CODE SECTION 9204
9204. (a) The Legislature finds and declares that it is in the best interests of the state
and its citizens to ensure that all construction business performed on a public works
project in the state that is complete and not in dispute is paid in full and in a timely
manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing
with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section
19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part
3, this section shall apply to any claim by a contractor in connection with a public works
project.
(c) For purposes of this section:
(1) “Claim” means a separate demand by a contractor sent by registered mail or
certified mail with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or penalties
for delay assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on
behalf of, the contractor pursuant to the contract for a public works project and payment
for which is not otherwise expressly provided or to which the claimant is not otherwise
entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) “Contractor” means any type of contractor within the meaning of Chapter 9
(commencing with Section 7000) of Division 3 of the Business and Professions Code
who has entered into a direct contract with a public entity for a public works project.
(3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B),
a state agency, department, office, division, bureau, board, or commission, the
California State University, the University of California, a city, including a charter city,
county, including a charter county, city and county, including a charter city and county,
district, special district, public authority, political subdivision, public corporation, or
nonprofit transit corporation wholly owned by a public agency and formed to carry out
the purposes of the public agency.
(B) “Public entity” shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction of that
department.
(ii) The Department of Transportation as to any project under the jurisdiction of that
department.
(iii) The Department of Parks and Recreation as to any project under the jurisdiction of
that department.
(iv) The Department of Corrections and Rehabilitation with respect to any project under
its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part
3 of the Penal Code.
(v) The Military Department as to any project under the jurisdiction of that department.
(vi) The Department of General Services as to all other projects.
(vii) The High-Speed Rail Authority.
(4) “Public works project” means the erection, construction, alteration, repair, or
82000-0016\1800815v4.doc C-43
124
improvement of any public structure, building, road, or other public improvement of any
kind.
(5) “Subcontractor” means any type of contractor within the meaning of Chapter 9
(commencing with Section 7000) of Division 3 of the Business and Professions Code
who either is in direct contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the
claim applies shall conduct a reasonable review of the claim and, within a period not to
exceed 45 days, shall provide the claimant a written statement identifying what portion
of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public
entity and a contractor may, by mutual agreement, extend the time period provided in
this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a
written statement identifying the disputed portion and the undisputed portion of the
claim, and the governing body does not meet within the 45 days or within the mutually
agreed to extension of time following receipt of a claim sent by registered mail or
certified mail, return receipt requested, the public entity shall have up to three days
following the next duly publicly noticed meeting of the governing body after the 45-day
period, or extension, expires to provide the claimant a written statement identifying the
disputed portion and the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and
made within 60 days after the public entity issues its written statement. If the public
entity fails to issue a written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity’s written response, or if the public entity
fails to respond to a claim issued pursuant to this section within the time prescribed, the
claimant may demand in writing an informal conference to meet and confer for
settlement of the issues in dispute. Upon receipt of a demand in writing sent by
registered mail or certified mail, return receipt requested, the public entity shall schedule
a meet and confer conference within 30 days for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer
conference, if the claim or any portion of the claim remains in dispute, the public entity
shall provide the claimant a written statement identifying the portion of the claim that
remains in dispute and the portion that is undisputed. Any payment due on an
undisputed portion of the claim shall be processed and made within 60 days after the
public entity issues its written statement. Any disputed portion of the claim, as identified
by the contractor in writing, shall be submitted to nonbinding mediation, with the public
entity and the claimant sharing the associated costs equally. The public entity and
claimant shall mutually agree to a mediator within 10 business days after the disputed
portion of the claim has been identified in writing. If the parties cannot agree upon a
mediator, each party shall select a mediator and those mediators shall select a qualified
neutral third party to mediate with regard to the disputed portion of the claim. Each party
shall bear the fees and costs charged by its respective mediator in connection with the
selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim
remaining in dispute shall be subject to applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an independent
82000-0016\1800815v4.doc C-44
125
third party or board assists the parties in dispute resolution through negotiation or by
issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this
section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation under
Section 20104.4 to mediate after litigation has been commenced.
(E) This section does not preclude a public entity from requiring arbitration of disputes
under private arbitration or the Public Works Contract Arbitration Program, if mediation
under this section does not resolve the parties’ dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time
periods described in this subdivision or to otherwise meet the time requirements of this
section shall result in the claim being deemed rejected in its entirety. A claim that is
denied by reason of the public entity’s failure to have responded to a claim, or its failure
to otherwise meet the time requirements of this section, shall not constitute an adverse
finding with regard to the merits of the claim or the responsibility or qualifications of the
claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at
7 percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim
against a public entity because privity of contract does not exist, the contractor may
present to the public entity a claim on behalf of a subcontractor or lower tier
subcontractor. A subcontractor may request in writing, either on his or her own behalf or
on behalf of a lower tier subcontractor, that the contractor present a claim for work
which was performed by the subcontractor or by a lower tier subcontractor on behalf of
the subcontractor. The subcontractor requesting that the claim be presented to the
public entity shall furnish reasonable documentation to support the claim. Within 45
days of receipt of this written request, the contractor shall notify the subcontractor in
writing as to whether the contractor presented the claim to the public entity and, if the
original contractor did not present the claim, provide the subcontractor with a statement
of the reasons for not having done so.
(e) The text of this section or a summary of it shall be set forth in the plans or
specifications for any public works project that may give rise to a claim under this
section.
(f) A waiver of the rights granted by this section is void and contrary to public policy,
provided, however, that (1) upon receipt of a claim, the parties may mutually agree to
waive, in writing, mediation and proceed directly to the commencement of a civil action
or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable
change order, claim, and dispute resolution procedures and requirements in addition to
the provisions of this section, so long as the contractual provisions do not conflict with or
otherwise impair the timeframes and procedures set forth in this section.
(g) This section applies to contracts entered into on or after January 1, 2017.
(h) Nothing in this section shall impose liability upon a public entity that makes loans or
grants available through a competitive application process, for the failure of an awardee
to meet its contractual obligations.
(i) This section shall remain in effect only until January 1, 2020, and as of that date is
repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes
82000-0016\1800815v4.doc C-45
126
or extends that date.
(Added by Stats. 2016, Ch. 810, Sec. 1. (AB 626) Effective January 1, 2017. Repealed as of
January 1, 2020, by its own provisions.)
82000-0016\1800815v4.doc C-46
127
EXHIBIT B
PUBLIC CONTRACT CODE SECTION 9204
9204. (a) The Legislature finds and declares that it is in the best interests of the state
and its citizens to ensure that all construction business performed on a public works
project in the state that is complete and not in dispute is paid in full and in a timely
manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing
with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section
19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part
3, this section shall apply to any claim by a contractor in connection with a public works
project.
(c) For purposes of this section:
(1) “Claim” means a separate demand by a contractor sent by registered mail or
certified mail with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or penalties
for delay assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on
behalf of, the contractor pursuant to the contract for a public works project and payment
for which is not otherwise expressly provided or to which the claimant is not otherwise
entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) “Contractor” means any type of contractor within the meaning of Chapter 9
(commencing with Section 7000) of Division 3 of the Business and Professions Code
who has entered into a direct contract with a public entity for a public works project.
(3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B),
a state agency, department, office, division, bureau, board, or commission, the
California State University, the University of California, a city, including a charter city,
county, including a charter county, city and county, including a charter city and county,
district, special district, public authority, political subdivision, public corporation, or
nonprofit transit corporation wholly owned by a public agency and formed to carry out
the purposes of the public agency.
(B) “Public entity” shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction of that
department.
(ii) The Department of Transportation as to any project under the jurisdiction of that
department.
(iii) The Department of Parks and Recreation as to any project under the jurisdiction of
that department.
(iv) The Department of Corrections and Rehabilitation with respect to any project under
its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part
3 of the Penal Code.
(v) The Military Department as to any project under the jurisdiction of that department.
(vi) The Department of General Services as to all other projects.
(vii) The High-Speed Rail Authority.
(4) “Public works project” means the erection, construction, alteration, repair, or
82000-0016\1800815v4.doc C-47
128
improvement of any public structure, building, road, or other public improvement of any
kind.
(5) “Subcontractor” means any type of contractor within the meaning of Chapter 9
(commencing with Section 7000) of Division 3 of the Business and Professions Code
who either is in direct contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the
claim applies shall conduct a reasonable review of the claim and, within a period not to
exceed 45 days, shall provide the claimant a written statement identifying what portion
of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public
entity and a contractor may, by mutual agreement, extend the time period provided in
this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a
written statement identifying the disputed portion and the undisputed portion of the
claim, and the governing body does not meet within the 45 days or within the mutually
agreed to extension of time following receipt of a claim sent by registered mail or
certified mail, return receipt requested, the public entity shall have up to three days
following the next duly publicly noticed meeting of the governing body after the 45-day
period, or extension, expires to provide the claimant a written statement identifying the
disputed portion and the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and
made within 60 days after the public entity issues its written statement. If the public
entity fails to issue a written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity’s written response, or if the public entity
fails to respond to a claim issued pursuant to this section within the time prescribed, the
claimant may demand in writing an informal conference to meet and confer for
settlement of the issues in dispute. Upon receipt of a demand in writing sent by
registered mail or certified mail, return receipt requested, the public entity shall schedule
a meet and confer conference within 30 days for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer
conference, if the claim or any portion of the claim remains in dispute, the public entity
shall provide the claimant a written statement identifying the portion of the claim that
remains in dispute and the portion that is undisputed. Any payment due on an
undisputed portion of the claim shall be processed and made within 60 days after the
public entity issues its written statement. Any disputed portion of the claim, as identified
by the contractor in writing, shall be submitted to nonbinding mediation, with the public
entity and the claimant sharing the associated costs equally. The public entity and
claimant shall mutually agree to a mediator within 10 business days after the disputed
portion of the claim has been identified in writing. If the parties cannot agree upon a
mediator, each party shall select a mediator and those mediators shall select a qualified
neutral third party to mediate with regard to the disputed portion of the claim. Each party
shall bear the fees and costs charged by its respective mediator in connection with the
selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim
remaining in dispute shall be subject to applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an independent
82000-0016\1800815v4.doc C-48
129
third party or board assists the parties in dispute resolution through negotiation or by
issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this
section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation under
Section 20104.4 to mediate after litigation has been commenced.
(E) This section does not preclude a public entity from requiring arbitration of disputes
under private arbitration or the Public Works Contract Arbitration Program, if mediation
under this section does not resolve the parties’ dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time
periods described in this subdivision or to otherwise meet the time requirements of this
section shall result in the claim being deemed rejected in its entirety. A claim that is
denied by reason of the public entity’s failure to have responded to a claim, or its failure
to otherwise meet the time requirements of this section, shall not constitute an adverse
finding with regard to the merits of the claim or the responsibility or qualifications of the
claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at
7 percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim
against a public entity because privity of contract does not exist, the contractor may
present to the public entity a claim on behalf of a subcontractor or lower tier
subcontractor. A subcontractor may request in writing, either on his or her own behalf or
on behalf of a lower tier subcontractor, that the contractor present a claim for work
which was performed by the subcontractor or by a lower tier subcontractor on behalf of
the subcontractor. The subcontractor requesting that the claim be presented to the
public entity shall furnish reasonable documentation to support the claim. Within 45
days of receipt of this written request, the contractor shall notify the subcontractor in
writing as to whether the contractor presented the claim to the public entity and, if the
original contractor did not present the claim, provide the subcontractor with a statement
of the reasons for not having done so.
(e) The text of this section or a summary of it shall be set forth in the plans or
specifications for any public works project that may give rise to a claim under this
section.
(f) A waiver of the rights granted by this section is void and contrary to public policy,
provided, however, that (1) upon receipt of a claim, the parties may mutually agree to
waive, in writing, mediation and proceed directly to the commencement of a civil action
or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable
change order, claim, and dispute resolution procedures and requirements in addition to
the provisions of this section, so long as the contractual provisions do not conflict with or
otherwise impair the timeframes and procedures set forth in this section.
(g) This section applies to contracts entered into on or after January 1, 2017.
(h) Nothing in this section shall impose liability upon a public entity that makes loans or
grants available through a competitive application process, for the failure of an awardee
to meet its contractual obligations.
(i) This section shall remain in effect only until January 1, 2020, and as of that date is
repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes
82000-0016\1800815v4.doc C-49
130
or extends that date.
(Added by Stats. 2016, Ch. 810, Sec. 1. (AB 626) Effective January 1, 2017. Repealed as of
January 1, 2020, by its own provisions.)
82000-0016\1800815v4.doc C-50
131
EXHIBIT B
PUBLIC CONTRACT CODE SECTION 9204
9204. (a) The Legislature finds and declares that it is in the best interests of the state and its
citizens to ensure that all construction business performed on a public works project in the state
that is complete and not in dispute is paid in full and in a timely manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with
Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2,
and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply
to any claim by a contractor in connection with a public works project.
(c) For purposes of this section:
(1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail
with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or penalties for delay
assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on behalf
of, the contractor pursuant to the contract for a public works project and payment for which is
not otherwise expressly provided or to which the claimant is not otherwise entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing
with Section 7000) of Division 3 of the Business and Professions Code who has entered into a
direct contract with a public entity for a public works project.
(3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state
agency, department, office, division, bureau, board, or commission, the California State
University, the University of California, a city, including a charter city, county, including a charter
county, city and county, including a charter city and county, district, special district, public
authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned
by a public agency and formed to carry out the purposes of the public agency.
(B) “Public entity” shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction of that
department.
(ii) The Department of Transportation as to any project under the jurisdiction of that department.
(iii) The Department of Parks and Recreation as to any project under the jurisdiction of that
department.
(iv) The Department of Corrections and Rehabilitation with respect to any project under its
jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the
Penal Code.
(v) The Military Department as to any project under the jurisdiction of that department.
(vi) The Department of General Services as to all other projects.
(vii) The High-Speed Rail Authority.
(4) “Public works project” means the erection, construction, alteration, repair, or improvement of
any public structure, building, road, or other public improvement of any kind.
(5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing
with Section 7000) of Division 3 of the Business and Professions Code who either is in direct
82000-0016\1800815v4.doc C-51
132
contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim
applies shall conduct a reasonable review of the claim and, within a period not to exceed 45
days, shall provide the claimant a written statement identifying what portion of the claim is
disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a
contractor may, by mutual agreement, extend the time period provided in this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a written
statement identifying the disputed portion and the undisputed portion of the claim, and the
governing body does not meet within the 45 days or within the mutually agreed to extension of
time following receipt of a claim sent by registered mail or certified mail, return receipt
requested, the public entity shall have up to three days following the next duly publicly noticed
meeting of the governing body after the 45-day period, or extension, expires to provide the
claimant a written statement identifying the disputed portion and the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and made within
60 days after the public entity issues its written statement. If the public entity fails to issue a
written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to
respond to a claim issued pursuant to this section within the time prescribed, the claimant may
demand in writing an informal conference to meet and confer for settlement of the issues in
dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return
receipt requested, the public entity shall schedule a meet and confer conference within 30 days
for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer conference, if the
claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a
written statement identifying the portion of the claim that remains in dispute and the portion that
is undisputed. Any payment due on an undisputed portion of the claim shall be processed and
made within 60 days after the public entity issues its written statement. Any disputed portion of
the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation,
with the public entity and the claimant sharing the associated costs equally. The public entity
and claimant shall mutually agree to a mediator within 10 business days after the disputed
portion of the claim has been identified in writing. If the parties cannot agree upon a mediator,
each party shall select a mediator and those mediators shall select a qualified neutral third party
to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and
costs charged by its respective mediator in connection with the selection of the neutral mediator.
If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to
applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including, but not
limited to, neutral evaluation or a dispute review board, in which an independent third party or
board assists the parties in dispute resolution through negotiation or by issuance of an
evaluation. Any mediation utilized shall conform to the timeframes in this section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation
conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to
mediate after litigation has been commenced.
82000-0016\1800815v4.doc C-52
133
(E) This section does not preclude a public entity from requiring arbitration of disputes under
private arbitration or the Public Works Contract Arbitration Program, if mediation under this
section does not resolve the parties’ dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time periods
described in this subdivision or to otherwise meet the time requirements of this section shall
result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the
public entity’s failure to have responded to a claim, or its failure to otherwise meet the time
requirements of this section, shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at 7
percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against
a public entity because privity of contract does not exist, the contractor may present to the
public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor
may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor,
that the contractor present a claim for work which was performed by the subcontractor or by a
lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the
claim be presented to the public entity shall furnish reasonable documentation to support the
claim. Within 45 days of receipt of this written request, the contractor shall notify the
subcontractor in writing as to whether the contractor presented the claim to the public entity and,
if the original contractor did not present the claim, provide the subcontractor with a statement of
the reasons for not having done so.
(e) The text of this section or a summary of it shall be set forth in the plans or specifications for
any public works project that may give rise to a claim under this section.
(f) A waiver of the rights granted by this section is void and contrary to public policy, provided,
however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing,
mediation and proceed directly to the commencement of a civil action or binding arbitration, as
applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute
resolution procedures and requirements in addition to the provisions of this section, so long as
the contractual provisions do not conflict with or otherwise impair the timeframes and
procedures set forth in this section.
(g) This section applies to contracts entered into on or after January 1, 2017.
(h) Nothing in this section shall impose liability upon a public entity that makes loans or grants
available through a competitive application process, for the failure of an awardee to meet its
contractual obligations.
(i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed,
unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that
date.
(Added by Stats. 2016, Ch. 810, Sec. 1. (AB 626) Effective January 1, 2017. Repealed as of
January 1, 2020, by its own provisions.)
82000-0016\1800815v4.doc C-53
134
Bond No. __________
PAYMENT BOND
(LABOR AND MATERIALS)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark (“Public Agency”), State of California, has awarded to
(“Principal”)
(Name and address of Contractor)
a contract (the “Contract”) for the Work described as follows:
METROLINK SOUTH PARKING LOT SECOND ENTRY
(Project name)
WHEREAS, under the terms of the Contract, the Principal is required before entering upon the
performance of the Work, to file a good and sufficient payment Bond with the Public Agency to
secure the claims to which reference is made in Title 3 (commencing with Section 9000) of
Part 6 of Division 4 of the Civil Code.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
(“Surety”) a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency and all contractors, subcontractors, laborers,
material suppliers, and other persons employed in the performance of the Contract and referred
to in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code in the penal
sum of
Dollars ($ ), for materials furnished or labor thereon of any
kind, or for amounts due under the Unemployment Insurance Act with respect to this Work or
labor, that the Surety will pay the same in an amount not exceeding the amount hereinabove set
forth, and also in case suit is brought upon this Bond, will pay, in addition to the face amount
thereof, costs and reasonable expenses and fees, including reasonable attorneys’ fees, incurred
by Public Agency in successfully enforcing this obligation, to be awarded and fixed by the court,
and to be taxed as costs and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this Bond shall inure to the benefit of any and
all persons, companies, and corporations entitled to file claims under Title 3 (commencing with
Section 9000) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or
their assigns in any suit brought upon this Bond.
Upon expiration of the time within which the California Labor Commissioner may serve a civil
wage and penalty assessment against the principal, any of its subcontractors, or both the
principal and its subcontractors pursuant to Labor Code Section 1741, and upon expiration of
the time within which a joint labor management committee may commence an action against the
principal, any of its subcontractors, or both the principal and its subcontractors pursuant to
Labor Code Section 1771.2, if the condition of this Bond be fully performed, then this obligation
shall become null and void; otherwise, it shall be and remain in full force and effect.
82000-0016\1800815v4.doc C-54
135
The Surety hereby stipulates and agrees that no change, extension of time, alteration, or
addition to the terms of the Contract or the Specifications accompanying the same shall in any
manner affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension, alteration, or addition.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and
Surety, on the date set forth below, the name of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative(s) pursuant to authority of its
governing body.
Dated:
“Principal”
By:
Its
By:
Its
(Seal)
“Surety”
By:
Its
By:
Its
(Seal)
Note: This Bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of
any person signing as attorney-in-fact must be attached. DATE OF BOND MUST NOT BE BEFORE DATE
OF CONTRACT. Surety companies executing Bonds must appear on the Treasury Department’s most current list
(Circular 570 as amended) and be authorized to transact business in the State where the project is located.
82000-0016\1800815v4.doc C-55
136
Bond No. __________
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark (“Public Agency”), has awarded to
(“Principal”)
(Name and address of Contractor)
a contract (the “Contract”) for the Work described as follows:
Playground equipment design and installation at various City parks
(Project name)
WHEREAS, Principal is required under the terms of the Contract to furnish a Bond for the
faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and
,
(Name and address of Surety)
(“Surety”) a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency in the penal sum of
Dollars ($ ), this amount being not less than
the total Contract Price, in lawful money of the United States of America, for the payment of
which sum well and truly to be made, we bind ourselves, our heirs, successors executors and
administrators, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, conditions and provisions in the
Contract and any alteration thereof made as therein provided, on the Principal’s part, to be kept
and performed at the time and in the manner therein specified, and in all respects according to
their true intent and meaning, and shall indemnify and save harmless the Public Agency, its
officers, agents and employees, as therein stipulated, then this obligation shall become null and
void one year after the recordation of the Notice of Completion by Principal; otherwise, it shall
be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor,
there shall be included costs and reasonable expenses and fees, including reasonable
attorneys’ fees, incurred by Public Agency in successfully enforcing such obligation, all to be
taxed as costs and included in any judgment rendered. Surety hereby waives any statute of
limitations as it applies to an action on this Bond.
The Surety hereby stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Contract or of the Work to be performed thereunder or the
specifications accompanying the same shall in any manner affect its obligations under this
Bond, and it does hereby waive notice of any such change, extension of time, alteration or
82000-0016\1800815v4.doc C-56
137
addition to the terms of the Contract or to the Work or to the specifications. Surety hereby
waives the provisions of California Civil Code Sections 2845 and 2849. The City is the principal
beneficiary of this Bond and has all rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and
Surety, on the date set forth below, the name of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative(s) pursuant to authority of its
governing body.
Dated:
“Principal”
By:
Its
By:
Its
(Seal)
“Surety”
By:
Its
By:
Its
(Seal)
Note: This Bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the
authority of any person signing as attorney-in-fact must be attached. DATE OF BOND MUST NOT BE BEFORE
DATE OF CONTRACT. Surety companies executing Bonds must appear on the Treasury Department’s most
current list (Circular 570 as amended) and be authorized to transact business in the State where the project is
located.
82000-0016\1800815v4.doc C-57
138
PLEASE PROVIDE CONTACT INFORMATION FOR THE SURETY AND THE
BROKER IN THE SPACE PROVIDED BELOW
SURETY – Contact Information
__________________________________________
Attn:_______________________________________
Address:___________________________________
City State Zip_______________________________
Phone #:___________________________________
BROKER – Contact Information
_______________________________________
Attn:___________________________________
Address:________________________________
City State Zip ____________________________
Phone# ________________________________
82000-0016\1800815v4.doc C-58
139
CHECKLIST FOR EXECUTION OF CONTRACT
TO BE SUBMITTED BY SUCCESSFUL BIDDER:
____ Two (2) executed and notarized copies of the Contract
____ Payment Bond in amount of the Contract
____ Performance Bond in amount of the Contract
____ Workers’ Compensation Certificate
____ Liability insurance certificate in the amount of one million dollars
($1,000,000) per occurrence, naming the City as additional insured
____ General aggregate insurance certificate in the amount of two million
dollars ($2,000,000), naming the City as additional insured
____ Automobile insurance certificate in the amount of one million dollars
($1,000,000), naming the City as additional interest
____ Additional insured endorsement (ongoing and completed operations) –
comprehensive general liability
____ Endorsement – automobile liability
____ Additional insured endorsement – excess liability (if applicable)
____ Copy of City business registration
82000-0016\1800815v4.doc C-59
140
GENERAL PROVISIONS
SECTION 0. GENERAL PROVISIONS DEFINED
0-1 STANDARD SPECIFICATIONS
The Work described herein shall be done in accordance with the provisions of the 2015 edition
of the Standard Specifications for Public Works Construction (SSPWC), and all supplements
thereto, prepared and promulgated by the Greenbook Committee of Public Works Standards
Inc., formerly the Southern California Chapter of the American Public Works Association and the
Associated General Contractors of America, and the following modifications thereto are
established as the Standard Specifications for the City, except for those provisions that are
expressly not incorporated by a provision in the Contract Documents.
0-2 NUMBERING OF SECTIONS
The number of sections and subsections in these General Provisions are compatible with the
numbering in the Standard Specifications. The Special Provisions will be numbered as Sections
700 through 799. Subsections of architectural and/or other work may be numbered according to
the Construction Specifications Institute (CSI) format.
0-3 SUPPLEMENTATION OF STANDARD SPECIFICATIONS
The Sections that follow supplement, but do not replace, the Standard Specifications, except as
otherwise indicated herein. In the event of any conflict between the Standard Specifications and
these General Provisions, these General Provisions shall control.
SECTION 1. TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND
SYMBOLS
The provisions below shall supplement, but not replace, those provisions in Section 1 of the
Standard Specifications.
1-2 TERMS AND DEFINITIONS
Whenever in the Standard Specifications or in the Contract Documents the following terms are
used, they shall be understood to mean the following:
Agency – The City of Moorpark.
Board – The City Council of the City of Moorpark.
Contract Documents – As defined in Standard Specifications Section 1-2, but also
including the General Provisions.
County – County of Ventura, California
Engineer – The City Engineer, acting either directly or through properly authorized
agents. Such agents shall act within the scope of the particular duties entrusted to
them.
82000-0016\1800815v4.doc GP-1
141
Inspector – An authorized representative of the City, assigned by the City to make
inspections of Work performed by or materials supplied by the Contractor.
Laboratory – A laboratory authorized by the City to test materials and Work involved
in the Contract.
Project – See Work.
Submittal – Any drawing, calculation, specification, product data, samples, manuals,
requests for substitutes, spare parts, photographs, survey data, traffic control plans,
record drawings, Bonds or similar items required to be submitted to the City under
the terms of the Contract.
1-3.3 Institutions
The institutions listed in Section 1-3.3 of the Standard Specifications shall be supplemented by
the list below:
Abbreviation Word or Words
AAN ................................................................................... American Association of Nurserymen
ACI ................................................................................................... American Concrete Institute
AGCA ....................................................................... Associated General Contractors of America
APWA ................................................................................... American Public Works Association
ASME ........................................................................ American Society of Mechanical Engineers
CRSI ..................................................................................... Concrete Reinforcing Steel Institute
CSI ........................................................................................ Construction Specifications Institute
IEEE ........................................................................ Institute of Electric and Electronic Engineers
NEC ........................................................................................................... National Electric Code
NEMA .................................................................... National Electrical Manufacturers Association
NFPA .................................................................................... National Fire Protection Association
SSS ........................................................................... State of California Standard Specifications,
Latest edition, Department of Transportation
SSP ....................................................................................... State of California Standard Plans,
Latest edition, Department of Transportation
SECTION 2. SCOPE AND CONTROL OF THE WORK
The provisions below shall supplement but not replace those provisions in Section 2 of the
Standard Specifications.
2-2 ASSIGNMENT
Any purported assignment without written consent of the City shall be null, void, and of no
effect, and the Contractor shall hold harmless, defend and indemnify the City and its officers,
officials, employees, agents and representatives with respect to any claim, demand or action
arising from or relating to any unauthorized assignment.
If the City opts to consent to assignment, the City’s consent shall be contingent upon: (1) a
letter from the Surety agreeing to the assignment and assigning all of the Bonds to the assignee
without any reduction, or the assignee supplying all new Bonds in the amounts originally
required under the Contract Documents; and (2) the assignee supplying all of the required
82000-0016\1800815v4.doc GP-2
142
insurance in the amounts required in the Contract Documents. Until the Surety assigns all of
the Bonds or the assignee supplies all of the new Bonds, and until the assignee supplies all of
the required insurance, an assignment otherwise consented to in writing by the City shall not be
effective. Even if the City consents to assignment, no assignment shall relieve the Contractor of
liability under the Contract.
2-4 CONTRACT BONDS
The Faithful Performance Bond shall remain in force until the date of recordation of the Notice of
Completion. The Material and Labor Bond shall remain in force until expiration of the time
within which the California Labor Commissioner may serve a civil wage and penalty assessment
against the principal, any of its subcontractors, or both the principal and its subcontractors
pursuant to Labor Code Section 1741, and until the expiration of the time within which a joint
labor management committee may commence an action against the principal, any of its
subcontractors, or both the principal and its subcontractors pursuant to Labor Code
Section 1771.2.
All Bonds must be submitted using the required forms, which are in the Contract Documents, or
on any other form approved by the City Attorney.
2-5 PLANS AND SPECIFICATIONS
2-5.1 General
In addition to the requirements under Section 2-5.1 in the Standard Specifications, the
Contractor shall maintain a control set of Plans and Specifications on the Project site at all
times. All final locations determined in the field, and any deviations from the Plans and
Specifications, shall be marked in red on the control set to show the as-built conditions. This
control set of Plans shall also be edited for all Addenda, Requests for Information, Change
Orders, field changes not involving cost, and any other variation that occurred during
construction. Upon completion of all Work, the Contractor shall return the control set to the City.
Final payment will not be made until this requirement is met.
Where a work feature is shown on the drawings or identified in the Specifications but is not
specifically indicated as an item in the Bid sheets, and there is no ambiguity regarding the
requirement to construct, install, or construct and install that work feature, the Contractor is
required to complete the work feature. All costs to the Contractor for constructing, installing, or
both constructing and installing such a work feature shall be included in the Bid.
2-5.2 Precedence of the Contract Documents
With regard to Section 2-5.2 in the Standard Specifications, the General Provisions shall control
over the Special Provisions, and the Notice Inviting Bids and Instructions to Bidders (in that
order) shall control over the Bid, such that the order of precedence shall be as follows:
1. Permits issued by regulatory agencies with jurisdiction.
2. Change Orders and Supplemental Agreements, whichever occurs last.
3. Contract/Agreement.
4. Addenda.
5. Notice Inviting Bids.
6. Instructions to Bidders.
82000-0016\1800815v4.doc GP-3
143
7. Bid/Proposal.
8. General Provisions.
9. Special Provisions.
10. Plans.
11. Standard Plans.
12. Standard Specifications.
13. Reference Specifications.
2-7 SUBSURFACE DATA
If the City or its consultants have made investigations of subsurface conditions in areas where
the Work is to be performed, such investigations shall be deemed made only for the purpose of
study and design. If a geotechnical or other report has been prepared for the Project, the
Contractor may inspect the records pertaining to such investigations subject to and upon the
conditions hereinafter set forth. The inspection of the records shall be made in the office of the
City. It is the Contractor’s sole responsibility to determine whether such investigations exist,
and the City makes no affirmative or negative representation concerning the existence of such
investigations.
The records of any such investigations are made available solely for the convenience of the
Contractor. It is expressly understood and agreed that the City, its agents, consultants or
employees assume no responsibility whatsoever with respect to the sufficiency or accuracy of
any investigations, the records thereof, and the interpretations set forth therein. No warranty or
guarantee is expressed or implied that the conditions indicated by any such investigations or
records are representative of those existing in the Project area. The Contractor agrees to make
such independent investigations and examination as necessary to be satisfied of the conditions
to be encountered in the performance of the Work.
The Contractor represents that it has studied the Plans, Specifications and other Contract
Documents, and all surveys and investigation reports of subsurface and latent physical
conditions, has made such additional surveys and investigations as necessary for the
performance of the Work at the Contract Price in accordance with the requirements of the
Contract Documents, and that it has correlated the results of all such data with the requirements
of the Contract Documents. No claim of any kind shall be made or allowed for any error,
omission or claimed error or omission, in whole or in part, of any geotechnical exploration or any
other report or data furnished or not furnished by the City.
2-9 SURVEYING
The Contractor shall verify all dimensions on the drawings and shall report to the City any
discrepancies before proceeding with related Work. The Contractor shall perform all survey and
layout Work per the benchmark information on the Project Plans. All surveying Work must
conform to the Professional Land Surveyors’ Act (Business and Professions Code Section 8700
et seq). All Project surveying notes and “cut-sheets” are to be provided to the City after the
completion of each surveying activity and all final surveying notes shall be provided before final
payment to the Contractor.
Construction stakes shall be set and stationed by Contractor at its expense. Unless otherwise
indicated in the Special Provisions, surveying costs shall be included in the price of items bid.
No separate payment will be made. Re-staking and replacement of construction survey
82000-0016\1800815v4.doc GP-4
144
markers damaged as a result of the Work, vandalism, or accident shall be at the Contractor’s
expense.
2-10 INSPECTION
The Contractor shall arrange and pay for all off-site inspection of the Work required by any
ordinance or governing authorities. The Contractor shall also arrange and pay for other
inspections, including tests in connection therewith, as may be assigned or required.
SECTION 3. CHANGES IN WORK
The provisions below shall supplement but not replace those provisions in Section 3 of the
Standard Specifications.
3-2 CHANGES INITIATED BY THE AGENCY
The City reserves the right, without notice to the Surety, to increase or decrease the quantity of
any item or portion of the Work described in the Contract Documents or to alter or omit portions
of the Work so described, as may be deemed necessary or expedient by the City, without in any
way making the Contract void. Such increases, alterations or decreases of Work shall be
considered and treated as though originally contracted for, and shall be subject to all the terms,
conditions and provisions of the original Contract. The Contractor shall not claim or bring suit
for damages, whether for loss of profits or otherwise, on account of any decrease, alteration or
omission of any kind of Work to be done.
3-3 EXTRA WORK
New and unforeseen work will be classified as Extra Work only when the Work is not covered
and cannot be paid for under any of the various items or combination of items for which a Bid
price appears on the Bid. The Contractor shall not do any Extra Work except upon written order
from the City.
SECTION 4. CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
The provisions below shall supplement but not replace those provisions in Section 4-1 of the
Standard Specifications.
The Contractor and all Subcontractors, suppliers, and vendors shall guarantee that the Work will
meet all requirements of this Contract as to the quality of materials, equipment, and
workmanship.
4-1.1 Test of Materials
Except as elsewhere specified, the City shall bear the cost of testing materials and
workmanship that meet or exceed the requirements indicated in the Standard Specifications and
the Special Provisions. The cost of all other tests, including the retesting of material or
workmanship that fails to pass the first test, shall be borne by the Contractor.
82000-0016\1800815v4.doc GP-5
145
If the Contractor requests to substitute an equivalent item for a brand or trade name item, the
burden of proof as to the comparative quality and suitability of alternative equipment or articles
or materials shall be upon the Contractor, and the Contractor shall furnish, at its own expense,
all information necessary or related thereto as required by the City. All requests for substitution
shall be submitted, together with all documentation necessary for the City to determine
equivalence, no later than 5:00 p.m., May 28, 2019, unless a different deadline is listed in the
Special Provisions.
SECTION 5 UTILITIES
The provisions below shall supplement but not replace those provisions in Section 5 of the
Standard Specifications.
5-1 LOCATION
The location and existence of any underground Utility or substructure has not been obtained.
The methods used and costs involved to locate existing elements, points of connection and all
construction methods are the Contractor’s sole responsibility. Accuracy of information furnished,
as to existing conditions, is not guaranteed by the City. The Contractor, at its sole expense,
must make all investigations necessary to determine locations of existing elements, which may
include contacting Underground Service Alert and other private underground locating firm(s),
utilizing specialized locating equipment, hand trenching, or both. For every Dig Alert
Identification Number issued by Underground Service Alert during the course of the Project, the
Contractor must submit to the City the following form. The Contractor shall be responsible for
preserving the integrity of the existing underground utilities at the site.
82000-0016\1800815v4.doc GP-6
146
UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER FORM
No excavation will be permitted until this form is completed and returned to the City.
Government Code Section 4216 et seq. requires a Dig Alert Identification Number to be issued
before a permit to excavate will be valid.
To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 a minimum of
three (3) Working Days before scheduled excavation. For best response, provide as much
notice as possible up to ten (10) Working Days.
Dig Alert Identification Number: ________________________________________________
Dated:
(“CONTRACTOR”)
By:
Printed Name:
Title:
By:
Printed Name:
Title:
Note: This form is required for every Dig Alert Identification Number issued by Underground
Service during the course of the Work. Additional forms may be obtained from the City upon
request.
82000-0016\1800815v4.doc GP-7
147
5-1.3 Entry by Utility Owners
The right is reserved to the owners of public Utilities or franchises to enter the Project site for
the purpose of making repairs or changes in their property that may be necessary as a result of
the Work as well as any other reason authorized by the City. When the Contract Documents
provide for the Utility owners to alter, relocate or reconstruct a Utility, or when the Contract
Documents are silent in this regard and it is determined by the City that the Utility owners must
alter, relocate or reconstruct a Utility, the Contractor shall schedule and allow adequate time for
those alterations, relocations or reconstructions by the respective Utility owners. City
employees and agents shall likewise have the right to enter upon the Project site at any time
and for any reason or no reason at all.
5-2 PROTECTION
If Contractor damages or breaks the Utilities, it will be the Contractor’s responsibility to repair
the Utility at no cost to the Utility or the City.
5-3 REMOVAL
Facilities encountered during the prosecution of the Work that are determined to be abandoned
shall be removed by the Contractor as required for the Work, unless directed otherwise by the
City. The remaining portion of the existing Utility which is left in place shall be accurately
recorded, in elevation and plan, on the control set of Contract Drawings.
5-4 RELOCATION
The Contractor shall cooperate fully with all Utility forces of the City or forces of other public or
private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities
that interfere with the progress of the Work. The Contractor shall schedule the Work so as to
minimize interference with the relocation, altering, or other rearranging of facilities.
5-6 COOPERATION
The Contractor’s attention is directed to the fact that Work may be conducted at or adjacent to
the site by other contractors during the performance of the Work under this Contract. The
Contractor shall conduct its operations so as to cause a minimum of interference with the work
of such other contractors, and shall cooperate fully with such contractors to provide continued
safe access to their respective portions of the site, as required to perform work under their
respective contracts. Compensation for compliance shall be included in the various items of the
Work, and no additional compensation shall be allowed therefor.
5-7 NOTIFICATION
The Contractor shall notify the City and the owners of all Utilities and substructures not less than
forty-eight (48) hours before starting construction. The following list of names and telephone
numbers is intended for the convenience of the Contractor and is not guaranteed to be complete
or accurate:
82000-0016\1800815v4.doc GP-8
148
CITY ENGINEER
(805) 517-6285
TRAFFIC ENGINEER
(805) 517-6285
CITY POLICE DEPARTMENT
(805) 532-2700
CALIFORNIA HIGHWAY PATROL
(805) 553-0800
MOORPARK TRANSIT DIVISION
(805) 517-6257
VENTURA COUNTY WATERWORKS
DISTRICT NO. 1
(805) 378-3000
CALLEGUAS MUNICIPAL WATER
DISTRICT
(805) 526-9323
SO. CALIFORNIA EDISON COMPANY
(800) 655-4555
THE GAS COMPANY
(800) 427-2200
MED TRANS AMBULANCE
(805) 495-4668
TIME WARNER
(888) 892-2253
AT & T
(800) 310-2355
UNDERGROUND SERVICE ALERT
1-800-422-4133
UNION PACIFIC RAILROAD CO.
(800) 336-9193
MOORPARK UNIFIED SCHOOL DIST.
(805) 378-6300
VENTURA COUNTY FIRE PROTECTION DISTRICT
(805) 389-9710
U.S. POST OFFICE
(805) 529-3596
WASTE MGMT/GI RUBBISH
(805) 522-9400
ANDERSON RUBBISH
(805) 526-1919
CALTRANS
(805) 653-2584
SUNESYS
California Sales / Operations
(951) 278-0400
SECTION 6. PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
The provisions below shall supplement but not replace those provisions in Section 6 of the
Standard Specifications.
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK
6-1.1 Construction Schedule
In addition to the construction schedule required pursuant to Section 6-1.1 of the Standard
Specifications after notification of the Contract award and before any start of the Project, as well
as the revised construction schedule in advance of beginning revised operations, the Contractor
shall submit an updated construction schedule with its monthly invoice every month. Progress
payments shall be contingent upon the receipt of monthly updated construction schedules.
82000-0016\1800815v4.doc GP-9
149
One (1) week before the scheduled pre-construction meeting, the Contractor must submit a
construction schedule to the City for review and approval. The Contractor shall make revisions
as required by the City. The schedule must account for all subcontract work, as well as the
work of the Contractor, submittals, coordination with the other contractors performing concurrent
work and the Traffic Control Plan. The Contractor shall update this Construction Schedule
when directed by the City, or when:
a. A Change Order significantly affects the Contract completion date or the
sequence of construction approach or activities; or
b. The actual sequence of the Work, or the planned sequence of the Work, is
changed and does not conform to the Contractor’s current accepted Project construction
schedule.
6-1.1.1 Pre-Construction Meeting
Approximately ten (10) Days before the commencement of Work at the site, a pre-construction
meeting will be held at the City and shall be attended by the Contractor’s Project manager, its
on-site field superintendent, and any Subcontractors that the Contractor deems appropriate.
Attendance by the Contractor and any Subcontractors designated is mandatory.
Contractor shall submit its twenty-four (24) hour emergency telephone numbers to the City for
approval a minimum of two (2) Working Days before the pre-construction meeting. Unless
previously submitted to the City, the Contractor shall bring to the pre-construction conference
copies of each of the following:
1) Construction Schedule.
2) Procurement schedule of major equipment and materials and items requiring
long lead time.
3) Shop drawing/sample submittal schedule.
4) Preliminary schedule of values (lump sum price breakdown) for progress
payment purposes.
5) Written designation of the on-site field superintendent and the Project manager.
Both daytime and emergency telephone numbers shall be included in the written
designation.
The purpose of the meeting is to designate responsible personnel and establish a working
relationship. The parties will discuss matters requiring coordination and establish procedures
for handling such matters. The complete agenda will be furnished to the Contractor before the
meeting date. The Contractor shall be prepared to discuss all of the items listed below.
1) The Contractor’s construction schedule.
2) Notification of local residents before starting any Work and keeping them
informed throughout the Project.
3) Procedures for transmittal, review, and distribution of the Contractor’s submittals.
4) Processing applications for payment.
5) Maintaining record documents.
6) Critical Work sequencing.
7) Maintaining sewage service during construction, including proposed by-passes.
8) NPDES requirements, if any.
9) Field decisions and Change Orders.
82000-0016\1800815v4.doc GP-10
150
10) Use of Project site, office and storage areas, security, housekeeping, and the
City’s needs.
11) Major equipment deliveries and priorities.
12) Traffic control.
13) Any other item that the City representative states is relevant to the meeting.
6-1.1.2 Weekly Progress Meetings
Progress meetings will be held each week during the course of the Project. The meeting
location, day of the week and time of day will be mutually agreed to by the City and the
Contractor. The Contractor shall provide a two (2) week “look ahead” schedule for each
meeting. The construction manager will preside at these meetings and will prepare the meeting
agenda, meeting minutes and will distribute minutes to all persons in attendance. As the Work
progresses, if it is determined by agreement of the attendees, that weekly meetings are not
necessary, the weekly progress meetings may be changed to bi-weekly progress meetings.
6-5 TERMINATION OF THE CONTRACT FOR CONVENIENCE
In addition to the reasons for termination listed in Section 6-5 of the Standard Specifications,
which allow termination upon any written notice, the City may cancel the Contract for any other
reason or for no reason upon thirty (30) Days’ written notice. The rest of the procedure outlined
in Section 6-5 shall apply to such situation, including the Contractor’s required immediate
notification of Subcontractors and suppliers and the payment. In no event (including termination
for impossibility or impracticability, due to conditions or events beyond the control of the City, for
any other reason or for no reason) shall the total amount of money to Contractor exceed the
amount which would have been paid to Contractor for the full performance of the services
described in the Contract.
Furthermore, some of the City’s projects are funded in whole or in part by funds other than the
City’s General Fund. If this Project is funded by such external funds in whole or in part, or if
those external funds are terminated or reduced at any time and for any reason or for no reason
at all, and the City determines at its discretion that no other funding is available for continuation
of this Project, the City will not be obligated to continue funding for the services contained in
these Contract Documents and may terminate the Project immediately. The City shall
reimburse the Contractor for its work satisfactorily completed until the termination date. In no
event shall the total amount of money to the Contractor exceed the amount which the City has
received in funding from its external source. The Special Provisions may include further details
in this regard.
6-6 DELAYS AND EXTENSIONS OF TIME
Unless otherwise agreed in writing, an adjustment to the Contract time by reason of a Change
Order shall be agreed to at the time the Change Order is issued and accepted by Contractor. If
the Change Order does not reserve the right of the parties, or either of them, to seek an
adjustment to the Contract time, then the parties forever relinquish and waive such right and
there shall be no further adjustments to the Contract time.
6-6.1 Extensions of Time
In the event it is deemed appropriate by the City to extend the time for completion of the Work,
any such extension shall not release any guarantee for the Work required by the Contract
82000-0016\1800815v4.doc GP-11
151
Documents, nor shall any such extension of time relieve or release the Sureties on the Bonds
executed. In executing such Bonds, the Sureties shall be deemed to have expressly agreed to
any such extensions of time. The amount of time allowed by an extension of time shall be
limited to the period of the delay giving rise to the same as determined by the City.
Notwithstanding any dispute which may arise in connection with a claim for adjustment of the
Contract time, the Contractor shall promptly proceed with the Work.
6-6.2 Payment for Delays
Notwithstanding any other terms and conditions of the Contract Documents, the City shall have
no obligation whatsoever to increase the Contract Price or extend the time for delays.
Unless compensation and/or mark up is agreed upon by the City, the Contractor agrees that no
payment of compensation of any kind shall be made to the Contractor for damages or increased
overhead costs caused by any delays in the progress of the Contract, whether such delays are
avoidable or unavoidable or caused by any act or omission of the City or its agents. Any
accepted delay claim shall be fully compensated for by an extension of time to complete the
performance of the Work.
This Section shall not apply to compensable delays caused solely by the City. If a compensable
delay is caused solely by the City, the Contractor shall be entitled to a Change Order that:
(1) extends the time for completion of the Contract by the amount of delay caused by the City;
and (2) provides equitable adjustment, as determined by the City, to the Contractor.
6-8 COMPLETION, ACCEPTANCE AND WARRANTY
The Contractor shall complete all Work under the Contract within one hundred (100) Working
Days from the Notice to Proceed. The Contractor shall not be allowed to begin any construction
activity at the site before the issuance of the Notice to Proceed. Between the period of the
Notice of Award and Notice to Proceed, the Contractor shall process Shop Drawings and begin
procuring equipment and materials.
6-8.2 Acceptance
The Project will not be considered complete and ready for City Council direction to staff
regarding recordation of the Notice of Completion until all required Work is completed, the Work
site is cleaned up in accordance with Section 7-8 of the Standard Specifications, the General
Provisions, and the Special Provisions, and all of the following items have been received by the
City:
1. A form of Notice of Completion, with all information required by the California Civil Code;
2. All written guarantees and warranties;
3. All “as-builts”; and
4. Duplicate copies of all operating instructions and manufacturer’s operating catalogs and
data, together with such field instructions as necessary to fully instruct City personnel in correct
operation and maintenance procedures for all equipment installed listed under the electrical, air
conditioning, heating, ventilating and other trades. This data and instructions shall be furnished
for all equipment requiring periodic adjustments, maintenance or other operation procedures.
82000-0016\1800815v4.doc GP-12
152
The Contractor shall allow at least seven (7) Working Days notice for final inspection. Such
notice shall be submitted to the City in writing.
6-8.3 Warranty
For the purposes of the calculation of the start of the warranty period, the Work shall be deemed
to be completed upon the date of recordation of the Notice of Completion. If that direction is
contingent on the completion of any items remaining on a punchlist, the Work shall be deemed
to be completed upon the date of the City’s acceptance of the final item(s) on that punchlist.
The Contractor shall repair or replace defective materials and workmanship as required in
Section 6-8.3 of the Standard Specification at its own expense. Additionally, the Contractor
agrees to defend, indemnify and hold the City harmless from claims of any kind arising from
damage, injury or death due to such defects.
The parties agree that no certificate given shall be conclusive evidence of the faithful
performance of the Contract, either in whole or in part, and that no payment shall be construed
to be in acceptance of any defective Work or improper materials. Further, the certificate or final
payment shall not terminate the Contractor’s obligations under the warranty herein. The
Contractor agrees that payment of the amount due under the Contract and the adjustments and
payments due for any Work done in accordance with any alterations of the same, shall release
the City, the City Council and its officers and employees from any and all claims or liability on
account of Work performed under the Contract or any alteration thereof.
6-9 CONTRACT DISINCENTIVES
For the purposes of the calculation of the start of the Contract Disincentives, the Work shall be
deemed to be completed when the same has been completed in accordance with the Plans and
Specifications therefor and to the satisfaction of the City, and the City has certified such
completion in accordance with Section 6-8.1 of the Standard Specifications.
SECTION 7. RESPONSIBILITIES OF THE CONTRACTOR
The first paragraph of Section 7-3.1 of the Standard Specifications shall not be incorporated and
shall instead be replaced with the following:
The Contractor shall provide and maintain insurance naming the City, its elected
and appointed officials, officers, employees, attorneys, agents, designated
volunteers, and independent contractors in the role of City officials as insureds or
additional insureds regardless of any inconsistent statement in the policy or any
subsequent endorsement whether liability is attributable to the Contractor or the
City. The insurance provisions shall not be construed to limit the Contractor’s
indemnity obligations contained in the Contract. The City will not be liable for any
accident, loss, or damage to the Work before completion, except as otherwise
specified in Section 6-10.
The first sentence of Section 7-8.4.2 shall not be incorporated, and shall instead be replaced
with the following:
82000-0016\1800815v4.doc GP-13
153
Construction materials and equipment shall not be stored in Streets, roads, or
highways unless otherwise specified in the Special Provisions or approved by the
City.
The first sentence of the second paragraph of Section 7-9 of the Standard Specifications shall
not be incorporated, and shall instead be replaced with the following:
The Contractor shall relocate, repair, replace, or reestablish all existing
improvements within the Project limits which are not designated for removal (e.g.,
curbs, sidewalks, driveways, signal loops, fences, walls, sprinkler systems, signs,
Utility installations, pavements, structures, etc.) which are damaged or removed
as a result of the Contractor’s or the Subcontractors’ operations or as required by
the Plans and Specifications.
The last paragraph of Subsection 7-9 of the Standard Specifications shall not be incorporated,
and shall instead be replaced with the following:
All costs to the Contractor for protecting, removing, restoring, relocating,
repairing, replacing, or reestablishing existing improvements shall be included in
the Bid.
Section 7-12 of the Standard Specifications shall not be incorporated, and shall instead be
replaced with the following:
The names, addresses and specialties of the Contractor, Subcontractors,
architects or engineers may not be displayed on any signage within the public
right-of-way. This signage prohibition includes advertising banners hung from
truck beds or other equipment.
Otherwise, the provisions below shall supplement but not replace those provisions in Section 7
of the Standard Specifications.
7-1 THE CONTRACTOR’S EQUIPMENT AND FACILITIES
All noise levels shall be limited to a reasonable level and shall apply to all construction
equipment on or related to the job whether owned by the Contractor or not. The use of
excessively loud warning signals shall be avoided, except in those cases required for the
protection of personnel.
7-2 LABOR
7-2.2.1 Public Work
The Contractor acknowledges that the Project is a “public work” as defined in Labor Code
Section 1720 et seq. (“Chapter 1”), and that this Project is subject to (a) Chapter 1, including
without limitation Labor Code Section 1771 and (b) the rules and regulations established by the
Director of Industrial Relations (“DIR”) implementing such statutes. The Contractor shall
perform all Work on the Project as a public work. The Contractor shall comply with and be
bound by all the terms, rules and regulations described in (a) and (b) as though set forth in full
herein.
82000-0016\1800815v4.doc GP-14
154
7-2.2.2 Copies of Wage Rates
Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for
each craft, classification, or type of worker needed to perform the Project are on file at City Hall
and will be made available to any interested party on request. By initiating any Work on this
Project, the Contractor acknowledges receipt of a copy of the DIR determination of such
prevailing rate of per diem wages, and the Contractor shall post such rates at each job site
covered by these Contract Documents.
7-2.2.3 Job Site Notices
The Contractor is required to post job site notices, as prescribed by regulation.
7-2.2.4 Failure to Pay Prevailing Rates
The Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774
and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for
failure to pay prevailing wages. The Contractor shall, as a penalty paid to the City, forfeit two
hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than
the prevailing rates as determined by the DIR for the work or craft in which the worker is
employed for any public work done pursuant to these Contract Documents by the Contractor or
by any Subcontractor.
7-2.2.5 Apprentices
The Contractor shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations Title 8, Section 200 et seq.
concerning the employment of apprentices on public works projects. The Contractor shall be
responsible for compliance with these Sections for all apprenticeable occupations. Before
commencing Work on this Project, the Contractor shall provide the City with a copy of the
information submitted to any applicable apprenticeship program. Within sixty (60) Days after
concluding Work, Contractor and each of its Subcontractors shall submit to the City a verified
statement of the journeyman and apprentice hours performed under this Contract.
7-2.2.6 Debarment or Suspension
The Contractor shall not perform Work with any Subcontractor that has been debarred or
suspended pursuant to California Labor Code Section 1777.1 or any other federal or State law
providing for the debarment of contractors from public works. The Contractor and
Subcontractors shall not be debarred or suspended throughout the duration of this Contract
pursuant to Labor Code Section 1777.1 or any other federal or State law providing for the
debarment of contractors from public works. If the Contractor or any Subcontractor becomes
debarred or suspended during the duration of the Project, the Contractor shall immediately
notify the City.
7-2.3 Payroll Records
The Contractor shall comply with and be bound by the provisions of Labor Code Section 1776,
which requires the Contractor and each Subcontractor to (1) keep accurate payroll records and
verify such records in writing under penalty of perjury, as specified in Section 1776, (2) certify
and make such payroll records available for inspection as provided by Section 1776, and
82000-0016\1800815v4.doc GP-15
155
(3) inform the City of the location of the records. The Contractor has ten (10) days in which to
comply subsequent to receipt of a written notice requesting these records, or as a penalty to the
City, the Contractor shall forfeit one hundred dollars ($100) for each Day, or portion thereof, for
each worker, until strict compliance is effectuated. Upon the request of the Division of Labor
Standards Enforcement, these penalties shall be withheld from progress payments then due.
7-2.4 Hours of Labor
The Contractor acknowledges that eight (8) hours labor constitutes a legal day’s work. The
Contractor shall comply with and be bound by Labor Code Section 1810. The Contractor shall
comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties
for workers who work excess hours. The Contractor shall, as a penalty paid to the City, forfeit
twenty-five dollars ($25) for each worker employed in the performance of this Project by the
Contractor or by any Subcontractor for each calendar day during which such worker is required
or permitted to work more than eight (8) hours in any one (1) calendar day and forty (40) hours
in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3
of the Labor Code. Pursuant to Labor Code Section 1815, work performed by employees of the
Contractor in excess of eight (8) hours per day, and forty (40) hours during any one week shall
be permitted upon public work upon compensation for all hours worked in excess of eight (8)
hours per day at not less than one and one-half (1-1/2) times the basic rate of pay.
7-2.5 Registration with the DIR
In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor
shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of
Section 4104 of the Public Contract Code, or engage in the performance of any contract for
public work, unless currently registered and qualified to perform public work pursuant to
Section 1725.5.
7-2.6 Compliance Monitoring and Posting Job Sites
This Project is subject to compliance monitoring and enforcement by the DIR. The Contractor
shall post job site notices, as prescribed by regulation.
7-2.7 Subcontractors
For every Subcontractor who will perform Work on the Project, the Contractor shall be
responsible for such Subcontractor’s compliance with Chapter 1 and Labor Code Sections 1860
and 3700, and the Contractor shall include in the written Contract between it and each
Subcontractor a copy of the provisions in this Section 7-2 of the General Provisions and a
requirement that each Subcontractor shall comply with those provisions. The Contractor shall
be required to take all actions necessary to enforce such contractual provisions and ensure
Subcontractor’s compliance, including without limitation, conducting a periodic review of the
certified payroll records of the Subcontractor and upon becoming aware of the failure of the
Subcontractor to pay its workers the specified prevailing rate of wages. The Contractor shall
diligently take corrective action to halt or rectify any failure.
7-2.9 Prevailing Wage Indemnity
To the maximum extent permitted by law, the Contractor shall indemnify, hold harmless and
defend (at the Contractor’s expense with counsel reasonably acceptable to the City) the City, its
82000-0016\1800815v4.doc GP-16
156
officials, officers, employees, agents and independent contractors serving in the role of City
officials, and volunteers from and against any demand or claim for damages, compensation,
fines, penalties or other amounts arising out of or incidental to any acts or omissions listed in
Section 7-2 of the General Provisions by any Person (including the Contractor, its
Subcontractors, and each of their officials, officers, employees and agents) in connection with
any Work undertaken or in connection with the Contract Documents, including without limitation
the payment of all consequential damages, attorneys’ fees, and other related costs and
expenses. All duties of the Contractor under this Section 7-2.9 shall survive expiration or
termination of the Contract.
7-3 LIABILITY INSURANCE
The Contractor shall at all times during the term of the Contract carry, maintain, and keep in full
force and effect the insurance referenced in Section 7-3 of the Standard Specifications, as
modified below.
