Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24-18-C Executed Contract.pdf
SPECIFICATIONS GOLDEN STATE BOULEVARD PHASE 2 DRAPER STREET TO CLAYTON AVENUE STATE PROJECT NUMBER: SB1 LPPL-5942(307) BUDGET /ACCOUNT: 4510 / 7370 co 185 Department o Public Works and Planning O� �O p f g FRES CONTRACT NUMBER 24-18-C coU� Countyof FresnoC O is56 O DEPARTMENT OF PUBLIC WORKS AND PLANNING STEVEN E. WHITE, DIRECTOR 10 FRESH January 15, 2025 Contract No. 24-18-C ADDENDUM NO. 1 to GOLDEN STATE BOULEVARD PHASE 2, revising the Bidding and Contract Documents/Plans/Bid Opening as follows: TABLE OF CONTENTS No changes NOTICE TO BIDDERS DELETE: 2:00 P.M., (1400 hours and 00 seconds) Thursday, January 23, 2024 REPLACE with: 2:00 P.M., (1400 hours and 00 seconds) Thursday, January 23, 2025 SPECIAL PROVISIONS 37 SEAL COATS ADD: Replace the first paragraph of the Standard Specifications Section 37-6.03 with: Refer to the plans for the extent of crack treatment. Clean and fill cracks from '/2 inch to 1'/2 inch in width for the entire length of the crack. Clean and fill cracks wider than 1'/2 inch over the entire length of the crack with mastic or another alternative repair means as approved by the engineer. 39 ASPHALT CONCRETE DELETE: Second paragraph of the Special Provisions Section 39-3.04D PROJECT DETAILS No changes Addendum No. 1 GOLDEN STATE BOULEVARD PHASE 2 Contract No. 24-18-C Page 1 of 3 PROPOSAL/BID BOOK: PAPER DELETE: Proposal 2 REPLACE with: attached Proposal 2A, which adds Line Item 71 Crack Treatments PROPOSAL/BID BOOK: BID EXPRESS ADD: Line Item 71 Crack Treatments AGREEMENT No changes PLANS DELETE: Cover Sheet REPLACE with: Addendum 1 Cover Sheet, resized to print in 34x22 inch format DELETE: Plan Sheets 3, 4, 16, 19, 38, 61, 86, 87, 88 REPLACE with: Plan Sheets 3A, 4A, 16A, 19A, 38A, 61A, 86A, 87A, 88A END OF ADDENDUM NO. 1 Addendum No. 1 GOLDEN STATE BOULEVARD PHASE 2 Contract No. 24-18-C Page 2 of 3 -------------------------------------------------------------------------------------------------------------------- Please attach this Addendum to the inside cover of the Specifications booklet. If you have given the Bidding and Contract Documents to someone else, please forward this Addendum. 15/01/25 E Date Signed QFtOFSS/O� o�No.C80424 c�V q�t OF CALF Supervising Engineer: Joseph C. Harrell, PE C80424 FRESNO COUNTY Department of Public Works and Planning m/a 2220 Tulare Street, Suite 720 Fresno, CA 93721-2106 Addendum No. 1 GOLDEN STATE BOULEVARD PHASE 2 Contract No. 24-18-C Page 3 of 3 Fresno County Department of Public Works and Planning Bid Item List - Proposal 2A Contract# 24-18-C Contract Name Golden State Boulevard Phase 2 Location Draper Street to Clayton Avenue Bid Items Item ID Quantity Unit Unit Price Total Description 1 1 LS Is Is Lead Compliance Plan 2 100,000 $ $1.00 $100,000 Compensation for Adjustments for Price Fluctuations 3 100,000 $ $1.00 1 $100,000 Supplemental Work 4 1 LS Is $ Mobilization 5 1 LS Is $ Furnish Field Office 6 2 EA Is Is Construction Project Funding Sign 7 1 LS Is $ Temporary Traffic Control 8 6 EA Is I Is Portable Changeable Message Sign 9 1 LS Is $ Job Site Management Bid Item List 1/15/2025 24-18-C Page 1 of 6 Item ID Quantity Unit Unit Price Total Description 10 1 LS Is Is Prepare Storm Water Pollution Prevention Plan 11 27 EA Is Is Rain Event Action Plan 12 1 LS Is Is SWPPP Implementation 13 17 EA Is Is Storm Water Sampling and Analysis Day 14 1,000 EA $1.00 $1,000.00 State Water Resources Control Board NOI Filing Fee 15 1 EA Is Fs— Storm Water Annual Report 16 6 EA Is $ Adjust Utility Box to Grade 17 7 EA Is I Is Adjust Valve Box Frame and Cover to Grade 18 4 CY Is I Is Remove Concrete Valley Gutter 19 500 LF Is Is Temporary High-Visibility Fence (Type ESA) 20 1 LS Is Is Clearing and Grubbing 21 321 CY Is I Is Roadway Excavation (Type Z-2)(Aerially Deposited Lead)- Final Pay Item 22 225 STA Is Is Shoulder Backing Bid Item List 1/15/2025 24-18-C Page 2 of 6 Item ID Quantity Unit Unit Price Total Description 23 150 CY $ $ Imported Borrow 24 1 LS Is Is Finishing Roadway 25 226 CY Is $ Aggregate Base (Class II) 26 21,277 TON Is Is Hot Mix Asphalt(Type A) 27 6 LF Is Is Place Hot Mix Asphalt Dike (Type A) 28 5,650 SY Is Is Stress Absorbing Membrane Interlayer 29 36 TON Is Is Tack Coat 30 20 LF Is $ Remove HMA Dike 31 84,075 SY Is Is Cold Plane Asphalt Concrete Pavement 32 20 EA Is Is Adjust Manhole to Grade 33 523 SF Is Is Detectable Warning Surface 34 65 LF Is $ Minor Concrete- Median Curb 35 25 LF Is Is Minor Concrete-Curb Bid Item List 1/15/2025 24-18-C Page 3 of 6 Item ID Quantity Unit Unit Price Total Description 36 250 LF Is I Is Minor Concrete-8" Median Curb(Modified) 37 18 LF Is Is Minor Concrete-Valley Gutter 38 361 LF Is I Is Minor Concrete-Curb and Gutter 39 238 LF Is Is Minor Concrete- Retaining Curb 40 45 SY Is Is Minor Concrete-Stamped Concrete 41 287 SY Is Is Minor Concrete-Sidewalk 42 110 SY Is I Is 3" Concrete Cap 43 11 CY Is Is Minor Concrete-Curb Ramp 44 187 LF Is $ Remove Concrete Curb 45 283 LF Is Is Remove Concrete Curb and Gutter 46 350 SY Is Is Remove Concrete Sidewalk 47 35 LF Is Is Brick Retaining Curb 48 3 EA Is $ City of Kingsburg Bollard Bid Item List 1/15/2025 24-18-C Page 4 of 6 Item ID Quantity Unit Unit Price Total Description 49 7 EA Is Is Reset Roadside Sign 50 2 EA Is Is Relocate Roadside Sign 51 17 EA Is Is Roadside Sign 52 51 LF Is I Is Midwest Guardrail System (Wood Post) 53 45 LF Is I Is Pedestrian Handrail 54 12,901 LF Is Is 4"White 2-Coat Paint Traffic Striping (Detail 8, 12,27B, 38, 38A) 55 17,963 LF Is Is 6"White 2-Coat Paint Traffic Striping (Detail 39, 39A) 56 4,200 LF Is I Is 6"White Thermoplastic Traffic Striping (Detail 39, 39A) 57 9,799 LF Is Is 4"Yellow 2-Coat Paint Traffic Striping (Detail 21, 22, 24, 25 29, 31, 32) 58 4,600 LF Is Is 4"White Thermoplastic Traffic Striping (Detail 12, 27B, 38, 38A) 59 2,806 LF Is Is 4"Yellow Thermoplastic Traffic Striping (Detail 21, 25, 27, and 35A) 60 4,274 LF Is Is 8"White 2-Coat Paint Traffic Striping (Detail 38, 38A,38B, Chevron Striping) 61 650 LF Is $ 8"White Thermoplastic Traffic Striping (Detail 37, 38, 38A and Chevron Striping) Bid Item List 1/15/2025 24-18-C Page 5 of 6 Item ID Quantity Unit Unit Price Total Description 62 5,893 SF Is Is Thermoplastic Pavement Marking 63 648 SF Is $ Green Paint Pavement Marking 64 1,739 SF Is I Is 2-Coat Paint Pavement Marking 65 1 LS Is I Is Signal Modifications (Simpson Street at Draper Street) 66 1 LS Is Is Signal Modifications (Golden State Boulevard at Mountain View Avenue) 67 1 LS Is Is Signal Modifications (Golden State Boulevard at Highland Avenue) 68 1 LS Is Is Signal Modifications (Golden State Boulevard at Manning Avenue) 69 1 LS Is Is Signal Modifications (Golden State Boulevard at Merced Street) 70 1 LS Is $ Signal Modifications (Golden State Boulevard at Adams Avenue) 71 2,465 SQYD Is $ Crack Treatments Bid Items Total: $ Bid Item List 1/15/2025 24-18-C Page 6 of 6 TABLE OF CONTENTS COVER SHEET COUNTY ADOPTION AND ACKNOWLEDGMENT Engineer's Signature Consultant's Signature NOTICE TO BIDDERS SPECIAL PROVISIONS PROJECT DETAILS / DRAWINGS Location Map Construction Funding Signs Advanced Notification Sign (ANS) 2015 Caltrans Standard Plan Sheets A20A, A2013, A20C, A20D, A24A, A24B, A24C, A24DA24E, A24F, RSP ES-1 A, RSP ES-1 B, RSP ES-1 C, RSP ES-5A, RSP ES-513, ES- 5C, ES-5D, RSP ES-7A, RSP ES-7M, RSP ES-7N, ES-70, RSP ES-813, RSP ES- 13A, RSP ES-13B City of Kingsburg encroachment permit City of Selma encroachment permit City of Fowler encroachment permit City of Fresno encroachment permit City of Kingsburg Standard Plans City of Selma Standard Plans City of Fowler Standard Plans City of Fresno Standard Specifications and Drawings Mitigation Monitoring and Reporting Program (MMRP) Self-Dealing Transactions Disclosure Form BID BOOK Bidder's Declaration Bid Form Abbreviations Used Bid Security and Signature Noncollusion Declaration Public Contract Code Subcontractor List General Requirements for In-Use Off-Road Diesel-Fueled Fleets Certifications Opt-Out of Asphalt Concrete Price Fluctuations Form Guaranty AGREEMENT Agreement PLANS Contract Number 24-18-C COUNTY ADOPTION AND ACKNOWLEDGEMENT PROJECT: GOLDEN STATE BOULEVARD PHASE 2 CONTRACT NUMBER: 24-18-C Ernest Buddy Mendes, Chairman 4th District Garry Bredefeld, Vice Chairman 2nd District Brain Pacheco 1st District Luis Chavez 3rd District Nathan Magsig 5th District Paul Nerland, County Administrative Officer Digitally signed by Steve White Steve White Date:2024.12.1914:56:58 -08'00' Steven E. White, Director Date Department of Public Works and Planning Date Signed: 12/19/24 QFtOFESS/p C. o�No.C80424 c/V q� OF CALF Supervising Engineer: qC� Joseph C. Harrell, PE C80424 FRESNO COUNTY Department of Public Works and Planning m/a 2220 Tulare Street, Suite 720 Fresno, CA 93721-2106 COUNTY ADOPTION AND ACKNOWLEDGEMENT PROJECT: GOLDEN STATE BOULEVARD PHASE 2 CONTRACT NUMBER: 24-18-C QROFESSIONq� Date Signed: 12/19/2024 w EDGAR A. NORIEGA No 61555 * Exp.6 30 25 J�91 CIVIL F OF CAL\F�� Consultant Engineer: Edgar Noriega, PE C61555 MARK THOMAS 7571 N. Remington Ave #102 Fresno, CA 93711 COUNTY OF FRESNO STATE OF CALIFORNIA NOTICE TO BIDDERS Sealed proposals will be received at: https://www.bidexpress.com/businesses/36473/home and at the Fresno County Department of Public Works and Planning (Department), Office of the Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA 93721 until 2:00 P.M., (1400 hours and 00 seconds) Thursday, January 23, 2024 If you have any questions about bid submission, please contact us at DesignServices(a-_)fresnocountyca.gov or call (559) 600-4543 or (559) 353-4919. Promptly following the closing of the bidding all timely submitted bids will be publicly opened and viewable via a livestream (the link for which will be posted at http://www.fresnocountyca.gov/planholders) for construction in accordance with the project specifications therefor, to which special reference is made as follows: GOLDEN STATE BOULEVARD PHASE 2 DRAPER STREET TO CLAYTON AVENUE STATE PROJECT NUMBER: SB1 LPPL-5942(307) CONTRACT NUMBER 24-18-C The work to be done consists, in general, of improvements along Golden State Boulevard for approximately 2.63 miles from Draper Street to Clayton Avenue through the cities of Kingsburg, Selma, Fowler, and unincorporated areas of the County. The work will include signal modifications, cold plane asphalt pavement, pavement rehabilitation, minor concrete work, intersection channelization, laying hot-mix asphalt, excavation and trenching, pavement striping and marking, sidewalk installation and replacement, and other items as specified in the plans and specifications. Complete the first order of work for submittals and ordering materials/equipment within 30 working days (Specifications Special Provisions Section 8-1.04C(1)). Complete the second order of work at the site within 110 working days (Specifications Special Provisions Section 8-1.04C(2)). This project is subject to the contracting requirements and implementing regulations as amended in Title 13, Section 2449 General Requirements for In-Use Off-Road Diesel-Fueled Fleets, of the California Code of Regulations (13 CCR § 2449(i)). Bidders must submit a valid Certificate of Reported Compliance (CRC) issued by the California Air Resources Control Board at the time of bidding. Bidders are responsible for submitting their listed subcontractors' CRCs and any supporting documentation within five (5) calendar days of bid opening. Failure to submit the required CRCs may render a bid non-responsive. Bidders may fill out a Request to be Added to Planholders list: https://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-Bidding- Opportunities/Request-to-Be-Added-to-the-Planholders-List-Form Requesters will then be listed as a planholder for the project on the website and receive notifications and addenda issued for the project. Prospective bidders may also select the project on www.BidExpress.com. Those that demonstrate interest in the project will be added to the planholders list, and receive notifications and addenda issued for the project. Planholder and exchange/publication names may be obtained from the Fresno County website at http://www.fresnocountVca.gov/planholders. Electronic copies, in ".pdf" file format, of the official project plans and specifications, bid books and proposal sheets, and such additional supplemental project information as may be provided, are available to view, download, and print at http://www.fresnocountyca.gov/planholders. If a bidder is unable to submit a bid via Bid Express, Bid Books, which contain bid proposal sheets necessary to submit a bid, may be obtained within the Specifications documents posted on the Fresno County website. Electronic bids shall be submitted via the Bid Express website. Hardcopy bids shall be submitted in a sealed envelope addressed to the Department and labeled with the name of the bidder, contract number, name of the project, and the statement "Do Not Open Until The Time Of Bid Opening." Bid security in the amount of ten (10) percent of the amount of the bid, and in the form of a bid bond issued by an admitted surety insurer licensed by the California Department of Insurance, cash, cashier's check or certified check shall accompany the bid. You must either attach an electronic bid bond or provide an original bid bond (or other form of bid security authorized by Public Contract Code section 20129(a)), prior to the bid opening. Bid security shall be made in favor of the County of Fresno. Hardcopy bid bonds shall be submitted in a sealed envelope addressed to the Department and labeled with the name of the bidder, contract number, name of the project, and the statement "Do Not Open Until The Time Of Bid Opening — BID BOND." A Summary of Bids and a list of subcontractors for the apparent low bidder will be posted at the above listed website, generally within 24 hours of the Bid Opening. All questions regarding this project shall be in writing and shall be received by the Department of Public Works and Planning, Design Division, no later than 2:00 P.M. on the seventh (7th) calendar day before bid opening. Any questions received after this deadline will not receive a response unless the Department of Public Works and Planning elects to issue an addendum to revise the bid opening date. In the event that the bid opening date is revised, the deadline for questions will be extended to no later than 2:00 P.M. on the seventh (7th) calendar day before the revised bid opening date. Questions shall be submitted on the "Request for Clarification Form" provided on our website: http://www.fresnocountVca.gov/Departments/Public-Works-and-Planning/Construction-Bidding- Opportunities/24-18-C-Golden-State-Boulevard-Phase-2/Request-for-Clarification-Form Any changes to, or clarification of, the project plans and specifications shall be in the form of a written addendum issued to planholders of record. Questions that prompt a change or clarification shall be included in the addendum with the subsequent answer. Any oral explanation or interpretations given to this project are not binding. No contract will be awarded to a contractor who has not been licensed in accordance with the provisions of the Contractors State License Law, California Business and Professions Code, Division 3, Chapter 9, as amended, or whose bid is not on the proposal form included in the contract Contract Number 24-18-C Notice to Bidders - 2 document. A valid California Contractor's License, Class A (General Engineering) or C-12 (Earthwork and Paving), is required for this project. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at County of Fresno, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno CA 93721-2104 and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code section 12990. The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Bids are required for the entire work described herein. Bids will be compared on the basis of the cumulative sum of the bid amounts listed for the individual line items. The successful bidder shall furnish a faithful performance bond in the amount of 100 percent of the contract amount and a payment bond in the amount of 100 percent of the contract amount. Each bond specified in this Notice (bid bond, faithful performance bond and payment bond) shall meet the requirements of all applicable statutes, including but not limited to those specified in Public Contract Code section 20129 and Civil Code section 3248. Each bond specified in this Notice shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of a proposed surety company, may require the surety company to provide additional information supported by documentation. The County generally requires such information and documentation whenever the proposed surety company has either a Best's Key Rating Guide of less than A and a financial size designation of less than Vill. Provided, however, that the County expressly reserves its right to require all information and documentation to which the County is legally entitled from any proposed surety company. Contract Number 24-18-C Notice to Bidders - 3 Pursuant to Public Contract Code section 22300, substitution of securities for any moneys withheld by the County of Fresno to ensure performance under the contract shall be permitted. The Board of Supervisors reserves the right to reject any or all bids. Board of Supervisors, County of Fresno Paul Nerland, County Administrative Officer Bernice E. Seidel, Clerk of the Board Issue Date: December 18, 2024 Contract Number 24-18-C Notice to Bidders -4 Special Provisions Contract Number 24-18-C ORGANIZATION Special provisions are under headings that correspond with the main-section headings of the Standard Specifications. A main-section heading is a heading shown in the table of contents of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. STANDARD PLANS LIST The standard plan sheets applicable to this Contract include those listed below. When applicable, revised standard plans (RSPs) listed below are included in the project plans. ABBREVIATIONS, LINES, SYMBOLS, AND LEGEND A3A Abbreviations (Sheet 1 of 3) A313 Abbreviations (Sheet 2 of 3) A3C Abbreviations (Sheet 3 of 3) All 0A Legend - Lines and Symbols (Sheet 1 of 5) All 0B Legend - Lines and Symbols (Sheet 2 of 5) All 0C Legend - Lines and Symbols (Sheet 3 of 5) All OD Legend - Lines and Symbols (Sheet 4 of 5) All OE Legend - Lines and Symbols (Sheet 5 of 5) PAVEMENT MARKERS, TRAFFIC LINES, AND PAVEMENT MARKINGS A20A Pavement Markers and Traffic Lines -Typical Details A20B Pavement Markers and Traffic Lines -Typical Details A20C Pavement Markers and Traffic Lines -Typical Details A24A Pavement Markings -Arrows A24B Pavement Markings -Arrows and Symbols A24C Pavement Markings -Symbols and Numerals A24D Pavement Markings -Words A24E Pavement Markings -Words A24F Pavement Markings -Crosswalks MIDWEST GUARDRAIL SYSTEM - STANDARD RAILING SECTIONS RSP A77L1 Midwest Guardrail System -Standard Railing Section (Wood Post with Wood Block) RSP A771_2 Midwest Guardrail System -Standard Railing Section (Steel Post with Notched Wood or Notched Recycled Plastic Block) RSP A77M1 Midwest Guardrail System -Standard Hardware RSP A77N1 Midwest Guardrail System -Wood Post and Wood Block Details A77N3 Midwest Guardrail System -Typical Line Post Embedment and Hinge Point Offset Details MIDWEST GUARDRAIL SYSTEM -TYPICAL LAYOUTS FOR FIXED OBJECTS RSP A77R3 Midwest Guardrail System -Typical Layouts for Roadside Fixed Objects CURBS, DRIVEWAYS, DIKES, CURB RAMPS AND ACCESSIBLE PARKING A87A Curbs and Driveways A87B Hot Mix Asphalt Dikes A88A Curb Ramp Details A88B Curb Ramp and Island Passageway Details PAVEMENTS RSP P74 Pavement Edge Treatments P75 Pavement Edge Treatments -Overlays TEMPORARY TRAFFIC CONTROL SYSTEMS T11 Traffic Control System for Lane Closure on Multilane Conventional Highways T11A Traffic Control System for Changeable Lane Closure on Multilane Conventional Highways and Expressways T19 Traffic Control System Construction Work Zone Speed Limit Reduction on Conventional Highways ROADSIDE SIGNS RS1 Roadside Signs -Typical Installation Details No. 1 RS2 Roadside Signs -Wood Post -Typical Installation Details No. 2 RS3 Roadside Signs - Laminated Wood Box Post -Typical Installation Details No. 3 RS4 Roadside Signs -Typical Installation Details No. 4 ES-3C Electrical Systems (Controller Cabinet Foundation and Pad Details) City of Kingsburg 2023 Standard Plans ST-9 Median Curb ST-17 Sign Post ST-18 Street Name Sign ST-22 Removable Bollard ST-24 Curb, Gutter, and Sidewalk ST-30 Curb Ramp Details and Grooves ST-31 Detectable Warning Surface ST-33 thru ST- Curb Ramps 44 W-9 Pavement Markers City of Selma 2015 Standard Plans ST-1 Sidewalk Construction Details ST-2 Curb and Gutter Construction Details ST-3 thru ST-5 Curb Ramps ST-9 Valley Gutter ST-15 Accessible Facilities Detail City of Fowler 2024 Standard Plans ST-10 Curb & Gutter Detail ST-11 Curb Gutter& Sidewalk ST-12A thru ST- Curb Ramp Detail 12D ST-18 Street Name Sign ST-20 Standard Crosswalk City of Fresno 2021 Standard Plans P-66 U-Turn Minimum Clearance E-4A Traffic Signals-Concrete Pull Boxes E-13 Signal Lights-Bike Loop Detector Detail E-14 Signal Lights-Loop Detector Placement E-20 Pedestrian Signal & PPB Terminal Locations E-34B 332L Cabinet/2070L Detection E-34C 332 Cabinet C11 Retro-Fit nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION I GENERAL PROVISIONS 1 GENERAL 1-1.01 GENERAL Add to the beginning of Section 1: The work is done in accordance with the 2023 Standard Specifications, 2023 Standard Plans and the following special provisions. Where these special provisions indicate to replace, add to, delete, delete from, or otherwise modify a "section,"or a portion thereof, the section or portion thereof to which such modification is to be applied is the section or portion thereof with the corresponding numbering in the 2023 Standard Specifications. Revised standard plans apply if listed on the "List of Revised Standard Plans," if any, in these special provisions; or if shown or referenced on the project plans or in the project details section of the book entitled "Specifications." In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. Add to section 1-1.01: Bid Items and Applicable Sections Item Item description Applicable code section 070030 Lead Compliance Plan 7 090124A Compensation for Adjustments for Price Fluctuations 9 Supplemental Work 9 Mobilization 9 100300A Furnish Field Office 10 Construction Project Funding Sin 12 120100 Temporary Traffic Control 12 128651 Portable Changeable Message Sin 12 Job Site Management 13 130300 Prepare Storm Water Pollution Prevention Plan 13 130310 Rain Event Action Plan 13 130315A SWPPP Implementation 13 130320 Storm Water Sampling and Analysis Day 13 130325A State Water Resources Control Board NOI Filing Fee 13 130330 Storm Water Annual Report 13 152440A Adjust Utility Box to Grade 152441 Adjust Valve Box Frame and Cover to Grade 71 153247A Remove Concrete Valley Gutter 15 160110 Temporary High-Visibility Fence (Type ESA 16 170103 Clearing and Grubbing 17 190105 Roadway Excavation (Type Z-2 (Aerially Deposited Lead 19 190185 Shoulder Backing 19 198010 Imported Borrow 19 220101 Finishing Roadway 22 260203 Aggregate Base Class II 26 390132 Hot Mix Asphalt (Type A 39 394073 Place Hot Mix Asphalt Dike (Type A 39 393004 Stress Absorbing Membrane Interlayer 39 397005 Tack Coat 39 398100 Remove HMA Dike 39 398200 Cold Plane Asphalt Concrete Pavement 39 710212 Adjust Manhole to Grade 71 730070 Detectable Warning Surface 73 731501A Minor Concrete - Median Curb 73 730010 Minor Concrete - Curb 73 Minor Concrete - 8" Median Curb (Modified) 73 731502A Minor Concrete -Valley Gutter 73 731504 Minor Concrete - Curb and Gutter 73 731505A Minor Concrete - Retaining Curb 73 731519 Minor Concrete - Stamped Concrete 73 731521 Minor Concrete - Sidewalk 73 Minor Concrete - Concrete Median Cap 73 731623 Minor Concrete -Curb Ramp 73 731710 Remove Concrete Curb 73 731710A Remove Concrete Curb and Gutter 73 731780 Remove Concrete Sidewalk 73 Brick Retaining Curb City of Kingsburg Bollard 820530 Reset Roadside Sign 82 820610 Relocate Roadside Sign 82 820840 Roadside Sign 82 832007 Midwest Guardrail System (Wood Post) 83 839514 Pedestrian Handrail 83 840505 4" White 2-Coat Paint Traffic Striping (Detail 8, 12,27B, 38, 38A) 84 Bid Items and Applicable Sections Item Item description Applicable code section 840505 6"White 2-Coat Paint Traffic Striping Detail 39, 39A 84 6"White Thermoplastic Traffic Striping Detail 39, 39A 840505 4"Yellow 2-Coat Paint Traffic Striping Detail 21, 22, 24, 25, 29, 31, 32 84 840505 4"White Thermoplastic Traffic Striping Detail 12, 27B, 38, 38A 84 840505 4"Yellow Thermoplastic Traffic Striping Detail 21, 25, 27, and 35A 84 840506 8"White 2-Coat Paint Traffic Striping (Detail 38, 38A, 38B, Chevron 84 Striping) 840506 8"White Thermoplastic Traffic Striping (Detail 37, 38, 38A and Chevron 84 Striping) 840515 Thermoplastic Pavement Marking 84 840665 Green Paint Pavement Marking 84 840666 2-Coat Paint Pavement Marking 84 Signal Modifications (Simpson Street at Draper Street 86 Signal Modifications Golden State Boulevard at Mountain View Avenue 86 Signal Modifications Golden State Boulevard at Highland Avenue 86 Signal Modifications Golden State Boulevard at Manning Avenue 86 Signal Modifications Golden State Boulevard at Merced Street 86 Signal Modifications Golden State Boulevard at Adams Avenue 86 Add to the 1st table of section 1-1.06: SJVAPCD San Joaquin Valley air pollution control district METS Caltrans Material Engineering and Testing Services Add to section 1-1.06: Abbreviations in the Bid Items and Applicable Sections are also used in the Bid Item List- Proposal 2. Add or Replace items in Section 1-1.07 with: Authorized Facility Audit List: Caltrans-developed list of facilities. For the Authorized Facility Audit List, go the METS website. Authorized Material List: Caltrans-developed list of authorized materials. For the Authorized Material List go to the METS website. Authorized Material Source List: Caltrans-developed list of authorized source materials. For the Authorized Material Source List go to the METS website. Bid Item List: List of bid items, units of measure, and the associated quantities. The verified Bid Item List is the Bid Item List with verified prices. The Contract Proposal (Proposal 2)of Low Bidder at the Department's website is the verified Bid Item List. After contract award, interpret a reference to the Bid Item List as a reference to the verified Bid Item List. Caltrans: State of California Department of Transportation County: The County of Fresno Department: The Fresno County Board of Supervisors and its authorized representatives. District Office: County of Fresno Department of Public Works and Planning Director: Department's Chairman Engineer: The County's Director of Public Works and Planning, acting through their authorized designees. federal-aid contract: Contract that has a federal-aid project number on the cover of the Specifications. holiday: Holiday shown in the following table: Holidays Holiday Date observed Every Sunday Every Sunda New Year's Day January 1st Birthday of Martin Luther King, Jr. 3rd Monday in January Presidents' Day 3rd Monday in February Cesar Chavez Day March 31 st Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4t" Labor Day 1st Monday in September Veterans Day November 11t" —Thanksgiving Day 4th Thursday in November Day after Thanksgiving Day Day after Thanksgiving Da Christmas Day December 25t" If January 1st, March 31st, June 19th, July 4th, November 11th, or December 25th fall on a Sunday, the Monday following is a holiday. If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Saturday, the preceding Friday is a holiday. Office engineer: The Director of Public Works and Planning for the County of Fresno permanent erosion control establishment period: Number of working days shown in Section 8-1.04 for permanent erosion control establishment work. plans: Standard plans, revised standard plans, and project plans. 1. standard plans: Drawings standard to Department construction projects. These plans are in a book titled Standard Plans. 2. revised standard plans: New or revised standard plans. These plans are listed in the List of Revised Standard Plans in a book titled Specifications. 3. project plans: Drawings specific to the project, including authorized shop drawings. These plans also include a section titled Project Details of a book titled Specifications. specifications: Standard specifications, revised standard specifications, and special provisions. 1. standard specifications: Specifications standard to Department construction projects. These specifications are in a book titled Standard Specifications. 2. special provisions: Specifications specific to the project. These specifications are in a section titled Special Provisions of a book titled Specifications. Replace Section 1-1.08 with: 1-1.08 DISTRICTS Not Used Add to the end of Section 1-1.09 This project is not in a freeze-thaw area. Replace Section 1-1.10 with: 1-1.10 PAVEMENT CLIMATE REGIONS To help account for the effects of various climatic conditions on pavement performance, the State has been divided into 9 climate regions. The project's pavement climate region is Inland Valley. Replace Section 1-1.11 with: 1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS Websites, Addresses, and Telephone Numbers Reference or agency or department unit Website Address Tele hone no. Authorized https://dot.ca.gov/program Material Lists s/engineering= Authorized services/authorized- Material Source materials-lists Lists CA Unified Certification https://californiaucp.dbesy Program's list of stem.com certified DBEs California https://dot.ca.gov/program MUTCD s/safety- -- -- ro rams/camutcd https://www.fresnocountyc 2220 Tulare Street Department Design Division —Seventh Floor (559) 600-9908 a.g°V Fresno, CA 93721 Department of Conservation, http://www.conservation.c Office of Mine a.gov/dmr/ Reclamation Department of 455 Golden Gate Ave Industrial http://www.dir.ca.gov San Francisco CA 94102 -- Relations Design Tel: (559) 353-4919 Services- Fax:(559)455-4609 2220 Tulare Street Contract https://www.fresnocountVc Design Division —Seventh Floor Email: Administration, a.gov/plan holders Fresno, CA 93721 DesignServices(c�fre Planholders, snocountyca.gov Bid Results Division of Major Construction Payment and Accounting, Information Unit Office of https://dot.ca.gov/program Office of External Accounts Payable External s/accounting Division of Accounting (916)227-9013 Accounts Department of Transportation Payable P.O. Box 168043 Sacramento, CA 95816-8043 Division of http://www.dot.ca.gov/hq/c Construction onstruc/ Geotechnical Services Geotechnical https://dot.ca.gov/program Department of Transportation (916)227-7000 Services s/engineering-services 5900 Folsom Blvd Sacramento, CA 95819-4612 Materials Engineering and Testing https://dot.ca.gov/program Services METS s/engineering-services Department of Transportation (916)227-7000 5900 Folsom Blvd Sacramento, CA 95819-4612 https://dot.ca.gov/program MPQP s/construction/material- -- -- lant- ualit - ro ram Director of Public Works & Planning Office Engineer __ Fresno County (559) 600-4078 2220 Tulare St, 81h Floor Fresno, CA 93721 Office of Electrical Office of Electrical Systems Regional Systems Transportation Management Center Regional -- 3165 Gold Valley Dr Transportation Rancho Cordova, CA 95742 Management Center Offices of MSC 9-4/41 Structure Documents Unit Offices of Structure Design, -- Design Department of Transportation (916)227-0716 Documents 1801 30th St Unit Sacramento, CA 95816-7006 Publication Publication Unit Distribution __ Department of Transportation Unit 1900 Royal Oaks Dr Sacramento, CA 95815-3800 Replace Section 1-1.12 with: 1-1.12 MISCELLANY Make checks and bonds payable to the County of Fresno. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 2 BIDDING Replace Section 2-1.04 with: 2-1.04 PREBID OUTREACH MEETING Section 2-1.04 applies if a mandatory prebid meeting is shown on the Notice to Bidders. The Department may conduct a meeting to provide access to the site and/or discuss the project in the presence of County staff. Each bidder must attend the meeting. The bidder's representative must be a company officer, project superintendent, or project estimator. For a joint venture, one of the parties must attend the mandatory prebid meeting. The Department does not accept a bid from a bidder who did not attend the meeting. A sign-in will be used to identify the attendees. Each bidder must include the name and title of the company representative attending the meeting. The Department may hold a single prebid meeting for more than one contract. Sign in for the contract you intend to bid on. If you are bidding on multiple contracts, sign-in for each contract you intend to bid on. The sign-in lists, with the names of all companies in attendance at each prebid meeting, will be made available at the website shown on the Notice to Bidders for bidder inquiries. Replace Section 2-1.06 with: 2-1.06 BID DOCUMENTS 2-1.06A General The Bid book includes bid forms and certifications and may be requested from Design Services and are available online at http://www.BidExpress.com. The Specifications includes the Notice to Bidders, project details, and special provisions. The Specifications, project plans, and any addenda to these documents may be accessed at the planholders website at https://www.fresnocountyca.gov/planholders. The Standard Specifications and Standard Plans may be accessed online at https://www.fresnocou ntVca.gov/files/sharedassets/cou my/v/2/pu bl ic-works-and- planning/design/construction-bidding-opportunities/2023-standard-specs.pdf. 2-1.06B Supplemental Project Information The Department makes the following supplemental project information available: Supplemental Project Information Where Available T Description Included in Project Details 0 Construction Funding Sign • Advanced Notification Sign (ANS) • 2015 Caltrans Standard Plan Sheets A20A, A20B, A20C, A20D, A24A, A24B, A24C, A24D, A24E, A24F, RSP ES-1A, RSP ES-1B, RSP ES-1 C, RSP ES-5A, RSP ES-513, ES-5C, ES- 5D, RSP ES--7A, RSP ES-7M, RSP ES-7N, ES-70, RSP ES-813, RSP ES-13A, RSP ES- 13B • City of Kingsburg encroachment permit • City of Selma encroachment permit • City of Fowler encroachment permit • City of Fresno encroachment permit • City of Kingsburg Standard Plans • City of Selma Standard Plans • City of Fowler Standard Plans • City of Fresno Standard Specifications and Drawings • Mitigation Monitoring and Reporting Program MMRP Available on Design Services webpage If as-built drawings are available, they may not show existing dimensions and conditions. Where new construction dimensions are dependent on existing bridge dimensions, verify the field dimensions and adjust the dimensions of the work to fit the existing conditions. Replace Section 2-1.12 with: 2-1.12 RESERVED Replace Section 2-1.15 with: 2-1.15 RESERVED Replace Section 2-1.18 with: 2-1.18 RESERVED Replace Section 2-1.27 with: 2-1.27 RESERVED Replace Section 2-1.33 with: 2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL 2-1.33A General Complete forms in the Bid book. Certain bid forms must be submitted with the bid and properly executed. Certain other forms and information must be submitted either with the bid or within the prescribed period after bid opening as specified elsewhere in these special provisions. Failure to submit the forms and information as specified results in a nonresponsive bid. If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be nonresponsive. Electronic Bids: Complete and submit the bid online at http://www.BidExpress.com (Section 2-1.33). Your electronic signature is your confirmation of and agreement to all certifications and statements contained in the Bid book. On forms and certifications that you submit through the electronic bidding service, you agree that each form and certification where a signature is required is deemed as having your signature. Hardcopy Bid: Submit a hardcopy bid: 1. Under sealed cover 2. Marked as a bid 3. Identifying the contract number and the bid opening date 4. Use ink or typewriter 2-1.33B Bid Item List and Bid Comparison Submit a bid based on the bid item quantities the Department shows on the Bid Item List (Proposal 2). Bids will be evaluated and the low bidder determined as indicated in the Notice to Bidders. Do not submit an unbalanced bid. An unbalanced is a bid is one in which one or more bid items is/are considered by the Department to have been bid at an amount that is unreasonably high or unreasonably low. A bid may be considered to be non-responsive and may be rejected if it is considered by the Department to be unbalanced. 