7-3.1.1 Additional Insureds
The City, its elected and appointed officials, officers, employees, attorneys, agents, designated
volunteers, and independent contractors in the role of City officials, shall be the insured or
named as additional insureds covering the Work, regardless of any inconsistent statement in the
policy or any subsequent endorsement, whether liability is attributable to the Contractor or the
City.
7-3.1.2 No Limitation on Indemnity
The insurance provisions shall not be construed to limit the Contractor’s indemnity obligations
contained in these Contract Documents.
7-3.1.3 Replacement Insurance
The Contractor agrees that it will not cancel, reduce or otherwise modify the insurance
coverage. The Contractor agrees that if it does not keep the required insurance in full force and
effect, and such insurance is available at a reasonable cost, the City may take out the
necessary insurance and pay the premium thereon, and the repayment thereof shall be deemed
an obligation of the Contractor and the cost of such insurance may be deducted, at the option of
the City, from payments due the Contractor. This shall be in addition to all other legal options
available to the City to enforce the insurance requirements.
7-3.1.4 Certificates of Insurance with Original Endorsements
The Contractor shall submit to the City certificates of insurance with the original endorsements,
both of which reference the same policy number, for each of the insurance policies that meet
the insurance requirements, not less than one (1) day before beginning of performance under
the Contract. The endorsements are to be signed by a person authorized by that insurer to bind
coverage on its behalf. Endorsements may be executed on the City’s standard forms titled
“Additional Insured Endorsement,” copies of which are provided in the Contract Documents, or
on any other form that contains substantially the same terms and is approved by the City’s Risk
Manager. In any case, the endorsements must specifically name the City of Moorpark and its
elected and appointed officials, officers, employees, attorneys, agents, designated volunteers,
and independent contractors in the role of City officials as insureds or additional insureds.
82000-0016\1800815v4.doc GP-17
157
Current insurance certificates and endorsements shall be kept on file with the City at all times
during the term of this Contract. The City reserves the right to require complete, certified copies
of all required insurance policies at any time.
7-3.1.5 Subcontractors
The Contractor shall ensure all Subcontractors and their employees are listed as additional
insureds on all of the Contractor’s insurance.
7-4 INDEMNIFICATION
The following indemnity provisions shall supersede the indemnity in Section 7-3.1 of the
Standard Specifications.
7-4.1 Contractor’s Duty
To the maximum extent permitted by law, the Contractor hereby agrees, at its sole cost and
expense, to defend with competent defense counsel approved by the City Attorney, protect,
indemnify, and hold harmless the City, its elected and appointed officials, officers, employees,
volunteers, attorneys, agents (including those City agents serving as independent contractors in
the role of City representatives), successors, and assigns (collectively “Indemnitees”) from and
against any and all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, charges, obligations, damages, causes of action, proceedings, suits,
losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses
of every kind and nature whatsoever, in any manner arising out of, incident to, related to, in
connection with or resulting from any act, failure to act, error or omission of the Contractor or
any of its officers, agents, attorneys, servants, employees, Subcontractors, material suppliers or
any of their officers, agents, servants or employees, and/or arising out of, incident to, related to,
in connection with or resulting from any term, provision, image, plan, covenant, or condition in
the Contract Documents; including, without limitation, the payment of all consequential
damages, attorneys’ fees, experts’ fees, and other related costs and expenses (individually, a
“Claim,” or collectively, “Claims”). The Contractor shall promptly pay and satisfy any judgment,
award or decree that may be rendered against any of the Indemnitees as to any such Claim.
The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred
by each of them in connection therewith or in enforcing the indemnity herein provided. The
Contractor’s obligation to indemnify shall not be restricted to insurance proceeds, if any,
received by the Contractor or Indemnitees. This indemnity shall apply to all Claims regardless
of whether any insurance policies are applicable or whether the Claim was caused in part or
contributed to by an Indemnitees.
7-4.2 Civil Code Exception
Nothing in this Section 7-4 shall be construed to encompass Indemnitees’ sole negligence or
willful misconduct to the limited extent that the underlying Contract is subject to Civil Code
Section 2782(a) or the City’s active negligence to the limited extent that the underlying Contract
Documents are subject to Civil Code Section 2782(b), provided such sole negligence, willful
misconduct or active negligence is determined by agreement between the parties or by the
findings of a court of competent jurisdiction.
82000-0016\1800815v4.doc GP-18
158
7-4.3 Nonwaiver of Rights
Indemnitees do not and shall not waive any rights that they may possess against the Contractor
because the acceptance by the City, or the deposit with the City, of any insurance policy or
certificate required pursuant to these Contract Documents. This indemnity provision is effective
regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees
and shall operate to fully indemnify Indemnitees against any such negligence.
7-4.4 Waiver of Right of Subrogation.
The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all
rights of subrogation and contribution against the Indemnitees, while acting within the scope of
their duties, from all Claims arising out of or incident to the activities or operations performed by
or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or
passive negligence by Indemnitees.
7-4.5 Survival.
The provisions of this Section 7-4 shall survive the term and termination of the Contract, are
intended to be as broad and inclusive as is permitted by the law of the State, and are in addition
to any other rights or remedies that Indemnitees may have under the law. Payment is not
required as a condition precedent to an Indemnitee’s right to recover under this indemnity
provision, and an entry of judgment against the Contractor shall be conclusive in favor of the
Indemnitee’s right to recover under this indemnity provision.
7-5 PERMITS
Before starting any construction work, the Contractor will be required to obtain all necessary
permits from the City, which may include obtaining a no fee encroachment permit for Work
within the public right-of-way, and from SCRRA and VCTC, as well as all other permits required
from all other agencies. Should this Project require construction of trenches or excavations
which are five (5) feet or deeper and into which a person is required to descend, the Contractor
shall obtain a Cal/OSHA permit and furnish the City with a copy before Work can commence on
this Project. Contractor shall bear all cost for fees for all agencies except for the City’s permit
fees.
7-7 COOPERATION AND COLLATERAL WORK
The Contractor shall be responsible for coordinating all Work with the City’s street sweeping,
trash pick-up, and street maintenance contractors, emergency services departments, utility
companies’ crews, and others when necessary. Payment for conforming to these requirements
shall be included in other items of Work, and no additional payment shall be made thereof.
7-8 WORKSITE MAINTENANCE
Clean-up shall be done as Work progresses at the end of each day and thoroughly before
weekends. The Contractor shall not allow the Work site to become littered with trash and waste
material, but shall maintain the same in a neat and orderly condition throughout the construction
operation. Materials which need to be disposed shall not be stored at the Project site, but shall
be removed by the end of each Working Day. If the job site is not cleaned to the satisfaction of
82000-0016\1800815v4.doc GP-19
159
the City, the cleaning will be done or contracted by the City and shall be back-charged to the
Contractor and deducted from the Contract Price.
The Contractor shall make arrangements for storing its equipment and materials. The
Contractor shall make its own arrangements for any necessary off-site storage or shop areas
necessary for the proper execution of the Work. Approved areas within Work site may be used
for temporary storage; however, the Contractor shall be responsible for obtaining any necessary
permits from the City. In any case, the Contractor’s equipment and personal vehicles of the
Contractor’s employees shall not be parked on the traveled way or on any section where traffic
is restricted at any time.
The Contractor shall deliver, handle, and store products in accordance with the manufacturer’s
written recommendations and by methods and means that will prevent damage, deterioration,
and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of
products at the Project site and overcrowding of construction spaces. In particular, the
Contractor shall provide delivery and installation coordination to ensure minimum holding or
storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive
to deterioration, theft, and other sources of loss.
Storage shall be arranged to provide access for inspection. The Contractor shall periodically
inspect to assure products are undamaged and are maintained under required conditions.
The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish,
debris, unused materials, concrete forms, construction equipment, and temporary structures
and facilities used during construction. Final acceptance of the Work by the City will be withheld
until the Contractor has satisfactorily complied with the foregoing requirements for final clean-up
of the Project site.
All costs associated with the clean-up and storage required to complete the Project shall be the
sole responsibility of the Contractor.
Contractor will be required to follow any additional worksite maintenance conditions placed on it
by SCRRA or VCTC.
7-10 SAFETY
The provisions below shall supplement but not replace those provisions in Subsection 7-10 of
the Standard Specifications.
7-10.2 Haul routes
Subsection 7-10.3 of the Standard Specifications shall be deleted and replaced as follows:
The Contractor must obtain the City’s approval before using any haul routes.
Further detail requirements for haul traffic are delineated in the Special
Provisions.
7-10.5.3 Steel Plate Covers
The Contractor shall cover all openings, trenches and excavations at the end of each Work Day
with steel plate covers.
82000-0016\1800815v4.doc GP-20
160
7-15 RECYCLING OF MATERIALS
Subsection 7-15 is hereby added to the Standard Specifications as follows:
7-15.1 Construction and Demolition Ordinance
The City of Moorpark has adopted a Construction and Demolition (C&D) ordinance requiring all
demolition and city-sponsored projects, regardless of cost; new construction projects valued over
$500,000; or renovation projects valued over $100,000 to divert a minimum of 65% of material
generated during the project from disposal in a landfill (through reuse or recycling). The City has
created a Construction and Demolition Materials Management Plan (C&DMMP) form to assist
applicants to meet these diversion requirements. You will be required to submit a Diversion
Security Deposit of 3% of the project valuation to the City to ensure compliance with the ordinance.
The deposit will be returned upon verification that you met the 65% diversion requirement. Also, a
one-time fee for staff time associated with processing your C&D plan will be charged. You have
two options to meet this requirement. You may use the City’s franchised hauler (Waste
Management) who can provide temporary bins and will dispose of your waste at a City authorized
facility. Or you may self-haul your waste to a city authorized certified C&D processing facility. If
you self- haul your waste you must use proper hauling vehicles and bins owned by your
company and those vehicles must be driven by your employees. Please remember that
because this project is a prevailing wage project, the driver of the self-haul vehicle will need to be
paid a prevailing wage rate for driving the C&D materials to the authorized facility. You will need
to submit itemized weigh tickets from each facility documenting your C&D recycling and
disposal that indicates the weight and type of material recycled or disposed. These weigh
tickets will need to be turned in to the Solid Waste Division and verified prior to final payment
release for the job and refund of your C&D diversion security deposit. If diversion requirements
are not met, the City will retain the deposit. Please contact the Solid Waste Division at 805-517-
6247 with questions about the C&D ordinance or about how to obtain the forms and documentation
requirements.
SECTION 8. FACILITIES FOR AGENCY PERSONNEL
The provisions of Section 8 of the Standard Specifications shall apply except as modified
herein. No field offices for City personnel shall be required; however, City personnel shall have
the right to enter upon the Project at all times and shall be admitted to the offices of the
Contractor to use the telephone, desk and sanitary facilities provided by the Contractor for its
own personnel.
SECTION 9. MEASUREMENT AND PAYMENT
The provisions below shall supplement but not replace those provisions in Section 9 of the
Standard Specifications.
9-1.2 Methods of Measurement
The Contract Price shall constitute full compensation for all labor, equipment, materials, tools
and incidentals required to complete the Project as outlined in these Contract Documents and
as directed by the City.
82000-0016\1800815v4.doc GP-21
161
9-3 PAYMENT
9-3.1 General
In accordance with Public Contract Code Section 7107, if no claims have been filed and are still
pending, the amount deducted from the final estimate and retained by the City will be paid to the
Contractor except such amounts as are required by law to be withheld by properly executed and
filed notices to stop payment, or as may be withheld for any other lawful purposes.
9-3.2 Partial and Final Payment
9-3.2.1 Monthly Closure Date and Invoice Date
In accordance with Section 9-3.2 of the Standard Specifications, the monthly closure date shall
be the last Day of each month. A measurement of Work performed and a progress estimate of
the value thereof based on the Contract and of the monthly payment shall be prepared by the
Contractor and submitted to the City before the tenth (10th) Day of the following month for
verification and payment consideration.
9-3.2.2 Payments
The City shall make payments within thirty (30) Days after receipt of the Contractor’s undisputed
and properly submitted payment request, including an updated construction schedule pursuant
to Section 6-1.1 of the General Provisions. The City shall return to the Contractor any payment
request determined not to be a proper payment request as soon as practicable, but not later
than seven (7) Days after receipt, and shall explain in writing the reasons why the payment
request is not proper.
9-3.2.3 Retention
The City shall withhold not less than five percent (5%) from each progress payment. However,
at any time after fifty percent (50%) of the Work has been completed, if the City Council finds
that satisfactory progress is being made, it may, at its discretion, make any of the remaining
progress payments in full for actual Work completed. The City shall withhold not less than five
percent (5%) of the Contract Price from the Final Payment Amount (defined in Section 9-3.2.4)
until at least thirty-five (35) days after recordation of the Notice of Completion, or recordation of
a notice of completion or cessation, but not longer then the period permitted by Public Contract
Code Section 7107.
9-3.2.4 Final Invoice and Payment
Whenever the Contractor shall have completely performed the Contract in the opinion of the
City, the City shall notify the City Clerk that the Contract has been completed in its entirety. The
Contractor shall then submit to the City a written statement of the final quantities of Contract
items for inclusion in the final invoice. Upon receipt of such statement, the City shall check the
quantities included therein and shall authorize a payment amount, which in the City’s opinion
shall be just and fair, covering the value of the total amount of Work done by the Contractor,
less all previous payments and all amounts to be retained under the provisions of the Contract
Documents (“Final Payment Amount”). The City shall then request that the City accept the
Work and that the City Clerk be authorized to file, on behalf of the City in the office of the
County Recorder, a Notice of Completion of the Work herein agreed to be done by the
82000-0016\1800815v4.doc GP-22
162
Contractor. In addition, the final payment will not be released until the Contractor returns the
control set of Plans and Specifications showing the redlined as-built conditions.
9-3.2.5 Substitute Security
In accordance with Public Contract Code Section 22300, the Contractor may request that it be
permitted to substitute securities in lieu of having retention withheld by the City from progress
payments when such payments become due or, in the alternative, the Contractor may request
that the City make payments of earned retentions directly to an agreed upon designated escrow
agent at the Contractor’s expense. If the Contractor selects either one of these alternatives, the
following shall control.
9-3.2.5.1 Substitution of Securities for Performance Retention
At some reasonable time before any progress payment would otherwise be due and payable to
the Contractor in the performance of Work under these Contract Documents, the Contractor
may submit a request to the City in writing to permit the substitution of retentions with securities
equivalent to the amount estimated by the City (“estimated amount of retention”) to be withheld.
The Contractor shall deposit such securities with the City or may, in the alternative, deposit such
securities in escrow with a State or federally chartered bank in California, as the escrow agent,
at the Contractor’s expense. Such securities will be the equivalent or greater in value of the
estimated amount of retention. If the Contract is modified by written Modifications or Change
Orders or the Contractor otherwise becomes entitled to receive an amount more than the
Contract Price at the time the securities are deposited, the Contractor shall, at the request of the
City, deposit with the City or escrow agent, whichever is applicable, additional securities within a
reasonable time so that the amount of securities on deposit with the City or escrow agent is
equivalent or greater in value than the amount of retention the City would otherwise be entitled
to withhold from progress payments due or to become due to the Contractor as the Work
progresses. The City shall withhold any retention amount that exceeds the security amount until
the additional securities are deposited and, if the deposit is with an escrow agent, the City has
confirmation from that escrow agent of the new total value of securities. Upon satisfactory
completion of the Contract, which shall mean, among other things, that the City is not otherwise
entitled to retain proceeds from progress payments as elsewhere provided in the Contract or
under applicable law, the securities shall be returned to the Contractor. The City shall, within its
sole discretion, determine whether the amount of the securities on deposit with the City or
escrow agent is equal to or greater than the amount of estimated retention of progress
payments that could otherwise be held by the City if the Contractor had not elected to substitute
same with securities.
9-3.2.5.2 Deposit of Retention Proceeds with an Escrow Agent
As an alternative to the substitution of securities, as provided above, or the City otherwise
retaining and holding retention proceeds from progress payments, the Contractor may request
the City to make payments of retentions earned directly to an escrow agent with the same
qualifications as required in Section 9-3.2.5.1 above and at the expense of the Contractor. At its
sole expense, the Contractor may direct the investment of such retention payments into only
such securities as mentioned in Section 9-3.2.5.3 below and shall be entitled to interest earned
on such investments on the same terms provided for securities deposited by the Contractor.
Upon satisfactory completion of the Contract, which shall mean when the City would not
otherwise be entitled to withhold retention proceeds from progress payments had the Contractor
not elected to have such proceeds deposited into escrow, the Contractor shall be allowed to
82000-0016\1800815v4.doc GP-23
163
receive from the escrow agent all securities, interest and payments deposited into escrow
pursuant to the terms of this Section. The Contractor shall pay to each Subcontractor, not later
than ten (10) Days of receipt of payment, the respective amount of interest earned, net of costs
attributed to retention withheld from each Subcontractor, on the amount withheld to ensure
performance of the Contractor.
9-3.2.5.3 Subcontractor Entitlement to Interest
If the Contractor elects to receive interest on any moneys withheld in retention by the City, then
the Subcontractor shall receive the identical rate of interest received by the Contractor on any
retention moneys withheld from the Subcontractor by the Contractor, less any actual pro rata
costs associated with administering and calculating that interest. In the event that the interest
rate is a fluctuating rate, the rate for the Subcontractor shall be determined by calculating the
interest rate paid during the time that retentions were withheld from the Subcontractor. If the
Contractor elects to substitute securities in lieu of retention, then, by mutual consent of the
Contractor and the Subcontractor, the Subcontractor may substitute securities in exchange for
the release of moneys held in retention by the Contractor. The Contractor shall pay each
Subcontractor, not later than ten (10) Days after receipt of escrow moneys, the amount owed to
each Subcontractor from the moneys plus the respective amount of interest earned, net of costs
attributed to the retention held from each Subcontractor, on the amount of retention withheld to
ensure performance of the Subcontractor.
9-3.2.5.4 Securities Eligible for Investment
Securities eligible for investment shall include those listed in Government Code Section 16430,
bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts,
standby letters of credit, or any other security mutually agreed upon between the Contractor and
the City. The Contractor shall be the beneficial owner of any securities substituted for any
monies withheld and shall receive any interest thereon.
9-3.2.5.5 Escrow Agreement for Security Deposits in Lieu of Retention
The escrow agreement that shall be used for the deposit of securities in lieu of retention shall
substantially conform to the form prescribed in Public Contract Code Section 22300(f).
9-3.2.5.6 Inconsistencies with Prevailing Statutory Requirements
If there is any inconsistency between or differences in Public Contract Code Section 22300 and
the terms of this provision, or any future amendments thereto, Section 22300 shall control.
9-4 AUDIT
The City or its representative shall have the option of inspecting and/or auditing all records and
other written materials used by the Contractor in preparing its billings to the City as a condition
precedent to any payment to the Contractor or in response to a construction claim or a Public
Records Act (Government Code Section 6250 et seq.) request. The Contractor will promptly
furnish documents requested by the City at no cost. Additionally, the Contractor shall be subject
to State Auditor examination and audit at the request of the City or as part of any audit of the
City, for a period of three (3) years after final payment under the Contract. The Contractor shall
include a copy of this Section 9-4 in all contracts with its Subcontractors, and the Contractor
shall be responsible for immediately obtaining those records or other written material from its
82000-0016\1800815v4.doc GP-24
164
Subcontractors upon a request by the State Auditor or the City. If the Project includes other
auditing requirements, those additional requirements will be listed in the Special Provisions.
SECTION 10. ADDITIONAL TERMS
10-1 NONDISCRIMINATORY EMPLOYMENT
The Contractor shall not unlawfully discriminate against any individual based on race, religious
creed, color, national origin, ancestry, physical disability, mental disability, medical condition,
genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual
orientation or military and veteran status. The Contractor understands and agrees that it is
bound by and will comply with the nondiscrimination mandates of all statutes and local
ordinances and regulations.
10-2 NOTICE TO PROCEED
Upon award of this Contract and signing the Contract Documents, the City shall issue the
Contractor a Notice to Proceed. The City will not authorize any Work to be done under these
Contract Documents before the Contract has been fully executed. Any Work that is done by the
Contractor in advance of such time shall be considered as being done at the Contractor’s own
risk and responsibility, and as a consequence will be subject to rejection.
10-3 CONTRACTOR’S RESPONSIBILITY FOR WORK
Until the final acceptance of the Work by the City as defined in Section 6-8.2 of the General
Provisions, by written action of the City, the Contractor shall have the charge and care thereof
and shall bear the risk of injury or damage to any part of the Work by the action of the elements,
criminal acts, or any other cause. The Contractor shall rebuild, repair, restore and make good
all injuries or damages to any portion of the Work occasioned by any cause before its
completion and acceptance and shall bear the expense thereof, except for such injuries or
damages arising from the sole negligence or willful misconduct of the City, its officers, agents or
employees. In the case of suspension of Work from any cause whatever, the Contractor shall
be responsible for all materials and the protection of Work already completed, shall properly
store and protect them if necessary, and shall provide suitable drainage and erect temporary
structures where necessary.
10-4 PROCEDURE IN CASE OF DAMAGE TO PUBLIC PROPERTY
Any portions of curb, gutter, sidewalk or any other City improvement damaged by the Contractor
during the course of construction shall be replaced by the Contractor at its own cost. The cost
of additional replacement of curb, gutter or sidewalk in excess of the estimated quantities shown
in the Bid form and Specifications, and found necessary during the process of construction (but
not due to damage resulting from carelessness on the part of the Contractor during its
operation), shall be paid to the Contractor at the unit prices submitted in his or her Bid.
10-5 REMOVAL OF INTERFERING OBSTRUCTIONS
The Contractor shall remove and dispose of all debris, abandoned structures, tree roots and
obstructions of any character encountered during the process of excavation. It is understood
that the cost of any such removals are made a part of the unit price bid by the Contractor under
the item for excavation or removal of existing Work.
82000-0016\1800815v4.doc GP-25
165
10-6 SOILS ENGINEERING AND TESTING
A certified materials testing firm may be retained by the City to perform materials tests during
the Contractor’s entire operation to ascertain compliance with the Contract requirements. The
City shall be responsible for the first series of tests. If the initial tests do not meet the Contract
requirements, the Contractor shall bear the cost of all subsequent tests.
If the City requires other tests or more specific requirements for testing regarding this Project,
those details will be included in the Special Provisions.
10-7 ACCESS TO PRIVATE PROPERTY
Unless otherwise stated in the Special Provisions, the Contractor shall be responsible for all
fees and costs associated with securing permission to access private property for any portion of
the Project.
10-8 WORKING DAYS AND HOURS
The Contractor shall do all Work between the hours of 7:00 a.m. to 3:00 p.m., Monday through
Friday. No Work will be allowed on Sunday or City holidays, which are as follows: (see
Appendix III).
In addition, no Work will be allowed on any special election Day that may be declared. Should a
special election Day be declared, a time extension of one (1) Working Day will be granted for
each such Day.
A permit may have other hours or Days for the Contractor to do the Work, and those hours and
Days shall supersede any hours and Days written in this Section.
Whenever the Contractor is permitted or directed to perform night Work or to vary the period
during which Work is performed during the Working Day, the Contractor shall give twelve (12)
hours’ notice to the City so that inspection may be provided. Also, a charge may be made to the
Contractor for approved overtime or weekend inspections requested by the Contractor.
10-9 CLAIM DISPUTE RESOLUTION
In the event of any dispute or controversy with the City over any matter whatsoever, the
Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the
performance of the Work in dispute. The Contractor shall retain any and all rights provided that
pertain to the resolution of disputes and protests between the parties. The Disputed Work will
be categorized as an “unresolved dispute” and payment, if any, shall be as later determined by
mutual agreement or a court of law. The Contractor shall keep accurate, detailed records of all
Disputed Work, claims and other disputed matters.
All claims arising out of or related to the Contract Documents or this Project, and the
consideration and payment of such claims, are subject to the Government Claims Act
(Government Code Section 810 et seq.) with regard to filing claims and to Public Contract Code
Section 20104 et seq. (Article 1.5) regarding the resolution of public works claims of three
hundred seventy-five thousand dollars ($375,000) or less. This Contract hereby incorporates
those provisions as through fully set forth herein. Thus, the Contractor or any Subcontractor
82000-0016\1800815v4.doc GP-26
166
must file a claim in accordance with the Government Claims Act as a prerequisite to filing a
construction claim in compliance with Article 1.5, and must then adhere to Article 1.5.
10-10 THIRD PARTY CLAIMS
The City shall have full authority to compromise or otherwise settle any claim relating to the
Project at any time. The City shall timely notify the Contractor of the receipt of any third-party
claim relating to the Project. The City shall be entitled to recover its reasonable costs incurred
in providing this notice.
10-11 COMPLIANCE WITH LAWS
The Contractor shall comply with all applicable federal, State and local laws, ordinances, codes
and regulations in force at the time the Contractor performs pursuant to the Contract
Documents.
10-12 CONTRACTOR’S REPRESENTATIONS
By signing the Contract, the Contractor represents, covenants, agrees, and declares under
penalty of perjury under the laws of the State of California that: (a) the Contractor is licensed,
qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the
services in accordance with the terms and conditions set forth in the Contract Documents;
(b) there are no obligations, commitments, or impediments of any kind that will limit or prevent
its full performance under the Contract Documents; (c) there is no litigation pending against the
Contractor that could adversely affect its performance of the Contract, and the Contractor is not
the subject of any criminal investigation or proceeding; and (d) to the Contractor’s actual
knowledge, neither the Contractor nor its personnel have been convicted of a felony.
10-13 CONFLICTS OF INTEREST
The Contractor agrees not to accept any employment or representation during the term of the
Contract or within twelve (12) months after acceptance as defined in Section 6-8.2 of the
General Provisions that is or may likely make the Contractor “financially interested,” as provided
in Government Code Sections 1090 and 87100, in any decisions made by the City on any
matter in connection with which the Contractor has been retained pursuant to the Contract
Documents.
10-14 APPLICABLE LAW
The validity, interpretation, and performance of these Contract Documents shall be controlled by
and construed under the laws of the State of California, excluding California’s choice of law
rules. Venue for any such action relating to the Contract shall be in the Ventura County
Superior Court.
10-15 TIME
Time is of the essence in these Contract Documents.
82000-0016\1800815v4.doc GP-27
167
10-16 INDEPENDENT CONTRACTOR
The Contractor and Subcontractors shall at all times remain, as to the City, wholly independent
contractors. Neither the City nor any of its officials, officers, employees or agents shall have
control over the conduct of the Contractor, Subcontractors, or any of their officers, employees,
or agents, except as herein set forth, and the Contractor and Subcontractors are free to dispose
of all portions of their time and activities that they are not obligated to devote to the City in such
a manner and to such Persons that the Contractor or Subcontractors wish except as expressly
provided in these Contract Documents. The Contractor and Subcontractors shall have no
power to incur any debt, obligation, or liability on behalf of the City, bind the City in any manner,
or otherwise act on behalf of the City as agents. The Contractor and Subcontractors shall not,
at any time or in any manner, represent that they or any of their agents, servants or employees,
are in any manner agents, servants or employees of the City. The Contractor and
Subcontractors agree to pay all required taxes on amounts paid to them under the Contract, and
to indemnify and hold the City harmless from any and all taxes, assessments, penalties, and
interest asserted against the City by reason of the independent contractor relationship created
by the Contract Documents. The Contractor shall include this provision in all contracts with all
Subcontractors.
10-17 CONSTRUCTION
In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter
herein, the interpretation of these Contract Documents shall not be resolved by any rules of
interpretation providing for interpretation against the party who causes the uncertainty to exist or
against the party who drafted the Contract Documents or who drafted that portion of the
Contract Documents.
10-18 NON-WAIVER OF TERMS, RIGHTS AND REMEDIES
Waiver by either party of any one (1) or more of the conditions of performance under these
Contract Documents shall not be a waiver of any other condition of performance under these
Contract Documents. In no event shall the making by the City of any payment to the Contractor
constitute or be construed as a waiver by the City of any breach of covenant, or any default that
may then exist on the part of the Contractor, and the making of any such payment by the City
shall in no way impair or prejudice any right or remedy available to the City with regard to such
breach or default.
10-19 TERM
The Contract is effective as of the Effective Date listed, and shall remain in full force and effect
until the Contractor has fully rendered the services required by the Contract Documents or the
Contract has been otherwise terminated by the City. However, some provisions may survive
the term listed within this Section, as stated in those provisions.
10-20 NOTICE
Except as otherwise required by law, any notice or other communication authorized or required
by these Contract Documents shall be in writing and shall be deemed received on (a) the day of
delivery if delivered by hand or overnight courier service during the City’s regular business
hours or (b) on the third (3rd) business day following deposit in the United States mail, postage
82000-0016\1800815v4.doc GP-28
168
prepaid, to the addresses listed on the Contractor’s Bid and City Hall, or at such other address
as one party may notify the other.
10-21 SEVERABILITY
If any term or portion of these Contract Documents is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of these Contract
Documents shall continue in full force and effect.
82000-0016\1800815v4.doc GP-29
169
SPECIAL PROVISIONS
SECTION 700
SPECIAL CONDITIONS
(Not a Bid Item)
700-1 STANDARD SPECIFICATIONS
The Standard Specifications for Public Works Construction (SSPWC), dated 2015, along
with the modifications thereto have been established as the Standard Specifications for
the City of Moorpark. These specifications will prevail as the basic Standard
Specifications for this project except as otherwise specifically noted in the Special
Provisions when reference is made to the State Standard Specifications. The State
Standard Specifications is that document issued by the State of California, Department of
Transportation, titled Standard Specifications, 2015, referred to herein as the State
Standard Specifications, or the SSS.
When references have been made to the SSS, it is for the purpose of utilizing that
specifications' traffic and safety provisions as indicated elsewhere herein.
Where required by these Special Provisions, work shall conform to the requirements of
the SSS, except that when reference is made to other sections of the City's Standard
Specifications, all references to "State" shall mean the City. The SSS measurement and
payment clauses are not included.
700-2 MANDATORY PRE-BID MEETING
A mandatory pre-bid meeting and job walk (the “Mandatory Pre-Bid Meeting”) will be held
at the project site (meet at the vacant parcel of 65 First Street, Moorpark, CA 93021) at
10:00 am on May 21, 2019. At the Mandatory Pre-Bid Meeting, Bidders will have the
opportunity to ask questions regarding the local conditions, potential construction
difficulties and restrictions related to the performance of the Work under the Contract. In
order for a Bid to qualify for consideration in making an award, the Bidder shall have a
responsible representative present for the entire duration of the Mandatory Pre-Bid
Meeting. Bids received from Bidders not represented at the Mandatory Pre-Bid Meeting
will be returned to the Bidder unopened. RSVP with Shaun Kroes
(skroes@moorparkca.gov) at the City by May 20, 2019.
700-3 AWARD OF CONTRACT
A construction contract will be awarded to the lowest responsive and responsible bidder.
However, the City reserves the right to award or not to award.
SP- 1 -
170
700-4 START OF CONSTRUCTION
The Notice to Proceed will be issued upon awarding a construction contract and receipt of
the necessary bonds and insurance certificates. The necessary bonds and insurance
certificates shall be submitted to the City within ten (10) days in advance of the award of
contract. Prior to issuing the Notice to Proceed, but subsequent to receiving the
submittals of Subsection 701-14, a pre-construction conference will be undertaken. The
date of the Notice to Proceed constitutes the start of construction, which date will be the
first chargeable working date of the contract.
700-5 TIME OF COMPLETION
The Contractor shall complete the work including punch list items (if applicable) within 100
Working Days from the date of the written Notice to Proceed. The issuance of the Notice
to Proceed constitutes the Contractor's authority to enter upon the work site and begin
operations. A no fee Encroachment Permit shall be obtained by the Contractor from the
City, where applicable.
700-6 WORKING HOURS & WORKING DAYS
Construction working hours shall be limited to the hours between 8:00 a.m. and 5:00 p.m.
Monday through Friday, unless otherwise approved by the City in writing.
Any overtime for construction survey, geotechnical/testing services, and inspection by City
staff, outside of the 8:00 a.m. to 5:00 p.m. hours Monday through Friday, and any work on
Saturdays, Sundays and Holidays, shall be paid for by the Contractor, and such costs will
be deducted from the progress payments to the Contractor. The Contractor shall provide
at least forty-eight hour notification for all his/her overtime work requests.
The following days are recognized as holidays by the City (relative to this Project’s
timeframe):
1. May 27th (Memorial Day)
2. July 4th (Independence Day)
3. July 5th (Extended Independence Day)
4. September 2nd (Labor Day)
5. November 11th (Veteran’s Day)
6. November 28th (Thanksgiving Day)
7. November 29th (Day after Thanksgiving)
8. December 24th (beginning at Noon, Christmas Eve)
9. December 25th (Christmas Day)
700-7 FAILED TESTS
All retesting of failed materials, field compaction tests, and standby charges for such
services will be accomplished at the Contractor's expense. The cost for all retesting and
standby charges will be deducted from the progress payments to the Contractor. The
Contractor shall provide at least forty-eight (48) hours notification for the need of
compaction and materials testing.
700-8 EXTRA WORK MARKUP
SP- 2 -
171
(a) Extra Work by Contractor. The following percentage shall be added to the
Contractor’s costs and shall constitute the markup for all overhead and
profits, and all other cost not specifically provided for when preparing
Change Order Requests and Extra Work Reports:
(1)
Labor ..................................................................... 20%
(2)
Materials ............................................................... 15%
(3)
Equipment Rental.................................................. 15%
(4)
Other Items and Expenditures ............................... 15%
To the sum of the cost and markups provided for in this section, 1 percent
shall be added as compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 700-8 (a) shall be
applied to the Subcontractor’s actual cost of such work. A markup of ten
percent (10%) on the first five thousand dollars ($5,000) of the
subcontracted portion of the extra work and a markup of five percent (5%)
on work in excess of five thousand dollars ($5,000) of the subcontracted
portion of the extra work may be added by the Contractor.
700-9 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS
Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public
Contract Code and Section 7108.5 of the Business and Professions Code concerning
prompt payment to subcontractors. Any delay or postponement of payment over thirty
(30) days may take place only for good cause and with the agency’s prior written
approval. Any violation of Section 7108.5 shall subject the violating contractor or
subcontractor to the penalties, sanctions, and other remedies of that Section.
700-9.1 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS
The Contractor shall return all monies withheld in retention from the subcontractor within
thirty (30) days after receiving payment for work satisfactorily completed, even if the other
contract work is not completed and has not been accepted. This requirement shall not be
construed to limit or impair any contractual, administrative, or judicial remedies otherwise
available to the Contractor or subcontractor in the event of a dispute involving late
payment or nonpayment by the Contractor or deficient subcontract performance or
noncompliance by a subcontractor.
700-10 DIR COMPLIANCE AND PREVAILING WAGES
This project is subject to monitoring and enforcement by DIR, including the obligations to
submit certified payroll records directly to the Compliance Monitoring Unit (CMU) through
the CMU’s online eCPR system at least monthly.
SP- 3 -
172
Contractor is required to post a notice at the job site as required by Chapter 8, Section
16451(d) of the California Code of Regulations. The notice shall also include the logos of
the City of Moorpark and the Ventura County Transportation Commission (to be provided
by the City).
In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or
subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance
of any contract for public work, unless currently registered and qualified to perform public
work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under
Labor Code Section 1771.1(a)].
In accordance with Labor Code Section 1770 et seq., the Project is a “public work.” The
selected Bidder (Contractor) and any Subcontractors shall pay wages in accordance with
the determination of the Director of the Department of Industrial Relations (“DIR”)
regarding the prevailing rate of per diem wages. Copies of those rates are on file and are
available to any interested party upon request. The Contractor shall post a copy of the
DIR’s determination of the prevailing rate of per diem wages at each job site. This Project
is subject to compliance monitoring and enforcement by the DIR.
700-11 BUY AMERICA
Furnish steel and iron materials to be incorporated into the work with certificates of
compliance. Steel and iron materials must be produced in the U.S. except:
1. Foreign pig iron and processed, pelletized, and reduced iron ore may
be used in the domestic production of the steel and iron materials [60
Fed Reg 15478 (03/24/1995)];
2. If the total combined cost of the materials does not exceed the greater
of 0.1 percent of the total bid or $2,500, materials produced outside the
U.S. may be used.
Production includes:
1. Processing steel and iron materials, including smelting or other
processes that alter the physical form or shape (such as rolling,
extruding, machining, bending, grinding, and drilling) or chemical
composition;
2. Coating application, including epoxy coating, galvanizing, and painting,
that protects or enhances the value of steel and iron materials.
700-12 MEASUREMENT AND PAYMENT
No separate payment will be made for work performed or for compliance with the
requirements out lined in this Section, “Special Conditions.”
Full compensation for such work and features shall be considered as included in the
contract unit or lump sum prices bid for other applicable items of work, and no additional
compensation will be allowed therefore.
SP- 4 -
173
SP- 5 -
174
SECTION 701
SPECIAL CONSTRUCTION REQUIREMENTS
(Not a Bid Item)
701-1 PERMITS
701-1.1 City Encroachment Permit: The Contractor is required to obtain a
no-fee Encroachment Permit from the City prior to commencing any construction
within the public right-of-way.
701-2 MOBILIZATION
Mobilization shall consist of preparatory work and operations including, but not limited to,
those necessary for the movement of personnel, equipment, materials, supplies, and
incidentals to the project sites, and for all other work operations which must be performed,
or costs incurred, prior to beginning work on the various contract items on the project
sites.
701-3 CONSTRUCTION SCHEDULE AND TRAFFIC CONTROL PLAN
Twenty (20) days prior to the Pre-Construction Conference, the Contractor shall submit to
the City for review: 1) a project Construction Schedule in accordance with the SSPWC
Subsection 6-1, "Construction Schedule and Commencement of Work," 2) Traffic Control
Plan addressing the requirements of Section 702, "Traffic Control, Construction Signing
and Traffic Maintenance," and 3) hauling routes of asphalt concrete pavement materials.
The Contractor's sequence and scheduling of construction shall provide for on-street
parking within one hundred and fifty (150) feet of any residence or business, if applicable,
unless otherwise authorized in writing by the City.
Any revisions to the originally approved Construction Schedule must be approved by the
City Engineer/Public Works Director, in writing, at least three (3) working days prior to any
construction.
701-4 NOTICE TO AREA PROPERTY OWNER/BUSINESS
OWNERS/RESIDENTS AND PARKING LOT USERS
In residential and business areas, the Contractor shall give written notice to all adjacent
residents and businesses as applicable at least four work days prior to restricting driveway
access or starting any work. The written Notice shall be approved by the City Engineer.
The Notice shall describe the impending work, and shall identify dates and the stages of
work. The Notice shall include a contact number for the Contractor’s on-site job
superintendent.
Special consideration shall be given to multi-family complexes and other high density uses
and businesses. Provisions shall be made for the urgent needs of property
SP- 6 -
175
owners/business owners/residents for medical, fire, and police services.
701-5 CONSTRUCTION SURVEYING
The Contractor shall provide all necessary construction surveying in accordance with the
SSPWC Section 2-9, “Surveying”. The Contractor shall bear all costs for restaking or
remparking. The Contractor shall provide at least forty-eight (48) hours notification for the
need of survey services.
The locations and limits of removal and construction of miscellaneous concrete and
asphalt concrete facilities will be staked or marked by the Contractor and verified by the
Engineer in the field.
701-6 COORDINATION OF WORK
The Contractor shall coordinate the work with all respective utility companies for any
related relocations and/or construction work. The Contractor shall also coordinate the
work with The U.S. Post Office at (805) 552-0340, The Moorpark Unified School District at
(805) 378-6300, the Ventura County Fire Department at (805) 389-9710, and Waste
Management at (805) 522-9400, if work operations are likely to limit site access by these
companies to the work locations.
The Contractor shall make every effort to eliminate or minimize any impacts on U.S. Post
Office, Ventura County Fire Department, and school traffic.
701-7 REMOVAL OF MATERIALS
All materials which are to be disposed of, including but not limited to, saw-cut concrete
and asphalt concrete pavement, miscellaneous concrete, and excess excavated earth and
base material and other extraneous materials and debris, shall be removed immediately
from the construction site. No overnight storage of materials or debris will be allowed in
the parking lots or surrounding areas. All surplus and extraneous materials and debris
shall be disposed of by the Contractor at an approved landfill or disposal site at the
Contractor's expense, in accordance with the City’s Construction and Demolition
Ordinance as outlined in 701-9.
701-8 EQUIPMENT AND MATERIALS STORAGE
The Contractor shall arrange and maintain a secure storage site(s) for all equipment and
materials. All equipment and unused materials shall be returned to this site(s) at the end
of each work day. The Contractor shall submit a route plan for the delivery of materials to
both the job and storage sites at least three (3) Working Days before commencing work.
701-9 CONSTRUCTION AND DEMOLITION ORDINANCE
Refer to Section 7-15.1 of General Provisions.
SP- 7 -
176
701-10 PROTECTION OF EXISTING IMPROVEMENTS
During construction of the proposed improvements, extreme care shall be exercised to
protect existing public and private property improvements, such as concrete and block
walls, hardscape, fences, walks, brick planters, curbs, valves, asphalt, irrigation lines,
landscaping, garden lights, utility meters, drainage structures, posts, signs, etc., unless
otherwise identified in these Special Provisions, or shown on the Plans for
relocation/removal/reconstruction by the Contractor. The protection of existing
improvements in place may require shoring and/or bracing depending upon the condition
of the facilities. Repair and/or replacement of any facilities damaged and/or removed by
the Contractor that are to remain, shall be at the expense of the Contractor.
No markings will be allowed on existing cross-gutters, spandrels, curb/gutters, and
sidewalks. All ‘USA’ and other markings shall be removed by the Contractor.
701-11 DUST AND NOISE CONTROL
The Contractor shall provide the means to prevent dust, grit, excessive noise and other
waste products from becoming a nuisance in and around the working areas. The
Contractor shall take such steps, with the approval of the City, to reduce or eliminate such
nuisance. The Contractor is required to control dust during the entire contract period,
including holidays and weekends.
The Contractor shall comply with Ventura County Air Pollution Control Board Rule 55,
Fugitive Dust (See Appendix V)
If the Contractor fails to control dust in accordance with these contract specifications, the
City reserves the right to hire another contractor or agency to perform such work on a
"force account" basis. The total cost for performing this work will be deducted from the
total price of this Contract.
701-12 SURVEY MONUMENT TIES ADJUSTMENTS
The Contractor shall locate, protect and save any and all survey monuments and ties that
will be, or may be damaged or destroyed by the Contractor's operation. All existing nails
and markers within the limits of sidewalks, curbs, curb/gutters, curb ramps and streets, if
applicable, shall be tied down by the City's Contract Surveyor prior to such removals for
subsequent adjustment and/or installation. Where a survey monument and/or property
corner tie will be removed due to this construction, the Contractor shall save the
monuments, markers, and appurtenances. The reinstallation of the actual monuments
and/or property corners will be accomplished by the City's Contract Surveyor. A forty-
eight (48) hour notification to the City is required before removal of a survey monument
tie.
701-13 MAINTENANCE OF EXISTING DRAINAGE SYSTEM
The Contractor shall maintain the existing drainage system within the streets and City
SP- 8 -
177
parking lot during the entire duration of the construction. This item shall include erosion
control where applicable.
701-14 SUBMITTALS
SSPWC Subsection 2-5.3, “Submittals,” is hereby supplemented as follows:
Submittals (as applicable) shall consist of items detailed on Plan Sheet CE-1 under
“Required Submittals from Contractor”. Cut sheets for materials to be installed such as
replacement utility covers shall also be provided for approval. Tests will largely be
performed in accordance with the City’s adopted Quality Assurance Program “QAP”. The
City will undertake plant inspections and testing of special items such as asphalt concrete
and aggregate base.
Three weeks prior to the use of any material, the Contractor shall provide written
certifications, shop drawings, and mix designs of all materials to be incorporated in the
work. The Contractor shall not deliver any or use such materials prior to the approval of
the City in writing.
701-15 PROGRESS PAYMENTS
The Contractor or its designated representative shall sign a monthly quantity payment
sheet of completed work in order to expeditiously process monthly progress payments.
701-16 WATER FOR CONSTRUCTION
Water for construction purposes as required by these specifications may be obtained from
Ventura County Water Works District No. 1, (805) 378-3000. The Contractor shall make
all arrangements to obtain and transport the water, and shall, at his/her own expense,
furnish and install all necessary metering, piping, and fittings. All costs associated with
water for construction shall be borne by the Contractor.
701-17 MEASUREMENT AND PAYMENT
No separate payment will be made for any other work or other features as required and
outlined in this Section, "Special Construction Requirements." Full compensation for such
work and features shall be considered as included in the contract unit or lump sum prices
bid for other applicable items of work, and no additional compensation will be allowed
therefore.
SSPWC Subsection 9-2 is hereby modified as follows:
The Schedule of Values provided by the Contractor identifying the breakdown of lump
sum items shall be used to determine change order costs (additions or deletions) of
similar work. The breakdown shall separate out the labor and material costs as well as
identify overall unit prices for work items that are combined within the lump sum price.
SP- 9 -
178
APPENDIX I – TECHNICAL SPECIFICATIONS
SECTION 702
TRAFFIC CONTROL, CONSTRUCTION SIGNAGE
AND TRAFFIC MAINTENANCE
(Bid Item No. 1)
702-1 DESCRIPTION
Traffic control, construction signing and traffic maintenance shall consist of all traffic control
involved in the Contractor's operations as required by these Specifications. Traffic control shall
be in accordance with the most recent revision of the Caltrans "Manual of Traffic Controls for
Construction and Maintenance Work Zones" and “Standard Plans” and the SSS Subsections 7-
1.08, "Public Convenience," 7-1.09, "Public Safety," and Section 12, "Construction Area Traffic
Control Devices." Nothing in these Specifications shall be construed as relieving the Contractor
from his/her responsibility as provided in the SSS Subsection 7-1.09. All measurement and
payment clauses of the SSS are hereby deleted and modified herein.
702-2 CONSTRUCTION - TRAFFIC CONTROL DEVICES
Construction signing shall consist of furnishing, installing, maintaining and removing
construction signs, barricades, and arrow boards, as necessary to ensure safe travel of the
public through the worksite, if applicable. The traffic control system shall be installed prior to
starting work at each affected location and shall not be removed until all work has been
completed. The Contractor shall post and maintain all necessary construction signs and
flaggers.
The Contractor, where directed and as approved by the City, shall furnish and place temporary
"No Parking" signs, 12 inches x 18 inches minimum size, along the affected streets, at a
spacing not exceeding fifty (50) feet and in the affected parking lots. The signs shall be placed
two working days in advance of any work. The signs shall include the day and the time during
which parking will not be permitted. These signs shall be posted on laths only. Trees, utility
posts, etc., shall not be used. The Contractor shall remove these signs immediately when they
are no longer needed.
The Contractor shall furnish, erect, maintain and remove when no longer necessary traffic
control devices including fences and barriers, when and where it may be necessary to do so, in
order to give adequate warning to the public of conditions resulting from the Contractor's
operations and to guide traffic through or around the construction area. If the Contractor's
operations interfere with existing traffic, and regulatory measures and traffic control devices are
not adequate to safely control traffic, or if the nature of the work requires additional control, the
Contractor shall provide experienced flaggers to perform the function of traffic control. While on
duty, flaggers shall be properly attired and equipped. If in the opinion of the City Engineer, the
Contractor fails to adequately control the flow of traffic, the City Police will be engaged to safely
direct the vehicular traffic. Such added cost will be at the expense of the Contractor. In
addition, if an intersection is blocked causing unnecessary congestion, the Contractor may be
APPENDIX I -1 - 179
liable for a fine of one thousand dollars ($1,000) for each incident.
The Contractor shall place and maintain barricades at each end of and along an excavation,
obstruction, or other restrictive condition and at distances of not more than fifty (50) feet apart
along the length thereof. In addition, flashers or other approved warning devices shall be placed
at the same intervals/locations as the barricades and shall be illuminated from sunset each day
until sunrise of the following day.
702-3 TRAFFIC MAINTENANCE
The Contractor shall cooperate with the City relative to handling traffic through all work areas,
and shall make his/her own arrangements relative to keeping the working area clear of parked
vehicles, and in maintaining clear and continuous access to adjacent properties.
The Contractor shall provide for controlled pedestrian crossings through the work area.
Crossings shall provide pedestrians the means of passing over or through the work without
tracking either tack coat or hot asphalt concrete, or endangering pedestrian safety.
Throughout the life of the project, safe, unobstructed and adequate pedestrian and vehicular
access shall be continuously provided and maintained to fire hydrants, bus stops, and all
affected property, unless otherwise approved in advance on a specific location basis by the City.
Care must be taken to comply with access requirements, for those access points that serve as
the sole access to one or more properties.
Where non-motorized (pedestrian or bicycle) facilities exist, they shall be maintained in
passable condition or other facilities shall be provided. In areas of high volume non-motorized
traffic, the Contractor shall provide for controlled pedestrian crossings through the work or
schedule work to avoid peak non-motorized volumes. Crossings shall provide for the existing
non-motorized volumes. The crossings shall provide a means of passing over or through the
work without tracking construction materials such as tack coat or hot asphalt concrete.
The Contractor's equipment, and personal vehicles of the Contractor's employees, shall not be
parked on the traveled way nor on any section where traffic is restricted at any time.
When material excavated for substructure construction is placed adjacent to the trench or
excavation, it shall be placed in such manner as to economize space and minimize interference
with traffic. If necessary, such material shall be confined by suitable bulkheads or other
devices. If the street is not of sufficient width to hold excavated material without using part of an
adjacent walkway, a passageway at least one-half the width of such walkway shall be kept open
at all times.
The Contractor shall cooperate with the City in locating all traffic control devices required. If the
Contractor fails to promptly provide traffic control devices as required under this Section, the
City may, at its option, so provide them at the Contractor's expense. The Contractor shall pay to
the City, or the City may deduct, the cost of such work from any moneys due the Contractor
from the City.
APPENDIX I -2 - 180
702-4 PUBLIC RELATIONS, CONSTRUCTION PHASING, AND ACCESS
Project construction shall be phased to facilitate safe and efficient traffic flow, and to maintain
public relations and minimize the inconvenience to the public. Existing access in and out of the
Metrolink South Parking Lot shall be maintained as much as feasible. Efforts shall be made by
the Contractor to ensure minimal disruption to parking lot accessibility and that ample parking
remains available at most times. At the end of each work week, efforts shall be made to
minimize the areas that are closed to the public due to construction activities.
702-5 ACCESS TO METROLINK FACILITIES
Access to the Metrolink platform must be considered and respected at all times. The platform is
heavily utilized in the mornings and afternoons during the week by commuters.
702-6 MEASUREMENT AND PAYMENT
Measurement and payment for traffic control, construction signage, and traffic control
maintenance, including special traffic advisory signs shall be made at the contract lump sum
price, complete in place, as shown in the Bid Schedule.
The above price and payment shall be considered as full compensation for furnishing all labor,
materials, equipment, tools, transportation and incidentals, and for doing all the work involved
and necessary for traffic control, construction signing and traffic control maintenance, complete
in place, including preparation of traffic control plans, notices, signs, barricades, delineators,
sign relocations and maintenance, flaggers, and auxiliary police services, as specified in the
SSPWC and these Special Provisions, and as directed by the City.
APPENDIX I -3 - 181
SECTION 703
STORMWATER POLLUTION CONTROL
(Bid Item No. 2)
703-1 DESCRIPTION
The Contractor shall take all necessary steps during the project construction period to prevent
or reduce discharge of pollutants from the work sites to the City storm drain system utilizing the
following prevention measures:
• Maintain clean work sites through good housekeeping measures and regular
clean-up and disposal of all debris, storage materials, saw-cut slurry, waste, etc.
• Eliminate discharge of sanitary water/septic waste to storm drain system by
providing convenient and well maintained facilities, and regular service and
disposal.
• Manage and operate construction vehicles and equipment in a manner to prevent
leaks, spills, and waste.
• Prevent and control the discharge of:
Soil Sediments
Concrete and mortar waste
Asphalt and bituminous materials
Chemicals from treated wood products
Paints, solvents, adhesives, and cleaning solutions
Soil, trimmings, and garden chemicals
Construction water from collecting and transporting pollutants
Saw-cut slurry materials
• Prevent pollution of the storm drain system during import, export, stockpiling, and
spreading or grading of earthwork materials.
• For more detailed information and specifications for stormwater pollution control
at construction sites, refer to document entitled, "Erosion and Sediment Control
Plan/Local SWPPP” as detailed in Drawing No.’s SW-1 through SW -4 of the
Plans (Appendix VIII).
Prior to completion of the project, Contractor shall provide the City with a Post Construction Best
Management Practices Maintenance Plan (Maintenance Plan). The Maintenance Plan should,
in general, meet the criteria established in Section 7 of the Ventura County Technical Guidance
Manual for Stormwater Quality Control Measures, Manual Update 2011, dated July 13, 2011, or
as updated.
APPENDIX I -4 - 182
703-2 MEASUREMENT AND PAYMENT
Measurement and payment for Stormwater Pollution Control will be paid for at the contract lump
sum price bid as shown in the Bid Schedule.
The above contract price and payment shall be considered as full compensation for furnishing
all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work
involved and necessary to accomplish the prevention and control of pollutant discharge to
stormwater, including good housekeeping practices, containment of waste, control of
construction site perimeter, vehicle and equipment management, management of concrete and
mortar products, management of asphalt and bituminous products, stockpiles, paint, solvents,
solutions, dust control, and the preparation of the SWPCP, complete, as specified in these
Special Provisions, the Plans (Appendix VIII), and as required by the federal NPDES for
Stormwater Pollution Control Program, and as directed by the City.
APPENDIX I -5 - 183
SECTION 704
DEMOLITION, CLEARING AND GRUBBING
(Bid Item No. 3)
704-1 GENERAL
This section includes demolition and removal of existing hardscape including existing asphalt
concrete pavement, curb, chain link fence, concrete fence posts, sidewalk, tire stops, parking lot
lights, electrical meter system components, and parking signs, as well as clearing, grubbing and
stripping of existing landscaped areas.
704-2 PROTECTION
Perform all removal activities in such a manner as to minimize all hazards to personnel,
property, and the public. Interference with traffic, surrounding properties, and utility service
interruption shall be avoided.
Prevent the spread of dust and particles by spraying water as needed. Do not use water if it
causes a safety hazard such as slippery surfaces or spread of contaminants. Vacuum the work
area daily.
Contractor shall take precautions to avoid damage to existing items that shall remain in place,
are to be reused, or shall be returned to the City. Any damaged items shall be repaired or
replaced at no expense to the City. Pothole the existing irrigation piping network that is located
in the planted median, parkways and common landscaped areas. Cap the ends of irrigation
laterals and mains that are in conflict with the improvements. Stake the end of the cap so the
City can locate the point of connection at a future date (not a part of this project).
Save and protect plant materials (trees, shrubbery, and plants) beyond the limits of clearing and
grubbing from damage resulting from the work. No filling, excavating, trenching or stockpiling of
materials will be permitted within the drip line of the protected plant materials. No equipment
shall be operated within the drip line of the protected plant materials. Install high visibility
orange snow fence around the area of landscaping that is to remain protected to prevent
inadvertent damage during the work.
704-3 DEFINITIONS
Clearing: Remove and dispose of trees, snags, stumps, shrubs, brush, limbs and other
vegetative growth. Remove all evidence of the preexisting site condition from the surface
including sticks and branches greater than 1 inch in diameter. Remove of trash piles and
rubbish.
Grubbing: After clearing, remove and dispose of wood or root matter, including root systems
greater than 1 inch in diameter. Grubbing shall extend to a depth of 12 inches below the ground
surface.
Stripping: Remove and dispose of all sod, grass and grass roots and other objectionable
material remaining after clearing and grubbing activities.
APPENDIX I -6 - 184
704-4 SAWCUTTING EXISTING PAVEMENT/HARDSCAPE
Saw-cut to a neat line and full depth, remove, and dispose of the existing concrete curb, gutter,
and asphalt concrete pavement and aggregate base interfering with the construction of the
project improvements, including but not limited to asphalt concrete pavement, concrete material,
reinforcing steel, and other accessories. Removals shall be full panel to nearest joint or score
line, or in the case of the asphalt concrete pavement the lines shall be straight unless otherwise
shown on the Plans.
704-5 CLEARING AND GRUBBING LIMITS
Clear and grub excavation and identified vegetated areas associated with the project
improvement areas.
Debris of all kinds shall become the property of the Contractor and shall be disposed of by the
Contractor daily off the project area to avoid accumulation at the project site. Materials that are
unable to be removed daily shall be stored in areas specified by the Engineer. Contractor shall
dispose of debris in a manner that is compliant with applicable federal, state, and local
regulations. Do not burn removed combustible material.
When utilities are encountered in the project area that are not shown on the project drawings,
the Contractor shall protect it in place and the Engineer shall be notified immediately.
Upon completion of demolition work and removal of all debris, leave site in a condition
satisfactory to the Engineer.
704-6 MEASUREMENT AND PAYMENT
Measurement and payment for clearing and grubbing, complete in place, will be made at the
contract lump sum as shown in the Bid Schedule.