2-1.33C Bid Document Completion Proposal items are identified by title and by the word "Proposal"followed by the number assigned to the proposal item in question. Proposal items are included in the Bid Book. 2-1.33C(1) Proposal 1 - Proposal to the Board of Supervisors of Fresno County 2-1.33C(2) Proposal 2 - Bid Item List One or more sheet(s) or list(s) upon which the bidder completes the bid. Fill out completely including a unit price and total for each unit price-based item and a total for each lump sum item. Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by 15th". Use ink or typewriter for paper bids. 2-1.33C(3) Proposal 3 - Evaluation of Bid Item List Describes how inconsistences and irregularities are evaluated and corrected when Design Services reviews the Bid Item List. 2-1.33C(4) Proposal 4 - Bid Security and Signature Submit one of the following forms of bidder's security equal to at least 10 percent of the bid: • Cash • Cashier's check • Certified check • Signed bidder's bond by an admitted surety insurer Indicate type of bid security provided. • Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is returned to bidders by County warrant. This process may take several weeks. • Cashier's or Certified Checks. This type of security is held until the bid is no longer under consideration. If submitted by a potential awardee, they will be returned when the contract is fully executed by the bidder and bonds and insurance have been approved. • Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company. Provide notarized signature of attorney-in-fact accompanied by bonding company's affidavit authorizing attorney-in-fact to execute bonds. An unsigned bid bond will be cause for rejection. Provide contractor's license information. State business name and if business is a: • Corporation - list officers • Partnership- list partners • Joint Venture- list members; if members are corporations or partnerships, list their officers or partners. • Individual - list Owner's name and firm name style Signature of Bidder-the following lists types of companies and corresponding authorized signers. • Corporation - by an officer • Partnership- by a partner • Joint Venture- by a member • Individual - by the Owner If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be rejected. Business Address - Firm's Street Address Mailing Address - P.O. Box or Street Address Complete, sign, and return with bid. 2-1.33C(5) Proposal 5 - Noncollusion Declaration Must be completed, signed, and returned with bid. 2-1.33C(6) Proposal 6 - Public Contract Code Section 10285.1 Statement Select"has"or"has not" in accordance with instructions on form, return with completed for with bid. Note that signing the bid constitutes signing this statement. 2-1.33C(7) Proposal 7 - Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232 Statement Select: "yes" or"no" accordance with instructions on form, include explanation if"yes" is selected. Return completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement. 2-1.33C(8) Proposal 8-Subcontractors Sheet(s) or spaces where bidders list subcontractors. List each subcontractor to perform work in an amount in excess of 1/2 of 1 percent of the total bid or$10,000, whichever is greater(Pub Cont Code § 4100 et seq.). The Subcontractor List submitted with the bid must show the name, location of business, work portions to be performed, and the contractor's license number for each subcontractor listed. • Use subcontractor's business name style as registered with the License Board. • Specify the city in which the subcontractor's business is located and the state if other than California. • Description of the work to be performed by the subcontractor. Indicate with bid item numbers from the bid item list and/or work descriptions similar to those on bid item list. • List license number and Department of Industrial Relations registration number for each subcontractor. Upon request from Design Services, provide the following additional information within 24 hours of bid opening if not included on the Subcontractor List submitted with the bid: • Complete physical address for each subcontractor listed. • Percentage of the total bid or dollar amount associated with each subcontractor listed. 2-1.33C(9) Proposal 9 -Title 13, California Code of Regulations§2449(i) General Requirements for In-Use Off-Road Diesel-Fueled Fleets Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid. Subcontractor certificates will be due no later than 4:00 p.m. on the fifth (51")calendar day after the bid opening if not submitted with the bid. 2-1.33C(10) through 2-1.33C(17) NOT USED 2-1.33C(18) Opt Out of Payment Adjustments for Price Index Fluctuations -Proposal 18 You may opt out of the payment adjustments for price index fluctuations specified in section 9-1.07. To opt out, submit a completed Opt Out of Payment Adjustments for Price Index Fluctuations form with your bid. 2-1.33C(19) Guaranty— Proposal 19 Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when contract is executed. 2-1.33D Electronic Bid Document Completion Electronic versions of the bid book documents are available online at http://www.BidExpress.com, and may be submitted through that website. You must either attach an electronic bid bond or provide an original bid bond (or other form of bid security authorized by Public Contract Code Section 20129(a)), prior to the bid opening. Bidders submitting online may use one of the accepted electronic sureties (SurePath or Tinubu)to submit their bid bond; or may submit cash, cashier's check, certified check, or a bidder bond to Design Services at 2220 Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid bonds directly to Design Services must submit their bid bond: 1. Under sealed cover 2. Marked as a bid-bond 3. Identifying the contract number and the bid opening date on the cover Replace Section 2-1.34 with: 2-1.34 BIDDER'S SECURITY Submit one of the following forms of bidder's security equal to at least 10 percent of the bid: 1. Cash 2. Cashier's check 3. Certified check 4. Signed bidder's bond by an admitted surety insurer 5. Electronic bidder's bond by an admitted surety insurer submitted using an electronic registry service approved by the Department Submit cash, cashier's check, certified check, or bidder's bond with a paper bid. Submit an electronic bidder's bond with the electronic bid or submit cash, cashier's check, certified check, or bidder's bond before the bid opening time. Replace Section 2-1.40 with: 2-1.40 BID WITHDRAWAL 1. An authorized agent may withdraw a paper bid before the bid opening date and time by submitting a written bid withdrawal request at the location where the bid was submitted. Withdrawing a bid does not prevent you from submitting a new bid. An authorized agent is an individual authorized to submit a bid. 2. A bidder may withdraw or revise a bid after it has been submitted to the electronic bidding service if this is done before the bid opening date and time. 3. After the bid opening time, you cannot withdraw a bid. 2-1.46 DEPARTMENT'S DECISION ON BID The Department's decision on the bid amount is final. The Department may reject: 1. All bids 2. A nonresponsive bid 3. A bid from any entity that is a parent, affiliate, or subsidiary, or that is under common ownership, control, or management with any other entity submitting a bid on the project Replace Section 2-1.47 with: 2-1.47 BID RELIEF The Department may grant bid relief under Pub Cont Code § 5100 et seq. Submit any request for bid relief via email to Design Services at the address listed in the table in Section 1-1.11. Add Section 2-1.51: 2-1.51 DISCLOSURE OF SELF-DEALING TRANSACTIONS This provision is only applicable if the contractor is operating as a corporation (a for-profit or non-profit corporation)or if during the term of this agreement, the contractor changes its status to operate as a corporation. Members of the contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while contractor is providing goods or performing services under this agreement. A self-dealing transaction shall mean a transaction to which the contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self- dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction Disclosure Form which is included in Project Details of these special provisions. In the event that the Contractor(to whom the project is awarded) is operating as a corporation or incorporates during the course of the construction contract, and any member of its board of directors is engaged or intends to become engaged in self-dealing transaction(s), each member of its board of directors who is engaged or intends to become engaged in a self-dealing transaction or transactions must complete and submit to the County a completed Self-Dealing Transaction Disclosure Form (in Project Details)for each such transaction prior to engaging therein or immediately thereafter. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 3 CONTRACT AWARD AND EXECUTION Replace Section 3 with: 3-1.01 GENERAL Section 3 includes specifications related to contract award and execution. 3-1.02 CONSIDERATION OF BIDS 3-1.02A General Bids will be compared on the basis listed in the Notice to Bidders. 3-1.02B Tied Bids The Department breaks a tied bid with a coin toss. 3-1.03 CONTRACTOR REGISTRATION No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 3-1.04 CONTRACT AWARD 3-1.04A BID PROTEST PROCEDURES Any bid protest must be submitted in writing and delivered by the Bidder by either of the following means: (1)via e-mail to Des ignServices(a-fresnocountyca.gov; or(2)via certified mail, return receipt requested to the following address: Design Division, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno, CA 93721. The bid protest must be received no later than 5:00 p.m. of the seventh (71h) calendar day following the bid opening for any issues found within the bid itself, or 5:00 p.m. of the third (3'd) calendar day following the deadline for submittal of the specific bid document(s) placed at issue by the protest. Any Bidder filing a protest is encouraged to submit the bid protest via e-mail, because the deadline is based on the Department's receipt of the bid protest. A bid protest accordingly may be rejected as untimely if it is not received by the deadline, regardless of the date on which it was postmarked. The Bidder's compliance with the following additional procedures also is mandatory: a. The initial protest document shall contain a complete statement of the grounds for the protest, including a detailed statement of the factual basis and any supporting legal authority. b. The protest shall identify and address the specific portion of the document(s)forming the basis for the protest. c. The protest shall include the name, address and telephone number of the person representing the protesting party. d. The Department will provide a copy of the initial protest document and any attached documentation to all other Bidders or proposers who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. e. The Board of Supervisors will issue a decision on the protest. If the Board of Supervisors determines that a protest is frivolous, the party originating the protest may be determined to be irresponsible and that party may be determined to be ineligible for future contract awards. f. The procedure and time limits set forth herein are mandatory and are the Bidder's sole and exclusive remedy in the event of a bid protest. Failure by the Bidder to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including the subsequent filing of a Government Code Claim or legal proceedings. 3-1.04B AWARD PERIOD If the Department awards the contract, the award is made to the lowest responsible bidder within 54 calendar days after bid opening. The Department may extend the specified award period if the bidder agrees. You may request to extend the award period by faxing a request to Design Services before 4:00 p.m. on or before the last day of the award period. If you do not make this request, after the specified award period: 1. Your bid becomes invalid 2. You are not eligible for the award of the contract 3-1.05 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222) The successful bidder must furnish 2 bonds conforming to the requirements in the Agreement of these special provisions. 3-1.06 CONTRACTOR LICENSE For a federal-aid contract, the Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Pub Cont Code § 10164). For a non-federal-aid contract: 1. Contractor must be properly licensed as a contractor from bid opening through Contract acceptance (Bus & Prof Code § 7028.15) 2. Joint venture bidders must obtain a joint venture license before contract award (Bus & Prof Code § 7029.1) 3-1.07 INSURANCE POLICIES The successful bidder must submit copies of its insurance policies conforming to the requirements in the Agreement of these special provisions. 3-1.08—3-1.10 RESERVED 3-1.11 PAYEE DATA RECORD Complete and deliver to the Engineer a Payee Data Record form when requested by the Engineer. 3-1.12 RESERVED 3-1.13 FORM FHWA-1273 For a federal-aid contract, form FHWA-1273 is included with the Contract form in the documents sent to the successful bidder for execution. Comply with its provisions. Interpret the training and promotion section as specified in section 7-1.11A. 3-1.14-3-1.17 RESERVED 3-1.18 CONTRACT EXECUTION The successful bidder must sign the Agreement. Deliver to Design Services: 1. Signed Agreement including the attached form FHWA-1273 2. Contract bonds 3. Documents identified in section 3-1.07 4. For a federal-aid contract, Local Agency Bidder-DBE Information form Design Services must receive these documents before the 10th business day after the bidder receives the contract. The bidder's security may be forfeited for failure to execute the contract within the time specified (Pub Cont Code §§ 10181, 10182, and 10183). 3-1.19 BIDDERS' SECURITIES The Department keeps the securities of the 1st, 2nd, and 3rd low bidders until the contract has been executed. The other bidders' securities, other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd low bidders, and their bidders' bonds are of no further effect (Pub Cont Code § 10184). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 4 SCOPE OF WORK Replace Section 4-1.02 with: 4-1.02 INTENT The Contract intent is to provide for work completion using the best general practices. Nothing in the specifications, special provisions, Standard Specifications, or in any other Contract document voids the Contractor's public safety responsibilities. Replace Section 4-1.07D with: 4-1.07D Reserved Replace the last paragraph of Section 4-1.13 with: Remove warning, regulatory, and guide signs when directed by the Engineer. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 5 CONTROL OF WORK Delete the last paragraph of Section 5-1.01 Add the following before the last sentence in Section 5-1.02: Caltrans Standard Plans, County of Fresno Standard Drawings, and any other other-agency Standard Drawings included in the "Project Details" section of the book entitled "Specifications" have the same ranking as Standard Plans." All other drawings in the "Project Details" section of the book entitled "Specifications" have the same ranking as Project Plans. Tables and other documents in the "Project Details" section of the book entitled "Specifications" have the same ranking as Special Provisions. If a portion of a document in the Project Details section conflicts with the Special Provisions, the Special Provisions shall prevail. Replace Section 5-1.09 with: 5-1.09 RESERVED Replace Section 5-1.12 with: 5-1.12 ASSIGNMENT The performance of the Contractor or any Contract part may be assigned only with prior written consent from the Department. To request consent, submit a Contractor Action Request—Assignment of Contract Performance form. The Department does not consent to any requested assignment that would relieve you of your surety of the responsibility to complete the work or any part of the work. No third-party agreement relieves you or your surety of the responsibility to complete the work. Do not sell, transfer, or otherwise dispose of any Contract part without prior written consent from the Department. If you assign the right to receive Contract payments, the Engineer accepts the assignment upon the Engineer's receipt of a Contractor Action Request—Assignment of Contract Monies, Assignee Change of Name/Address form. Assigned payments remain subject to deductions and withholds described in the Contract. The Department may use withheld payments for work completion whether payments are assigned or not. A pending or disapproved request for assignment does not relieve you of the responsibility to commence and pursue work timely and in strict accordance with contract documents. Replace Section 5-1.13C with: 5-1.13C RESERVED Replace Section 5-1.13D with: 5-1.13D RESERVED Add the following paragraph to the end of section 5-1.16: Submit Daily Log records to the Engineer weekly for the entire course of work unless the Engineer requests another interval. Replace Section 5-1.20B(4)with: 5-1.20B(4) Contractor—Property Owner Agreement Before procuring material from or disposing or stockpiling of material on non-highway property: 1. Provide proof that the property where materials are to be stockpiled or equipment parked/stored is appropriately zoned and/or permitted for the use proposed by the Contractor. 2. Obtain written authorization from each and every owner of the property where materials are to be stockpiled or equipment parked/stored. 3. Provide proof that the signor(s)of the authorization are the owners of the property. 4. Provide an executed release from the property owner(s) absolving the Department from any and all responsibility in connection with the stockpiling of materials or parking/storage of equipment on said property. 5. Obtain written permission from the Engineer to stockpile materials or park/store equipment at the location designated in said authorization. Before Contract acceptance, submit a document signed by the owner of the material source or disposal site stating that the Contractor has complied with the Contractor-owner agreement. Failure by the Contractor to provide written authorization shall result in the withholding of all funds due to the Contractor until said authorization is received by the County. Replace Section 5-1.20C with: 5-1.20C Railroad Relations If the Contract includes an agreement with a railroad company, the Department makes the provisions of the agreement available in Project Details in the document titled "Railroad Relations and Insurance Requirements." Comply with the requirements in the document. Replace Section 5-1.23A with: 5-1.23A General Section 5-1.23 includes specifications for action and informational submittals. Any submittal not specified as an informational submittal is an action submittal. Submit action and informational submittals to the Engineer. Unless otherwise specified in these Specifications, submittals shall be provided via email in .pdf format. Each submittal must have a cover sheet that must include: 1. Contract number 2. Project Name 3. Date 4. Submittals (and resubmittals if applicable) must be numbered sequentially 5. Structure number if applicable 6. Contractor 7. Person responsible for submitting the submittal 8. Signature of Contractor's representative sending submittal 9. Section number and/or item submittal is referencing 10. Pages of submittal, excluding cover sheet The Department rejects a submittal if it has any error or omission. If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next business day with the same effect as if it had been submitted on the day specified. Documents must be submitted in the English language. Convert documents to US customary units. Replace the first paragraph of Section 5-1.23B(2)(b) with: If specified, email electronic shop drawing and calculation sheet submittals to the Engineer. Replace Section 5-1.24 with: 5-1.24 CONSTRUCTION SURVEYS The Engineer places stakes and/or marks as the Engineer determines to be necessary to establish the lines and grades required for the work. Submit your request for Engineer-furnished stakes: 1 Once staking area is ready for stakes 2. On a Request for Construction Stakes form After your submittal, the Engineer starts staking within 2 working days. Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them at the Engineer's earliest convenience and deducts the cost. Replace Section 5-1.27E with: 5-1.27E CHANGE ORDER BILLS Maintain separate records for change order work costs. Replace Section 5-1.32 with: 5-1.32 AREAS FOR USE Occupy the highway only for purposes necessary to perform the work. Defend, indemnify, and hold the Department harmless to the same extent as under section 7-1.05. The Department does not allow temporary residences within the County right-of-way. Replace Section 5-1.43A with: 5-1.43A General Minimize and mitigate the impacts of work or events for which you will make a potential claim. For each potential claim assign an identification number determined by chronological sequencing and the 1s'date of the potential claim. Use the identification number for each potential claim on the: 1. Initial Potential Claim Record form 2. Supplemental Potential Claim Record form 3. Full and Final Potential Claim Record form Failure to comply with this procedure is: 1. Waiver of the potential claim and a waiver of the right to a corresponding claim for the disputed work in the administrative claim procedure 2. Bar to arbitration (Pub Cont Code § 10240.2) Replace the word "State" with "Department" in the 3rd paragraph of Section 5-1.43D. Replace the word "Department's" with "Caltrans" in the 6` paragraph of Section 5-1.43E(1)(a). Replace the word "Department" with "Caltrans" where it appears in Section 5-1.43E(2)(a). Replace the word "Department" with "Caltrans" where it appears in Section 5-1.43E(3)(a). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 6 CONTROL OF MATERIALS Replace section 6-1.03B with: 6-1.03B Submittals 6-1.03113(1) General Not Used 6-1.03B(2) Work Plan For local material, such as rock, gravel, earth, structure backfill, pervious backfill, imported borrow, and culvert bedding, obtained from a (1) noncommercial source, or(2) source not regulated under California jurisdiction, submit a local material plan for each material at least 60 days before placing the material. The local material plan must include: 1. Certification signed by you and an engineer who is registered as a civil engineer in the State or a professional geologist licensed as a professional geologist by the State stating: am aware local material from a noncommercial source or a source not regulated under CA jurisdiction must be sampled and analyzed for pH and lead and may require sampling and analysis under section 6-1.03B(3)for other constituents of concern based on the land use history. I am aware that local material sources must not contain ADL at concentrations greater than 80 mg/kg total lead or equal to or greater than 5 mg/L soluble lead as determined by the Waste Extraction Test(WET) Procedures, 22 CA Code of Regs § 66261.24(a)(2)App 11. 1 am aware that a maximum quantity of material may be excavated at the site based on the minimum number of samples taken before excavating at the site under section 6-1.03B(3). 2. Land use history of the local material location and surrounding property 3. Sampling protocol 4. Number of samples per volume of local material 5. QA and QC requirements and procedures 6. Qualifications of sampling personnel 7. Stockpile history 8. Name and address of the analytical laboratory that will perform the chemical analyses 9. Analyses that will be performed for lead and pH 10. Other analyses that will be performed for possible hazardous constituents based on: 10.1. Source property history 10.2. Land use adjacent to source property 10.3. Constituents of concern in the ground water basin where the job site is located The plan must be sealed and signed by an engineer who is registered as a civil engineer in the State or a professional geologist licensed as a professional geologist by the State. If the plan requires revisions, the Engineer provides comments. Submit a revised plan within 7 days of receiving comments. Allow 7 days for the review. 6-1.03B(3) Analytical Test Results At least 15 days before placing local material, submit analytical test results for each local material obtained from a noncommercial source or a source not regulated under CA jurisdiction. The analytical test results must include: 1. Certification signed by an engineer who is registered as a civil engineer in the State or a professional geologist licensed as a professional geologist by the State stating: The analytical testing described in the local material plan has been performed. I performed a statistical analysis of the test results using the US EPA's ProUCL software with the applicable 95 percent upper confidence limit. I certify that the material from the local material source is suitable for unrestricted use at the job site, it has a pH above 5.0, does not contain soluble lead in concentrations equal to or greater than 5mg/I as determined by the Waste Extraction Test (WET) Procedures, 22 CA Code of Regs § 66261.24(a)(2)App 11, does not contain lead in concentrations above 80 mg/kg total lead, is free from all other contaminants identified in the local material plan, and will comply with the job site's basin plan and water quality objectives of the RWQCB. 2. Chain of custody of samples 3. Analytical results no older than 1 year 4. Statistical analysis of the data using US EPA's ProUCL software with a 95 percent upper confidence limit 5. Comparison of sample results to hazardous waste concentration thresholds and the RWQCB's basin plan requirements and water quality objectives for the job site location 6-1.03B(4) Sample and Analysis Sample and analyze local material from a (1) noncommercial source or(2) a source not regulated under CA jurisdiction: 1. Before bringing the local material to the job site 2. As described in the local material plan 3. Under US EPA Test Methods for Evaluating Solid Waste, Physical/Chemical Methods (SW-846) The sample collection must be designed to generate a data set representative of the entire volume of proposed local material. Before excavating at the (1) noncommercial material source or(2) a source not regulated under CA jurisdiction, collect the minimum number of samples and perform the minimum number of analytical tests for the corresponding maximum volume of local material as shown in the following table: Minimum Number of Samples and Analytical Tests for Local Material Maximum volume of imported borrow Minimum number of samples and analytical tests cu d < 5,000 8 5,000-10,000 12 for the first 5,000 cu yd plus 1 for each additional 1,000 cu yd or portion thereof 10,000-20,000 17 for the first 10,000 cu yd plus 1 for each additional 2,500 cu yd or portion thereof 20,000-40,000 21 for the first 20,000 cu yd plus 1 for each additional 5,000 cu yd or portion thereof 40,000-80,000 25 for the first 40,000 cu yd plus 1 for each additional 10,000 cu yd or portion thereof > 80,000 29 for the first 80,000 cu yd plus 1 for each additional 20,000 cu yd or portion thereof Do not collect composite samples or mix individual samples to form a composite sample. Analyze the samples using the US EPA's ProUCL software with a 95 percent upper confidence limit. All chemical analysis must be performed by a laboratory certified by the SWRCB's Environmental Laboratory Accreditation Program (ELAP). The analytical test results must demonstrate that the local material: 1. Is not a hazardous waste 2. Has a pH above 5.0 3. Has an average total lead concentration, based upon the 95 percent upper confidence limit, at or below 80 mg/kg 4. Is free of possible contaminants identified in the local material plan 5. Complies with the RWQCB's basin plan for the job site location 6 Complies with the RWQCB's water quality objectives for the job site location Do not place local material until authorized. If the Engineer determines the appearance, odor, or texture of any delivered local material suggests possible contamination, sample and analyze the material. The sampling and analysis is change order work unless (1) hazardous waste is discovered or(2)the analytical test results indicate the material does not comply with section 6-1.03B(3). Dispose of noncompliant local material at an appropriately permitted CA Class I, CA Class II or CA Class III facility. You are the generator of noncompliant local materials. Replace section 6-1.05 with: 6-1.05 SPECIFIC BRAND OR TRADE NAME AND SUBSTITUTION Unless substitution is expressly precluded in the special provisions, a reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. Unless the Department has made a public interest finding expressly authorizing sole source procurement of a particular item, you may use a product that is equal to or better than the specified brand or trade name if authorized. Submit a substitution request with a time period that: 1. Follows Contract award 2. Allows 30 days for review 3. Causes no delay Include substantiating data with the substitution request that proves that substitution: 1. Causes no delay 2. Is of equal or better quality and suitability If the special provisions disallow substitution of a particular item, provide the specified item and do not propose substitution. Replace Section 6-1.06 with: 6-1.06 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add after the last paragraph of Section 7-1.02C: The following information is provided for the Contractor's information, and nothing herein or elsewhere within these special provisions shall be construed as limiting the Contractor's responsibility for complying with all applicable rules and regulations. In conformance with Title 13 § 2449(i), between March 1 and June 1 of each year, new valid Certificates of Reported Compliance for the current compliance year, as defined in section 2449(n)for the Contractor and all applicable subcontractors must be submitted. Submit new valid Certificates of Reported Compliance to the Engineer at least one week prior to the expiration date of the current certificate. Replace the 2' Paragraph of Section 7-1.02K(2) with: The general prevailing wage rates and any applicable changes to these wage rates are available: 1. From Design Services 2. From the Department of Industrial Relations'Web site Add to the list in the second paragraph of Section 7-1.02K(3)with: 1.10. Fringe Benefits Replace section 7-1.02K(4)(a) with: 7-1.02K(4)(a) Apprenticeship Requirements for non-Federal Projects A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California, the Director of the Department of Industrial Relations has determined the general prevailing rate of wages in the locality for each craft or type of worker needed to execute the work. Said wage rates pursuant to Section 1773.2 of the Labor Code are on file with the Clerk to the Fresno County Board of Supervisors, and will be made available to any interested person on request. A copy of this wage scale may also be obtained at the following Web Site: www.dir.ca.gov/dlsr. B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing in this Article shall prevent the employment of properly registered apprentices upon public works. Every such apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he/she is employed, and shall be employed only at the work of the craft or trade to which he/she is registered. C. Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing at Section 3070), Division 3, of the Labor Code, are eligible to be employed on public works. The employment and training of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he/she is training. Manage regulated earth material containing lead under sections 14-11.08 and 14-11.09. Place the contents of Section 7-1.04 under the heading: 7-1.04 PUBLIC SAFETY 7-1.04A General Replace the 7th paragraph in Section 7-1.04A with: Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work zone. Place the contents of Section 7-1.04 under the heading: 7-1.04 PUBLIC SAFETY 7-1.04A General Replace the 7t" paragraph in Section 7-1.04A with: Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work zone. Replace the 11"' paragraph in Section 7-1.04A with: Cover signs that direct traffic to a closed area. Add to the end of Section 7-1.04A: Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed, including shoulders, the adjacent lane must be closed under any of the following conditions: 1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed is greater than 45 miles per hour 2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed is less than 45 miles per hour Closure of the adjacent traffic lane is not required when performing any of the following: 1. Working behind a barrier 2. Paving, grinding, or grooving 3. Installing, maintaining, or removing traffic control devices except Type K temporary railing Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used for temporary edge delineation, the side of the base of the cones or delineators nearest to traffic is considered the edge of the traveled way. Add the following to the end of Section 7-1.04: 7-1.04B WORK ZONE SAFETY AND MOBILITY 7-1.04B(1) POLICY In order to ensure safe and efficient flow of traffic through work zones, the County of Fresno, via its General Plan, Transportation and Circulation Element, Policy TRA-1, has adopted the use of AASHTO Standards as supplemented by Caltrans and County Department of Public Works and Planning Standards. 7-1.04B(2)TRAFFIC MANAGEMENT PLAN Perform traffic management shall be in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL,"of these special provisions. 7-1.04B(3)TEMPORARY TRAFFIC CONTROL PLAN Prepare traffic control plan(s) in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL," of these special provisions. 7-1.04B(4)PUBLIC INFORMATION Provide notice to public agencies and others to the extent required, if any, elsewhere in these special provisions. The Engineer provides other noticing not identified to be performed by the Contractor. Replace the word "State" with "County" where it occurs in Section 7-1.05C. Replace the word "State" with "Department" in the 15t paragraph of Section 7-1.06B. Replace the word "State" with "County" in the 51" paragraph of Section 7-1.06C. Replace the word "State" with "the Department" in Section 7-1.06D(1). Replace Section 7-1.06D(2)with: 7-1.06D(2) Liability Limits/Additional Insureds Refer to the Agreement of these special provisions Additional insured coverage must be provided by a policy provision or by an endorsement providing coverage at least as broad as Additional Insured(Form B) endorsement form CG 2010 and CG 2037 (for completed operations), as published by the Insurance Services Office (ISO), or equivalent form as approved by the Department. Replace the word "State" with "County" in Section 7-1.06D(3). Replace the word "State" with "County" in Section 7-1.06D(4). Replace Section 7-1.06E with: 7-1.06E Automobile Liability Insurance Comply with requirements in the Agreement of these special provisions. Replace Section 7-1.06G with: 7-1.06G NOT USED Replace Section 7-1.06H with: 7-1.06H Enforcement The Department may assure your compliance with your insurance obligations. 30 days before an insurance policy lapses, expires, or is canceled during the Contract period you must submit to the Department evidence of renewal or replacement of the policy. If you fail to maintain any required insurance coverage, the Department may maintain this coverage and withhold or charge the expense to you or terminate your control of the work. Any failure to comply with the reporting provisions of your policy shall not affect coverage provided to the Department, including its officers, directors, agents (excluding agents who are design professionals), and employees. You are not relieved of your duties and responsibilities to indemnify, defend, and hold harmless the County, its officers, agents, and employees by the Department's acceptance of insurance policies and certificates. Minimum insurance coverage amounts do not relieve you for liability in excess of such coverage, nor do they preclude the County from taking other actions available to it, including the withholding of funds under this Contract. Replace Section 7-1.061 with: 7-1.061 Self-Insurance Comply with the Agreement of these special provisions. Add to the beginning of Section 7-1.0713: This section applies to seal coat projects. Add Section 7-1.07C: 7-1.07C Claims This section applies to non-seal coat projects which involve asphalt concrete paving. Pay for claims for personal property damage caused by your work. Claims are limited to: 1. 