The above contract price and payment shall be considered as full compensation for furnishing
all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work
involved and necessary for removal of trees, shrubbery, and miscellaneous vegetation,
demolition and removal of existing hardscape including existing asphalt concrete pavement,
curb, chain link fence, concrete fence posts, sidewalk, tire stops, parking lot lighting, electrical
meter components, and parking signs, as well as clearing, grubbing and stripping of existing
landscaped areas, relocation of electric car charging station, and disposal of all extraneous
materials and debris, as shown on the Plans (Appendix VIII), as specified in the SSPWC and
these Special Provisions, and as directed by the Engineer.
APPENDIX I -7 - 185
SECTION 705
CONCRETE BLOCK WALL
(Bid Item No. 4)
705-1 GENERAL
Contractor shall install a six (6) foot block garden wall with Alternate Footing ‘B’ per Plan Sheet
CE-11 and as further detailed in the Plans (Appendix VIII). Materials shall be as specified in
the Plans (Appendix VIII).
705-2 MEASUREMENT AND PAYMENT
Payment for the block wall improvements shall be paid for on a lump sum basis as shown in the
Bid Schedule. The lump sum or unit price shall include all costs associated with the work
including, but not limited to, installation of footing, reinforcing steel, grout, concrete, concrete
blocks as shown on the Plans (Appendix VIII). Such payment shall be considered full
compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals
necessary to complete the work in accordance with the Standard Specifications and these
Special Provisions and Plans (Appendix VIII).
APPENDIX I -8 - 186
SECTION 706
ASPHALT TACK COAT
(Not a Bid Item)
706-1 DESCRIPTION
Work to be performed under this Section covers all labor, materials, tools, equipment and
incidentals necessary to furnish and apply, complete in place tack coat in conjunction with the
asphalt concrete overlay and other asphalt paving work. All such work shall conform to the
applicable provisions of the Standard Specifications, and these Special Provisions.
706-2 MATERIALS
The tack coat shall be asphalt grade PG 64-10.
706-3 APPLICATION
The tack coat shall be applied as specified in Subsection 302-5.4 of the SSPWC and these
Special Provisions. The City will determine if the pavement is sufficiently dry for the application
of the tack coat. Tack coat shall not be applied when the temperature of the surface to be
tacked is below 40° Fahrenheit in the shade.
Contractor shall clean the surfaces so that they are free of dirt and debris prior to the application
of the tack coat. City Inspector shall approve surface prior to application of tack coat. The tack
coat shall be applied only so far in advance of paving as is anticipated for that day's surfacing as
permitted by the City Inspector. Any heated, scarified, or recompacted pavement that is not
overlaid and which becomes contaminated with dirt, debris, dust, etc., or is left overnight shall
have a tack coat applied prior to overlaying.
Tack coat shall be applied to all vertical surfaces of existing pavements, curbs, gutters and
construction joints in the surfacing against which additional material is to be placed, to a
pavement to be surfaced and to other surfaces designated by the City Inspector. Any tack
material deposited on concrete surfaces not to be overlaid with asphalt concrete will be
removed within five (5) Working Days or the City will cause the work to be done and any cost
incurred shall be deducted from contract retention monies due.
Tack coat shall be applied in one application at a rate of between 0.05 and 0.10 gallon per
square yard of surface covered. Tack coat material shall be applied at a minimum 350 degrees
Fahrenheit (F) from a distributor truck with a heating element capable of raising the temperature
at least 3 degrees F per hour.
The tack coat shall be applied by distributor equipment at a uniform rate. In areas inaccessible
to the spray bar on the applicator truck, SS-1h emulsion may be substituted and applied from a
hand wand at a rate of 0.08 gallons per square yard. In any case where emulsified material is
used, the tack coat shall be allowed to completely break, that is turn completely black (not dark
brown), prior to paving.
The area to which tack coat has been applied shall be closed to public traffic. Care shall be
taken to avoid tracking binder material onto adjacent surfaces. If the area is left unattended,
APPENDIX I -9 - 187
then appropriate “fresh oil” signs must be posted. The Contractor shall be responsible for
resolving all claims related to asphalt materials splashed/tracked on vehicles, concrete,
and private property.
The Contractor shall be responsible for protecting existing storm drain catch inlets and to ensure
that no tack coat spoils are sprayed into storm drain inlets.
No tack coat shall be left exposed overnight. Immediately in advance of placing the asphalt
concrete overlay, additional tack coat shall be applied, as directed by the City, to areas where
the tack coat has been destroyed or otherwise rendered ineffective, and no additional
compensation will be allowed for such work.
Existing concrete curb faces, gutters and driveways shall be protected against disfigurement
from the asphalt. Residue of the tack coat material shall be removed from curb faces, gutters
and driveways by sandblasting to the extent required by the City.
706-4 MEASUREMENT AND PAYMENT
No separate payment will be made for work or other features as required and outlined in this
Section, "Asphalt Tack Coat." Full compensation for such work and features shall be
considered included in the price bid for "Remove and Replace Asphalt Concrete" and “Asphalt
Overlay” and no additional compensation will be allowed therefore. Such payment shall be
considered full compensation for furnishing and maintaining all materials, labor, equipment, and
all incidentals necessary to complete the work in accordance with the Standard Specifications
and these Special Provisions.
APPENDIX I -10 - 188
SECTION 707
ASPHALT CONCRETE
(Bid Item Nos. 5)
707-1 GENERAL
Work to be performed under this Section covers all labor, materials, tools, equipment and
incidentals necessary to furnish and apply, complete in place Asphalt Concrete consisting of
placing asphalt concrete and base to the specified depth, as well as advanced speed humps.
707-2 MATERIALS
Rubberized asphalt concrete material for the top lift shall be ARHM-CG-C or equivalent. The
asphalt cement used to conform to PG 64-16 for performance grade+ rubber. An example mix
design is #57199 from Vulcan Materials Company. Plant inspection: Special “Plant Inspector”
during the processing process shall be incorporated into the contractor’s quality control program
and all cost associated to be paid for by the Contractor. Thickness as follows:
Finish Course C2-PG-64-10
Base Course
(If more than 1 layer)
B-PG-64-10
Overlay C2-PG-64-10
Before paving a paint binder (tack coat) of asphaltic emulsion shall be applied to all existing
vertical surfaces against which paving is to be placed and between pavement courses
constructed more than 24 hours apart.
707-2.1 CRUSHED AGGREGATE BASE
Base material shall be crushed aggregate base in conformance with 200-2.2 of the standard
specifications.
The rock shall have a sand equivalent value not less than 75.
Submit two copies of a report from a testing laboratory verifying that the material specified in
this section (processed miscellaneous base) contains less than one percent (1%) asbestos by
weight or volume, and conforms to the specified gradations or characteristics for processed
miscellaneous base.
707-3 CONSTRUCTION
Sawcutting of existing pavement shall be per Section 704-4.
Prior to placing aggregate base or asphalt concrete, all irrigation sleeves and
electrical/communication conduits shall be installed and backfilled in the locations shown on the
Plans (Appendix VIII). Keep debris out of the pipe at all times. Installation of the pipe shall be
per the manufacturer’s recommendations.
APPENDIX I -11 - 189
Asphalt concrete shall be constructed as specified in Section 302-5 of the Standard
Specifications.
707-4 DISTRIBUTION AND SPREADING
Placement of asphalt concrete shall be in conformance with Subsection 302-5.5 of the Standard
Specifications and these Special Provisions. Asphalt concrete shall be placed in two (2) lifts.
The top lift shall be 1-1/2 inches thick.
No longitudinal joints will be allowed.
The Contractor shall designate staging areas approved by the City Engineer for trucks to
transfer trailers and perform clean out, if necessary. Trucks shall only use the approved
designated areas for these purposes.
The provisions of Subsection 7-2.1 of the Standard Specifications are hereby incorporated into
these Special Provisions, whereby incompetent operators shall be removed from the work.
Indications of lack of experience, or unfamiliarity with the equipment or its operation will be
considered incompetence.
The Contractor shall be responsible for protecting existing storm drain inlets, swales, and
culverts to ensure that no sand, gravel, rock dust, tack coat, asphalt, or spoils from paving
operations enter into storm drain inlets. All PCC, brick or other decorative surfaces within five
hundred (500) feet of the work limits that are to be crossed by trucks used to haul pavement
material shall be covered with sand or other durable covering prior to placement of asphalt
concrete.
The Contractor shall have sufficient power brooms on site during all periods of distribution and
spreading to provide for cleanup of haul routes and work areas. Power broom shall provide
miscellaneous cleanup of pavement material spoils as directed by the City’s Project
Representative.
707-5 ROLLING
Rolling of asphalt concrete shall be in conformance with Subsection 302-5.6 of the Standard
Specifications and these Special Provisions.
An extra breakdown roller shall be on site at all times, free of defects.
Breakdown rolling shall commence when the asphalt concrete is placed. Rolling shall be
accomplished with the drive wheel forward and with the advance and return passes in the same
line.
707-6 MEASUREMENT AND PAYMENT
Measurement and payment for pavement surface preparation shall be made at the contract
lump sum price bid, complete in place, as shown in the Bid Schedule.
The above contract price and payment shall include full compensation for furnishing all labor,
materials, tools, equipment, transportation and incidentals, and for doing all the work involved in
removals, subgrade preparation and constructing asphalt concrete pavement as specified in the
APPENDIX I -12 - 190
approved Plans, Standard Specifications, and these Special Provisions.
APPENDIX I -13 - 191
SECTION 708
PORTLAND CEMENT
CONCRETE IMPROVEMENTS
(Bid Item No. 6)
708-1 GENERAL
Work to be performed under this Section covers all labor, materials, tools, equipment and
incidentals necessary to furnish and apply, complete in place new concrete facilities, including
curb, curb and gutter, local depressions, sidewalks, curb cuts, reinforcing steel, parking sign
posts, and other facilities shown on the Plans (Appendix VIII) shall be constructed at the
locations indicated on the Plans (Appendix VIII) or as directed by the Engineer.
708-2 BASE PREPARATION
Existing subgrade shall be compacted to 95% relative compaction and trimmed to the
dimensions shown on the Plans (Appendix VIII). All work shall comply with Section 300 of the
Standard Specifications. Soil sterilization shall be performed in accordance with Section 301-
1.2 of the Standard Specifications.
708-3 MATERIALS
Concrete shall conform to Section 201 of the Standard Specifications and shall be Class 560-A-
3250 if no other Class is specified on the Plans (Appendix VIII).
Where required, epoxy shall be Simpson Set-XP or approved equivalent.
Reinforcing bar shall be of the dimension shown on the Plans (Appendix VIII), ASTM A615
Grade 60. Submit bending list, placement drawings, and mill test certification for Engineer’s
approval prior to placement.
708-4 CONSTRUCTION
Construction shall conform to Section 303 of the Standard Specifications and the Plans
(Appendix VIII).
Contractor shall protect work until the concrete has cured sufficiently to prevent vandalism
(graffiti inscriptions) to the finished work. Vandalized concrete shall be removed and replaced at
the Contractor's expense.
After concrete is placed and cured, roadway subgrade shall be compacted to 95% relative
compaction and the void filled with asphalt concrete per Section 707.
After curing has been completed and forms have been removed from the new curb and gutter or
sidewalk, the void between the new concrete and the existing parkway shall be filled with clean
native material and the entire parkway left in a clean and orderly condition and ready for
landscape planting where applicable.
Posts for parking signs shall be square posts with knockouts for the mounting bolts. The
APPENDIX I -14 - 192
concrete post foundations shall be a minimum of 12 inches in diameter and 18 inches in depth.
Install a unistrut sleeve in the concrete so if the post is damaged, the City can just replace the
post and not the entire foundation.
The driveway shall have a broom finish along with other horizontal path of travel surfaces. All
other exposed surfaces on concrete improvements shall be screeded. Surface imperfections
shall be dry packed and finished smooth.
Sawcutting of curb shall conform to Specification Section 704-4.
708-5 MEASUREMENT AND PAYMENT
Payment for the various types of concrete improvements shall be paid for on a lump sum basis
as shown in the Bid Schedule. The unit cost of each item shall include all costs associated with
the work including, but not limited to, forming, placing and finishing concrete including the curb,
curb and gutter, local depressions, sidewalks, curb cuts, reinforcing steel, parking sign posts,
and other facilities shown on the Plans (Appendix VIII) and cleanup. Such payment shall be
considered full compensation for furnishing and maintaining all materials, labor, equipment, and
all incidentals necessary to complete the work in accordance with the Standard Specifications,
these Special Provisions, and approved Plans (Appendix VIII).
APPENDIX I -15 - 193
SECTION 709
TRAFFIC SIGNING AND PAVEMENT DELINEATION
(Bid Item No. 7)
709-1 GENERAL
Traffic signing and pavement delineation shall consist of the restoration of the existing and new
traffic striping, pavement markings, reflective and non-reflective raised pavement markers
(including blue hydrant markers), providing traffic signs, and temporary lane line delineation.
The Contractor shall locate and reference any existing pavement striping and marking prior to
starting any work at any location. The pavement shall be delineated as specified in these
Special Provisions, and as directed by the City.
The traffic signs, traffic paint, raised pavement markers, reflective materials, the application of
new thermoplastic striping, and pavement markings, the installation of new raised pavement
markers, and the removal of existing signs, striping, pavement markings and raised pavement
markers shall conform to the provisions in the SSS Sections: 82, "Signs and Markers"; 84, "
Markings"; and 81-3, "Pavement Markers"; in addition to the Standard Plans, and these Special
Provisions. The SSS Measurement and Payment clauses are hereby deleted.
709-2 REFLECTIVE AND NON-REFLECTIVE RAISED PAVEMENT MARKERS
Raised pavement markers shall be supplied and be placed in accordance with the SSS Section
81-3 and these Special Provisions, where applicable.
Pavement markers shall be the same type and color as existing, and the work shall be in
conformance with the SSS Subsection 81-3.03. A materials certificate of compliance will be
required prior to the placement of any markers. Placement of the markers shall be in
conformance with the provisions of the SSS Subsection 81-3.03A. Pavement markers shall be
in place no sooner than fourteen (14) days after the surface course of pavement has been
opened for use.
709-3 PAVEMENT DELINEATION
Replacement striping, pavement legends and symbols shall be painted and raised markers the
same as existing. Striping, pavement legends and symbols shall not be placed until spotted and
the spotting is approved by City. All striping and markings shall be completed within fourteen
(14) days of completing the paving or slurry seal.
Striping details, pavement legends and symbols shall conform to those in Caltrans Standard
Plans, current edition. Pavement legends and symbols shall be white, unless noted otherwise.
All conflicting existing striping and pavement markers, which will not be covered by new
construction shall be removed by wet sandblasting. Painted lines and markings shall be
removed by wet sandblasting. In areas adjacent to the pavement overlay where existing
striping must be revised to conform to a revised striping pattern on the overlay, conflicting
striping shall be removed by wet sandblasting.
APPENDIX I -16 - 194
709-4 TRAFFIC SIGNS
All details and dimensions for traffic signs shall conform to the Caltrans Sign Specifications,
Traffic Manual, Maintenance Manual, and Standard Plans and Standard Specifications. Copies
are available from the Caltrans Central Publication Distribution Unit, 1900 Royal Oaks Drive,
Sacramento, CA 95815. All signs shall be reflectorized high intensity sheeting on 0.080 inch
thick 5052H38 aluminum. Materials shall be certified by the manufacturer as meeting all
applicable specifications.
Sign posts shall be 2-3/8 inch O.D., SCH. 40, galvanized steel pipe, except free-standing Type
K markers may use wide flange metal posts. Sign installation hardware shall be vandal
resistant. Wood posts and wide flange metal posts are not acceptable.
In dirt areas, sign posts shall be embedded 24-inches into an 8-inch diameter by 24-inch deep
PCC foundation. In existing pavement areas, sign posts shall be driven 24-inches through a
core-drilled hole and then grouted in place. In new pavement areas (paved medians and
sidewalks), sign posts shall be driven 24-inches through a 6-inch diameter pavement sleeve and
then grouted in place.
Prior to installation, the Contractor shall verify with the City the precise locations of all traffic
signs.
Traffic signs to be relocated shall be removed and re-set on the existing posts/sleeves or better.
It shall be the Contractor’s responsibility to protect the signs and posts/sleeves during relocation
for their re-use. Signs and posts/sleeves damaged during relocation shall be replaced at the
Contractor’s expense, in accordance with these Special Provisions.
709-5 TEMPORARY MARKINGS
Temporary pavement delineation shall be furnished, placed, maintained and removed in
accordance with the provisions in the SSS Section 12-3.01, "General," and these Special
Provisions. Nothing herein shall be construed as to reduce the minimum standards specified in
the Manual of Traffic Controls, or as relieving the Contractor from his/her responsibility as
provided in the SSS Section 7-1.04, "Public Safety."
Lane line and/or centerline pavement delineation where pre-existing or shown to be installed in
like kind shall be provided at all times for traveled ways open to public traffic. Whenever the
work causes obliteration of any pavement delineation, temporary pavement delineation or
permanent traffic stripes delineation of the appropriate color and detail shall be in place prior to
opening the traveled way to public traffic. The delineation shall be placed in the location shown
on the striping plans for permanent delineation (modified if necessary to provide a proper length
transition to an adjacent Segment).
Surfaces on which temporary pavement delineation is to be applied shall be cleaned of all dirt
and loose material and shall be dry when the pavement delineation is applied.
All work necessary to establish satisfactory lines for temporary pavement delineation shall be
performed by the Contractor. Temporary pavement delineation that is damaged from any cause
during the progress of the work shall be immediately repaired or replaced by the Contractor at
the Contractor's expense.
APPENDIX I -17 - 195
Temporary reflective pavement markers shall be applied in accordance with the manufacturer's
recommendations. Butyl adhesive pads shall be used to apply temporary reflective pavement
markers to the top layer of permanent surfacing or existing surfacing.
Temporary pavement delineation shall be maintained until replaced with the planned permanent
pavement striping.
Full compensation for furnishing, placing, maintaining, and replacing (regardless of the number
of times it is required) temporary pavement delineation, and for removal and disposal of the
temporary reflective pavement markers shall be considered as included in the contract prices
bid paid for the various items of work and no separate payment shall be made therefore.
Full compensation for removing and disposing of existing or temporary pavement markers shall
be considered as included in the contract unit price bid for traffic signing and pavement
delineation and no separate payment shall be made therefore.
709-6 PAINT PAVEMENT MARKING MATERIAL
Paint shall be applied at a rate of 16 to 18 gallons per mile of solid 4-inch wide stripe (one gallon
for every 98 square feet). The dry paint film thickness shall be eight to ten mils. Two (2) coats of
paint shall be applied with adequate drying time between applications. Glass beads shall
conform to the requirements of State Specification 8010-22. All work to be completed and in
place in accordance with project specifications, permits, and as directed by the City.
709-7 MEASUREMENT AND PAYMENT
Measurement and payment for traffic signing and pavement delineation and for associated work
shall be made at the contract lump sum price bid, complete in place, as shown in the Bid
Schedule.
The above contract price and payment shall be considered as full compensation for furnishing
all labor, tools, equipment, materials, transportation and incidentals, and for doing all the work
involved and necessary for construction of traffic signing and pavement delineation, complete in
place, as specified in the SSS, these Special Provisions and Plans (Appendix VIII).
Damage of any signs, posts or post sleeves as a result of the construction operations, shall be
considered as included in the contract unit lump sum prices bid for other applicable items of
work, and no additional compensation will be allowed therefore.
APPENDIX I -18 - 196
SECTION 710
LANDSCAPING AND IRRIGATION
(Bid Item No. 8)
710-1 GENERAL
Landscaping work shall consist of all items shown on the landscaping plan sheets, (with the
exception of the “Mainline and P.O.C. Note” which shall be a separate bid line, including, but not
limited to, irrigation, planting, planting media, and the bio-infiltration planter. Materials shall be
as specified in the landscaping plan sheets and bio-infiltration planter details.
710-2 MEASUREMENT AND PAYMENT
Payment for the landscaping improvements shall be paid for on a lump sum basis as shown in
the Bid Schedule. The lump sum or unit price shall include all costs associated with the work
including, but not limited to, installation of all irrigation items, planting, soil analysis, and planting
media as shown on the Plans (Appendix VIII). Such payment shall be considered full
compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals
necessary to complete the work in accordance with the Standard Specifications and these
Special Provisions and Plans (Appendix VIII).
APPENDIX I -19 - 197
SECTION 711
MAINLINE AND P.O.C. NOTE
(Bid Item No. 9)
711-1 GENERAL
As included in Drawing No. L-1.1 of the Plans (Appendix VIII), Contractor shall, connect the new
mainline to the existing system P.O.C. location approximately 600 feet east-south side of
access road. Contractor to extend controller wires to connect to new valves and coordinate with
City for connection. Contractor to field verify P.O.C. location. Refer to P.O.C. enlargement note
on Drawing No. L-1.1 of the Plans (Appendix VIII).
711-2 MEASUREMENT AND PAYMENT
New mainline to existing system location shall be made at the contract unit price per lineal foot,
complete in place, as shown in the Bid Schedule. Actual P.O.C. may be less than 600 feet.
Unit price shall reflect and consider this range. Payment will be made at the unit price bid on
the basis of actual linear feet, in accordance with the Plans (Appendix VIII) and these Special
Provisions.
Such payment shall be considered full compensation for providing all labor, materials, and
equipment and performing all work related to connecting the new mainline to the existing
system P.O.C. in accordance with the Standard Specifications and these Special Provisions and
Plans (Appendix VIII).
APPENDIX I -20 - 198
SECTION 712
LIGHTING
(Bid Item No. 10)
712-1 GENERAL
Contractor shall procure and install lighting bollards as specified in Construction Note 25 and
Sheet CE-11 in the Plans (Appendix VIII) . Materials shall be as specified in the Plan sheets
and includes connection to existing City electrical line located in existing landscaping are
located north of the proposed driveway.
712-2 MEASUREMENT AND PAYMENT
Payment for the lighting improvements shall be paid for on a lump sum basis as shown in the
Bid Schedule. The lump sum price shall include all costs associated with the work including, but
not limited to, installation of all wiring and lighting as shown on the Plans (Appendix VIII). Such
payment shall be considered full compensation for furnishing and maintaining all materials,
labor, equipment, and all incidentals necessary to complete the work in accordance with the
Standard Specifications, Special Provisions and Plans (Appendix VIII).
APPENDIX I -21 - 199
SECTION 713
RELEASE ON CONTRACT
(Bid Item No. 12)
713-1 GENERAL
Prior to receiving final payment, the Contractor shall execute a "Release on Contract" form
(included in Appendix VII of these Specifications) which shall operate as, and shall be a release
to the City, the City Council, and each member of the City Council and their agents, from all
claims and liability to the Contractor for anything done or furnished for, or relating to, the work or
for any act of neglect of the City or of any person relating to or affecting the work, except the
claim against the City for the remainder, if any there be, of the amounts kept or retained as
provided in the SSPWC Subsection 9-3, "Payment," and except for any unsettled claims listed
on said form which have been filed in compliance with the requirements for making claims.
713-2 PAYMENT
A payment of $1.00 will be made to the Contractor for executing this document.
APPENDIX I -22 - 200
APPENDIX II
FEDERAL TRANSIT ADMINISTRATION (FTA) REQUIREMENTS
1. FEDERAL CHANGES
The Contractor shall at all times comply with all applicable Federal Transit Administration
(FTA) regulations, policies, procedures and directives, including without limitation those
listed directly or by reference in the grant agreements between the Ventura County
Transportation Commission (VCTC/COMMISSION) and FTA, as they may be amended or
promulgated from time to time during the term of this Agreement. Failure by the Contractor
to so comply shall constitute a material breach of this Agreement. In the event any such
changes significantly affect the cost or the schedule to perform the work, the Contractor
shall be entitled to submit a claim for an equitable adjustment under the applicable
provisions of this Agreement.
2. NO GOVERNMENT OBLIGATIONS TO THIRD PARTIES
The City of Moorpark (City) and the Contractor acknowledge and agree that,
notwithstanding any occurrence by the Federal Government in or approval of this
solicitation or award of this Agreement, absent the express written consent by the Federal
Government, the Federal Government is not a party to this Agreement and shall not be
subject to any obligations or liabilities to City, the Contractor, or any other party (whether or
not a party to this Agreement) pertaining to any matter resulting from this Agreement.
The Contractor agrees to include the above clause in each subcontract financed in whole
or part with Federal assistance provided by FTA. It is further agreed that the clause shall
not be modified, except to identify the subcontractor who will be subject to its provisions.
3. INTEREST OF EMPLOYEES
No member officer or employee of City, during his/her tenure or for one (1) year thereafter,
shall have any interest, direct or indirect, in the Agreement or the proceeds thereof.
To each party’s knowledge, no City Council member, officer or employee of City has any
interest, whether contractual, non-contractual, financial or otherwise, in this transaction, or
in the business of the contracting party other than City, and if any such interest comes to
the knowledge of either party at any time, a full and complete disclosure of all such
information will be made in writing to the other party or parties, even if such interest would
not be considered a conflict of interest under Article 4 (commencing with Section 1090) or
Article 4.6 (commencing with Section 1 120) of Division 4 of Title 1 of the Government
Code of the State of California.
4. INTEREST OF MEMBERS OF CONGRESS
No member of or delegate of the Congress of the United States shall be admitted to any
share or part of this Agreement or to any benefit arising therefrom.
APPENDIX II-1- 201
5. DISADVANTAGED BUSINESS PARTICIPATION
In connection with the performance of this Agreement, the Contractor shall cooperate with
COMMISSION in meeting COMMISSION’s commitments and goals with regard to the
maximum utilization of Disadvantaged Business Enterprises (DBE) and will use its best
efforts to ensure that DBEs shall have the maximum practicable opportunity to compete for
subcontract work under this Agreement. Contractor shall submit with proposal certification
of the actual percentage of DBE utilization for this project.
A DBE is a business owned and controlled by one or more socially and economically
disadvantaged individuals. For the purpose of definition, DBE means an enterprise with
control by an individual or individuals who is/are Female, Black American, African
American, Asian Pacific American, Asian Indian American or Native American, and other
minorities or individuals found to be disadvantaged by the Small Business Administration
pursuant to Section 8(a) of the Small Business Act, as further described in Urban Mass
Transportation Administration Circular C4716.1A.
Owned and controlled means a business which is: (1) A sole proprietorship legitimately
owned by a socially and economically disadvantaged individual; (2) A partnership or joint
venture controlled by socially and economically disadvantaged individuals, and in which at
least fifty-one percent (51%) of the beneficial ownership interests legitimately are held by
socially and economically disadvantaged individuals; or (3) A corporate or other entity
controlled by socially and economically disadvantaged individuals, in which at least fifty-one
percent (51%) of the voting interests legitimately are held by socially and economically
disadvantaged individuals.
The VCTC has established a DBE Program pursuant to 49 Code of Federal Regulations
(CFR) Part 26, which applies to this Agreement. The requirements and procedures of
VCTC’s DBE Program are hereby incorporated by reference into this Agreement. Failure
by any party to this Agreement to carry out VCTC’s DBE Program procedures and
requirements or applicable requirements of 49 CFR Part 26 shall be considered a material
breach of this Agreement, and may be grounds for termination of this Agreement, or such
other appropriate administrative remedy. Each party to this Agreement shall ensure that
compliance with VCTC’s DBE Program shall be included in any and all sub-agreements
entered into which arise out of or are related to this Agreement.
Contractor’s failure to make good faith efforts to comply with VCTC’s DBE Program shall be
considered a material breach of this Agreement and may give rise to certain administrative
penalties and proceedings, including, but not limited to, those set forth in 49 CFR Part
26.107.
No later than thirty (30) working days after receiving payment of retention from City for work
satisfactorily performed by any of its subcontractors for services rendered arising out of or
related to this Agreement, Contractor shall make full payment to its subcontractors of all
compensation due and owing under the relevant subcontract agreement, unless excused
by City for good cause pursuant to provisions of Section 5.1 below.
No later than thirty (30) days after receiving payment of retention from City for work
satisfactorily performed by any of its subcontractors for services rendered arising out of or
related to this Agreement, Contractor shall also make full payment to its subcontractors of
all retentions withheld by it pursuant to the relevant subcontract agreement, unless excused
APPENDIX II-2-
82000-0016\1919347v1.doc 202
by City for good cause pursuant to provisions of Section 5.1 below.
There shall be no substitution of any DBE subcontractors subsequent to award of this
Agreement without the written approval of the City’s DBE Officer.
5.1 Good Cause
Contractor may only delay or postpone any payment obligation (or retention) to any of its
subcontractors for services rendered arising out of or related to this Agreement where, in
City’s sole estimation, good cause exists for such a delay or postponement. All such
determinations on City’s part that good cause exists for the delay or postponement of
Contractor’s payment obligation to its subcontractor must be made prior to the time when
payment to the subcontractor would have been otherwise due by Contractor.
6. TITLE VI OF THE CIVIL RIGHTS ACT OF 1964
During the performance of this Agreement, the Contractor, for itself, its assignees and
successors in interest (hereinafter referred to as the “Contractor”), and subcontractors
agree as follows:
A. COMPLIANCE WITH REGULATIONS: The Contractor shall comply with the
Regulations relative to nondiscrimination in federally assisted programs of the
Department of Transportation (DOT) Title 49, CFR Part 21, as they may be amended
from time to time, (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this contract.
B. NONDISCRIMINATION: In accordance with Title VI of the Civil Rights act, as
amended, 42 United States Code (USC) 200d section 303 of the Age Discrimination
Act of 1975, as amended, 42 USC 6102, section 202 of the ADA of 1990, 42 USC
12132, and Federal Transit laws at 49 USC 5332, the Contractor agrees that it will not
discriminate against any employee or applicant for employment because of race,
color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees
to comply with applicable Federal implementing regulations and other implementing
requirements FTA may issue.
C. EQUAL EMPLOYMENT OPPORTUNITY: The following equal employment
opportunity requirements apply to this Agreement:
1. Race, Color, Creed, National Origin, Sex – In accordance with Title VII of the
Civil Rights Act, as amended, 42 USC 5332, the Contractor agrees to comply
with all applicable equal employment opportunity requirements of the United
States Department of Labor (USDOL) regulations, “Office of Federal Contract
Compliance Programs, Equal Employment Opportunity, Department of Labor,”
41 CFR Parts 60 et seq., (which implement Executive Order No. 11246 Relating
to Equal Employment Opportunity,” as amended by Executive Order No. 11375,
“Amending Executive Order No. 11246 Relating to Equal Employment
Opportunity,” 42 USC 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect
construction activities undertaken in the course of the project for which this
Agreement work is being performed. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated
APPENDIX II-3-
82000-0016\1919347v1.doc 203
during employment, without regard to their race, color, creed, national origin, sex,
or age. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer, recruitment of recruitment
advertising, layoff or termination; rates of pay or other forms of compensation;
and selection for training, including apprenticeship. In addition, the contractor
agrees to comply with any implementing requirements FTA may issue.
2. Age – In accordance with Section 4 of the Age Discrimination in Employment Act
of 1967, as amended, 29 USC 623 and Federal Transit laws at 49 USC 5332, the
Contractor agrees to refrain from discrimination against present and prospective
employees for reasons of age. In addition, the Contractor agrees to comply with
any implementing requirements FTA may issue.
3. Disabilities – In accordance with Section 102 of the ADA of 1990, as amended,
42 USC 12112, the Contractor agrees that it will comply with the requirements of
United States Equal Employment Opportunity Commission, “Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities
Act,” 29 CFR Part 1630, pertaining to employment of persons with disabilities. In
addition, the Contractor agrees to comply with any implementing requirements
FTA may issue.
4. Immigration and Naturalization Act of 1986 – In connection with the execution
of this Agreement, the Contractor must comply with all aspects of the Federal
Immigration and Naturalization Act of 1986.
D. SOLICITATIONS FOR SUBCONTRACTORS, INCLUDING PROCUREMENT OF
MATERIALS AND EQUIPMENT: In all solicitations either by competitive bidding or
negotiation made by the Contractor for work to be performed under a subcontract,
including procurement of materials or leases of equipment, each potential
subcontractor or supplier shall be notified by the Contractor of the Contractor’s
obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, or national origin.
E. INFORMATION AND REPORTS: The Contractor shall provide all information and
reports required by the Regulations or directives issued pursuant thereto, and shall
permit access to its books, records, accounts, other sources of information, and its
facilities as may be determined by City or the FTA to be pertinent to ascertain
compliance with such Regulations, orders and instructions. Where any information
required of a Contractor is in the exclusive possession of another who fails or refuses
to furnish this information, the Contractor shall so certify to City or the FTA as
appropriate, and shall set forth what efforts it has made to obtain the information.
F. SANCTIONS FOR NONCOMPLIANCE: In the event of the Contractor’s
noncompliance with nondiscrimination provisions of this Agreement, City shall impose
contract sanctions as it or the FTA may determine to be appropriate, including, but
not limited to:
1. Withholding of payments to the Contractor under the Agreement until the
Contractor complies; and/or
2. Cancellation, termination, or suspension of the Agreement, in whole or in part.
APPENDIX II-4-
82000-0016\1919347v1.doc 204
G. INCORPORATION OF PROVISIONS: The Contractor shall take such action with
respect to any subcontract or procurement as City or the FTA may direct as a means
of enforcing such provisions including sanctions for noncompliance: provided,
however, that, in the event a Contractor becomes involved in, or is threatened with,
litigation with a subcontractor or supplier as a result of such direction, the Contractor
may request City, and in addition, the Contractor may request the United States to
enter into such litigation to protect the interests of the United States.
H. SUBCONTRACTS: The Contractor also agrees to include these requirements in
each subcontract financed in whole or in part with Federal assistance provided by
FTA, modified only if necessary to identify the affected parties.
7. BUY AMERICA REQUIREMENTS
The Contractor agrees to comply with 49 USC 5323C(j) and 49 CFR Part 661, which
provided that Federal Funds may not be obligated unless steel, iron, and manufactured
products in FTA-funded projects are produced in the United States, unless a waiver has
been granted by FTA or the project is subject to a general waiver listed in 49 CFR 661.7.
8. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
A. OVERTIME REQUIREMENTS: No contractor or subcontractor contracting for any
part of the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek in
which he or she is employed on such work to work in excess of forty (40) hours in
such workweek unless such laborer or mechanic receives compensation at a rate not
less than one and one-half times the basic rate of pay for all hours worked in excess
of forty (40) hours in such workweek.
B. VIOLATION; LIABILITY FOR UNPAID WAGES; LIQUIDATED DAMAGES: In the
event of any violation of the clause set forth in paragraph (A) of this section the
Contractor and any subcontractor responsible therefor shall be liable for the unpaid
wages. In addition, such Contractor and subcontractor shall be liable to the United
States for liquidated damages. Such liquidated damages shall be computed with
respect to each individual laborer or mechanic, including security guards, and guards,
employed in violation of the clause set forth in paragraph (A) of this section, in the
sum of ten dollars ($10) for each calendar day on which such individual was required
or permitted to work in excess of the standard workweek of forty (40) hours without
payment of the overtime wages required by the clause set forth in paragraph (A) of
this section.
C. WITHHOLDING FOR UNPAID WAGES AND LIQUIDATED DAMAGES: The City
shall upon its own action or upon written request of an authorized representative of
the USDOL withhold or cause to be withheld, from any moneys payable on account of
work performed by the Contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any other federally-assisted
contract subject to the contract Work Hours and Safety Standards Act, which is held
by the same prime contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such Contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph (B) of this
section.
APPENDIX II-5-
82000-0016\1919347v1.doc 205
D. SUBCONTRACTS: The Contractor or subcontractor shall insert in any subcontracts
the clauses set forth in this section and also a clause requiring the subcontractor to
include these clauses in any lower tier subcontracts. The prime Contractor shall be
responsible for compliance by any lower tier subcontracts. The prime Contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in this section.
E. PAYROLLS AND BASIC RECORDS:
1. The Contractor agrees to comply with section 107 of the Contract Work Hours
and Safety Standards Act, 40 USC section 333, and applicable DOL regulations,
“Safety and Health Regulations for Construction” 29 CFR Part 1926. Among other
things, the Contractor agrees that it will not require any laborer or mechanic to
work in unsanitary, hazardous, or dangerous surroundings or working conditions.
2. Subcontracts – The Contractor also agrees to include the requirements of this
section in each subcontract. The term “subcontract” under this section is
considered to refer to a person who agrees to perform any part of the labor or
material requirements of a contract for construction, alteration or repair. A person
who undertakes to perform a portion of a contract involving furnishing of supplies
or materials will be considered a “subcontractor” under this section if the work in
question involves the performance of construction work and is to be performed:
(1) directly on or near the construction site, or (2) by the employer for the specific
project on a customized basis. Thus, a supplier of materials which will become an
integral part of the construction is a “subcontractor” if the supplier fabricates or
assembles the goods or materials in question specifically for the construction
project and the work involved may be said to be construction activity. If the goods
or materials in question are ordinarily sold to other customers from regular
inventory, the supplier is not a “subcontractor.” The requirements of this section
do not apply to contracts or subcontracts for the purchase of supplies or materials
or articles normally available on the open market.
9. DAVIS-BACON ACT
A. MINIMUM WAGES:
1. All laborers and mechanics employed or working upon the site of the work (or
under the United States Housing Act of 1937 or under the Housing Act of 1949 in
the construction or development of the project), will be paid unconditionally and
not less often than once a week, and without subsequent deduction or rebate on
any account (except such payroll deductions as are permitted by regulations
issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the
full amount of wages and bona fide fringe benefits (or cash equivalents thereof)
due at time of payment computed at rates not less than those contained in the
wage determination of the Secretary of Labor which is attached hereto and made
a part hereof, regardless of any contractual relationship which may be alleged to
exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits
under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics
APPENDIX II-6-
82000-0016\1919347v1.doc 206
are considered wages paid to such laborers or mechanics, subject to the
provisions of paragraph 9.A.4. of this section; also, regular contributions made or
costs incurred for more than a weekly period (but not less often than quarterly)
under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage determination for the classification of work actually
performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4).
Laborers or mechanics performing work in more than one classification may be
compensated at the rate specified for each classification for the time actually
worked therein: Provided that the employer's payroll records accurately set forth
the time spent in each classification in which work is performed. The wage
determination and the Davis-Bacon poster (WH-1321) shall be posted at all times
by the Contractor and its subcontractors at the site of the work in a prominent
and accessible place where it can be easily seen by the workers.
2. Whenever the minimum wage rate prescribed in the contract for a class of
laborers or mechanics includes a fringe benefit which is not expressed as an
hourly rate, the Contractor shall either pay the benefit as stated in the wage
determination or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
3. If the Contractor does not make payments to a trustee or other third person, the
Contractor may consider as part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona fide fringe benefits
under a plan or program, provided, that the Secretary of Labor has found, upon
the written request of the contractor, that the applicable standards of the Davis-
Bacon Act have been met. The Secretary of Labor may require the contractor to
set aside in a separate account assets for the meeting of obligations under the
plan or program.
4. (A) The contracting officer shall require that any class of laborers or mechanics
which is not listed in the wage determination and which is to be employed under
the Agreement shall be classified in conformance with the wage determination.
The contracting officer shall approve an additional classification and wage rate
and fringe benefits therefor only when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by
a classification in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a
reasonable relationship to the wage rates contained in the wage
determination.
(B) If the Contractor and the laborers and mechanics to be employed in the
classification (if known), or their representatives, and the contracting officer agree
on the classification and wage rate (including the amount designated for fringe
benefits where appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour Division,
Employment Standards Administration, Washington, DC 20210. The
Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within thirty (30) days of receipt
and so advise the contracting officer or will notify the contracting officer within the
APPENDIX II-7-
82000-0016\1919347v1.doc 207
thirty (30) day period that additional time is necessary.
(C) In the event the Contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on
the proposed classification and wage rate (including the amount designated for
fringe benefits, where appropriate), the contracting officer shall refer the
questions, including the views of all interested parties and the recommendation
of the contracting officer, to the Administrator for determination. The
Administrator, or an authorized representative, will issue a determination within
thirty (30) days of receipt and so advise the contracting officer or will notify the
contracting officer within the thirty (30)-day period that additional time is
necessary.
(D) The wage rate (including fringe benefits where appropriate) determined
pursuant to paragraphs 9.A.4.(B) or (C) of this section, shall be paid to all
workers performing work in the classification under this Agreement from the first
day on which work is performed in the classification.
B. WITHHOLDING: The State shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld
from the Contractor under this Agreement or any other Federal contract with the same
prime Contractor, or any other federally-assisted contract subject to Davis-Bacon
prevailing wage requirements, which is held by the same prime Contractor, so much of
the accrued payments or advances as may be considered necessary to pay laborers
and mechanics, including apprentices, trainees, and helpers, employed by the
Contractor or any subcontractor the full amount of wages required by the Agreement.
In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work (or under the United
States Housing Act of 1937 or under the Housing Act of 1949 in the construction or
development of the project), all or part of the wages required by the Agreement, the
State may, after written notice to the Contractor, sponsor, applicant, or owner, take
such action as may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds until such violations have ceased.
C. PAYROLLS AND BASIC RECORDS:
1. Payrolls and basic records relating thereto shall be maintained by the contractor
during the course of the work and preserved for a period of three (3) years
thereafter for all laborers and mechanics working at the site of the work (or under
the United States Housing Act of 1937, or under the Housing Act of 1949, in the
construction or development of the project). Such records shall contain the
name, address, and social security number of each such worker, his or her
correct classification, hourly rates of wages paid (including rates of contributions
or costs anticipated for bona fide fringe benefits or cash equivalents thereof of
the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and
weekly number of hours worked, deductions made and actual wages paid.
Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the
wages of any laborer or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program described in section
1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which
show that the commitment to provide such benefits is enforceable, that the plan
or program is financially responsible, and that the plan or program has been
APPENDIX II-8-
82000-0016\1919347v1.doc 208
communicated in writing to the laborers or mechanics affected, and records
which show the costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under approved
programs shall maintain written evidence of the registration of apprenticeship
programs and certification of trainee programs, the registration of the apprentices
and trainees, and the ratios and wage rates prescribed in the applicable
programs.
2. (A) The Contractor shall submit weekly for each week in which any Agreement
work is performed a copy of all payrolls to the State for transmission to the FTA.
The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under 29 CFR part 5. This information
may be submitted in any form desired. Optional Form WH-347 is available for
this purpose and may be purchased from the Superintendent of Documents
(Federal Stock Number 029-005-00014-1), U.S. Government Printing Office,
Washington, DC 20402. The prime Contractor is responsible for the submission
of copies of payrolls by all subcontractors.
(B) Each payroll submitted shall be accompanied by a "Statement of
Compliance," signed by the Contractor or subcontractor or his or her agent
who pays or supervises the payment of the persons employed under the
Agreement and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be
maintained under 29 CFR part 5 and that such information is correct and
complete;
(2) That each laborer or mechanic (including each helper, apprentice, and
trainee) employed on the Agreement during the payroll period has been paid
the full weekly wages earned, without rebate, either directly or indirectly, and
that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations,
29 CFR part 3;
(3) That each laborer or mechanic has been paid not less than the applicable
wage rates and fringe benefits or cash equivalents for the classification of
work performed, as specified in the applicable wage determination
incorporated into the Agreement.
(C) The weekly submission of a properly executed certification set forth on the
reverse side of Optional Form WH-347 shall satisfy the requirement for
submission of the "Statement of Compliance" required by paragraph 9.C.2.(B) of
this section.
(D) The falsification of any of the above certifications may subject the Contractor
or subcontractor to civil or criminal prosecution under section 1001 of Title 18
and section 231 of Title 31 of the USC.
3. The Contractor or subcontractor shall make the records required under
paragraph 9.C.1. of this section available for inspection, copying, or transcription
by authorized representatives of the FTA or the USDOL, and shall permit such
representatives to interview employees during working hours on the job. If the
Contractor or subcontractor fails to submit the required records or to make them
available, the Federal agency may, after written notice to the Contractor,
sponsor, applicant, or owner, take such action as may be necessary to cause the
suspension of any further payment, advance, or guarantee of funds.
APPENDIX II-9-
82000-0016\1919347v1.doc 209
Furthermore, failure to submit the required records upon request or to make such
records available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. APPRENTICES AND TRAINEES
(A) Apprentices - Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed
pursuant to and individually registered in a bona fide apprenticeship program
registered with the USDOL, Employment and Training Administration, Bureau
of Apprenticeship and Training, or with a State Apprenticeship Agency
recognized by the Bureau, or if a person is employed in his or her first ninety
(90) days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but
who has been certified by the Bureau of Apprenticeship and Training or a
State Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice. The allowable ratio of
apprentices to journeymen on the job site in any craft classification shall not
be greater than the ratio permitted to the Contractor as to the entire work
force under the registered program. Any worker listed on a payroll at an
apprentice wage rate, who is not registered or otherwise employed as stated
above, shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition,
any apprentice performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually
performed. Where a contractor is performing construction on a project in a
locality other than that in which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman's hourly rate) specified in
the contractor's or subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the
registered program for the apprentice's level of progress, expressed as a
percentage of the journeymen hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in accordance with
the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for the applicable
classification. If the Administrator of the Wage and Hour Division of the
USDOL determines that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship and Training, or a
State Apprenticeship Agency recognized by the Bureau, withdraws approval
of an apprenticeship program, the Contractor will no longer be permitted to
utilize apprentices at less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(B) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted
to work at less than the predetermined rate for the work performed unless
they are employed pursuant to and individually registered in a program which
has received prior approval, evidenced by formal certification by the USDOL,
Employment and Training Administration. The ratio of trainees to journeymen
on the job site shall not be greater than permitted under the plan approved by
the Employment and Training Administration. Every trainee must be paid at
APPENDIX II-10-
82000-0016\1919347v1.doc 210
not less than the rate specified in the approved program for the trainee's level
of progress, expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees shall be paid fringe
benefits in accordance with the provisions of the trainee program. If the
trainee program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination unless the
Administrator of the Wage and Hour Division determines that there is an
apprenticeship program associated with the corresponding journeyman wage
rate on the wage determination which provides for less than full fringe
benefits for apprentices. Any employee listed on the payroll at a trainee rate
who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classification of work
actually performed. In addition, any trainee performing work on the job site in
excess of the ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination for the work
actually performed. In the event the Employment and Training Administration
withdraws approval of a training program, the Contractor will no longer be
permitted to utilize trainees at less than the applicable predetermined rate for
the work performed until an acceptable program is approved.
(C) Equal employment opportunity - The utilization of apprentices, trainees and
journeymen under this part shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as amended, and 29
CFR part 30.
5. SUBCONTRACTS - The Contractor or subcontractor shall insert in any
subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such
other clauses as the FTA may by appropriate instructions require, and also a
clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime Contractor shall be responsible for the compliance by
any subcontractor or lower tier subcontractor with all the contract clauses in 29
CFR 5.5.
6. AGREEMENT TERMINATION: DEBARMENT - A breach of the contract clauses
in 29 CFR 5.5 may be grounds for termination of the Agreement, and for
debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
7. COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REQUIREMENTS -
All rulings and interpretations of the Davis-Bacon and Related Acts contained in
29 CFR parts 1, 3, and 5 are herein incorporated by reference in this Agreement.
8. DISPUTES CONCERNING LABOR STANDARDS - Disputes arising out of the
labor standards provisions of this Agreement shall not be subject to the general
disputes clause of this Agreement. Such disputes shall be resolved in
accordance with the procedures of the USDOL set forth in 29 CFR parts 5, 6,
and 7. Disputes within the meaning of this clause include disputes between the
Contractor (or any of its subcontractors) and the contracting agency, the USDOL,
or the employees or their representatives.
9. CERTIFICATION OF ELIGIBILITY
APPENDIX II-11-
82000-0016\1919347v1.doc 211
(A) By entering into this Agreement, the Contractor certifies that neither it (nor he
or she) nor any person or firm who has an interest in the Contractor's firm is a
person or firm ineligible to be awarded Government contracts by virtue of
section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(B) No part of this Agreement shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of section 3(a) of the
Davis-Bacon Act or 29 CFR 5.12(a)(1).
(C) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 USC 1001.
10. ACCESS TO RECORDS AND REPORTS
The Contractor agrees to provide City, VCTC, the FTA Administrator, the Comptroller
General of the United States or of any of their authorized representatives access to any
books, documents, papers and records of the Contractor which are directly pertinent to this
Contract for the purposes of making and conducting audits, inspections, examinations,
excerpts, and transcriptions.
The Contractor also agrees, pursuant to 49 CFR 633.1.7, to provide the FTA Administrator
or his or her authorized representatives, including any Project Management Oversight
(PMO) contractor, access to the Contractor’s records and construction sites pertaining to a
major capital project, defined at 49 USC 5302(a)1, which is receiving federal financial
assistance through the programs described in 49 USC 5307, 5309 or 5311. The
Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
The Contractor agrees to maintain all books, records, accounts and reports required under
this Agreement for a period of not less than three (3) years after the date of termination or
expiration of this Agreement, except in the event of litigation or settlement of claims arising
from the performance of this Agreement, in which case the Contractor agrees to maintain
such books, records, account and reports until the City, VCTC, the FTA Administrator, the
Comptroller general, or any of their duly authorized representatives, have disposed of all
such litigation, appeals, claims or exceptions related thereto.
11. CARGO PREFERENCE – USE OF UNITED STATES FLAG VESSEL
Pursuant to 46 CFR Part 381, the following provisions are applicable in the event
equipment, materials or commodities will be transported by ocean vessel in carrying out
the work under this Agreement. In such event, the Contractor agrees as follows:
A. To utilize privately owned United States-flag commercial vessels to ship at least 50
percent (50%) of the gross tonnage (computed separately for dry bulk carriers, dry
cargo liners, and tankers) involved, whenever shipping any equipment, materials or
commodities pursuant to this Agreement, to the extent such vessels are available at
fair and reasonable rates for United States-flag commercial vessels.
B. To furnish within twenty (20) days following the date of loading for shipments
originating within the United States, or within thirty (30) working days following the
date of a rated, “on board” commercial bill-of-lading in English for each shipment of
cargo described in subparagraph A above to the City (through the contractor in the
case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of
APPENDIX II-12-
82000-0016\1919347v1.doc 212
Market Development, Maritime Administration, 400 Seventh Street SW, Washington
D.C. 20590, marked with appropriate identification of the project.
C. To insert the substance of the provisions of this clause in any subcontracts issued
pursuant to this Agreement when the subcontract may involve the transport of
equipment, material or commodities by ocean vessel.
12. SUBCONTRACTORS’ CERTIFICATE REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY OR VOLUNTARY EXCLUSION
A. The Contractor shall include in each subcontract exceeding one hundred thousand
dollars ($100,000), regardless of tier, a clause requiring each lower tiered
subcontractor to provide the certification set forth in paragraph B of this section. Each
subcontract, regardless of tier, shall contain a provision that the subcontractor shall
knowingly enter into any lower tier subcontract exceeding one hundred thousand
dollars ($100,000) with a person who is disbarred, suspended or declared ineligible
from obtaining federal assistance funds. If a proposed subcontractor is unable to
certify to the statements in the following certification, the Contractor shall promptly
notify City and provide all applicable documentation.
B. Each subcontractor with a subcontract exceeding one hundred thousand dollars
($100,000) shall certify as follows:
Subcontractor’s Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion
1. ___________________________________(“subcontractor”) certifies, by
submission of its proposal to
________________________________________________ (“Contractor”), that
neither it nor its “principals” (as defined in 49 CFR 29.105(p)1 is presently
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in contracts by any Federal department or agency.
2. If subcontractor is unable to certify to the statements in the certification,
subcontractor has attached a written explanation to its proposal to the
Contractor.
13. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act
of 1986, as amended, 31 USC 3801 et seq. and DOT regulations, “Program Fraud Civil
Remedies,” 49 CFR Part 31, apply to its actions pertaining to this Agreement. Upon
execution of this Agreement, the Contractor certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make, or causes to be made,
pertaining to this Agreement or the FTA assisted project for which this Agreement work is
being performed. In addition to other penalties that may be applicable, the Contractor
further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal Government reserves the right to
impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to
the extent the Federal Government deems appropriate.
APPENDIX II-13-
82000-0016\1919347v1.doc 213
The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious,
or fraudulent claim, statement, submission, or certification to the Federal Government
under a contract connected with a project that is financed in whole or in part with Federal
assistance originally awarded by FTA under the authority of 49 USC 5307, the Government
reserves the right to impose the penalties of 18 USC 1001 and 49 USC 5307(n)(1) on the
Contractor, to the extent the Federal Government deems appropriate.
The Contractor agrees to include the above two clauses in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the
clauses shall not be modified, except to identify the subcontractor who will be subject to the
provisions.
14. LOBBYING
Contractors who apply or bid for an award of one hundred thousand dollars ($100,000) or
more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying."
Each tier certifies to the tier above that it will not and has not used Federal appropriated
funds to pay any person or organization for influencing or attempting to influence an officer
or employee of any agency, a member of Congress, officer or employee of Congress, or an
employee of a member of Congress in connection with obtaining any Federal contract,
grant or any other award covered by 31 USC 1352. Each tier shall also disclose the name
of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying
contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or
award covered by 31 USC 1352. Such disclosures are forwarded from tier to tier up to the
recipient.
15. COPELAND ANTI-KICKBACK ACT
The Contractor shall comply with the requirements of 29 CFR part 3, which are
incorporated by reference in this contract.
16. ENVIRONMENTAL REQUIREMENTS
The Contractor agrees to comply with all applicable standards, orders or requirements as
follows:
A. CLEAN AIR: The Contractor shall comply with all air pollution control rules,
regulations, ordinances and statutes which apply to any work performed pursuant to
the Agreement, including any air pollution control rules, regulations, ordinances and
statutes, specified in Section 11017 of the California Government Code. All
Contractors and suppliers shall be required to submit evidence, if requested, to City
that the governing air pollution control criteria will be met.
The Contractor also agrees to include these requirements in each subcontract
exceeding one hundred thousand dollars ($100,000) under this Agreement.
B. CLEAN WATER: The Contractor agrees to comply with all applicable standards,
orders or regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 USC 1251 et seg. The Contractor agrees to report each violation to
APPENDIX II-14-
82000-0016\1919347v1.doc 214
City. City will, in turn, report each violation as required to assure notification to FTA
and the appropriate Environmental Protection Agency Regional Office.
The Contractor also agrees to include these requirements in each subcontract
exceeding one hundred thousand dollars ($100,000) under this Agreement.
C. ENERGY CONSERVATION: The Contractor shall recognize mandatory standards
and policies relating to energy efficiency which are contained in the State energy
conservation plan issued in compliance with the Federal Energy Policy and
Conservation Act 42 USC, Sections 6321 et seq.
17. INCORPORATION OF FTA TERMS
The provisions in this Section (FTA Requirements) include, in part, certain Standard Terms
and Conditions required by the DOT, whether or not expressly set forth in the preceding
provisions. All contractual provisions required by DOT, as set forth in FTA Circular
4220.1F, dated November 1, 2008 as it may be amended from time to time, are hereby
incorporated in this Agreement reference. Anything to the contrary herein notwithstanding,
all FTA mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The Contractor shall not perform any act, fail to
perform any act or refuse to comply with any requests of the City which would cause the
City to be in violation of the FTA terms and conditions.
18. PROTEST PROCEDURES
The FTA will only review protests regarding alleged failure of City to follow the written and
adopted Contract Protest Procedures.
A. FTA ROLE IN BID PROTESTS: Protestors shall file a protest with FTA not later
than five (5) days after a final decision is rendered under the City’s protest procedure.
In instances where the protestor alleges that the City failed to make a final
determination on the protest, protestors shall file a protest with FTA not later than five
(5) days after the protestor knew or should have known of City’s failure to render a
final determination on the protest.
Protests should be filed with the appropriate FTA Regional Office with a concurrent
copy to the grantee. The protest filed with FTA shall:
1. Include the name and address of the protestor.
2. Identify the grantee, project number, and the number of the contract solicitation.
3. Contain a statement of the grounds for the protest and any supporting
documentation. This should detail the alleged failure to follow protest procedures
or the alleged failure to have procedures and be fully supported to the extent
possible.
4. Include a copy of the local protest filed with the grantee and a copy of the
grantee’s decision, if any.
The FTA may dismiss the protest without further process if the protest, as originally filed,
fails to establish grounds for FTA review.
APPENDIX II-15-
82000-0016\1919347v1.doc 215
APPENDIX III
CITY HOLIDAYS
The following days are recognized as holidays by the City (relative to this Project’s timeframe):
1. May 27th (Memorial Day)
2. July 4th (Independence Day)
3. July 5th (Extended Independence Day)
4. September 2nd (Labor Day)
5. November 11th (Veteran’s Day)
6. November 28th (Thanksgiving Day)
7. November 29th (Day after Thanksgiving)
8. December 24th (beginning at Noon, Christmas Eve)
9. December 25th (Christmas Day)
APPENDIX III -1-
216
APPENDIX IV
TRAFFIC ADVISORY SIGNAGE
APPENDIX IV-1-
217
APPENDIX IV-2-
82000-0016\1919347v1.doc 218
APPENDIX V
Ventura County Air Pollution Control Board Rule 55
Fugitive Dust
APPENDIX V-1-
219
0 Ventura County COMPLIANCE ASSISTANCE
Air Pollution
Control District ADVISORY
Ventura County APCD
Rule 55, Fugitive Dust
On June 8, 2008, the Ventura County Air Pollution Control Board adopted Rule 55,
Fugitive Dust. Rule 55 was adopted to comply with a state law that requires local air
districts with air quality levels exceeding the state's particulate matter (PM) standards to
adopt control measures to reduce PM air pollution. Ventura County exceeds the state's
air quality standards for PM. The adverse health impacts from PM air pollution include
asthma and other lung diseases, heart disease, and premature death. Ventura County
APCD staff estimates that Rule 55 will reduce PM air pollution by 6 tons per day. Rule
55 becomes effective on October 8, 2008.