10 percent of the total bid Within 30 days of the last working day placement of hot mix asphalt, do the following: 1. Process and resolve all claims reported or submitted to you by the public as follows: 1.1. Within 3 business days of receipt of a claim, submit to the Department a copy of the claim, a written analysis of the claim, and a statement indicating whether or not you will pay the claim. If you reject a claim, provide the reasons for rejection in writing. 1.2. If the claimant becomes dissatisfied with your handling of the claim, immediately refer the claimant to the local district claims office for assistance in resolving the claim. 2. Submit to the Department evidence of your paid claims. All claims presented to the Department, (Govt Code § 900 et seq.) are processed and resolved by the Department as follows: 1. The claims are processed as formal government claims subject to all laws and policies and are resolved as the Department determines including referring the claim to you for handling. 2. If the Department approves settlement of a claim or is ordered to pay pursuant to a court order, the claim is paid from funds withheld from you. 3. Within 3 business days of the Department's determination that you are responsible for resolving the claim, the Department sends a copy of the claim to you for resolution or notifies you of the Department's decision to resolve the claim. The Department withholds an amount not to exceed 5 percent of the total bid to resolve all claims. The amount is held no longer than 60 days following the last working day so that the Department has ample time to resolve any pending claims. After 60 days, any remaining amount withheld is returned to you. If no withheld funds remain or have been returned, the Department may pay any claims and seek reimbursement from you through an offset or any other legal means. Any reimbursement or offset to be recovered from you, including all other paid claims, is limited to 10 percent of the total bid. Section 7-1.07C does not limit your obligation to defend and indemnify the Department. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 8 PROSECUTION AND PROGRESS Replace Section 8-1.01 with: 8-1.01 GENERAL Section 8 includes specifications related to prosecuting the Contract and work progress. 8-1.01A Work Hours Perform all work on working days during daytime. You may request approval to work on a holiday or on a non-working day. If, pursuant to such request, the Engineer authorizes you to work on a holiday or on a non-working day, you pay the actual cost incurred by the Department to perform all inspection, surveying, testing, and all other project-related work by the Department on such holiday or non-working day. Such payment will be deducted from monies due or which may become due to the Contractor. Plan work so that all construction operations performed each day, including cleanup of the project site, establishment of appropriate traffic control and any other work necessary for the safety of the public shall be completed within the daytime hours. Do not perform work during nighttime unless approved by the Engineer Request approval to work during nighttime in writing and include the appropriate traffic control plan(s)and work plan(s)which clearly identify all provisions for illuminating all portions of the work site, including any flagging operations. If you fail to complete work during the daytime hours, the Engineer may stop all work upon the onset of nighttime and order you to perform any and all work the Engineer deems necessary to ensure the safety of the public during the nighttime hours. You are not entitled to any additional compensation or extension of the contract time as a result of the Engineer stopping the work due to the onset of nighttime. Replace the 1ST paragraph of Section 8-1.0213(1) with: No pay item is provided for Level 1 Critical Path Project Schedule. Payment is considered to be included in the various items of work including revisions and time analysis. Add to the end of the list in the 41h paragraph of Section 8-1.02B(3)with: 3. Time Impact Analysis (Refer to Section 8-1.02C(8)(b)for description) Replace Section 8-1.02C with: 8-1.02C Reserved except for 8-1.02C(8)(b) Replace the row for Schedule in the table in the 2nd paragraph of section 8-1.03 with: Schedule I Baseline schedule and weekly statement of working days report Replace Section 8-1.04 with: 8-1.04 START OF JOB SITE ACTIVITIES 8-1.04A General Provide signed contracts, bonds, and evidence of insurance timely as required. This section, 8-1.04, "Start of Job Activities," does not modify remedies available to the Department should you fail to provide signed contracts bonds and insurance timely. Submit a notice 72 hours before starting job site activities. If the project has more than 1 location of work, submit a separate notice for each location. You may start job site activities before receiving notice of Contract approval if you: 1. Deliver the signed Contract, bonds, and evidence of insurance to the Department 2. Submit 72-hour notice 3. Are authorized by the Department to start 4. Perform work at your own risk 5. Perform work under the Contract If the Contract is approved, work already performed that complies with the Contract is authorized. If the Contract is not approved, leave the job site in a neat condition. If a facility has been changed, restore it to its former condition or an equivalent condition. The Department does not pay for the restoration. 8-1.04B Reserved Replace Section 8-1.04C with: 8-1.04C Long Lead Time Equipment Start Section 8-1.04B, Standard Start, does not apply to this project This project includes two, non-concurrent phases. The first order of work(submittals) involves potholing, submittals and equipment procurement. The second order of work involves physical construction upon the project site. 8-1.04C(1) First Order of Work, Submittals Be prepared to begin the first order of work no later than the 20th business day after award of the Contract by the Department. The Engineer may issue a notice to proceed with the first order of work as soon as the Contracts, including bonds and insurance certificates, have been approved. Start the first order of work on the day shown in the notice to proceed, unless an early start has been approved. Potholing at the project site shall be completed within the first ten working days of the first order of work. No submittals will receive final approval until field verification of the final pole location has been approved by the Engineer. Compensation for potholing shall be considered to be included in the various items of work. The Engineer may issue a notice of commencement of contract time for the first order of work if you fail to provide Contracts, including bonds and insurance certificates or other required documents timely. The Engineer shall have a maximum of ten (10) working days in which to review and approve or reject each submittal from the Contractor. In the event that the Engineer rejects any of the Contractor's initial submittals, the Engineer shall have a maximum of ten (10)working days in which to review and approve or reject each re-submittal from the Contractor. The ten (10)working day time period for the Engineer's review shall commence on the day upon which the Engineer receives the submittal or re-submittal in question. In the event that the Engineer's review of a submittal or re-submittal requires in excess of ten (10) working days, the Engineer shall extend the number of working days allowed for the completion of the first order of work by one working day for each working day of delay in the Engineer's completion of the review. The first order of work is complete when you: • have completed potholing at the project site • have completed a staging plan clearly depicting all phases of the work and intended traffic control plan at each phase. • have approval of Traffic Control Encroachment Permit from all Agencies. • have received approval for all submittals required for the project. • have furnished a statement from the vendors that the orders for required equipment and materials has been received and accepted by said vendor • have furnished a statement from vendors which indicates that the anticipated delivery date for the equipment and materials ordered is in conformance with contract requirements. • Receive a written statement that the first order of work is complete. Complete the first order of work within the number of working days specified in the Notice to Bidders. Start the first order of work from the date shown in said Notice to Proceed, or in the Notice of Commencement of Contract Time, whichever was issued first. Pay to the County of Fresno the sum of TWO THOUSAND DOLLARS ($2,000.00) per day for each and every calendar day's delay in finishing the first order of work in excess of the number of working days prescribed above. 8-1.04C(2) Second Order of Work The Engineer, in their sole discretion, may issue the Notice to Proceed —Second Order of Work immediately upon delivery to the Contractor of the materials and equipment necessary to construct the project. Alternatively, the Engineer may defer issuance of the Notice to Proceed —Second Order of Work to the extent the Engineer, in their sole discretion, deems appropriate. Begin work at the site on the date shown on the Notice to Proceed —Second Order of Work. Do not begin site work prior to the date shown on the Notice to Proceed —Second Order of Work. The date shown on the Notice to Proceed —Second Order of Work will be the first working day charged against the allotted number of working days for the second order of work. Complete the second order of work within the number of working days specified in the Notice of Bidders and from the date shown in said Notice to Proceed —Second Order of Work. Complete all work, including corrective work and punch list work, prior to the expiration of the allotted working days. Working days continue to accrue until corrective work and punch list work is completed and accepted. Pay to the County of Fresno the sum of FIVE THOUSAND TWO HUNDRED DOLLARS ($5,200) per day for each and every calendar day's delay in finishing the second order of work, including corrective work and punch list work, in excess of the number of working days prescribed above. Such payment is in addition to payment, if any, for failure to complete the first order of work as specified. Replace the 111 paragraph in Section 8-1.05 with: Contract time starts on the day specified in the notice to proceed or in the notice of commencement of contract time as described in section 8-1.04 or on the day you start job site activities, whichever occurs first. Replace the 3rd and 4tn paragraph including the table in Section 8-1.10A with: Liquidated damages are specified in section 8-1.04. Replace the word "State's" with "County's" in Section 8-1.14A. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 9 PAYMENT Add Section 9-1.01A: 9-1.01A COMPENSATION The bid items shown in the bid item list represent full compensation for performing all work. Full compensation for any work for which there is no bid item shall be considered to be included in the various items of work. Delete paragraphs 11-14 of Section 9-1.03. Add after the 6tn paragraph of Section 9-1.03: Notwithstanding anything to the contrary in these special provisions, full compensation for performing all work as shown, as specified, and as directed by the Engineer is considered to be included in the various bid items, and no additional payment will be made, except pursuant to a contract change order to perform work not shown and/or specified. If one or more bid item(s) is/are not included, perform the work as shown and as specified and payment therefor is considered to be included in the various items of work. Replace the last paragraph of Section 9-1.03 with: Pay your subcontractors within 10 days of receipt of each progress payment under Pub Cont Code §§ 10262 and 10262.5. Replace the word "Department's" with "Caltrans" in the 51n paragraph of Section 9-1.07A. Replace Section 9-1.16F with: 9-1.16F Retentions The Department, once in each month, shall cause an estimate in writing to be made by the Engineer. The estimate shall include the total amount of work done and acceptable materials furnished, provided the acceptable materials are listed as eligible for partial payment as materials in the special provisions and are furnished and delivered by the Contractor on the ground and not used or are furnished and stored for use on the contract, if the storage is within the State of California and the Contractor furnishes evidence satisfactory to the Engineer that the materials are stored subject to or under the control of the Department, to the time of the estimate, and the value thereof. The estimate shall also include any amounts payable for mobilization. Daily extra work reports furnished by the Contractor less than 5 calendar days, not including Saturdays, Sundays and legal holidays, before the preparation of the monthly progress estimate shall not be eligible for payment until the following month's estimate. The amount of any material to be considered in making an estimate will in no case exceed the amount thereof which has been reported by the Contractor to the Engineer on State-furnished forms properly filled out and executed, including accompanying documentation as therein required, less the amount of the material incorporated in the work to the time of the estimate. Only materials to be incorporated in the work will be considered. The estimated value of the material established by the Engineer will in no case exceed the contract price for the item of work for which the material is furnished. The Department shall retain 5 percent of the estimated value of the work done and 5 percent of the value of materials so estimated to have been furnished and delivered and unused or furnished and stored as aforesaid as part security for the fulfillment of the contract by the Contractor. The Department will not hold retention for mobilization or demobilization. The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No monthly estimate or payment shall be required to be made when, in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract. No monthly estimate or payment shall be construed to be an acceptance of any defective work or improper materials. Attention is directed to the prohibitions and penalties pertaining to unlicensed contractors as provided in Business and Professions Code Sections 7028.15(a) and 7031. Add Section 9-1.23: 9-1.23 RESOLUTION OF CONTRACT CLAIMS Public works contract claims of three hundred seventy-five thousand dollars ($375,000)or less which arise between a Contractor and a local public agency shall be resolved in accordance with the provisions of California Public Contract Code Sections 20104-20104.6, inclusive. In addition, California Public Contract Code Section 9204 requires that the procedure established therein shall apply to all claims (as therein defined)filed by a contractor in connection with a public works project. Accordingly, this contract expressly incorporates all of the terms and conditions of those statutory provisions, which are as follows: California Public Contract Code Section 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 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. (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, 2027, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2027, deletes or extends that date. California Public Contract Code Sections 20104—20104.6 Section 20104 (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240)of Chapter 1 of Part 2. (b)(1) "Public work" means "public works contract" as defined in Section 1101 but does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for(A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or(C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. Section 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. Section 20104.4 The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act(Title 4 (commencing with Section 2016.010) of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. Section 20104.6 (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Add Section 9-1.24: 9-1.24 SUPPLEMENTAL WORK (PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS) This item is provided solely to provide funds necessary for adjustments to the prices of those oil- containing materials expressly specified as eligible for such adjustments in "Payment Adjustments for Price Index Fluctuations," elsewhere in these special provisions. The amount included for this item is an estimate only, and is a predetermined amount included in the bid item list for the project. This item, "Supplemental Work (Payment Adjustments for Price Index Fluctuations" is purely administrative in nature, is not intended to limit such payment adjustments to the number provided in the bid item list, nor is it intended to modify or supplement the provisions in "Payment Adjustments for Price Index Fluctuations," in any manner whatsoever. Any and all such adjustments shall be made in strict conformance with the requirements in said section. The provisions in Section 9-1.06, "Changed Quantity Pay Adjustments" of the Standard Specifications shall not apply to the item "Supplemental Work (Payment Adjustments for Price Index Fluctuations)." Add Section 9-1.25: 9-1.25 SUPPLEMENTAL WORK The Supplemental Work bid item is provided to compensate the Contractor for new and unforeseen work necessary to construct the project as designed and intended. Supplemental Work is not for design changes. Supplemental Work will be classed as extra work in accordance with the provisions of Section 4-1.05, "Changes and Extra Work," of the Standard Specifications. The dollar amount for supplemental work shown in the Proposal is an estimate only, and shall be included in each bidder's proposal. Supplemental work shall be performed only upon direct written authorization from the Engineer and daily extra work reports shall be submitted to and approved by the Engineer. The contractor shall maintain separate records for extra work performed in accordance with the provisions of Section 5-1.27," Records," of the Standard Specifications and these special provisions. Payment will be based on the total amount of authorized Supplemental Work actually performed. The provisions in Section 9-1.06, "Changed Quantity Pay Adjustments" of the Standard Specifications shall not apply to the item "Supplemental Work." AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION II GENERAL CONSTRUCTION 10 GENERAL Add to the end of Section 10-1.02B: Install loop detectors in the uppermost layer of the new pavement. Replace "Reserved" in section 10-3 with: 10-3 FURNISH FIELD OFFICE 10-3.01 GENERAL 10-3.01A Summary Section 10-3 includes specifications for furnishing a field office and associated services for the exclusive use of the Engineer. You must provide the office and testing trailer beginning 14 days before project work begins and ending 21 days after final acceptance. Facilities remain your property upon completion of the contract. You must perform all site work to set up and remove the office. Provide weatherproof buildings or trailers in good condition and meet all applicable ordinances, safety codes, and regulations. Facilities and their location are subject to approval. You are responsible for providing a separate, private, professional working area for the Resident Engineer's Office. The field office must be safe, sanitary and include the appropriate electrical service, potable water supply, toilet accommodations and waste disposal services. You must pay 1. sanitary and utility bills (electricity, phone and water) promptly 2. the cost for all connection and disconnection fees for electricity, phone,water service, sanitary service, fax and high speed internet 3. rental of all of the office and furnishings 4. all costs associated with days of delay in closing the office including, but not limited to, weather and/or contractor schedule completions delays 5. and maintain insurance for such facility to cover any losses of equipment or material within this space The field office shall be reasonably secure, and if determined necessary by the Engineer, shall be enclosed by a 6 foot high chain link fence with a gate around the building and parking area. 10-3.01 B Definitions Not Used 10-3.01C Submittals Not Used 10-3.01D Quality Control and Assurance Not Used 10-3.02 MATERIALS You must supply a field office with the minimum requirements: 1. 400 square feet floor space, with separate room for Resident Engineer's office 2. Locking outside doors, deadbolt with keys (minimum 2 doors) 3. Alarm system with 24 hour monitoring service, optional 4. Slip proof tread and handrails on steps as required 5. Windows with locks, provide adequate cross ventilation in all rooms 6. 7 foot (min) ceiling height 7. Electrical lighting 8. Heat and air conditioning able to maintain 72 degrees Fahrenheit 9. Adequate electrical outlets and surge protectors 10. Adequate electricity (120 volt, 60 cycle) 11. Adequate potable water supply 12. Adequate indoor sanitary facilities, including sink 13. Parking for 4 vehicles (min) 14. Janitorial services—twice per week You must furnish the office at a minimum with: 1. 3 Table 30"wide 8' long x 30" high 2. 1 File cabinet, 4-drawer, fire resistant metal with lock and keys 3. 2 Desk, 30"x 60" 4. 2 Desk lamps 5. 3 Office chairs and 6 folding chairs 6. 1 5 shelf Bookcase, 3' wide x 1' deep x 6' high minimum 7. 3 3 shelf Bookcase, 3' wide x 1' deep x 4' high minimum 8. 1 48"x72" dry erase board 9. 1 Fire extinguisher 10. 1 Refrigerator, 10 cubic feet 11. 1 Microwave Oven 12. 1 Water cooler with hot/cold taps and water delivery service 13. 1 fully serviced commercial Copy Machine (with color, 11x17, and scanning capabilities), with necessary paper and cartridges 14. 1 commercial grade First Aid Kit(Contractor maintained) nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 11 WELDING AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 12 TEMPORARY TRAFFIC CONTROL Replace Section 12-2 with: 12-2 PROJECT SPECIFIC FUNDING SIGNS 12-2.01 CONSTRUCTION ADVANCED NOTIFICATION SIGNS (ANS) 12-2.01A GENERAL Details for construction ANS are in Project Details. Keep construction ANS clean and in good repair at all times. 12-2.01 B MATERIALS Provide Construction ANS, barricades, and mounting hardware. Barricades must be Type II and comply with section 12-3.10. Sign panels for construction ANS must be framed, single sheet aluminum panels complying with section 82-2. The background on construction project funding signs must be Type II retroreflective sheeting on the Authorized Material List for signing and delineation materials. The legend must be retroreflective, except for nonreflective black letters and numerals. The colors blue and orange must comply with PR Color no. 3 and no. 6, respectively, as specified in the Federal Highway Administration's Color Tolerance Chart. 12-2.01C CONSTRUCTION Mount construction ANS to barricades. Provide and Install construction ANS at the locations designated by the Engineer 7 days before starting major work activities visible to highway users. Upon completion and acceptance of the work, the signs shall be removed and become the property of the Contractor. 12-2.01 D PAYMENT The costs associated with Construction ANS are considered to be included in the Traffic Control bid item. 12-2.02 CONSTRUCTION PROJECT FUNDING SIGNS 12-2.02A GENERAL Details for construction project funding signs are in Project Details. Do not add information to a construction project funding identification sign unless authorized. Keep construction project funding signs clean and in good repair at all times. 12-2.0213 MATERIALS Provide Construction project funding signs, posts, and mounting hardware. Construction project funding signs must be wood post signs complying with section 82-3. Sign panels for construction project funding signs must be framed, single sheet aluminum panels complying with section 82-2. The background on construction project funding signs must be Type II retroreflective sheeting on the Authorized Material List for signing and delineation materials. The legend must be retroreflective, except for nonreflective black letters and numerals. The colors blue and orange must comply with PR Color no. 3 and no. 6, respectively, as specified in the Federal Highway Administration's Color Tolerance Chart. The size of the legend on construction project funding signs must be as described. Do not add any additional information unless authorized. LOCAL PARTNERSHIP PROGRAMP (LPP) FRESNO COUNTY MEASURE "C" TRANSPORTATION FUNDS 12-2.02C CONSTRUCTION Provide and Install the quantity of construction project funding signs shown on the Bid Item List at the locations designated by the Engineer before starting major work activities visible to highway users. Upon completion and acceptance of the work, the signs shall be removed and become the property of the Contractor. 12-2.02D PAYMENT The Department pays you for Construction Funding Signs as follows: 1. 75 percent of the item upon installation of each sign 2. 100 percent of the item upon removal of each sign Replace the V paragraph of Section 12-3.01C with: If ordered, furnish and place additional temporary traffic control devices. This work is not change order work if: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace the last paragraph of Section 12-3.03C with: Moving plastic traffic drums from location to location if ordered after initial placement is not change order work if: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace the last paragraph of Section 12-3.10C with: Moving a barricade from location to location is change order work if ordered after initial placement of the barricade unless. 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace Section 12-3.11 B(5)(b)with: 12-3.11 B(5)(b) Construction Project Funding Identification Signs Reserved Replace the word "Department's" with the word "Caltrans" in the 1st paragraph of Section 12- 3.20A(4)(a). Replace the last paragraph of Section 12-3.20C(1) with: If the Engineer orders a lateral move of temporary barrier system and repositioning is not shown, the lateral move is change order work unless: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace the 2nd paragraph of Section 12-3.20C(2)(c) with: Install K rail as shown in the project plans. Replace the last paragraph of Section 12-3.31 C with: Moving portable flashing beacons from location to location if ordered after initial placement is change order work unless: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Add to Section 12-3.32C: Start displaying the message ("ROADWORK START MONTH/DAY/YEAR" "EXPECT DELAYS")on the portable changeable message boards 7 days prior to the start of construction. Start displaying the message on the portable changeable message sign 10 minutes before closing the lane. Place the portable changeable message sign in advance of the 1st warning sign for each: 1. Stationary lane closure 2. Connector closure 3. Shoulder closure 4. Speed reduction zone Replace the 2"1 paragraph of Section 12-3.35B(6) with: Provide any software on a CD or other Engineer-authorized data-storage device to the Engineer. Add before the 1st paragraph of Section 12-3.41A(1): Section 12-3.41 is used when shown in the Bid Item List. Replace Section 12-4.02A(3)(a) with: 12-4.02A(3)(a) General The Contractor shall prepare and submit to the County Construction Engineer for approval, a traffic control system plan indicating the means and methods he will employ to institute and maintain traffic control for all phases of the work within the project. The traffic control system plan shall be submitted to the County Construction Engineer as early as possible, preferably five (5) working days prior to pre- construction meeting. The Engineer will require five (5)working days to review the initial submittal of the traffic control system plan and an additional five (5)working days for each successive review. No work at the project site whatsoever, including preparatory work such as the installation of construction project funding signs, shall commence until the traffic control system plan has been approved in writing by the Engineer. In the event that the traffic control system plan is not submitted timely, the Engineer may issue a notice of commencement of contract time prior to approval of the traffic control system plan, and working days will begin to accrue against the allotted contract time. Late submittal of the traffic control plan or revisions thereafter required, due to the inadequacy of the plan, shall not be accepted as justification for the delay in the start of the working days for the project. It shall be the Contractor's responsibility to provide, install, maintain, and remove any and all detour signage and traffic control devices and to obtain all permits, including permits from Caltrans, as may be necessary to establish detours as part of the contractor's traffic control plan. Traffic will not be allowed to be limited to one direction when construction activities are not actively in progress. Providing, installing, maintaining, and removing all traffic control, including portable changeable message signs if required, obtaining and complying with all permits, and providing all traffic control operations shall be the responsibility of the contractor, and no additional compensation will be allowed therefor. Replace Section 12-4.02A(3)(b)with: 12-4.02A(3)(b) Closure Schedules One-way traffic shall be controlled through the project in accordance with the California Manual MUTCD and Caltrans Standard Plans T-11 and T-13 entitled "Traffic Control System for Lane Closure on Multilane Conventional Highways" and "Traffic Control System for Lane Closure on Two Lane Conventional Highways," and these special provisions. Night closure will not be permitted. When traffic is under one way control on unpaved areas, the cones shown along the centerline on the plan need not be placed. Every Monday by noon, submit a closure schedule request for planned closures for the next week. The next week is defined as Sunday at noon through the following Sunday at noon. Submit a closure schedule request 5 days before the anticipated start of any job site activity that reduces: 1. Horizontal clearances of traveled ways, including shoulders, to 2 lanes or fewer due to activities such as temporary barrier placement and paving 2. Vertical clearances of traveled ways, including shoulders, due to activities such as pavement overlays, overhead sign installation, or falsework girder erection Submit closure schedule changes, including additional closures, by noon at least 3 business days before a planned closure. Cancel closure requests at least 48 hours before the start time of the closure. The Department notifies you of unauthorized closures or closures that require coordination with other parties as a condition for authorization. Replace Section 12-4.02A(3)(d)with: 12-4.02A(3)(d) Traffic Break Schedule Not Used. Replace Section 12-4.02C(1)with: 12-4.02C(1) General Work that interferes with traffic is limited to the hours when closures are allowed. Do not reduce an open traffic lane width to less than 10 feet. If traffic cones or delineators are used for temporary edge delineation, the side of the base of the cones or delineators nearest to traffic is considered the edge of the traveled way. Discuss the contingency plan for any activity that could affect the closure schedule with the Engineer at least 5 business days before starting the activity requiring the plan. The Engineer may reschedule a closure that was canceled due to unsuitable weather. Traffic will be controlled by flagmen by eyesight, radio (walkie talkie) or baton. In the event these methods do not work satisfactorily, as determined by the Engineer, a pilot car will be required. The Engineer may require a pilot car to be used during earthwork operations in preparation of the grading plane or other operations when the Contractor's operations cover an area beyond the line of sight, or beyond the range of radios or when the baton method does not function satisfactorily. You may use automated flagger assistance devices to enhance the traffic control system for a lane closure on a two-lane convention highway, except if a bid item for automated flagger assistance devices is shown in the Bid Item List, the use of AFADs is required. Do not use automated flagger assistance devices: 1. On multi-lane highways 2. As a substitute or a replacement for a temporary traffic control signal 3. If the devices impair access for pedestrians and bicycles, unless alternate access is provided 4. If the usable shoulder area is not wide enough to place a trailer mounted device 5. If the distance between the devices is more than 800 feet, except when each device is controlled by a separate operator and radio communication is available between the AFAD operators Replace Section 12-4.02C(2)with: 12-4.02C(2) Not Used Replace Section 12-4.02C(3)with: 12-4.02C(3) Closure Requirements and Charts 12-4.02C(3)(a) General Where 2 or more lanes in the same direction, including the shoulders, are adjacent to the area where the work is being performed, close the adjacent lane under any of the following conditions: 1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed is greater than 45 mph 2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed is less than 45 mph Closure of the adjacent traffic lane is not required during any of the following activities: 1. Work behind a barrier 2. Paving, grinding, or grooving 3. Installation, maintenance, or removal of traffic control devices except for temporary railing 12-4.02C(3)(b) - 12-4.02C(3)(n) Reserved 12-4.02C(3)(o) Closure of County and City Roads The type and location of signs, lights, flags, flagmen, and other traffic control and safety devices shall be in accordance with the current edition of the California Manual on Uniform Traffic Control Devices (MUTCD) issued by the State of California, Department of Transportation (Caltrans). Allow public traffic to pass through construction at all times unless otherwise specified herein. Provide access to properties abutting the project site at all times. When directed by the Engineer, traffic shall be routed through the work under one-way control. Under one-way reversing traffic control operations, public traffic may be stopped in one direction for periods not to exceed 10 minutes. Lane closure is defined as the closure of a traffic lane or lanes within a single traffic control system. Provide a minimum of one paved traffic lane, not less than 11 feet wide, to be open for use by public traffic in each direction of travel at all times. The full width of the traveled way shall be open for use by public traffic when construction operations are not actively in progress. Keep driveways and access roads accessible at all times. You may close intersecting minor streets (Draper St, Stroud Ave, Bethel Ave, Dinuba Ave, Temperance Ave, South Ave, Adams Ave, and Clayton Ave) to public traffic for a maximum period of 5 working days with an approved traffic control system plan including a detour plan. No more than one intersection within each City's sphere of influence shall be allowed to be closed at one time. You will notify the Engineer 3 working days prior to the date on which he intends to close the road. You are required, however, to provide access to property abutting the project along the line of work at all times where such access now exists. It is agreed by the parties to the contract that should any roads remain closed for more than the number of working days specified, damage will be sustained by the County of Fresno, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the County will sustain in the event of and by reason of such delay and it is,therefore, agreed that the Contractor will pay to the County of Fresno, the sum set forth in the following paragraph per day for each and every calendar day's delay in opening any of the roads to traffic in excess of the number of days prescribed and the Contractor agrees to pay said liquidated damages wherein provided for, and further agrees that Fresno County may deduct the amount thereof from any monies due or that may become due the Contractor under the contract. Liquidated damages of $10,000 per day are for each calendar day's delay in opening the roads beyond the time limit. Asphaltic emulsion, asphalt concrete and asphalt rejuvenating agent shall not be applied to more than one- half of the width to be capped at a time, the remaining half-width to be kept free of obstructions and open for use by public traffic until the asphalt concrete cap, first applied, is ready for use by traffic. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders including sections closed to public traffic. When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed as shown on standard plan T-11. The Contractor's equipment and materials shall not remain in a lane except when such lane is closed to traffic and the lane is being used for contract operations. Valley gutters shall be constructed in one-half widths and the remaining one-half width shall be kept free from obstructions to allow local traffic and through traffic to pass. 12-4.02C(3)(p)-12-4.02C(3)(s) Reserved Replace Section 12-4.02C(7)(d)with: 12-4.02C(7)(d) Reserved Replace the word "Department's" with "Caltrans" in Section 12-4.02C(9)(a)(iv). Replace section 12-4.02C(9)(d) with: 12-4.02C(9)(d) Payment You pay the cost of furnishing all flaggers, including transporting flaggers and furnishing stands and towers for flaggers to provide for the passage of traffic through the work as specified in sections 7-1.03 and 7-1.04. Replace item 3.6.1 in the list in Section 12-4.02C(11)(a)(iii)(B) with: Not Used Replace item 5 in the list in Section 12-4.02C(11)(a)(iv)(C)with: Not Used Replace Section 12-4.02C(11)(d)with: 12-4.02C(11)(d) Payment Full payment for conforming to the requirements of this section shall be considered to be included in the Traffic Control Plan item on the Bid Items List. Replace Section 12-4.02C(14) with: 12-4.02C(14) Failure to Provide Traffic Control. If you do not provide the traffic control and it becomes necessary for the Engineer to notify you of your duties according to the Standard Specifications and these special provisions, you will pay$200 per 15- minute period or portion thereof to the County for all the time required to acquire the traffic control, including pilot car. Such payment shall commence at the time notice of the improper traffic control condition is given to you or your authorized representative by the Engineer and shall terminate when the condition is corrected. Such payment will be deducted from your payment. In addition, when it is necessary for the Engineer to perform the work, you will pay the actual cost for the performance thereof. Such amount will be deducted from your payment. This will be in addition to any penalties imposed in these special provisions. The provisions in this section will not relieve you from your responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section 7-1.04, "Public Safety," of the Standard Specifications. Replace Section 12-4.02D with: 12-4.02D Payment The Department pays for change order work for a traffic control system by force account for increased traffic control and uses a force account analysis for decreased traffic control. Traffic control system for lane closure is paid for as traffic control system. Flagging costs are paid for as specified in section 12-1.04. The requirements in section 4-1.05 for payment adjustment do not apply to traffic control system. Adjustments in compensation for traffic control system will be made for an increase or decrease in traffic control work if ordered. A traffic control system required by change order work is paid for as a part of the change order work. Full compensation for furnishing and operating the pilot car, (including driver, radios, and any other equipment and labor required) shall be considered as included in the contract lump sum price paid for traffic control system and no further payment will be made. Add between the 1st and 2"d paragraphs of section 12-4.04C: For an intersection with 4 quadrants, close the side serving the 2 quadrants in the same direction of travel. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 13 WATER POLLUTION CONTROL Add to Section 13-1.01: STATE WATER RESOURCES CONTROL BOARD (SWRCB) NOTICE OF INTENT FILING (NOI) FEE Complete the NOI filing process started by the County on the SWRCB website using information available in the contract, field and website. The Engineer will link your plan to the project on the SWRCB website. The SWRCB NOI bid item is specifically provided to reimburse Contractor for payment of NOI filing fee charged by the SWRCB and paid by the Contractor after the Contractor has completed the NOI filing process started by the County. The amount paid will be the amount of the fee only. No payment will be made for overhead or processing costs. Full compensation for any overhead and processing costs will be considered to be included in the various items of work, and no separate compensation will be made therefor. The provisions of section 9-1.06 for increased or decreased quantities shall not apply to the "State Water Resources Control Board Notice of Intent" bid item. The SWRCB website can be found at: https://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.xhtmI The dollar amount shown in the Proposal is an estimate only and shall be included in each bidder's proposal. Replace the word "Department" with "Caltrans" where it occurs in Section 13-1.01A. Replace the 1st paragraph of Section 13-1.01D(2)with: 13-1.01 D(2) Regulatory Requirements Comply with the discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities; Order No. 2009-000 9-DWQ, CAS000002 (Construction General Permit)and any amendments thereto issued by the SWRCB. The Construction General Permit may be found at: http://www.waterboards.ca.gov/water issues/prog ra ms/stormwater/constperm its.s html Add to the end of Section 13-1.01 D(2): This Project disturbs approximately 4 acres of soil. Replace Section 13-1.01 D(4)(b)with: 13-1.01 D(4)(b) Qualifications The WPC manager must: 1. Comply with the requirements provided in the Construction General Permit for: 1.1. QSP if the project requires a WPCP 1.2. QSD if the project requires a SWPPP 2. Complete the stormwater management training described at the Stormwater and Water Pollution Control Information link at the Caltrans Division of Construction website Add between the 4th and 5th paragraphs of section 13-2.01C: The Central Valley Regional Water Quality Control Board will review the authorized SWPPP. Replace Section 13-2.04: 13-2.04 PAYMENT The Department pays for prepare water pollution control program as follows: 1. Total of 50 percent of the item total upon authorization of the WPCP 2. Total of 90 percent of the item total upon work completion 3. Total of 100 percent of the item total upon Contract acceptance Add to section 13-3.01A: This project's risk level is 1. Add between the 4th and 5th paragraphs of section 13-3.01C(2)(a): The Central Valley Regional Water Quality Control Board will review the authorized SWPPP. Replace the 1st paragraph of Section 13-3.01C(2)(b)(iv)with: If a sampling and analysis plan is required, submit a sampling and analysis plan that complies with the Caltrans Construction Site Monitoring Program Guidance Manual. Add Section 13-3.01 C(5): 13-3.01C(5) Annual Certification Submit an annual certification of compliance as described in the Caltrans Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual before July 15th of each year. Replace Section 13-3.04: 13-3.04 PAYMENT For a project with 60 original working days or less, the Department pays for prepare stormwater pollution prevention plan as follows: 1. Total of 75 percent of the item total upon authorization of the SWPPP, and the completed N.O.I has been posted in the SMARTS public access database for the project. 2. Total of 100 percent of the item total upon Contract acceptance, and the completed N.O.I has been posted in the SMARTS public access database for the project. For a project with more than 60 original working days, the Department pays for prepare stormwater pollution prevention plan as follows: 1. Total of 50 percent of the item total upon authorization of the SWPPP, and the completed N.O.I has been listed in the SMARTS public access database for the project. 2. Total of 90 percent of the item total upon work completion 3. Total of 100 percent of the item total upon Contract acceptance, and N.O.T has been closed in the SMARTS public access database for the project. The Department does not pay for the preparation, collection, laboratory analysis, and reporting of stormwater samples for nonvisible pollutants if WPC practices are not implemented before precipitation or if you fail to correct a WPC practice before precipitation. The Department pays: 1. $500 for each authorized rain event action plan 2. $2,000 for each authorized stormwater annual report upon acceptance by RWQCB The Department does not adjust the unit price for an increase or decrease in the quantity of: 1. Rain event action plan 2. Storm water sampling and analysis day 3. Storm water annual report Replace Section 13-4.03G with: 13-4.03G Dewatering Dewatering consists of discharging accumulated stormwater, groundwater, or surface water from excavations or temporary containment facilities. If dewatering is required, perform dewatering work as specified for the work items involved, such as a temporary ATS or dewatering and discharge. If dewatering and discharging activities are not specified for a work item and you perform dewatering activities: 1. Conduct dewatering activities under the Caltrans Field Guide for Construction Site Dewatering. 2. Ensure any dewatering discharge does not cause erosion, scour, or sedimentary deposits that could impact natural bedding materials. 3. Discharge the water within the project limits. Dispose of the water if it cannot be discharged within project limits due to site constraints or contamination. 4. Do not discharge stormwater or non-stormwater that has an odor, discoloration other than sediment, an oily sheen, or foam on the surface. Immediately notify the Engineer upon discovering any such condition. Replace the 2nd paragraph of Section 13-5.04 with: If there is no bid item for temporary soil stabilization measures, payment therefor is considered to be included in the bid item for prepare and implement water pollution control program or in the bid item for prepare and implement stormwater pollution prevention plan, as applicable. Replace Section 13-6.04 with: 13-6.04 PAYMENT The payment quantity for temporary sediment control bid items paid for by the length is the length measured along the centerline of the installed material. The payment quantity, if any, for temporary fiber roll does not include the additional quantity used for overlaps. The Department does not pay for the relocation of temporary drainage inlet protection during work progress. If there are no bid items for installing or maintaining temporary sediment control measures, payment therefor is considered to be included in the bid item for prepare and implement water pollution control program or in the bid item for prepare and implement stormwater pollution prevention plan, as applicable. Replace Section 13-7.03D with: 13-7.03D Payment The Department does not pay for the relocation of temporary construction entrances or roadways during work progress. If there are no bid items for installing or maintaining temporary construction entrances or roadways, payment therefor is considered to be included in the bid item for prepare and implement water pollution control program or in the bid item for prepare and implement stormwater pollution prevention plan, as applicable. Replace the 1st paragraph and the 1st line of the 2nd paragraph of Section 13-8.01C(2) with: Within 20 days of Contract approval, submit 3 copies of the ATS plan if an ATS plan is required for the project. The plan, if required, must include: Replace the word "Department's" with "Caltrans" in items 3 and 4 of the list in Section 13- 8.01 C(2). AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 14 ENVIRONMENTAL STEWARDSHIP Replace paragraph 1 of section 14-2.03A with: If archaeological or historical resources are discovered within or near construction limits, do not disturb the resources and immediately: 1. Stop all work within a 100-foot radius of an archaeological or historical discovery. 2. Stop all work within a 50-foot radius of human remains. 3. Secure the area. 4. Notify the engineer. Add to the 11t paragraph of section 14-6.03A: This project is within or near habitat for the regulated species shown in the following table: Regulated Species Western Mastiff and Pallid Bats San Joaquin Kit Fox Swainson's Hawk Migratory Birds and Raptors American Badger Replace item 1 in the list in the 2n1 paragraph of section 14-6.03A with: Stop all work within a 100-foot radius of the discovery except as shown in the following table: Regulated species Protective radius feet San Joaquin Kit Fox/American Badger Potential/Atypical Den 50 feet San Joaquin Kit Fox/American Badger Natal/Pupping Den TBD by County-supplied Occupied and Unoccupied Biologist/ USFWS Nesting Migratory Raptors 500 feet Nesting Migratory Birds 250 feet Nesting Swainson's Hawk 600 feet Add to section 14-6.03A: Species protection areas within the project limits are as specified in the following table: Species Protection Areas Identification name Location Species Protection Area 1 Entire Project Limits The County-supplied Biologist will: 1. Provide biological resource training handout, sign-in sheet, and PowerPoint presentation. 2. Identify ESAs. 3. Perform all required preconstruction surveys and onsite species and habitat monitoring/agency coordination. Comply with the following biological resource information requirements: 1. Before start of work, all workers must watch the biological resource training provided to you on Digital Video Disk or by email. Workers include contractors, subcontractors, representatives, and other personnel who stay on the project site longer than 60 minutes. 2. Biological resource training is required for all workers that start after the initial training. 3. The workers must sign a form stating they attended the training. Submit this form to the Engineer within 2 business days following each training session as an information submittal. Within Species Protection Area 1, implement the following protection measures: General Protection Measures: 1. Do not perform any work until pre-construction surveys have been performed, ESA fence has been installed, your workers have watched the biological resource training, and you are authorized to start by the Engineer. 2. Notify the Engineer immediately if you see a regulated species. 3. Notify the Engineer immediately if you see a dead, injured or entrapped San Joaquin kit fox. 4. Project-related vehicles should observe a daytime speed limit of 20-mph throughout the site, except on county roads and State and Federal highways; this is particularly important at night when San Joaquin kit foxes are most active. Night-time construction should be minimized to the extent possible. However, if it does occur, then the speed limit should be reduced to 10-mph. Off-road traffic outside of Species Protection Area 1 should be prohibited. 5. To prevent inadvertent entrapment of San Joaquin kit foxes or other animals during the construction phase of a project, all excavated, steep-walled holes or trenches more than 2-feet deep should be covered at the close of each working day by plywood or similar materials. If the trenches cannot be closed, one or more escape ramps constructed of earthen-fill or wooden planks shall be installed. Before such holes or trenches are filled, they should be thoroughly inspected for trapped animals. If at any time a trapped or injured San Joaquin kit fox is discovered, inform the Engineer. 6. In the case of trapped animals, escape ramps or structures must be installed immediately to allow the animal to escape. 7. San Joaquin Kit foxes are attracted to den-like structures such as pipes and may enter stored pipes and become trapped or injured. All construction pipes, culverts, or similar structures with a diameter of 4-inches or greater that are stored at a construction site for one or more overnight periods should be thoroughly inspected for San Joaquin kit foxes before the pipe is subsequently buried, capped, or otherwise used or moved in any way. If a San Joaquin kit fox is discovered inside a pipe, that section of pipe should not be moved until the County-supplied Biologist has consulted with the Engineer. If necessary, and under the direct supervision of the County-supplied Biologist, the pipe may be moved only once to remove it from the path of construction activity, until the fox has escaped. 8. All food-related trash items such as wrappers, cans, bottles, and food scraps should be disposed of in securely closed containers and removed at least once a week from Species Protection Area 1. 9. Do not bring firearms or pets on site. 10. Be informed of and comply with PLACs and the Mitigation Monitoring and Reporting Program included in the Project Details. Replace the 2"1 paragraph of section 14-6.0313 with: Replace item 1 in the list in the 6th paragraph of section 14-6.03B with: Stop all work within a 100-foot radius of the discovery except as shown in the following table: Species Protective radius feet Nesting Migratory Raptors 500 feet Nesting Migratory Birds 250 feet Nesting Swainson's Hawk 600 feet Replace the 2"d paragraph of section 14-6.03B The Department anticipates nesting or attempted nesting from February 1 to September 30. Do not perform vegetation removal or bridge work during the nesting season unless authorized by the Engineer. Replace paragraph 1 of section 14-7.03 with: If unanticipated paleontological resources are discovered at the job site, do not disturb the resources and immediately: 1. Stop all work within a 100-foot radius of a paleontological discovery. 2. Secure the area. 3. Notify the engineer. Replace the 2"d paragraph of section 14-8.02 with: Noise from job site activities must not exceed 86 dBA Lmax at 50 feet from the job site activity from 7:00 p.m. to 7:00 a.m. each day, and the noise level produced by the traffic on or by the construction activity can't exceed 52 dBA Leq interior noise levels in school facilities as defined under St& Hwy Code § 216. Control and monitor noise resulting from work activities. Comply with applicable local regulations regarding noise suppression and attenuation. Engine-driven equipment shall be fitted with mufflers according to manufacturers' specifications. Locate fixed construction equipment such as compressors and generators at distances no less than 250 feet from sensitive receptors (including occupied residential property boundaries). Shroud or shield impact tools, and muffle or shield intake and exhaust ports on power construction equipment. Construction equipment using internal combustion engines shall be in proper tune. Replace Section 14-11.08 with: 14-11.08 Regulated Material Containing Aerially Deposited Lead 14-11.08A General Section 14-11.08 includes specifications for management of regulated material containing ADL. Management of this material includes: 1. Excavating 2. Loading and unloading containers or trucks 3. Stockpiling 4. Transporting 5. Placing 6. Disposal Manage regulated material containing ADL under the rules and regulations of the following agencies: 1. US Department of Transportation 2. US EPA 3. California Environmental Protection Agency 4. CDPH 5. DTSC 6. Cal/OSHA 7. California Department of Recycling and Recovery 8. California Air Resources Board 9. RWQCB, Region 5-Central Valley 10. San Joaquin Valley Air Pollution Control District The Department entered into agreement Docket No. ESPO-SMA 15/16-001 Soil Management Agreement for Aerially Deposited Lead-Contaminated Soils with the DTSC (ADL Agreement) regarding the management of regulated material containing ADL. As the responsible entity and the generator of waste, only the Department determines material classification. For the ADL agreement, go to the Caltrans Hazardous Waste Management website. Regulated material containing ADL is present within the project limits and the ADL Agreement applies. Management of regulated material containing ADL exposes workers to health hazards that must be addressed in your lead compliance plan under section 7-1.02K(6)(j)(ii). 14-11.08113 Definitions average ADL concentration: Average ADL concentration calculated using the 95 percent upper confidence limit. regulated material: ADL-contaminated material that has average ADL concentrations over 80 mg/kg total lead or equal to or greater than 5 mg/L soluble lead tested using the California Waste Extraction Test (CA-WET)or equal to or greater than 5 mg/L soluble lead tested using the Toxicity Characteristic Leaching Procedure (TCLP). Type Z-2: Regulated material that is a Department-generated California hazardous waste that must be disposed of at an appropriately permitted California Class I disposal facility. Type Z-2 material has average ADL concentrations greater than or equal to 1,000 mg/kg total lead or 5.0 mg/L soluble lead as tested using the CA-WET. 14-11.08C Site Conditions Concentration data and sample location maps for regulated material are included in the Information Handout. Type Z-2 material exists from the surface to below the existing grade as shown and listed in the following table: Location Elements of work Depth Sta 30+73 to Sta 619+65 Construct curb ramps 1' Sta 655+29.59 to Sta Shoulder widening 1.65' 659+20.21 14-11.08D Submittals 14-11.08D(1) General Not Used 14-11.081)(2) Perimeter Air Monitoring Requirements Not Used 14-11.081)(3) Excavation and Transportation Plan Within 15 days of Contract approval, submit 3 copies of an excavation and transportation plan for regulated material. Allow 10 days for review. If the plan requires revisions, the Department provides comments. Submit a revised plan within 7 days of receiving comments. The Engineer may allow construction to proceed while minor revisions or amendments are being completed. The excavation and transportation plan must comply with: 1. DTSC regulations 2. ADL Agreement 3. Cal/OSHA regulations The excavation and transportation plan must include: 1. Procedures for managing the material. 2. Excavation schedule by location and date. 3. Locations for temporary stockpiles. 13. Name and address of the California Class I disposal facility were hazardous waste will be disposed of. Submit the report to the Engineer and to ADL@dot.ca.gov The Engineer notifies you of acceptance or rejection of the burial location report within 5 business days of receipt. If the report is rejected, you have 5 business days to submit a corrected report. Each burial location report prepared for a survey required under section 14-11.081, including electronic files, is considered a submittal required by the contract. Failure to submit more than one submittal required by section 14-11.081 is considered multiple performance failures under section 9-1.16E(3). Submit documentation from the receiving disposal facility confirming appropriate disposal within 5 business days of transporting Type Z-2material from the job site. 14-11.08E Dust Control Prevent visible dust migration under section 14-11.04 during management of regulated material. 14-11.08G Stockpiling Do not stockpile Type Z-2material. Transfer Type Z-2material directly from the excavation to containers or trucks for transportation to the disposal facility. 14-11.08J Material Transportation Transport excavated Type Z-2 material using: 1. Hazardous waste manifest 2. Hazardous waste transporter with a current DTSC registration certificate and CA Highway Patrol (CHP) Basic Inspection of Terminals (BIT) Program documentation with a satisfactory rating. 14-11.08K Disposal 14-11.08K(1) General Laws and regulations that govern disposal of regulated material include: 1. Health and Safety Code § 25100 et seq 2. 22 CA Code of regs § 66250 et seq 3. 8 CA Code of Regs The Department does not pay for additional sampling and analysis required by disposal facilities. 14-12.04 RELATIONS WITH SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT (SJVAPCD) You are responsible for compliance with all applicable SJVAPCD regulations and requirements. This section is provided for your information, and nothing herein or elsewhere within these special provisions shall be construed as limiting your responsibility for complying with all applicable rules and regulations. Replace Section 14-12.04- 14.12.08 with: 14-12.05—14.12.08 RESERVED nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 15 EXISTING FACILITIES Insert into Section 15-1: Installation of the utilities shown in the following table requires coordination with your activities. Make the necessary arrangements with the utility company through the Engineer and submit a schedule: 1. Verified by a representative of the utility company 2. Allowing at least the time shown for the utility owner to complete its work Utility Relocation and Contractor-Arranged Time for the Relocation/Adjustments Utility FContact Information Location Duration AT&T (559)454-3725 Adjust Manholes to Grade 10 Day Kevin Tate Kt5861@att.com Notification City of Kingsburg (559) 299-1544 Water Valve Adjustments 2 Day Dave Peters d avid pete rs@ peters- Adjust Storm Drain Manholes to Notification engineering.com Grade City of Fowler (559)429-8669 Water Valve Adjustments 2 Day Soo Ho Park spark@ppeng.com Adjust Storm Drain Manholes to Notification Grade Relocate Fire Hydrants City of Selma (559)244-3123 Adjust Storm Drain Manholes to 2 Day David Horn dhorn@yhmail.com Grade Notification SKF fernandez@skfcsd.org Adjust Sewer Manholes to Grade 2 Day Frank Hernandez Notification Southern California (559) 739-2308 Adjust Gas Manholes to Grade 2 Day Gas APena4@semprautilities.com Adjust Gas Vault to Grade Notification Amy Pena Add between the 6th and 7th paragraph of section 15-1.03A: The loop detectors shown on the plans to remain must remain in place and operational. Add to the end of section 15-1.03C: At least 2 business days before hauling the material to the salvaged material stockpile location, notify the Engineer and inform the district recycle coordinator at telephone no. (559) 897-5328 for City of Kingsburg, (559) 891-2216 for City of Selma, (559) 834-3113 ext. 121 for City of Fowler. The stockpile locations are as shown in the following table: Stockpile Locations Material Location For City of Kingsburg 1200 Kern Street Kingsburg, CA 93631 For City of Selma 1710 Tucker Street Selma, CA 93662 For City of Fowler 128 S. 5th Street Fowler, CA 93625 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 16 TEMPORARY FACILITIES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION III EARTHWORK AND LANDSCAPE 17 GENERAL Add to end of 3rd paragraph in section 17-2.01: 8. Cleaning cracks in the existing pavement to the depth and limits as shown on the Plans. • Stroud Ave: GSB-SB1 Station 81+72.45 to 89+11.85 • Mountain View Ave: GSB-SB1 Station 192+20.00 to GSB-SB2 Station 194+15.34 Replace the 4th paragraph in section 17-2.03A with: Clear and grub vegetation only within the excavation and embankment slope lines. Replace the 15t sentence in the 2"1 paragraph in section 17-2.03B with: Cut tree branches that extend over the roadway and hang within 20 feet of finished grade and as directed by the engineer. Add to end of 17-2.03C: Any trees with a trunk diameter greater than or equal to 4"will constitute as a "tree removal' and will have separate bid item. Any tree or shrub less than 4" shall be considered in the bid item for"clearing and grubbing". Replace section 17-2.04 with: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in cleaning the cracks in the existing pavement to depths and widths as shown on the Plans shall be included in Clearing and Grubbing. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved removing and disposing of MGS and delineators as shown on the Plans shall be included in Clearing and Grubbing. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 18 DUST PALLIATIVES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 19 EARTHWORK Replace the first paragraph of Section 19-5.0313 with: Compact earthwork to a relative compaction of at least 95 percent for at least a depth of: 1. 0.5 foot below the grading plane for the width between the outer edges of shoulders on excavation and embankments smaller than 2.5 feet above original grade. 2. 2.5 feet below the finished grade for the width of the traveled way plus 3 feet on either side (6 feet wider)on embankments. Add to the list in the first paragraph of Section 19-9.02: 9. Import Borrow 10. Native Soil Add after the 511 paragraph of Section 19-9.02: When native soil or import borrow is used, material shall be readily compactable, shall not contain deleterious materials, shall pass 100% through a 2-inch sieve, 20% to 40% passing the #200 sieve, a Plasticity Index less than 10, and shall provide a stable surface and uniform appearance as determined by the engineer. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 20 LANDSCAPE 20-1.0213 Water Make arrangements for supplying water. Water must be of a quality that promotes plant growth. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 21 EROSION CONTROL AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 22 FINISHING ROADWAY AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION IV SUBBASES AND BASES 23 GENERAL AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 24 STABILIZED SOILS Replace the word "Department's" with "Caltrans" in the 1st paragraph of Section 24-1.01C(1). Delete the 4th paragraph of Section 24-1.01C(1). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 25 AGGREGATE SUBBASES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 26 AGGREGATE BASES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 27 CEMENT TREATED BASES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 28 CONCRETE BASES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 29 TREATED PERMEABLE BASES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 30 RECYCLED PAVEMENT 31-35 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION V SURFACINGS AND PAVEMENTS 36 GENERAL Replace Section 36-3 with: 36-3 PAVEMENT SMOOTHNESS 36-3.01 GENERAL 36-3.01A Summary Section 36-3 includes specifications for measuring the smoothness of pavement surfaces. 36-3.01 B Definitions Reserved 36-3.01C Submittals 36-3.01C(1) General Reserved 36-3.01 C(2) Reserved 36-3.01 C(3) Reserved 36-3.01C(4) Straightedge Measurements Within 2 business days of measuring smoothness with a straightedge, submit a list of the areas requiring smoothness correction. Identify the areas by: 1. Location number 2. District-County-Route 3. Beginning station or post mile to the nearest 0.01 mile 4. For correction areas within a traffic lane: 4.1. Lane direction, NB, SB, EB, or WB 4.2. Lane number from left to right in the direction of travel 4.3. Wheel path, L for left, R for right, or B for both 5. For correction areas not within a traffic lane: 5.1. Identify the pavement area, such as shoulder, weigh station, or turnout 5.2. Direction and distance from the centerline, L for left or R for right 6. Estimated size of correction area 36-3.01D Quality Assurance 36-3.01D(1) General Reserved 36-3.01 D(2) Reserved 36-3.01 D(3) Quality Control 36-3.01 D(3)(a) General Reserved 36-3.01 D(3)(b) Smoothness 36-3.01 D(3)(b)(i) General Test pavement smoothness using a 12-foot straightedge for the pavement at: 1. Traffic lanes less than 1,000 feet in length, including ramps, turn lanes, and acceleration and deceleration lanes 2. Areas within 15 feet of manholes 3. Shoulders 4. Weigh-in-motion areas 5. Miscellaneous areas such as medians, gore areas, turnouts, and maintenance pullouts 6. Any other areas selected by the Engineer.. 36-3.01 D(3)(b)(ii) Reserved 36-3.01 D(3)(b)(iii) Reserved 36-3.01 D(4) Department Acceptance The Department accepts pavement surfaces for smoothness based on compliance with the smoothness specifications for the type of pavement surface specified. For areas that require pavement smoothness determined using a 12-foot straightedge, the pavement surface must not vary from the lower edge of the straightedge by more than: 1. 0.01 foot when the straightedge is laid parallel with the centerline 2. 0.02 foot when the straightedge is laid perpendicular to the centerline and extends from edge to edge of a traffic lane 3. 0.02 foot when the straightedge is laid within 24 feet of a pavement conform 36-3.02 MATERIALS Not Used 36-3.03 CONSTRUCTION Perform pavement smoothness testing in areas selected by the Engineer in the presence of the Engineer. 36-3.04 PAYMENT Not Used Replace section 36-4 with: 36-4 RESIDUE CONTAINING LEAD FROM PAINT AND THERMOPLASTIC 36-4.01 GENERAL Section 36-4 includes specifications for performing work involving residue from grinding and cold planing that contains lead from paint and thermoplastic. 36-4.02 MATERIALS Not Used 36-4.03 CONSTRUCTION The residue from grinding or cold planing contains lead from paint and thermoplastic. The average lead concentrations are less than 1,000 mg/kg total lead and 5 mg/L soluble lead. This residue: 1. Is a nonhazardous waste 2. Does not contain heavy metals in concentrations that exceed thresholds established by the Health and Safety Code and 22 CA Code of Regs 3. Is not regulated by the Federal Resource Conservation and Recovery Act, 42 USC § 6901 et seq. Management of this material exposes workers to health hazards that must be addressed in your lead compliance plan. 36-4.04 PAYMENT Not Used nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 37 SEAL COATS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 38 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 39 ASPHALT CONCRETE Replace the list in the second paragraph of Section 39-2.01A(1)with: 1. Type A HMA 2. Minor HMA Add to the end of the list in Section 39-2.01A(2): 8. Driveways and driveway approaches Replace the 1st sentence of Section 39-2.01A(3)(b)(i) with: Except for the HMA to be used in miscellaneous areas, dikes, and berms, submit your proposed JMF for each type of HMA to be used. Replace the 2"d paragraph of Section 39-2.01A(3)(b)(1) with: The Contractor Hot Mix Asphalt Design Data form must show documentation on aggregate quality. Replace the 3rd paragraph of Section 39-2.01A(3)(b)(1) with: If you cannot submit a Department-verified or Caltrans-verified JMF on a Caltrans Hot Mix Asphalt Verification form dated within 24 months before HMA production, the Engineer verifies the JMF. Replace the 1st paragraph of Section 39-2.01A(3)(c) with: With your proposed JMF submittal, submit a QC plan for HMA. Add after the 4t" paragraph of Section 39-2.01A(3)(c): The QC Plan must include action and suspension limits and details of corrective action to be taken if any process is outside of those limits. Suspension limits must not exceed specified acceptance criteria. The QC plan must describe how test results will be submitted including times for sampling and testing for each quality characteristic. Replace Section 39-2.01A(3)(d)with: 39-2.01A(3)(d) Test Results If ordered, submit QC results within 3 business days of a request. For mix design, JMF verification, production start-up, and each 10,000 tons, submit AASHTO T 283 and AASHTO T 324 (Modified)test results to the Engineer. Submit all QC test results, except AASHTO T 283 and AASHTO T 324 (Modified), within 3 business days of a request. Submit AASHTO T 283 QC tests within 15 days of sampling. For tests performed under AASHTO T 324 (Modified), submit test data and 1 tested sample set within 5 business days of sampling. If coarse and fine durability index tests are required, submit test results within 2 business days of sampling. If a tapered notched wedge is used, submit compaction test result values within 24 hours of testing. Replace the 1st sentence of the 2"d paragraph of Section 39-2.01A(3)(f) with: For each delivery of liquid antistrip to the HMA production plant, submit a 1 pt sample to the Engineer. Replace the 1st sentence of the 31 paragraph of Section 39-2.01A(3)(f)with: At the end of each day's production shift, submit production data in electronic media. Replace the 1st sentence in the last paragraph of Section 39-2.01A(3)(g)with: Each day during lime treatment, submit the treatment data log on electronic media in tab delimited format. Replace the 1st sentence in the last paragraph of Section 39-2.01A(3)(h)with: At the end of each day's production shift, submit electronic media from the HMA plant process controller. Replace Section 39-2.01A(4)(a)with: 39-2.01A(4)(a) General Take samples under California Test 125. Reduce samples of HMA to testing size under AASHTO R47. AASHTO T 324 (Modified) is AASHTO T 324 with the following parameters: 1. Target air voids must equal 7.0 ± 1.0 percent 2. Specimen height must be 60 ± 1 mm 3. Number of test specimens must be 4 to run 2 tests 4. Do not average the 2 test results 5. Test specimen must be a 150 mm gyratory compacted specimen 6. Test temperature must be set at: 6.1. 113 ± 2 degrees F for PG 58 6.2. 122 ± 2 degrees F for PG 64 6.3. 131 ± 2 degrees F for PG 70 and above 7. Measurements for impression must be taken at every 100 passes along the total length of the sample 8. Inflection point is the number of wheel passes at the intersection of the creep slope and the stripping slope at maximum rut depth 9. Testing shut off must be set at 25,000 passes 10. Submersion time for samples must not exceed 4 hours If a WMA technology is used, a technical representative for the WMA technology must attend the preconstruction meeting. Replace item 2 in the list in the 2"1 paragraph of Section 39-2.01A(4)(b)with: 2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped can with an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt binder must be sampled with the components blended in the proportions to be used. Add the following item to the list in the 51" paragraph of Section 39-2.01A(4)(b): 4. Voids in mineral aggregate on laboratory-produced HMA Replace the word "Caltrans" with "Department" in the 101h paragraph of Section 39-2.01A(4)(b). Replace item 2 in the list in the 1st paragraph of Section 39-2.01A(4)(d) with: 2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped can with an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt binder must be sampled with the components blended in the proportions to be used. Replace the word "Department's" with "Caltrans" in Section 39-2.01A(4)(f)(i). Replace the word "Department's" with "Caltrans" in Section 39-2.01A(4)(f)(ii). Add the following to the end of Section 39-2.01A(4)(h)(i): You are not entitled to compensation for the suspension of work resulting from noncompliance with quality control requirements, including those identified in the QC Plan. Replace the 2"d paragraph of Section 39-2.01A(4)(h)(v)with: Within the first 750 tons produced on the 1st day of HMA production, in the Engineer's presence, and from the same production run, take samples of: 1. Aggregates. Coarse, fine, and supplemental fine aggregates must be taken from the combined cold- feed belt or the hot bins. If lime treatment is required, samples must be taken from individual stockpiles before lime treatment. Samples must be at least 120 lb for each coarse aggregate, 80 lb for each fine aggregate, and 10 lb for each type of supplemental fines. For hot-bin samples, the Department combines these aggregate samples to verify the TV submitted on a Contractor Job Mix Formula Proposal form. 2. Asphalt binder. Take at least two 1 qt samples. Each sample must be in a cylindrical-shaped can with an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt binder must be sampled with the components blended in the proportions to be used. 3. RAP. Samples must be at least 50 lb from each fractionated stockpile. 4. Plant-produced HMA. The HMA samples must be at least 250 lb. Delete the 61" paragraph of Section 39-2.01A(4)(h)(v). Replace Section 39-2.01A(4)(h)(vii)with: 39-2.01A(4)(h)(vii) RESERVED Replace Section 39-2.01A(4)(i)(iii)with: 39-2.01A(4)(i)(iii) Pavement Smoothness For HMA pavement within 3 feet from and parallel to the construction joint formed between curbs, gutters, or existing pavement, test pavement smoothness using a 12-foot straightedge. Replace the word "Department" with "Caltrans" in the 2"d paragraph of Section 39-2.01A(4)(i)(iv). Replace the word "Department" with "Caltrans" in the 41" paragraph of Section 39-2.01 B(4)(c)(ii). Replace the word "Department's" with "Caltrans"' where it occurs in Section 39-2.01 B(8)(a). Replace Section 39-2.01B(11) with: 39-2.01B(11) Miscellaneous Areas, Dikes, & Berms For miscellaneous areas, dikes, and berms: 1. Use Minor HMA. 2. Choose the aggregate gradation from: 2.1. 3/8-inch Type A HMA aggregate gradation 2.2. 1/2-inch Type A HMA aggregate gradation 2.3. dike mix aggregate gradation 3. Choose asphalt binder Grade PG 64-10, PG 64-16 or PG 70-10. 4. Minimum asphalt binder content must be: 4.1. 6.40 percent for 3/8-inch Type A HMA aggregate gradation 4.2. 5.70 percent for 1/2-inch Type A HMA aggregate gradation 4.3. 6.00 percent for dike mix aggregate gradation If you request and the Engineer authorizes, you may reduce the minimum asphalt binder content. Aggregate gradation for dike mix must be within the TV limits for the specified sieve size shown in the following table: Dike Mix Aggregate Gradation (Percentage Passing) Sieve size Tar et value limit Allowable tolerance 1/2" 100 -- 3/8" --- 95- 100 No. 4 73-77 TV± 10 No. 8 58-63 TV± 10 No. 30 29-34 TV± 10 No. 200 0 - 14 For HMA used in miscellaneous areas, dikes, and berms, sections 39-2.01A(3), 39-2.01A(4), 39- 2.01 B(2), 39-2.01 B(4)(c), and 39-2.01 B(5)—(10) do not apply. Replace the 2"d paragraph of 39-2.01C(3)(g) with: Before placing the interlayer or asphalt binder, clean the pavement of loose and extraneous material. Replace Section 39-2.01C(4)(b)with: 39-2.01C(4)(b) Tapered Notched Wedge Not used Add the following after the last paragraph of Section 39-2.01C(5): The test section: 1. Must not be less than 0.1 mile in length. 2. Must have a width equal to the width of the pavement and tapered edge to be paved in one pass during production. 3. Locations shall be proposed by the Contractor and approved by the Engineer. The test section must be constructed with asphalt paver fitted with one of the following FHWA-approved tapered edge devices: 1. "Shoulder Wedge Maker" manufactured by Transtech Systems, Inc.,1594 State Street, Schenectady, NY 12304, Telephone 1-800-724-6306 or 518-370-5558 2. "Advant-Edger" manufactured by Advant-Edge Paving Equipment LLC, 33 Old Niskayuna Road, Loudonville, NY 12211, Telephone 814-422-3343 3. "Ramp Champ" manufactured by Advant-Edge Paving Equipment LLC, 33 Old Niskayuna Road, Loudonville, NY 12211, Telephone 814-422-3343 4. "SafeTSlope" manufactured by Troxler Electronic Laboratories, Inc., 3008 E. Cornwallis Rd. Research Triangle Park, NC 27709, Telephone 877-876-9537 Comply with manufacturer's instructions for attaching the device(s)to the paver. The Engineer accepts the use of selected tapered edge device when edge shape and compaction of the test section are in compliance with plans and specifications. No further paving operations which include the construction of the tapered edge shall commence unless means and methods for constructing the tapered edge are approved by the Engineer. Add to the end of Section 39-2.01C(7): New paving shall tie smoothly into previously resurfaced mats, existing pavement and to private drives. Place additional HMA along the pavement's edge to conform to private drives and private road connections as shown in the Project Details. Hand rake, if necessary, and compact the additional HMA to form a smooth conform taper. Feather down the HMA to zero thickness at the approximate rate of 20 feet per 0.08-foot thickness at all match lines across the travel lanes including the beginning and end of construction and at all intersections unless otherwise shown or described in the Project Details and as directed by the Engineer. Replace Section 39-2.01 C(9)with: 39-2.01C(9) Miscellaneous Areas , Dikes, & Berms Prepare the area to receive HMA for miscellaneous areas, dikes, and berms, including excavation and backfill as needed. Spread the HMA in miscellaneous areas in 1 layer and compact to the specified lines and grades. In median areas adjacent to slotted median drains, each layer of HMA must not exceed 0.20 foot maximum compacted thickness. The finished surface must be: 1. Textured uniformly 2. Compacted firmly 3. Without depressions, humps, and irregularities Add to the list in the 111 paragraph of Section 39-2.01C(15)(b): 5. HMA overlays over existing pavement Replace the 2"d paragraph in Section 39-2.01 D with: Except for when a bid item for tack coat is specified, payment for tack coat is included in the payment for hot mix asphalt. Replace the 51" paragraph in Section 39-2.01D with: The payment quantity for place hot mix asphalt dike or berm of the type shown on the Bid Item List is the length measured from end to end. Payment for the HMA used to construct the dike or berm is not included in the payment for place hot mix asphalt dike or berm. Replace Section 39-2.02A(4)(b)(ii)with: 39-2.02A(4)(b)(ii) Aggregates Test the quality characteristics of aggregates under the test methods and frequencies shown in the following table: Aggregate Testing Frequencies Quality characteristic Test method Minimum testing frequency Gradationa AASHTO T 27 Sand equivalentb,° AASHTO T 176 1 per 750 tons and any remaining part Moisture contents AASHTO T 255 Crushed particles AASHTO T 335 Los Angeles Rattler AASHTO T 96 Flat and elongated particles ASTM D4791 1 per tons or 2 per project Fine aggregate angularity AASHTO T 304 whichevverer is s greater Method A Coarse durability index AASHTO T 210 1 per 3,000 or 1 per paving day, Fine durability index AASHTO T 210 whichever is greater alf RAP is used, test the combined aggregate gradation under California Test 384. bReported value must be the average of 3 tests from a single sample. °Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7, "Manual Shaker," 7.1.2, "Alternate Method No. 2," and 8.4.3, "Hand Method," do not apply. Prepare the stock solution as specified in section 4.8.1, "Stock solution with formaldehyde," except omit the addition of formaldehyde. sTest at continuous mixing plants only. If RAP is used, test the RAP moisture content at continuous mixing plant and batch mixing plant. For lime treated aggregate, test aggregate before treatment and test for gradation and moisture content during HMA production. Replace Section 39-2.02A(4)(b)(iii)with: 39-2.02A(4)(b)(iii) Reclaimed Asphalt Pavement Sample and test processed RAP at a minimum frequency of 1 sample per 1,000 tons with a minimum of 6 samples per fractionated stockpile. If the fractionated stockpile has not been augmented, the 3 RAP samples taken and tested for mix design can be part of this minimum sample requirement. If a processed RAP stockpile is augmented, sample and test processed RAP quality characteristics at a minimum frequency of 1 sample per 500 tons of augmented RAP. The combined RAP sample when tested under AASHTO T 164 must be within ±2.00 percent of the average asphalt binder content reported on page 4 of your Contractor Hot Mix Asphalt Design Data form. If a new processed RAP stockpile is required, the average binder content of the new processed RAP stockpile must be within ±2.00 percent of the average binder reported on page 4 of your Contractor Hot Mix Asphalt Design Data form. The combined RAP sample when tested under AASHTO T 209 must be within ±0.06 of the average maximum specific gravity reported on page 4 of your Contractor Hot Mix Asphalt Design Data form. During Type A HMA production, sample RAP twice daily and perform QC testing for: 1. Aggregate gradation at least once a day under California Test 384 2. Moisture content at least twice a day Replace Section 39-2.02A(4)(b)(ix)with: 39-2.02A(4)(b)(ix) Type A Hot Mix Asphalt Production Test the quality characteristics of Type A HMA under the test methods and frequencies shown in the following table: Type A HMA Production Testing Frequencies Quality characteristic Test method Minimum testing frequency Asphalt binder content AASHTO T 308, Method A 1 per 750 tons and any remaining part HMA moisture content AASHTO T 329 1 per 2,500 tons but not less than 1 per paving day Air voids content AASHTO T 269 1 per 4,000 tons or 2 every 5 paving days, whichever is greater Voids in mineral aggregate MS-2 Asphalt Mixture Volumetrics 1 per 10,000 tons or 2 per project Dust proportion MS-2 Asphalt Mixture whichever is greater Volumetrics Hamburg wheel track California Test 389 1 per 10,000 tons or 1 per project, whichever is greater Moisture susceptibility AASHTO T 283 3 per 250 tons or 3 per paving day, whichever is greater Replace the 111 table in the 111 paragraph of Section 39-2.02A(4)(e)with: 39-2.02A(4)(e) Department Acceptance The Department accepts Type A HMA based on compliance with: 1. Aggregate quality requirements shown in the following table: Aggregate Qualit Quality characteristic Test method Requirement Aggre ate gradationa AASHTO T 27 JMF ±Tolerance Percent of crushed particles Coarse aggregate (min, %) One-fractured face 95 Two-fractured faces AASHTO T 335 90 Fine aggregate (min, %) (Passing No. 4 sieve and retained on No. 8 sieve.) One-fractured face 70 Los Angeles Rattler(max, %) Loss at 100 Rev. AASHTO T 96 12 Loss at 500 Rev. 40 Sandequivalent min. b,° AASHTO T 176 47 Flat and elongated particles (max, % by ASTM D4791 10 weight at 5:1 Fine aggregate angularity min, % d AASHTO T 304, Method A 45 Coarse durability index Dc, min AASHTO T 210 65 Fine durability index Df, min AASHTO T 210 50 aThe Engineer determines combined aggregate gradations containing RAP under California Test 384. bReported value must be the average of 3 tests from a single sample. °Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7, "Manual Shaker," 7.1.2, "Alternate Method No. 2," 8.4.2 Manual Shaker Method, and 8.4.3, "Hand Method," do not apply. Prepare the stock solution as specified in section 4.8.1, "Stock solution with formaldehyde," except omit the addition of formaldehyde. aThe Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel. Replace the 111 sentence in the 2nd paragraph of Section 39-2.02B(2) with: For Type A HMA mixtures using RAP, the maximum allowed binder replacement is 25.0 percent. Replace Section 39-2.02B(3)with: 39-2.02B(3) Asphalt Binder The grade of asphalt binder for Type A HMA must be PG 64-10. Replace Section 39-2.02B(4)(a) with: 39-2.02B(4)(a) General Before the addition of asphalt binder and lime treatment, the aggregates must comply with the requirements shown in the following table: Aggregate Qualit Quality characteristic Test method Requirement Percent of crushed particles: Coarse aggregate (min, %) One-fractured face 95 Two-fractured faces AASHTO T 335 90 Fine aggregate (min, %) (Passing No. 4 sieve and retained on No. 8 sieve.) One-fractured face 70 Los Angeles Rattler(max, %) Loss at 100 Rev. AASHTO T 96 12 Loss at 500 Rev. 40 Sandequivalent mina AASHTO T 176 47 Flat and elongated particles max, % by weight at 5:1 ASTM D4791 10 Fine aggregate angularity min, % b AASHTO T 304, Method A 45 Coarse durability index Dc, min AASHTO T 210 65 Fine durability index Df, min AASHTO T 210 50 aThe reported value must be the average of 3 tests from a single sample. Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7, "Manual Shaker," 7.1.2, "Alternate Method No. 2," 8.4.2 Manual Shaker Method, and 8.4.3, "Hand Method," do not apply. Prepare the stock solution as specified in section 4.8.1, "Stock solution with formaldehyde," except omit the addition of formaldehyde. bThe Engineer waives this specification if the Type A HMA contains 10 percent or less of nonmanufactured sand by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel. Replace Section 39-2.02B(5)with: 39-2.02B(5) Reclaimed Asphalt Pavement You may substitute RAP for part of the virgin aggregate in a quantity up to 15 percent of the aggregate blend. Provide enough space at your plant for complying with all RAP handling requirements. Provide a clean, graded base, well drained area for stockpiles. If RAP is from multiple sources, blend the RAP thoroughly and completely before fractionating. For RAP substitution of 15 percent of the aggregate blend or less, fractionation is not required. Isolate the processed RAP stockpiles from other materials. Store processed RAP in conical or longitudinal stockpiles. Processed RAP must not be agglomerated or be allowed to congeal in large stockpiles. Replace Section 39-2.02B(11) with: 39-2.02B(11) Type A Hot Mix Asphalt Production If RAP is used, the asphalt plant must automatically adjust the virgin asphalt binder to account for RAP percentage and RAP binder. During production, you may adjust hot-or cold-feed proportion controls for virgin aggregate and RAP. RAP must be within ±3 of RAP percentage described in your Contractor Job Mix Formula Proposal form without exceeding 15 percent. Add to the beginning of Section 39-2.02C: Place Type A HMA in lifts if shown in the project details. Replace Section 39-2.02D with: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing HMA in cracks greater than or equal to 3" to depths and widths as shown on the Plans shall be included in Hot Mix Asphalt. Replace Section 39-3.02C with: Where replace asphalt concrete surfacing is shown, remove the asphalt concrete surfacing and, if necessary, base to a depth of 6 inches below the grade of the existing surfacing and replace with HMA. The Engineer determines the exact limits of asphalt concrete surfacing to be replaced. The width of each removal shall be a minimum of four feet wide or as determined by the Engineer. Use cold planed material for shoulder backing inside the project limits, as per these specifications and as directed by the Engineer. Replace asphalt concrete in a lane before the lane is specified to be opened to traffic. Before removing asphalt concrete, outline the replacement area and cut neat lines with a saw or grind to a depth of 6 inches below the grade of the existing surfacing. Do not damage any asphalt concrete and base remaining in place. If you excavate the base beyond the specified plane, replace it with HMA. Do not use a material transfer vehicle for replacing asphalt concrete surfacing. Before placing HMA, apply a tack coat as specified in section 39-2.01 C(3)(f). Place HMA using method compaction as specified in section 39-2.01C(2)(c). The contract price paid per unit shown on the Bid Item List for Replace Asphalt Concrete Pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in repairing pavement, complete in place, including disposal of removed material, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The quantity of Replace Asphalt Concrete Pavement to be paid for will be the actual volume repaired. Add to Section 39-3.04D with: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in key cut of asphalt concrete to depths and widths as shown on the Plans shall be included in Cold Plane Asphalt Concrete. Full compensation for furnishing all labor, materials, tools, equipment, transporting asphalt concrete grindings, wheel rolling AC grindings into cracks, and incidentals, and for doing all the work involved in filling the cracks with asphalt concrete grindings from cold planing at the following locations shall be included in Cold Plane Asphalt Concrete. • Stroud Ave: GSB-SB1 Station 81+72.45 to 89+11.85 • Mountain View Ave: GSB-SB1 Station 192+20.00 to GSB-SB2 Station 194+15.34 40 CONCRETE PAVEMENT AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 41 EXISTING CONCRETE PAVEMENT AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 42 GROOVE AND GRIND CONCRETE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 43-44 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION VI STRUCTURES 45 GENERAL AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 46 GROUND ANCHORS AND SOIL NAILS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 47 EARTH RETAINING SYSTEMS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 48 TEMPORARY STRUCTURES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 49 PILING AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 50 PRESTRESSING CONCRETE nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 51 CONCRETE STRUCTURES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 52 REINFORCEMENT AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 53 SHOTCRETE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 54 WATERPROOFING AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 55 STEEL STRUCTURES Add to section 55-1.02E(6)(a): Zinc coat HS fastener assemblies and other fasteners attached to structural steel. If direct tension indicators are used, all components of these fastener assemblies must be zinc coated by mechanical deposition. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 57 WOOD AND PLASTIC LUMBER STRUCTURES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 58 SOUND WALLS 59 STRUCTURAL STEEL COATINGS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 60 EXISTING STRUCTURES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION VII DRAINAGE FACILITIES 61 GENERAL AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 62 STORMWATER TREATMENT AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 63 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 64 PLASTIC PIPE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 65 CONCRETE PIPE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 66 CORRUGATED METAL PIPE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 67 STRUCTURAL PLATE CULVERTS 68 SUBSURFACE DRAINS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 69 OVERSIDE DRAINS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 70 MISCELLANEOUS DRAINAGE FACILITIES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 71 EXISTING DRAINAGE FACILITIES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION VIII MISCELLANEOUS CONSTRUCTION 72 SLOPE PROTECTION AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 73 CONCRETE CURBS AND SIDEWALKS Replace Section 73.2.04 with: Full compensation for furnishing all items listed below, as shown on the Plans, and as directed by the Engineer shall be included in the unit price of the item for 8" Median Curb (Modified). Items shall include the following: furnishing all labor, materials, tools, equipment, incidentals, 8" Median Curb (Modified) complete in place, rebar, epoxy, including subgrade preparation, placing or replacing, as well as any other work required in constructing 8" Median Curb (Modified)that is not identified on this list. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 74 PUMPING EQUIPMENT AND CONTROLS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 75 MISCELLANEOUS METAL 76 WELLS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 77 LOCAL INFRASTRUCTURE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 78 INCIDENTAL CONSTRUCTION Add to the end of Section 78-2.01: Damaged or destroyed survey monuments shall be replaced with new survey monuments. Survey monuments shall be constructed or adjusted, as applicable, in accordance with Standard Drawing A-74 Type D. Survey control for the reestablishment of survey monuments will be provided by the Department. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 79 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 80 FENCES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION IX TRAFFIC CONTROL DEVICES 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 82 SIGNS AND MARKERS Replace the word "Department's" with "Caltrans" in the 2nd paragraph of Section 82-1.01. Replace Item 1 of the 2nd paragraph of section 82-2.02A with: 1. Phrase Property of The County of Fresno Add to Section 82-2.02B: Signs must be 0.080 inch thick aluminum alloy and street name signs must be 0.125 inch thick alloy faced on both sides. Replace the 2111 paragraph of Section 82-2.02C with: Reflective sheeting on all signs shall be 3M Diamond Grade DG3 Series 4000 or equal and must meet ASTM Type XI specifications. Add to Section 82-2.02D: All signs must have the 3M 1160 graffiti resistant clear overlay film or equal. Replace Section 82-2.04 with: 82-2.04 PAYMENT Not Used Add to the end of Section 82-3.02A: All new roadside signs must be mounted to steel square posts. Add to the end of Section 82-3.0213: All post for traffic signs must be 2"X2"X10' square by 14 gauge steel. Welded Anchor (2 '/"X2 '/4"X30") and sleeve (2 '/2"X2 'h"X18") shell be used as a base to anchor post in the ground. Hole size and placement must be the same as the metal post. All mounting hardware shall be either galvanized or stainless steel. Banding shall be 3/4 inch wide stainless steel with flare leg sign brackets. Hose clamps are not permitted. All signs shall be mounted using 3/8" aluminum drive rivets. Nuts and bolts are not permitted. Replace the 1st paragraph of Section 82-3.02D with: Furnish a laminated wood box post with an attached metal cap at the top of each post. Replace the last paragraph of Section 82-3.04 with: Full compensation for furnishing sign panels is included in the bid item price per each Roadside Sign -One Post and Roadside Sign -Two Post. One or more sign panels furnished and installed on a single post will be counted as (1) one Roadside Sign - One Post. One or more sign panels furnished and installed on two posts will be counted as (1) one Roadside Sign -Two Post. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 83 RAILINGS AND BARRIERS Replace the 2nd paragraph of Section 83-2.02C(1)(a) with: Construct midwest guardrail systems using: 1. Wood line posts. 2. Wood blocks for line posts. 3. Only 1 type of post and block for any 1 continuous length of guardrail. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 84 MARKINGS Replace Section 84-1.03 with: 84-1.03 Construction Before obliterating any pavement delineation (traffic stripes, pavement markings)that is to be replaced on the same alignment and location, as determined by the Engineer, the pavement delineation shall be referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and location of the new pavement delineation. The references shall include the limits or changes in striping pattern, including one- and 2-way barrier lines, limit lines, crosswalks and other pavement markings. Full compensation for referencing existing pavement delineation shall be considered as included in the contract prices paid for various items of work and no additional compensation will be allowed. The Contractor shall protect pedestrian crosswalks, stop bars, rumble bars, and rumble Botts' dots from damage or displacement, unless otherwise directed by the Engineer. Replace or repair facilities, which are damaged with your operation, at your expense. Replace the 2"d paragraph of section 84-2.01 D(3)with: The thermoplastic test stripe will be tested for yellow color, daytime luminance factor, and yellowness index requirements. Delete the 1st&2nd paragraph of Section 84-2.03B(2)(a) Replace the 2nd paragraph of section 84-2.03B(2)(b)with: Apply extruded thermoplastic for a traffic stripe at a rate of at least 0.37 lb of thermoplastic per foot of 4- inch-wide solid stripe. The applied thermoplastic traffic stripe must be at least 0.100 inch thick. Replace the 2nd paragraph of Section 84-2.03B(2)(c) with: Apply sprayable thermoplastic at a rate of at least 0.29 lb of thermoplastic per foot of 4-inch-wide solid stripe. The applied sprayable thermoplastic material must be 0.08 inch (80 mil)thick. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 85 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION X ELECTRICAL WORK 86 GENERAL Add between the 7th and 8th paragraphs of section 86-1.01C(1): The schedule of values must include material and installation methods, by plan sheet, for: 1. Detectors and sensors by type and quantity 2. Foundations by type and quantity 3. Standards and poles by type and quantity 4. Conduit by type, size, in linear feet 5. Cables and conductors by type in linear feet Add to the list in the 2nd paragraph of section 86-1.02T: 13. Be software configurable using Bluetooth technology. 87 ELECTRICAL SYSTEMS Add to the beginning of the RSS for section 87-1.03B(3)(a): Use Type 1 conduit for underground installation, on exposed surfaces, and in concrete structures and foundations. Replace the 20th paragraph of section 87-1.03B(1) with: Terminate conduit through the bottom of a nonmetallic pull box 2 inches above the bottom and 2 inches from the wall closest to the direction of the run. Replace the 1st and 2nd paragraphs of section 87-1.03B(3)(b)(i)with: Backfill trench with native material. Do not splice communication cables and provide 6 feet of slack at pull boxes and cabinets. Replace the 1st paragraph of the RSS for section 87-1.03F(2)(c)(ii)with: Install a Type C loop detector lead-in cable in conduit. Replace the 1st paragraph of the RSS for section 87-1.03F(3)(c)(ii)with: Use a Type 2 loop wire. Replace the 2nd paragraph of the RSS for section 87-1.03H(2)with: Use Method B to insulate a splice. Add between the 2nd and 3rd paragraphs of section 87-1.03N: When existing conductors entering a pull box are replaced, the existing fuse splice connector must be replaced. Add between the 1st and 2nd paragraphs of the RSS for section 87-1.03N: If the pull box is tamper resistant, install a 10 A fuse in the pull box and an additional fuse splice connector with a 5 A fuse in the handhole. Add to the end of the RSS for section 87-1.03T: A manufacturer's representative must program the accessible pedestrian signals at the following intersections: 1. Intersection of Simpson Street and Draper Street 2. Intersection of Golden State Boulevard and Mountain View Avenue 3. Intersection of Golden State Boulevard and Highland Avenue 4. Intersection of Golden State Boulevard and Manning Avenue 5. Intersection of Golden State Boulevard and Merced Street 6. Intersection of Golden State Boulevard and Adams Avenue When the extended pushbutton press is used, program the signals with messages for each street as follows: 1. During the pedestrian clearance interval, the message heard must be, Wait to Cross <name of street>. Wait. Add between the 1st and 2nd sentences in the 2nd paragraph of the RSS for section 87-1.03V(2): Saw the slots to allow a minimum of 3 inches of sealant above the top of the uppermost loop wire in the slot. Add between the 11th and 12th paragraphs of the RSS for section 87-1.03V(2): Use hot-melt rubberized asphalt sealant to fill slots. Add to the end of section 87-21.03C of the RSS for section 87: Modifying a signal and lighting system includes removing, adjusting, or adding: 1. Foundations 2. Conduit 3. Conductors 4. Cables 5. Standards 6. Detectors 7. Accessible pedestrian signals 8. APS Push button assemblies 9. Fuse splice connectors 10. Pedestrian push button post 11. Pedestrian barricades with signs 12. Flashing beacon system nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 88 RESERVED DIVISION XI MATERIALS 89 AGGREGATE AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 90 CONCRETE Replace the 1st sentence of the 31d paragraph of Section 90-1.01D(3) with: Shrinkage test data authorized by the Department or Caltrans no more than 3 years before the 1st day of the Contract is authorized for entire Contract. Add to the end of item 3.3 in the list in the 7th paragraph of Section 90-1.02G(3): Max. Replace the word "Department" with "Caltrans" in the 2nd paragraph of Section 90-2.02E. Replace the 3rd sentence of Item 3 of the list in the 3rd paragraph of Section 90-4.02 with: Test data authorized by the Department or Caltrans no more than 3 years before the 1 st day of the Contract is authorized for the entire Contract. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 91 PAINT AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 92 ASPHALT BINDERS Replace the word "Department" with "Caltrans" in the 1 st sentence of Section 92-1.01 D(2). Replace the word "Department" with "Caltrans" in footnote `b' of the 1st table in Section 92-1.02B. Replace the word "Department' with "Caltrans" in the 5th paragraph of Section 92-1.0213. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 93 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 94 ASPHALTIC EMULSIONS Replace Section 94-1.02E with: 94-1.02E Cationic Emulsified recycling Agent Not Used Replace Section 94-1.02G with: 94-1.02G Bonded Wearing Course Asphaltic Emulsions Not Used Replace Section 94-1.02H with: 94-1.02H Rapid Setting Polymer Modified Rejuvenating Asphaltic Emulsions Not Used Replace Section 94-1.02K with: 94-1.02K Micro-Surfacing Emulsions Not Used AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 95 EPDXY AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 96 GEOSYNTHETICS AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 97-98 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION XII BUILDING CONSTRUCTION 99 BUILDING CONSTRUCTION Project Details Contract Number 24-18-C LLI Z U :) W Z z y ) LLI F 0 O z Q -1 6 o Q az z w z Z O = o ' w O_ H w w w w Q ~ Q z a N � p J z N U < HO L z 0 � H g z O > z a w OO coow L) i Ln z W O w O m w p Cl)D a a (D LLJ0 o a OZ U) z (D wY 5w z `L. J J Q r MM W O W Lf W Cl) L , r / Li aV Qa7x s Cl) LU a w � 4J W �O w Z O 0STZ W C ��ss7m AVATY(lb.a'S U A V UH1,79 S co LU Or V N W o C JO c Ix W W CO Lu cc') W U w G o cD W W ` r a zz LU W � � o uj m q w Q � W AV SIA070 S o Q q AVLI11�LS FA S 66 �q AV97JVNS 1 W W IS,LIINISIHOS � w 0 �1V 7J1�IV?IO S 11V?IVQ7O S LS YvagO S U 11VISV,79 Z 04 Z_ U Z Z W CD J IL CL p Z co Z p Z Q Z � J � 5 2 Zo U " > U W a U p U \ m IL } O LL O m H � J Q O o Q W O U O Z Z) I— _ O W U) w Q co Z Z o O O Q a N N LU Cl) 6LU p! U c� TM Z W U,O Q ZO o w I„I„I o o � Q Z stl�y�J a w >Z J p9y Q Q U Of o L o Qy N N N a osoP, I 5'eJ LLJ N_ N_ N_ u T Q r r r O 2 J 4 O Q c M LU Z Z CU U U 0 O Y_ Y_ Z C) LU LU LU LO W LU Z Z 9 U U) ¢ w W 0� I C) C) U Z Z o,- Z Q. Z O t!) CD CD �o o o- Z N 0 CD r Z W N v N o m v N v m m cy— N = J N \ / Z Lo � CD � C .� m N O � LO Uj N N ~4L p O co � W W � U O � 2015 Caltrans Standard Plan Sheets 2015 STANDARD PLAN A20A CCW N aw o L W/Z J a p� CL s¢ w Q Q a ¢s V W a [ti a a� °N o W Q� 1L 0 a NcB W p W ° .o L) LLo ~ J N �W w �b� w �= Z a a Z z w _ n W lw F C� 'o O = _ `m a ffi � J o aP+ ~ Ld a o"Nih W V W +< J a o If 0�o p a a J .< w_+ ui 0 5 r } D ~ OL0 J 2 03-'_ b- \ Q O ® ® ®® w w o ®® w w w o LL O ®® > & ? o W °'0 a Z o o ®® �' z W w, O o ®® z of N ®® = w Q 3 3 z i z ol s o o v v 1 0 In } F } } F Vl 91�_91� it Q N M w . w w F F w w W (n Z m w o ® z � ® ® e ® ? IL r Ld r w w w p o 0 0 ® ® ®® o ~ v w 0 o o o ®® o o } ® ® pKv O io b 40o � W 0 p m0 WZ 1oo 0O-{ 23 oo' op WW 0 ®®- ®v m o ® ®®J-;oT� 1O 0 TN _ Llo J e e ® ® Z o m ® ®A ® ® f N N M c Q Q In t0 r` 00 f Ol O a44 a44 a44 a44zab 4a � 4a � 4ab 4a � 4 a � 4 F F_ F_ F_ w w w w w w w w w w 0 0 o p p p o 0 0 0 m IM " Wog w oo� N N TO p O O O O O O O p 0 } - O o O O 0 LLIZ 3 m m O m WQ N Q N ® W 2 m m O b F V Lr ® ® J O. � a o o q ®� aF o � m07 LLI Z � U q " a - o m w � ® 0 w w w w w w w w w w p p p o 0 0 0 0 o p 12 2015 STANDARD PLAN A20010 a E °k-8/c B/ib- i l Q Q N 0-1 r ry N V/J O a0 goN In b o ~o _ w z o �C o Q W w a a oaLUE w u�i�ffi oo �i p �' �io Y ¢ LLoo N O N - (Y W Z Z +a o 0 0 o O Q oi0 r w W o _ ® W•Z - a W Z o N >V O o 1332ll5 ONI53-S-♦31NI-3NT-1831N33 ic = Q ® N H W _ Z H m _ o ri-T N O O igx „0-,Z1-„0-,OL J ® uj o s r N O ZI ®N m O v ® m o o ®®f ®® Ind n /� o¢ sod 3 o P n ��ZQ 4 V �II �"£ /\ fn o m ® ®o IIJJ M V U yur w wo $ww ww V m y z r s o r¢ J .J. .J. Z a o Q Q 4 C J ® o z F- F F- r Q O wp L � CO Y m of JI ® ® ® � � r „�1I� � r r � r- � �I- „£11- J � N � ® m Q N o ® ® ® ® 3 0 Z 80 Q N 00 ®RP O N N ® 1 o J �® ®® � ®® ® ® 00 00 ® ® 00 zQ a a .00 ® ® o o ® N lee 00 ®® 00 p O N � {SS 00 0 0 ® ® T®® ®® ® ®' ® M wnl.