Rule 55 applies to any disturbed surface area, or man-made condition capable of
generating fugitive dust, including bulk material handling, earth-moving, construction,
demolition, storage piles, unpaved roads, track-out, or off-field agricultural operations.
In summary, the key provisions of Rule 55 are as follows:
1) Visible dust from an applicable source is prohibited or limited;
2) Measures must be taken to reduce or prevent track-out onto paved public
roadways from an applicable source;
3) Track-out must be removed from roadways;
4) Visible dust exceeding 100 feet in length from earth-moving activities is
prohibited;
5) Bulk material handling facilities with a monthly import or export of 2,150 cubic
yards or more of bulk material must take measures to reduce or prevent track-out
onto a paved public road, and;
6) Outbound trucks with bulk materials or soil must either be tarpped, have a 6 inch
freeboard below the rim of the truck bed or be wetted or treated to minimize the
loss of material to wind or spillage.
A more detailed summary of Rule 55 is attached. Copies of Rule 55 may be obtained at
www.vcapcd.ora under Rule Development (Current Rules and Regulations).
For additional information on Rule 55, contact air pollution engineer Stan Cowen at
8051645-1408.
APPENDIX V-2-
82000-0016\1919347v1.doc 220
co
N
O
O
O
O
O_
to
co
wVentura County APCD Rule 55, Fugitive Dust on the road. if a street sweeper is used to remove any track-out,
t only"PM]0-efficient"street sweepers certified to meet South
Summary of Rule Requirements Coast AQMD Rule 1I86 requirements shall be used. The make,
Effective October 8,2008 model information and certification documentation of any
sweeper used shall be made available to APCD personnel upon
General Requirements—All Fugitive Dust Sources request.
Visible Dust Beyond the Property Line:No one shall cause or All track-out shall be removed at the conclusion of each workday or
allow fugitive dust from any applicable source beyond the midpoint evening shift. The use of blowers for removal of track-out is
(width)of a public street or road adjacent to the property line of the prohibited.
emission source or beyond 50 feet from the property line if there is
no adjacent public street or road. Specific Activity Requirements
Opacity:No one shall cause or allow fugitive dust from any Earth-Moving:No person shall engage in earth-moving activities in
D applicable source that equals or exceeds 20 percent opacity for 3 a manner that creates visible dust emissions over 100 feet in Iength.
minutes or more in any one hour.
m
m Bulk Material Handling Facilities Track-Out Prevention:No
z Track-Out: person shall conduct an operation with a monthly import or export of
Cl No person shall allow track-out to extend 25 feet or more in length 2,150 cubic yards or more of bulk material without utilizing at least
X unless one of the following control measures is used: one of the following measures at each vehicle egress from the site to
a public paved road:
✓ Track-Out Area Improvement:Pave or apply chemical
stabilization to maintain a stabilized surface starting from the ✓ Install a pad consisting of washed gravel(one inch minimum
point of intersection with the public paved surface,and extend size)maintained in a clean condition to a depth of at least six
for a distance of at least 100 feet with a width to accommodate inches and extending at least 30 feet wide and at least 50 feet
traffic ingress and egress from the site. long.
✓ Track-Out Prevention:Check and clean the undercarriage and ✓ Pave the surface at least 100 feet long and at least 20 feet wide.
wheels on all vehicles before leaving unpaved surface or install a
track-out control device(s)that prevents track-out of soil onto I Utilize a wheel shaker/wheel spreading device,also known as a
paved public roads. rumble grate,consisting of raised dividers(rails,pipe,or grates)
at least 24 feet long and sufficient width to allow all wheels of
✓ Track-Out Removal:Remove track-out from pavement as soon vehicle traffic to travel over grate to remove bulk material from
as possible but no later than one hour after it has been deposited tires and vehicle undercarriages before vehicles exit the site.
This is a summary of the Rule requirements. Refer to Rule 55,Fugitive
Dust,for specific requirements.
August 13,2008 Page 1 of 3
IV
IV
co
N
O
O
O
O
O_
W
co
co V Install and utilize a wheel washing system to remove bulk
Vmaterial from tires and vehicle undercarriages before vehicles V Unpaved service roads,with a daily traffic volume of 20 vehicle
exit the site. trips or fewer,used by public agencies for inspection of
o infrastructure.
V Any other control measure or device that prevents track-out onto
public paved roads. V Motion picture,television,or video production activities when
dust emissions are required for visual effects. The APCD must
Truck Hauling:No person,including the facility or site operator, receive notification in writing at least 72 hours in advance of any
shall load or allow the loading of bulk materials or soil onto such activity and no nuisance shall result from such activity.
outbound trucks unless at least one of the following dust prevention
measures is used: V Any paved road unless it has track-out or any publicly-owned
unpaved road.
✓ Use properly secured tarps or covering that covers the entire
surface area of the load or use a container-type enclosure. V The disturbance(i.e.,disking,ripping,or scraping)of spreading
ground lands in preparation for pereolative groundwater
✓ Maintain a minimum of 6 inches of freeboard below the rim of recharge.
the truck bed where the load touches the sides of the cargo area
zand insure that the peak of the load does not extend above any Frequently Traveled Private Unpaved Roads: The Visible Dust
0 part of the upper edge of the cargo area. and Opacity requirements do not apply to dust from frequently
X • traveled(more than 20 vehicles per day passing in either direction)
V Water or treat the bulk material to minimize the loss of material unpaved roads if the road is covered with a low silt content material
to wind or spillage. such as recycled road base or gravel to a minimum of four inches or
implements all of the following control measures:
✓ Any other effective dust prevention control measures.
V Control Speed: Control speed to 15 miles per hour(mph)or less
Exemptions on unpaved roads through worker notification,signage,and any
other necessary means.
Rule 55 does not apply to the following(this is a partial list-refer to
Rule 55,Section D): ✓ Restrict Access: Restrict access to private unpaved roads used
by the public either through signage or physical access
✓ On-field agricultural operations. restrictions.
✓ •Weed abatement operations provided that:(1)Mowing,cutting V Road Treatments: Treat unpaved and uncovered frequently
or other process is used which maintains weed stubble at least traveled roads with water,mulch,or a non-toxic chemical dust
three inches above the soil,or(2)Any disking or similar suppressant that complies with all applicable air and water
operation where effective dust control measures are used. quality government standards. If treated,roads shall be treated
August l3,2008 Page 2 of 3
• •
N
N
N
co
N
O
O
O
O
•
O_
W
co in a manner that will avoid the sticking of mud to tires that will
Vbe carried onto paved public roads. V Applicable control measures outlined in Table i (of the Rule)
have been implemented,and
b. Lightly Traveled Unpaved Private Road Conditional Exemption:
The Visible Dust and Opacity requirements do not apply to dust from V Daily records of specific dust control measures have been
lightly traveled unpaved roads if the operator implements both of the maintained.
following control measures:
Track-out Exemption: The Track-Out requirements do not apply to
Control Speed: Control speed to 15 mph or less on unpaved on-road vehicles(trucks and passenger vehicles)associated with
roads through worker notification,signage,and any other agricultural operations that have caused track-out due to excessively
necessary means. muddy conditions resulting from rainfall.
V Restrict Access: Restrict access to private unpaved roads Recordkeeping Requirements
currently used by the public either through signage or physical
access restrictions. Consult Rule 55 for specific recordkeeping requirements
Storage Pile Conditional Exemption: The Visible Dust and
m z
Opacity requirements do not applto dust from storage piles if the
p operator has implemented at least one of the following control
Xmeasures:
V Wind Sheltering: Enclose material in a three or four sided
1 barrier equal to the height of the material.
✓ Watering: Apply water at a sufficient quantity and frequency to
prevent dust.
I Chemical Stabilization: Apply a non-toxic dust suppressant at a
sufficient quantity and frequency to prevent wind driven dust.
• Covering:Install and anchor tarps,plastic,or other material to
prevent wind driven dust.
High Wind Exemption: The Visible Dust,Opacity and Earth- • •
Moving requirements do not apply to dust when on-site wind speed
exceeds 25 mph for at least 5 minutes in any one hour provided:
August 13,2008 Page 3 of 3
•
N
N
W
APPENDIX VI
WAGE RATES
WAGE RATES FOR ALL CLASSIFICATIONS OF JOURNEYMAN WORKERS CAN BE FOUND
AT:
https://www.dir.ca.gov/OPRL/2019-1/PWD/index.htm
WAGE RATES FOR APPRENTICE WORKERS CAN BE FOUND AT:
https://www.dir.ca.gov/OPRL/pwappwage/PWAppWageStart.asp
Copies of wage rates are also kept on file at the City of Moorpark Parks, Recreation and
Community Services Department. Contact the City of Moorpark at 805-517-6225 if you need
assistance obtaining prevailing wage rate information.
APPENDIX VI-1-
224
APPENDIX VII
RELEASE ON CONTRACT
CONTRACT NAME: Metrolink South Parking Lot Second Entry Project
SPECIFICATION NO.: MPK 19-02
WHEREAS, by the terms of the contract, dated ___________, entered into by the
City of Moorpark and the undersigned Contractor, agreed to perform certain work for the
compensation specified in said contract; and
WHEREAS, the Contractor represents that said work is fully completed and that
final payment is due to the Contractor under terms of said contact,
NOW, THEREFORE, in consideration of the promises and the payment by City of
Moorpark to the Contractor of the amount due under the contract, to wit, the sum of
$___________, receipt of which is hereby acknowledged by the Contractor, the Contractor
hereby releases and forever discharges City of Moorpark of and from all manner of debts, dues,
demands, sum or sums of money, accounts, claims and causes of action, in law and in equity,
under or by virtue of said contract except as follows: (If none, leave blank)
IN WITNESS WHEREOF, the hand and seal of the Contractor have been
hereunto set this day of 2019.
THIS FORM MUST BE NOTARIZED using proper acknowledgment form (See Civil Code
Section 1189, 1190, 1190a).
Contractor
By
Title
By
Title _____________________________
APPENDIX VII-1-
225
APPENDIX VIII
PROJECT PLANS
APPENDIX VIII-1-
226
_,
U)
a)
U)
a.)
i:L
CITY OF MOORPARKCITY OF VOORPARK
CD
SOUTHE \ VETEOLI \ � E\TA\ CE E
PUBLIC WDEPARTMENT VOOPARK , CALIFO \ IA
CD
OWNERS CITY OF MOORPARK PUBLIC WORKS
ME' IROLINK ENTRANCE IMPROVEMENTS 799 MOORPARK AVENUE &
.
GENERAL NOTES MOORPARK, CALIFORNIA
LI
CC
CIVIL ENGINEER RJR ENGINEERING GROUP
1 .ALL WORK SHALL CONFORM TO THESE IMPROVEMENT PLANS, THE PROJECT CONDITIONS OF 18. EXCEPT FOR THE FINAL 1 4" LIFT OF ARHM THE ASPHALT CONCRETE PAVEMENT SHALL CONFORM 38.THE BEDDING, PIPE ZONE AND BACKFILLING OF ALL TRENCHES SHALL BE COMPACTED TO FIRM AND 2340 PALMA DRIVE, SUITE 200
APPROVAL, THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS TO SECTION 203-6 OF THE SSPWC; THE BASE COURSE SHALL BE CLASS B. THE FINAL LIFT OF UNYIELDING TO THE SATISFACTION OF THE PUBLIC WORKS INSPECTOR. BACK FILLING SHALL MEET THE VENTURA, CA 93003 0
CONSTRUCTION (SSPWC) "GREEN BOOK" AND THE VENTURA COUNTY ROAD STANDARDS. IN THE EVENT A.C. SHALL BE ASPHALT RUBBER HOT MIX CONFORMING TO THE REQUIREMENTS OF SECTION 302-9 REQUIREMENTS OF SSPWC. (805) 485-3935
OF A CONFLICT, THE MOST STRINGENT STANDARD WILL PREVAIL. SSPWC. ROBERT W. ANDERSON, R.C.E. 58383
39.ALL CONCRETE SIDEWALKS, CURBS OR GUTTERS THAT ARE DAMAGED OR NOT CONSTRUCTED TO LINE >
2.APPROVAL OF THESE PLANS BY THE CITY OR ITS AGENTS DOES NOT RELIEVE THE CONTRACTOR 19. STREET LIGI ITS SI IALL DC INSTALLED -13- SOUTHERN CALIFORNIA EDISON. STANDARDS SI IALL DC AND GRADE SHALL BE SAW CUT TO THE NEAREST TRANSVERSE SCORE MARK OR ADJUSTABLE 0
FROM THE RESPONSIBILITY FOR THE CORRECTIONS OF ERRORS OR OMISSIONS DISCOVERED DURING DLACK AND WHITE +vI-ARDELITE, 25' IN HEIGHT WITI I 4-ARM LENGTI I FOR WATT E+OIITS, 30' IN CONTROL JOINT OR WEAKENED LANE JOINT, REMOVED AND REPLACED IN CONFORMANCE WITH THE SURVEYOR BENNER AND CARPENTER, INC.
CONSTRUCTION. ALL APPROPRIATE PLAN REVISIONS SHALL BE DOCUMENTED IN "AS-BUILT" DRAWINGS IICIGIIT WITI I 6' ARM LENGTH FOR 150 WATT LIGI ITS AND LUM+N-ARIES SI IALL DC COBRA HEAD WITI I APPLICABLE PROVISIONS OF A.P.W.A. STANDARD PLANS. CURB & GUTTER, SIDEWALK AND ALL OTHER 506 E. MAIN STREET
UPON COMPLETION OF PROJECT. C-JTOFF LENSES, UNLESS NOTED OTHERWISE. STREET LIGIIT LOCATIONS SI IALL CONFORM TO VCDPW VISIBLE CONCRETE WITHIN THE STREET SHALL BE CONSIDERED DAMAGED AND DEFECTIVE IF ANY OF SANTA PAULA, CA 93060
STANDARD PLATES F 0, F 7 AND F 9. STREET LIGIITS SI IALL NOT DC INSTALLED IN SIDEWALKS. THE FOLLOWING DEFECTS ARE NOTED: TWO, OR MORE, PITS GREATER THAN 1/4" IN DIAMETER, SCRAPES (805) 5253396
3.NO DEVIATION FROM THESE PLANS SHALL BE MADE BY THE CONTRACTOR UNLESS A CHANGE ORDER OR GOUGES DEEPER THAN 1/2" IN DEPTH OR 4" IN LENGTH WITHIN ANY FIVE FEET LONG SECTION OR
IS APPROVED BY THE CITY ENGINEER. 20. ABOVE GROUND STRUCTURES IN TI II SIDE'-ALK, INCLUDING, DUT NOT LIMITED TO, FACILITIES OWNED DEVIATION FROM LINE OR GRADE OF MORE THAN 1/8" WITHIN 10 FEET.
B-Y-THE CITY, ANY UTILITY COMPANY &R- DISTRICT, AND TIIC U.S. POSTAL SERVICE SI IALL DE
4.THE CONTRACTOR SHALL OBTAIN AN ENCROACHMENT PERMIT FOR WORK WITHIN THE PUBLIC RIGHT CONSISTENT WITII MINIMUM REQUIREMENTS FOR ADA CCF. THE TOP CURD WIDTI I IS NG+ 40.THE CONTRACTOR SHALL MAINTAIN ALL ADJACENT STREETS IN A NEAT, CLEAN, DUST FREE AND
OF WAY PRIOR TO THE START OF ANY CONSTRUCTION. INCLUDED WIZEN MEASURING SIDEWALK WIDTI I. FOR SIDE'-ALI(S I IAVING WIDTI IS G1;-EATER TI IAN FIVE SANITARY CONDITION AT ALL TIMES AND TO THE SATISFACTION OF THE CITY ENGINEER. THE ADJACENT
FEET {5)AND SIDEWALKS WITII PARKWAYS, ALL SIGNS, POLES, MAILB0)(ES, ETC. SI IALL DE PLACED STREETS SHALL BE KEPT CLEAN OF DEBRIS, CONTROLLING DUST AND OTHER NUISANCES AT ALL
5.ALL CONTRACTORS AND SUB-CONTRACTORS SHALL POSSESS A VALID CITY OF MOORPARK BUSINESS HI IIND TI IC OURD WITII TI IC MINIMUM S/ITD, CI(. FIRE I IYDRANTS SI IALL DC PLACED FIVE FEET (5') TIMES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL CLEAN UP ON ADJACENT STREETS
REGISTRATION AND A VALID CALIFORNIA STATE CONTRACTOR'S LICENSE PRIOR TO COMMENCING WORK. FROM TI IC CURD FACE. FOR SIDEWALKS I IAVING A-WIDTH OF FIVE FEET (5') &R-LESS ALL STOP AFFECTED BY THE CONSTRUCTION. STREET CLEANING SHALL BE BY DRY SWEEPING OF ALL PAVED 23
SIGNS, YIELD SIGNS, TURN PROHIBITION SIGNS, LARGE GUIDE SIGNS, TRAFFIC SIGNAL POLES AND AREAS. THERE WILL BE NO STOCKPILING OF BUILDING MATERIALS WITHIN THE CITY RIGHT -OF -WAY
6.CONTRACTORS SHALL COMPLY WITH ALL APPLICABLE DIVISIONS OF INDUSTRIAL REGULATIONS SIMILAR TRAFFIC SIGNS SI IALL DC PLACED DEI IIND THE CURD W'ITlI TIIC MINIMUM SETDACI(. EXCEPT WITHOUT THE PERMISSION OF THE CITY ENGINEER.
(CAL-OSHA) SAFETY STANDARDS. THE CONTRACTOR SHALL PROVIDE PROOF OF A PERMIT AND WHEN PLACED ON STREET LIGHT POLES, ALL OTI IER TRAFFIC CONTROL AND TRAFFIC WARNING SIGNS E HIGH STREET PRINCETON AVENUE
ACTIVITY FORM FROM SAID DIVISION. SI IALL PLACED DEI IIND TIIC SIDEWALK. -ADEQUATE VISIBILITY SI IALL MAINTAINED. -PARKING 41 .TIIL EONSTRUCTION OF PRIVATE STREETS SI IALL MEET TIIC SAME STANDARDS AS-THOSE OF PUBLIC
RESTRICTION SIGNS PLACED DEI IIND THE SIDEWALK WILL PLACED AT NO MORE TI IAN 150 FEET STREETS, UNLCf APPROVED OTIIERVV'ISE DY TI IC CITY ENGINEER. ++������������������������i��+F,+,+x111111111111111111111.+ ,+11111111111111111111111:+++►11111111111111111111111:11111111111
7.CONTRACTORS SHALL NOTIFY THE CITY PUBLIC WORKS INSPECTOR 48 HOURS PRIOR TOMETROLINK o� I
INTERVALS. �1AILB0)(CJ P�'�A`( DC PLACED DEI TIIC CURD �'t'ITII TIIC MINIMUM SETBACK, PROVIDED
COMMENCING CONSTRUCTION AND 24 HOURS IN ADVANCE OF SPECIFIC INSPECTION NEEDS DURING ADDITIONAL SIDEWALK WIDTH IS CONSTRUCTED IN ,ACCORDANCE WITII VCDPW STANDARD PLATE D-18- 1 I
THE COURSE OF THE WORK. WITII SUFFICIENT WIDTH TO- PROVIDE A SIDEWALK WIDTH CONSISTENT WITII THE WIDTH Of-THE IE SPECIAL NOTES: SITE 1ST sTRErrL I DOROTHY AVE 1
SIDEWALK ADJACENT TO-THE IC MAILBOX. -ALL OTHER FACILITIES SI IALL PLACED DCI IIND THE RUTH AVE
8.ALL WORK SHALL BE PERFORMED DURING CITY WORKING HOURS, 8:00AM TO 5:00PM MONDAY THRU SIDEWALK. 1 . ALL STRUCTURES ARE BASED ON "GREENBOOK" UNLESS OTHERWISE NOTED. K
FRIDAY (EXCEPT HOLIDAYS), AND WILL BE SUBJECT TO INSPECTION BY THE PUBLIC WORKS 0
DEPARTMENT. WHERE OVERTIME INSPECTION IS NEEDED, SUBJECT TO THE AVAILABILITY OF AN 21 . TRAFFIC SIGNS AND STRIPING SHALL BE INSTALLED BY THE CONTRACTOR TO THE SATISFACTION OF 2. ALL MATERIALS AND PHASING, INCLUDING TRAFFIC CONTROL, SHALL BE PROVIDED AS A SUBMITTAL 0 I 2ND STREET
INSPECTOR AND APPROVED BY THE CITY ENGINEER, THE CONTRACTOR WILL BE BILLED FOR SAID THE CITY ENGINEER. WHENEVER POSSIBLE, TRAFFIC CONTROL SIGNS SHOULD BE PLACED ON FOR CITY APPROVAL PRIOR TO CONSTRUCTION. SEE STANDARD SPEC'S FOR ADDITIONAL D z
INSPECTION SERVICES AS PROVIDED IN THE MOST RECENTLY ADOPTED RESOLUTION WHICH STREET LIGHT POLES INSTEAD OF SEPARATE SIGN POLES. ALL STRIPING AND PAVEMENT MARKINGS REQUIREMENTS. - / SARAH AVE
ESTABLISHES THE FEES FOR SUCH SERVICES. SHALL BE THERMOPLASTIC PAINT CONFORMING TO SECTION 210-1 .6 SPPWC 3RD STREET
3. ANY CONFLICT IN THESE PLANS AND/OR THE STANDARD SPEC'S SHALL USE THE "GREENBOOK" < SUSAN AVE >
F
9.CONTRACTORS SHALL VERIFY ALL CONDITIONS AND DIMENSIONS AND SHALL REPORT ALL 22. "AS-BUILT" DRAWING PLANS SHALL BE SUBMITTED PRIOR TO THE FINAL WALK-THROUGH CRITERIA FOR REFERENCE. WHERE THESE DETAILS CONFLICT, THE STRICTER SPEC SHALL DICTATE. z
DISCREPANCIES TO THE ENGINEER PRIOR TO THE COMMENCEMENT OR CONTINUANCE OF WORK. INSPECTION AND ACCEPTANCE OF THE IMPROVEMENTS BY THE CITY. Ic ROBERTS AVE
10. CONTRACTORS SHALL LOCATE, PROTECT, AND SAVE ANY AND ALL SURVEY MONUMENTS THAT WILL 23. THE CONTRACTOR SHALL NOTIFY THE CITY ENGINEER A MINIMUM OF 48 HOURS IN ADVANCE TO -1
BE OR MAY BE DAMAGED OR DESTROYED BY THESE OPERATIONS. ONCE FOUND, THE CONTRACTOR REQUEST FOR A PRE-CONSTRUCTION MEETING TO DISCUSS THE CITY'S CONSTRUCTION POLICIES AND ENGINEER'S OPINION OF QUANTITIES Im' I
SHALL THEN NOTIFY AND PROVIDE A LIST OF THE SURVEY MONUMENTS TO BOTH THE CIVIL PROCEDURES. THIS MEETING SHALL BE ATTENDED BY THE CONTRACTOR OR REPRESENTATIVE, Lill
ENGINEER AND THE PUBLIC WORKS INSPECTOR. THE SUPERVISING CIVIL ENGINEER SHALL RESET ALL PROJECT CIVIL ENGINEER, A CERTIFIED INSPECTION AND MATERIALS TESTING CONSULTANT PROVIDED *VARIES WITH MEANS, METHODS & SCHEDULE 118
SAID MONUMENTS PER THE REQUIREMENTS OF THE PROFESSIONAL LAND SURVEYORS ACT. BY THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER AND GENERAL CONTRACTOR'S SITE ASPHALT CONCRETE: W LOS ANGELES AVENUE E LOS ANGELES AVENUE
11 . UTILITY LOCATION AND DEPTHS SHOWN HEREON HAVE BEEN PLOTTED IN ACCORDANCE WITH DATA SUPERINTENDENT. B 4" (2-i" THICK): 61 C.Y.
FURNISHED BY THE UTILITY COMPANIES. NEITHER THE CITY NOR THE ENGINEER ASSUMES 24. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION SCHEDULE AND A TRAFFIC PHASING PLAN (FOR C2 2" (1 -i" THICK): 47 C.Y.
RESPONSIBILITY FOR THE ACCURACY OF THE INFORMATION RECEIVED FROM EACH COMPANY. THE
CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL PUBLIC AND PRIVATE PROPERTY INSOFAR THE DRIVEWAY TO THE STATION AND THE WORK WITHIN FIRST STREET) NO LESS THAN 20 DAYS TACK COAT: 50 S.F.
AS IT MAY BE AFFECTED BY THESE OPERATIONS. ALL COSTS FOR PROTECTING, REMOVING, AND BEFORE THE PRE-CONSTRUCTION MEETING. THIS PLAN SHALL BE REVIEWED AND APPROVED BY THE CONCRETE (3,250 PSI): 35 C.Y.
CITY ENGINEER PRIOR TO COMMENCEMENT OF WORK. UPDATES TO THE CONSTRUCTION SCHEDULE
RESTORING EXISTING IMPROVEMENTS SHALL BE BORNE BY THE CONTRACTOR. CRUSHED AGGREGATE BASE: 215 C.Y.
AND TRAFFIC PHASING PLAN SHALL BE SUBMITTED TO THE CITY ENGINEER ON A MONTHLY BASIS CONCRETE CURB (3,250 PSI): 178 L.F.
12. EXISTING TRAFFIC SIGNS ARE NOT TO BE REMOVED WITHOUT PRIOR NOTIFICATION AND APPROVAL THEREAFTER AND SHALL BE REVISED TO REFLECT THE ACTUAL JOB PROGRESS TO THE SATISFACTION CONCRETE CURB W/ CUT OUTS (3,250PS1): 120 L.F.
OF THE CITY ENGINEER. TRAFFIC CONTROL PLANS SHALL CONFORM TO THE REQUIREMENTS OF OF THE CITY ENGINEER.
CHAPTER 5 OF THE CALTRANS TRAFFIC MANUAL. A TRAFFIC CONTROL PLAN MUST BE SUBMITTED TO 12" SCH. 80 PVC STORMDRAIN: 75 L.F. 0 LOCATION MAP
THE CITY ENGINEER 20 DAYS PRIOR TO IMPLEMENTATION OF THE TRAFFIC CONTROL. THE CITY 25. TRUE COPIES OF ALL APPROVED PLANS, SPECIFICATIONS AND PERMITS ASSOCIATED WITH THE 2" SCH 80 PVC WATER LATERAL: 80 L.F. N.T.S.
CONSTRUCTION AND DEVELOPMENT OF THE PROJECT INCLUDING BUT NOT LIMITED TO, SWPPP, WATER METER: 1 E.A.
ENGINEER'S WRITTEN APROVAL MUST BE OBTAINED PRIOR TO IMPLEMENTATION OF THE TRAFFIC
CONTROL. LARWQCB NPDES PERMIT RECEIPT, CITY, COUNTY AND STATE GRADING AND ENCROACHMENT PERMITS ADA RAMP W/ DETECTABLE PAVERS: 4 E.A.
(WHEN ISSUED) SHALL BE AVAILABLE AT THE PROJECT SITE AT ALL TIMES. 2 LANE TRAFFIC STRIPING: 955 L.F.
13. DUST CONTROL SHALL BE MAINTAINED PER VENTURA COUNTY AIR POLLUTION CONTROL RULE 55 CROSS WALK STRIPING: 70 L.F.
FUGITIVE DUST. AS SUCH NO DUST CLOUDS GREATER THAN 75' ARE PERMITTED. 26. THE CONTRACTOR'S PROJECT SUPERINTENDENT SHALL BE AT THE JOB SITE AT ALL TIMES DURING STOP LIMIT LINE STRIPING: 2 E.A.
ANY PHASE OF CONSTRUCTION OPERATIONS AND A RESPONSIBLE CONTACT AVAILABLE ON A 24
14. EROSION CONTROL MEASURES SHALL BE PROVIDED FOR ALL WORK IN CONFORMANCE WITH THE HOUR A DAY BASIS. STOP SIGNS: 2 E.A. INDEX TO PROJECT DRAWINGS
SWPPP AND EROSION CONTROL PLANS. WEEKLY QSP INSPECTION REPORTS ARE TO BE PROVIDED TO CHAIN LINK FENCE: 292 L.F.
THE CITY INSPECTOR. 27. ALL CHANGE ORDER REQUESTS SHALL BE PREPARED AND SUBMITTED TO THE CITY ENGINEER. THE CONCRETE LIGHT BOLLARDS: 3 E.A. DESCRIPTION SHEET NO.
CONTRACTOR SHALL NOT CONSTRUCT THE PROPOSED CHANGES IN THE FIELD WITHOUT THE WRITTEN BIOFILTRATION BASIN: 140 L.F. GENERAL NOTES & PROJECT INFORMATION CE-1 TO CE-2
15. ALL UNDERGROUND UTILITIES AND SERVICE LATERALS SHALL BE INSTALLED PRIOR TO APPROVAL OF THE CITY ENGINEER.
EXISTING SURVEY CE-3
CONSTRUCTION O CURBS, GUTTERS, SIDEWALKS, AND PAVING UNLESS OTHERWISE WRITTEN
PERMISSION ALLOWING DEVIATION FROM THIS REQUIREMENT IS OBTAINED FROM THE CITY ENGINEER. 28. CONTRACTOR SHALL PROTECT ALL EXISTING PROPERTIES FROM DAMAGE IN ACCORDANCE WITH *THE ABOVE LIST OF IMPROVEMENTS IS NOT EXHAUSTIVE AND IS OVERALL SITE PLAN CE-4
SECTION 7-1 .11 SPPWC. ACCESS TO PROPERTIES ADJACENT TO ALL AREAS OF WORK SHALL BE INTENDED TO PROVIDE A GENERAL ESTIMATE AS TO THE GRADING AND DRAINAGE PLAN CE-5 TO CE-7
16. INSTALL CRUSHED AGGREGATE BASE AND RE-PAVE USING EXISTING SECTION. MAINTAINED AT ALL TIMES. PROJECT SCOPE. THE CONTRACTOR IS RESPONSIBLE FOR
THOROUGHLY REVIEWING THE COMPLETE PLAN SET AND BASING BIO-INFILTRATION PLANTER DETAILS CE-8
17. AGGREGATE BASE SHALL BE CRUSHED AGGREGATE BASE PER SPPWC. BASE PLACEMENT SHALL 29. ALL PAVEMENT JOIN LINES SHALL BE SAW-CUT IN STRAIGHT LINES EITHER PARALLEL TO THE CURB THEIR TASKS/COSTS FROM SAID REVIEW. ANY ERRORS AND
NOT COMMENCE UNTIL OBTAINING CITY ENGINEER'S APPROVAL OF COMPACTION REPORTS WITH ALL
OR Al RIGHT ANGELES TO THE ALIGNMENT OF THE STREET CENTERLINE. OMISSIONS ON THE PART OF THE CONTRACTOR SHALL BE DETAILS CE-9 TO CE-11
OTHER APPROPRIATE TEST RESULTS (EG. SIEVE ANALYSIS, SAND EQUIVALENT, R-VALUE). THE TESTS THEIR SOLE RESPONSIBILITY. AS SUCH, THE CONTRACTOR EROSION AND SEDIMENT CONTROL PLANS SW-1 TO SW-4
30. A.C. PAVEMENT LONGITUDINAL JOIN LINES SHALL BE CONSTRUCTED AT THE EDGES OF TRAFFIC AGREES TO WAVE ANY AND ALL CLAIMS FOR ADDITIONAL FEES
SHALL BE PREPARED BY A CERTIFIED INSPECTION AND MATERIALS TESTING CONSULTANT PROVIDED
BY THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER. THE STREET STRUCTURAL SECTION
LANES. JOINS WILL NOT BE PERMITTED UNDER THE WHEEL PATHS OF VEHICLES. FOR ELEMENTS NOT ON THEIR QUANTITY ESTIMATES. IRRIGATION PLAN & DETAILS L-1 .1 TO L-1 .3
AND INSPECTION ACCEPTANCES OF THE SUB-GRADE SHALL BE PROVIDED BY A CERTIFIED PLANTING PLAN & DETAILS L-2.1 TO L-2.2
INSPECTION/ACCEPTANCES A TACK COAT SHALL BE APPLIED AT ALL SAW-CUT AND JOIN LINES UNDER THE A.C. OVERLAYS AS
INSPECTION AND MATERIALS TESTING CONSULTANT TO THE CITY INSPECTOR. CONCRETE SHALL BESPECIFIED IN SECTION 302-5.4 OF THE STANDARD SPECIFICATIONS "GREENBOOK". �EQUHED SUBMITTALS FOIv CONTACTO IRRIGATION/PLANTING SPECIFICATIONS L-3.1 TO L-3.2
PER GREENBOOK SPECIFICATIONS AND SHALL BE VERIFIED BY A CERTIFIED MATERIALS TESTING
CONSULTANT. ALL TEST RESULTS SHALL BE PROVIDED TO THE CITY INSPECTOR. 32. COLD JOINING OVERLAYS WILL BE PERFORMED CONSECUTIVELY. 1 . CONSTRUCTION SCHEDULE
2. ASPHALT CONCRETE MIX DESIGN
33. THE CONTRACTOR SHALL RESET SEWER MANHOLES, STORM DRAIN MANHOLES AND WATER VALVES 3. CONCRETE MIX DESIGN NOTE:
TO THE FINISHED GRADE OF PAVEMENT. 4. BASE MATERIAL ACCESS TO THE METROLINK STATION SHALL BE
5. TRAFFIC CONTROL MAINTAINED AT ALL TIMES. THE CONTRACTOR
34. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL CONTACT UNDERGROUND SERVICE ALERT (USA) 6. STRIPING SHALL SUBMIT A TRAFFIC CONTROL PLAN TO
TOLL FREE AT 1 (800) 227-2600, AT LEAST 48 HOURS PRIOR TO ANY WORK. 7. CONCRETE LIGHT BOLLARDS - CB9R CUTOFF DOME 42" TALL THE CITY FOR REVIEW AND APPROVAL.
8. PLANTING MEDIA
35. WRITTEN RIGI ITS Of- ENTRY FROM ALL PROPERTY OW'NERS WI 10'S P-R-OPERT`( ARE ENCROACHED 9. LANDSCAPE PALETTE
UPON TI IC DRAINAGE FACILITY, WATER DISCHARGED TIIC DRAINAGE FACILITY, CONSTRUCTION 10. BIOINFILTRATION GRAVEL
EQUIPMENT, SPOILS OR MATERIALS, WILL DE PROVIDED TO TI IC CITY ENGINEER PRIOR TO TI IC START 11 . CONTRACTOR'S QC PLAN FOR CONCRETE TESTING NOTE:
OF CONSTRUCTION. (ACI 301 -96) THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION
SCHEDULE AND TRAFFIC CONTROL PLAN FOR
12. CONTRACTOR'S QC PLAN FOR ASPHALT TESTING &
36. CONTRACTOR IS RESPONSIBLE TO PROVIDE ALL NECESSARY CONSTRUCTION SURVEYING NECESSARY PLACEMENT REVIEW AND 20 D APPROVAL PRIORY THEO CITY ENGINEER NO
NOTE: TO COMPLETE THE WORK. LESS THAN DAYS TO THE
,���, OREk 13. CONTRACTOR'S SHORING PLAN PRE-CONSTRUCTION MEETING.
THE EXISTENCE AND LOCATION OF ANY UNDERGROUND
18r
UTILITY PIPES OR STRUCTURE SHOWN ON THESE PLANS 37. UNLESS NOTED OTHERWISE, STATIONING ON PLANS WILL BE CENTERLINE STATIONING.
ARE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS
TOE .REQUIREDTHEBEST TO TAKEOFOUR OURKNOWLEDGEPRECAUTIONARYTHE MEASURESCONTRACTOR TOISPROTECT THE UTILITY LINES AND ANY OTHER LINES NOT OF
RECORD OR NOT SHOWN ON THIS DRAWING. PRIOR TO
EXCAVATION THE CONTRACTOR SHALL CALL TOLL FREE 811
TO VERIFY THE UNDERGROUND LOCATION OF GAS AND
s
4TELEPHONE LINES. IT SHALL BE THE OWNER AND H
nn• CONTRACTORS SOLE RESPONSIBILITY TO VERIFY THELOCAT �T�
��� e�'!! CONSTIRUCTON OION ANDF ALL TVERI FY ES PRIOR
EXISOTENCETOFFKNOWN AND W
��N� UNKNOWN LINES. GENERAL NOTES & PROJECT INFORMATION
6 Prepared by: DESIGNED BY: DISCRETIONARY
RJR ENGINEERING GROUP RET REVIEWED BY: STREET IMPROVEMENT PLANS CA
5 PERMIT NO. CE-1
4 Planning•ineer g•Ge logy•WaterR sours/Hydrology DRAWN BY: CITY OF I1\'lOORPARI( SHEET �/
Geotechnical Engineering•Geology•Water Resources•Environmental RET w
3 2340 Palma Dr. Suite 200, Ventura, CA 93003 METROLINK ENTRANCE IMPROVEMENTS
OF CE-11
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: RWA ENGINEERING
2 E-mail: rjr®rjreng.com
1
NiN
APPROVED BY:
PUBLIC WORKS DEPARTMENT PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO. O
A DESCRIPTION OF REVISION R.C.E. APP'D. DATE 1120=1C-58383 12-31-18
ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE U
227
a)
SPECIAL NOTES: DESIGN PROFESSIONALS HARMLESS FROM ALL LIABILITY AND LINES AFFECTING THIS WORK, WHETHER OR NOT SHOWN HEREON. 3. ALL SEWERS SI IALL DC CONSTRUCTED IN ACCORDANCE WITI I SAWCUTTING GROOVES AS SOON AS CONCRETE HAS HARDENED THE OWNER, AS NECESSARY TO PROVIDE POSITIVE SURFACE
CLAIMS, REAL OR IMPLIED, IN CONNECTION WITH THE THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO TI IC CURRENT EDITION OF CRITERIA FOR SEPARATION OF WATER SUFFICIENTLY TO PERMIT SAWING WITHOUT RAVELING (USUALLY 4 DRAINAGE AND TO PREVENT PONDING OF WATER ON PAVEMENT u)
1 . IN THE EVENT OF A CONFLICT BETWEEN ANY REFERENCED o
STANDARD, THE MORE STRINGENT REQUIREMENT SHALL GOVERN. PERFORMANCE OF WORK ON THIS PROJECT. OR PROTECTION OF ALL EXISTING UTILITY LINES. MAINS AND SAFETY SEWERS. TO 24 HOURS AFTER PLACEMENT). JOINTS SHALL BE FILLED WITH SURFACES AND IN GUTTERS.
2. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING 15. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR 2. THE CONTRACTOR IS RESPONSIBLE FOR THE DEMOLITION OF 4. GRAVITY SEWER CONSTRUCT-FON SI IALL DEGIN AT THE LOWEST JOINT SEALANT (SIKAFLEX-2CNS OR EQUIVALENT, COLOR C. ADDITIONAL FLOOD TESTING SHALL BE CONDUCTED TO E
WORK AND INTERFACING IMPROVEMENTS WITH WORK BY OTHER VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL/SAFETY AND SHALL THE SITE AND SHALL REMOVE AND DISPOSE OF ALL STRUCTURES POINT OF DISCI IARGE AND PRCCCED UPSTRE LIMESTONE GRAY) AS SOON AFTER COMPLETION OF THE CURING CONFIRM SUCCESS OR CORRECTIVE MEASURES.
CONTRACTOR AT THIS JOB SITE AND WITH IMPROVEMENTS FURNISH, INSTALL, AND MAINTAIN SUCH FENCING, SIGNS, LIGHTS, ABOVE AND OR BELOW GROUND UNLESS NOTED OTHERWISE. ANY 5. CONTRACTOR SHALL MAINTAIN RECORDS OF THE EXACT PERIOD AS IS FEASIBLE AND BEFORE PAVEMENT IS OPENED TO D. WHERE SAWCUT LINE IS CONSTRUCTED ALONG CONFORM LINE
TRENCH PLATES, BARRICADES, AND/OR OTHER PROTECTION AS IS HAZARDOUS MATERIALS ENCOUNTERED SHALL BE HANDLED AND TRAFFIC. JOINTS SHALL BE CLEANED OF ALL FOREIGN MATERIAL,
REQUIRED BY PLANS BY OTHERS. / LOCATIONS AND DEPTHS OF ALL SEWER MANHOLES CLEANOUTS, WITH EXISTING A.C. PAVEMENT, IT IS CONTRACTOR'S
NECESSARY FOR SAID CONTROL AND SAFETY. REMOVED AS REQUIRED BY LOCAL AND/OR STATE LAWS AT NO INCLUDING MEMBRANE CURING COMPOUNDS, AND SHALL BE 0
3. CONTRACTOR SHALL REFER TO LANDSCAPE ARCHITECT PLANS MAIN STUBS, AND LATERALS FOR THE PURPOSE OF PROVIDING A RESPONSIBILITY TO PROTECT THE INTEGRITY OF THE PAVEMENT
COST TO THE OWNER. BASIS FOR CONSTRUCTION-RECORD DRAWINGS. SAID RECORDS SURFACE-DRY WHEN SEALANT IS INSTALLED. JOINT LOCATIONS U)
AND SPECIFICATIONS FOR SITE DEVELOPMENT CONSTRUCTION 16. CONTRACTOR AGREES TO ASSUME SOLE AND COMPLETESHALL BE ADJUSTED AS NECESSARY TO ALIGN WITH THOSE ALONG AND BEHIND THE SAWCUT LINE DURING CONSTRUCTION; IF 0
DETAILS AND DIMENSIONING INCLUDING THOSE FOR WALKWAYS, RESPONSIBILITY FOR PROTECTION OF PUBLIC AND PRIVATE 3. THE CONTRACTOR SHALL EXERCISE DUE CARE TO AVOID SHALL BE DELIVERED TO THE DEVELOPER'S ENGINEER PRIOR TO THIS PAVEMENT IS BROKEN-OFF OR OTHERWISE DAMAGED BEFORE CD
DRIVEWAYS, WALLS/FENCES, PLUMBING, ELECTRICAL, UTILITIES, PROPERTY AT OR IN THE VICINITY OF THE JOB SITE AND FURTHER DAMAGE TO EXISTING HARDSCAPE IMPROVEMENTS, UTILITY ACCEPTANCE OF THE WORK BY THE GOVERNING AGENCY. ALREADY CONSTRUCTED IN EXISTING ADJACENT (CONTIGUOUS) NEW PAVEMENT IS PLACED, CONTRACTOR SHALL SAWCUT A NEW LI
LI
AGREES TO AT CONTRACTOR'S EXPENSE, REPAIR OR REPLACE TO FACILITIES, AND LANDSCAPING FEATURES THAT ARE NOT AFFECTED FEATURES SUCH AS CURBS AND GUTTERS. ALONG CURVES, CONFORM LINE PARALLEL WITH, FULL LENGTH OF, AND SUFFICIENT
LANDSCAPING, AND IRRIGATION. 6. -ALL SEWER MANHOLE AND CLEAN OUT RIMS SI IALL DC TRANSVERSE JOINTS SHALL BE RADIAL.
ORIGINAL CONDITION, ALL EXISTING IMPROVEMENTS WITHIN OR IN BY THESE PLANS. DISTANCE BEHIND ORIGINAL SAWCUT SO AS TO REMOVE DAMAGED
4. ALL SITE WORT( AND TESTING SI IALL DE DONE IN - DJUSTED TO FINISH I G'RADC IN RAVED AREAS. -
THE VICINITY OF THE JOB SITE WHICH ARE NOT DESIGNATED FOR 4. ALL JOIN LINES SHALL BE SAWCUT ON A NEAT, STRAIGHT B. EXPANSION JOINTS SHALL BE CONSTRUCTED AT LOCATIONS PAVEMENT AND/OR IRREGULARITY ALONG THE CONFORM LINE. o
OONrORMANCC WITI I TI IC RECOMMENDATIONS CONTAINED IN TI IC REMOVAL AND WHICH ARE DAMAGED OR REMOVED AS A RESULT LINE PARALLEL WITH THE JOIN, THE CUT EDGE SHALL BE DRIVEWAY PAVEMENT AND APPURTENANT CONCRETE NOTES: CALLED FOR ON THE PLANS. JOINTS SHALL BE CONSTRUCTED PER
FOLLOWING GEOTECI INICAL ENGINEERING REPORT FOR TI IISSUBSECTION 303-5.4.2 AS MODIFIED BY THE PLAN DETAILS AND USE OF PLANS:
OF CONTRACTOR'S OPERATIONS. PROTECTED FROM CRUSHING, AND ALL BROKEN EDGES SHALL BE 1 . UNLESS MODIFIED OR OTHERWISE SPECIFIED BY THE 0'
PROJECT. RE-CUT PRIOR TO JOINING. CONSTRUCTION NOTES THAT FOLLOW HEREON INCLUDING THESE NOTES. JOINTS SHALL BE CONSTRUCTED 1/2-INCH WIDE THIS DRAWING IS PROVIDED IN AN ELECTRONIC FORMAT AS A Q
5. TI IIS REPORT AND ANY AC/ENDA SI IALL DC INCORPORATED THOSE UNDER SEPARATE HEADINGS, PRIVATE ROADWAY MATERIALS USING ONE PIECE OF PREFORMED JOINT FILLER INSTALLED FROM COURTESY, IF REQUESTED BY THE USER. THE DELIVERY OF THE o
fN-+O TIILSE PLANS AND MADE A PART IICREOF AS IF SPELLED TRENCHING AND BACKFILL NOTES: 5. ALL EXISTING OBJECTIONABLE MATERIALS THAT CONFLICT WITH AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE BOTTOM OF SLAB TO WITHIN 1" OF CONCRETE SURFACE. THE ELECTRONIC FILE DOES NOT CONSTITUTE THE DELIVERY OF OUR
'OUT IN TIICIR ENTIRETY -IICREON. IT IS TI IC CONTRACTORS PROPOSED IMPROVEMENTS INCLUDING, BUT NOT LIMITED TO, STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION RESULTING RESERVOIR SHALL BE FILLED WITH JOINT SEALANT TO PROFESSIONAL WORK PRODUCT. THE SIGNED HARD COPY
RESPONSIDILITY TO REVIEW TI IC APPLICADLE GEOTECI INICAL 1 . ALL TRENCHING, BEDDING AND BACKFILL MATERIAL AND BUILDING FOUNDATIONS, UTILITIES, APPURTENANCES, TREES, SIGNS, (SSPWC), CURRENT EDITION PER LOCATION. WITHIN 1/4:" OF CONCRETE SURFACE AS SOON AFTER PREPARED FOR THE PROJECT CONSTITUTES OUR PROFESSIONAL
CONSTRUCTION, SHALL BE IN ACCORDANCE WITH THESE PLANS, STRUCTURES, ETC. SHALL BE REMOVED AND DISPOSED BY THE WORK PRODUCT AND THE HARD COPY MUST BE REFERRED TO
f�E-P-ORTS. CONTRACTOR SI IALL CONTACT TI IC GEOTECI INICAL COMPLETION OF THE CURING PERIOD AS IS FEASIBLE AND BEFORE
INCLUDING THE PIPE TRENCH DETAIL. CONTRACTOR AT NO COST TO THE OWNER, UNLESS NOTED 2. RUBBERIZED ASPHALT CONCRETE MATERIAL FOR THE TOP FOR THE CORRECT DESIGN INFORMATION. THESE PLANS HAVE
TO ODTAIN OR REVIEW COPIES Or THESE REPORTS Ate
HEREIN, OR AS DIRECTED BY THE CONSTRUCTION LIFT SHALL BE ARHMGGC OR EQUIVALENT. THE ASPHALT PAVEMENT IS OPENED TO TRAFFIC. JOINTS SHALL BE CLEANED OF
AGENDA. ARHM-GG-C 2. TRENCH OR STRUCTURE EXCAVATION SUBGRADE SHALL BEALL FOREIGN MATERIAL, INCLUDING MEMBRANE CURING COMPOUND, BEEN PREPARED SOLELY FOR USE FOR THE PROJECT SCOPE AND
OBSERVED BY A CERTIFIED INSPECTION AND MATERIALS TESTING MANAGER. CEMENT USED TO CONFORM TO PG 64-16 FOR PERFORMANCE AND SHALL BE SURFACE-DRY WHEN SEALANT IS INSTALLED. SITE SPECIFICALLY IDENTIFIED HEREON AT THE TIME THESE PLANS
6. PRIOR TO DIDDING, CONTRACTOR `I IALL CONTACT TI IC CONSULTANT PROVIDED BY THE CONTRACTOR AND APPROVED BY 6. THE CONTRACTOR SHALL PROTECT ALL EXISTING STREETS GRADE+ RUBBER. AN EXAMPLE MIX DESIGN IS #57199 FROM ARE SIGNED. THE ENGINEER PREPARING THESE PLANS WILL NOT
GEOTECI INICAL CNGINCCR TO DETERMINE TI IC LOCATION AND REINFORCING BARS SHALL BE INTERRUPTED 3 INCHES CLEAR OF
VULCAN MATERIALS COMPANY. PLANT INSPECTION: SPECIAL BE RESPONSIBLE FOR, OR LIABLE FOR, USE OF ANY PART OF
THE CITY ENGINEER PRIOR TO PLACEMENT OF BEDDING MATERIAL FROM DAMAGES CAUSED BY THEIR OPERATIONS. ANY CURBS EXPANSION JOINTS AND MINIMUM 14-INCH LONG SMOOTH DOWELS
DEPTH Or ALL TEST DORINGS AND C)(PLORATOR`( PITS AN-B-
OR FORMS. WET OR UNSTABLE SOIL ENCOUNTERED IN THE "PLANT INSPECTOR" DURING THE PROCESSING PROCESS SHALL BE THESE PLANS, INCLUDING ANY NOTE OR DETAIL, FOR ANY
EXCAVATIONS. CONTRACTOR SI IALL DETERMINE FROM TI IC
DAMAGED DURING THEIR OPERATIONS SHALL BE SAWCUT AND INSTALLED ACROSS, AND CENTERED ON, THE JOINT. DOWEL
BOTTOM OF THE EXCAVATION AND DEEMED BY A CERTIFIED REPLACED AT NO COST TO THE OWNER. ANY EXISTING PAVING INCORPORATED INTO THE CONTRACTOR'S QUALITY CONTROL DIAMETER SHALL BE 1 8 SLAB THICKNESS 1" FOR 8" SLAB, UNAPPROVED OR REVISED PROJECT SCOPE, OR FOR ANY OTHER
GEOTECI INICAL ENGINEER WI IAT REMEDIAL WORT( IS RECOMMENDED / (I.E., PROJECT AT THIS OR ANY OTHER SITE. USER AGREES TO
INSPECTION AND MATERIALS TESTING CONSULTANT PROVIDED BY IDENTIFIED AS POTENTIALLY NEEDING TO BE REPLACED SHALL BE PROGRAM AND ALL COST ASSOCIATED TO BE PAID FOR BY THE
TO MARE THESE DISTURDED LOCATIONS SUITADLE FOR THE3/4"
CONTRACTOR AND APPROVED BY THE CITY ENGINEER TO BE 3/4" FOR 6" SLAB). ONE-HALF INDEMNIFY AND HOLD HARMLESS RJR FOR ALL COSTS AND
PROPOSED IMPROVEMENTS. CONTRACTOR SI IALL INCLUDE IN HIS
BROUGHT TO THE ATTENTION OF THE OWNER'S CONTRACTOR. THICKNESS AS FOLLOWS:
INCAPABLE OF PROPERLY SUPPORTING THE PIPE OR STRUCTURE REPRESENTATIVE PRIOR TO THE COMMENCEMENT OF WORK. (ONE END) OF THE DOWEL SHALL BE INSTALLED WITHIN A "SPEED DAMAGES IF USED.
DID ALL COSTS FOR TI IC RC06F�IMCNDCD REMEDIAL WORK AND FINISH COURSE: C2-PG 64-10
BEING CONSTRUCTED SHALL BE REMOVED TO THE DEPTH DOWEL" TUBE WITH A 1 -INCH GAP BETWEEN THE END OF THE
SI IALL ADJUST I IIS OPERATIONS TO PROPERLY SLQUENCC TI IC 7. THE CONTRACTOR SHALL PERFORM AND BE RESPONSIBLE BASE COURSE:
WORK TO ACCOMMODATE REMEDIAL WORK WITI I CONSTRUCTION Or RECOMMENDED BY A CERTIFIED INSPECTION AND MATERIALS DOWEL AND THE SEALED END OF THE TUBE. DOWELS SHALL BE
FOR ALL CLEARING AND GRUBBING OPERATIONS AS NECESSARY (IF MORE THAN 1 LAYER) B-PG 64-10 USE OF ELECTRONIC INFORMATION:
TESTING CONSULTANT PROVIDED BY THE CONTRACTOR AND INSTALLED AT 12 INCHES ON CENTER HORIZONTALLY, CENTERED
PROPOSED IMPROVEMENTS. APPROVED BY THE CITY ENGINEER AND THE EXCAVATION TO COMPLETE THE WORK, INCLUDING TRANSPORTATION AND OVERLAY: C2-PG-64-10 IN THE SLAB VERTICALLY, AND A MINIMUM OF 3 INCHES CLEAR ELECTRONIC INFORMATION MAY BE PROVIDED BY THE ENGINEER CO
7. ALL MATERIALS AND CONSTRUCTION SHALL BE IN BACKFILLED TO THE BOTTOM OF THE PIPE OR STRUCTURE GRADE DISPOSAL OF ALL REMOVED MATERIALS, AND ALL ASSOCIATED OF ANY REBAR. JOINT LOCATIONS SHALL BE ADJUSTED AS FOR CONVEINIENCE, UNDER NO CIRCUMSTANCES SHALL DELIVERY
WITH SUITABLE MATERIAL RECOMMENDED BY A CERTIFIED COSTS. 3. BEFORE PAVING, A PAINT BINDER (TACK COAT) OF ASPHALTIC r
ACCORDANCE WITH APPLICABLE HEALTH AND SAFETY LAWS, NECESSARY TO ALIGN WITH THOSE ALREADY CONSTRUCTED IN OF ELECTRONIC FILES FOR USE BY OTHERS BE DEEMED A SALE CO
ORDINANCES, REGULATIONS, RULES, AND STANDARDS INCLUDING INSPECTION AND MATERIALS TESTING CONSULTANT PROVIDED BY8. CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETING A EMULSION SHALL BE APPLIED TO ALL EXISTING VERTICAL N
EXISTING ADJACENT (CONTIGUOUS) FEATURES SUCH AS CURBS BY THE ENGINEER AND THE ENGINEER MAKES NO WARRANTIES,
ALL REQUIREMENTS OF THE STATE'S DIVISION OF INDUSTRIAL THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER. CITY CONSTRUCTION AND DEMOLITION MANAGEMENT PLAN. SURFACES AGAINST WHICH PAVING IS TO BE PLACED AND AND GUTTERS. ALONG CURVES, TRANSVERSE JOINTS SHALL BE EITHER EXPRESS OR IMPLIED, OF MERCHANTABILITY AND FITNESS
SAFETY AND OSHA. BETWEEN PAVEMENT COURSES CONSTRUCTED MORE THAN 24 RADIAL. FOR ANY PARTICULAR PURPOSE. IN NO EVENT SHALL THE r
3. WATER ENCOUNTERED IN TRENCH OR STRUCTURE EXCAVATION STORM DRAIN NOTES: HOURS APART.
8. ALL UNSUITABLE CONSTRUCTION MATERIALS AND RUBBISH SHALL BE REMOVED BY THE CONTRACTOR TO THE SATISFACTION12. JOINTS IN CURBS, GUTTERS AND WALKS ENGINEER BE LIABLE FOR INDIRECT OR CONSEQUENTIAL DAMAGES
AND DEBRIS SHALL BE REMOVED FROM THE JOB SITE; 1 . ALL PRIVATE STORM DRAIN MATERIAL AND CONSTRUCTION
OFA CERTIFIED INSPECTION AND MATERIALS TESTING CONSULTANT 4. THE COMPOSITION OF ALL CUTBACK AND EMULSIFIED AS A RESULT OF THE USE OR REUSE OF THE ELECTRONIC FILES CC
TRANSPORTED TO A SUITABLE LOCATION, AND DISPOSED OF IN A PROVIDED BY THE CONTRACTOR AND APPROVED BY THE CITY SHALL BE IN ACCORDANCE WITH THESE PLANS, INCLUDING THE ASPHALT USED IN THE MANUFACTURE PLACEMENT OR A. TRANSVERSE WEAKENED PLANE CRACK CONTROL JOINTS BY OTHERS. W
PROPER AND LEGAL MANNER. ENGINEER TO PROVIDE DRY CONDITIONS DURING CONSTRUCTION PIPE TRENCH DETAIL. MAINTENANCE OF ASPHALT CONCRETE PAVEMENT SHALL CONFORM SHALL BE CONSTRUCTED AT REGULAR INTERVALS NOT EXCEEDING
WITH THE AIR POLLUTION CONTROL DISTRICT RULE 329. 10-FEET, DIRECTLY ABOVE DRAIN PIPES THAT OUTLET THROUGH ELECTRONIC INFORMATION IS INTEDED TO PROVIDE INFORMATION
9. ALL WORK INVOLVING EXCAVATION, INCLUDING THAT FOR CCI
OF PIPE OR STRUCTURE. 2. CONTRACTOR SHALL SCHEDULE STORM DRAIN WORK AHEAD SUPPLEMETNAL AND SUBORDINATE TO THE CONSTRUCTION
OF OTHER UNDERGROUND CONDUIT CONSTRUCTION. CONTRACTOR SHALL MAINTAIN RECORDS AVAILABLE FOR CURB AND AT ADDITIONAL LOCATIONS AS MAY BE CALLED FOR ON CONTRACT DOCUMENTS. LAYOUT AND CONSTRUCTION OF PROJECT
WATER, SEWER, STORM DRAIN AND UTILITY CONDUITS AND ALL 4. BEDDING AND BACKFILL MATERIAL AND COMPACTED DENSITY, INSPECTION FOR A PERIOD OF 2 YEARS WHICH DOCUMENT THE THE PLANS. JOINTS SHALL BE CONSTRUCTED PER SUBSECTION W
SERVICE CONNECTIONS AND METER BOXES (NOT PERMITTED IN SHALL BE TESTED FOR COMPLIANCE WITH APPLICABLE 3. GRAVITY STORM DRAIN WORK SHALL BEGIN AT THE LOWEST TYPES AND AMOUNTS OF ASPHALTS USED. 303-5.4.3 PARAGRAPH B OF THE SSPWC AS MODIFIED BY THE ELEMENTS SHALL BE BASED ON DIMENSIONS AND INFORMATION Cm)
REQUIREMENTS BY A CERTIFIED INSPECTION AND MATERIALS POINT OF DISCHARGE AND PROCEED UPSTREAM. INCLUDED ON THE SIGNED AND SEALED CONSTRUCTION CONTRACT
DRIVEWAYS) SHALL BE COMPLETED AND OBSERVED AND APPROVED 5. BASE MATERIAL SHALL BE CRUSHED AGGREGATE BASE IN PLAN DETAILS AND THESE NOTES. REINFORCEMENT SHALL BE DOCUMENTS WHICH SHALL CONTROL OVER ELECTRONIC W
BY THE AGENCY HAVING JURISDICTION AND THE STRUCTURAL TESTING CONSULTANT PROVIDED BY THE CONTRACTOR AND POLYVINYL CHLORIDEPVC 4. CONTINUOUS THROUGH JOINTS. JOIN LOCATIONS SHALL BE
APPROVED BY THE CITY ENGINEER. ( ) PIPE FOR 4" THROUGH 15" SIZE CONFORMANCE WITH 200-2.2 OF THE STANDARD SPECIFICATIONS. ADJUSTED AS NECESSARY TO ALIGN WITH THOSE ALREADY INFORMATION.USER IS RESPONSIBLE FOR CONFIRMING LOCATION 01
BACKFILL OBSERVED AND TESTED FOR COMPACTION AND SHALL COMPLY WITH THE MOST RECENT ISSUE OF ASTM OF PROPOSED IMPROVEMENTS BASED ON DIMENSIONS AND ommilm.