—w � wn� w � M 'I wnz n N N M N 4ab 4 < bb 4b 4 < � 4w � w Q w w w o 0 0 0 0 1 ~ W J Q O } w o W O r r w J �_ V) u N W J H Z O w o o - a - Z o N o Z ' a _ o Z O J z ~ w w o Ld J o Iw— V o f W o e - a w X W W W `a Ld 0 W N o O w � Z LAB U- w � 0^ Q m w ti N N N < N N O 4 4 < 4 < 4 < 4 < Q4 �4 w o w Ld 0 0 0 0 13 v o v ND PAD PLAN p20C A a 2003 STco cc us 0 A yN ❑ e � z WZJ e ❑ � a tMEER �, ❑ M N m M 4 pZq��o Q W o Ui O) QZ U 4Q Q a Od �+ a J4 m Oa 4� U. N a W V m 0 <ZQ m WD U r Q z WWI s�o9» f� WO ❑ W N �j� �1 a xSi W inOa O —A♦V-� oL WO WZ iW 4,4 C r w�w com m N C (� r am a W ►- 4 m4 N43 Mm cos� N o coQa M o ° a ® g 3 0 Emmg h '$ 3� mkt ❑ J p LL CA 3 V W uu Myy y� Ep U N W m S !" m rc p n L`$E� a ° j � N_O � ❑ o� 7 m � GC 1 H M 0 m S = N 06 q m 0 Zia �O X 2 m W °' gg a mco Z UUU i J"0 N r Q 0 co ro co cr mm a I, ° _ q � � a m J I ° m 2 M m °� ® 11 M M ❑ m M p CD J ,r _„°fit b m r ❑ _ M M a a tL° m Y w M a m r o J M to co Ld 4° 4 DIG W a � wz W rM 4S W S� 1 m 7r. ~ e W 4 war w Z a w Td az ; w WJ Wj W W O W 0 V K W W4 O' 0 J '6 y�'O � > CC VMA N N 1.1C� w W K 16 V w J a ❑ a OO W Q U „0-,9 e CG W o W W w a Q J w �- a <C (l V— O 4iL 3 J g g � z z °r e a✓ m w [��m W �- O` W m J NN aZ Q I G Z w G J .Q✓ m "' N(➢ z 6Z 'y ~per' ❑ e 1Y W N J N .Q = W J r Z W 9 X W r 4= W WJ Z NN e l+J r a r od J a3 oa a wO W a O M WO NN N J J p a ❑ e �4 2015 STANDARD PLAN A20D e�� �^_ � �+d•ow o o �+ Q wl _ w m 3 �o e3b tslo3u a� Z m �$+ Z � >W �i/I +��'hS •+ _;+EU LOE+_yO -aour „p O LU[/i py E aO L + ww Ym U •_ i J LU Ol oLFa�$oo{W�y WQytiJ<Ws;a yl mm aa>�sNsF vwl +^O=Ea O p L O O oy •U 1 Wn 6 Omww++OOomwwC �+O6o•wC-m Wz mm m E. EL.L o LLI °.>_ >Z QU OmEO.O aDm LaLO LL LLL L� VWU)N 0.N nt 3t ZCCJz&KLL a," Y° Q zi ' LN�x 0. oz a ¢mow LL LLI "�i-e/E �Z/Iz-z w w o 'G Q m JW > � z QZH a o o a Q a W -'' z F- Q ~ M Q LLI o J O In W J z w H :2 < J-I N r• d W H ut JDA '8/I +°Y ES U W } O > N fp W J 0 LL o W Q w u O N > Q > a F- W ~ N W > U W zQ r W U w O ww a J W WwU U JWU ' 0... V Q W LLQK (n 6K O C O LU OWO OWO N� U a w Kiw Kiw } � Q > W U 0- LL LU -60 �W L w w ?k ~ ro J >LLK LLKKs n ro®0 ?LLo¢ JaN ww U iK LLL. W Osw ® z�+ o o o ° w z o m w a (L oa mm+ O z z 0 U dM wrn 'El O LLJ �Ywo = a>r O a ® w O F z 2 +o + p o H „e/blue/£ w J Q uwwi �+ °m PI P� a N p Q -1W 'E our+ 1 z s a a a Y O Q Wr W H d LU +m +mo O O Q s c �' p No G U �n ��n v �O c T® W W z z �' W a m (n J Z (n J WZ Z .» O Z .. 0 0 C a i9/[ "/ Q F O O < O CL N o Z o > Z U W U r W W W V) ~ In ~ X 0 a: F X W W W N W H W ~ W ❑ Z ~ Z JJ 2 o e W e e W O ❑ 3 W O W 1 z co z 0 31. Q = = z = _ Z co - W W ,` U co 0 00 J ; Z Z o Z 00 W �u O J e 3 e e m a L)i _I W J N Y_ ❑ Z o a - W Q Y W m i•� �o � Q F _ m z U i� Q Dp U 00 Q ❑OD EO OD OD O� Ol '�r O° o ^� M e M M e e M m- M M ILII Q f� Q o J J J J of J J J J a a a a a a a a w w w w w w LU LU 0 0 0 0 0 0 0 0 15 k K24A CIA a 22§ sT K �o K� ® 2 »» _ cr ® � f\ o \ to 7 } �Gib ` a �» � / � t a », � o A !» \ � � o IA ® f � \ � l� $ / / $ } \ e fro \ \ ca fL40 424 4 2015 s7 A141D ARo ■ f = $® £ z\! ! \g � ^ gk $ W■ { ¢o } Eli ` $ �& 2{ \ 0. 4 \ ���t ■\ - ,@ « �® » k < ® \m / % } - w» � \ \ �\7 ( � % - � & �« f # e o as k � $ � j 3 ^ 17 \ \ ± 4c ■ / �o Aso PLA� ƒ ■ 2�§ s?K ƒ CIA U + C4 � « a Q G • % CC / �# % % G / gam � G � \. ƒ sa 7& � \ nyo � \ � ° _ ® � , ©` _ '\ 5 � o :s v 24D a o pRD q< 15 gt AND ZO W m <3 v q +a9 m n+\' fl 6Nmm 6 N J ER d�+om+- � , oa3Z qq +o To .6t. w z Ul Ua JN m .1A.s yy� p�C Umm S 'a1 � Z N N � 1Q WQ .� rs � N N1 N Q N N 11 r� a N 11 b N 1 N + N a v- N 'a1 ry r�� `<1 N N N b 1 Q � 4 } � 4- r� <1 O N 4- N N M �' 11 V- 4 S } M11� v- M tf 11 4 19 2015 STANDARD PLAN A24E w LU spM= m o o r N cmU w � a E + m + W Q ti L o L lCC� m u C O L p lC`I N+°� c o m` dom J O ,n Q - v„ No BW f E +OLmm T °p ern d9 0 u E W ,y �W � � 0 so.y m }m c g s O N vL 0C n n m s0 0� c W gg8 3 N� N oa +om m >, m� cv W i� Qa�BR �wOKWW 3m mn Ep O E c pb < Z In t i t2i to H J O Q W C+ dm°b p Ocai� o�M �w ac�c�Y o+ +�mD E LE �cO o �Q O c�$� tm °O + o mt Eo ammo- �F Z OV�g'E o o Z +m L m E E p 3 cc p 0+ F 3 W~ LC mam c c EO -nm 0. ]'.L m O 0'- m+ E i E� E3+m 1]_ >V LCm W N OW m�oL m E ao m+L >J „� L i i� b E V L p+ E c m _L 4 Q yD 3wVi mV �V �Lm w 1 _ +y Yp YCO Ii 0 N N o' jm+3 C -t d+ apt + 0 L ° it m'� NOOT t p+ ZLL ZOL O a L m O 'o O II II mt ono,` � mt vmo va+ 3 E= dmNO. pC O:Or OLm C +E 3_¢ 3.L gym, LwL2 Om LOC L. �o+o m am m N N v ui ri „e I . �T� w TN -I N + O oa II II w w�' WU W H0 3.+ o Z LU T" T _LI w NL� O J } II a 1 1 J + N N II II Q „ZL 0 N p W N T T N N M II II 20 0 N O `'P p24F 6 0 P N Zp15 SS pN0 AR y cr a� Ln LL.a 7jM. N tME6N R G 6 a V, cy' � YU G G OO Z � Z owe b3b31519'lb# @ � 6 (J W JJ a„W�i 4 d E p 6g g L g g�_pppp NV � VL O� 6 aN Z � 0 N O O � Y N � o \ e \J N O o W Y Z N f 0 W o N o Z � W 7 � N Y i Y N 21 2015 REVISED STANDARD PLAN RSP ES-1A I ,§ w E\ / ! \\ 2 =r/ LU \ § \\ol 2 �`` ! ® 1 LU ° \\ � - \/\ \ (\ U� / a ®E �� aE � w :§ w \\ � 5- w =f CO) »J w 4 � g \ V) ~ - - / Isi ? ƒ § - \ / I z\ \ / / / / / / / / / / / } \ \\ q \ j \ \ \ - A � z V) � 0 / \\ 11 2 ± lw b j : �� , : } LLI - ~ z 10 \ j ( \ \ \ \ : z : z - - j - - j4 \ JG )/ ( \ & \ ( ( \/ } ) \ \ ) \ j Ld � ) ƒ \ \ ƒ \ ±/\q% % /2/q//q q//ggqq \ ( /»t« 2015 REVISED STANDARD PLAN RSP ES-1B �w N� w N w k w a T W o oa U • o N o zw gw �� zw W Z F ffQ U 3; Q �� o �mgh a L w 5 m J a ffg8< IM a oo f v+ = a a a� o y J T<kNg U :LLI ol li o no Wo wc¢i w �W W J NON ¢ U O> yLj O Nm Uim ViLL O NV� 03 Z Q Q ":g:$ o o J W m z o� QC7 O Q z (�W z J p �� �� Z N lnl �n r=n n==n I-1 rrn ¢� J Q —r Lv X Z W n - W r Q o n zi zI z N ui a U �� W o W I y bb '_ LU cc 0 3 ¢ OJ x U >w ¢ < r ¢ JZ Q OO�w O w w x x Oz � zQ � V10U3 QO H3 z z � W Oz OVOr O U�OJ O 03 z > E w ••�wON O 00 Z= N 0 ¢�n Op��00 Z Z� 03 m zz, �¢_= _ x EaoNU DUI �z vt > > O O H x i wNN V�O Od 3 3 OOw�_ Or Oct 3 3 _ of 0 > z — � o x x ro x0 xN 3 w O ¢ w W OWwww ¢ U rc 9 ~ ¢ m Z Z Z¢ Zr N 0 HH xU x +O� w Z o Z N N 00__O _ �� —z0 3> 3>� N ¢ H ¢ lw EK ¢ Q w d d > > E >O >U1 E J c9 - I !,, AA 4, v v 4� 0 �a o o� z z a _ o wooer ow ow W -- w o a <� n3 o o Z a w<�O OZ w¢ ¢ W ¢ W 3 3 N p Zw O J O �¢r W OLd O W dw V) ¢Q Z OUYWW O¢ O¢ O O O 'O 3 Q o= O 00 U i o o a o o LiJ z Q r2Z mo cc 10 11 �vLd �i >0 3 a uwio r }a �z�r Win W� w Z H N m x Qc� 0 IN c7 r) O N X E y/ J Z N x w W .c W I q w r J a o 3 zi i B 0 z 2015 REVISED STANDARD PLAN RSP ES-IC e Omg N CO W N _ = Z d WN o" o_" o" o"_ w m� w o N OC a ^ LL p p p p o ff z wa wa wa wQ wa wa Q r:�¢WW 03 0 0 0 0 0 0 o W Z `xm�h aoJ oLL oLL oLL oLL oLL oLL Q o<ffge (n _ op op op op op op o F' w = m <zw zw z 3 z W wJ -- O .. .. .. z z z ~ O� o d /M Ii �i m dH dF dF r r r U Ii Q in IF "o 118 to to "o -< ym a U z LLJ 0 ~ _ _ c7 tiny oz V Q Z o 0 W z Irl ITS -� -I-I o PAN Z P Z ice LI LTV U w o V ~ W G fn = J Z w W W > " zl ❑ O m ❑ ❑ ❑ � W W J � v W 0 " zo o�o m 0 o m o0 z a a J 0 x �z<� ooO ¢N m G LZ p r ¢ z� < p +O W U m J Z Y p Z ?p p N z F i J o0 0 �zm < z°o °- Jozoomo� z " oo a w zoa F ¢ a z aa�-z G E =wzz z� o w LLI I w�N > Q w� 000w o u 1. O w_ 'o m ao C N +� CD 11 J a= 0-1 Z o� N I I x L I mL I o¢ w o x o m m m m m m m 0 Q WI w r m m Z O o o o o o 0 z z z z z z z m N iq r m m m p Izzw. w Z zw w "1 maw _a vi ~ o z az. �z z o r ¢ H > z z— Z ZO V' o ¢ " o0, r Z o < w U w O O oo r� a " O " o" I w " o a .U. o a o o< Z o 0 F - �o �� "w" a s - a .I � o z Q a - a p¢ oow o Fo ywo z F o -o w .O. E zo N r .W. Z O I L ti F- ~ O O - w< G H wz"" .. .. o z w W ¢ o U p p z woz K - y o w Z w o O o r J a a w o} Ix o0 LLl z moo a �a zo " N U U a� ¢ U a ¢a zoc¢i a ? " z w a O _ O p< O H W W ¢O aFLL z m W 0 UO ? r j M ¢ w F p -"z a o w LJ.� W _ "p wzo O �o J w ? ¢ ¢ z Q J z O �p o- 3 o v�i J O E CL Z " Z J Z_ E \� p J O I -E> � N � H ❑M Oa O U .N. I I r5 J I I f'l W L I r l r z N ❑N O a Z LI W z° " zo N w W U o ra ❑ OQ a w o a U � � Im 2015 REVISED STANDARD PLAN RSP ES-SA : « ` / w ul D it z ram§ / !lwo { e LU 4}» a § 2, \ t / \� «Lu Q o } ( \ / 7 \/ « / o ;» o a +s \ ( ® 0 q 2 _j Ea R U) - _ / w § U_ /\ 6 \ ` > .. . , w JJ© 3 _ ( / % � ` \, JFI /» LLJ < 0 �°\{ / \ \ \, :w C 7§ ° z \ / . e \ \ \ \ ~ \\ z ` \ \ , � \_ �— u} _ 2\ \\ ` u V\ � & , \ 4u 2�s REVISED STANDARD CLAN nSP Es-aB } / f _® ■ - \@ ■ ;\�} _ ■ � ; ■■ \ ^ : 2 \\ woa ( ` � Q \} /) \ { ` vim :: «■ oG � 2 }\ 3 ■ !\ � }/ o °t w / U) > 7 of ° U- \ f ` a > 0 \ § « R ° \ � \ ° /LLJ Ld / ® / : Ld 0 \ » \ ° \ \ & o uo Ld M \ \ \ / \ cc )[ ) u \ ° } / j / i \ \ ma z \ f 0 \ X } \ } \ 0 � 0 \ S » - - \ 0 e \ \ oo q : e \ 0- : 2 � \ / \ \ A o , u uu - - - § \ - e ° cl \ G \ \ T E ® � : $ j \ ® k / % \ n \ 2015 STANDARD PLAN ES-SC - ® ■ \ : l;�2l2 \ LU | \ « ■ © _ _ z w ° 2 o o / � \ � � ca ■ a E « $ 2 G:)(§; �2 © cc % 2}{)\( K /( \ { w \ in /( � w / - / 3 `® �` G \ E\ LU m d \ \E \ \wo 6 = FLU o C. b 9 F- 1 :3 \ =o: 2 § § 2 e $ � vZ � � i � « \ � � jL e � _ x LLI g - - - _ 3 o V) 2 / \ \ r e 2 F- ) + _ _ § _ Ld LL E 2 Ld } z/ \ \ _ < � § V) { § « j } CL W LLI u s m $ § u < 447 2015 STANDARD PLAN ES-5D Z" L LL=py �nE " O L U Em O Cv/ w U W L g W o p tsfo3tl '� o ° L ZH ,a o 8a _ g o C � o o c m c o E O c! F+ � ILU a + L N J i�� Mw' ° 2 o' a pL ° HFLU W NogWq o° °u v +° o m+> ' v v a a y J n`!~81 °o " w o a a `o o c zoo N0 to ¢c� �N ° L U L N O+d J + L Y ON N wx W ^Y o L u s ;ao i v' v o o Q WO a - o J C z 8.N2+� O U O D +4i "a O C o •E U C " " Or /J U7 p WWy� C O + d j- >O" rn 0 E 3 O /Q� Q tiffti °' M C+ L M O N a 0 O C o C o o m O ^ E " W r V O= Z m U v E + ° + + _ w a v rz M N ? EO m 00++O 9 0 D C + O c U C U V o M m O +) L L_ J N \ + W / N U O c " " L t V L Oj O U + L V O V o U U" " c N J C J m y C T M+O E O " " ] - vc O •" E_E + O O C N J L C L Z O o 0 0 zi E U E V O +O c -0 Z J 01 J f+J z V L N }O C a O U N U O c"c O U� C J O 0 o v oo W o��N a o Lox o °o Z mo CC W N M P m m r m Of O ^ M f Q� LLJ .r z Q w > � a C.7 r Wd�p M U om SQ H0 O o Z U U m Y U r w O 3z� N p J Qoa > am mm z or `-' Na NwoQ oa �no,y HOI� r m .Q zp Q 3woz to c rw J aim Oz z �'rr ww ¢Q xa o o Q - o J mx Nc z a cz Q z w z J zw Q \W O 1.1 s� �coi in a o�in W Q H W x�o w f o H LLI r Z YUQr1z - J z w Z r O z z z I M W Z m Z JW ti o N O r O Q p o� IL Z n• f W U m; z Z ~ px �Z/9 oo vQi$ r Q Q o W .J. z w uiW ¢o m >z U Q w om ~ w a zr a -z H �z = a ro 0 Q N U z Q = LL a m m wp p o OZ rz z Qo 0 a U M M oml Z ro. } ol oo U Q j 3aH r I Up oOw m p Z p Z Urr Z Q UU KW r J v 6 Y O W z 3 Q N W Q mQ pN> J W J y r 3 H W] Q m 3 z z a ro U a w M Ld o ¢ ow rw r m wm o z o� w Q o W a zp K m a in3 W z 3 Q WQ Q 60 Q W W m N O N R NO a 0 Z Q m Nz m z O N Z WQ O r 3 Z O Z w °] r o' a wp W Q z L U W m oY > Z F W ro y �- Z in mz Q W Q tie cn z r Q Y .. J ¢ w > Z ' cn o c d W z �r � o a o w z m wa p r o m ¢ W m cr "a z F— za w Nw N p.a� U M Wm Q m W > n m N a a r � m � w U w U w r > p o o Fr �w " z �o 0 m o Op I� tim U Q o U Z. O W J m wa ooz m oz cr a o zQ oz O x nw Q n Nf �w z wm m vw w ¢ ra w F z a 448 2015 REVISED STANDARD PLAN RSP ES-7A 2 /\ y* — 2 � ` \j/ w\ \\ a . §2 �o Ee ■ / L = ±tee LLI 0 2 7 LL, ,§ � m « o \} \ ( � 2 ® � Zir at $/ w 2( 2 ; .<: . � $ \� 4000 4 �\ 2 L- \ �20w E z ) qLLI ` z ° /® e z r= \ _ ` \\ a- \2 A co \ 7Oct § o / z ■ : / / § \ © \ SN011VD _ a ��z« � | . m �za S ` � \ © M2I<,L.Lj 3 « « � \ - . +, 3 , / - . § \ S - e , ® <1 121~§ 000 0 2 ® -- --- -- 2 ƒ / 2015 REVISED STANDARD PLAN RSP ES-7M g o L o o F'o W n w++o E v J aE� + a C°C N + L p Z gW _ E a N W g x Q LE\� U �Lj- E m� + 3 �L V1} U ° � °w o W CO) E o `n aao m° a� V J a+ zo w z a n��gi � s i o°� x o m � �= m�N �j ➢y o a � Z W N <� � ¢ U+> OUa +L OF J /ice U O Q Q O�m O L M D �v }O D C o'-c o N� mh a z •ainO w o + as az u;om 4r X6G N°D3= = CO 30 W Z oG lo �= o ov r9 od = + an oaa wo , Xso �s o�'o° o `v"\' o ma �° -Ed °000 �oo allo W Q o E�zcv °o cviv v mo a`c 3�a o•E u> �Jo L J _ XSJ� G6S S� v0 c n�E E o d N -•� N o m m N Dc j N ii J M W Q 0 /O qa J O �° h+ ND3 o�03 + �O IT W G6 io Xso od S� E V. V Fro G� o `S _Qoo w E c v_ 6 +Oly a o" �o°, GO m 'o •J � o r�i v o+ a o � -°oa m w �' U L N N y W 'a aTX a�O �a7, tip W oxnv sN s do + cs oimi + + liM w o o 0 o f O w o o + °�•° a s Go �, o w ~o J God°a oa �a Go ap z N m Q u, 10 N m m H o w g G AO lG �O (1X6 O Z � X Ja0' O/O� /OG Q s 6, -o qG 'S u� W 3 U 6i Oi M N Ot v LL U N M E+ )S Go, u Q o 0 0 0 H 0 o O o O y 0 D o- as 'Sa Z d _� a vc +° �/ O W Z ow _ _ + QL E++ aSOJ = O~ +L -a O J � La w cL= �v o0 0+° a Q z H� W DE OL E O In o o L ca o o - + "rf u� w c +N N - '- F NN Z E�� En y°j,_ v� ^¢ Q E� Z a EEo vE�E ttrc� �z - r N L N c E d Z - - - w Z a o o O N c�i ro O o� a + E + +� oo w J r o 0 0 _ Q Q > oa Z - air d m 3� �m in�z w W _ zo oo o oa J � o� ZZ7 �a m � II II o< z J Luj W �o Z �W �3 �Om r Z w Od 0 L'0 G 0= Qaw o a ~ o m a NZ rQ Nm c=i LLZ m >a Nw� w Z a�u O - Wz �o Q too zo F �o ° w r no .a "311ozow ? N vJi oQ o ma xw - r riaa w aoo w m _ OgW m ���fvrvri¢ ni c�i3 ~3 3 z Z Z =Z Ox = a Z Q Y w ,O o ow U �Oa¢ DOUI W W W 0 +� o m 0 z_ Z _ Q 3 > J 3 w 3 c m I = msw� J z wa O a w uiw 0 Q v go a �� v �Y ise I LL }Ow Z a W N W" m J °Qa � a J rxv�o w0 oo o a a W = > J O Wp m Y v zw O = z~ Q Z Om � sNW O LLg F F a ao� z8� Z YAWN o Q F Q 0o m aV1aoW o Q O3o �.� 4 W °oMoa c o xow„s of uiw„z a = �a J to �w Z� Qa� a �� O3 v z - F J w W ZFLLJ W 0 m �U m �W �¢o a J o� d uiw J lE8°l P3N a=u�- U ~ r o 0 0 0 o Q �/ 2015 REVISED STANDARD PLAN RSP ES-7N Z w a ' EE a � m w W 11 mzaaaW Z mA warn F ooQ? o�� zo _4 Z WfA o "m o m 30 yam J� �oJ � z 1 =o o N Z $ aQ w wJ Mwaoo" a�� am a� �0' Q g ^N wZa � _N N_I�� o J a o g v r r W z O I U Z r z Q x Q Z a� ' o o J V a oo Q@3�Oo - ki`$h g.g. z S w o H F- 0 rc �6-,A OF J _ N () M a F-GW Z 10 x - w o �zo a s wQ za O WJ lZ J I Q wo � O in H- JJa- c� J � W J 0 Z � W 7 N m a�10 CO o DUI W W a 00 o J W l u ap� ui p w g ti m a W W W z o x F U J ZO s = W N I jOS O QW �o Wr 0 Y J W UW a u =r x z a pm zw r W p O Wr r W z " W (-- " M r J J 2U 0- mUU6 owa az m a N a t UN xr ~ Z w JM W ow w W ON N J p L H 4 d Wp N M W O ZCL Or m �� U a = }N cn J _ E� Q Lx c ~ I WH ar 4 W W I I m o m r p c _ UI s � W Q u� Q cc. W O p a d z iW l Z ^� 3 --- ul .. w3 7) w n J � W O W o Z o <o Q N O I a U z aN e x oW� om�a mwz� z w Z Z z F o W = o W waz M araa mQ z v a°o dZK Z� p2� K, mT om J oU zc�3 �3 F- 09° O m LLJ _ UI ® Z LLJ �-i O_ 4 c� 3 W - c d � Z A L E c J aLL 2a E w w Q 2 p 03Q o �NQ Sze a ua zo O a o w as am Z = O a W O i w -- a - o z ,z o ¢ J W „£ Z W J cr- 2 J _ F W U /J�— Q� Ld Z I a mz H1d]U In Q U 2015 STANDARD PLAN ES-70 } { = q ■ o "\/ o ® u! 2 ■2 � _ LU®oz E ©(IC ill-z ] A E!�E !§ ! Uj \\ d&-J § - ®�\w| 2 U « e I � a� \ w 22IM ■« �\ LUa co 01 d\ � . \ 2 *� �> 10 §kJ \ \ ! GP. 2 = ) LLI j \ } ZO 11 �} j \\\ Oil _ \ PL < ILL 01 - - 469 2015 REVISED STANDARD PLAN RSP ES-aB \ _£ f ~ : wo !( 2 :> « \\�) \ < __ :\ ■� q � � CL 01 LL Lu - - w W � was w� ~ (5 - - Ila /f » w G }\\\2 \\\ ICE § \` :; : - « < IM } 2 __ . . 6 . z / / § \ � ` $ . _ . � LI LLJ - a & - . . SZO e _ / § \\ \ \ \ \ \\ \\\ \\ `0is 2015 REVISED STANDARD PLAN RSP ES-13A : 2: CO U) w LU co U)U) \\ z /}I : � ® ,y ■� }\ >- Lu■ q /\ � Jz § � Ix _ >: «o , :` « : �G U z \) 2 \R � « : « - �LU Z § LU 2 w w �t < , 2 U k/ > : et w IL §^ \ \ \\ \o \ \ \ \ } CA \ 2 \ . = e � z, ® \ ` : _ \ LJ (:� \ \ )Im F- \ \ 10 \ % - 2 u % \\ � « � =G ° 1 . 2015 REVISED STANDARD PLAN RSP ES-13B ; m ` . � `278 , o a/ ®/ z :§ LU 14 LU 5§ � ems_ r/\: E ,§ ■�� \\ z z LU [\ Lu !, a R— \lr O /i .rj° E :> «0 O / o :> U 2 z z � w�m \\ 2 �w :7R LU !_ � \ LL w \ » w ° \ \ } co \ / u 2 % wu - / I Iz _ / fcli \ } 0222 \ / � � / \ LL § / / } = z \ ® _ _ \ } \ CD ) : < \ } ` LLI \\\ K ± - - - � -J \\ \ 0 1 City of Kingsburg Encroachment Permit FOR OFFICE USE ONLY: �E City of Kingsbumr EDISN VILLA PERMIT# y Public Works Department DATE RECVD f WED�N 1401 Draper Street DAVE PETERS Kingsburg, Ca 93631 City Engineer (559) 897-5328 (559) 897-6558 Fax DANIEL GALVEZ STREET ENCROACHMENT PERMIT Public works Director Permission is hereby granted to: Contractor's Name Address City State Zip Phone# Bus Lic# Contractor License# Project Number: Contact Name: E-Mail: For encroachment into the City right-of-way for the purpose of. Describe Project In the following location(s): Starting Date: Ending Date: VALUE OF PROJECT: This permit shall not be valid until acknowledgment of receipt of payment for permit fees is signed by the City in the appropriate space below. Receipt of permit fees is contingent upon the Permittee obtaining a City business license and furnishing a certificate evidencing insurance for public liability,property damage and workers compensation,except in cases where the work is owner-constructed. In- surance coverage shall be in the amounts specified in the City Standards,and shall name the City of Kingsburg,its officers and agents as additional insured. Permittee shall be licensed in accordance with the provisions of Chapter 9,Division 3,of the Business and Professions Code in the proper classification required to perform the work. PERMITTEE SHALL HAVE A SIGNED COPY OF THIS PERMIT IN HIS POSSESSION AT THE JOB SITE. Permittee shall notes the City Public Works Department at(559)-897-5328 a minimum of 24 hours prior to the start of work. Work constructed without inspection maybe subject to rejection or re-excavation to verify installed materials. At least 48 hours prior to the start of any excavation,Permittee shall contact Underground Service Alert(USA)at 811. In the performance of this work,the Permittee shall assume sole and complete responsibility for the job site conditions,including the safety of all persons and property,and this responsibility shall apply continuously and not be limited to normal working hours. Whenever a Permittee's operations create a condition hazardous to traffic or the public,he shall furnished,erect and maintain appropriate traffic control devices and other protective measures to protect the public safety. Traffic control devices shall be constructed in accordance with California Manual on Uniform Traffic Control Devices,Latest Edition. City water department personnel must be present during work on a City water main. Please provide 24 hours notice.No "Hot Taps"on Fridays. Permittee shall not close any street without the approval of the City Public Works Department. If a street is permitted to be closed,the Permittee shall notify in writing all businesses and residences affected by said closure within the vicinity of the work site,as determined by the City Public Works Department. All street improvements impacted by the construction shall be restored to a good condition in accordance with the latest edition of the City of Kingsburg Standard Specifications. All trenches shall be backfilled by the end of the working day,and those trenches crossing public streets or commercial drive approaches shall receive temporary surfacing including the placement of two inches(2")of cold mix asphalt concrete. Said temporary resurfacing shall be maintained by the Permittee until Permittee completes the placement of permanent surfacing in accordance with City Standard P-12. Prior to the placement of permanent surfacing,the Permittee shall obtain compaction tests as required by the City. Said compaction tests shall generally be obtained at approximate intervals of 150 feet along the line of the work and at every other service internal location. Permittee agrees to warranty the work and improvements against defective materials and workmanship for a period of one year following the date of the City's acceptance of the improvements. Signature of Applicant: Date: FOR OFFICE USE ONLY: Date Issued: Date Expires: USA#: Permit Fee: Fee Received by: Payment Type: The following items must be included to ensure completeness of the application: ❑Plans ❑Traffic Control Plans ❑Insurance ❑Business License Other Plan Reviewed by: City Engineer CITY ENGINEER'S COMMENTS City of Selma Encroachment Permit CITY OF SELMA Submit Form 1710 TUCKER STREET, SELMA CA 93662 Rq�S,N CANTP` Z`p N'ORI.D �A cgA4TEDMPPpN�P ENCROACHMENT PERMIT APPLICATION /FOR Project Location: Description of Work: Project:start date: Project completion date: The undersigned hereby applies for permission to excavate,construct and/or otherwise encroach on the public right-of-way or easement by performing the aforementioned work in accordance with the Standard Provisions, which are part of this application,City of Selma Standards and Specifications, Ordinance 9-7-1-9-7-28, the submitted and approved plans and any other approved documents attached to the approved permit. Print applicant name Company name Address City State Zip Phone Cell e-mail Contractor's License# City of Selma Business License# USA Ticket# Signature of applicant Date INCLUDE THE FOLLOWING WITH ALL APPLICATIONS: Complete plans&specs(1 set,folded 8 Y2 x 11) Traffic control plan (1 set) in conformance with the latest edition of CA MUTCD Vicinity map Bond issued to City of Selma for 150%of project cost-$5,000 minimum Project cost estimate(if annual bond is not in place) List of Contractors and Subcontractors covered in this permit: All Contractors and Subcontractors doing business in Selma must possess a valid contractors license and City of Selma business license. PLEASE CALL THE CITY OF SELMA PUBLIC WORKS DEPARTMENT(559)891-2215 48HRS IN ADVANCE TO SCHEDULE INSPECTIONS CITY OF SELMA USE ONLY Required for Issue: Project Plan Traffic/Ped Control Contractor's License City of Selma Bus. Lic. Ins.Cert. Exp: Exp: Exp: Bond required: Other: Payment: 210-5400-444.000.000 $ Cash/Check/Credit Card Authorization: City Engineer Signature Title Date Permit number issued for this application: Issue date: Expiration date: revised 12/07/2021 Encroachment Permit Standard Provisions 1. WATER PERMIT Prior to taking any water from the water system, Permittee shall obtain a CalWater (California Water Service) fire hydrant permit and water meter. Said permit and the required water meter are available at CalWater at 2042 Second Street. All water taken from hydrants must be metered and the Permittee shall be responsible for payment of all fees relating to the use of water. Violation of this requirement may be cause for immediate rescission of this Encroachment Permit. 2. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION Any excavation requires compliance with the provisions of Government Code Section 4216 et. seq., including but not limited to notice to a regional notification center (USA). The Permittee shall provide notification to USA at least 48 hours prior to any excavation work covered by this permit. 3. PERMIT VALIDITY This permit is not valid until Permittee, at least 2 working days prior to beginning work, supplies the Public Works Department with: a) an "Underground Service Alert" ticket number. b) a copy of other agency permits, as may apply. 4. REVOCATION In the event that the Permittee does not comply with the permit conditions, the City will take the necessary actions, including revocation of the Permit, to insure public safety and convenience and will invoice the permittee to recover the cost of such action, including an administrative fee. 5. DENIAL FOR NON-PAYMENT OF FEES Failure to pay any fees that may become due as a result of any of the above permits can, as a minimum, result in the rejection of any future Permit application by the Permittee. 6. BONDS Bonds to secure certain performance,construction, or improvements may be required. 7. PUBLIC NOTICING Permittee shall notify in writing all affected residences and businesses not less than 2 nor more than 5 working days prior to beginning work. Local access shall be provided at all times. 8. COMPLIANCE WITH PLANS The Permittee shall perform all work in accordance with the approved plans, the City of Selma Standard Specifications, Standard Drawings, and where referenced, the applicable sections of the current edition of the Standard Specifications of the State Department of Transportation. 9. AT-RISK WORK In the event the City approves the Permittee's request to install improvements prior to the City's approval of the improvement plans, the Permittee agrees that should the final approved improvement plans show materials, workmanship, location or grades of improvements differing from that installed, Permittee will be required to perform and bear all costs of work needed to make the improvements conform to the approved plans. 10. STORAGE The Permittee shall not use Public Property, public right-of-way, or public easement for storage of equipment, materials, or waste,without prior written authorization from the City of Selma. 11. GUARANTEE The Permittee shall be responsible for the repair or replacement of any defective work or materials furnished under this permit. The permittee's guarantee shall remain in effect for two years after the City's final acceptance or inspection of the improvements. 12. TESTING Compliance testing, (compaction, gradation, etc.) will be required. Permittee shall pay for all tests and re-tests required. 13. DAMAGE Any public or private improvements, including landscaping, damaged by Permittee's work shall be restored to the original condition and in the time required by the Inspector. 14. JOB-SITE PERMIT The Permittee or his designee shall at all times have a copy of this Encroachment Permit and the Supplemental Conditions hereto at the jobsite, and produce same at the request of the Inspector or other City representative. 15. UTILITIES IN EASEMENTS Owners of utilities utilizing public property, right of way, or easements to access or perform work on the utility located in an easement, shall obtain an Encroachment Permit and/or Traffic Control Permit as determined by the City for said work. Traffic Control measures conforming to the Supplemental Conditions hereto shall be provided. 16. USA MARKOUTS Whenever a utility owner conducts any activity not otherwise requiring a permit, such as providing USA mark outs, which will affect the safety of the motoring or pedestrian public and/or the employees or representatives of the utility owner, traffic control measures conforming to the requirements of the Supplemental Conditions hereto shall be provided. The utility owner shall be subject to the Supplemental Traffic Control Permit for implementation of such measures, apart from any other permit obtained by the utility owner. 17. EMERGENCIES In the event of an emergency at the job site, after taking all appropriate immediate measures to secure the health, safety and welfare of any employees and the public, the Permittee shall make every attempt to contact the Inspector. If the emergency occurs outside the normal work hours, contact the Selma Police 1 Revised 05/30/13 Department at (559) 896-2525. Emergency encroachments shall require an encroachment permit application by the next business day. 18. SAWCUTTING Where applicable, concrete and asphalt concrete shall be saw cut to the limits set by the Engineering Inspector, removed and replaced per the plans, City Standard Drawings, or existing thickness, whichever is greater. 19. MINIMUM PAVEMENT REMOVAL Any paving removed within 18" of the lip of gutter will require the removal and replacement of all of the paving between the proposed work and the lip of the gutter. 20. PAVEMENT RESTORATION Pavement structural sections shall be placed in accordance with City Standard Specifications, the plans, City Standard Drawings, or match existing sections, whichever are greater. Trench or other resurfacing pavement thickness shall be per the plans, City Standard Drawings, or per existing thickness, whichever is greater. 21. WATER SERVICES Any existing or new water service located within a driveway approach being replaced or newly constructed may be required to be relocated outside the driveway at the Permittee's expense prior to pouring concrete for the driveway. Each water meter will be evaluated on a case by case basis. 22. POTHOLING Any existing utilities which may conflict with proposed bores shall be potholed. Potholes shall be resurfaced in accordance with City standards. 23. DUST CONTROL Permittee shall provide dust control in accordance with the City Standard Specifications. In the event the permittee fails to provide adequate dust control,the Inspector shall order same at Permittee's expense. 24. DRAINAGE The Permittee's operations shall not interfere, block, or alter existing drainage occurring at the job site. Existing drainage facilities shall remain operational during the work. No pollutants resulting from the Permittee's operations shall be permitted to enter the storm drainage system. 25. TEMPORARY PAVEMENT Trenching or cuts in existing pavement, a minimum 4" of temporary asphalt shall be installed over compacted native soil at the end of the work day and maintained until permanent pavement is installed. Permanent pavement must be placed prior to expiration of the permit. 26. TRAFFIC CONTROL a)Traffic Control shall be provided in accordance with the City Standard Specifications and the California Manual of Uniform Traffic Control Devices. Permittee shall provide for advance warning signs, traffic cones, barriers, guards, lights,temporary bridges,flag persons advising the public of detours and construction hazards, and all other traffic control devices required by the City prior to beginning work activities. Permittee shall upon completion of the work, promptly remove all signs and warning devices. Permittee's operations shall cause no unnecessary inconvenience. Unless otherwise authorized by these supplemental conditions or an approved Traffic Control Plan, traffic shall be permitted to pass through the work. b) Access shall be maintained to fire hydrants, residences, commercial and industrial establishments, etc., unless other arrangements satisfactory to the owners and the City have been made. c) Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the work at all intersections or other locations determined by the City shall be maintained. d) Upon review of the application for an Encroachment Permit by the City Engineer, or if field conditions warrant after the Encroachment Permit is issued, the applicant may be required to obtain a Traffic Control Permit and pay associated fees. The applicant may also be required to furnish a Traffic Control Plan which is to be reviewed and approved by the City prior to the Permittee beginning work, or prior to continuing with the existing work.The Permittee shall comply with all of the requirements set forth in the Supplemental Traffic Control Permit and the approved Traffic Control Plan. e) No closure of any street will be permitted without the Permittee first having obtained the above Traffic Control Permit and a Traffic Control Plan approved by the City. Permittee shall apply for approval of anticipated road closures 10 calendar days in advance of the proposed closure. NO CLOSURE is allowed without specific approval. f) Permittee shall be responsible for compliance with additional public safety requirements which may arise during construction g) Whenever the Permittee fails to comply with said requirements, safety regulations, instructions or directions, or such additional requirements as may be deemed by the Inspector as necessary for safety of the workers or the public or property,the Inspector may cause such precautions to be taken at the Permittee's expense. 27. NON-COMPLIANCE Non-compliance with the Encroachment Permit Standard Provisions is subject to the Penalty For Failure to Comply, as listed in the City of Selma Encroachment Permit Fee Schedule. 2 Revised 05/30/13 City of Fowler Encroachment Permit City of Fowler Department of Public Works CITY OF FOWLER Permit No. Wri 128 S. 51h Street APPLICATION FOR ROAD ENCROACHMENT For Inspection Service Fowler,California 93625 Telephone: (559)834-3113 Fax: (559) 834-1284 In compliance with Section 7-3.10 City Code of the City of Fowler,California and with the Streets and Highways Code of the State of California,the undersigned hereby applies for permission to excavate,construct and/or otherwise encroach on the City Right-of-Way by performing the following work: LOCATION OF PROPOSED WORK: DESCRIPTION OF PROPOSED WORK: Estimated Starting Date: Estimated Completion Date: Applicant's Name: In consideration of the granting of this application,it is agreed that the applicant shall indemnity the City of Fowler and any Address: and all of its officers,employees and agents and shall defend City: State: Zip: and hold them harmless from any and all claim or liability for personal injury or property damage due to any acts or failure to Signature X: act in connection with any work permitted herein. Applicant further agrees to comply with all terms,conditions and Home Phone: Work Phone: specifications contained below and on the reverse side hereof. PERMIT APPROVAL Permission is hereby granted to perform the above described work subject to all terms,conditions and restrictions contained below and on the reverse side hereof. This permit is to be strictly construed and no work other than that specified is authorized hereby. This permit is expressly conditioned upon performance of the work. Failure to so perform said work in accordance with City specifications shall be deemed an immediate revocation of this permit and without notice. Work shall be subject to City Inspection. Permittee shall notify City Inspector a minimum of 24 hours before starting work(Telephone 559-834-3113 ext. 121) THIS PERMIT SHALL BE VOID UNLESS THE WORK HEREIN CONTEMPLATED SHALL HAVE BEEN COMPLETED BEFORE To commence or complete work after said date requires approved application for permit renewal or time extension. Grantor reserves the right to complete the work to restore the right-of-way as provided in Section 10 on the reverse side hereof. Account No. Date: Work Code David Weisser,Public Works Director Work Code Date: Dave Peters,Peters Engineering Group Mtce Area Date: Permit Fee Will Washburn,Peters Engineering Group GENERAL PROVISION 1. DEFINITION: This permit issued under the City Code of the City of Fowler,California and the Streets and Highways Code of the State of California. The term "ENCROACHEMT"is used in this permit as defined in said provision. The term"GRANTOR"shall mean the City of Fowler,California. 2. NO PRECEDENT ESTABLISHED: This permit is granted with the understanding that no precedent shall be established on the question of permitting any certain kind of Encroachment within City right of way. 3. SPECIFICATION AND REGULATIONS: All construction shall conform to established specifications and regulations of the City of Fowler. This permit does not constitute approval of any violations of ordinance or regulations. Unless specified otherwise,construction shall conform to applicable requirements of City of Fowler Improvement Standards. 4. KEEP PERMIT ON THE WORK: This permit shall be kept at the site of the work and upon request must be shown to any representation of Grantor or any Law Enforcement Officer. 5. PERMIT FROM OTHER AGENCIES: This permit covers only those portions of the work located with the City road right-of-way. Permittee shall,whenever required by law,secure a written order or consent to the doing of the work from the California Public Utilities Commission,or any other public board having jurisdiction and this permit shall not be valid or effective until such order or consent is obtained. 6. PROTECTION OF TRAFFIC: Protection and control of the traveling public shall be in accordance with the requirements set fourth in the current issue of the Manual of Warning Signs,Lights and Devices for Use in Performance of Work upon Highways,issued by California Department of Transportation. Unless otherwise noted on permit,the work shall be carried out in such a manner that public traffic is not obstructed. Adequate warning devices shall be installed and maintained bye Permittee until completion of the work. Permittee agrees to reimburse Grantor for any costs that may be incurred by Grantor for correcting inadequate signing(this is not intended to relieve Permittee of his responsibility to provide adequate warning devices). 7. CLEAN UP RIGHT-OF-WAY: Upon completion of the work all lumber,scraps,and other surplus material shall be entirely removed and the right-of-way left in a clean condition satisfactory to Grantor. All excavations shall be properly backfilled and left in safe condition. Cleanup shall include any necessary sweeping or cleaning of roadway surfaces to remove earth and debris deposited by spillage or tracking from work area. 8. SUPERVVISON OF GRANTOR: All work to be done shall be subject to the inspection of and satisfaction of the Grantor. When requested by Grantor. Permittee shall immediately provide test reports or other certification specified by Grantor verifying compliance with the quality and performance requirements of this permit. Prior to commencing work,Permittee shall give 24-hours notice to Grantor or the person specified on the reverse side hereof,prior to starting work, resuming work after moving off this job and prior to paving. (Failure to notify the City as stated shall immediately terminate this permit). 