APPROVED BY A CERTIFIED INSPECTION AND MATERIALS TESTING 5. BEDDING AND PIPE ZONE BACKFILL MATERIAL, SHALL BE STANDARD D-3034 (SDR 35). PVC PIPE SHALL HAVE AN 6. TI IC PRELIMINARY ESTIMATED ASPI IALT PAVEMENT STRUCTURAL CONSTRUCTED IN EXISTING ADJACENT (CONTIGUOUS) FEATURES. INFORMATION INCLUDED ON THE CONSTRUCTION CONTRACT Z
CONSULTANT PROVIDED BY THE CONTRACTOR AND APPROVED BY COMPACTED TO NOT LESS THAN 95% OF MAXIMUM DENSITY, INTEGRALLY MOLDED BELL OR SOCKET END FOR GASKETED JOINT DOCUMENTS.; INCONSISTENCIES BETWEEN THE ELECTRONIC SECTION IS AS SI IOWN ON TI IC PLAN DETAILS AND CONSTRUCTION ALONG CURVES AND WALK RETURNS, JOINTS SHALL BE RADIAL. O
THE CITY ENGINEER BEFORE AGGREGATE BASE, PAVING AND OTHER TRENCH BACKFILL SHALL BE COMPACTED TO NOT LESS THAN -NOTES. ACTUAL THICKNESS OF PAVEMENT SURFACING AND DASE
ASSEMBLY. JOINTS AND GASKETS SHALL COMPLY WITH THE MOST SOURS a, IALL DC DETERMINED DY TI IC GCOTCCIINICAL ENGINEER B. TRANSVERSE EXPANSION JOINTS SHALL BE CONSTRUCTED AT INFORMATION AND THE CONSTRUCTION CONTRACT DOCUMENTS
PERMANENT SURFACE CONSTRUCTION MAY COMMENCE. 90% OF MAXIMUM DENSITY. THE UPPER 12" BELOW THE BASE OR RECENT ISSUE OF ASTM STANDARD D-3212 AND F-477, BCR, ECR, AND AT REGULAR INTERVALS NOT EXCEEDING SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER FOR mmm
SUB-BASE COURSE IN PAVED AND OTHER TRAFFIC AREAS AND AFTER COY" ''D ', CA D ON "R" VALUE
10. BEFORE COMMENCING EXCAVATION, CONTRACTOR SHALL RESPECTIVELY INSTALLATION SHALL COMPLY WITH UNI-BELL 30-FEET; ALONG EDGES OF DRIVEWAYS, WHEELCHAIR RAMPS, AND RESOULTION PRIOR TO CONSTRUCTION.
CONTACT PUBLIC WORKS AND UTILITY COMPANIES OR OTHER BELOW THE CONCRETE OR SAND COURSE IN WALKWAY AREAS PLASTIC PIPE ASSOCIATION STANDARD UNI-B-5, LATEST REVISION. TESTS OF COMPLETED SAJDGRADC MATERIAL AND TI IC TRAFFIC
OWNERS OF SUBSURFACE FACILITIES WITHIN THE WORK SITE AND SHALL BE COMPACTED TO NOT LESS THAN 95% OF MAXIMUM PVC PIPE CONNECTIONS TO MANHOLES, CATCH BASINS AND OTHER -�NDC)(CS (T.I. S) SI OWN ON TI IC PLAN DETAILS, SUDJECT TO
FIXED OBJECTS AND STRUCTURES (FIRE HYDRANT, LIGHT PROJECT ELEMENTS SUCH AS MANHOLES CATCH BASINS UTILITY =
DENSITY, BACKFILL COMPACTION SHALL BE TESTED FOR APPROVAL DY THE ENGINEER. PREPARATION OF AREAS TO RECEIVE STANDARD, UTILITY POLE, DRAIN INLET, MANHOLE OR VALVE VAULTS, VALVE ASSEMBLIES, STAIRS, RAMPS, WALLS, ETC. ARE CC
SHALL VERIFY WHETHER OR NOT A REPRESENTATIVE WILL BECONCRETE STRUCTURES SHALL BE CONSTRUCTED WITH WATERSTOP COVER, SCREEN/RETAINING WALL, BUILDING WALL, ETC).; AT SHOWN SCHEMATICALLY IN THE ELECTRONIC INFORMATION AND Ilmm
COMPLIANCE WITH THESE REQUIREMENTS IN ACCORDANCE WITH S,
AT MIDPOINT OF STRUCTURE ALL PENETRATION. WATERSTOP SHALL PAVEMENT AND APPURTENANT CONCRETE IMPROVEMENT
PRESENT BEFORE AND/OR DURING EXCAVATION, AND SHALL ASTM D-1557, LATEST REVISION AND REPORTED BY A CERTIFIED INCLUDING REMOVAL AND RCCOMPACTION OF C)(ISTING SOIL AND ADDITIONAL LOCATIONS AS MAY BE CALLED FOR ON THE CONSTRUCTION OF THESE ELEMENTS SHALL BE IN ACCORDANCE y
DETERMINE SITE SPECIFIC REQUIREMENTS FOR EXCAVATION. BE PVC CONCRETE MANHOLE ADAPTER (4" THROUGH 12" PIPE) PLANS. EXPANSION JOINTS SHALL NOT BE CONSTRUCTED IN WITH THE CONSTRUCTION NOTES AND DETAILS PRESENTED OR
INSPECTION AND MATERIALS TESTING CONSULTANT PROVIDED BY PLACEMENT OF FILL SOIL, SI IALL DC AS RECOMMENDED DY TI IC Z
11 . CONTRACTOR SHALL FURNISH, INSTALL, AND MAINTAIN SUCH THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER. OR LARGE DIAMETER WATERSTOP AS MANUFACTURED BY FERNCO, GCOTCCIINICAL CNC/NEER. DURING PAVING OPERATIONS, CROSS OR VALLEY GUTTER WHICH IS SEPARATE FROM CURB. REFERENCED IN THE SIGNED AND SEALED CONSTRUCTION O
OR EQUIVALENT APPROVED BY THE ENGINEER. JOINTS SHALL BE CONSTRUCTED PER SUBSECTION 303-5.4.2 OF CONTRACT DOCUMENTS. IMPROVEMENTS CONSTRUCTED BASED ON
SHEETING, SHORING, BRACING, AND/OR OTHER PROTECTION AS IS 6. CLASS I OR CLASS II (TRENCH) BACKFILL SHALL NOT BE STRUCTURAL SECTION COMPACTION SI IALL DC ODSERVED AND THE SSPWC AS MODIFIED BY THE PLAN DETAILS AND THESE ELECTRONIC INFORMATION AND IN CONFLICT WITH THE DRAWING
NECESSARY TO PREVENT FAILURE OF TEMPORARY EXCAVATIONS 5. GRATED CATCH BASINS SHALL BE CONSTRUCTED IN TESTED DY ,-CERTIFIED INSPECTION AND MATERIAL.., TESTING
AND EMBANKMENTS AND TO PREVENT DAMAGE TO EXISTING PLACED UNTIL BEDDING AND INITIAL (PIPE ZONE) BACKFILL HAVE ACCORDANCE WITH THE PLAN DETAIL SHOWN HEREON. CONSULTANT PROVIDED DY THE CONTRACTOR AND APPROVED DY NOTES. JOINTS SHALL BE CONSTRUCTED 3/8-INCH WIDE DIMENSIONS DETAILS, AND THE CONSTRUCTION CONTRACT CC
IMPROVEMENTS, TEMPORARY IMPROVEMENTS, AND PARTIALLY BEEN OBSERVED, TESTED AND APPROVED. TIIC CITY ENGINEER. USING ONE PIECE OF PREFORMED JOINT FILLER INSTALLED FROM DOCUMENTS SHALL BE REMOVED AND CONSTRUCTED IN THE
6. QUALITY REVIEW AND REPORTING MEASUREMENTS. BOTTOM OF SLAB TO WITHIN 1 -INCH OF CONCRETE SURFACE. PROPER LOCATION AND DIMENSIONS AT CONTRACTOR'S SOLE O
COMPLETED PORTIONS OF THE WORK, CONTRACTOR SHALL BE 7. COMPACTION BY FLOODING OR JETTING IS NOT PERMITTED. 7. COMPACTION OF FILL SUBGRADE AND BASE COURSES ASLim
SOLELY RESPONSIBLE FOR THE SUFFICIENCY OF SUCH SUPPORTS A. CONTRACTOR SHALL REQUEST INSPECTION BY ENGINEER OF THE RESULTING RESERVOIR SHALL BE FILLED WITH JOINT SEALANT EXPENSE.
8. CONTRACTOR SI IALL REVIEW TI IC GEOTECI INICAL REPORT(S), WORK AFTER INSTALLATION AND ASSEMBLY OF STORM DRAINAGE WELL AS ALL TRENCH BEDDING AND BACKFILL SHALL BE TO WITHIN 1/4-INCH OF CONCRETE SURFACE AS SOON AFTERIlmm
AND/OR OTHER PROTECTION PER ALL REQUIREMENTS OF THE TI IC PROJECT WORK AREA AND VICINITY, AND a, IALL FAMILIARIZE PIPING, BUT BEFORE COVERING. OBSERVED AND TESTED FOR COMPLIANCE WITH APPLICABLE DIGITAL DRAWINGS ARE TYPICALLY A COMPILATION OF DRAWINGS
STATE'S DIVISION OF INDUSTRIAL SAFETY AND OSHA. REQUIREMENTS BY A CERTIFIED INSPECTION AND MATERIALS COMPLETION OF THE CURING PERIOD AS IS POSSIBLE. JOINTS FROM A NUMBER OF SOURCES AND, AS SUCH, THERE IS 0
-H+MSCLr WITI I TI IC WORK AREA CONDITIONS. CONTRACTOR SI IALL CONTRACTOR SHALL REQUEST INSPECTION BY ENGINEER OF SHALL BE CLEANED OF ALL FOREIGN MATERIAL, INCLUDING Z
TESTING CONSULTANT PROVIDED BY THE CONTRACTOR AND INFORMATION IN THE ELECTRONIC FILE ISSUED BY THE ENIGNEER
12. CONTRACTOR SHALL PROMPTLY NOTIFY ENGINEER OF RECORD -M-AI(C HIS SAN DEDUCTIONS AND CONCLUSIONS AS TO I IOW �o
WORK AFTER FORMING AND PLACING REINFORCING STEEL FOR MEMBRANE CURING COMPOUNDS, AND SHALL BE SURFACE-DRY
AND AUTHORITY HAVING JURISDICTION BY TELEPHONE AND IN D(ISTING S2JRrACC AND SUD S/JRrACC CONDITIONS WILL AFFECT APPROVED BY THE CITY ENGINEER
CAST-IN-PLACE DRAINAGE STRUCTURES, BUT BEFORE SCHEDULING WHEN SEALANT IS INSTALLED. LONGITUDINAL REINFORCING BARS AUTHORIZED BY THE ENGINEER FOR USE BY OTHERS. ELECTRONIC CZ
WRITING UPON DISCOVERY OF, AND BEFORE DISTURBING ANY OR DC AFFECTED DY HIS CONSTRUCTION OPERATIONS, INDLUDING 8. ALL CONCRETE FOR CURBS, GUTTERS, SIDEWALKS, SHALL BE INTERRUPTED 3 INCHES CLEAR OF EXPANSION JOINTS
THE CONCRETE POUR. INFORMATION PROVIDED BY THE ENGINEER SHALL ONLY BE
PHYSICAL CONDITIONS DIFFERING FROM THOSE REPRESENTED BY TI IE NATURE OF MATERIALS TO DC C)(CAVATCD. TI IC DEGREE OF DRIVEWAYS, DRAINAGE STRUCTURES, AND PAVEMENT SHALL BE AND MINIMUM 14-INCH LONG #5 SMOOTH DOWELS INSTALLED
APPROVED PLANS AND SPECIFICATIONS. DIFFICULTY ASSOCIATED WITI I MAKING AND MAINTAINING TI IC C. WITHIN TEN (10) WORKING DAYS OF COMPLETION OF THE CLASS 560-A-3250, UNLESS OTHERWISE SPECIFIED IN THE APPLICABLE FOR IMPROVEMENTS DESIGNED BY THE ENGINEER AND
R-EQUIRED EXCAVATIONS, AND TIIC OF DIFFICULTY WIIICII STORM DRAIN SYSTEM AND BEFORE CONSTRUCTION OF PAVEMENT, PROJECT DETAILS. ACROSS, AND CENTERED ON, THE JOINT. ONE-HALF (ONE END) WHICH ARE SPECIFICALLY DESIGNATED BY CONSTRUCTION NOTES Z
DEGREEDOWEL"
13. CONTRACTOR SHALL MAINTAIN A COMPLETE AND ACCURATEOF THE DOWEL SHALL BE INSTALLED WITHIN A "SPEED AND/OR DETAILS ON THE SIGNED AND SEALED CONTRACT Z
RECORD OF ALL CHANGES OF CONSTRUCTION FROM THAT SHOWN MAY ARIA FROMSUDSURrACC CONDITIONS INCILUDINO WALKWAYS AND OTHER PERMANENT SURFACE IMPROVEMENTS, 9. WHERE GUTTER GRADIENT IS LESS THAN 1 .0% FORM TUBE WITH A 1 -INCH GAP BETWEEN THE END OF THE DOWEL
GROUNDWATER, AND SHALL ACCEPT FULL RESPONSADILITY CONTRACTOR SHALL PROVIDE A CONSTRUCTION RECORD DRAWINGDOCUMENTS. CC
ON THESE PLANS AND SPECIFICATIONS FOR THE PURPOSE OF TIICRCOr. OF THE SYSTEM TO INCLUDE TOP OF GRATE OR COVER AND ELEVATIONS SHALL BE CONFIRMED BY LICENSED LAND SURVEYOR AND THE SEALED END OF THE TUBE. DOWELS SHALL BE IF DIGITAL FILES ARE OBTAINED WITH THE INTENT TO USE THEM
PROVIDING A BASIS FOR CONSTRUCTION OF RECORD DRAWINGS. PRIOR TO POURING CONCRETE. CENTERED VERTICALLY IN THE CONCRETE AND A MINIMUM OF 3 Clm
INLET AND OUTLET INVERT ELEVATIONS OF ALL STORM DRAIN FOR PROJECT STAKING, THEY SHALL ONLY BE USED BY A
NO CHANGES SHALL BE MADE WITHOUT PRIOR WRITTEN APPROVAL 9. IT IS THE CONTRACTOR'S RESPONSIBILITY TO PROTECT THE INCHES CLEAR HORIZONTALLY OF ANY REBAR, JOINT LOCATIONS
STRUCTURES. ELEVATION MEASUREMENTS SHALL BE ACCURATE TO 10. REINFORCING STEEL SHALL BE GRADE 60 BILLET STEEL QUALIFIED ENGINEER OR LAND SURVEY REGISTERED IN THE STATE
OF ENGINEER OF RECORD AND AUTHORITY HAVING JURISDICTION. INTEGRITY OF EXISTING PAVEMENT ALONG AND BEHIND THE 0.01 FEET. CONFORMING TO ASTM A 615. STEEL BENDING PROCESS SHALL SHALL BE ADJUSTED AS NECESSARY TO ALIGN WITH THOSE
UPON COMPLETION OF THE PROJECT, CONTRACTOR SHALL DELIVER TRENCH SAWCUT LINES DURING CONSTRUCTION. IF THIS PAVEMENT ALREADY CONSTRUCTED IN EXISTING ADJACENT (CONTIGUOUS) OF CALIFORNIA. DIGITAL INFORMATION SHALL ONLY BE USED FOR
THIS RECORD OF ALL CONSTRUCTION CHANGES TO ENGINEER IS BROKEN-OFF OR OTHERWISE DAMAGED BEFORE NEW PAVEMENT D. UPON COMPLETION OF CONSTRUCTION OF THE STORM DRAIN CONFORM TO THE REQUIREMENTS OF MANUAL OF STANDARD STAKING HORIZONTAL LOCATION OF PROPOSED IMPROVEMENTS
OF THE CONCRETE REINFORCING STEEL INSTITUTE. FEATURES. ALONG CURVES AND THROUGH WALK RETURNS, JOINTS
PRACTICEAFTER IT HAS BEEN CONFIRMED WITH THE SIGNED AND SEALED
ALONG WITH A LETTER WHICH DECLARES THAT, OTHER THAN IS PLACED, CONTRACTOR SHALL SAWCUT A NEW CONFORM LINE SYSTEM AND WITH 48 HOURS NOTICE TO ENGINEER OF WORK, BENDING OR STRAIGHTENING SHALL BE ACCOMPLISHED SO THAT SHALL BE RADIAL.
THESE NOTED CHANGES, "THE PROJECT WAS CONSTRUCTED IN PARALLEL WITH, FULL LENGTH OF, AND SUFFICIENT DISTANCE CONTRACTOR SHALL THOROUGHLY CLEAN AND WASH DOWN ALL CONSTRUCTION CONTRACT DOCUMENTS.
THE STEEL WILL NOT BE DAMAGED. KINKED BARS SHALL NOT BE 13. ALL EXISTING AND PROPOSED VALVE AND UTILITY BOXES AND
CONFORMANCE WITH THE APPROVED PLANS AND SPECIFICATIONS." (1 -FOOT MINIMUM) BEHIND ORIGINAL SAWCUT SO AS TO REMOVE INLETS AND STORM DRAIN PIPING USING FIRE HYDRANT FLOWS USED. MANHOLE FRAMES AND COVERS SHALL BE ADJUSTED TO FINISH THE DIGITAL DRAWINGS ARE NOT INTENDED TO BE USED DIRECTLY
WARNING: ENGINEER PREPARING THESE PLANS WILL NOT BE DAMAGED PAVEMENT AND/OR IRREGULARITY ALONG THE CONFORM AND VACUUM ALL RUN-OFF. FOR CONTROL OF CONTRACTORS GRADING OPERATIONS WITHOUT
RESPONSIBLE FOR, OR LIABLE FOR, UNAUTHORIZED CHANGES TO LINE. SEWER NOTES: 11 . JOINTS IN CONCRETE PAVEMENT GRADE. STAKING BY ENGINEER OR LAND SURVEYOR. THE INTERSECTION OF
OR USES OF THESE PLANS. ALL CHANGES TO THESE PLANS MUST A. WEAKENED PLANE CRACK CONTROL (CONTRACTOR) JOINTS 14. AFTER CONSTRUCTION OF A.C. PAVEMENT AND APPURTENANT PROPOSED CUT AND FILL SLOPES WITH EXISTING GRADE IS
BE APPROVED IN WRITING BY PREPARER. DEMOLITION NOTES: 1 . ALL PUBLIC SEWER MATERIALS AND CONSTRUCTION SHALL BECONCRETE FEATURES, A FLOOD TEST SHALL BE CONDUCTED TO APPROXIMATE WHERE SHOWN ON THE DRAWINGS AND SHALL BE
IN ACCORDANCE WITH THESE PLANS AND WITH THE PROJECT SHALL BE CONSTRUCTED AT REGULAR INTERVALS NOT EXCEEDING
14. CONTRACTOR AGREES THAT, IN ACCORDANCE WITH GENERALLY 1 . THE EXISTENCE AND APPROXIMATE LOCATIONS OF ANY 10-FEET EACH WAY (LONGITUDINAL AND TRANSVERSE) AND AT REVIEW SURFACE DRAINAGE, AS FOLLOWS: CONFIRMED BY FIELD STAKING. IT IS THE CONTRACTOR'S
UNDERGROUND UTILITIES OR STRUCTURE SHOWN ON THESE SPECIFIC AND STANDARD REQUIREMENTS AND STANDARD DRAWINGS A. WATER SHALL BE SUPPLIED AND DISCHARGED IN SUFFICIENT RESPONSIBILITY TO CONSTRUCT SLOPES IN CONFORMANCE WITH
ACCEPTED CONSTRUCTION PRACTICES, CONTRACTOR WILL BE OF THE GOVERNING AGENCY. ADDITIONAL LOCATIONS AS MAY BE CALLED FOR IN THE FIELD.
REQUIRED TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR PLANS ARE OBTAINED BY THE AVAILABLE RECORDS PROVIDED. THE JOINTS SHALL BE CONSTRUCTED PER SUBSECTION 303-5.4.2 OF QUANTITY TO COMPLETELY WET AND COVER ALL A.C. PAVEMENT THE SPECIFIED AND DETAILED REQUIREMENTS CONTAINED IN THE
JOB SITE CONDITIONS DURING THE COURSE OF CONSTRUCTION OF CIVIL ENGINEER ASSUMES NO LIABILITY AS TO THE EXACT 2. ALL PRIVATE SEWER MATERIALS AND CONSTRUCTION, THE SSPWC AS MODIFIED BY THE PLAN DETAILS AND THESE AND CONCRETE GUTTER AREAS; THE OUTLINE LIMITS OF RESIDUAL CONTRACT DOCUMENTS.
THIS PROJECT INCLUDING SAFETY OF ALL PERSONS AND LOCATION OF SAID LINES, NOR FOR UTILITY OR IRRIGATION LINES INCLUDING BUILDING SEWERS, SHALL COMPLY WITH THE UNIFORM NOTES. REINFORCEMENT SHALL BE CONTINUOUS THROUGH JOINTS. STANDING/PONDED WATER SHALL THEN BE MARKED.
PROPERTY, THAT THIS REQUIREMENT SHALL BE MADE TO APPLY WHOSE LOCATIONS ARE NOT SHOWN. THE CONTRACTOR SHALL BE PLUMBING CODE, CURRENT EDITION, AND WITH THE GOVERNING DEPTH OF JOINTS SHALL BE 1/4 SLAB THICKNESS +1/2 INCH
RESPONSIBLE FOR NOTIFYING ALL UTILITY COMPANIES PRIOR TO AGENCY CODE. B. A.C. PAVEMENT, CONCRETE, AND PAVER IMPROVEMENTS
CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS. FOR 6-INCH SLAB). JOINTS SHALL BE CONSTRUCTED BY SHALL BE REMOVED AND REPLACED, AT NO ADDITIONAL COST TO
CONTRACTOR FURTHER AGREES TO DEFEND, INDEMNIFY AND HOLD WORK OR POTHOLE TO DETERMINE THE EXACT LOCATIONS OF ALL
GENERAL NOTES & PROJECT INFORMATION
6 Prepared by: DESIGNED BY: DISCRETIONARY
RJR ENGINEERING GROUP RET REVIEWED BY: STREET IMPROVEMENT PLANS
5 PERMIT NO. CE-2
4 ii Planning•Civil Ge logy•WaterR sours/Hydrology DRAWN BY: CITY OF I1\'lOORPARKSHEET v)
Geotechnical Engineering.Geology•Water Resources•Environmental R ET V 1
3 2340 Palma Dr. Suite 200, Ventura, CA 93003 METROLINK ENTRANCE IMPROVEMENTS
OF E-1 1 W
2
(805) 485-3935 (805) 485-6496 FAX
E-mail: rjr®rjreng.com
CHECKED BY: RWA ENGINEERING
1 APPROVED BY: PUBLIC WORKS DEPARTMENT PROJECT NO. H
SOUTH PARKING LOT ENTRY DRAWING NO. O
NI
�_� C-58383 12-31-18
A DESCRIPTION OF REVISION R.C.E. APP D. DATE moi-''` ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE Z,
228
-0
a)
a)
cn
a)
' •/,/G, . ^,); 1 N v .)ivi - ,573)6 ... 6' 66o -AI 12L
h �� �C7 �Y S-5, ,`
" 'Cv .
_ •
y • ,s� SP MOORPARK PBECT. S 7�sp � 9_ 7AL 12"BASE J/ f:.'v^ F AL 12"BASE F`S SDMH `Spy 'gyp TR 2" f���' "R b'p `5>6 LL
�9 t 0 ��,,u `Si :v' 4" .y TR 4" .? SG
513.3 8 F S TR a. 'f`.~ f.:~.1.,
26 'Ys TR 4 .f. CB ,;te Q
TR 6" h �y
ro4 '')�liggill11 O s xs,
�` SP STOP ASPHALT BERM / CB h�����h1�'�F� kF� vF ,v. a• '`S6Tx i> ss9
-
TR 4 .f.0 9
`S� SP TURN \,;:,,,_, S
• 0
,� 1 SP NO PK a)
a)
UP
EXISTING METROLIN" ENTRANCE/ EXIT --YD' \' ASPHALT BERM C
LiJ
cA
�_. 1' n n 0 �J.
��J'.�' `0 n,.J� 0^�,74J^ <J p� o`� 4D,,\k� h.\b ^ 40^
c,^'' DOUBLE YELLOW STRIPE 5^k ' 09
"1111
h�0F5 h1/F5 - h�ti�05 _ p CV
e 0
61 ti J �q ,<,,, 0� °� 0� 1 2 9 X05 �,, ham^
l' ,p 95 GO 0 bo ON 09 ll 9h 6n^F "�F o-6 0 � h �hk h^h.
h F — h E E hti E F 2g hti' F hti E 1� ,DN, F ti CP-4 326 ° �. 5^ nti h_^o-' �^
5 FL p0 h ^ 5/ 5 s h^ h .aPr� S
�_ � SIGN h G SIGN " _ -�, `' S uASPHALT BERM _ 0 = __ �/y --- —SP x514.66_ _ J ` x514.71 _ _ J 515.31x 0
SIGN E SIGN E 1 x513.44 NO PK 0
ti v
70.00' -� 50.00' 50.00' J'�oo -�. \i>50.00' -�„ J.6o50.00' H- 50.00' -�� 50.00'
iioiiiidem�®v®®®v®®Av®ciiiiiiii � �� �G 30 PALM
s'
NOTES:
THE BOUNDARY SHOWN HEREON HAS BEEN PLOTTED FROM THE BEST AVAILABLE PUBLIC MAPS AND
I RECORDS AND DOES NOT REFLECT A BOUNDARY SURVEY. NO PROPERTY CORNERS HAVE BEEN SET
AS PART OF THIS WORK.
0 - �G �� ANY RELATION OF ANY TOPOGRAPHIC FEATURES (POWER POLE, WALL, TREE, FENCES) AS IT RELATES
' TO THE PROPERTY LINES AS WE HAVE SHOWN ON OUR MAP IS SUBJECT TO ANY ADJUSTMENTS THAT
EXISTING ,o A BOUNDARY SURVEY WOULD REQUIRE BE MADE.
GARAGE d
, ANY SURVEY MONUMENTS FOUND DURING THE COURSE OF THIS SURVEY AND MAPPING HAVE BEEN SET
hti��o ' ��ti. BY OTHERS AND HAVE BEEN USED AS REFERENCE, ONLY, FOR THE SOLE PURPOSE OF MAPPING THE
EXISTING m ' ���������d�®�®�`�9��,, TOPOGRAPHY, WITHOUT VERIFICATION BY OUR FIRM OF THEIR AGREEMENT WITH APPLICABLE LEGAL
o A.C. N TWO STORY b o ` yi' 5'Z-ic b 6 6 DESCRIPTIONS AND SENIORITY OF DEEDS.
Ill 0 PARKING LOT 0 COMMERCIAL O 0 0 0
D 0 Lo 0 0 o y p o d
Ln Lo
` to
� - � ' - - NO ATTEMPT HAS BEEN MADE AS A PART OF THIS TOPOGRAPHIC SURVEY TO OBTAIN OR SHOW
Z DATA CONCERNING EXISTENCE, SIZE, DEPTH, CONDITION, CAPACITY, OR LOCATION OF ANY UTILITY
W EXISTING d LOT 6 OR MUNICIPAL / PUBLIC SERVICE FACILITY, EXCEPT AS MAY BE SHOWN HEREON. FOR INFORMATION CO
0 VACANT e GARAGE TRACT "O" REGARDING THESE UTILITIES OF FACILITIES, CONTACT THE APPROPRIATE AGENCY. T
LOT LOT 5
N . d , . , ®� BLOCK 1
(0 m o - EXCEPT AS SPECIFICALLY STATED OR SHOWN ON THIS PLAT, THIS TOPOGRAPHIC SURVEY DOES NOT N
LOT 1 LOT 2 LOT 3 % . o TRACT "0" o� 6 LOT T d- PURPORT TO REFLECT ANY OF THE FOLLOWING WHICH MAY BE APPLICABLE TO THE SUBJECT REAL
c0 t0 t0 to 0 �P ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, c0 s>
P �� �� o " " % o " " o BLOCK 1 ®co
o @ //
P TRACT "0" o ESTATE: EASEMENTS OTHER THAN POSSIBLE EASEMENTS THAT WERE VISIBLE AT THE TIME OF
TRACT O o TRACT O o TRACT O a p. �
o 0 0 o a G 0 o o MAKING THIS SURVEY; BUILDING SETBACK LINES, RESTRICTIVE COVENANTS; ZONING OR OTHER 11,
BLOCK 1 BLOCK 1 / BLOCK 1 � o BLOCK 1
I EXISTING ,, , cHQ ®®®®® LAND USE REGULATIONS, AND ANY OTHER FACTS THAT AN ACCURATE AND CURRENT TITLE SEARCH
9 SIRES DENTORY CE SFo MAY DISCLOSE. W
0 AV
EXISTING CONTRACTOR AGREES THAT HE SHALL ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE
i D
GATE 0 ° CONDITIONS DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL Ca
O Ca
D EXISTING SINGLE STORY
, RESIDENCE , PERSONS AND NOT BE LIMITED TO NORMAL WORKING HOURS, AND THAT THE CONTRACTOR SHALL
SINGLE STORY
RESIDENCE
m % DEFEND, INDEMNITY AND HOLD THE OWNER AND ENGINEER HARMLESS FROM ANY/ALL LIABILITY, REAL W
® ® OR ALLEGED, IN CONNECTION WITH THE PERFORMANCE OF WORK ON THIS PROJECT, EXCEPTING FOR
LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE OWNER OR THE ENGINEER.
A.C. 49 FIRST STREET %, Go � %,
Oiiooioioiooioiooioiooi�ooioiiioiooioiooioioi0000� ��-' G ® i
PARKING LOT h E % G
G 81 FIRST STREET / %�®®�®®®�®®®�®®®�a�®����®J
r, `yI h1��G GUY WIRE ,
V I � N OMNI.
POWER POLE i
NO. 103905 E h �o0 Z_Z.5_
� POWER POLE
ti.F5 N6 hy,ES N 0 NUMBER
70.00' S12 FS 50.00' 50.00' h 2�s S50.00' / 0.00
CONC. SIDEWALK 52Fs 5 zFS - Ln ~ s� 50.00' �' 50.00' 11
' up
®� I ?sy CONC. SIDEWALK F�4 S89'53'16"E
APRON off / ACONC.
PRON \ °H JJ WM � ACONC.PRON \ / APRON \M— s we
SURVEYORS NOTE.
H H OH OH OH ` OH
V - e� N N R\ OVERHEAD THERE ARE NO EASEMENTS SHOWN ON THIS PLAN. ANY EASEMENTS
C C
-\,-72.,, C - �� \� � �� POWERLINES SHOULD BE RESEARCHED BY THE TITLE COMPANY OF RECORD FOR
F OWER POLED l G G G EXISTING G G THIS PROJECT. NO TITLE INFORMATION WAS AVAILABLE TO CVE
NO. 102902-E J
W w w w W w w w W w a GAS LINE W W W W W W W W W W ENGINEERING, INC. WHEN PREPARING THIS DOCUMENT.
FIRST STREET _
—q FIRST J S �'o — — S — ` EXISTING — —
,o(� \ EXISTING WATER LINE
_` SEWER LINE
o_
1
0 o CONC. CURB AND GUTTER
>
6+�
N
0
I
20'
ALLEY
o Z
I
C
1
0
I
POWER POLE
NO NUMBER
i
NOTE:
GRAPHIC SCALE
EXISTING UTILITIES AND FACILITIES ABOVE AND BELOW THE GROUND ARE LOCATED ORIGINAL BASE SURVEY: SUPPLIMENTAL DATA PROVIDED BY: 0 1 " 2" 3"
FROM THE BEST AVAILABLE RECORD INFORMATION. THE CONTRACTOR SHALL TAKE
DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES OR FACILITIES SHOWN ON CVE ENGINEERING INC. 0 10 20 40 60
THE PLANS FROM HARM. ATTENTION IS DIRECTED TO POSSIBLE EXISTENCE OF
UNDERGROUND UTILITIES OR FACILITIES NOT SHOWN TO THE CITY OR IN A LOCATION CIVIL, STRUCTURAL ENGINEERING - SURVEY - PLANNING BENNER and CARPENTER, INC.
1 " = 20'
DIFFERENT FROM THAT WHICH IS SHOWN ON THE PLANS. THE CONTRACTOR SHALL P.O. BOX 7208, THOUSAND OAKS, CA 91360 CIVIL ENGINEERS LAND SURVEYORS
TAKE STEPS TO ASCERTAIN THE EXACT LOCATION OF ALL UNDERGROUND UTILITIES (805) 496-2282 / (805) 496-1653 FAX 506 E. Main Street Santa Paula, CA 93060
AND FACILITIES PRIOR TO DOING WORK IN ORDER TO AVOID DAMAGE OF SUCH
UTILITY OR FACILITY OR TO INTERFERE WITH THEIR SERVICE. E-MAIL: CVE@GTE.NET // W.O. 3063 (805) 525-3396 FAX" (805) 656-1989
7/11/06 EXISTING SURVEY
6 DESIGNED BY: REVIEWED BY: DISCRETIONARY
45 ii
RJR ENGINEERING GROUP DRAWN BY: PERMIT NO. STREET IMPROVEMENT PLANS SHEET CE-3
Planning•Civil Engineering•Flood Control/Hydrology CITY OF M w
3 — Geotechnical almaerin. Geology•00,Water Ventura,esources•Environmental METROLINK ENTRANCE IMPROVEMENTS OF CE-11
2340 Palma Dr. Suite 200, VCA 93003 CHECKED BY: ENGINEERING
2 (805) 485-3935 (805) 485-6496 FAX (24
1 tii
N
E-mail: rjr®rjreng.com APPROVED BY: PUBLIC WORKS DEPARTMENT PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO.
A ! DESCRIPTION OF REVISION R.C.E. APP'D. DATE 1`''-`_.wamm.us_
229
ti S, :WC L N
_..cingiagikka 03°'
"J 5 _ SjS ill( �� 8 Sr Srj •`517 46FSN� ^�^6 SIDEWALK41� oSIDEWALKs, 951796is• '�� ' SO9/�' lSh^� Q� TR 4 \ ,• '2 S, 0" CF
CV
0 S/ h 8r� \51740FSs , EXISTING 120 VOLTr/ , ^ 6�tih6 U.h ELECTRICAL LINE. •- / 0CV .- • a• 1r.';r rh^ ; S'� y^0' I Ice
_,-------
- �F i AL 2"BA ® AL 12"BASE
c''\ TR 4" 51 • dS
s/s P SP CIVIC CEN. AI - 45py} l ICV *£ r;v TR a" o-ti s k6 5n1-639FS.,.„
a‘`1 r FS in 4. r '-v Co ti
Ill
/>' ,� r' NO STOP EXISTING .IDEWALK •R TR z' t^"'F ^ ^� `s,� TR 2 ,'' 517.1 517.7-
/ o C ' S7326, 660 - �. EXISTING SIGNAGE IN THE ss r.� 51714IL 576,,Fs
(�� _h /❑ �,�s ilt-.� ,�4 -- - _ s� FS TR 2 •r�x 5\bP\ .» ..»- 4" o %USHE, TI°EELOCATED MOORPARK PBELECiJIC�/ nL 12 BASE• yst
...t. x To E N . SS a7
�N� <r' \
AL 12"BASE iiiwS £ ,0.1s ;' SDMH o TR 2" r:+" •i .. s S's OUTSIDE OF ` C .�A °'
Ci 'i r"' PROPOSED - -� ss «tea• °3s3 PR1■• - ■ USB s • `� r, G�..- �JDETECTABLE ' r, r„,._
£ - _ O EXISTING CATCH BASIN - 2Q S, + R4' £ +- S s9 TR 2 XCPWARNING TILE ' s tr+v o; TOREMAINSAWCUT EXISTING ASPHALT CURB .2 .tcB ,,f*' 's `1 W
s TR a ,r. rR onK s- o■ ee s1 sso
513.38 FS a" TR s' h EXISTING LANDSCAPING AREA TO BE i /
-- - - ° _ _ "� ti° USED FOR ROAD WIDENING PURPOSES. ='cv •:R SAWCUT CURB & GUTTER ICB_ / CC
`�% `� � '5 INSTALL NEW CURB AND EXTEND • £ PROPOSED ASPHALT CURB i\
SP STOP h 3o d GB F- e ..tit.
4 (2) SED ASPHALT s.sz FL CC
ASPHALT BERM ;oao-oma 5` • ,� TO EXISTING PARKING (400' EAST) : - ,r,+ EXISTING ASPHALT CURB AND LANDSCAPING TO CURB TO EX. CONC. CURB. o CC
LU -� �� - 6 �� / MAINTAIN DRAINAGE TO CATCH BASIN To, •<" BE REMOVED FOR ROAD WIDENING PURPOSES <o,�,,,,�,, .�
• psi SP TURN ^ a�a.. s� 612 11 FL /1�? 12.90 TC///%� 513.30 TC - - 513. 8 TC 14.03 TC 514.09 TC 14 31 TC 514.64 TC/, 514.95 TC/ 51-C7 515.69 TC/ 51-C/ sP A PK 516.38 TC/ -''w¢..f0.;a• II�II�, ,n c� DO
, W 514.14 FL 514.45 Ft 514.79 FL 515.19 FL- 515.42 FL 515.88 FL / I II c,
��� PROPOSED '0 08.11 INV 512.40 FL 512.80 FL 513.18 FL 513.53 FL 513.59 FL 513.81 FL SP NO PK 4 TO/
N_ CROSSWALK !`� %/� ,'. �� f r7 516 2 / I Illlll/,bcs 'PFj�, a F O
I
,,,,,,,,,,rrrri riiii///lr'i////// --� n,L,,,_,,,,,,,� , ///////z//
ii riii/ // ' ,,,,;1107„/„. --1,r / / �IIIIiI7
°° /% _ h ASPHALT BER-- "" N
Q EXISTING METROLIN ENTRANCE/ EXIT °D 22
li C �/°' _-______- ,,,• "/////‘Z//z/„ .77":„
•••,,,,,.r , „', /1„, /„,,,,••, �`,,,,,, .. j�j�/fiu riiiiiiiiii/l/�i////////iiiiviiioiiiviiiiiir riiiii/,,,,,,,,,,,,,i,,,,,,,� ,,, ._
Mo �.. ///////�I//��/////nA'^',,,,, /i>i,,,,,,,, aiiiiiiid//1� ..,,,,,,,,,,,,,,� i1i,,,,r,,,,,,,, r,,,,,,,,,,,,,,t Oirrrrrrrrrrv,,,,,,r " ,,,,,,,, .___ ((( 0 /// "6 a� 87 FL
` . . ° / ,,, U// irirrr %////nr,,,,,r, a............. /iti/Jiii \ / r�,
,5781-C°
• ,j 0v �e /0 �5 �0 ti�5 �ti F� REMOVE EXISTING CURB F e I CCD
' I U1 1 .. `v rnCe
Tc.7 0� `� REMOVE EXISTING CURB A� F`' F� 6� `` ��F� <' F h^`' `'S`'� �5°'� `'^�'� �' G '�
ti s'S "e� 5 ti o R ° 5° 0^ye 5 �ti 5 �� , ,;v' T
• °o I _ /� ^ ^ � DOUBLE YELLOW STRIPE '''' ^ 6 EASTERN LIMIT
/ z WESTERN LIMIT oh o o ,\ �g ME I kO LINK EIV I RANGE g F IMPR V M T
h� FS h s.FS METRO LIN RANGE IR hti.FS e1�'Fs e� ,� �0� 0 O�, E ENS S
OF IMPROVEME TS \ 0 ^ F F s's
H N EXISTING CURB TO REMAIN I 0 e 5 F EXISTING CURB TO REMAIN a "� ^ ,_� c� �� F �s',�
�, , / 1 EXISTING CURB TO REMAIN r` 5 5 r` 5 `' 1 g1 F� ^°j,yF 51'^� ^5 `'� e:.\''1';''
''1' - -j i ^`O �� ,S�
5 0�' BO 1,��� - I 1 _ .''''')C - 5 ASPHALT BERM h CONC CURB
9h �' �h F ^0 b h ��''� 4j h h h' h^ h 6' h 6' ''
�. � -1,0° 0 9 6 F F ,- h , o- a^ s
5 F 11 5 F '''2.3 \-\
� h��' F • ' F 12 9 .�. - h F
5 EXISTING CURB TO REMAIN ^ h ,,,,, c
k
ti g t,. tie n 5 5
_ - e / JOIN EX i �' 0 g"5'S�"CP4,:y.4_13? �^�5 �^ �. ‹i`^k ^ 5
-' / _ i - RB - - - - - -,� /� - - 1 ASPHALT BERM - - - - - -�
SIGN - SIGN I PROPERTY BOUNDARY 516?� 3IGN I ��oor t5y F •"E pr 0 % SIGN.r 51j x513.44 .013 ry �SP NO PK 514.66 514.71 PK - - - - -
^ .� •
515 31x \
515 52x x515.74 x516 32 x516.47
J�� 'oo oo )•:. '�_ STOP SIGN - - -.4 - - - - - - -
70.00 50.00' SO.00 �o ( � O.00I� Op .6, 5/.00' jQ,QQ r� rjQ,OQ' PROTECT EXISTING POWER POLE IN PLACE
EXISTING PRIVACY WALL‘'`*(2 \ F o
2' 'v , c�o c EXISTING PRIVACY WALL PROPERTY BOUNDARY EXISTING PRIVACY WALL
\->c,
/ TO REMAIN I .' c' TO REMAIN 30 PALM TO REMAIN
-' EXISTING CHAINLINK FENCE 512.10 TG
6p TO BE REMOVED 510.60 IN a°nfiRR.2
I I I
9 ® I ::C° a2%Q° _ R2
I MONITORING WELL I I
CIE-9
E-
CE 9 ': 12' 12' CE 9
• 10'a°` TRAVEL TRAVEL '1'- - NOTES TO CONTRACTOR
IT: :`�IDEWALh � ho °'°c,
2i hti E� �ti 1 . THE CONTRACTOR SHALL VERIFY ALL EXISTING TOPOGRAPHY AND GRADES PRIOR TO GRADING. IT SHALL BE THE CONTRACTORS RESPONSIBILITY
I I �Ir4•: �, ' ° - I I TO NOTIFY THE PROJECT CIVIL ENGINEER OF ANY DISCREPANCIES OR REQUIRED DESIGN CHANGES SO THE APPROPRIATE MODIFICATIONS CAN BE
1 I I MADE.
I I EXISTING I : .� _ O
4' ..
GARAGE :i ,.EXISTING PRIVACY WALL •
�`' To REMAIN 2. THE CONTRACTOR SHALL ENSURE THAT ALL EASEMENTS ARE ADEQUATELY LOCATED AND STAKED PRIOR TO ANY GRADING.
- (PROTECT IN PLACE) • °
D2`�ti, ' EASTERN PROPERTY BOUNDARY/' •�,�,°�G
m, t, 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL UNDERGROUND UTILITIES. UNDERGROUND ALERT SHALL BE NOTIFIED A MINIMUM OF 48 00
EXISTING ° -, • ° HOURS PRIOR TO DIGGING. SEE NOTE 10 BELOW.
o A.C. TWO STORY °\ c.., G _ r
o o o o 5� 5 EG 0 0 0 0
o PARKING LOT o COMMERCIAL I o 01 ':':' g of I o ' ICO
:::
S 6 S Ln :.:.: ° , , ,,,,,,,,.�. .,,,,,,,, .........,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,5 y a o 4. THE PROJECT CIVIL ENGINEER SHALL BE NOTIFIED AND APPROVE ANY DESIGN CHANGES PRIOR TO IMPLEMENTATION DURING SITE DEVELOPMENT. N
I -
j - I -
PROPOSED WALL I •• •: , . I• / / I
m 6 ••, ° ° ,s., . '% ° '%, I I 5. THE CONTRACTOR SHALL PERFORM ANY SUBSURFACE UTILITY INVESTIGATIONS PRIOR TO START OF PROJECT. THE CONTRACTOR SHALL BE r.
WESTERN PROPERTY BOUNDARY °�i % 9 EXISTING , LOT 6
a ° ; VAC/,N 0 o GARAGE 9 RESPONSIBLE TO INVESTIGATE ALL CONDITIONS AND NOTIFY THE CITY OF ANY UNFORESEEN OR CHANGES IN CONDITION, AS WELL AS, SPECIAL II,
Q .� ° LOT V m a TRACT O MITIGATION MEASURES.
® „r% o a . 1,-1 p LOT 5 BLOCK 1 CC
p R. o ii c_o
4 4 1 I1n I o % TRACT "0" 14 a 6. ALL UTILITY TRENCH BACKFILL SHALL HAVE SAND BEDDING (SE>20). BACKFILL AND COMPACT TO 95% RELATIVE COMPACTION OR AS NOTED
LOT 1 .,-
1-''',,, LOT 2 ® LOT 3 a. •o ®� , LOT 7
zo
I� % �I 513. a o /�I I� �I PER PLAN.
o TRACT "0" o TRACT "0" 0 TRACT "0" o ?� ��247� '� BLOCK 1 / bo TRACT "0" o
I0 0 0 \ ' oof :.:-: ° ' • of „,
Io 01
BLOCK 1 9 BLOCK 1 BLOCK 1 : ,, o BLOCK 1 n 7. THE CONTRACTOR SHALL COMPLY WITH THE PROJECT SWPPP AND MAINTAIN ALL SPECIFIED BMP'S AS WELL AS GOOD HOUSEKEEPING MEASURES.
EXISTING % ;; a°° . 3 f f i,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,� o�,° /®�®A�®A W
m % SINGLE STORY 8. ALL SIGNAGE ASSOCIATED WITH THE PROJECT SHALL BE PLACED ACCORDING TO THE CITY OF MOORPARK
RESIDENCE 12 12' s'2�o
i 9. THE SITE SHALL BE MADE SAFE AND FREE OF ANY PUBLIC HAZARDS AND SECURE AT THE END OF EACH WORK DAY. I"I"I
TRAVEL TRAVEL '
® ® c EXISTING °
GATE / LANE LANE 0 SINGLE STORY Q
I I ® ® I :::8 ° I I. EXISTING I I I
RESIDENCE 10. THE CONTRACTOR SHALL CONDUCT A POTHOLE INVESTIGATION BEFORE ANY ON-SITE WORK.
I I - \ SINGLE STORY I I
2% EXISTING PRIVACY WAL/ RESIDENCE i I ��
" 4 I TO REMAIN 1 1 . CONTRACTOR SHALL PROTECT IN PLACE ANY UTILITY, NEIGHBORING HARDSCAPE FEATURE OR PORTION OF ROADWAY NOT SHOWN ON PLANS TO Z
:•:•:• a (PROTECT IN PLACE) O
A.C. % 49 FIRST STREET % :•••,-Jo % BE ALTERED OR REMOVED. IT WILL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO REPLACE ANY DAMAGE THAT MAY OCCUR.
PARKING LOT EXISTING PRIVACY WALL) 81 FIRST STREET G ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,�%
hti,�G TO REMAIN 12. THE CONTRACTOR TO PROVIDE TRAFFIC CONTROL PLANS AND IMPLEMENT TRAFFIC CONTROL DURING ALL PHASES OF CONSTRUCTION AS
21
GUY WIRE ',::•:, °,tea REQUIRED.
'I I�::-:.: •-72�� I ,,k I I I *ACCESS TO THE METROLINK STATION SHALL BE MAINTAINED AT ALL TIMES.
��.:•�y�FS ° ,,azie ITOSTING BE MAINTAIINEDRESIDENTIAL
AT ALLETMESAY ACCESS� /h1�'FS
STOP SIGN __ d
POWER POLE I R20 dOIS I I� POWER POLE I I 13. THE CONTRACTOR IS TO PROVIDE A CERTIFIED INSPECTION AND MATERIALS TESTING CONSULTANT, TO BE APPROVED BY THE CITY ENGINEER, FOR CC
N0. 103905-E 2 ti\ V I � i h1�y5 �°� h1ti9FS � No NUMBER ALL COMPACTION AND MATERIAL TESTING DURING CONSTRUCTION.
70.00' - - �15,2F5 50.00' /I 50.00' S12�F5 -�( % . .• -- - el
�n nn_ ,� „50.00' - - - - 50.00' - -
CONC. SIDEWALK /12 S y12�5 �[•��/)
a % A77.i7o; coNC. sIDEWALK ''\ S89°5316 E 14. CONTRACTOR SUBMITTALS: y
CONC. CONC. - '�• I► C., M CONC. s
OH -M 7l_ �` on \A/M- OH OH OH A. TRAFFIC CONTROL (FOR EACH PHASE) 0
/ APRON \ / APRON \ n��� ;..,.. . : > n ,l:'�= "�%// I APRON \ -
i/.//i,-��ii .. II N N
: k.‘'''%
�. o .� ;T o///i %. OVERHEAD
_ /� �,,,,,,rr r y/rrrrrr rrr rrrrr IVEWAY, �- ' POWERL NESC G G �� -/ c • ���, A , APRON TO REMAIN \� \� C C C B. POTHOLING RESULTS - FOR WATER METERS AND BIOINFILTRATION
OWER POLE I / /\ g- \EXISTING CC
NO 102902-E J 1st STREET . GAS LINE C. ALL MATERIALS INCLUDING AC, AB, CAB, AND CONCRETE, SLURRY O
- W W W W w W W w w w V w w w w w w w w w
- -q FIRST STREET _ s �� - _ � _ _ - S _ D. PLANTING MEDIA Um
`" -,;)6,,' SOUTHERN LIMIT EXISTING•
,P,, l- EXISTING WATER LINE
OF IMPROVEMENTS SEWER LINE E. LANDSCAPE PALETTE
0 0
IF. BIOINFILTRATION GRAVEL Z
5 o5 / CONC. CURB AND GUTTER `�
I - - • G. STRIPING & SIGNAGE CZ
�N� H. SHORING AND EXISTING IMPROVEMENT PROTECTION. Z
__ __ __ __ -- j1- __ __ __ __
15. CONTRACTOR WILL BE REQUIRED TO OBTAIN A METER FROM WATERWORKS TO FILL ANY WATER TRUCKS/ ETC NEEDED FOR DUST CONTROL Z
AND/OR CONSTRUCTION ACTIVITIES. Z
CAUTION: UNDERGROUND STRUCTURES Q
ALL UNDERGROUND UTILITIES REPORTED BY THEIR RESPECTIVE OWNERS OR THOSE SHOWN ON RECORDS EXAMINED ARE INDICATED WITH THEIR
APPROXIMATE LOCATION AND EXTENT. THE CONTRACTOR, BY ACCEPTING THESE PLANS OR PROCEEDING WITH IMPROVEMENTS PURSUANT THERETO, a
UNDERSTANDS THAT THEY AGREE TO ASSUME LIABILITY, AND AGREE TO HOLD THE UNDERSIGNED HARMLESS FOR ANY LIABILITY FOR DAMAGE
RESULTING FROM THE EXISTENCE OF UNDERGROUND UTILITIES OR STRUCTURES NOT REPORTED TO THE UNDERSIGNED, NOT INDICATED ON THE
PUBLIC RECORDS EXAMINED, LOCATED AT A VARIANCE WITH THAT REPORTED OR SHOWN ON RECORDS EXAMINED. THE CONTRACTOR IS REQUIRED
TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES OR STRUCTURES FOUND AT THE SITE. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO NOTIFY THE OWNERS OF THE UTILITIES OR STRUCTURES CONCERNED BEFORE STARTING TO WORK.
SPECIAL NOTES
t 1 . ALL STRUCTURES ARE BASED ON "GREENBOOK" UNLESS OTHERWISE NOTED.
2. ALL MATERIALS AND PHASING, INCLUDING TRAFFIC CONTROL, SHALL BE PROVIDED AS SUBMITTAL FOR CITY APPROVAL PRIOR TO CONSTRUCTION. SEE
STANDARD SPEC'S FOR ADDITIONAL REQUIREMENTS.
I 3. ANY CONFLICTS IN THESE PLANS AND STANDARD SPEC'S SHALL USE THE "GREENBOOK" CRITERIA FOR REFERENCE. WHERE THESE DETAILS CONFLICT,
THE STRICTER SPEC SHALL DICTATE.
NOTE:
GRAPHIC SCALE
EXISTING UTILITIES AND FACILITIES ABOVE AND BELOW THE GROUND ARE LOCATED 0 1 " 2" 3" a
FROM THE BEST AVAILABLE RECORD INFORMATION. THE CONTRACTOR SHALL TAKE I I
DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES OR FACILITIES SHOWN ON H
THE PLANS FROM HARM. ATTENTION IS DIRECTED TO POSSIBLE EXISTENCE OF 0 10 20 40 60
UNDERGROUND UTILITIES OR FACILITIES NOT SHOWN TO THE CITY OR IN A LOCATION 1 " _ 20' �W I-II
DIFFERENT FROM THAT WHICH IS SHOWN ON THE PLANS. THE CONTRACTOR SHALL
TAKE STEPS TO ASCERTAIN THE EXACT LOCATION OF ALL UNDERGROUND UTILITIES ,�/
AND FACILITIES PRIOR TO DOING WORK IN ORDER TO AVOID DAMAGE OF SUCH I-II
UTILITY OR FACILITY OR TO INTERFERE WITH THEIR SERVICE. H
OVERALL SITE PLAN cA
6 Prepared by: DESIGNED BY: REVIEWEDBY: DISCRETIONARY I-�
5 RJR ENGINEERING GROUP RET PERMIT NO. STREET IMPROVEMENT PLANS
4 ni al ng•nCivilEngineeringg• eol ••WaterResources-EnControl/Hydrology
Environmental
DRAWN BY: CITY OF MOORPARK SHEET CE-4
Geotechnical Engineering•Geology•Water Resources•Environmental RET
3 2340 Palma Dr. Suite 200, Ventura, CA 93003
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: METROLINK ENTRANCE IMPROVEMENTS OF CE-11
2 E-mail: rjr®rjreng.com RWA ENGINEERING W
1
Iti
. APPROVED BY:
PUBLIC WORKS DEPARTMENT PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO.