9. LIABILITY FOR DAMAGES: Permittee shall indemnify the City of Fowler any of its officers,employees,servants and agents,and shall defend and hold them harmless from any and all claims or liability for personal injury or property damage due to any acts or failure to act in connection with the performance of the work permitted herein. It will be the responsibility of the Permittee to determine the location of any existing underground facilities within the work area and to arrange for any necessary relocation. 10. MAKING REPAIRS: Permittee shall promptly repair any and all damage to right-of-way surfaces and roadway facilities including any injury to any portion of the right-of-way which would not have occurred had the permit work not been done or the encroachment place therein,unless Grantor gives notice of its election to make such repairs itself. If Grantor gives such notice,Permittee shall immediately purchase and have delivered at the site materials specified by Grantor. All payments for labor,equipment and other charges by Grantor for or on account of such work shall be made by Permittee within ten(10)days from the date of any bill written order,or voucher sent by or approved by Grantor. Grantor may require a deposit in an amount sufficient to cover the estimated cost before starting such repairs. 11. MAINTENANCE,REPAIR AND RELOCATON: Permittee shall properly maintain and repair any encroachment authorized herein,unless such maintenance and repair by Permittee is exempted by law,and shall exercise reasonable care in inspecting for and immediately repairing any injury to the highway which occurs as a result of the existence of said encroachment or as the result of any work done hereunder. If at any future date it is necessary,because of road relocation or changes in grade,to relocate this facility,the owner,his assigns,heirs and successors,hereby agrees to relocate the facility upon notice by the Grantor at no expense to the County,unless otherwise provided by law. 12. PROSECUTION OF THE WORK: Permittee shall diligently perform the work the minimum interference to public traffic and adjacent properties. Access to adjacent properties shall be maintained at all times unless otherwise permitted by property owners. Unreasonable delays in completing the work may be cause for permit revocation and forfeiture of future permit privileges. Grantor reserves the right to require a performance bond,of amount warranted by the nature of the work,prior to or during performance of the work. 13. CARE OF DRAINAGE: Established drainage not to be altered unless specifically authorized. 14. SUBMIT LOCATION PLAN: If requested by Grantor,Permittee shall furnish as built plans showing location and details of facilities installed by this permit. PIPES AND CONDUITS,ETC. 15. CROSSING ROADWAY: Service and other small diameter pipes shall be jacked or otherwise forced underneath pavement without disturbing the surface thereof. Pavement or roadway shall not be cut or otherwise disturbed unless specifically permitted on the reverse side hereof. Service pipes are not permitted inside of culvert structures used as drainage facilities. 16. DEPTH OF PIPES: There shall be a minimum of two(2)feet of cover over all pipes,conduits and cables. 17. BACKFILLING: That the trench be filled as soon as possible and provide compactions as follows: (A)Under all surfaced roads,and driveways,and in the area lying within two feet beyond the edge of surfacing(or 14 feet from the centerline,whichever is greater),all of that section of trench which lies two feet below the road surface shall be compacted to 90%relative compaction(ASTM D-2937&D-1557)or to the compaction equal to the native soil density,whichever is greater. The top two feet of the trench shall be compact to 95%relative compaction(ASTM D-2937&D-1557). No free water will be permitted in the area to be compacted to 90%relative compaction*(ASTM D2937&D-1557)or to the compaction equal to the native soil density,whichever is greater. 18. PAVEMENT RESURFACING: Pavement on traffic lanes shall be repaired on the same day excavation is made unless otherwise permitted by the Director. Temporary asphalt surfacing material 2 inches in thickness may be used provided Permittee maintains same until final repair is made. Final repair shall be completed within I0-days unless extended by the City. 19. MAINTAINSURFACE: Permittee shall maintain the surface over any and all structures placed hereunder for one year after completion. 20. PIPES ALONG ROADWAY: Pipes and utilities paralleling the pavement shall be located at such distance and at such depth from the pavement as specifically directed on the reverse side hereof. Cutting of tree roots is not permitted. 21. PERMISSION FROM PROPERTY OWNERS: Permittee shall secure permission form abutting property owners to enter and use their property. BASE AND PAVEMENT REPAIRS,ETC. 22. GRADES AND SPECIFICATIONS: Base and pavement repairs and miscellaneous paving work shall be in accordance wit the current specifications of the City of Fowler CONCRETE CURBES,GUTTERS,SIDEWALKS AND APPROACHES 23. CONCRETE: Portland cement concrete curbs,gutters,sidewalks&approaches shall be Class B concrete containing five sacks of cement per cubic yard of concrete. 24. STANDARDS: All concrete work shall conform to Improvement Standards of City of Fowler. Modifications or changes shall not be made except as noted in this permit. 25. CURING: All exposed concrete surfaces shall be cured with a clear curing compound equal to Hunt's Process. 26. CONNECTION TO STREET: A two-inch thickness(compacted)of plant-mixed asphalt surfacing shall be placed between the driveway approach apron and the existing street surfacing. 27. FINISH GRADING: All necessary backfilling,excavation and grading between curb line and property line is considered part of the work and shall be completed by Permittee. 28. THICKNESS: A minimum thickness of two inches(compacted)of plant mixed surfacing shall be placed over a sub grade compacted to 90%relative compaction. 29. DRAINAGE: The surfacing shall be placed to such grade that the existing drainage pattern is not obstructed. Unless specifically noted on this permit,the paved gutter elevation shall be a minimum of three inches below the existing edge of pavement elevation. 30. COMPLIANCE WITH APPROACH WIDTH STANDARDS: The granting of permission to perform frontage paving is not intended to allow driveway approach widths to exceed standard maximum widths. In cases where the width of the frontage paving exceeds the allowable approach widths,the approach location(s) shall be defined by installation of six-inch high barriers or other suitable means approved by Grantor. City of Fowler Permit& Inspection Fees Fees shall be charged to all persons receiving permits necessitated by the construction, installation or restoration of road improvements, consisting of curbs, gutters, driveway approaches, sidewalks, and asphalt paving, within an existing or proposed City Streets in the amounts determined as follows: (a) On the first $70,000.00 of estimated cost of improvements—6% (b) On the next$430,000.00 of estimated costs of improvements—3-1/2% (c) On the next$500,000.00 of estimated costs of improvements—2% (d) On all estimated costs over $1,000,000.00— 1% Charged for excavation work related to encroachment installations within the road right-of-way except as hereinabove provided: (a) "Plow-in" excavation for installation of underground facilities located off the pavement area: Less than 101 L.F...............$30.00 Above 1,000 L.F................$30.00 plus $1.10 per 100 L.F. (b) "Trench Type" excavating for the installation of pipelines (except as provided in (d) and(e) below), duct system or cables located off the pavement area: Less than 101 L.F................$20.00 Above 100 L.F..................$20.00 plus $2.90 per 100 L.F. (c) All excavations within the pavement area(except as provided in (d) and (e) below: Less than 101 L.F. .............$50.00 Above 100 L.F..................$50.00 plus $25.00 per 100 L.F. (d) Excavation for irrigation pipeline crossing of City Streets......................$60.00 per street crossing (e) Excavation for sewer house laterals and water service laterals within the pavement area$25.00 per lateral. (f) Miscellaneous permits where no field inspection is required will have a$5.00 fee to cover administrative costs. (g) Blanket fees—The above fee schedule does not apply to excavations for maintenance purposes or excavations for boring new service facilities, when the size of the surface excavation is less than 35 square feet and an annual permit for this work has been issued. No fee shall be charged therefore- when the inspection of such work can be done in conjunction with routine field work at inspector's convenience. In the event problems arise requiring special field inspection, the Permittee shall pay for the inspector's additional time at the rate of$15.00 per hour. F:\Shared Administrative documents\Public Works\Forms\Encroachment Fomu_Revised 01282011\Encroachment Permit Application 0609.doc City of Fresno Encroachment Permit APPLICATION TO INITIATE FEASIBILITY STUDY TO ENCROACH 1. Describe location by street name and intersecting street: 2. Describe what will be installed in the public right-of-way and state the purpose of this request (include any applicable Conditional Use Permit, Site Plan Review, or Rezone Numbers): 3. Submit a detailed 8 1/2 " x 11" map, drawn to scale, which depicts the encroaching items and identifies the limits of this application. Applications will not be processed without an acceptable map. 4. Applicant shall provide a copy of the deed that indicates current ownership of the subject property and which contains a complete legal description of the subject property. 5. Encroachment Feasibility Study fee to be paid at time of application - $765.00 (Per Master Fee Schedule effective 07/01/13). Make checks payable to the City of Fresno 6. General Information: a. The Feasibility Study process may require approximately six weeks to complete. b. The applicant will receive a letter from Public Works with the results of the study, which will detail any conditions of approval or reasons for denial of the application. c. The Encroachment Covenant will be prepared by Public Works and forwarded to the Applicant for execution. The property owner's signatures must be notarized. d. After Applicant returns the signed document to Public Works, signatures of the Public Works Director and Deputy City Attorney will be affixed and the document will be recorded with the Fresno County Recorder's Office. d. Applicants will receive a copy of the recorded document, which completes the process. e. Contact Jeff Beck, Engineer, at 621-8560 for additional information. 7. Submit applications and fees to: PW/ROW Section Public Works Department - Engineering Division 2600 Fresno Street -41" Floor Fresno, CA 93721 Applicant: Phone: Mailing Address: Representing (Property Owner): Assessors Parcel Number(s): Date Fee Paid: Cashier Memo No.: Received By: See City of Fresno Municipal Code Section 13-219 on the reverse side of this application Rev. 12/04/19 D:\DATA\WORD\TEMPLATES&FORMS\ENC ROACH M ENT APP.DOC MUNICIPAL CODE CITY OF FRESNO SECTION 13-219 ENCROACHMENT IN A PUBLIC RIGHT-OF-WAY a) No person shall encroach upon any public right-of-way of the City unless and until such person first obtains and maintains in force and effect a valid Encroachment agreement issued by the Director. The Director may issue a Street Work permit only when the following conditions have been met. 1) The record owners of the real property adjacent to the encroachment area have executed and recorded an encroachment covenant agreement approved by the City Attorney indemnifying the City for all liability resulting from the use or occupation of the encroachment area. 2) An application for a Street Work permit has been completed on a form designated by the Director which describes the purpose for the encroachment and the work to be done therein. 3) Fees relating to the issuance of the Street Work permit, as established by the Master Fee Resolution, have been paid. 4) The Director determines that the issuance of the Street Work permit, will meet a legitimate purpose of the applicant, and that such purpose cannot be feasibly accomplished by any means other than through the issuance of an encroachment permit. 5) The Director determines that the issuance of an encroachment permit will not be detrimental to the public health, safety, and welfare. b) The applicant shall comply with all additional terms, conditions, and restrictions incorporated within the permit and/or covenant which the Director may impose. c) Issuance of an encroachment agreement shall not relieve the applicant from the obligation of obtaining a street work permit pursuant to Section 13-202 for any work to be done in the public right-of-way contiguous to, or within, the area of encroachment. d) The Director shall revoke any Street Work permit upon determining that the applicant has failed to comply with one or more of the terms, conditions, or restrictions incorporated in the permit or the covenant and shall order the removal of all structures from the encroachment area. [This Subsection shall not apply to Subdivision 12-328(F) of the Outdoor Dining Ordinance.] e) The decision of the Director, or any term, condition, or restriction imposed, may be appealed to the Council pursuant to the provisions of Section 13-216 of this Code. (Added Ord. 79-80. ' 1, eff. 6-1-79; Am. Ord. 80-115, 1 113, eff. 8-8-80). City of Kingsburg Standard Plans CITY OF KINGSBURG 0 2 3 2 kko IMPROVEMENTEDISH VILL�=�• STANDARDS .y Specifications Section 1 -Proposal Requirements Section 2 - Scope of Work Section 3 - Control of the Work Section 4 - Control of Materials Section 5 -Legal Relations and Responsibilities to the Public Section 6 -Prosecution and Progress Section 7 -Measurement and Payment Section 8 - Incorporation of Standard Specifications Section 9 - Clearing and Grubbing Section 10 -Excavation and Grading Section 11 - Street Improvements Section 12 -Domestic Water Systems Section 13 - Sanitary Sewers Section 14 -Jacking Pipe Section 15 - Storm Drain System Section 16 - Compaction Testing Requirements Section 17 - Subdivision Construction Requirements Section 18 - Subdivision Design Standards Section 19 - Street Lighting Section 20 -NPDES Regulations and Compliance Section 21 -Landscape Design Guidelines y City of Kingsburg Improvement Standards Standard Specifications SECTION ONE PROPOSAL REQUIREMENTS 1.01 GENERAL INFORMATION The City Council will receive at the City Hall until the hour and day specified in the "Notice to Bidders", sealed proposals for furnishing of material, supplies, equipment and labor for performing the work as specified in the plans, special provisions and these specifications, each of which is intended to compliment the others and to be an integral part of the whole. 1.02 PROPOSAL FORM All proposals must be made upon blank forms to be obtained forms from the office of the Engineer and/or at City Hall. All proposals must give the prices proposed and must be signed by the bidder with his address. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. All proposals shall list the bidder's state contractor license number. If made by a corporation, the proposal must indicate the state in which the corporation was incorporated and the names, titles, and business addresses of the president and the secretary, and shall also bear the corporation seal, If any. 1.03 DESIGNATION OF SUB-CONTRACTORS Contractor shall file with his bid the name and address of each Sub-contractor who will perform more than one half of one percent of the work. Only one Sub-contractor shall be listed for each portion of the work, which portion shall be defined as to its nature and extent. Designation of Sub- contractors must be made upon blank forms furnished with the contract documents and must be signed by the bidder. Failure of Contractor to specify a Sub-contractor shall constitute a statement that Contractor is qualified and intends to perform the work himself. 1.04 WITHDRAWAL OR MODIFICATION OF BID Any bid may be withdrawn at any time prior to the time fixed for opening of bids. Any bid may modified after Delivery to the City Hall, on or before the time fixed for the bid opening by submission of a written sealed supplement to the original bid marked "Supplement to (designation of original bid)". Such supplement shall clearly identify the bid item, the original bid price, and the modified price, The City Council may reject any supplemental bid which, in their opinion, does not set forth the proposed modification clearly enough to determine with definiteness and certainty the price or prices offered by the bidder. 1.05 BIDDERS GUARANTEE No bid proposal will be considered for award unless the bidder has complied with either(1) or(2): 1. Bidders must deposit with their bid proposals a Cashier's or Certified Check or a Bidder's Bond of a corporate surety authorized to do business in the State of California and acceptable to the City and made payable to the City in the amount specified in the specifications. Such deposit shall be retained by the City as a guarantee that the bidder, if awarded all or any part of the bid, shall within ten calendar days from the date notice of award is mailed to the bidder, enter into a contract and furnish such bond or bonds as may be required by the specifications. All bid deposits will be returned when contracts have been entered into for all units awarded, or if all bids are rejected. City of Kingsburg Pagel Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 2. If the bidder contemplates submitting bids from time to time during a period of one year for the furnishing of certain materials, supplies or services to the City, the bidder may cover all such bids by A single Annual Bidder's Bond instead of a separate bond for each bid. If such an Annual Bidder's Bond is registered with the City, and is currently valid, it shall be deemed to accompany each and every bid submitted, provided such bond is in sufficient amount to provide the required deposit for all of the bidder's proposals then outstanding. It shall be stated upon the bid proposal that such an Annual Bidder's Bond is registered with the City. 1.06 RETURN OF BIDDER'S GUARANTEES Within ten (10) days after the award of the contract, the City will return the proposal guarantees accompanying those proposals which are not awarded any portion of the work. All other guarantees will be held until the contract has been fully executed, after which they will be returned to the respective bidders whose proposals they accompanied. 1.07 CONTRACT BONDS The Contractor shall furnish A Faithful Performance Bond in an amount equal to one hundred percent (100%) of the contract price to guarantee to the City the faithful performance of the contract by the contractor, and shall also furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the contract price. Both bonds shall be executed by corporate sureties authorized to do business in the State of California and acceptable to the City Attorney, and shall be payable to the City. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and material suppliers became insufficient or the City has cause to believe that such surety or sureties have became insufficient, A demand in writing may be made upon the Contractor by the City for additional surety, as may be necessary in the opinion of the City, considering the extent of the work remaining to be done, but said additional surety shall not cause the total to exceed two hundred percent of the anticipated cost of the work then remaining to be completed. Thereafter, no payment shall be made upon such contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 1.08 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES The right is expressly reserved to accept or reject any and all proposals, and to waive any informality in the bidding. Proposals may be rejected if they show any alterations of form, additions, conditional or alternative bids not called for, incomplete bids, erasures or irregularities of any kind. Proposal in which the prices obviously are unbalanced may be rejected. City of Kingsburg Page 2 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 1.09 AWARD OF CONTRACT The award of the contract, if awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described in the contract documents. The award, if made, will be made within thirty (30)days after the opening of the bids. All bids will be compared on the basis of the Engineer's estimate of quantities of work to be done or by any Bid Schedule or a combination of the Bid Schedules, or any other combination deemed appropriate by the City. 1.10 EXECUTION OF CONTRACT The contract shall be signed by the successful bidder and returned, together with the required bond and insurance forms within ten (10) calendar days after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. In case of default in executing the required contract or furnishing necessary bonds within the time limitation as set forth in the preceding paragraph, the proceeds of the check or bond accompanying the bid shall become property of the City as liquidated damages. 1.11 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK No bidder shall submit a bid without first carefully examining the site of the work contemplated, the plans and specifications and the proposal forms. The submission of a bid shall be conclusive evidence that the bidder has so investigated and is satisfied as to the conditions to be encountered with regard to the character, quality, and scope of work to be performed, the quantities of materials to be furnished, and the requirements of the proposal, plans, specifications, and the contract documents. 1.12 DEFINITIONS When used in the contract documents the terms, phrases and abbreviations listed shall have the following meanings: A.S.A. - American Standards Association (now U.S.A.S.I., U.S.A. Standards Institute) and its standard specifications. A.S.T.M. -American Society for Testing and Materials Specifications. A.W.W.A. -American Water Works Association and its Standard Specifications. N.B.S. - National Bureau of Standards and its Standard Specifications. BIDDING REQUIREMENTS -Submittals and/or actions on the part of a bidder as mandated by the contract documents in order to qualify a bid proposal. CITY -The City of Kingsburg, California. CONTRACT DOCUMENTS- All those documents pertaining to the description of the work and the contract for the performance of the work, including the notice inviting bids, instructions to bidders, the proposal, the specifications, change orders and any special orders or instructions to the Contractor. CONTRACT PRICE -The total amount of money for which the contract is awarded. CONTRACT UNIT PRICE -The Contractor's bid for a single unit of an item of work in the proposal. City of Kingsburg Page 3 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications DEPARTMENT OF PUBLIC WORKS-City Council acting through properly authorized agents. DIRECTOR OF PUBLIC WORKS -Same as above. ENGINEER- City Engineer acting either directly or through properly authorized agents, acting within scope of the particular duties entrusted to them. OWNER-The City of Kingsburg. DEPARTMENT OF PUBLIC WORKS - Department of Public Works. CONTRACTOR - The person or persons, co-partnership or corporation, private or municipal, who have entered into contract for this work as party or parties of the second part, or his or her legal representatives. LABORATORY-Any Laboratory of a public agency or a recognized commercial testing laboratory. APPROVED, REQUIRED, DIRECTED - Approved, Required, Directed or words of similar import, refer to and indicate that the work or materials shall be "approved", "required", or"directed" by the owner or his duly authorized representative. APPROVED EQUAL -Approved Equal or words of like import refer to and indicate material which has been approved by the Engineer as similar and equal in all respects and acceptable for use in lieu of the particular materials as specified in the contract documents. No substitute material shall be used in any of the work unless approval to use same is first obtained in writing from the Engineer. The owner reserves the right to reject any and all materials, either before or after installation that are not as specified or approved by the Engineer in writing. In all cases where proprietary articles are specified, it is the intent of the Specifications to permit the use of approved equals, unless specifically prohibited. Requests for "Approved Equal" status for proposed substitutions shall be submitted within thirty (30)day after the award of the contract. Such requests shall include .the reason for substitution (availability, price, etc.), data to substantiate the equal quality and proposed credit to the contract price for the use of such substitutions, should it be approved. DRAWING — Plans, working drawings, etc. Which are made a part of the contract documents to facilitate completion of the project. UTILITY—Tracks, overhead or underground wires, pipelines, conduits, ducts, or structures, sewers or storm drains owned, operated, or maintained in or across a public right-of-way or private easement. WORK- That which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor and materials. COUNCIL -The City Council of the City of Kingsburg. DAYS- Days shall mean consecutive calendar days unless otherwise specified. PERSONS - Any individual, association, partnership, corporation, trust,joint venture, or other legal entity. PLANS - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer which show the locations, character, dimensions or details of the work. City of Kingsburg Page 4 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications PROPOSAL - The offer of a bidder when submitted on the proposal form, properly signed and guaranteed. REFERENCE SPECIFICATIONS -Those bulletins, standards, rules, methods of analysis or test, codes and specifications of other agencies, engineering societies or industrial associations, referred to in the contract documents. These refer to the latest edition or that edition referenced, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. ROADWAY-The portion of street reserved for vehicular use. SERVICE CONNECTION - Service connections are all or any portion of the conduit, cable or duct, including meter, between a utility distribution line and an individual consumer. SEWER -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. SEWER HOUSE BRANCH - A sewer within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a main sewer. SPECIAL PROVISIONS - Any provisions which supplement or modify these Standard Specifications or other Standard Specifications produced by other agencies referenced. SPECIFICATIONS - Standard specifications, reference specifications, special provisions, general conditions and specifications in supplemental agreements between the Contractor and the City. STANDARD DRAWING- Drawings showing the details of standard structures, devices, or facilities frequently constructed by the City and adopted by the Council as the approved design. STATE -The State of California STATE STANDARD SPECIFICATIONS - The Standard Specifications of the State of California Business and Transportation Agency, Department of Transportation, latest edition, or that edition referenced. STORM DRAIN - Any conduit and appurtenance intended for the reception and conveyance of storm water. STREET-Any public road, highway, parkway, freeway, alley, walk, or right-of-way. SUBCONTRACTOR - The person entering into a contract with the contractor to perform a portion of the work. SUPERVISION - Where used to indicate supervision by the Contractor, shall mean the active and direct superintendence of the details of the work by the Contractor, the job Foreman, superintendent, project coordinator or other person delegated to represent the Contractor on the Job site. Except as specifically stated in the contract, supervision by the City shall not mean active and direct superintendence of details of the work. SURETY-Any individual, firm or corporation, bound with and for the contractor for the acceptable performance, execution, and completion of the work, and for the satisfaction of all obligations incurred. City of Kingsburg Page 5 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 1.13 UNIT PRICES Excepting the items for which lump sums are called for, the unit prices inserted in the bid form by the bidder will be considered to be the bid prices for the various units of work and shall be used in the calculation of the amount due the Contractor for work performed. In case of a discrepancy between the unit price bid and the calculated total for the item, the unit price shall govern. 1.14 MORE THAN ONE PROPOSAL FROM A BIDDER More than one proposal from an individual, a firm or partnership, a corporation, or an association under the same or different names, will not be considered. Reasonable ground for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason to believe that collusion exists among the bidders, none of the participants in such collusion will be considered in future proposals. City of Kingsburg Page 6 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION TWO SCOPE OF WORK 2.01 WORK TO BE DONE The work to be done consists of furnishing all labor, materials, methods and processes, implements, tools and machinery, except as otherwise specified, which are necessary and required construct and put in complete order for use the proposed improvements designated in the contract, and to leave the grounds in a neat and safe condition. 2.02 ALTERATIONS By mutual consent in writing of the parties signatory to the contract, alterations, deviations, increases or decreases in quantities, additions to, or omissions from the plans and specifications may be made and shall in no way affect or invalidate the contract. 2.03 EXTRA WORK New and unforeseen work will be classed as extra work when such work cannot be covered by any of the various items or combination of items for which there is a bid price. The Contractor shall do no extra work except upon written order from the Engineer. For such extra work the Contractor shall receive payment in accordance with the unit prices or as previously agreed upon in writing or he shall be paid on force account as set forth in Section 7.01 of these specifications. 2.04 REMOVAL OF OBSTRUCTIONS The Contractor shall remove and dispose of all structures, debris, or other obstructions of any character including such trees as are specifically designated by the Engineer for removal if (in the sole opinion of the Engineer) such obstructions would hinder the proper completion of the work. 2.05 FINAL CLEANING UP Upon completion and before making application for acceptance of the work, the Contractor shall clean the street or road, borrow pits, and all ground occupied by him in connection with the work, of all rubbish, excess materials, temporary structures and equipment. All parts of the work shall be left in a neat and presentable condition. City of Kingsburg Page 7 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION THREE CONTROL OF THE WORK 3.01 AUTHORITY OF THE ENGINEER The Engineer shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner or performance and rate of progress of the work; all questions which arise as to the interpretation of the plans and specifications; all questions as to claims and compensation. The Engineer's decision shall be final and he shall have executive authority to enforce and make effective such decisions, and issue such orders as to cause the Contractor to carry out such decisions promptly. 3.02 ALTERATION OF PLANS All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made of any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer. Working drawings or plans for any structure not included in the plans furnished by the Engineer shall be approved by the Engineer before any work involving these plans shall be performed, unless approval be waived in writing by the Engineer. It is understood, however, that the approval by the Engineer of the Contractor's working plan does not relieve the Contractor of any responsibility for accuracy of dimensions and details, and that the Contractor shall be responsible for agreement and conformity of his working plans with the approved plans and specifications. 3.03 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATION Finished surfaces in all cases shall conform with the lines, grades, cross-sections and dimensions shown on the approved plans. Deviations from the approved plans, as may be required by the exigencies of construction will be determined in advance in all cases by the Engineer and authorized in writing. 3.04 COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS These specifications, the plans, special provisions and all supplementary documents are essential parts of the contract and a requirement occurring in one is as binding as though occurring in all. Specifications shall govern over plans; special provisions shall govern over both specifications and plans. 3 .05 INTERPRETATION OF PLANS AND SPECIFICATIONS Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in these specifications, the plans and/or the special provisions, the Contractor shall apply to the Engineer for such further explanation or interpretation as part of the contract. In the event of doubt or question relative to the true meaning of the contract documents, reference shall be made to the Engineer, whose decision thereon shall be final. In the event of any discrepancy between any drawings and the figures written thereon, the figures shall be taken as correct. City of Kingsburg Page 8 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 3.06 SUPERINTENDENCE Whenever the Contractor is not present on any part of the work a superintendent or foreman shall be in charge of the particular work. Instructions issued by the Engineer to the person in charge of the work shall be deemed to have been issued to the Contractor. 3.07 LINES AND GRADES Surveying adequate for construction shall be performed by qualified personnel prior to the start of construction. The Contractor shall be responsible for preserving construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be at the expense of the Contractor. All distances and measurements will be made and given in a horizontal plane. Stakes will be set and stationed for curbs, headers, sewers, storm drains, structures and rough grade (or flow line) indicated on a grade sheet. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be, reported to the Engineer. Any deviation from the grades as shown on the plans shall be the responsibility of the Contractor. Grades for underground conduits will be set at the surface of the ground and the Contractor shall be responsible for transferring such grades to the bot tan of the trench. In the event that survey work is performed by crews other than those employed by the Engineer, such work shall conform to the quality and practice required by the Engineer but the professional liability for such work shall remain with the employer of the personnel performing the work. The Engineer shall be notified before the stakes are set and cut sheets will be furnished to the Engineer immediately after the setting of the grades. 3.08 INSPECTION The Engineer shall at all times have access to the work during construction and shall be furnished with every reasonable facility for ascertaining full knowledge respecting the progress, workmanship, and the character of materials used and employed in the work. Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Engineer so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. The inspection of the work shall not relieve the contractor of any obligation to fulfill the contract as prescribed. Defective work shall be made good, and unsuitable materials will be rejected notwithstanding the fact that such defective work and unsuitable materials have been previously overlooked by the Engineer and accepted or included in progress payments. Projects financed in whole or in part with funds from sources other than the City shall be subject to inspection at all times by the agency providing said funds or its authorized agent. 