A DESCRIPTION OF REVISION R.C.E. APP'D. DATE 1131=1 C-58383 12-31-18
ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE O
230
•
,� N
18 1 a a o / �! METRO LINK ENTRANCE o GRADING PLAN NOTES
61('D
11 Q METRO LIN RANCE / 11 -
51 FS 12 �S , ,',-9/ ° �� \ 19.E0"0 �S ��S �S 1 . THE CONTRACTOR SHALL VERIFY ALL EXISTING TOPOGRAPHY AND GRADES
NIIIIII:›
EXISTING CURB TO REMAIN a / �0
Z'D'\
� •� Q �Q / ® 0 A EXISTING CURB TO REMAIN �� PRIOR TO GRADING. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO
��°� �� g0 ° .` �. 512.78 . \ ��� 1 6 s0 �� 6 NOTIFY THE PROJECT CIVIL ENGINEER OF ANY DISCREPANCIES OR REQUIRED
�y F 12,, `-'\(7-.9'
FL ' y ��� JOIN EXI _ �� O <0' N4D. CP-45 3.2----------6, DESIGN CHANGES SO THE APPROPRIATE MODIFICATIONS CAN BE MADE. Q
° ai, �� - �/ i, ��/�� � /%/��� /� CURB C� ASPHAL
r �� 2. THE CONTRACTOR SHALL ENSURE THAT ALL EASEMENTS AND RIGHT OF WAYS ARE ADEQUATELY 1
�c�,. 41,..a:.°a _ 51 ? q� I. 1 .81 �(�
1 o. - - SIGN p 13 LOCATED AND STAKED PRIOR TO ANY GRADING.
S I G\ SIG\ PROPERTY BOUNDARY S �G j ' °4t0''o.:
EXISTING 120 VOLT '• 1� �� HL w
o
ELECTRICAL LINE. 41,- 14TR4'
CVR 4» EL
SP CIVIC CEN. AL 74:50 �,V ► ,t t TR 4"`S � FS TR 4" � eTR 2Ilk
\ 2, SP NO STOP - .IDEWALK . ►j. EXISTING S7
fir►
S6 •,
��X I �; r` S �TR 4 S Fs TR 2" s ���Q a,
g'z'
<0 •N 4‹I �� SP MOORPARK PB ELECT. Z Fs �"•'' ICV 7$ ° 62 ° PROPOSED 0,
0 60 FS ELECTRICAL LINE. w
co. '')<?cv41) AL 12" BASE `S °° SDMH as cc
� ''"' „ �^�� .,�► PROPOSED � a �a lilt �' �
�\\104
�� DETECTABLE � ° O
-O WARNING TILE EXISTING CATCH BASIN
5�3�g ►,� . t '' Q TO REMAIN SAWCUT EXISTING ASPHALT CURB
513.38 FS TR 4" TR 6" "' cYDh EXISTING LANDSCAPING AREA TO BE --
a �� USED FOR ROAD WIDENING PURPOSES. >'
cNcD
SP STOP o0 0 0 0 �� �� �� p0 INSTALL NEW CURB AND EXTEND Q
'I o 000a'o'' ' C� ---- TO EXISTING PARKING (400' EAST) .,
ASPHALT BERM a:•.'o 20 20
W -
„or,o•opo- `i MAINTAIN DRAINAGE TO CATCH BASIN
I `sem \512.11 FL 512.90 TC � 513.30 TC/ 513.68 TC/ 514.03 TC/ -
SI �SP TURN a
N•�� ° 508.11 INV / 512.40 FL 512.80 FL 513.18 FL
IPROPOSED 'oma 1
1 N) 1 1 \9/ CROSSWALK a 513.53 FL
Q
EXISTING METROLIN ENTRANCE/ EXIT ° .° / � � 18 ; �\ ASPHALT BERM
I a I CS A 18 8 a° N cn �1)‹ Fc' REMOVE EXISTING CURB lb �a, <<G'
� <0
I CD
°ga
0 \ _ a° 11
` d 18
o� 11 ��o% METRO LIN RANCE a o . / / 1C� METRO LINK ENTRANCE -5()
N1. >. EXISTING CURB TO REMAIN a \ / 0
6� r aQ / 5 EXISTING CURB TO REMAIN � �cD .k
���. �� I �� 0�� - •o- �n I c) OC) gQ ° -` ( 512.78 . \ �(0 16 .80 l �C �co �� 26 <0\ <5
�^)
5 F 5 F 512�� F L . F / ��� JOIN EXI '\ �,� �. CP-45 3. 5. CO
1 A - ° k ���������������/ � ����i ��/ �������/%/�� CURB ��*� <0, �� ASPHALT BERM r
, o� o °_. _ 9 9 � 1 _a 51 7..81 01 <0 7 X
�-''/ ------------ - - - - CM
- - - - SIG SIG PROPERTY BOUNDARY 5� EQ JIG\ � ;� � ot� � •� ` o / ® SIGN 51_______. 513.44 Q
70. 00' 50. 00 -�1 50. 00 �o �� -e- 1s. ) - - sTOP SIGN \
o o, • O.�C ' / ��� 5 00' �� 50. 00' - \VI- E.�
�EXISTIN PRIVACY WALL = o LO
iiii/ii/kii iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii� I TO REMAIN �c g ��Q- a ��,0 10� tY P Q I �� EXI STING PRIVACY WALL3c-) "
O 99 PALM I PROPERTY B0UNDARY
��c4
�i ° a 1 �; i - TO REMAIN CC
I EXISTING CHAINLINK FENCE a ° a I 512.10 TG ' ® I' I
I TO BE REMOVED �,W . a`3 510.60 INV - ---T R'2 , CONSTRUCTION NOTES W
21
INSTALL ASPHALT ROADWAY. 4" AC ON 6" CAB IN ACCORDANCE WITH ASPHALT NOTE ON SHEET 2 AND E
SECTION 203-6 OF THE STANDARD SPECIFICATIONS. LLI
C
INSTALL 6" CONCRETE CURB PER SPPWC 120-2 (Al -6) CLASS 520-C-3250. (cE_9
INSTALL 4" THICK PCC SIDEWALK, CLASS 520-C-3250, ON 12" COMPACTED FILL TO 95 PERCENT D W
RELATIVE COMPACTION. SIDEWALK JOINTS SHALL BE IN ACCORDANCE WITH SPPWC 112-2. CE-10 Q
INSTALL CONCRETE CURB RAMP PER SPPWC 111 -5 (CASE A: TYPE-1). EB J
��
\E-9 Z
INSTALL CONCRETE CURB RAMP PER SPPWC 111 -5 (CASE D: TYPE-2). B O
CE-9
6
INSTALL 6" CURB WITH CUTOUTS. 36" CUTOFF WALL TO EXTEND BELOW CURB AS CONTAINMENT FOR
111111111111110"-- IIMMILMMMIWPI
BIO-INFILTRATION BASIN. (CONCRETE SHALL BE 520-C-3250) SEE DETAILS D F
CE-8 & CE-8
LEGEND INSTALL BIO-INFILTRATION BASIN PER DETAIL CEA 8 CC
A
111111111'16mmuniimmirm 1 EXISTING BUILDING INSTALL 6 FOOT BLOCK GARDEN WALL WITH ALTERNATE FOOTING 'B' PER DETAIL CE-11 CA
PROPOSED CONCRETE � B Z
I \�'/ INSTALL CROSSWALK PAINT PER SPPWC 174-0, CASE 1 • CE1 1 O
r+ I.'.'.'. PROPOSED LANDSCAPE Ilk
10 INSTALL MEDIAN PAVEMENT MARKINGS PER SPPWC 170-0 (DETAIL 29) C
'•.• .i: PROPOSED BIO-INFILTRATION BASIN CC
- r .,,r3._ '' n INSTALL PAVEMENT MARKING ARROWS PER SPPWC 171 -0 (TYPE 1) CE-10
' }',-. . 1=11=11:=:11= PROPOSED SLOPE O
PROPOSED B
-4-.;
; 4141V:i.- - :„.-. ` P������j, PROPOSED COLD PLANE n INSTALL LIMIT LINES AND STOP PAINT PER SPPWC 172-0 CE-10 Um
=• - f• • �. o PROPOSED WALL 13 CONNECT TO EXISTING ON SITE CITY WATER SERVICE AND INSTALL LANDSCAPE WATER METER, IRRIGATION CONTROLLER AND I
1 -,, - SERVICE LATERAL PER LANDSCAPE PLANS. Q
- advidior -� -_. , �• .� 18.25
EXISTING ASPHALT CURB AND LANDSCAPING TO ' . ' FG PROPOSED FINISHED GRADE 14 EXISTING METER SHALL REMAIN. IF METER IS DETERMINED TO INTERFERE WITH THE PROPOSED ADA RAMP, THE CONTRACTOR
BE REMOVED FOR ROAD WIDENING PURPOSES 20 18.25
SHALL NOTIFY THE ENGINEER TO MAKE THE NECESSARY ADJUSTMENTS. Z
R FS PROPOSED FINISHED SURFACE
PROPOSED 12" SCH 80 PVC PIPE PER PLAN. TRENCH BEDDING AND BACKFILL PER VENTURA COUNTY CO
� �~ 3't." , f..,r- ROAD STANDARD D E-10.
, v� 18.25 E
TC \ PROPOSED TOP OF CURB CE-10 Z
}-
�+t• -•i.,4r" fir: 16-. PROPOSED STORM DRAIN SAW CUT, GRIND AND REPLACE EXISTING ASPHALT PER DETAIL CE 9 Z
DZ
INSTALL CONCRETE CROSS GUTTER PER SPPWC 122-2. CE-9
CC
'+
;i� �, INSTALL PAVEMENT NO PASSING ZONE MARKING PER SPPWC 170-0 (DETAIL 21) C "CAT TRACK" WITH ENGINEER BEFORE U
. ... u. 1 8
" STRIPING.
CE-10 12.
I. a • r;_. 19 SAW CUT AND REMOVE EXISTING CONCRETE CURB AND GUTTER.
I
0.1111 MM!".T 20 INSTALL 6" ASPHALT CURB SPPWC 120-2 (D1 -6) C
CE9
ytf:l"''� y; INSTALL BIO-INFILTRATION OVERFLOW DRAINAGE PER DETAIL C 111 22 & E
I CONTRACTOR RESPONSIBLE FOR ANY NECESSARY SHORING AND/OR PROCETECTION OF EXISTING PRIVACY WALLS
OR UTILITIES
~ r y�' . n EXISTING WATER SERVICE LATERAL TO BE REMOVED AND PLUGGED AT WATER MAIN BY CONTRACTOR. CONTRACTOR RESPONSIBLE
FOR NO PARKING SIGNS, TRAFFIC CONTROL, FLAGGING, PLATES, COUNTY FEES AND PERMITS. BACKFILL PER DETAIL Ai
CE-10
I 24 CONTRACTOR TO LOCATE AND REMOVE EXISTING SEWER SERVICE LATERAL AND PLUG SEWER MAIN. TRENCH SHALL BE SHORED
A EXISTING METROLINK ENTRANCE AND THE SEWER LATERAL SHALL BE PLUGGED IN ACCORDANCE WITH VENTURA COUNTY WATERWORKS REQUIREMENTS. EXISTING
GRAPHIC SCALE LATERAL MAY BE SLURRY FILLED AND ABANDONED IN PLACE. CONTRACTOR RESPONSIBLE FOR NO PARKING SIGNS, TRAFFIC
LOOKING EAST FROM MOORPARK AVENUE 0 1 " 2" 3" CONTROL, FLAGGING, PLATES, COUNTY FEES AND PERMITS. BACKFILL PER DETAIL E
CE-10
0 5 10 20 30 n INSTALL 42" TALL CONCRETE LIGHT BOLLARD (CB9R CUTOFF DOME - 9" ROUND). TRENCH AND INSTALL
1 " = 10' NEW ELECTRICAL SERVICE LINE NORTH TO EXISTING SERVICE LINE WITHIN METRO-LINK GREENSCAPE AREA.
INSTALL PULL BOX AT CONNECTION POINT. Q
GRADING AND DRAINAGE PLANS L.
6 Prepared by: DESIGNED BY: DISCRETIONARY
RJR ENGINEERING GROUP RET REVIEWED BY: STREET IMPROVEMENT PLANS
5 PERMIT N0.
4 ni al ng•Civil
Engineeringeol -WaterResources•EnControl/Hydrology
Environmental
DRAWN BY: CITY OF MOORPARK SHEET CE-6
Geotechnical Engineering.Geology•Water Resources•Environmental RET
3tiiN 2340 Palma Dr. Suite 200, Ventura, CA 93003
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: METR LINK ENTRANCE IMPROVEMENTS OF CE-1 1
1 E-mail: rjr®rjreng.com APPROVED BY: RWA PUBLIC WORKS DEPARTMENT ENGINEERING
PROJECT No. SOUTH PARKING LOT ENTRY DRAWING N0.
A DESCRIPTION OF REVISION R.C.E. APP'D. DATE • C-5 12-
ROBERT W. ANDERSON R.C.E.E. N NO. EXP.. DATE DATE DATE
232
U)
\ ,.\°-\ <onICV
N �co- s •e
>> `b
NNI C B
51 5..2 C5S t' AL 12" BASE w
AL 12" BA
0 E
• �� 516.89 - Q
�� L� �O s>> X D'\1- 0" CF 1
TR 2
�7 `S7 +, 517.1
��oL �0c00 , r► , 517.1 5j6�� �c L
..�►R 4" T a)
�� 76 ,,.j ' CP 100
�� �� EXISTING CATCH B•f;y 7�
b• SAL 12" BASE s w
* 40s. •0 (5, __,__ -
�17� -...ik TO REM°IN • .ss
+, ., TR 4" '3 s�
Xs ALL EXISTING SIGNAGE IN THE 9
N
s �6n R 4" TR 4' � 0;v, �.6 LANDSCAPE AREA TO BES TR 2' o
' CB ' xcikk � , ,► • TR OAK 6" 516.60
■ B •"*►
DEMOLISHED MUST BE RELOCATED
Cv 40«► s OUTSIDE OF PROPOSED CURB 19 SAWCUT CURB & GUTTER ICB�' o
• 6's 20 PROPOSED ASPHALT CURB .�+ JOIN PROPOSED ASPHALT ,' c,
la\ ►,,�vk TR 4" EXISTING ASPHALT CURB AND LA r .CAPING TO 9 5.82 FL
20 i�� BE REMOVED FOR ROAD WIDENING ',,RPOSES l CURB TO EX. CONC. CURB. o
TR n" - i SP TRAIN
514.09 TC/ 514.31 TC
514.64 TC / • 2-.• TC 515.29 TC _ .69 TC 515.92 TC 516.38 TC 71,1„,f"r► TR 4"
514.14 FL 514.45 514.79 FL 515.19 515.42 FL
SP NO PK 515.88 FL
513.59 FL 513.81 FL 1 SP NO PK 51 6.74 TC ,11°' c°tick,
.._Al.._ s'6 F
516 24 FL Q y,, FT
___Alaft--_ .
- f / / / / ,,,, ' .7,,, ,;-'
Y - V ---
�� ���� I//fir �������������_/l��i.�������������������������������i,�����i,�� ���������������/i!//� / _ ( �� ,,
�� �'<N
,0 .� /\� 16 �� F� REMOVE EXISTING CURB °P * 'Sr` `<� ��
N CP
X X�
X
X T xlib
cx
11 0
r
�Q' 1 F EXISTING CURB TO REMAIN 0� �� Nco ` 1 s�
O N 1 <0' N
<\ �Npc 0/ �N ��<0 <0 `'�, - r `� ASPHALT BERM <0 CONC CURB 0
EXISTING CURB TO REMAIN <0<b. <o\ X�\ -_ --i -
•
snnA c PK r
_ s rr ` � X515.74Cl
x51�. /9 -� ~SSP NO PK X514.66 X514.71 515.51X 515.52X 6 JL X516.47
N
5a00' PROTECT EXISTING POWER POLE IN PLACE
1 EXISTING PRIVACY WALL' CC
TO REMAIN
I CONSTRUCTION NOTES
CCI
In INSTALL ASPHALT ROADWAY. 4" AC ON 6" CAB IN ACCORDANCE WITH ASPHALT NOTE ON SHEET 2 AND E
SECTION 203-6 OF THE STANDARD SPECIFICATIONS. W
C
n INSTALL 6" CONCRETE CURB PER SPPWC 120-2 (A1 -6) CLASS 520-C-3250. CE-9
t n INSTALL 4" THICK PCC SIDEWALK, CLASS 520-C-3250, ON 12" COMPACTED FILL TO 95 PERCENT D W
��
RELATIVE COMPACTION. SIDEWALK JOINTS SHALL BE IN ACCORDANCE WITH SPPWC 112-2. CE-
10
INSTALL CONCRETE CURB RAMP PER SPPWC 111 -5 (CASE A: TYPE-1). CE B Z
n INSTALL CONCRETE CURB RAMP PER SPPWC 1 1 1 -5 (CASE D: TYPE-2). B O
CE9
6
INSTALL 6" CURB WITH CUTOUTS. 36" CUTOFF WALL TO EXTEND BELOW CURB AS CONTAINMENT FOR
BIO-INFILTRATION BASIN. (CONCRETE SHALL BE 520-C-3250) SEE DETAILS D Q
A CE-8 & CE-8
O' INSTALL BIO-INFILTRATION BASIN PER DETAIL CE-8 CC
I A
- -- _ - INSTALL 6 FOOT BLOCK GARDEN WALL WITH ALTERNATE FOOTING 'B' PER DETAIL , y
' �+".IIIIIIIIGRAPHIC SCALE g Z
I,...Lr
0 1 " 2" 3" INSTALL CROSSWALK PAINT PER SPPWC 174-0, CASE 1 .
-- - CE-11 O
I
I
} 0 5 10 20 30
10 INSTALL MEDIAN PAVEMENT MARKINGS PER SPPWC 170-0 (DETAIL 29) CE-10
.,,• 1 " = 10' INSTALL PAVEMENT MARKING ARROWS PER SPPWC 171 -0 (TYPE 1) A
CC
R .
B CE-10 O
_ - _ - - r -_.•_ n INSTALL LIMIT LINES AND STOP PAINT PER SPPWC 172-0 CE-10 U
," INSTALL LANDSCAPE WATER METER, IRRIGATION CONTROLLER AND SERVICE LATERAL PER LANDSCAPE l
011M _ EXISTING SIGNAGE TO BE " PLANS. Q
RELOCATED TO NORTH
' n EXISTING METER SHALL REMAIN. IF METER IS DETERMINED TO INTERFERE WITH THE PROPOSED ADA RAMP, THE Z
_i ' f EXISTING SIGNAGE TO BE 14 CONTRACTOR SHALL NOTIFY THE ENGINEER TO MAKE THE NECESSARY ADJUSTMENTS.
- RELOCATED TO NORTH t LEGEND
.00 r• 15 PROPOSED 12" SCH 80 PVC PIPE PER PLAN. TRENCH BEDDING AND BACKFILL PER VENTURA COUNTY CD
• _, ' • „"L. EXISTING SIGNAGE TO BE EXISTING BUILDING ROAD STANDARD E-10. E
.2.,___I.
��` -_ RELOCATED TO NORTH Z
r+ I` ', PROPOSED CONCRETE CE-10
16 SAW CUT, GRIND AND REPLACE EXISTING ASPHALT PER DETAIL CE-9 Z
0111.1.11411
•,., I.-.•.-. PROPOSED LANDSCAPE
D Z
I:>:::r> 'r>>>d PROPOSED B10-INFILTRATION BASIN
n INSTALL CONCRETE CROSS GUTTER PER SPPWC 122-2. CE-9 Q
EXISTING ASPHALT CURB AND LANDSCAPING TO C
- - - -� - BE REMOVED FOR ROAD WIDENING PURPOSES i =�' 1` PROPOSED SLOPE 18 INSTALL PAVEMENT NO PASSING ZONE MARKING PER SPPWC 170-0 (DETAIL 21) CE-19
Cm
irrrri/ PROPOSED COLD PLANE
19 SAW CUT AND REMOVE EXISTING CONCRETE CURB AND GUTTER.
- �� PROPOSED WALL 20 INSTALL 6" ASPHALT CURB SPPWC 120-2 (D1 -6) C
. - .. 18.25 CE9
FG PROPOSED FINISHED GRADE n INSTALL BIO-INFILTRATION OVERFLOW DRAINAGE PER DETAIL & Eal �
SAWCUT CURB & GUTTER CE-8 CE-10
• JOIN PROPOSED ASPHALT 18.25
CURB TO EX. CONC. CURB. FS PROPOSED FINISHED SURFACE n CONTRACTOR RESPONSIBLE FOR ANY NECESSARY SHORING AND/OR PROTECTION OF EXISTING PRIVACY WALLS
{ 18.25 OR UTILITIES
' TC \ PROPOSED TOP OF CURB n EXISTING WATER SERVICE LATERAL TO BE REMOVED AND PLUGGED AT WATER MAIN BY CONTRACTOR. CONTRACTOR RESPONSIBLE
FOR NO PARKING SIGNS, TRAFFIC CONTROL, FLAGGING, PLATES, COUNTY FEES AND PERMITS. BACKFILL PER DETAIL E
PROPOSED STORM DRAIN
CE-10
24 CONTRACTOR TO LOCATE AND REMOVE EXISTING SEWER SERVICE LATERAL AND PLUG SEWER MAIN. TRENCH SHALL BE SHORED
AND THE SEWER LATERAL SHALL BE PLUGGED IN ACCORDANCE WITH VENTURA COUNTY WATERWORKS REQUIREMENTS. EXISTING
PIPE MAY BE SLURRY FILLED AND ABANDONED IN PLACE. CONTRACTOR RESPONSIBLE FOR NO PARKING SIGNS, TRAFFIC
CONTROL, FLAGGING, PLATES, COUNTY FEES AND PERMITS. BACKFILL PER DETAIL
/� EXISTING METROLINK ENTRANCE CE-10
` LOOKING WEST FROM METROLINK PARKING LOT n INSTALL 42" TALL CONCRETE LIGHT BOLLARD (CB9R CUTOFF DOME - 9" ROUND). TRENCH AND INSTALL NEW Zj
ELECTRICAL SERVICE LINE NORTH TO EXISTING SERVICE LINE WITHIN METRO-LINK GREENSCAPE AREA. INSTALL PULL
BOX AT CONNECTION POINT.Q Mll
GRADING AND DRAINAGE PLANSC.
6 Prepared by: DESIGNED BY: DISCRETIONARY
RJR ENGINEERING GROUP RET REVIEWED BY: STREET IMPROVEMENT PLANS
5 PERMIT IO
4 Planning•nCivil g. ieology•Flood rResources•EnControl/Hydrology
Environmental
DRAWN BY: CITY OF }\4OORPARK SHEET CE'-7 Z
Geotechnical Engineering.Geology•Water Resources•Environmental RET
3 2340 Palma Dr. Suite 200, Ventura, CA 93003
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: METROLINK ENTRANCE IMPROVEMENTS OF CE-1 1
2 E-mail: rjr®rjreng.com RWA ENGINEERING
1
NiN
APPROVED BY:
PUBLIC WORKS DEPARTMENT PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO.
A DESCRIPTION OF REVISION R.C.E. APP'D. DATE �� C-58383 12-31-18
ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE C.
233
°'
BIOPIC TRA TION NOTES:
PLANTING MEDIA NOTES: 17. IT IS RECOMMENDED THAT A MINIMUM THREE TYPES OF TREE, SHRUBS AND/OR
DESIGN NOTES: 10. THE PLANTING MEDIA PLACED IN THE BIOFILTRATION UNIT SHALL BE HIGHLY HERBACIOUS GROUNDCOVER BE INCORPORATED TO PROTECT AGAINST FACILITY FAILURE
1 . THE BIOFILTRATION BMP FACILITY SHALL HAVE A MAXIMUM PONDING DEPTH OF 6". PERMEABLE AND HIGH IN ORGANIC MATTER. PLANTING MEDIA SHALL CONSIST OF DUE TO DISEASE AND INSECT INFESTATIONS OF A SINGLE SPECIES. 0
OVERFLOW OUTLET PIPE A. 60% TO 80% FINE SAND
6" CURB TYP. 2. SIDE SLOPES OF THE FACILITY SHALL NOT EXCEED 2:1 (HORIZONTAL TO VERTICAL). B. 20% TO 40% COMPOST; 18. NATIVE PLANT SPECIES AND/OR HARDY CULTIVARS THAT ARE NOT INVASIVE AND E
SLOPES SHALL BE PLANTED ACCORDING TO THE PLANTING REQUIREMENTS HEREON. C. ORGANIC MATERIAL SHALL BE 35% TO 75% DRY WEIGHT BASIS DO NOT REQUIRE CHEMICAL INPUTS SHOULD BE USED TO THE MAXIMUM EXTENT
D. PH RANGE SHALL BE 6.5 TO 8.0 PRACTICABLE. 1
�� 3. THE UNDCRDf�11N SHALL DC 6" SLOTTED f =C. SLOTS JI IALL DC .04 TO .1 INS 11 . SAND MIXED IN THE PLANTER MEDIA SHALL BE FREE OF STONES, STUMPS, ROOTS 19. PLANT ROOTING DEPTHS SHALL NOT DAMAGE UNDERDRAIN. c
'n WIDE AND DC 1 TO 1 .25 INCI ICJ LAG. SPACING SI IALL DC SUCHTHAT PIPE C IAS A OR OTHER SIMILAR OBJECTS LARGER THAN 5 MILLIMETERS. L
�'l It MIN. OF 1 SQUARE INCII OPENING PER LINEAL FOOT. SLOPE UNDERDRAIN AT 0.05% E
7' \ 1 20. PRIOR TO INSTALLATION, THE CITY OF MOORPARK SHALL CERTIFY THAT ALL
\ 12. COMPOST SHALL BE FREE OF STONES, STUMPS, ROOTS OR OTHER SIMILAR PLANTS, UNLESS SPECIFICALLY PERMITTED CONFORM TO THE ABOVE STANDARDS. E
�0, 4. A VERTICAL 12" PVC TESTING WELL SHALL BE INSTALLED WITHIN THE BIORETENTION OBJECTS LARGER THAN CONTRACTOR TO PROVIDE SUBMITTAL OF PLANT PALETTE.
LI
:r::izz i".
Oa m-m 1 FACILITY. THE PIPE SHALL EXTEND 12" ABOVE THE SURFACE AND BE EQUIPED WITH
26' RADIUS I,_„_,I 13. MULCH MAY BE PLACED AT DEPTH OF 2 TO 4 INCHES. MULCH SHALL BE WELL
11 ' LENGTH - 1 A REMOVABLE PVC CAP AT THE SURFACE. AGED, SHREDDED OR CHIPPED WOODY DEBRIS OR PLANT MATERIAL AND BE FREE OF IRRIGATION NOTES.
;� �, WEED SEEDS, SOIL, ROOTS, BARK OR BRANCH WOOD. GRASS CLIPPINGS OR BARK 21 . IRRIGATION WILL BE REQUIRED UNTIL PLANTS ARE ESTABLISHED AND MAY BE eN
�'' :_ 11=i OVERFLOW RISER 5. A FIRESTONE POND LINER, OR APPROVED EQUAL, SHALL BE PLACED ALONG ALL
�� SHALL NOT BE USED. REQUIRED DURING PROLONGED DRY PERIODS.
A :`:::: ; n=' THE VERTICAL WALLS. LINER SHALL NOT BE PLACED ON THE BOTTOM OF THE
BIOFILTRATION UNIT. >,
14. PLANTING MEDIA SHALL BE PLACED TO ACHIEVE A LONG TERM INFILTRATION RATE 22. AN IRRIGATION SYSTEM SHALL BE DESIGNED AND MAINTAINED TO PREVENT OVER Q
,..;:' OF 5 INCHES PER HOUR. SOIL SHALL ALSO RETAIN SUFFICIENT MOISTURE WATERING. REGULAR WATERING SHALL BE HALTED WHEN PLANTS HAVE BECOME 0
B 6. PLANTING MEDIA SHALL BE PER PLAN AND BE IN CONFORMANCE WITH THE RETENTION TO SUPPORT VIGOROUS PLANT GROWTH. ESTABLISHED. (2-3 YEARS).
„ I:" MONITORING WELL PLANTING SPECIFICATIONS LISTED HEREON.
BIOFILTRATION PLANTING 7. THE GRAVEL LAYER SHALL BE CLEAN GRAVEL CONSISTING OF WELL ROUNDED, 15. THE CONTRACTOR SHALL OBTAIN SOIL ANALYSIS AND TESTING BY A GEOTECHNICAL
LAB FOR MOISTURE AND COMPACTION. COMPACTION SHALL BE 85 PERCENT
i3 RIVER ROCK 4" DIAMETER DURABLE GRAVEL. WITH A VOID RATIO OF 30% TO 40%. THE (MAXIMUM). EQUIPMENT TRAFFIC ON INSTALLED SOIL MEDIA IS PROHIBITED. CONTRACTOR NDS POLYETHYLENE ATRIUM
-I GRAVEL LAYER SHALL BE COMPLETELY WRAPPED IN MIRAFI 140N FILTER FABRIC AND SHALL LIMIT FOOT TRAFFIC UPON SOIL MEDIA. GRATE WITH U.V. INHIBITORS
I BE PLACED ON EXISTING SOIL. ENDS OF MIRAFI SHALL OVERLAP A MIN. OF 18".
PLANTING NOTES: .,-i�_
WATER SURFACE
I 512.10 �i 1 \�
9 16. PLANT MATERIALS SHALL BE TOLERANT OF SUMMER DROUGHT, PONDING
, NOTE: A POST CONSTRUCTION BMP MAINTENANCE PLAN WILL BE REQUIRED.
FLUCTUATIONS AND SATURATED SOIL CONDITIONS FOR 48 TO 96 HOURS. A
- 1 ®nus
NDS 18" ADAPTOR
,,:K:::::;: 6"
,: NDS UNIVERSAL OUTLET
CE-D REMOVABLE
1 CUTOUTS PVC CAP
., 511 .60
"``1_> ! PONDING 12" PVC
ly //SURFACE
II
r
�, O
24" PLANTER MEDIA:
„ 12" PVC PIPE a
36 CUTOFF WALL. 6 THICK W/ > N.
I
#3 BARS @ 18" O.C. (BOTH WAYS) DRAIN ELBOW in
(520-C-3250
) DRAIN PIPE CC
R N ENTIRE OF PLANTER
*CUTOFFWALL RUNS LENGTH
6.::.:::MIN ZIPTIE MIRAFI TO PVC W
II MIRAFI 140N - ca
v o 01-0)14
o- To 0 0 = PERFORATED PIPE AT t TO STORM DRAIN
12" GRAVEL LAYER - � 0 0 0i0�.H BOTTOM 12" OF PVC
�� r Y.1
`:> EXISTING WALL •co o1foOi6
MIRAFI 140 N -�
135 :':':.:» : 'I ��EXISTING WALL 36„ 48„ 112„// W
I
I 1 :
3 MONITORING/SAMPLING WELL OVERFLOW RISER =
::>::>::::>: :; / CE-; N.T.S. • N.T.S. O
`' 1 PROPOSED BERM
i
iI C)
'``'``` D 6" CURB WITH CUTOUTS C
*PROPOSED 6" CURB
:: .I I CE-�8 CE- I WITH 36" CUTOFF PROPOSED SWALE
CC
.......:.....>? I -- - - - - - - - / WALL BENEATH /
:i:>'! ;,6" BIOFILTRATION
i . : : : :I. I
<:...:.... ` PLANTING Z
:n �. E _ :I /7 EXISTING WALL
O
....... ...
n=[
gin-
II-I i 'I
cc
1=n=
,. _• ..............................................::::::::::::::::::::::::::::::„
/
, • -TPROPOSED ASPHALT
........:......................................................................................................
. . . .................................................
D. ,. ....:::::::::„...""...„...„.„...„...„.„...„...„.„...„...„.„...„..... ,
1=11.
_ . r o . - -
► R PFR LAN
,„.:.:.....:.:.:.:::.:.:.:.:.:,
n-1
II-„.. [ L/ i O
1=n=
1
I
I
1=11=1- �
4
aurae:.r:r.::.rrrr:r.::.rrrr:r.::.rrrr:::::.rrrr:r.:urrrr:r.:urrrr:r.:.
~-'�. c� 0 0 0 0 � Fl ES 5 MIL. POND LINER
UPPER 24" TO o 0 0 0
�L[. � � � S_ OR AP R0�/ED EQUAL. (ALL SIDES) . e. �:::,.:.:::::::::::::::::::::::.::::I / CM
® 1=1I= 95% COMPACTION ' C �iTi►� �� -ill� CI . ...... ...............:':i
II
a)
cu
12" (305 mm E �°} a0 CO F _ a)
EL
PROVIDE 4'WIDE - 3/.4" E D@ D 0 © i E
PETROMAT OR EQUIV. 79 rn) a o 'gnG,m uE,
IZ SINGLE
OVER JOINT
SEE NOTE 6 PARKWAY ---0 0 0 0 PATTERN"TRUNCATED DOME" °
2' MIN. 1 4" -I-1/4 2.35"
_ _ PROVIDE TACK COATI Y 4 (1220 mm.) MIN (6 mm) (6 mm) 60 mm Q
WEST T -AST SAWCUT LINE COLD PLANE EXISTING I t SEk IABLE. 1 ( )
ROADWAY ROULADE TOP OF GROOVING DETAILDETECTABLE WARNING DETAIL
R WR W , s EDGr �� SAX E
/ 50' / / 3/��� M�x 3`a MAX L
/�/ / / / PROP.4"A.C. PVMT. �' a)
s EXIST. ' - ---(1" MIN.THICKNESS MORE A2-0 CURE AND GUTTER c
A.C. PVMT. / 'f /T )4E/-
5 THAN EXISTING PVMT.) CONSTRUCT FENCE OR HANDRAIL w
JOIN SECTION A-A
a PER CONTRACT PLANS --�
USE FIGURE 1 TO DETERMINEZ CC
EX. BASE S 6"A.C. BASE COURSE WHICH OF SECTIONS A--A, 8-B x O 6" (150 mm)
PROP. BASE SEE NOTE 6EL
�R PARKWAY OR C-C IS APPROPRIATE. m
9 9 9 , 0. 5 9 PAVED SURFACE o
' Y 4' (1220 mm �PAVE1] SURFACE RETAINING CURB a j
5 10 0. 5 27' 7. 0' NOTE: I I ROUNDED TOP OF r I� I
EXISTING i� N
s �s s 1. COLD PLANE PRIOR TO SAWCUT. ROADWAY EDGE RAMP DEPRESS BACK OFALK
Jr
- 2.A.C. PAVEMENT IS TO UTILIZE TWO ASPHALT MIXES. k SEE DETAIL A, B, G OR D, (_ 1.------'-'--
DETAIL A } DETArI.. B q
PRO O S-D THE TOP 1 4" IS TO HAVE z" ROCK MIX 2r Ax SHEET 1 O. Q
A. C. �„ 3" A2 O CURB AND GUTTE °
THE BOTTOM 2 4 IS TO HAVE 4 ROCK MIXGRADED 6(150 mm) v
3. PAVEMENT JOINTS MUST BE PLACED AT THE EDGES OF TRAFFIC SLOPE 2:1 UNP• ED SURFACE
LANES. NO JOIN LINES WILL BE PERMITTED UNDER THE WHEEL SECTION B-B MAX • NPAVED SURFACE RETAINING CURe� t,� �., .
PATHS OF VEHICLES. , ,;',' �r rf�}f r•f V�✓�r��� err
SEE NOTE 6- 11.1 i PARKWAY DETAIL D
EXISTING r I DETAIL C
ROADWAY 4' (1220 mm) MIN I
COVEMENT INTERFACE DETAIL .DEP RETSAIBACKL A g CWA KD GENERAL NOTES:
-9 N.T.S. ' '
D D R -VOV- /- =XISTI \ C WALL A2-0
SHEET 10.
R 0 0 S _D WALL. A2-0 CURB AND GUTTE' 1. CONCRETE SHALL BE CLASS 520-C-2540 (310-C-17) CONFORMING TO
SEE
-X STI \ SSPWC 201-1.1.2 AND SHALL RE 4" (100 mm) THICK.
A D R O D O S- D ( D R O T-C T I \ SECTION C-C 2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDER WITH 1/4" (6 mm)
S-- PITA F=\ CI
7 GROOVES APPROXIMATELY 3/4" (19 mm) OC. SEE GROOVING DETAIL.
/% I
CE-11 S D -WALK / D AC-)
/� 3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE
/x 12" ( A B 0- R T \ T 0\ A\ T R / Z 4' 2 CONFORMING TO SSPWC 303-1.9.
/� / / CE-8 / - (1220 DEPRESS BACK OF WALK
4. USE DETAIL "A" OR "9" IF EXISTING SURFACE BEHIND LANDING. IS PAVED.
/ / 3g k 5. USE DETAIL "C" OR "D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED.
3_ _ �'�ilr7.-
� '-PCC SIDE ALK
/x1-11 I-� I I "•'.. :`•` �. `"w-=.'-==�-� .�.--.�.-� N OTHERWISE SHOWN ON PLAN SEE SHEET 7
/ I I I-1 111111 III 1 1 � 4 _ - R - 3' (900 mm) UNLESS a
e ��
__ ` ...yyyy- 4 i 1 1 i 1 1 1 1 1 1%i i i i 1 i 1 1 1 1 L i 1��.V i i���T'"l -�'•i: i i i i i
1111-111-111-111-111 ,/-7,111-111- 9 � } � ��-�-��-�----��-�----��-��I Y - _.... � . W .. --`-`- �< -=l�l . . . . . . . ... . ��I - 1 11 11 11 11 $' �i�ao mm� MIN 7. ANGLE n �/z UNLESS OTHERWISE SHOWN ON PLAN.
CO
11 III III III III 1= -III- �, SECTION R-R
III III III ISI III III III III III l l i i :: :: ::: I- I- I- I- I- 1=
111 111 111 111 111 Ir--/,2-111- I I-11 111-111-111-11 H-L1 -Li----1-LI----1-LI----1-Li----1-LI----1-LI----1-Li----1-LI----1-LI----1-Li----1-LI----1-LI----1-Li----1-LI----1-LI----1-L1---,1 1- --------------:--:- 11 11 1 11 11 11 11 4' (1220 min) MIN A 8. CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERIALS
111 111 111 111 111 11 111 111 111 111 1 111 111 III 111 I Ir- 11 III III III III 1 III III III III III III III III III III 111111:.,;;;;;"*...;;;;;;* 1 II II II I 1 I 1 I 1 I 1 11= SHALL BE PER CONTRACT DOCUMENTS. r
'��• •� TRANSITION
111 111 111 111 111 1 111 111 111 111 111 111 111 111 III 1 1 III III III III III III III III III III III III III III III 111111 �_ '• 1 II II II II II II II II AN MIDI O
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 11IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII�1`aril III III 1II11II11II11II11II11II11II11II11 0 '� N
111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 II II 111 II 111 111 111 111 111 111 111 111 111 II II II II II II II II �«,,,,,... - NORMAL r
II iii iii iii II iii iii iii iii iii iii iii iii iii iii iii ii 99 iii iii iii iii iii II iii ii iii iii ii iii iii iii iii iii iii iii iii iii iii iii iii iii iii iii iii T ;I: :::::� 7 SECTION Y-Y Ur,
99 .:;. , .z<
CURS FACE,
AST-R\ ATE J P P E R 12 »E R 2 L NOTE 8
INCHES (mm) X, FT (mm) V. > T (mm)
NOTE 2 '''°° SEE DETAIL A, B, C OR
FOOTI \ G ' B '
95% COV A C TI 0\ 95% C 0 VV A C TI 0\ _ , °�ikatiligv:
z" (sD) 4.00' (,220) MIN 2.fi3' (790) CC
:.'•;::':":°:":: AMAX A 3" (75) 4.00' (1220) MIN 3.95 (1185)
S-- P -TA L CE-11 SID -WALK R&R S - ALL BE 12" DEED , 12" B -YO\ D , COV DACT-D TO 95% - . �5 _6' ._=ui.! . CC
EE $ �" (1Oa) $.ao (12zo) MIN 5.2fi (t51�a)
CURB FACE/ 1.., x f �4'In(1220 ml X=8.4' . a NOTE a- -4l..T ri =.=, 5 5" (125) 4.17' (1 a75) 6.5s' (1 75) E
LE 0
d V 5" (150) 5.04' (1525) 7.90' (2370) W
.61111L1
as
A NOTE 11 7„ (175) 5.83' (1775) 9,21' (2765) Cm/
'"1"' CURB FACE' 8" (200) 6.67' (2035) 10.53' (3160) W
(TYPE /
A-A' CROSS SECTION A-A' CASE A 7 CURB 9" (225) 7.50' (2285) 11.84' (3555) d
CE-9 „=5' (MODIFIED) CASE D (TYPE 2) 10" (250) 13.33' (2540) 13.16' (3950) /oft
11" (275) 9.17' (2795) 14.47' (4340) Z
CURB RAMP DETAILS 12' (300) 10.00' (3050) 15.79' (4735) CD
CE9 SPPWC 777 -5 (MODIFIED) N.T.S.
STREET SLOPE LESS THAN 4% CC
1.
'-` LiA ALL CONCRETE CURB/GUTTERS SHALL BE 520-C-3250. E GUTTER 1RAt4 1JON GUTS TRANSITION E
I
E = RIDGE t o
E W g Q�� FLOW B ' FLOW UNE
m WEAKENED PLANE JOINT OR
I a) z €4 �7 SIR dz UNE'� STR GR k " PER NOTES I, 2 AND 3
OPTIONAL CONTACT JOINT
6 12 t ��= �• ,i _ WEAKENED PLANE JOINTS
15D m m (150 m I��1`' 154 rnm I 15' yei _ niUU mm 1I 00 nwn) V I .Q 18 15' ( mm)- I PER NOTES T AND 2 , I�
�... �n E x10' 0roc . r � n I I I , D 3: 12 .1 0 li,......,E.,,., i NE I 'aT 11 „>s�1C1 �.� .I I NIL CF -•
▪ BATTERCD
x5o mm 3/4 (20 mm) R ,rtn T ..� - m�_. , ,._.._ nu
P)
• ' . ' ' `¢ R s� t2lw mm OC) BATTER 3: 1 mm •..�, ECS`�E 8 rl�Nus (�o } I 1 1�
V
rl i(150 mm ') Eg 5 } E 6= 115' ( o rnm)
GROUTED IN PUKE � RUTH 510E5 F �
N1 - BATTER 3:12 0 $x cc MD mil ' '` ; mm� s I v ��IOIPIT NWpED wHOERN MORE
. ' ,, sox GUTTER �d p� �. W - 46' f,14 rn)
E 3/4 \\\\ NN z .. - xa mIG . s
. ▪ • �co j � / W � (1500 mm) TYP CROSS GUTTER
a 3 (75 mm} Y ESP JT EXP Ji_'- PER NWEAKEOTTEES. PLANE N2JDINTS 5•
.• I ��(1500 mm) TYP ■
� ' . • . • //: TYPICAL CROSS GUTTER PLAN GUTTER/74
STREET SLOPE LESS THAN 4�% TYPICAL JOINT PLAN =
Al -6(150) AND D1 -6(150) AND
-� ��
) C1-6(150) AND C1-8(200) D1 -8(200)
CONCRETE CURB SHALL BE 520-C-3250. fa.
CONCRETE CURB SHALL BE 520-C-3250. 8' (1800 mm)
NOTES:
• 3' 3' 1"
1 . THE LAST NUMBER IN THE DESIGNATION IS THE CURB FACE (CF) HEIGHT, INCHES. ;, . , (25 mrnj- (9 `'
00 mm (SCO mm]- mm)
2. GUTTER WIDTI I, W, IS 24" UNLET OTHERWISE SPECIFIED ;900 mm 1 (900 mm) 8 = fI No1T
OIX�B E �` " E 1. WEAKENED LOCA AND/OR CONTACT JOINTS SHALL BE PLACED N CURB AND
I- ^ 000 mm} • ` GUTTER AT LOCATIONS SHOWN ON THE TYPICAL JOINT PLAN HEREON.
3. TYPES Al , A2, A3, AND Cl SHALL BE CONSTRUCTED FROM PCC. NORMAL (50 mm I N I 2. WEAKENED PLANE JOINTS SHALL 9E PLASTIC CONTROL JOINTS OR 1-1A7-- 4Q rrrn DEI=P 5AW OUTS, CONCRETE SAWING SHALL TAKE PLACE %MIN
4. TYPE D1 CURB SHALL BE CONSTRUCTED FROM ASPHALT CONCRETE. GU11�Rtit.40.
! ■ ■ • •
•
Six EQUALLY SPACED �4 HOUI5 AFTER CONC TE Is PLA D.
ti:
LEVEL aoWELS NT�NTACT 3. paws RR 450 CONTACT LONG) SHALL BE 14 BARS 18" LONG
UM 5. TYPE Cl CURB SHALL BE ANCHORED WITH STEEL DOWELS AS SHOWN OR WITH AN EPDXY APPROVED BY THE ENGINEER. I
g' 4" II 4. PLACE A WEAKENED PLANE OR CONTACT MINT WHERE LONGINDWAL ALLEY
6. ALL EXPOSED CORNERS ON PCC CURBS AND GUTTERS SHALL BE ROUNDED WITH 1 .2" RADIUS. {� mm} (100 mm] AllGUTEI( JOINS ALLEY INTERSECTION.
5. ALL E7(P05ED CORNETTS ON PCO GUTTERS SHALL BE ROUNDED WWM 1/2'
7. ALL CONCRETE CURBS SHALL BE 520-C-3250 CONCRETE. SECTION A-A SECTION B-B SECTION C-C SECTION D-D 05 mm) RADIUS.
6. CONCRETE SHALL BE INTEGRAL WITH CURB UNLESS OTHERWISE SPECFIED.
C CURB DETAILS
CE-9 SPPWC 720-2 N.T.S. D CROSS GUTTER DETAIL
CE-9 SPPWC 722-2 N.T.S.
DETAILS
6 Prepared by: DESIGNED BY: REVIEWEDBY: DISCRETIONARY CA
STREET IMPROVEMENT PLANS
4 Planning Engineering.
Engineering.
Engineering-Flood Resources
Control/Hydrology DRAWN BY: CITY OF
MOORPARK SHEET CE-9
Geotechnical Engineering Geology•Water Resources Environmental RET
3 2340 Palma Dr. Suite 200, Ventura, CA 93003
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: METROLINK ENTRANCE IMPROVEMENTS OF CE-1 1
mil:
2 NE- arjr®rjreng.com RWA ENGINEERING H
1
NI
APPROVEDEBY: PUBLIC WORKS DEPARTMENT
PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO.
A DESCRIPTION OF REVISION R.C.E. APP'D. DATE ii=1 C-58383 12-31-18
ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE
235
a,
L
a)
U)
U)
U)
s.—a. 7'-3"
(1.8 m) -I (2.2t m) 1--0" x 1'-o" GRID V-0" O PASSING ZONES—TWO DIRECTION
(305x305mm) v I
' Air r (t.085 m) I a DETAIL, 211: ---7r
•L
r\
� E CP
2" WHITE ._
`:yLi
(1300 mai) (7.-
cE . 16E li'.1
00,
in 1 R1 STOP SIGN N
• • a D E
''- . /■•,, 20' (7 m) RED CURB E ' s ,
1'�' x i'—O" GRID •
I ; OR SEE PLANS E o
(305 x 305 mm) 305 mmy - + #--�� '--gipriti
a
DETAIL �� �` al
R .. LEGEND SHALL BE CENTERED gm 17.20 m g® (7. 0 m c‘i- ri m
A=15 FT2 (1.39 m ) s E ON THE TRAFFIC LANE ■■
TYPE II AI ARROW ..... o EXCLUDING PARKING
(FOR TYPE II (A) ARROW, ;�y AND/OR BIKE LANE
USE MIRROR IMAGE)
c.
1 -0'
, I- 11 mm) DETAIL 22 CR ;��,+.�x x. .�.w.u. .+ur�uw.+w.�w.ux f.,1'-0" x 1'-O" G#�II! = I A�t4 FT2 (t.30 m=} SEE PLANS( -, !305 mm t 7 Y r1.
305 x 3fl.5 mm j � �
a�+_ A-27 FTS (2,69 m ) TYPE I f O (3 m) ARROW ®e I - le 111
nm} TYPE III ARROW
(FOR TYPE lil ROW. -
11 ,j E
II Il USE MIRROR IMAGE) 4"YELLOW
TYPE D YELLOW TWO WAY REFLECTORS (TYP)
A PAVEMENT MARKINGS PAVEMENT TRAFFIC LINES
E- 11 SPPWC 777 -0 N.T.S. I SPPWC 770-0 N.T.S. CO
r
STOP AND STOP BAR O
E- 1SPPWC 772-0 N.T.S. tNi
r
ILO
LI
Ca
E
W
C2
Saw Cut Pavement . •
NOTES: CI
-) 300 mm(121 Miro, outside of top of trench.-
. _ Ei
include all damaged pavement. 1. Construction shall conform to Standard Land Development Specifications (SLOS) 0m..
c., I - I - 1 Cold�L�Ashphalt_Overlay 44 mm except as noted. Z
. "'_ -- (1.75"�IVB,See Note 8 Finish Sum 2. -Trench width shall be as shown unless otherwise shown on the veg ans. 0
CURB RAMP .
- � Bedding material shall be granular with 100%passing 19 mm(8/i eve1 -to 100%
❑4 � i
�.;` � •4r -#,3!�.;'i;[}•� ,�" !III;g�l�'�'• �#€�`�t!i�3(,��.! �i•,�`. :[�i= ci[3€i:=��`t �. •4 r,���� passing the 9.5 mm 3/S' neve and not more man 4��►passing 7'S Om a
f �: t �� .. ...;. -„ : -...r,•. , , { ,,~:,, pa ( (N ,2u0 neve}.
I
,,
�,, � : 1 s i `.•.;.�• ;,,:.``•�;;� • :�. 4;,:a::•: - ' z .�.. ,. c Backfill between � heckling zone-a`shade shad be T�1�.Backfill Sly v
....j
S . i i i S t i i
A{j 1�. - r : srssra's'r's's'r' 3 ss ssssssssss
< < < . < f . << < << < { < < } . < < < < < 3s nm Mass 2K ' fie Director of Public Works may approve_ #hs
s r a r r s s y s s s s s r s s-s-s.s.s-rs_r-s-s•s
< < i f i < i < E < < < ����_ subs#i#utivnaf one of the fvllawing: CC
`Ar •
7<>Eis7f7 .:-FN. <Y<i --F;f<i;f•3fri}i}{r�>�t-i•�? Controlled
} Strength
If pd }r�Oiry r rt0 P e- rt'�Pir yE{+-tatr k.. t ctt!t} �r a. Coniiol Lot
'�'DRt�AY�. I CONCRETE SIDEWALKS SHALL BE 520-C-3250 I - - -- Material�SLtDS 201-6), provided that laboratory control is
EXP SIT BCRLLI ung TOP TreachW provided to insure compliance with the specific 1tions.
EXP „T - - - b. Non-cementitious badly provided that the backfill is tested and certified to meet y
ABBREVIATIONS: ► the approved specifications for the material by an independent testing laboratory Z
Backfill Zane A,C.Base Layer (SEDS 3€6-1,3). A Quality Control Plan shalt be submitted for approval. CI
WPJ WEAKENED PLANE JOINT BEGINNING OF CURB RETURN Trench Backfill Slurry See Mate 7 -5. Compaction shall not use flooding, ondi or efts' unless directed b .Soils B r.
'IPJ ERCP JT EXPANS'ICkl JOINT ECR END OF CURB RETURN CISSS 2K 6, -- Alm, sh be I. 3/4” OF C2 1/2""ON TOP OF 2 t/4" OF BS 3/4"
P.1 7. AC Base_Layer _ CC
a Where existir�papavement surface is AC the AC Base Layer thickness shall be a uat- O
RTES: Coir coded Plastic r�� ts)sC greater the a AC thickness plus 25 01 with a mit ref-7
Where required mrn (S$} and a maximum of MO_mm (F). Farr ads yrs Traffic Index is 7,0 or Um
'J I. WEAKENED PLANE JOINTS Sid AL L BE USED FOR ALL NTS} mfr�ater(Plates , $ &B-7a),the AC layer thickness shall be 00 mm 4'°
EXCEPT THAT EXPANSION JOINTS SHALL BE PLACED AAT THE
1Ptl BCR AND ECIC IN CURB, GUTTER AND SIDEWALK, AN a AROUND = -----' b. Where existing pavement surface is PCC_pavement,saw cut 50 mm °}_into_the:
t!Ti L[TY POLES LOCATED I N SIDEWALK 1 LK AREAS. 3flo mm { exist. pavementat the, outer edge-of-the #ren and break a rent ming Z
thickness. Replace the PCC and base#o the same depth as the existing (pavement
VP'� --
>IFTREE 1141REEL 1 WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT REGULAR The PCC shall be 330-AS-23 (560-A--3250).
Tt11T1�' POLE INTERVALS NOT EXCEEDING 10' 3COO min) IN WALKS AND Bedding Zone8. PAVEMENT JOIN LINES MUST BE PLACED AT THE EDGES OF TRAFFIC LANES. NO JOIN LINES WILL C�
2O { 000 trial} III GUTTERS. JOINTS TS IN CURB AND WALK Granular material BE PERMITTED UNDER THE WHEEL PATHS OF VEHICLES. Z
•. ,
EXP JT SHALL BE ALIGNED. See Note 3 ,k,\\.\\., i
J 3. CURB AND GUTTER SHALL BE CONSTRUCTED SEPARATELY FROM4 NOTES: IN LOCATIONS WHERE PIPES ARE TO BE REMOVED OR,,,,, 1 . Z
Z
SIDEWALK. �` - ABANDONED, SLURRY IS TO BE USED FOR ENTIRE TRENCH BACKFILL. Q
EXP JT ECR r___,
Trench Wirth -11I- - ABANDONED PIPES SHALL BE SLURRY FILLED PRIOR TO PLACING J
P--ipa Bedding
EXP SLURRY BACKFILL. CL
34 ofl pe O.D.
:(25 PROPERTY LINE iil _01 _ 75mm'(3")Min.
wP,! * a l .
A4?' V L/ 1-
CL
A (5 li
4 - —Trench width each side of pipe at spring line:
CURB RAMP ® 'i0 mm 4 Mlrr.,
Sinn mm(I7")Marr
,
—)
a.x
Li
D CURB & SIDEWALK JONTS IE TRENCH BEDDING & BACKFILL
E- 1 SPPWC 112-2 N.T.S. i,Q- 10 VCPW ROAD STANDARDS E— 70 N.T.S.
DETAIL S
cip
6 Prepared by: DESIGNED BY: REVIEWED BY: DISCRETIONARY
5 RJR ENGINEERING GROUP RET PERMIT NO. STREET IMPROVEMENT PLANS 1'�
4 — — — Planning•Civil Engineering•Flood Control/Hydrology DRAWN BY: CITY OF MOORPARK SHEET CE-10
Geotechnical Engineering.Geology•Water Resources•Environmental RET 4
3
114-11-:4 Palma Dr. Suite 200, Ventura, CA 93003
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: METROLINK ENTRANCE IMPROVEMENTS OF CE-11
2 E—mail: rjr®rjreng.com RWA ENGINEERING H
1 APPROVED BY: PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO.
DESCRIPTION OF REVISION R.C.E. APP'D. DATE •�;���� �n C-58383 12-31—18 PUBLIC WORKS DEPARTMENT nW
ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE ISI
236
CD
L
CD
U)
CD
U)
E
Q
I
CD
0
L
CD
CD
5' (1.5 m c
SIDEWALK-\ MIN SIDEWALK---NNCURB LINE
E
LJ
URB LINE cL
(1.5 m) 5' (1.5 m)
/ o
CNI
10' �O0 7 0'- / 0�,
iz (3 f11) (3 m
12" 12" 12" 12" Q
x (300 mm) (300 mm) (300 mm) (300 1 ) C)
• r. :-- fill Petall �^T CROSSWALK -s rt.CROSSWALK
. for reinforcement STRIPING STRIPING
.: .til size and spacing ,f)0,-rip,b5 13 1 CASE I
corrt It�rx�l Wight Width of ` CASE I
ct3r►crete cry of HMI Footing NOTES:
e F: _ 3�ilr42.2• 1. ALL CROSSWALKS SHALL BE WHITE UNLESS NOTED OTHERWISE ON THE PLANS.
X - i 5' 30" 2. CASE II SHALL BE USED ONLY IF THE 5' (1.5 m) MINIMUM DIMENSION
A 4 . 1 ' Gtr.
FOR CASE I CANNOT BE MAINTAINED.
x •
•- 3 4415 6, 3' 3. CASE I SHALL BE USED WITH 90' DELTA AND 25' (7.5 m) OR GREATER
o0 / •-- • - - - - CURB RETURN RADIUS.
I Horizontal Bora I
I t4 tit 32" o.c.
/ - ' L Il dth of Foothg
- -CL OF ROADWAY
ff Vertical Reinforcing ALTERNATE FOO'T{N& P�
-6 0THERMOPLASOTIC MARKING x 600 )
- Steel �tle
0. P sal i' centsize and er F
E --._ 1' (300 maife )
i
eol
of mall. PROLONGATION r� 2' (600 mm) TYP
OF CURB LINE I 2' (600 mm) TYP
(�� Bl t t k r .. -= Kali Detail "� I
•°x4Y' "i i :, '.L',I:.i4 ii'i'ii sill ...1�•.. „ i.l •SII
1 --1 .E. r:
.4. size and spacing
1 � for reinforcement i
,,,,,,
411P-A.. . : :...:....:.. . .... . ... ... ........ ...... .. . ..... .
• - ep
7litter rr�te bend i
I
-- f 0 - O
r- - - r: F a 1me A e w-•. . �..t 1' (300 mm) N
-2 f f J I I L THRMOPLASIC MARKING - VARIES r
tit Width of Helga Depth
X . of Noll Footing et 1 Wall Footing �"�
• it Nf Glr. 31-4' Irk' - ' 24' CC
CURB LINE -CURB LINE
----•3 *4ws . •
16
COLU LADDER STYLE
^tee -t % �7
l � of Font` Fs . .�. LE
W
MASONRY' FENCE 17 TAIL a AL I ERNATE OOTlt I2' CROSSWALK STRIPING V
N.T.S. W
NOTES OTES E- 11 SPPWC 7 74-0 0
1. Concrete Mocks shall be 14 tints. ► TEi N/ TE EOOTIN i G
-
2. Use Pc = 2503 psi for concrete footing.. . omit
3. Reinforcing Steel Shall be- SIS Erre 40 or O.
4_ Fill all cells containing stol mith smut, includirir bond beam O
REINFORINOrS. The nail shall be plumb and tris birxk courses shall be kwel. '' SlEflr T' �
6. Reinforcing steel spikes shall be ominlmutfn of 24". sir ht ical
1. The first course mar4 be set in fresh concrete for footkrr. of !'droll SteelCND
8. MO wall or fence ill be ofl[on rf rclthirr " of o ffre �'t 5'O" or 10--...c. #4 @ 326 cy..G_ _ CB9R - Contemporary Concrete Bollard �- 9" Round I TYPE
and no Hail, fes,or fae►ruclatlon shall be celltvn } within 12` ofs - - - -- -
a vii t.r'• meter. �• or l f' #4 G' Ce
• Available in 3000K,4000K and 5000K CCT • Integral prewired ballast module
• Body and cap are composed of precast concrete reinforced • Electrical module is silicone gasketed for weather tight I�1sF
9. bci ICS 1reC lrlOttarss the location
height, location, : f of the ►v FF •
with an internal cage structure of steel operations , l` a:
6.0d DTI tile) zone, location on the ond co • Grills are cast aluminum with stainless steel hardware • Calor of rills feature TGIC polyester powder teat finish with ail?i
clash tortclords, Planning must- r oveet plans pr� g p v p -r 1:.�';
any perrnft being Iss16d. NOTE: This inial I is not designed • Inner lens is sealed to the grill frame choice of 13 standard colors ?s, pt;rr�'
to be used far a reitca#nom mail k_a.1
4 ` O
Si• �gt•,•s DIMENSIONS
1.BOLLARD 2.LAMP/BALLAST 3.FINISH 4.GRILL COLOR 5.OPTIONS 6,MOUNTING CB9R
�"Pli` BLOCK &i A�b� WALL I TYPE OAH GRILL TOP STYLE ��� � I I I I ��
,,•6„.7„..,,,.,„,:„.,:„
I CB9 Fl[LI S. C tr-c loom -c -- I Tri LC ID OM Ce
HELP HOMEOWNER
1 1.BOLLARD 5. OPTIONS SPECIFICATIONS O
; ..„.,
' ^' /' ���j ' e`�`E /� I 'I � € OAH(inches) GRILL •TOP STYLE WT(lbs.) --- = `FYPICAL •
OORr ARK BUIL bl ANb SAFE . Dote CB9R 24 CUTOFF FLAT 120 RBC(A single gang junction box.msfinplace,urealherproolcaver CONCRETE BODY AND CAP
bATE: 3.rafl_ljaggrioFi IBM CB9R 36 CUTOFF FLAT 140 only.Consult tacky for location) The body and caps are composed of precast -
concrete reinforced with an internal cage structure
089R 42 CUTOFF FLAT 160 Colored Concrete(Based on Davis colors.For custom calor and --"lr ..
CBOR 24 CUTOFF DOME 120 aggregate,customer must provide aggregate,sand,,and column!J of steel.7heconcretebodiesareone-piece -
111
ODOR 36 CUTOFF DOME 140 •
casting s with a minimum wall thickness of
3775mm.All threaded inserts are welded to the + O
ODOR 42 CUTOFF DOME 160 i • rp
vow6. MOUNTING steel reinforcing cage and cast in place.The base I OAH Z
plate for anchoring is 1/4'hot dipped galvanized . ...
EXT(External mounting) steel. - - -
FLAT DOME
2. L/aMP/BALLAST Nate.lniemalmaunringnotauallableir11hC89A GRILL -
120-277VAC(50j60Hz)input. thickness
shall be cast aluminum,minimum wall CZ
thickness of.250 inches.All castings shall be
conduit by others
.......•27LED-WW 28 watts,IES Type 5,3000K CCT pure aluminum#356 alloy,free of any foreign grout under
27LED-NW 28 watts,IES Type 5,4000K COT material or porosity.Grills shall have cast-In- base
27LED-BW 28 watts,IES Type 5,5000K CCT place,integral mounting lugs for attachment to = r •n' .1 rt-
A BLOCK GARDEN WALL •
the concrete base.The inner lens shall be sealed jr . .= f�` ,, Z
W the grill frame.CB9 shall have a lightly diffuseds': . e
DR acrylic lens.CB12 and C818 models shall '1,' Q'o n, ' 3?75mrn
E-11 . CONCRETE FINISH have an opal acrylic lens.The grill assembly shall External Mounting �"
N.T.S.N.T.S. MSB(Medium sandblast,natural color tme)t) . a
have a silicone gasket on the tap and bottom for o•
AGR(Exposed aggregalefinish) weather t€ghtoperation.Recessed stainless steel 6A '° °� "-
screws may be loosened for service access.
• CUTOFF
Models wilh cutoff grill provide IES cutoff CB9R CO 27LED WW WATTAGE:32.5 LUMEN OUTPUT:519 EFFICACY:16.0 Lm/W
4.COLOR classification meaning less than 2.5%of light is
Standard Color emitted above 90°horizontal. BO U2 Gi / (PLIGHT 5.0%
WH Arctic White ELECTRICAL MODULE FORWARD LIGHT LUMEN \ UOWt3LIGHi95%
'BL Black \The electrical module consists of the ballast FL 30' 0.5% • 3 \
BLT Matte Black module and lamp housing.All housing parts FM 60° 22.1% 114 / \
DB Dark Bronze are aluminum with stainless steel hardware.The FH 80° 19.3% 100
DON Dark Green ballast module is prewired on an aluminum strap FVH 90° 5.6% 29 ioid �� �1
TT Alanlam mounted to the underside of the lamp housing. BACK LIGHT id- ��I
WOB Y7ealheredBrenze The electrical module is silicone gasketed for BL 30° 0.5% 3 •`_`\
MOB Bronze Waffle weather tight operation. (3M 60° 22.1% 114 `
BH 80° 19.3% 100
VBU Voids Slue
GRT Cotten BVH 90° 5.G� 29 \ \,\:::
p; / /
MAL MollaAlaminum UPLIGHT //
MG Medium Croy UL 100° 3. % 6 20
UH 180' 1.13.5'MOUNTING HEIGHT
AGN MligueGreen
•
LG Light Grey
C CONCRETE LIGHT BOLLARD
E- 11CB9R CUTOFF DOME - 9 " ROUND
DETAILS
6 Prepared by: DESIGNED BY: REVIEWED BY: DISCRETIONARY
5 RJR ENGINEERING GROUP RET PERMIT NO. STREET IMPROVEMENT PLANS
4 nial ng• eWaterResoures•Enlogy DRAWN BY: CITY OF MOORPARK SHEET CE-�
Geotechnical Engineering-Geology•Water Resources•Environmental RET 4
3 2340 Palma Dr. Suite 200, Ventura, CA 9
(805) 495-3935 ($05) 485-6496 FAX CHECKED BY: METROLINK ENTRANCE IMPROVEMENTS of CE-11
2 E-mail: rjr®rjreng.
C-com58383
RWA ENGINEERING H
1 APPROVED BY: PUBLIC WORKS DEPARTMENT PROJECT NO. SOUTH PARKING LOT ENTRY DRAWING NO. W
A DESCRIPTION OF REVISION R.C.E. APP'D. DATE l r'k''"'°" 3003
"' 12-31-18
ROBERT W. ANDERSON H.C.E. NO. EXP. DATE DATE
237
Table 1: Standard Erosion Control BMP
CASQA Fact Sheet BMP Name
EC-1 Scheduling
EC-2 Preservation of Existing Vegetation
EC-3 Hydraulic Mulch
EC-4 Hydroseed
EC-5 Soil Binders
EC-6 Straw Mulch
EC-7 Geotextiles and Mats
EC-8 Wood Mulching
EC-9 Earth Dike and Drainage Swales
EC-10 Velocity Dissipation Devices
EC-11 Slope Drains
EC-12 Stream Bank Stabilization
EC-14 Compost Blankets
EC-15 Soil Preparation-Roughening
EC-16 Non-Vegetated Stabilization
WE-1 Wind Erosion Control
Table 2: Standard Sediment Control BMP
CASQA Fact Sheet BMP Name
SE-1 Silt Fence
SE-2 Sediment Basin
SE-3 Sediment Trap
SE-4 Check Dams
SE-5 Fiber Rolls
SE-6 Gravel Bag Berm
SE-7 Street Sweeping
SE-8 Sandbag Barrier
SE-10 Storm Drain Inlet Protection
SE-12 Manufactured Linear Sediment Controls
SE-13 Compost Sock and Berm
SE-14 Biofilter Bags
238
Table 4: Standard Non-Stormwater and Waste and Materials Management
CASQA Fact Sheet BMP Name
NS-1 Water Conservation Practices
NS-2 Dewatering Operation
NS-3 Paving and Grinding Operation
NS-4 Temporary Stream Crossing
NS-5 Clear Water Diversion
NS-6 Illicit Connection/Discharge
NS-7 Potable Water/Irrigation
NS-8 Vehicle and Equipment Cleaning
NS-9 Vehicle and Equipment Fueling
NS-10 Vehicle and Equipment Maintenance
NS-11 Pile Driving Operation
NS-12 Concrete Curing
NS-13 Concrete Finishing
NS-14 Material and Equipment Use Over Water
NS-15 Demolition Removal Adjacent to Water
NS-16 Temporary Batch Plants
Table 5: Standard Temporary Materials Management BMPs
CASQA Fact Sheet BMP Name
WM-01 Material Delivery and Storage
WM-02 Material Use
WM-03 Stockpile Management
WM-04 Spill Prevention and Control
WM-05 Solid Waste Management
WM-06 Hazardous Waste Management
WM-07 Contaminated Soil Management
WM-08 Concrete Waste Management
WM-09 Sanitary-Septic Waste Management
WM-10 Liquid Waste Management
Table 6: General Checklist for Review of Site Conditions
NO. DESCRIPTION
1. Are all erosion control devices in-place and functioning in accordance with the SWPPP and erosion control
site map?
2. Are all sediment traps, barriers, and basins clean and functioning properly?
3. Are sediment controls in place at the site perimeter and storm drain inlets?
4. Are all discharge points free of any noticeable pollutants?
5. Are construction accesses stabilized adequately?
6. Is sediment, debris, or mud being cleaned from public roads where they intersect with site access roads?
7. Are all exposed slopes protected from erosion?
8. Are all temporary stockpiles or construction materials located in approved areas (as shown on map) and
protected from erosion?
9. Are dust control measures being appropriately implemented?
10. Are all materials and equipment properly covered?
11. Are all material (paint, fuel, oil, etc.) handling and storage areas clean and free of spills and leaks?
12. Are all equipment storage and maintenance areas clean and free of spills and leaks?
13. Are all on-site traffic routes, parking, and storage of equipment and supplies restricted to designated areas as
shown on site map?
14. Is concrete washing conducted on-site? If so, are wash-out areas defined and maintained properly?
15. Are there areas where construction activities have temporarily or permanently ended?
16. Is construction debris or other litter being blown off-site?
17. Are fuel storage areas equipped with secondary containment?
18. Are off-site material storage areas being managed properly?
19. Is the Notice of Permit Coverage posted in a location where the public can view it without entering the site?
20. Other:
Table 3: Standard Tracking Control BMP Measures
CASQA Fact Sheet BMP Name
TC-1 Stabilized Construction Entrance and Exit
TC-2 Stabilized Construction Roadway
TC-3 Entrance Outlet Tire Wash
General Work Activity / Potential Pollutants Water Quality Indicators of Potential Constituents
Adhesives COD, Phenols, SVOCs
Asphalt Work VOC
Cleaning
Acids pH
Bleaches Residual Chlorine
TSP Phosphate
Solvent VOC’s, SVOC
Detergents MBA’s
Concrete / Masonry Work
Sealant (Methyl methacrylate) SVOC
Curing Compounds VOCs, SVOC’s, pH
Ash, Slag, Sand pH, Al, Ca, Va, Zn
Drywall Cu, Al, General Minerals
Framing / Carpentry
Treated Wood Cu, Cr, As, Zn
Particle Board Formaldehyde
Untreated Wood BOD
Grading / Earthwork
Gypsum / Lime Amendments pH
Contaminated Soil Constituents Specific to Contaminate
Heating, Ventilation, Air Conditioning Freon
Insulation Al, Zn
Landscaping
Pesticides / Herbicides Product Dependent – See Label
Fertilizer TKN, NO3, BOD, COD, DOC, Sulfate, NH3,
Phosphate, Potassium
Aluminum Sulfate Al, TDS, Sulfate
Liquid Waste Constituents specific to product
Painting
Resin COD, VOCs
Thinners COD, SVOCs
Paint Strippers VOCs, SVOCs, Metals
Lacquers, Varnishes, Enamels COD, VOCs, SVOCs
Sealants COD
Adhesives Phenols, SVOCs
Planting / Vegetation Management
Vegetation stockpiles BOD
Fertilizer
Pesticides / Herbicides Product Dependent
Plumbing
Solder, flux, pipe fitting Cu, Pb, Sn, Zn
Pools and Fountains Residual Chlorine, Cu, Chloramines
Removal of Existing Structures Zn, VOCs, PCBs, Also See Other Applicable
Activity Categories Herein.
Roofing Cu, Pb, VOCs
Sanitary Waste (Sewer Line Breaks and Portable
Toilets) BOD, Total / Fecal Coliform
Soil Preparation / Amendment / Dust Control
Polymer / Co-polymer TKN, NO3, BOD, COD, DOC, Sulfate, Ni,
Lignin Sulfate TDS. Alkalinity
Psllium COD, TOC
Cuar / Plant Gums COD, TOC, Ni
Solid Waste (Leakage) BOD
Utility Line Testing and Flushing Residual Chlorine, Cloramines
Vehicle and Equipment Use
Batteries Sulfuric Acid, Pb, pH
Adopted from Attachment S, Caltrans SWPPP/WPCP Preparation Manual, February 2003; and CASQA
Construction BMP Handbook, 2003
239
-o
a)
P F.L. Q F.L. FL a)
U)
SECTION 2' 8' 2'
OMIT ONE BAG AT \ w
GUTTER FOR OVERFLOW1 4.
** 4" 0 ® 10" O.C.
/ :=1;R(-4
cc
Z 8 r1 -�-� �_ C X 7� 2 BAGS SIDE BY SIDE
"� �� p 'o o �� * W/4" 0 P.V.C. PIPE Q
�/ c'�- o_c� ���_ - w s N ��'
Q A d A
�Q �, ',erg _ ei e, . e ♦ DOWN DRAIN
a_ a) u %.,._., OR SIMILAR DEVICE
W(n p. 0
SINGLE ROW Nv >N L
OF GRAVEL BAGS 10' O.C. * HEIGHT OF CHECK DAM SHOULD NOT EXCEED 3 FEET. CD
(Minimum height ; \ TYP \ ** PROVIDE AN EXTRA ROW OF GRAVEL BAGS FOR EVERY ROW
as specified) OF GRAVEL BAGS 3 BAGS HIGH. J 0)
Lu
GRAVEL BAGS ONE HIGH
I
B CHECK DAM ������� ICV
A CHECK DAMS W/ "V" ALIGNMENT SW-3 NO SCALE I
�+1+0+0 6'
SW-3 PLAN VIEW - TO BE USED ON UNPAVED STREETS NO SCALE 10 4 4 4 4" 0 P.V.C. PIPE DOWN DRAIN , >
I ''''''I � �i OR SIMILAR DEVICE rug . o
' ..x.. ..x. ..(...... ......... .•.....5 Eiil
� z . ::x,". :.%:: . ..t ..X.......X........5� ie`i
.111111.111
2 BAGS SIDE BY SIDE
10'MIN/ WITH 4" 0 P.V.C. PIPE
/ ,��� - TBD BY CONTRACTOR 2'-s',
\ GE / .44:w BASED ON OPPERATION 10'MIN 5'-0"
2 BAGS HIGH 2 BAGS HIGH S\. j / .I=4000.00: R = 20'
l NPR / ' P� 44:40:40:40:0 •
00 - • ���� ��� C DIKE DEBRIS BASIN AT DOWN DRAIN
/ �i=geope��page ppro a soo % ee . ,,Si. - NO SCALE
/ P •40.. �iiiiii--"- at"i4111-- , � � ��1.�1� ��� " p SW-3
O 000 . ...........................::'r ,• "�i,• ,�•� MIN.
i ---
'---, ,----' * • 4141\
SPILLWAY
2 BAGS HIGH \ 1 BAG HIGH FILTER FABRIC
�� \ 3" (6" MAX.) COARSE
/ \ - -2" GAP AGGREGATE
111 (LOW FLOW DRAINAGE) 2"x 2" WOOD POST (DRY WEATHER ONLY) STANDARD OR BETTER OR
\ CORRUGATED STEEL PANELS
(SHAKER PLATES) - 24' MIN EQUAL ALTERNATE: STEEL FENCE POST (WET WEATHER). CO
SPILLWAY
1 BAG HIGH
r
\ FILTER FABRIC MATERIAL 60" WIDE
ROLATTACHUSE
FABRIC TO WIRE.
IRE RINGS
CM PLAN VIEW E STABILIZED CONSTRUCTION ENTRANCE 2"x2" 14 GAGE WIRE
SW-3 NO SCALE FABRIC OR EQUIV. �y
AREA DRAIN/ CATCH BASIN ��444,0°�e�e��0$0i , �� Z uu
co I 7 CC
NO SCALE
SW-3 00##00##4V0100 ������ CO
IOO�IOOO�IO
(1.2 m) I N �0000�000 ����i�i�i�i�i�i�i� �i�i�i�i�i�i �i�i�i
\\t �� .❖��� 4e# ���i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i Y.1
,,,st;y ; \�J •..• ���ly �'•:�' 00 •
..�i�i�i�i�i�%%i�i�i�i�i�i�i�%��i�i�i�i���� " ������ cm,
W
STRAW ROLLS MUST BE PLACED AjA\.5_1/..‘; to ,i —411-hill III Iii III III III 11 , iii SII III II H III VIII IH III-
ALONG SLOPE CONTOURS / �yli' o.-
2 GRAVEL BAGS HIGH WOOD STAKES / n�'' \ wADJACENT ROLLS SHALL I I IFI I I III _I I 11 III II I I 111 III I I= Z
' 41b..� LOC TIIRNDEOTAILRENCHES FABRIC OR PLASTIC /\ X TIGHTLY ABUT \ - 0
-cp
K • po — — — — —. 0 4.-0\ • */ 4
09 40.4/e'4'49 \
- ' 5- ,,,/,
pF ��' \� , I. 3 �� 'f1?)v jV� �V� ;;\ 4/, 4 4 EBURY BOTTOM OF FILTER
-VOQ -•- 4k ,, 10 -25 (3-8m) �" ,;���►Q MATERIAL IN 8"X12" TRENCH
w 0 . FABRIC OR PLASTIC ON SLOPE Ij \ X A/, � - A
\ \ \
��� V \� aft,�� �_y. /�/� 6' MAX.
� A O \ — 6 MIN. \� �/ \ Z
\p \ LAYER 1 .....\ SPACING DEPENDS ���v. ��� 0
\\ SLOPN E STEEPNESSL TYPE ��`��
A \ LAYER 2 OVERLAP ADJACENT EDGES DETAIL '��/�/\\ AND( NATIVE SEEDS ABETTER,
A �� CAPTURED BEHIND THE ROLLS. FILTER FABRIC MATERIAL
��Q \ ail' 2 GRAVEL BAGS HIGH — CC
C.
J� v / rJ 2"X2" 14 GAGE WIREUM
WOOD STAKES LAYER 3 \ p (\/\\ FABRIC OR EQUIV.
© 3'-5' O.C. 6 ��� ;� FOLD AND SET FILTER
(CLOSER SPACING \ \ FABRIC INTO SOIL '\ 2
AS NECESSARY) \ O� N
TO ANCHOR ON SLOPE \ � Z
��� 3"-5" (75-125mm) �w
S QE\� O I 11
OF �'� � /VA - • I I I - � FLOW
VA /A 8 10 DIA. BACKFILL AND COMPACT THE _ — -
0 // (4/____--?-' 200 250mmA/\ 2/ `VAj �� ( ) EXCAVATED SOIL IN TRENCH N —1 III HI I '
�� �� AND ON BOTH SIDES OF III III III
LIVE STAKE � � � � �,���, FILTER FENCE FABRIC 6"
Z
WOOD STAKES1j� 2" X 2" WOOD POST 8" CIC
S�\G Tr \/\ /` ALT:KES STEELALL BE FENCE POSTS AT 8' O. .
R P� �' 1 " X 1 " STAKE
�P'° 0 �. (25 x 25mm)
V ( l H SILT FENCE DETAIL
`f!✓� ` � NOTE: !�\ SW-3 NO SCALE
�� V 1 . STRAW ROLL INSTALLATION REQUIRES THE
PLACEMENT AND SECURE STAKING OF THE ROLL IN
'AO ' ��c,0�Q �` ,;'.,'<',.owis PAD AREA A TRENCH, 3"-5" (75-125mm) DEEP, DUG ON
CONTOUR. RUNOFF MUST NOT BE ALLOWED TO RUN
��� y ..^'. UNDER OR AROUND ROLL.
OVERLAP ROLL ENDS DETAIL ANCHOR EDGES OF FABRIC PROF--" ,c, \�0 SpF \c,� PROFZcs, QFtOFESS/N
G STRAW WATTLES PLACEMENT /47
•,��� W'AN SS'O ��F w•AN �% 4,- 'R-1 w.An,° o �o w. AN0
c.."co �'ks < ill
me �'s o o i o s
SW-3 NO SCALE tx CPSWQ Z CMS4S z CPESC 2 —, Z m
* C-058383 4.
F EROSION CONTROL MAT OR PLASTIC SLOPE COVER (UNPLANTED SLOPES) A
\ O.
684 ��C 9, CIV 1 ���
SW-3OJ ''''''?"1
p 5 'IND SEDUM OF CALF F
M WATER ''''ATE STOF
6 Prepared by: DESIGNED BY: REVIEWEDBY: DISCRETIONARY
5 RJR ENGINEERING GROUP RET PERMIT NO. EROSION & SEDIMENT CONTROL PLAN/LOCAL SWPPP
4 mall Civil Engineering-WFlood aterR sours/Hydrology DRAWN BY: C
TT� OF
MOORPARK
SHEET SW-3
Geotechnical Engineering Geology•Water Resources•Environmental RET 1 1 ST O RMWATER NOTES & DETAILS o f
3 2340 Palma Dr. Suite 200, Ventura, CA 93003
(805) 485-3935 (805) 485-6496 FAX CHECKED BY: SW-4
2 E-mail: rjr®rjreng.com RWA ENGINEERING
1
tii
APPROVED BY: PUBLIC WORKS DEPARTMENT PROJECT NO. METROLINK ENTRANCE IMPROVEMENTS DRAWING NO. y�
ADESCRIPTION OF REVISION R.C.E. APP'D. DATE "' ` ':"' C-58383 12-31-18 SOUTH PARKING LOT ENTRY
ROBERT W. ANDERSON R.C.E. NO. EXP. DATE DATE CA
240
-o
a.)
a)
U)
a)
U)
Q
1
1 -`V . UjN,,\ ,,,^'' * AL 9k
10`L 0bF'
y
<ON c.(-
1>( y'^6 s SIDEWALK ,,' °° SIDEWALK y sj�s s� , s,S �7e� s u� ,y e �° C� y.�'S' R� TR 4 •..F ��` 2 �iS �4>7AL ;° e6VICV
Oat 0 ICV 4• ; v y s,I 5 ^_`- �r.' :: •r.*TR a• � �� ss � ::::5°'16.
Ice �(4 e 'k ;; y'" ;R MATERIAL DELIVER '2r #D STORAGE PER WM-0100s SP CIVIC CEN. SAL 74so ICV r�F FS a' ;Y ; r:*v TR 4" bs �FNy11 52 ` h ,1 , TR 2 �,TR 2• �'" SOLID WASTE MANAGEM NT PE- M-05 y °�7T� O n' NO STOP , 6',376 �" * 6`ti 66° — INLETv5,-('' '0� ❑ .ss .a.,R 4 spa FS ,R 2 e, CO M«'�t E — ® PROTECTIO/ // NCR E • MAN°' 6 P R WM 0L� ^° SP MOORPARK PB ELEcr.J FS •ICV '3 a r:' - ' / . 6 x -js 6 F - n �' SAL 12'BASEQ-_ ••� F� `P s PO T, a v ,r;;,v �� 5 _ .J�r.<,�N � AL 12'BASE ,s, .�i .^ `ra , SDMH INLET -ADDITIONAL STABILIZED CONSTRUCTION - - - - - -D ---- -- _ r •�. .R so3 Sass �� yv0/ U r. RDO PROTECTION / � _ ss rc� ` 4 ;�F 'TR 4 s S's9 2r`� �41,\400 4. ® ENTRANCE, AS REQUIRED, PER SILT FENCE a ../ �, ,,,, (.ti s 1 h513.38 FS TR 4" TR 'Y h C TRUCTION SEQ ENCE — C I K'R rE •R 88 r+�TR OAK 6 , yoNs u ® 7 HAIN L N° 4 s ", Ic �,
I �°''.' 0,,, -- N_' ''\-/\'\
55 t1 •-�"`J. a"'- _ - . _�hJ• _ rY• ,y. a. S3� S ssy i ��\ 5
SP STOP / hCg e
ASPHALT BERM / — / ■ ♦� V V �( Y Y , , Y Y �C * .?f �t �`C )[ s X Y Y Y , V V V Y-_ .- /
��,57 II I `` SP TURN r . �� \ }` 6'i r _ __ __ __ _ _ _ ..- - IIII N
N •. Iao110�����
i ii iiii��ii % /%/%%///%iii////T//!!/% '�IIIhIID° 6„
EXISTING M ETF20 L I N ENTRANCE/ EXIT ���������������/������������������������������� ///%//���
�aiii �r��i�������a�a���������� i aiiiii iaiiia��/��iaiiiiiiiiiiiiiiiii�����iii�iiii���iii�i/iiii� iiiiiiiiiiiiiaiiiiiiaiiiiaiaiiiiiiiaiiiiiiiiiiiiiiiiiia��a���i��������iiir�iiiiiiiiiiiiiiiiaiiiiiiiiiiiaiiiii�iiiiiii�iiiiiiiiii��i,��a�����������a�o�ii��i�����iiii»»»i�iiiiiiiiaa�l/////////////////////�%%%%%%%%%/D/%%%%/ �� %%/ / l „
_ w I y� ���FS ,b1%<‘ o-y'tiF °�,Fy yyti°F5 yy�tir� yy�y° y�,,, h��yy�
• - . y1�J yy e5'7', y,h� I
� '0 ky y p� y1y y1 Ory y b1
1 1 \ ;Fr>. LINK F NCt' y ry� y y
h y h y nti y y y y` y6.
y
_ 53GF5 )) Q�� \ R•¢�hti�FS .itiS\��FS e oy 05 5e05Q N / I e e55 /0,
y y`'y� 6"' y o-�'Q, 6 Oti 5 g01R I 19 95 yn F� �� F� 0 F� 'on°a yy^ 5,y y <, y e/ 512 F� 513'EL �- ,2 /]' �� 90 ° ti ti L 1° 6 '� n /' n , 0 `' / `'^ ASPHALT BERM _ y1F 5VVV F� 512. e k ��; 5ti' FL ti CP40? y'y �. �ti y h coNC cuR6
— ir
� F1" ��//////�1��//• '' ////�%/ �/�/1.I// ///Ol /�//�// I_�__— �0 �y/y 51/F� ASPHALT BERM yy,y/ y�y PK x
.f _ _ / �/ 515.74
SIGN P SIGN 51 EG GN �V\ °°A G "�►� \ \\ / ;• 7V SIGN.r 5, — _ — _ 613. 9 — — _/�SP NO K _ x514 6B — — x514 71 — 515 sz — — — — —
_ o o `�} ---111 PK
o e
— % _ .00 ` off , ''�.. i oi
x51344 `�' V
1 7 ✓I 50.00' 50.00Alk"
; ' ill�'� 51.00'
4 50.00' ___--/)--___ 50.00'
70.00' °a°
gAlirl
SW-3 TYP ® • 111„= �` 30" PALM B �P DURING WIDENING PHASE
�" I �111111„4,, 6,26• I SW-3 1
II © STABILIZED z%. I
I CONSTRUCTr
,—
®
ENTRANCE
r
0 a li iiI - SILT FENCE © O
LL
=Eui r
SIDEWALI; 1___ (3\ .Q' �1��°�� EROSION CONTROL LEGEND
N
I I A11111 U9
:.:
I
I
EXISTING I 4�11
1 . 4'! I I I X X SILT FENCE PER DETAIL
GARAGE % II ` W
.` 27 _= ,� (��{(�
<0\ti �G GRAVEL BAGS A MODIFIED AS SHOWN
Kitf
EXISTING =---
o A.C. N TWO STORY o o '•:•: 2% •q� ___ C ti°�, 512iG o / oArk
W PARKING LOT COMMERCIAL �t:: `b == �I % I —I FIBER ROLES PER DETAIL W
D Io olo of o ,2 o owiy
In In In u> �: ;�,,, � i o � Ln
Z I- I— I r-1 I- -I
W • _--_ TYP EXISTING LOT 6 D
W
> ^ ) r,„
, , , ��....! 7,„„, '� SW-3 GARAGE TRACT "O" INLET PROTECTION PER ® MODIFIED AS SHOWN d
N , „
,:.:• ., • ,_ ,
o -__ LOT 5 BLOCK 1
LOT 1 LOT 2 I LOT 3 `'%, 71 ': . TRACT "O" I I LOT 7
Y I� � � Io ,, l 6 0 1 B CO
TRACT "O" TRACT "0" I TRACT "0" ; �Ii ::��' • a ___ BLOCK 1 o TRACT "O" 0
® g GRAVEL BAGS
0/ o 0 0 01 g I oI
0 0 0 o i o 0
BLOCK 1 BLOCK 1 BLOCK 1 Illlil BLOCK 1
< I EXISTING y. • ` .
3'
weir 1 %,,, % �o �e�iiiiis�o2
=LI
SINGLE STORY ° TI_,
RESIDENCE ••:;
STOPSTOP
EXISTING
GARAGELOT 5
EXISTING
SINGLE STORY
RESIDENCE
LOT 5
EXISTING
SINGLE STORY
RESIDENCE
EXISTING
GARAGE
3/4"
3/4"1"3/4"
3/4"
I
I
I
I
I
I
IRRIGATION LEGEND:
DRIP AND EMITTERS:
SYMBOL MANUF.MODEL #DESCRIPTION GPM RADIUS PSI DETAIL REFERENCE
NETAFIM TLCV6-18 SUBSURFACE w/ 3" OF SOIL COVER18" EMITTER AND 0.010 DRIP 30 SEE DETAIL E, SHEET L-1.2.
LINE SPACING TECHLINE CV DRIPLINE.
NETAFIM TLCV6-12 SUBSURFACE w/ 3" OF SOIL COVER12" EMITTER AND 0.010 DRIP 30 SEE DETAIL E, SHEET L-1.2.
LINE SPACING TECHLINE CV DRIPLINE.
EQUIPMENT:
SYMBOL MANUF.MODEL #DESCRIPTION DETAIL REFERENCE
x ------EXISTING WATER METER BY OTHERS. OFF-SITE ON ADJACENT NORTH LOT.SEE UTILITIES PLAN.
x ------EXISTING FLOW SENSOR BY OTHERS. OFF-SITE ON ADJACENT NORTH LOT.SEE UTILITIES PLAN.
HYDROPOINT WTPRO3-C-24-SPH WEATHERTRAK ET PRO3 24 STATION CONTROLLER SEE DETAIL H, SHEET L-1.2.
NIBCO T-585 LINE SIZED BRONZE FULL PORT BALL VALVE IN VALVE BOX.SEE DETAIL A, SHEET L-1.2.
NETAFIM TLVF-1 1/2" AUTOMATIC FLUSH VALVE AT EACH PLANTER AT LOWEST POINT IN VALVE BOX.SEE DETAIL G, SHEET L-1.2.
RAINBIRD OPERIND DRIP OPERATIONAL INDICATOR ---
WILKENS 500 SERIES 3/4" PRESSURE REGULATOR INSTALL IN VALVE BOX.SEE DETAIL C, SHEET L-1.2.
RAINBIRD XCZ-100-PRB-COM 1" PESB VALVE WITH TWO 1" PRESSURE REGULATING (40 PSI) QUICK CHECK SEE DETAIL D, SHEET L-1.2.
BASKET FILTERS. INSTALL IN A RECTANGULAR VALVE BOX. (DRIP LINE ONLY).
RAINBIRD 44LRC 1" QUICK COUPLER VALVE. INSTALL WITHIN ROUND VALVE BOX.SEE DETAIL F, SHEET L-1.2.
APPROVED SCH. 40 PVC MAINLINE SIZED AS SHOWN, MINIMUM COVER OF 18".SEE DETAIL B, SHEET L-1.2.
APPROVED SCH. 40 PVC LATERAL LINE SIZED AS SHOWN (MINIMUM OF 3/4"), MINIMUM COVER OF 12".SEE DETAIL B, SHEET L-1.2.
APPROVED SCH. 40 PVC WIRE SLEEVE, SIZED AS REQUIRED BY LOCAL CODE, UNLESS OTHERWISE NOTED.SEE DETAIL B, SHEET L-1.2.
APPROVED SCH. 40 PVC LATERAL SLEEVE, SIZED AS REQUIRED, UNLESS OTHERWISE NOTED.SEE DETAIL B, SHEET L-1.2.
M
I
C
HYDROZONE LEGEND:
HYDROZONE 1 (HZ1)
MODERATE WATER USE SHRUBS, USING SUBSURFACE DRIP LINE
IRRIGATION w/ 18" SPACING.
HYDROZONE 2 (HZ2)
MIXED LOW AND MODERATE WATER USE SHRUBS AND
GROUNDCOVER, USING SUBSURFACE DRIP LINE IRRIGATION w/ 12" SPACING.
PLAN CROSS REFERENCES:
FOR NOTES AND LEGENDS, SEE THIS SHEET
FOR DETAILS, SEE SHEETS L-1.2 & L-1.3
FOR SPECIFICATIONS, SEE SHEET L-3.1
FOR CORRESPONDING PLANTING PLAN SEE SHEET L-2.1
0
SCALE: 1" = 10'
5' 10'20'40'NORTHPIPE SIZING CHART:
SCHEDULE 40 PVC
3/4" 0-8 GPM
1" 9-12 GPM
1 1/4" 13-22 GPM
1 1/2" 23-30 GPM
2" 31-50 GPM
IRRIGATION NOTES:
1. THIS SYSTEM IS DIAGRAMMATIC. ALL PIPE, VALVES, ETC. SHOWN WITHIN PAVED AREAS ARE FOR DESIGN CLARIFICATION ONLY AND SHALL BE INSTALLED IN PLANTING AREAS WHEREVER POSSIBLE.
2.DO NOT WILLFULLY INSTALL THE SPRINKLER SYSTEM AS INDICATED ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT UNKNOWN OBSTRUCTIONS OR GRADE DIFFERENCES EXIST AND SHOULD BE BROUGHT TO THE ATTENTION OF THE OWNER’S AUTHORIZEDREPRESENTATIVE. IN THE EVENT THAT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR MUST ASSUME FULL RESPONSIBILITY FOR REVISIONS NECESSARY.
3. SYSTEM DESIGN IS BASED ON MINIMUM OPERATING PRESSURE SHOWN AT EACH POINT OF CONNECTION WITH MAXIMUM GPM DEMAND SPECIFIED. IRRIGATION CONTRACTOR SHALL VERIFY ALL PRESSURES ON SITE PRIOR TO CONSTRUCTION AND COMMUNICATE TOOWNER’S CONSTRUCTION REPRESENTATIVE.
4. IT IS THE RESPONSIBILITY OF THE IRRIGATION CONTRACTOR TO FAMILIARIZE THEMSELVES WITH ALL GRADE DIFFERENCES, LOCATION OF WALLS, RETAINING WALLS, CURBS, ETC. CONTRACTOR SHALL COORDINATE ALL CONTRACTOR WORK WITH THE GENERALCONTRACTOR AND OTHER SUB-CONTRACTORS FOR LOCATION OF PIPE SLEEVES THROUGH WALLS, UNDER ROADS, PAVING AND STRUCTURES.
5. MAINLINE FEEDER BETWEEN POINT OF CONNECTION, METER, AND BACKFLOW PREVENTER TO BE OF MATERIAL REQUIRED BY CURRENT WATER DISTRICT.
6. FINAL LOCATION OF THE AUTOMATIC CONTROLLER ENCLOSURE AND THE BACKFLOW PREVENTION DEVICE SHALL BE APPROVED BY THE CITY’S AND OWNER’S REPRESENTATIVE, AND/OR LANDSCAPE ARCHITECT, WHERE APPLICABLE.
7. IN ADDITION TO THE SLEEVES SHOWN ON THE PLAN, THE IRRIGATION CONTRACTOR SHALL BE RESPONSIBLE FOR THE INSTALLATION OF ADDITIONAL SLEEVES OF SUFFICIENT SIZE UNDER ALL PAVED AREAS PRIOR TO PAVING UPON APPROVAL OF THE OWNER’SREPRESENTATIVE, IF REQUIRED TO OPERATE SYSTEMS.
8. IRRIGATION CONTRACTOR SHALL FLUSH ALL LINES AND ADJUST ALL HEADS FOR MAXIMUM PERFORMANCE AND TO PREVENT OVER SPRAY ONTO WALKS, STREETS, AND BUILDINGS AS MUCH AS POSSIBLE. THIS SHALL INCLUDE SELECTING THE BEST NOZZLE RADIUS TO FITUNUSUAL SITE CONDITIONS FOR APPROVAL PURPOSES AT NO EXTRA CHARGE. CALL LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE FOR ANY COVERAGE TESTS.
9. QUALITY CONTROL OBSERVATION SEQUENCES ARE FOUND IN THE SPECIFICATIONS.
10. CLEAN-UP ON A DAILY BASIS PER OWNER’S REPRESENTATIVE’S APPROVAL.
Know what's below.
before you dig.Call
R
PUBLIC WORKS DEPARTMENT
CITY OF MOORPARK
DESCRIPTION OF REVISION APP'DR.C.E.DATE
1
2
3
4
5
6
METROLINK ENTRANCE IMPROVEMENTS
SOUTH PARKING LOT ENTRY
LANDSCAPE PLANS
MOORPARK, CA
07MOPARCLOO
NR
AK
NA
OI
PF
O RA
I
ICR
R
TED J U LY11983Richard Krumwiede
CA Lic. # 2834
AZ LIC. # 29115
NV LIC. # 446
10221-A Trademark Street
Rancho Cucamonga, CA 91730
(909) 484-2800
GD
JRC
ADG JOB # 1756
01
IRRIGATION PLAN
EA
L-1.1
3
2
VALVE CALLOUTCHART:
TYPE PLANT SIZE GPM HZ SF
1 DRIPLINE SHRUB 1" 3 1 500
2 DRIPLINE SHRUB 1" 3 1 500
3 DRIPLINE SHRUB 1" 6 2 600
REFER TO IRRIGATION LEGEND FOR CONTROL VALVE MANUFACTURER,
MODEL NUMBER, AND DESCRIPTION.
#
1
TYPICAL POTABLE WATER COMMERCIAL
EXISTING METER
EXISTING RAIN SENSOR
OFF-SITE CONTRACTOR TO VERIFY IF
IT WORKS WITH NEW WEATHERTRAK
EXSITING CONTROLLER
OFF-SITE TO BE REPLACED WITH A
NEW 24 STATION WEATHERTRAK
GATE VALVE
MAINLINE
NOTE:
EQUIPMENT AND SIZE PER
IRRIGATION PLAN AND LEGEND.
EXISTING BACK FLOW
PREVENTION
M
C R
POINT OF CONNECTION NOTE:
POC APPROXIMATELY 600' EAST AT NEW ACCESS ROAD ON SOUTH SIDE. MASTER VALVE AND FLOW
SENSOR LOCATED AT POC. CONNECT TO CONTROLLER ON NORTH SIDE AT ACCESS ROAD.
TIE INTO EXISTING POINT OF CONNECTION TO EXISTING DOMESTIC WATER METER PROVIDED BY
OTHERS DIRECTLY NORTH ON ADJACENT LOT. REFER TO EXISTING CITY UTILITY PLANS FOR ADDITIONAL
INFORMATION. EXTEND NEW MAINLINE TO CONNECT TO EXISTING MAINLINE. CITY TO VERIFY LOCATION
AND CONNECTION. CONTRACTOR TO COORDINATE WITH CITY FOR PROPER CONNECTION.
STATIC WATER PRESSURE:101.20 PSI
SYSTEM DESIGNED PRESSURE: 17.60 PSI
w/ PRESSURE REGULATOR SET TO: 35.00 PSI
MAXIMUM IRRIGATION DEMAND: 6 GPM
EXISTING
MAINLINE
PRESSURE
REGULATOR
SLEEVING NOTE:
INSTALL SLEEVES FOR MAINLINES AND LATERALS AT ALL HARDSCAPE
CROSSINGS PRIOR TO HARDSCAPE INSTALLATION AND PLACEMENT. PROVIDE
SEPARATE SLEEVES FOR CONTROL WIRES WHERE CROSSING PAVING. ALL
SLEEVES CROSSING VEHICULAR PAVING SHALL HAVE A MINIMUM OF 24" COVER.
MAINLINE AND P.O.C. NOTE:
CONTRACTOR TO CONNECT NEW MAINLINE TO EXISTING SYSTEM POC LOCATED
APPROXIMATELY 600' EAST-SOUTH SIDE OF ACCESS ROAD. CONTRACTOR TO
EXTEND CONTROLLER WIRES TO CONNECT TO NEW VALVES AND COORDINATE
WITH CITY FOR CONNECTION, FIELD VERIFY. REFER TO P.O.C. ENLARGEMENT
NOTE THIS SHEET.
VALVE NOTE:
ALL REMOTE CONTROL VALVES TO BE INSTALLED 6" AWAY FROM AND PARALLEL
TO HOUSE OR WALL, BEHIND RETURN WALL OR FENCE, AND IN REAR YARDS.
INSTALL ALL ANTI-SIPHON VALVES ON SCH. 80 PVC RISERS AS PER DETAILS.MV
EXISTING
MASTER VALVE
EXISTING
FLOW SENSOR
IRRIGATION CONTROLLER NOTE:
CONNECT IRRIGATION LINE TO EXISTING CONTROLLER LOCATION
APPROXIMATELY 400' EAST ON NORTH SIDE OF ACCESS ROAD. REPLACE
CONTROLLER AND CABINET W/ 24 STATION WEATHERTRAK CONTROLLER. SEE
IRRIGATION LEGEND THIS SHEET FOR SPEC.
FLUSH VALVE NOTE:
FLUSH VALVES TO BE INSTALLED AT FURTHEST AND LOWEST END OF EACH
RUN OF DRIPLINE. FLUSH VALVES TO BE LOCATED WITHIN EACH PLANTER
AREA OF DRIPLINE SYSTEM.
IRRIGATION NOTE:
IRRIGATION LATERALS, MAINLINES, AND EQUIPMENT ARE SHOWN
SCHEMATICALLY FOR VISUAL CLARITY ONLY. CONTRACTOR TO FIELD VERIFY
LOCATIONS AND PLACE PER LOCAL CODE.
EXISTING OFF-SITE EQUIPMENT NOTE:
CONTRACTOR TO PROTECT EXISTING EQUIPMENT IN PLACE DURING NEW INSTALLATION, AND REPLACE
ITEMS AS INDICATED ON THESE PLANS. CONTRACTOR TO ALSO VERIFY THAT EXISTING EQUIPMENT IS
STILL IN WORKING ORDER AND COMPATIBLE WITH NEW EQUIPMENT. CITY APPROVAL REQUIRED BEFORE
REPLACEMENT OF EXISTING EQUIPMENT.
242
PUBLIC WORKS DEPARTMENT
CITY OF MOORPARK
DESCRIPTION OF REVISION APP'DR.C.E.DATE
1
2
3
4
5
6
METROLINK ENTRANCE IMPROVEMENTS
SOUTH PARKING LOT ENTRY
LANDSCAPE PLANS
MOORPARK, CA
07MOPARCLOO
NR
AK
NA
OI
PF
O RA
I
ICR
R
TED J U LY11983Richard Krumwiede
CA Lic. # 2834
AZ LIC. # 29115
NV LIC. # 446
10221-A Trademark Street
Rancho Cucamonga, CA 91730
(909) 484-2800
GD
JRC
ADG JOB # 1756
02
IRRIGATION DETAILS L-1.2
EA
FLOW
TOP VIEW
LEGEND:
1. 12" ROUND PLASTIC VALVE BOX &
COVER MARKED "B.V."
2. FINISH GRADE.
3. BALL VALVE. SEE IRRIGATION LEGEND
FOR MODEL NO.
4. 3/4" GRAVEL BASE.
5. SCH. 80 PVC UNION.
6. SCH. 80 PVC MALE ADAPTORS (2).
7. SCHEDULE 80 PVC THREADED NIPPLE
(3 LOCATIONS).
SECTION VIEW6"MIN.18"MIN.1" IN LAWN AREAS
3" IN PLANT BEDS
1
BALL VALVEASCALE: 1 1/2" = 1'-0"
NOTES:
A. PLACE AGGREGATE PRIOR TO
INSTALLATION OF VALVE BOX.
7 5
4
2
3 6
LEGEND:
1. PVC INPUT LATERAL FROM VALVE, SIZE AS
NOTED ON IRRIGATION PLAN.
2. DRIPLINE PER IRRIGATION PLAN, EMITTERS
AND SPACING BETWEEN LINES AS PER
IRRIGATION LEGEND.
3. MANUAL 1/2" FLUSH VALVE, MODEL AS NOTED
ON IRRIGATION PLAN. INSTALL IN PLANTER
AREA AT LOW END FARTHEST FROM VALVE.
SEE FLUSH VALVE DETAIL FOR INSTALLATION.
4. PVC EXHAUST HEADER, SIZE AS REQUIRED
(3/4" MINIMUM). CONNECT TECHLINE TO PVC
WITH PVC TEES AND COMPRESSION
FITTINGS. GLUE ALL PVC-TO-PVC
CONNECTIONS.
5. PVC COMPRESSION FITTINGS FOR ALL
DRIPLINE-TO-DRIPLINE CONNECTIONS.
6. PLANTER AREA - SEE PLANS.
7. EDGE OF PLANTER AREA.
8. PVC FITTINGS, TYPE AND SIZE AS REQUIRED.
GLUE ALL PVC-TO-PVC CONNECTIONS. USE
COMPRESSION FITTINGS FOR ALL
PVC-TO-DRIPLINE CONNECTIONS.
9. TIE DOWN STAKE, SPACING AT 2' O.C. MAX.
10. FINISH GRADE.
NOTES:
A. INSTALL LINES AT 3" BELOW SURFACE FOR TURF AREAS, 3" IN SHRUB AREAS.
B. PVC FITTINGS, TYPE AND SIZE AS REQUIRED.
C. GLUE ALL PVC-TO-PVC CONNECTIONS.
D. USE COMPRESSION FITTINGS FOR ALL PVC-TO-DRIPLINE CONNECTIONS.
E. USE UVR PVC MATERIAL FOR ALL ON GRADE MATERIAL.
F. INSTALL IN-LINE CHECK VALVES FOR ALL CONDITIONS WHERE SYSTEM ELEV.
EXCEED 4 1/2'. NO LOW HEAD DRAINAGE ALLOWED.
SECTION
PLAN
DRIPLINE BELOW GRADEESCALE: N.T.S.
2 9 10
1
5
7
6
4
8
3
12"3" TO 6"(TYP.)2
TURF
3"8
6"AUTOMATIC FLUSH VALVEGSCALE: 1'-0" = 1'-0" 6"LEGEND:
1. 3/4" DIA. DRIP TUBE PER IRRIGATION PLAN.
2. AUTOMATIC FLUSH VALVE PER IRRIGATION PLAN.
3. 9" DIA. PLASTIC VALVE BOX WITH PURPLE LID.
4. 6" LAYER OF AGGREGATE.
5. COMPACTED SUBGRADE.
6. FINISH GRADE.
6
3
5
2
4
5
1
3
PRESSURE REGULATORCSCALE: 1 1/2" = 1'-0"
LEGEND:
1. ROUND CONCRETE VALVE BOX & GREEN LOCKING COVER MARKED "PRESSURE REGULATOR".
2. FINISH GRADE.
3. PRESSURE REGULATOR. SEE IRRIGATION LEGEND FOR MODEL.
4. 2" COPPER PIPE, TYPE K.
5. 3/4" GRAVEL BASE.
6. 2" BRASS MALE ADAPTER.
FLOW
6" MIN.1"18" MIN.1" IN LAWN AREAS
3" IN PLANT BEDS
1 2
4 4
5
6 6
LEGEND:
1. PLASTIC VALVE BOX W/ GREEN
LOCKING COVER, ETCHED "QC"
(CARSON OR EQUAL).
2. FINISH GRADE.
3. QUICK COUPLING VALVE W/
LOCKING RUBBER CAP PER
IRRIGATION LEGEND.
4. STAINLESS STEEL SCREW
CLAMP, MIN. (3) PLACES.
5. 3/4" WASHED CRUSHED
AGGREGATE BASE.
6. SPEARS SCH. 80
PRE-MANUFACTURED SWING
JOINT RISER ASSEMBLY.
7. PRESSURE SUPPLY LINE
FITTING.
8. PRESSURE SUPPLY LINE.
9. #4 REBAR STAKE (24" LONG).
10. STRUCTURE, OR ADJACENT
PAVING.
QUICK COUPLERFSCALE: 1" = 1'-0"
NOTES:
A. PLACE AGGREGATE PRIOR TO
INSTALLATION OF VALVE BOX.6" MIN.18" MIN.AT GRADE IN TURF3" IN SHRUB BED6" MIN.
18" MAX.2"2
3 1 10
4
9
5
6
8 6
6
7
LEGEND:
1. MULCH BED.
2. FINISH GRADE.
3. PVC LATERAL LINE, SIZE PER PLAN.
4. AUTOMATIC CONTROL VALVE PER IRRIGATION PLAN.
5. PRESSURE REGULATING, QUICK CHECK BASKET
FILTER.
6. WATERPROOF WIRE CONNECTORS PER IRRIGATION
SPECIFICATIONS.
7. PILOT WIRE.
8. APPROVED YELLOW PLASTIC CHRISTY VALVE I.D. TAG.
9. 3/4" CRUSHED GRAVEL, 3 CU. FT. MINIMUM.
10. BRICK SUPPORT, (4) REQUIRED.
11. RECTANGULAR VALVE BOX w/ BOLT DOWN COVER PER
SPECIFICATIONS.
12. PVC UNION FOR SERVICING ASSEMBLY.
13. BALL VALVE.
14. CONTROL WIRE EXPANSION LOOP.
15. PRESSURE MAINLINE.
16. PVC SCH. 80 TEE.
17. PVC SCH. 80 ELBOW.
18. PVC SCH. 80 NIPPLE.
REMOTE CONTROL DRIP VALVEDSCALE: 1" = 1'-0"
NOTES:
A. INSTALL VALVES MIN. OF 2' APART, AND A MIN. OF 2' FROM
STRUCTURES AND HARDSCAPE IN SHRUB AREAS.
B. PLACE 3/4" CRUSHED GRAVEL PRIOR TO INSTALLATION
OF VALVE BOX.
C. PLACE VALVE BOX AT RIGHT ANGLE TO ADJACENT
HARDSCAPE OR STRUCTURE.
D. PROVIDE PLASTIC VALVE CHRISTY I.D. TAGS PER
SPECIFICATIONS.
E. HEAT BRAND BOX 'DRIP RCV'.
F. USE NON-HARDENING TEFLON PIPE SEALANT ON ALL
THREADED CONNECTIONS.
1
3
5
12
112
18
17
18
6 4
15 16 7
14
13 8 9 10 2" CLRTRENCHING SECTION
LEGEND:
1. NON-PRESSURE LATERAL LINE.
2. PRESSURE SUPPLY LINE.
3. CONTROL WIRES.
4. CLEAN BACKFILL - 90% COMPACTION REQUIRED.
5. 6" MIN. SAND BEDDING AND SHADDING.
6. 2" MIN. OF CLEAN EARTH.
7. NON-PRESSURE LATERAL LINE SLEEVE - SIZE TWICE
DIAMETER OF NON-PRESSURE LATERAL LINE.
8. PRESSURE SUPPLY LINE SLEEVE - SIZE TWICE
DIAMETER OF PRESSURE SUPPLY LINE.
9. CONTROL WIRE SLEEVE - SIZE PER PLAN, INSTALL
ADJACENT TO PRESSURE SUPPLY LINE.
10. FINISH GRADE.
11. HARDSCAPE PER CONSTRUCTION PLANS.
9
TRENCHING & SLEEVINGBSCALE: 1/4" = 1'-0"
TRENCHING NOTES:
A. BELOW PAVED AREAS A MINIMUM OF 6"
LAYER OF CLEAN EARTH SHALL BE
INSTALLED ABOVE AND BELOW PIPING.
B. PROVIDE MINIMUM COVER OF 24" ON
PRESSURE SUPPLY LINES 3" AND LARGER.
C. WHEN USING RECLAIMED WATER,
MAINTAIN MINIMUM OF 10' HORIZONTAL
SEPARATION BETWEEN POTABLE AND
RECLAIMED PRESSURE LINES WHERE
LINES CROSS, PROVIDE PVC SLEEVE FOR
POTABLE LINE MINIMUM 5' EACH SIDE OF
RECLAIMED WATER LINE.
D. BUNDLE WIRES WITH TAPE EVERY 10'.
SLEEVING SECTION
6"
TYP 2"3"2'-0"MIN.SLEEVING NOTES:
A. ALL SLEEVES TO BE SCH. 40 PVC.
B. EXTEND ALL SLEEVES 12" BEYOND EDGE
OF HARDSCAPING AT BOTH ENDS.
C. ROUTE SLEEVING ALONG HANDICAP RAMP.
D. PIPING UNDER PAVEMENT SUSCEPTIBLE
TO TRAFFIC LOADS REFER TO CITY STD.
24" MIN. TO 36" MAX. DEPTH TO TOP OF
PIPE BELOW STRUCTURAL SECTION.
4
11
5
7
8
AS
REQUIRED
106"
TYP
1'-0"MIN.18"MIN.2
6
1
3
4
LEGEND:
1. STAINLESS STEEL 16" TOP ENTRY
CONTROLLER ASSEMBLY NEMA 3R
RAINPROOF ENCLOSURE (UL LISTED).
2. CONTROLLER PER LEGEND.
3. POWER SWITCH / GFI RECEPTACLE.
4. MASTER VALVE RELAY ASSEMBLY OR
PUMP START RELAY ASSEMBLY
(OPTIONAL).
5. TERMINAL BOARD.
6. REMOTE ACCESS CONNECTOR (OPT).
7. 1" PVC CONDUIT FOR 120 VAC FROM
METERED POWER SUPPLY.
8. PVC CONDUIT FOR CONTROL WIRES,
SIZE AS REQUIRED.
9. 1" PVC CONDUIT FOR FLOW SENSOR
CABLE. PAIGE CABLE P-7162-D (IF
APPLICABLE).
10. CONTROLLER MOUNTING PAD
ALUMINUM POWDERCOATED 20"x30"
PREFORMED PAD.
11. MOUNTING PAD BASE.
12. MOUNTING PAD MOUNTING BRACE.
13. FINISH GRADE 2" BELOW TOP OF
MOUNTING PAD.
14. FILL VOID W/ 3/8" PEA GRAVEL.
15. 90% COMPACT SUBGRADE.
TOP ENTRY CONTROLLERHSCALE: 3/4" = 1'-0"
NOTES:
A. ALL GROUNDING REQUIREMENTS
FOR CONTROLLER ASSEMBLIES
SHALL CONFORM TO LOCAL
ELECTRICAL CODES.
3
4
8
7
14
1212
5
66
9
10
11
16"38"2"2
1
13
15
243
IRRIGATION SHALL BE MAINTAINED TO ENSURE WATER EFFICIENCY
WEEKLY ITEMS:
MONTHLY ITEMS:
ALL REPLACEMENT PARTS AND EQUIPMENT AS NEEDED SHALL MATCH ORIGINAL EQUIPMENT
OR AN APPROVED EQUAL (CITY LANDSCAPE ARCHITECT APPROVAL)
QUARTERLY ITEMS:
A
BCD
ADG JOB # 1756
METROLINK ENTRANCE IMPROVEMENTS
GD
SOUTH PARKING LOT ENTRY
CITY OF MOORPARK
EA
JRC
PUBLIC WORKS DEPARTMENT
244
STOPSTOP
EXISTING
GARAGELOT 5
EXISTING
SINGLE STORY
RESIDENCE
LOT 5
EXISTING
SINGLE STORY
RESIDENCE
EXISTING
GARAGE
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
CP
LS
PLANTING LEGEND:
SYMBOL BOTANICAL NAME COMMON NAME SIZE SPACING WATER QTY
USE
SHRUBS:
Muhlenbergia capillaris Pink Muhly 1 Gal. 36" O.C. L 12
Ligustrum japonicum Japanese Privet 5 Gal. 60" O.C. M 53
GROUNDCOVER:
Carex pansa Sand Dune Sedge Plugs 12" O.C. M 426 S.F.
492 E.A.
PLAN CROSS REFERENCES:
FOR NOTES AND LEGENDS, SEE THIS SHEET
FOR DETAILS, SEE SHEET L-2.2
FOR SPECIFICATIONS, SEE SHEET L-3.2
FOR CORRESPONDING IRRIGATION PLAN SEE THIS SHEET L-1.1
PLANTING NOTES:
1. SHRUB LAYOUT AS SHOWN ON PLAN INDICATES "SHRUB MASSES." QUANTITIES ARE AS SHOWN ON PLAN, ON-CENTER SPACING AS SHOWN ON LEGEND. CONTRACTOR TO VERIFY QUANTITIES BASED ON SPACING AND ADD ADDITIONAL PLANT MATERIAL (AT NO ADDITIONAL COST TO THE OWNER)REQUIRED TO MAINTAIN DESIGN INTENT DUE TO EXISTING SITE CONDITIONS NOT ANTICIPATED DURING DESIGN. LAYOUT/SPACING WILL EITHER BE TRIANGULAR OR LINEAR AS SHOWN ON PLAN OR LEGEND. LANDSCAPE ARCHITECT TO APPROVE FINAL LAYOUT IN FIELD PRIOR TO INSTALLATION.
2. CONTRACTORS SHALL NOTIFY THE LANDSCAPE ARCHITECT OF SITE CONDITIONS WHICH PREVENT INSTALLATION PER PLANS AND SPECIFICATIONS.
3. CONTRACTOR SHALL BE LIABLE FOR REMOVING AND RE-INSTALLING IRRIGATION EQUIPMENT, AND REPLANTING AREAS WHICH ARE NOT INSTALLED PER PLAN AND SPECIFICATIONS.
4. REFER TO PLANTING SPECIFICATIONS FOR INSPECTION/CERTIFICATION SCHEDULE.
5. IRRIGATION SYSTEM SHALL BE INSTALLED AND OPERATIONAL PRIOR TO INSTALLATION OF PLANT MATERIALS.
6. TREES AND SHRUBS SHALL BE PLANTED AFTER CONCRETE PLACEMENT, BUT NOT BEFORE IRRIGATION COVERAGE TEST NO. 1 HAS BEEN APPROVED. (SEE SPECIFICATIONS).
7. PLACE TREES BETWEEN IRRIGATION HEADS WHEREVER POSSIBLE.
8. LANDSCAPE CONTRACTOR SHALL TAKE FOUR (4) SOIL SAMPLES FROM THE SITE AT LOCATIONS APPROVED BY THE LANDSCAPE ARCHITECT. THE SAMPLES SHALL BE TAKEN AT A DEPTH OF 12' AFTER ROUGH GRADING AND SUBMITTED TO AN APPROVED SOIL AND PLANT LABORATORY FORAGRICULTURAL SUITABILITY TESTING. THE COST OF TESTING SHALL BE INCLUDED IN THE CONTRACTOR'S BID. CONTRACTOR SHALL AMEND THE SOIL PER THE SOIL TEST RECOMMENDATIONS.
9. THE RECOMMENDATIONS OF THE SOIL REPORT SHALL SUPERSEDE THE SOIL PREPARATION AND BACKFILL MIX SPECIFICATIONS (SEE SPECIFICATIONS). THE CONTRACTOR SHALL SUBMIT A COPY OF ALL SOILS REPORTS TO THE LANDSCAPE ARCHITECT PRIOR TO MODIFICATION OF THESESPECIFICATIONS.
10. SHREDDED MULCH INSTALLATION: INSTALL SHREDDED MULCH IN ALL SHRUB AND GROUNDCOVER AREAS PER SPECIFICATIONS UNLESS OTHERWISE INDICATED ON PLANS.
11. CONTRACTOR IS RESPONSIBLE FOR ALL REPAIRS AND/OR REPLACEMENT OF ANY DAMAGED LANDSCAPE AREAS BEYOND THE LIMIT OF WORK, INCLUDING REPAIRING ANY IRRIGATION LINES/SPRINKLER HEADS, THAT IS A DIRECT RESULT OF THE LANDSCAPE CONSTRUCTION AND/OR THEIRSUB-CONTRACTOR. REPLACEMENT ITEMS SHALL BE EXACT DUPLICATION OF ORIGINAL WORK OR PLANTS, UNLESS OTHERWISE APPROVED BY THE LANDSCAPE ARCHITECT.
12. WHEREVER GROUNDCOVER AREAS ARE ADJACENT TO TURF INSTALL CONCRETE MOW STRIP OR HEADER BOARD AS INDICATED ON DRAWINGS.
13. CLEAN-UP SHALL TAKE PLACE ON A DAILY BASIS UNLESS OTHERWISE APPROVED BY THE OWNER'S REPRESENTATIVE.
14. IT IS THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN ALL GRADES AND FLOW LINES AS SHOWN ON THE GRADING PLAN. WHERE SOD IS TO BE INSTALLED ON A SWALE,THE FINISH GRADE MUST BE ADJUSTED SO THE SOD DOES NOT RESTRICT THE FLOW.
TREES
CALL-OUT
SYMBOL
SIZE
(gal./box)
SHRUBS
CALL-OUT
SYMBOL
QUANTITY
YZ
#T-#
# #
SYMBOL LEGEND:
0
SCALE: 1" = 10'
5' 10'20'40'NORTH04
PLANTING PLAN
EA
Know what's below.
before you dig.Call
R
PUBLIC WORKS DEPARTMENT
CITY OF MOORPARK
DESCRIPTION OF REVISION APP'DR.C.E.DATE
1
2
3
4
5
6
METROLINK ENTRANCE IMPROVEMENTS
SOUTH PARKING LOT ENTRY
LANDSCAPE PLANS
MOORPARK, CA
07MOPARCLOO
NR
AK
NA
OI
PF
O RA
I
ICR
R
TED J U LY11983Richard Krumwiede
CA Lic. # 2834
AZ LIC. # 29115
NV LIC. # 446
10221-A Trademark Street
Rancho Cucamonga, CA 91730
(909) 484-2800
GD
JRC
ADG JOB # 1756
L-2.1
119 sfCP
178 sfCP
129 sfCP
PHOTO SUBMITTAL NOTE:
ALL PLANT MATERIAL, INCLUDING TREES, SHRUBS, AND VINES, SHALL BE INSPECTED AND APPROVED BY LANDSCAPE ARCHITECT, VIA PHOTO SUBMITTALS, PRIOR TO
DELIVERY TO SITE. PHOTO SUBMITTALS SHALL INCLUDE NURSERY SUPPLIER AND DATE OF PHOTOS. ANY MATERIAL DELIVERED TO SITE WITHOUT APPROVAL IS SUBJECT
TO REJECTION. PHOTO SUBMITTALS SHALL BE SENT TO LANDSCAPE ARCHITECT A MINIMUM OF 48 HOURS PRIOR TO SHIPMENT OF MATERIAL. SUBMITTALS SHOULD
INCLUDE SOME TYPE OF SCALE REFERENCE IN PHOTO (I.E. PERSON, MEASURING TAPE, ETC.). TREES SHALL BE NOTED WITH HEIGHT (FROM FINISH GRADE IN CONTAINER)
AND CANOPY HEAD SIZE. LANDSCAPE ARCHITECT SHALL BE NOTIFIED OF SCHEDULED NURSERY DELIVERY TIMES A MINIMUM OF 24 HOURS PRIOR TO SHIPMENT. REFER TO
PLANTING SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS REGARDING QUALITY OF NURSERY STOCK.
MULCH NOTE:
CONTRACTOR SHALL INSTALL A 3" LAYER OF CHIPPED MULCH IN ALL SHRUB AREAS (1 1/2 " IN ALL GROUNDCOVER AREAS). MULCH SHALL BE 'FOREST FLOOR OR EQUAL'
AVAILABLE AT PEACH HILL SOILS, MOORPARK, CA, CONTACT: (805) 529-6164. SUBMIT SAMPLE OF ANY ALTERNATIVE MATERIAL PRIOR TO PURCHASE AND/OR PLACEMENT
FOR OWNER'S REPRESENTATIVE'S APPROVAL.
PLANT SPACING NOTE:
SHRUB LAYOUT AS SHOWN ON PLAN INDICATES "SHRUB MASSES." QUANTITIES ARE AS SHOWN ON PLAN, ON-CENTER SPACING AS SHOWN ON LEGEND. CONTRACTOR TO
VERIFY QUANTITIES BASED ON SPACING AND ADD ADDITIONAL PLANT MATERIAL, AT NO ADDITIONAL COST TO THE OWNER, AS REQUIRED TO MAINTAIN DESIGN INTENT DUE
TO EXISTING SITE CONDITIONS NOT ANTICIPATED DURING DESIGN. LAYOUT/SPACING WILL EITHER BE TRIANGULAR OR LINEAR AS INDICATED ON PLAN OR LEGEND.
LANDSCAPE ARCHITECT IS TO APPROVE FINAL LAYOUT IN FIELD PRIOR TO INSTALLATION.
SOILS AND SOIL TEST NOTE:
LANDSCAPE CONTRACTOR SHALL TAKE (4) SOIL SAMPLES FROM THE SITE AT LOCATIONS
APPROVED BY THE LANDSCAPE ARCHITECT. THE SAMPLES SHALL BE TAKEN AT A DEPTH
OF 12" AFTER ROUGH GRADING AND SUBMITTED TO AN APPROVED SOIL AND PLANT
LABORATORY FOR AGRICULTURAL SUITABILITY TESTING. THE COST OF TESTING SHALL
BE INCLUDED IN THE CONTRACTORS BID.
THE CONTRACTOR SHALL AMEND THE SOIL PER THE SOIL TEST RECOMMENDATION
245
PUBLIC WORKS DEPARTMENT
CITY OF MOORPARK
DESCRIPTION OF REVISION APP'DR.C.E.DATE
1
2
3
4
5
6
METROLINK ENTRANCE IMPROVEMENTS
SOUTH PARKING LOT ENTRY
LANDSCAPE PLANS
MOORPARK, CA
07MOPARCLOO
NR
AK
NA
OI
PF
O RA
I
ICR
R
TED J U LY11983Richard Krumwiede
CA Lic. # 2834
AZ LIC. # 29115
NV LIC. # 446
10221-A Trademark Street
Rancho Cucamonga, CA 91730
(909) 484-2800
GD
JRC
ADG JOB # 1756
05
PLANTING DETAILS L-2.2
LEGEND:
1. ROOTBALL.
2. UNDISTURBED NATIVE SUBGRADE.
3. BACKFILL MIX PER PLANTING SPECIFICATIONS.
4. FERTILIZER TABLETS PER SPECIFICATIONS.
5. PLANT PIT TWICE ROOTBALL WIDTH AND 6" BELOW
BOTTOM OF ROOTBALL.
6. 3" BERM TO FORM WATERING BASIN.
NOTES:
A. UNTANGLE MATTED ROOTS BY LOOSENING ALL
ROOTS AT EDGE OF ROOTBALL WITH WATER
FROM HOSE. DO NOT CRACK ROOTBALL.
B. PLACE FERTILIZER TABS IN PLANT CONTAINER
PRIOR TO PLANTING FOR OBSERVATION
PURPOSES.
6
1
3
4
5
2
SHRUB PLANTINGASCALE: 1'-0" = 1'-0"
LEGEND:
1. BACK OF CURB OR EDGE OF PAVING.
2. PLANT LOCATION.
LEGEND:
A. ALL SHRUBS/GROUNDCOVER SHALL BE
PLANTED AT EQUAL
SPACING(TRIANGULAR) UNLESS
OTHERWISE INDICATED IN PLANS. SEE
PLANTING LEGEND FOR SPACING
REQUIREMENTS.EQUALEQUALEQUALEQUAL
21
SHRUB/GROUNDCOVER SPACINGBSCALE: 1'-0" = 1'-0"
LEGEND:
1. HARDSCAPE / HEADER BOARD.
2. SHREDDED MULCH (MEDIUM GRIND). NO WOOD CHIPS.
KEEP MULCH 3" CLEAR OF PLANT STEM, 6" FROM TREE
TRUNK.
3. FINISH GRADE.
4. SHOVEL CUT DEEPENED EDGE ADJACENT TO PAVING.
5. MULCH DEPTH TO BE 3" AT SHRUB AREAS AND 1" AT
GROUNDCOVER AREAS.
NOTES:
A. MULCH UNDER TREES AND
SHRUBS, AND BLEND INTO EDGES
AT GROUNDCOVER AREAS.
1 2
4 3
5
1'-0"
MULCHCSCALE: 1 1/2" = 1'-0"
EA
MAINTENANCE SCHEDULEDSCALE: NONE USED
WEEKLY ITEMS:
1. MOW GRASS TO HEIGHT OF 1".
2. REMOVE LEAF LITTER AND DEBRIS FROM BEDS.
MONTHLY ITEMS:
1. PRUNE GROWTH OF SHRUBS & GROUND COVERS AS NECESSARY TO KEEP NEAT AND
COMPACT, ELIMINATE IRRIGATION APPLICATION INTERFERENCE. EDGE GROUNDCOVER
PLANTS TO KEEP WITHIN PLANT ZONES. SEE ANNUAL ITEMS FOR GRASS-LIKE PLANTS.
2. REPLACE ANY SHRUB OR GROUND COVER THAT HAS DIED OR FAILS TO THRIVE w/
IDENTICAL PLANT MATERIALS OR THOSE WITH SIMILAR WATER REQUIREMENTS.
3. FERTILIZE ALL LAWN AND GROUND COVER AREAS w/ ORGANIC FERTILIZER, REFER TO
SOILS REPORT TO APPLICATION TYPE AND RATE.
4. REPLENISH MULCH BEDS AS NEEDED w/ SPECIFIED MULCH TO MAINTAIN ORIGINAL
THICKNESS OF 3".
5. REMOVE ALL WEEDS, LITTER, DEBRIS FROM SHRUB, MULCH AND GROUND COVER AREAS.
6. INSPECT AND TREAT PLANT MATERIAL FOR DISEASE AND/OR PEST PROBLEMS.
QUARTERLY ITEMS:
1. CHECK TREE GROWTH. PRUNE TREES TO THIN STRUCTURE, SHAPE, REMOVE SUCKERS
AND ANY DEAD OR BROKEN BRANCHES.
2. AERATE AND DE-THATCH TURF AREAS.
DO NOT HEDGE PLANTS UNLESS SPECIFIED BY DEVELOPER.
246
PUBLIC WORKS DEPARTMENT
CITY OF MOORPARK
DESCRIPTION OF REVISION APP'DR.C.E.DATE
1
2
3
4
5
6
METROLINK ENTRANCE IMPROVEMENTS
SOUTH PARKING LOT ENTRY
LANDSCAPE PLANS
MOORPARK, CA
07MOPARCLOO
NR
AK
NA
OI
PF
O RA
I
ICR
R
TED J U LY11983Richard Krumwiede
CA Lic. # 2834
AZ LIC. # 29115
NV LIC. # 446
10221-A Trademark Street
Rancho Cucamonga, CA 91730
(909) 484-2800
GD
JRC
ADG JOB # 1756
06
IRRIGATION SPECIFICATIONS L-3.1
LANDSCAPE IRRIGATION SYSTEM
PART 1 – GENERAL
Refer to standard contract document for non-technical contractual requirements and conditions.
1.01 SCOPE OF WORK
Furnish labor, materials, equipment, appliances and services necessary for the execution and completion of “Landscape Irrigation” as indicated on the drawings and/or herein specified.
PART 2 - MATERIALS
Materials shall be on first quality and of domestic manufacture unless otherwise noted.
2.01 SUBMISSION FOR APPROVAL
Furnish the articles, equipment, materials, or processes specified by name on the drawings and in specifications. No substitutions will be allowed without prior written approval of the Owner’s
Representative.
A. A complete material list shall be submitted to the Owner’s Representative prior to performing any work. Catalog data and full descriptive literature must be submitted whenever the use of
items different than those specified is requested. Notarized certificates must be submitted by plastic pipe and fitting manufacturer indicating that material complies with specifications,
unless material has been previously approved.
B. The material list shall be submitted using the following layout (double space between each item):
Item No. / Description Manufacturer Model #
1. Pressure Supply Lines Lasco Schedule 40
2. Lawn Head Buckner #404
3. Etc.
C. Equipment or materials installed or furnished without the prior approval of the Owner’s Representative may be rejected and such material removed from the site at no expense to the
Owner.
D. Approval of any items, alternates, or substitutes indicates only that product(s) apparently meet the requirements of the drawings and specifications on the basis of the information or
samples submitted.
E. Manufacturer’s warranties shall not relieve liability under the guarantee. Such warranties shall only supplement the guarantee. The Owner’s Representative may, at his option, require a
manufacturer’s warranty on any product offered for use.
2.02 GENERAL PIPING
A. Pressure supply line from point of connection through backflow prevention unit shall be per local code. Pressure supply lines downstream of backflow prevention unit shall be per the
legend.
B. Non-pressure lines shall be Class 200 PVC pipe
2.03 PLASTIC PIPE AND FITTINGS
A. All pipe shall be extruded of an improved PVC virgin pipe compound featuring high tensile strength, high chemical resistance and high impact strength. In terms of the current ASTM
Standard D-1769 or D-2241, this compound shall meet the requirements of cell classification 12454B for pipe and 13454B for fittings. This compound must have a 2,000 psi hydrostatic
design stress rating.
B. All pipe must bear the following markings: Manufacturer’s name, nominal pipe size, schedule or class, pressure rating in P.S.I. and NSF (National Sanitation Foundation). The
manufacturer shall also mark the date of extrusion of the pipe.
C. Solvent cement joints for plastic pipe and fittings shall be made as prescribed by the manufacturer. The high chemical resistance of the pipe and fitting compounds specified in the
foregoing sections makes it mandatory that an aggressive primer, which is a true solvent of PVC, be used in conjunction with solvent cement designed for the fit of the pipe and the fittings
of each size range specified.
D. Each pipe installer expected to make solvent points shall receive instructions in the proper assembly of such joints from the representative of pipe, cement, or fitting manufacture before
starting the job, unless he has been previously instructed on recommended solvent cementing procedures by a competent representative of the manufacturer.
E. All fittings shall be standard weight schedule 40. At the purchaser’s discretion, contract preference may be given those suppliers able to furnish all types of fittings required under this
contract from a single manufacturer, in order that responsibility will not be divided in warranty claim situations.
F. All fittings shall be injected molded of an improved PVC fittings compound featuring high tensile strength, high chemical resistance, and high impact strength. In terms of the current ASTM
Standard D-1784-69, the compound must meet the requirements described in cell classification 12454B. Where threads are required in plastic fittings, these shall be injection molded also.
All tees and ells shall be side gated.
G. Apply primer and solvent on all pipe sizes and fittings. Primer solvent on both female and male ends.
H. All threaded nipples shall be standard weight Schedule 80, with molded threads.
I. All fittings shall bear the company’s name and trademark, material designation, size applicable I.P.S. schedule, and NSF deal of approval.
2.04 PVC CONDUIT/SLEEVING
Pipe that is used for control wire sleeving shall be PVC conduit Schedule 40: Type 1220. All wires under paving shall be installed in PVC conduit, or sleeves as indicated in details and legend.
2.05 RING-TITE PVC PIPE
A. All pipe indicated on the working drawings, shall be Class 160 PSI Johns-Manville PVC pipe with ring-tite joints.
B. All ring-tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction.
C. Thrust blocks shall be provided as required for proper anchorage and durability of the ring-tite pipe. (Refer to Details)
2.06 BRASS PIPE AND FITTINGS (if required)
A. Brass pipe shall be 80% red brass. American National Standard Institute (ANSI), Schedule 40 screwed pipe. Fittings shall be medium brass, screwed 125 pound class.
2.07 BACKFLOW PREVENTION UNIT:
See plan for type, manufacturer and size.
2.08 QUICK COUPLING VALVES
A. The body of the valve shall be red brass with a wall thickness guaranteed to withstand normal working pressure of 150 PSI without leakage. Valve shall have a 3/4-inch female threaded
opening at base.
B. Hinge cover shall be red brass with a rubber-like vinyl cover bonded to it in such a manner that it becomes a permanent-type cover, yellow in color. Hinge shall be locking type.
C. Quick couplers shall be installed as indicated on Plan and Details.
2.09 AUTOMATIC CONTROL VALVES, ELECTRICAL
A. Valve shall be per legend.
B. Valve shall be capable of being operated in the field without electricity at the controller, by a bleeding valve.
C. Valve shall be completely serviceable in the field without removing valve body from the line.
D. Valve shall be installed in a shrub area whenever possible and installed according to construction detail.
2.10 GATE VALVES
Approved gate valves shall be Nibco T-113 or Hammond 606-32 with bronze turning handles. Size and location shall be as indicated on Plan.
2.11 VALVE BOXES
All remote control valves, gate valves, and pressure relief valves shall be installed in suitable valve boxes as shown in details, complete with locking covers. All shall be ‘Christie’ or an approved
equal. Install tags.
2.12 AUTOMATIC CONTROLLER
A. The Automatic Sprinkler Controller shall be as noted in the legend.
B. All wiring to and from the controller shall be through color-coded plugs and sockets. The controller shall be locking, weather-proof type, constructed of heavy gauge steel with corrosion
resistant enamel finish inside and out.
2.13 ELECTRICAL, HIGH VOLTAGE
A. Power to and connection to the automatic controller shall be provided by the Owner.
B. All electrical equipment outside of buildings shall be Nema 3 type, waterproof for such installation.
C. All high voltage work shall be installed under this section. Refer to Wiring, Low Voltage for additional information.
2.14 WIRING, LOW VOLTAGE
A. Connections between the controller and remote control valves shall be made with direct burial A WG-UF type wire, installed in accordance with valve manufacturer’s specifications. Wire
color: black or color coded for control, white for ground.
B. Sizing of wire shall be according to manufacturer recommendations, in no case less than #14 in size.
2.15 SMALL SHRUBBERY SPRINKLER HEADS
See irrigation plan legend for manufacturer and model numbers.
PART 3 – EXECUTION
3.01 GENERAL
A. Materials shall be of first quality and of domestic manufacturer unless otherwise noted.
B. Coordinate the installation of all sprinkler materials, including pipe, with the landscape drawings, to avoid interfering with the trees, shrubs, or other planting.
C. For purposed of legibility, sprinkler lines are essentially diagrammatic. Although size and location of sprinkler equipment are drawn to scale whenever possible, make use of all data in all
of the contract documents and verify this information at construction site.
D. All work called for on the drawings by notes shall be furnished and installed whether or not specifically mentioned in the specifications.
E. Do not willfully install the sprinkler system as indicated on the drawings when it is obvious in the field that unknown obstructions or grade differences exist, that might not have been
considered in the engineering or if discrepancies in construction details, legend, or specific notes are discovered. All such obstructions or discrepancies should be brought to the attention
of the Owner’s Representative. In the event this is not done, the Contractor must assume full responsibility for revisions necessary. Before any work commences, confer with the Owner’s
Representative regarding general details of work of this contract.
3.02 OBSERVATION SCHEDULE
A. Contractor will be responsible for notifying the Landscape Architect and Owner’s Representative in advance for the following observations according to the time indicated:
1. Pre-job Conference – 7 days
2. Pressure supply line installation and testing – 36 hours
3. System layout – 36 hours
4. Coverage tests – 36 hours
5. Final Inspection – 48 hours
B. When observations have been conducted by other than the regular Owner’s Representative, show evidence of when and by whom these observations were made.
C. No observations will commence without as-built drawings.
3.03 WATER SUPPLY
Connections to the existing points of connection shall be at the approximate locations shown on the drawings. Minor changes caused by actual site conditions shall be made without additional cost to
the Owner.
3.04 LAYOUT
Layout sprinkler heads and make any minor adjustments required due to differences between site and drawings. Any such deviations in layout shall be within the intent of the original drawings, and
without additional cost to the Owner. Layout shall be approved by the Owner’s Representative before installation.
3.05 GRADES
Before starting work on the sprinkler system, carefully check all grades to determine that work may safely proceed, keeping within the specified material depth.
3.06 ASSEMBLIES
A. Install the backflow assembly at the height required by local codes.
B. Routing of pressure supply lines as indicated on drawings is diagrammatic. Install lines (and various assemblies) to conform with details on plans.
C. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. When called for, the pressure relief valve shall be the last assembly.
3.07 LINE CLEARANCE
All lines shall have a minimum clearance of 4 inches from each other, and 6 inches from lines of other trades. Parallel lines shall not be installed directly over one another.
3.08 TRENCHING
A. Dig trenched and support pipe continuously on bottom of ditch. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as noted. Where lines occur
under paved area, these dimensions shall be considered below subgrade.
B. Provide minimum cover of 18 inches on all pressure supply lines.
C. Provide minimum cover of 18 inches for all control wires. Provide minimum cover of 12 inches for non-pressure lines.
D. Provide minimum cover of 24 inches for all lines under paving.
3.09 BACKFILLING
A. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger that 1/2-inch in size. Backfill material shall be approved soil.
B. Backfill material shall be tamped in 4-inch layers, under the pipe and uniformly on both sides for the full width of the trench and the full length of the pipe. Materials shall be sufficiently
damp to permit thorough compaction under and on each side of pipe, to provide support free of voids. Backfill for trenching shall be compacted to dry density equal to the adjacent
undisturbed soil, and shall conform to adjacent grades without dips, sunken areas, humps, or other irregularities. Under no circumstances shall truck wheels be used for compacting soil.
C. Provide sand backfill a minimum of 6 inches over and under all piping under paved areas.
3.10 PVC PIPE
A. PVC pipe shall be snaked in a manner which will provide for expansion and contraction as recommended by the pipe manufacturer.
B. All plastic to metal joints shall be made with plastic male adaptors, unless otherwise shown in details.
C. The joints shall be allowed to set at least twenty-four (24) hours before pressure is applied to the PVC pipe system.
D. Main lines shall be tested in place before backfilling for a period of not less than four (4) hours and shall show no leakage or loss of pressure. During the test period, minimum test
pressure, at the highest point of the section being tested, shall be 150 pounds per square inch. Center filling of pipe lengths is allowed.
E. After all new sprinkler piping and risers are in place and connected, all necessary work has been completed and prior to the installation of sprinkler heads, control valves shall opened and
a full head of water used to flush out the system for a minimum of five (5) minutes.
F. At the conclusion of a system flushing, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. Contractor shall
verify head pressures with pitot tube and adjust valve to correspond with design pressure.
3.11 INSTALLATION OF RING-TITE PVC PIPE
A. Except as may be noted in other parts of the Specifications or on the drawings, installation of Ring-Tite pipe and connecting fittings shall be outlined in manual as furnished by pipe
manufacturer, or as set forth by the Johns-Mansville Company Manual #772-62A. This shall include, but not be limited to, the installation of the pipe at the proper depth and the correct
location of concrete thrust blocks of adequate sizes. Contractor shall make available the services of the manufacturer's representative at the start of the installation and during construction.
B. Each line shall be tested at a pressure 50 PSI greater than the manufacturer's recommended working pressure for a period of four (4) hours, with the couplings and connections exposed
and with the center of pipe section sufficiently supported and filled to hold pipe in place.
3.12 SPRINKLERS
A. All nozzles on sprinklers shall be tightened after installation. All sprinklers having an adjustment stem shall be adjusted on a lateral line for the proper radius, diameter and/or gallonage per
approval of the Owner's Representative.
B. Sprinkler heads and risers shall be installed according to details for final approval.
C. Spacing of heads shall not exceed the maximum indicated on the drawings. In no case shall the spacing exceed the maximum recommendation by the manufacturer.
3.13 VALVES
A. Quick coupling valves shall be set approximately 12" from walks, curbs, header boards, or paved areas where designed. Refer to installation detail. Place quick couplers in valve boxes.
B. Remote control valves shall be adjusted in order that a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system.
3.14 VALVE BOXES
A. Valve boxes shall be set one inch (1") above the designated finish grade in lawn areas and three inches (3") above finish grade in ground cover areas.
B. Valve boxes installed near walks, curbs, header boards, and paving shall not abut those items. Top surfaces shall be flush with, and perpendicular to, items listed above.
C. Valve boxes shall be installed in shrub planters, not in turf areas whenever possible, unless otherwise approved.
3.15 AUTOMATIC CONTROLLER LOCATION AND INSTALLATION
A. The automatic controller shall be installed at the approximate location shown on the Plan, unless otherwise instructed by the Owner's Representative.
B. All local and other applicable codes shall take precedence in connecting the 100 volt electrical service to the controller. Owner shall provide power to controller. Irrigation Contractor shall
complete hook-up to controller.
C. There shall be adequate coverage of earth (18" minimum) over the 24-volt control wire. Bundle and tape wires at 15' O.C. and install adjacent to mainline.
3.16 CONTROL WIRE
A. All electrical equipment and wiring shall comply with local and state codes and be installed by those skilled and licensed in the trade.
B. Connecting and splicing of wire at the valves or in the field shall be made using Rain Bird Pen-Tite connectors.
C. Three (3') feet long Pig-Tail wire splices shall be allowed only at 1500 ft. intervals. The wire splices shall be enclosed in an RCV Box with cover stenciled 'E8' in yellow.
3.17 BACKFLOW PREVENTION UNITS
A. The backflow prevention units shall be installed as shown on Plans and Details. Backflow prevention units shall be installed per local codes including certification.
3.18 FLUSHING THE SYSTEM
After all new sprinkler pipe lines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of sprinkler heads, the control valves shall be opened
and a full head of water used to flush out the system for a minimum of 5 minutes. Sprinkler heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction
of the Owner's Representative.
3.19 ADJUSTING THE SYSTEM
A. Adjust the valves and alignment and coverage of all sprinkler heads. If it is determined that adjustments in the irrigation equipment or nozzle changes will provide proper and more
adequate coverage, make all necessary changes or make arrangements with the manufacturer to have adjustments made, prior to any planting. These changes or adjustments shall be
made without additional cost to the Owner.
B. The entire system shall be operating properly before any planting operations commence.
3.20 COVERAGE TEST
When the sprinkler system is completed, perform a coverage test in the presence of the Owner's Representative to determine if the water coverage for planting areas is complete and adequate.
Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from plans, or where the system has been willfully installed as indicated on the drawings
when it is obviously inadequate, without bringing this to the attention of the Owner's Representative. This test shall be accomplished before planting begins.
3.21 HYDROSTATIC TEST
All Hydrostatic tests shall be made only in the presence of the Owner's Representative, or other duly authorized representative of the Owner. No pipe shall be backfilled until it has been inspected,
tested, and approved in writing. Pressure supply lines shall be tested under a hydrostatic pressure of 150 pounds per square inch for a period of four hours.
3.22 COMPLETION
A. Upon completion of the work, make ground surface level, remove excess materials, rubbish, debris, etc., and remove construction and installation equipment from the premises.
B. Supply as part of this contract the following tools:
• Two wrenches for disassembling and adjusting each type of sprinkler head
supplied.
• Two keys for each automatic controller.
• Four quick coupler keys with attached hose swivels.
• Four (4) of each of all types of sprinkler heads and nozzles.
• Two keys for enclosure lock.
• Two cover lifting tools for valve boxes.
C. The above equipment shall be turned over to the Owner at the conclusion of the project. Before final acceptance can occur, evidence that the Owner has received materials must be
shown to the Owner's Representative.
PART 4 – RECORD DRAWINGS, CHARTS AND MANUALS
4.01 RECORD DRAWINGS
A. Record accurately on one set of black and white prints of the drawings, all changes in the work constituting departures from the original contract drawings, including changes in both
pressure and non-pressure lines.
B. Upon completion of each increment of work, transfer all such information and dimensions to the prints. The changes and dimensions shall be recorded in a legible and workmanlike
manner to the satisfaction of the Owner's Representative. When the drawings are approved, transfer all information to a set of reproducible drawings at cost by the Owner's
Representative.
C. Dimensions from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement, etc.). Locations shown on as-built drawings shall be kept day to day as the
project is being installed. All dimensions noted on drawings shall be 3/8-inch in size.
D. Show locations and depths of the following items:
•Point of connection.
•Routing of sprinkler pressure lines (dimension maximum 100 feet along routing).
•Sprinkler control valves (buried only).
•Routing of control valves.
•Other related equipment (as may be directed by the Owner's Representative).
E. Quick coupling valves.
F. Maintain as-built drawings on site at all times.
G. Make all changes to reproducible drawings in ink. If necessary, use eradicating fluid when redoing drawings.
4.02 CONTROLLER CHARTS
A. As-built drawings must be approved by the Owner's Representative before charts are prepared.
B. Provide one controller chart for each controller supplied, of the maximum size the controller door will allow, showing the area covered by the automatic controller. The chart is to be a
reduced drawing of the actual as-built system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable
when reduced. The chart shall be a black line print and a different color shall be used to show the area of coverage for each station.
C. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils. thick. The chart shall be mounted using Velcro
or approved equal type of tape.
D. These charts must be completed and approved prior to final inspection of the irrigation system.
4.03 OPERATION AND MAINTENANCE MANUALS
A. Prepare and deliver to the Owner's Representative within ten days by calendar prior to completion of construction, all required and necessary descriptive material in complete detail and
sufficient quantity, properly prepared in individual bound copies of the operation and maintenance manual. The manual shall describe the material installed and shall be in sufficient detail
to permit the operating personnel to understand, operate, and maintain all equipment. Spare parts lists and related manufacturer information shall be included for each equipment item
installed. Each complete, bound manual shall include the following information:
1. Index sheet stating Contractor's address and telephone number, duration of
guarantee period, list of equipment with names and addresses of local
manufacturers.
2. Complete operating and maintenance instructions on all major equipment.
B. In addition to the above maintenance manuals, provide the maintenance personnel with instructions for major equipment and show written evidence to the Owner's Representative at the
conclusion of the project that this service has been rendered.
PART 5 - GUARANTEES
A. The entire sprinkler system shall be unconditionally guaranteed by Contractor as to material and workmanship, including settling of backfilled areas below grade for a period of one (1)
year following the date of final acceptance of the work. Owner may exercise option to withhold part of final payment until the one year product/workmanship guarantee has elapsed from
date of final acceptance.
B. If within one year from the date of completion, settlement occurs, and adjustments in pipes, valves and sprinkler heads or paving is necessary to bring the system or paving to the proper
level of the permanent grades, contractor, as part of the work under his contract, shall make all adjustments without extra cost to Owner, including the restoration of all damaged planting,
paving or other improvements of any kind. Should any difficulties develop within the specified guarantee period which Owner feels may be due to inferior material and/or workmanship,
these difficulties shall be immediately corrected by Contractor to the satisfaction of Owner at no additional cost to Owner, within 48 hours of written notice, including any and all other
damage caused by such defects. Failure of Contractor to respond in a timely manner to repair damaged conditions, shall prompt owner to repair same and deduct costs of labor, material
and equipment used from Contractor's final payment.
C. The Owner reserves the privilege of making any emergency repair without relieving Contractor's warranty obligations.
D. Written guarantee shall be supplied in the completion of the project, showing date of completion
END OF SECTION
STAFF
247
PUBLIC WORKS DEPARTMENT
CITY OF MOORPARK
DESCRIPTION OF REVISION APP'DR.C.E.DATE
1
2
3
4
5
6
METROLINK ENTRANCE IMPROVEMENTS
SOUTH PARKING LOT ENTRY
LANDSCAPE PLANS
MOORPARK, CA
07MOPARCLOO
NR
AK
NA
OI
PF
O RA
I
ICR
R
TED J U LY11983Richard Krumwiede
CA Lic. # 2834
AZ LIC. # 29115
NV LIC. # 446
10221-A Trademark Street
Rancho Cucamonga, CA 91730
(909) 484-2800
GD
JRC
ADG JOB # 1756
07
PLANTING SPECIFICATIONS L-3.2
PLANTING SYSTEM
PART 1 – GENERAL
Refer to standard contract document for non-technical contractual requirements and conditions.
1.01 SCOPE OF WORK
A. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations in connection with
furnishing, delivery, and installation of “Landscaping”, complete, as shown on the drawings and/or specified herein. Work includes, but is not limited to the following:
1. Provide the fine grading in all areas to be planted.
2. Furnish and apply weed control to all planting areas.
3. Preparation of soil in all planting areas per soils analysis.
4. Furnish and install all plant materials.
5. Stake trees.
6. Furnish and install sodded lawn.
7. Furnish and install redwood header board.
8. Furnish and apply bark mulch.
9. Pruning of nursery stock.
10. Maintenance of all plantings until end of maintenance period and acceptance.
11. Guarantee of material and workmanship.
B. Related work specified under other contracts (copies available from the Owner).
1. Concrete sidewalks and curbs.
2. Asphalt paving.
3. Rough grading.
4. Electrical.
C. Verification of Plant Quantities: Quantities given for plant materials are shown for convenience only. The Contractor shall provide all plants shown on the plans.
PART 2 - MATERIALS
2.01 MATERIALS
If requested, samples of soils additives and plants shall be submitted for inspection and stored on the site until furnishing of materials is completed. Delivery may begin upon approval of samples, or as
directed by the Owner’s Representative. Substitutions in any material will not be permitted unless specifically approved in writing by the Owner’s Representative.
A. Soil and Soil Amendments:
1. Fertilizer for soil conditioning and maintenance shall bear the manufacturer’s guaranteed analysis, and shall be as recommended in the required soils laboratory report.
2. Fertilizer plant tablets shall be ‘AGRIFORM SLOW RELEASE’ to be applied per Manufacturer’s Specifications.
3. Application rates:
Apply 21 grams agriform tablets at the following rates per plant by size:
Shrubs:
• 1 gal. shrub – 1 tablet
• 5 gal. shrub – 3 tablets
• 15 gal. & 24” box shrubs – 1 tablet for each1/2” of trunk Diameter or each foot of height or spread.
Tress:
Apply one 21 gram agriform tablet for each1/2” of trunk Diameter or each foot of height or spread.
Ground Cover:
Apply one 5-gram agriform tablet per rooted ground cover cutting. Refer to Manufacturer’s Specification for installation procedure.
4. Organic amendments shall be nitrolized redwood sawdust (.5% actual nitrogen), or Fir Bark 1% nitrogen). It shall be fine textured, having minimum 80% passing #8 screen and
minimum 95% passing #4 mesh screen. Salinity shall be no higher than 3.5 milliohms per centimeter at 25 Centigrade as measured by saturation Pine shall not be used as an
organic amendment.
B. Plant Materials
1. Quality and size of all plants shall conform to the California Standard Grading Code of nursery stock and shall be No. 1 grade. Plants shall be vigorous, or normal growth, free from
disease, insects, insect eggs and larvae. All plants shall equal or exceed any measurements specified and shall be supplied from the source indicated when a source is
specified.
2. Container stock shall have grown in containers for at least one year, but not over two years. Samples shall be shown to prove that no root bound conditions prevail. No
container plants that have cracked or broken balls of earth, when taken from container, shall be planted except on special approval from the Owner's Representative.
3. Nomenclature conforms to customary nursery usage: For clarification, the term "multi-trunk" defines a plant having a minimum of three trunks and a maximum of five trunks of
nearly equal diameter.
4. Inspections; All plant materials must have been previously inspected at the nursery by a State or County Horticultural Department, and shall be subject to the inspection and
approval of the Landscape Architect before planting.
a. Inspection of Plant Material: Inspection of plant materials required by City, County, State, or Federal authorities shall be the responsibility of the Contractor and where
necessary he shall have secured permits or certificates prior to delivery of plants to the site.
b. Plants shall be subject to inspection and approval or rejection at place of growth and on the project site at any time before and during progress of work or during the
maintenance period. Poor condition, latent defects, injuries, and improper size, variety, and shape shall be cause for rejection. Rejected plants shall be removed from
the project site immediately.
5. Substitutions for the indicated plant materials will be permitted provided the substitute materials are approved in advance by the Landscape Architect and the substitutions are
made at no additional cost to Owner. Except for authorized variations, all substitute plant materials shall conform to the requirements of these specifications. If the accepted
substitute materials are of a less value than those indicated or specified, the Contract price will be adjusted in accordance with the provisions of the Contract.
C. Tree support materials:
1. Stakes for tree support shall be lodge pole pine free from knots, rot, cross grain or other defects that would impair strength. Stakes shall be pressure treated with
pentachlorophenol, and a minimum of 2" diameter by 8'-0" long and pointed at one end.
2. Ties for holding trees shall be "cinch-tie" or approved equal. "Cinch-tie" manuf. by V.I.T. Products, 15561 Product Lane, D-4, Huntington Beach, CA 92649.
3. Tree guying materials shall be as follows:
a. Ground anchors for guying shall be redwood per detail.
b. Guying wire shall be 12 gauge annealed galvanized steel.
c. Guying cable shall be a minimum of two strands, making a 3/16" diameter steel cable.
d. Hose chafing guards shall be new or used 2-ply, one half inch (1/2") reinforced rubber or plastic hose and shall be all the same color on the project. Length shall be
one and one-half times the circumference of the plant at its base.
e. Guying cable shall be covered with 3/8" dia. x 3" long white PVC tubing.
f. Turnbuckles shall be galvanized or cadmium-plated steel and have a 3" minimum lengthwise opening fitted with screw eyes.
g. Duckbill 88-OTS earth anchor may be used as an alternate to the guying materials specified above manuf. by Foresight Products, Inc. North Glen, Colorado, (1-800)
325-5360.
D. Mulching: Mulch shall consist of processed wood fiber material equal to or supplied by Intravaia Rock and Sand, Upland, CA, (909) 982-6713. Submit sample of any alternative material
prior to purchase and/or placement for Owner's Representative's approval.
E. Lawn from Sod: Marathon Hybrid Fescue. Submittal for type and grower required for Architect's approval.
F. Header board/Mowstrip: See details.
G. Herbicides:
1. Herbicides used must comply with all applicable State and Federal laws and be registered with the U.S. Environmental Protection Agency Herbicide control shall be:
a. Pre-emergency application of "Treflan 5% Granules" or equivalent, applied according to manufacturer's recommendations and incorporated into soil as specified.
b. Post - emergence application of "Round-up" or equivalent, applied as specified by manufacturer. Spray with extreme care to avoid contact with landscape plantings.
PART 3 – EXECUTION
3.01 GENERAL PREPARATION
A. Commence work as directed by the Owner's Representative and conduct operations continually to completion unless weather conditions are unfavorable. All work shall conform to high
standards of practice within the trade.
B. Clean up and remove from planting areas all existing plant material not removed under the general site construction contract, including roots and any accumulated debris and rubbish
before commencing work. Legally dispose of such materials off the site.
C. Underground Obstructions to Planting:
1. If underground utilities, construction or solid rock ledges are encountered, other locations for planting may be selected by the Owner's Representative. Damage to utility lines shall be
repaired at the Contractor's expense at no additional cost to the Owner or Tenant.
D. Protection of Existing Vegetation:
1. If lawns have been established prior to planting operations, the surrounding turf shall be covered in a manner that will protect turf areas before excavations begin.
E. Storage: Store plants and materials on the project site, and ensure that they are protected from damage by sun, rain, wind, theft, vandalism, and construction work. Water plants
regularly.
3.02 INSPECTION OF WORK IN PROGRESS
A. Installations and operations in progress must be approved at various stages by the Owner's authorized Representative.
B. In no event shall the Contractor proceed from one state to another of the work, without prior approval of the Owner's authorized Representative.
C. The Contractor must notify the Owner's authorized Representative for inspections of the following stages of work:
1. When all grading within planting areas has been completed.
2. When all plants are ready to be delivered at the nursery or when plants have been delivered to the site and prior to any planting.
3. When all trees and shrubs have been spotted on the site where shown on the drawings.
4. When all tree and shrub pits have been excavated after water has leached out of the pits.
5. When weed germination and removal is complete, and seedbed is prepared but prior to installation of seed.
3.03 FINE GRADING
A. The Contractor shall import as required. The Contractor's bid shall indicate the total in-place cost of required import. No additional charges will be allowed.
B. The soil shall not be worked when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form, or clods not readily break up.
C. The Contractor shall be responsible for dust control in areas within the scope of this contract.
D. Rip in two directions to the depth of 12" on all areas upon which fill will be placed.
E. Rough grade requirements shall allow for soil amendments. Coordinate with General Contractor.
F. Bring to the attention of the Owner's authorized Representative all soil in planting areas that contain any deleterious substances such as oil, plaster concrete, gasoline, paints, solvents,
etc. Upon the approval of the Owner's authorized Representative, remove and dispose of all above mentioned soil to the level of dryness in the affected areas. The affected soil shall be
replaced with native soil. If the Contractor fails to notify Owner's authorized Representative of the above-mentioned soil, the Contractor shall be responsible for any damage to installed
plants caused by such substances.
G. If an area to be landscaped is not acceptable to the Contractor, he shall notify the Owner's Representative.
H. Finish grade all planting areas to a smooth and even conditions, making certain that no water pockets or irregularities remain. Remove and dispose of all foreign materials, clods and
rocks over one inch in diameter within six inches of the surface so that, after conditions and planting, the finish grade in shrub and in groundcover areas is 3" below the top of all curbs and
1" below the top of all walks.
I. Omit roto-tilling on slopes 2 to 1 or greater in ration. Instead, lightly hand scarify the soil. Refer to Drawings for sloped areas, if any.
J. Patch all areas having damage from erosion and so related earth moving to create a smooth and regular surface for planting. Final grade to be approved by Owner's Representative.
3.04 SOIL CONDITIONING (see also Fine Grading Section)
A. Broadcast the recommended soil additives per 1,000 square feet and cultivate to a depth of 6" based upon required soils and plant laboratory report. It is the Contractor's responsibility to
obtain soils tests. Soils analysis shall be done by Soils & Plant Laboratory, Inc. 412 S. Lyon, Santa Ana, CA (714) 558-8333. Copies of the report shall be sent to the Owner's
Representatives.
B. For bidding purposes when no soils report is available in all planting areas the following application shall be made per 1,000 square feet of area and shall be thoroughly cultivated in two
directions into the top 9" of soil, and the area watered down:
- 2 CU. YDS. Nitrolized wood shavings
- 20 LBS. iron sulfate
C. Planting pits shall be excavated three times the diameter and 2" shallower than the root ball depth for trees, twice as wide and 6" deeper than the root ball for shrubs. (Refer to planting
details).
D. For plants other than azaleas, camellias, and ferns, backfill plant pits with soil excavated from pit. Do not any additional amendments to backfill mix.
E. Prepare soil mix for back fill in pits for azaleas, camellias, ferns and other plants (as specified) as follows:
- 1/3 washed plaster sand
- 1/3 Canadian peat moss
- 1/3 Loamite or forest humus
F. Backfill mix for Palms shall be concrete sand. (Refer to details)
G. The prepared soil shall be uniformly blended in an area adjacent to the planting work and shall be accurately proportioned using a suitable measuring container. Unused excavated soil
shall be removed from site. Protect the mix from water until it has been placed in backfill around plants.
3.05 WEED CONTROL/ABATEMENT
A. Weed abatement: after earthwork, installation of irrigation system, and soil preparation, but prior to planting, perform weed abatement program to all planting areas as follows:
1. Hydroseeded or hand seeded planting areas:
a. Apply sulfate of ammonia at the rate of 5 Lbs. per 1,000 Sq. Ft. to all areas be planted.
b. Keep area moist by regular irrigations for a period of two (2) weeds to germinate existing weed seeds.
c. At the end of two weeks, apply "Round-Up" or equal systemic herbicide. Do not irrigate within six (6) hours after application. Herbicide shall be applied by an individual
with appropriate license, refer to MFG specifications for period of time required from time of application to time of implementing planting. After complete weed kill,
remove all weed residue and top growth and dispose of in a legal manner. Alternative methods of weed kill for item C may be Vapam or Methyl Bromide applied per
licensed herbicide agency and specifications.
2. Shrub and hand planted ground cover areas:
a. Apply pre-emergent weed control chemicals to hand planted groundcover areas. Do not apply to areas to be seeded.
b. Proceed with installation of shrubs and groundcover after removal of any weeds by cultivation.
B. The Contractor shall be responsible for control of weeks in all landscape areas through the final acceptance of the work. Any selective week control spray or physical week removal shall
be the Contactor’s responsibly and the Contractor shall repair any damage resulting form week control activity.
C. All herbicides shall be applied only by a licensed herbicide application agency. No herbicides shall be applied without first obtaining written approval from the city inspector.
3.06 PLANTING SHALL BE DONE AS FOLLOWS:
A. Planting of Trees
1. Position plants in plant locations indicated on drawings and secure approval before excavating pits, making necessary adjustments as indicated.
2. All pits for trees shall be dug square with bottom level, the length of sides equal to two times the width and 2" less than the depth of the tree root ball. Compacted soils at
sides and bottoms shall be loosened by scarifying or other approved method. Once the tree is positioned in the pit, the pit shall be filled with soil as per specs, thoroughly
settled by water application. (Refer to planting details and spacing details.)
3. Prepare depressed water basin as wide as plant root-balls at each plant. Water thoroughly, backfilling any voids with additional soil.
B. Planting Vines, Shrubs and Groundcover
1. Vine and shrubs shall be planted in pits at least two times greater than the diameter of the root ball and 6" below the bottom of the ball. Compacted soil at bottom of pit shall be
loosened and the pit filled with "native soil" to the bottom of the ball. When the plant has been properly set, the pit shall be filled to the required grade with amended soil and
thoroughly settled by tamping and watering. All vines shall be removed from stakes, untied, and securely fastened in an approved manner to the wall, fence or other surface next to
which they are planted. (Refer to planting details)
2. Prepare a depressed water basin as wide as plant root balls at each plant. Water thoroughly, backfilling any voids with additional prepared planting mix.
3. Groundcover
a. Pits for flat sized plants to be at least 4" x 4" x 4". Ground cover areas shall be moistened prior to planting. No flatted liner, or potted plants shall be planted in dry soil.
b. Set plants in center of pits so that crown of plant will be level with finished grade after settling of soil, then backfill, and water. (Refer to spacing detail)
c. Flatted plants shall be well rooted with runners at least 4" but not more than 6" in length.
C. Trees and Vines Occurring in Lawn
1. Trees and vines occurring in lawn shall be planted before final preparation of those areas.
2. All trees shall be installed with bark protection devices at their crowns. (Refer to planting detail)
3. Lawn around trees shall be installed no closer to the tree trunk than the width of the root ball, and shall be maintained at this distance.
3.07 TURF GRASS SOD
A. Roll sub grade when soil is reasonably dry, using a 125-pound water ballast roller. If rolling will not firm the sod bed underneath, it shall be permitted to settle until the Owner's
Representative determines a satisfactory condition has developed. Re-rake or scarify all irregularities and cut or fill as required to establish uniform grade. Roll area again to
obtain a uniform grade. Areas to be planted to lawn, shall be finished smooth, satisfactory to the Owner's Representative before any sod is placed.
B. Sod is to be freshly cut and placed in sections not smaller than one square foot. Stagger the joints between rolls. Sift soil (use soil waste that has fallen off sod) into all joints to fill any
voids created. Roll sod with lightly weighted roller after completion of all sodding operations.
C. The lawn edges shall be maintained in a neat condition until acceptance of the work.
D. Sufficient measures shall be taken to the Contractor to ensure the lawns against damage resulting from pedestrian traffic. If any type of barrier is used, it must meet with the
approval of the Owner's Representative. Any damage to the lawns shall be repaired by the Contractor before acceptance will be made.
E. Repair: When any portion of the sod area becomes discolored, waterlogged, or otherwise damaged or unhealthy following sodding within the period of Contractor's
responsibility, the affected portion shall be repaired to re-establish the condition and grade of the soil prior to installation and shall then be replanted as originally specified at no cost to the
Owner.
3.08 STAKING (See Staking Details)
A. Stakes shall be driven into the ground in such a way as to minimize damage to the ball of the tree, and shall be placed so that the tree will blow away from the stakes, except
where such placement will cause damage by parked cars.
B. Form loops around trunk with ties, and securely attach to stake(s) Attach loose enough so that tree can sway slightly in the wind.(Refer to Detail)
3.09 PRUNING
Pruning of nursery stock shall not be done prior to delivery. Plants and trees shall only be pruned for health or structural reasons, including the need to eliminate diseased, damaged, or structurally
unsound growth. Pruning shall be performed according to ANSI A-300 or International Society of Arboriculture standards under supervision of a qualified arborist approved by the Landscape Architect.
LEAVE OPEN WOUNDS TO AIR-DRY - DO NOT USE ANY FORM OF "TREE PAINT" OR WOUND SEALER.
3.10 MULCHING
A. All planting areas (except as noted) shall be mulched (top dressed) with a minimum of 3" depth layer of wood fiber material. Remove mulch falling on hard-surface areas.
3.11 CLEAN-UP
A. During the course of the work and at its conclusion, remove surface material from the site and leave the premises in a neat and clean condition.
B. Remove all tags, labels, nursery stakes and ties from all plants.
3.12 PROTECTION
Contractor shall carefully and continuously protect all areas included in the Contract, including plant materials, fences, supports, public safety, etc., until final acceptance of the work by the Owner's
Representative.
3.13 MAINTENANCE
A. Maintenance operations shall begin immediately after each plant is planted and shall be continued satisfactorily for a period of 90 days after the time all items of work have been
completed as specified herein and to the satisfaction of the Owner's Representative.
B. During the maintenance period specified in paragraph A. above, all plants and planted areas shall be kept watered at all times; weeds shall be removed and disposed of; basins and
depressions shall be maintained and cultivated and kept well formed around trees and shrubs; paper and debris shall be regularly removed from planters; and water system shall be
maintained and repaired; rodents shall be controlled; and the entire project shall be so cared for that a neat and clean condition is presented at all times. Keep walks and curbs swept
clean. Legally dispose of excess materials including paper and debris in planted areas.
C. Maintain a sufficient number of men and adequate equipment to perform the maintenance work herein specified from the time of planting until completion of the maintenance period and
acceptance by the Owner.
D. An application of fertilizer shall be made to all landscape areas just prior to the completion of the maintenance period according to the recommendations for the required soils laboratory
report.
E. A written notice requesting a pre-maintenance inspection shall be received by the Owner's Representative at least 5 days to completion of the project.
F. A written notice requesting final inspection shall be received by the Owner's Representative at least 5 days prior to completion of maintenance period.
G. The Contractor shall make a periodic inspection of plant materials until the end of the guarantee plant period. If unfavorable conditions exist which might be harmful to the guaranteed
plant, the Contractor shall notify the Owner in writing of the condition, or he may be held responsible under the guarantee.
H. Pre-maintenance inspection and final inspections are to be held with the understanding that the project has been reviewed by the principals of the responsible Contractor in advance of the
review by the Owner's Representative and/or Owner. Discrepancies noted during this advance review are to be corrected before the project receives these official inspections.
I. The Landscape Contractor shall refer to the Landscape Maintenance Manual for further maintenance requirements (if applicable).
PART 4 – GUARANTEES
4.01 GUARANTEE
All shrubs and groundcover shall be guaranteed by Contractor as to growth and health for period of ninety (90) days after completion of the specified maintenance period, and/or final acceptance by
the Owner's Representative. All trees up to 24: box size shall be guaranteed by Contractor to live and grow in an acceptable upright position for a period of six (6) months after completion of the
specified maintenance period, and/or final acceptance by the Owner's representative.Trees in 24" boxes or larger, and all field grown specimens shall be guaranteed by Contractor to live and grow in
an acceptable upright manner for a period of one (1) year after completion of the specified maintenance period, and/or final acceptance by the Owner's representative.
4.02 REPLACEMENT STOCK
All replacement stock shall be subject to the same warranty requirements as the original stock. Any damage due to replacement operations shall be repaired by the Landscape Contractor. At the end
of the warranty period, inspections shall be made jointly by the Tenant's Construction Representative, Developer, Tenant and Landscape Contractor. All plants and lawn areas not in a healthy growing
condition shall be removed and replaced with plants and grasses of a like kind and size before the close of the next planting season.
END OF SECTION
STAFF
248