3.09 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which is defective in its construction or deficient in any of the requirements of these specifications shall be remedied or removed and, replaced by the Contractor in an acceptable manner and no compensation will be allowed for such correction. Any work done beyond the lines and grades shown on the plans or any extra work done without written authority of the Engineer will be considered as unauthorized and will not be paid for. City of Kingsburg Page 9 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Upon failure on the part of the Contractor to comply immediately with any order of the Engineer made under the provisions of this article, the Engineer shall have authority to cause defective work to be removed by other parties and to deduct the costs thereof from any monies due or to become due to the Contractor. 3.10 FINAL INSPECTION Whenever the work provided and contemplated by the contract shall have been satisfactorily completed and the final cleaning up performed, the Engineer will make the final inspection. Any deficiencies noted during such inspection will be corrected prior to acceptance of the project. 3.11 SEQUENCE OF WORK The Engineer shall have the power to direct the order and sequence of the work to the degree necessary to insure that the construction of one part will not interfere with the proper completion of other parts. If at any time before the commencement, or during the progress of the work, the materials and appliances used or to be used appear to the Engineer as insufficient or improper for securing the quality of work required, or the required rate of progress, he may order the Contractor to increase efficiency or to improve their character and the Contractor shall conform to such order. However, the failure of the Engineer to demand any increase of such efficiency or any improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. 3.12 SANITARY REGULATIONS Necessary housing accommodation shall be provided for the workmen for changing clothes and for protection during inclement weather. Toilet accommodations shall also be maintained for the use of employees on the work. The accommodations shall be in approved locations properly screened from public observation and shall be maintained in a strictly sanitary manner. The Contractor shall obey and enforce all other sanitary regulations and orders against infectious diseases and the spread of same and shall maintain at all times satisfactory sanitary conditions around all shanties, tool and supply houses, and on all other parts of the work. 3.13 EXISTING STRUCTURES IN RELATION TO PLANS Where underground and surface structures are shown on the plans, the locations, depth, and dimensions of such structures are believed to be reasonably correct but are not guaranteed. Such structures are shown for the information and convenience of the Contractor but such information so given is not to be construed as a representation that such structures will, in all cases, be found or encountered just where shown or that they represent all the structures which may be encountered. It shall be the Contractor's responsibility to locate and protect or remove all structures as the case may be. 3.14 PROTECTION OF WORK The Contractor must provide and maintain proper barricades, fences, or signal lights, to protect the work, persons, animals, or private property from injury. Construction area signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. The City reserves the right to remedy any neglect on the part of the Contractor as regards the protection of the work, after twenty-four (24) hours notice in writing except in case of emergency, City of Kingsburg Page 10 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications when he shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from remedy due the Contractor. 3.15 CARE OF STRUCTURES The Contractor shall be liable for all damage done to any structure arising through his operations. He shall take care not to damage and shall maintain in good condition all sewers, drains, culverts, conduits, house services and other underground structures encountered in the performance of the work. The Contractor shall repair all damage done to any of the said structures through his acts or neglect and shall keep them in repair during the life of this contract. He shall in all cases leave them in as good condition as they were prior to the commencement of the work. Care shall be taken not to move, without the consent of the Engineer, any sewers, drains, culverts, water, gas, or other pipes, poles, or structures. In crossing or running parallel with such structures, Contractor shall securely hang, brace, and support such structures in place until the work is completed. 3.16 OMISSIONS IN PLANS AND SPECIFICATIONS Any materials or work mentioned in the specifications and not show on the drawings or that is show on the drawings but not mentioned in the specifications shall be of the same effect as if show or mentioned in both. Omission from the drawings or the specifications of the materials or details of work which are manifestly or obviously necessary to carry out the intent of the drawings and specifications, or which are customarily furnished or performed, shall not relieve the Contractor of his responsibility for furnishing such omitted materials or performing such omitted work but such materials or work shall be furnished or performed as if fully show or described in the drawings or specifications. 3.17 MAINTAINING TRAFFIC Attention is directed to Sections 7-1.08, 'Public Convenience," 7-1.09, 'Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and to the Section entitled "Public Safety" elsewhere in these special provisions, and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.09. All traffic cones used for night lane closures shall have reflective cone sleeves as specified in the specifications. Unless otherwise authorized by the Contract Documents, the Contractor shall arrange his work so as to keep two-way vehicular traffic open at all times and will direct and supervise traffic as instructed by the City Engineer. The Contractor shall also keep the Fire Department informed at all times as to the exact locations and progress of the work and shall notify them immediately of any streets closed to traffic or impassable for firefighting equipment. 3.18 WATERING Payment for the application of water used in the construction shall be included in the various other bid items unless specifically called for as a separate item. If water is to be obtained from the City, the Contractor shall obtain a water meter from the Water Department to measure the amount used. City of Kingsburg Page 11 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications A deposit, to be determined by the Public Works Director shall be made by the Contractor at the time of taking possession of the water meter. The deposit will be refunded upon return of the water meter undamaged and in good working condition. City of Kingsburg Page 12 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION FOUR CONTROL OF MATERIALS 4.01 MATERIALS AND WORKMANSHIP - GENERAL All materials, parts and equipment furnished by the Contractor in the work shall be new, first quality and free from defects. Workmanship shall be in accordance with generally accepted standards. Both materials and workmanship shall be subject to the approval of the Engineer. Any materials and workmanship not conforming to the requirements of these specifications shall be considered defective and will be subject to rejection. Defective work or materials, whether in place or not, shall be removed immediately from the site by the Contractor, at his expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after notice from the Engineer, the Engineer may cause such work or materials to be replaced. The replacement expense shall be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts and equipment may be installed only if specifically permitted in the Special Provisions or Technical Specifications. 4.02 PROTECTION OF MATERIALS The Contractor shall provide and maintain storage facilities and employ such measures as will preserve, the specified quality, and fitness of materials to be used in the work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of his contract. 4.03 TESTS OF MATERIALS Before incorporation in the work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the City. The Contractor, at his own expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all testing shall be performed under the direction of the Engineer. Any retesting required because of failure of materials to pass the initial test shall be done at the expense of the Contractor. The Contractor shall notify the City in writing at least 15 days in advance of his intention to use materials for which tests are specified to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. 4.04 TRADE NAMES OR EQUALS It is the intent of these specifications to permit the Contractor to supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by patent, proprietary or brand name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words "or equal". A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment which he considers to be equivalent to that indicated. Unless otherwise authorized by the Engineer, the offer must be submitted in sufficient time before the normal use or installation of the material, process or equipment, for the Engineer to determine the equivalency and the Contractor to make any required purchases (including delivery) and to make the use or installation without delay beyond the time of such normal use or installation. City of Kingsburg Page 13 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications The Contractor shall, at his expense, furnish data concerning items offered by him as equivalent to those specified. He shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. His findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer in writing. If a substitute offered by the Contractor is found to be not equal to the specified material, the Contractor shall furnish and install the specified material. The Specified contract completion time shall not be affected by any circumstance developing from the provisions of this subsection. City of Kingsburg Page 14 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION FIVE LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 5.01 LAWS TO BE OBSERVED The Contractor shall keep himself fully informed of all existing State and National laws and all municipal ordinances and regulations of the City which in any manner affect those engaged or employed in the work or the materials used In the work or which in any way affect the conduct of the work. 5.02 HOURS OF LABOR Eight (8) hours per day and forty hours per week shall constitute legal work hours under City contracts, and the Contractor and subcontractor shall keep accurate records shooing the name of and the hours worked each calendar, day and each calendar week by, each workman employed by him on said work. Overtime shall be permitted 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 as provided in said Section. All work performed on a State or Federal legal holiday shall be subject to overtime as stated above for the entire day and the Contractor shall be liable for City incurred inspection time on said legal holiday. 5.03 LABOR DISCRIMINATION No discrimination shall be made in the employment of persons upon public works because of the race, color or religion of such persons and, every Contractor for public works violating this, section is subject to all the penalties imposed for such violation in accordance with the provisions of the Labor Code. 5.04 PREVAILING WAGE The Contractor shall comply with all Federal and State prevailing wage laws applicable to general law cities in California except as otherwise provided by duly-adopted City ordinance regulating municipal affairs. 5.05 REGISTRATION OF CONTRACTORS Before submitting bids, Contractors shall be licensed in accordance with the provisions of the Business and Professions Code. 5.06 PERMITS AND LICENSES The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the prosecution of work. 5.07 PATENTS The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work. 5.08 PUBLIC CONVENIENCE AND SAFETY The Contractor shall conduct his operations so as to cause the least possible obstruction and inconvenience to public traffic. Unless other existing streets are stipulated in the special provisions to be used as detours, all traffic shall be permitted to pass through the work. City of Kingsburg Page 15 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Access to residences and businesses along the road or street shall be maintained and temporary crossings shall be provided and maintained in good condition. No cross or intersecting street or road shall be closed at any time without the approval of the Engineer. Pedestrian walks will be provided and maintained during construction. The Contractor shall provide all detours, furnish and erect all signs, barriers, and lights in accordance with these specifications and the Standard Specifications of the State of California. 5.09 RESPONSIBILITY FOR DAMAGE Any contract awarded shall be expressly conditioned that the City Council, or the Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any material or equipment used in performing the work; or for injury or damage to any person or persons, either workman or the public: or for damage to adjoining property from any cause whatsoever during the progress of the work at any time before final acceptance, and the Contractor shall hold the City, the Engineer and their agents harmless there from. 5.10 CONTRACTOR'S LIABILITY INSURANCE The Contractor will indemnify and hold harmless the City, all other participating public agencies, whether or not said participating agencies are named herein, and all officers and employees of the City and said participating agencies, against any and all claims, demands, causes of action, damages (including damages to City property and property of said participating agencies) costs or liabilities (including cost of liabilities of the City employees), in law or in equity, of every kind and nature whatsoever, directly or proximately resulting from or caused by the performance of the contract, whether such performance be by the Contractor, his subcontractor or anyone directly or indirectly employed by him. The Contractor shall, at his sole risk and expense, defend any and all suits, actions or other legal proceedings which may be brought or instituted by third persons against the city, said participating agencies, their officers and employees on any such claim, demand or cause of action, and the Contractor shall pay and satisfy any judgment or decree which may be rendered against the City, said participating agencies, their officers and employees in any such suit, action or other legal proceedings. "Participating public agency" as used in this paragraph, shall mean any agency of the United States, the State of California or any City, County or District which has contributed or agreed to contribute money or services in the preparation of plans and specifications for or to defray the cost of the work, or which has jurisdiction over all or any part of the area in which the work is to be performed. WORKER'S COMPENSATION INSURANCE Before the Contract is entered into, the bidder to whom it is awarded, shall furnish the City satisfactory proof that he has taken out, for the entire period covered by the proposed Contract, full compensation insurance with an insurance carrier satisfactory to the City, for all persons whom he may employ directly or through Subcontractors in carrying out the work contemplated under this Contract, in accordance with the Labor Code. Should the Contractor fail to keep the insurance in force, the City may take out the required insurance at the Contractor is expense. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall take out and maintain, during the life of the Contract, such public liability and property damage insurance as shall provide him and any Subcontractor performing work covered by the contract from claims for property damages which may arise because of the nature of the work or from operation under the contract, whether such operations be by himself or by any Subcontractor, or anyone directly or indirectly employed by either of them, even though such damages be not caused by the negligence of the Contractor or any Subcontractor, or anyone City of Kingsburg Page 16 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications employed by either of them. The public liability and property damage insurance shall also directly protect the City, its officers, agents, and employees, as well as the Contractor and his Subcontractors, and all insurance policies issued hereunder shall so state. The amount of such insurance shall be as follows: 1. Contractor's liability insurance providing bodily injury or till death liability limits of not less than $1,000,000 for each person, and $1,000,000 for each accident or occurrence, and property damage liability limits of not less than $500,000 for each accident or occurrence with an aggregate limit of $1,000,000 for claims which may arise from the operations of the Contractor in the performance of the work herein provided for. 2. Automobile liability insurance covering all vehicles used in the performance of the contract providing bodily injury liability limits of not less than $1,000,000 for each person and $1,000,000 for each accident or occurrence, and property damage liability limits of not less than $100,000 for each accident or occurrence, with an aggregate of not less than $250,000 which may arise from the operations of the Contractor in performing the work provided for herein. Before the execution of contract, the successful bidder shall file with the City a certificate or certificates of Insurance, covering the specified insurance and written with such a company or companies as may be acceptable to the City. Each such certificate shall bear an endorsement precluding the cancellation, or reduction in coverage, of any policy evidenced by such certificate, before the expiration of ten (10) days after the City shall have received notification by registered mail from the insurance carrier. If the Contractor fails to maintain the required insurance, the City will maintain the required insurance at the Contractor's expense. Nothing herein contained shall be construed as limiting the liability of the Contractor. 5.11 NO PERSONAL LIABILITY No member of the City Council or any employee or agent of the City or any member of the governing body or any employee of any participating agency, as defined in subparagraph 10 of this section, shall be held responsible for any liability arising under this contract. 5.12 CONTRACTOR'S RESPONSIBILITY FOR WORK Until the formal acceptance of the work by the City the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good on all damages to any portion of the work occasioned by any and all causes before final acceptance and shall bear the expense thereof. 5.13 RESPONSIBILITY OF CITY The City shall not be held responsible for the care or protection of any material or parts of the work prior to final acceptance, except as expressly provided in these specifications or the special provisions. 5.14 FINAL PAYMENT TO RELEASE OWNER The acceptance by the Contractor of the final payment shall be and shall operate as a release to the City of all claims and all liability to the Contractor for all things done or performed for or relating to the work or arising out of the work, excepting only Contractors claims, if any, for amounts withheld by the City upon final payment. No payment final or otherwise, shall operate to release the City of Kingsburg Page 17 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Contractor nor his sureties from any obligation under this contract or the Contractor's bond, provided warranty as specified in Section 5.21. 5.15 VERBAL STATEMENTS NOT BINDING It is understood and agreed that the written terms and provisions of the contract documents shall supersede all prior verbal statements of the Engineer or other representatives of the Owner and such statements shall not be effective or be construed as entering or forming a part of, or altering in any way, whatsoever, the written agreement. 5.16 AMENDMENTS TO CONTRACT Each and every provision of law and clause required by law to be inserted in the contract shall be deemed to be inserted and the contract shall be read and enforced as though it were included therein, and if through mere mistake, or otherwise, any such provision is not inserted, or it is not correctly inserted, then upon the application of either party hereto, the contract shall forthwith be physically amended to make such insertion. 5.17 ASSIGMENT OF CONTRACT The Contractor shall not assign the contract, or any part thereof, without the approval of the Owner, nor without the consent of surety unless the surety has waived its right to notice of assignment. All assignments of funds are subject to the prior lien for services rendered or materials supplied for the performance of the work called for in favor of all persons, firms, or corporations rendering such services or supplying materials. 5.18 ACCIDENT PREVENTION It shall be the duty of the Contractor to always exercise precaution for the protection of all persons and property. The safety provisions of applicable law and building and construction codes shall be observed. Machinery, equipment and each potential hazard shall be guarded or eliminated in accordance with the safety provisions of the "Manual of Accident Prevention in Construction", published by the Associated General Contractors of America. 5.19 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF In addition to the payment to be retained by the City under the preceding provisions of these General Clauses, the City may withhold a sufficient amount of any payment otherwise due to the Contractor to cover (a) payments that may be past due and payable for just claims for labor or materials furnished in and for the performance of the work under this contract; {b) for defective work not remedied, and {c) for failure of the Contractor to make proper payments to his subcontractor. The City shall disburse and shall have the right to act as agent for the Contractor in disbursing such funds as have been withheld pursuant to this paragraph to the party or parties who are entitled to payment there from. The City will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. 5.20 REMOVAL OF TEMPORARY STRUCTURES On or before acceptance of the work, the Contractor shall, without charge therefore, tear down and remove all buildings and other structures built by him for facilitating the carrying out of the work, and shall remove all surplus material and rubbish of all kinds from the grounds which he has occupied and shall leave the site of work clean and in good condition. City of Kingsburg Page 18 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 5.21 GUARANTEE The Contractor shall guarantee the proper installation and performance for all equipment and facilities for a period of one year from the date of filing the notice of completion. In the event that such facilities fail to perform properly during such one-year period, they shall be repaired or replaced at Contractor expense in accordance with the instructions of the Engineer. To the extent that such facilities are out of service during the warranty period for reason of improper performance, then the warranty period shall be extended for an equivalent period on all portions of the project that are not operational due to such improper performance. City of Kingsburg Page 19 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION SIX PROSECUTION AND PROGRESS 6. 01 SUBLETTING AND ASSIGNMENT The Contractor shall give his personal attention to the administration of the contract and shall keep the work under his control. Subcontractors will not be recognized as such and all persons engaged in the work of construction will be considered as employees of the Contractor, and their work shall be subject to the provisions of the contract documents. Where a portion of the work sublet by the Contractor is not being prosecuted in a manner satisfactory to the Engineer, the Subcontractor shall be removed immediately on the request of the Engineer and shall not again be employed on the work. The contract may be assigned only upon written consent of the City. 6.02 PROGRESS OF THE WORK AND TIME EXTENSIONS The Contractor shall commence work under the contract within ten (10)working days from the date of"Notice to Proceed" and shall diligently prosecute the same to completion. Prior to commencing work, the Contractor shall provide a proposed schedule in an acceptable form to the Engineer. Said schedule shall indicate the anticipated date upon which each major portion of the work shall begin and be completed. Failure of the Contractor to execute the work substantially in accordance with said schedule shall be evidence of unsatisfactory progress. A working day is defined as any day, except Saturdays, Sundays, and legal holidays, and days on which the Contractor is specifically required by the special provisions to suspend construction operations and also excepting days on which the Contractor is prevented by inclement weather or conditions resulting immediately there from adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for at least five (5) hours toward completion of such operation or operations. Should the Contractor prepare to begin work at the regular starting time in the morning of any day on which inclement weather or the conditions resulting from the weather prevents the work from beginning at the usual starting time and the crew is dismissed as a result thereof and the Contractor does no proceed with at least 75 percent of the normal labor and equipment force engaged in the current controlling operation or operations, the Contractor will not be charged for working day whether or not conditions should change thereafter during said day and the major portion of the day could be considered to be suitable for such construction operations. The current controlling operation or operations is to be construed to include any feature of the work considered at the time by the Engineer which, if delayed, will delay the time of completion of the contract. Determination of each non-working day, except Saturdays, Sundays, and legal holidays and days on which the Contractor is specifically required by the special provisions to suspend construction operations, shall be made and agreed upon during such day by conference between the Engineer and the Contractor and in the event of failure to agree, the Contractor will be allowed one week in which to file a written protest setting forth in what respects he differs from the Engineer, otherwise the decision of the Engineer shall be deemed to have been accepted by the Contractor as correct. City of Kingsburg Page 20 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 6.03 CHARACTER OF WORKMAN If any Subcontractor or person employed by the Contractor shall fail or refuse to carry out the direction of the Engineer or shall appear to the Engineer to be incompetent or act in a disorderly or improper manner, he shall be discharged immediately on the request of the Engineer and such person shall not again be employed on the work. 6.04 TEMPORARY SUSPENSION OF WORK The Engineer shall have the authority to suspend the work wholly or in part, for such periods as he may deem necessary due to unsuitable weather or to such other conditions as are considered unfavorable for the suitable prosecution of the work or for such time as he may deem necessary due to the failure on the part of the Contractor to carry out orders given or to perform any provisions of the work. The Contractor shall immediately obey such order of the Engineer and shall not resume the work until ordered to do so in writing by the Engineer. 6.05 TIME OF COMPLETION AND LIQUIDATE DAMAGES Time of performance is of the essence of the contract entered into pursuant to the specifications, and the City and the Contractor, by executing the contract, each agrees that actual damages to the City, and actual damages for the inconvenience and loss which will flow to the inhabitants of the City, from any delay in completion beyond the date or dates provided for the completion of the work, or portions thereof, are extremely difficult or possible to determine, and accordingly, it is agreed that the Contractor shall be liable for and shall pay to the City, the sums and rates stated in the Bidding requirements or special Provisions for each calendar day of delay in the completion of the work from the date for completion as specified in the contract or in any written extension of time granted by the City. If the Contractor is delayed in said work by any acts or neglect of the City or its employees, or others acting under authority of the City by contractor otherwise, or by acts of God which the Contractor could not have reasonably for seen and provided for, or by weather conditions which, in the sole opinion of the Engineer as certified by him in writing, require temporary cessation of the work or any part thereof to a degree that the specified date of completion cannot be met, or if delays are caused by boycotts or like obstructive action by employee or labor organizations, or by any general lockouts or other defensive action by employers, whether general or by organizations of employers, the Contractor shall have no claim for damages against the City for any such cause of delay. Contractor shall in such cases be entitled to such extension of time for the completion as shall reasonably compensate for actual loss of time occasioned thereby, upon application to the City for such extension provided, that no extension of time shall be granted unless the Contractor shall have notified the City in writing of the condition or event which is expected to cause a delay in completion, within one week after the commencement or occurrence of the condition or event, and in the case of delay for weather conditions, shall have notified the Engineer of any such weather conditions on the first day of cessation of work on account thereof. In case the work called for under the contract is not finished and completed in all parts and requirements within the time specified, the City Council shall have the right to extend the time for completion or not, as may seem best to serve the interest of the City, and if it decides to extend the time limit for the completion of the contract, it shall further have the right to charge to the Contractor, his heirs, assign, or sureties, and to deduct from the final payment for the work, all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which occur during the period of such extension, except that the cost of final surveys and preparation of final estimate shall not be included in such charges. The City may conditionally accept the work and occupy and use the same if there has been such a degree of completion as shall in the City's opinion render the same safe, fit, and convenient for the City of Kingsburg Page 21 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications use for which it is intended. Subsequent to such conditional acceptance and occupation by the City, the City may elect to assess actual damages caused by failure of the Contractor to fully complete the work within the time specified for completion thereof. 6.06 SUSPENSION OF CONTRACT If at any time in the opinion of the Engineer, the Contractor has failed to supply an adequate working force, or material of proper quality, or has failed in any other respect to prosecute the work with diligence and force as specified in the terms of the contract, notice thereof in writing will be served upon him. Should the Contractor neglect or refuse to provide means for a. satisfactory compliance with the contract, as directed by the Engineer, within the time specified in such notice, the Engineer in any such case shall have the power to suspend the operation of the contract upon receiving notice of such suspension, the Contractor shall discontinue said work or such parts of it as the Engineer may designate upon such suspension, the Contractor's control shall terminate and thereupon the City Councilor its duly authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises and use the same for the purpose of completing said contract and hire equipment and such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for completion thereof. The City may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase the materials contracted for, in such manner as the Engineer may deem proper; or the City Council may annul and cancel the contract and relate the work or any part thereof. Any excess of cost arising there from over and above the contract price will be charged against the Contractor and his sureties, who will be liable therefore. In the event of such suspension, all money due the Contractor or retained under the terms of the contract shall be forfeited to the City, but such forfeiture will not release the Contractor or his sureties from liability or failure to fulfill the contract. The Contractor and his sureties will be credited with the amount of money so forfeited toward any excess cost of completing the work by the City as above provided and the Contractor will be credited with any surplus remaining after all just claims for such completion have been paid. 6.07 RIGHT-OF-WAY The right-of-way for the work to be constructed will be provided by the City. The Contractor shall make his own arrangements and pay all expenses for additional area required by him outside of the limits of right-of-way, unless otherwise provided in the Special Provisions. City of Kingsburg Page 22 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION SEVEN MEASUREMENT AND PAYMENT 7.01 EXTRA AND FORCE ACCOUNT WORK Extra and Force Account work shall conform to Section 9 of the Standard Specifications of the State of California. 7.02 PROGRESS PAYMENTS The City shall, on the first of each month, unless otherwise specified, cause an estimate in writing to be made by the Engineer of the total amount of work done and the acceptable materials furnished and delivered by the Contractor on the ground and not used, to the time of such estimate and the value thereof. The City shall retain ten percent (10%) of such estimated value of the work done and fifty (50%) of the value of materials so estimated to have been furnished and delivered unused as aforesaid as part security for the fulfillment of the contract by the Contractor and shall monthly pay to the aforesaid, after deducting there from all previous payments and all sums to be kept or retained under the provisions of the contract. No such estimate or payment shall be required to be made when in the judgment of the Engineer the work is not proceeding in accordance with the provisions of the contract or when in his judgment the total value of the work done since the last estimate amounts to less than one thousand dollars ($1,000). 7.03 FINAL PAYMENT The Engineer shall, after the completion of the contract make a final estimate of the amount of work done there under and the value of such work. The City, upon acceptance of the work shall pay a sum equal to ninety percent (90%) of the total value of said final estimate. The ten percent (10%) retained shall constitute the final payment and shall not be due and payable until the expiration of thirty-five (35)days from the date of filing "Notice of Completion". It is mutually agreed between the parties to the contract that no certificate given or payments made under the contract, except the final certificate or final payment, shall be conclusive evidence of the performance of the contract, either wholly or in part and no payment shall be construed to be an acceptance of any defective work or improper materials. The Contractor further agrees that the payment of the final amount due under the contract and the adjustment and payment for any work done in accordance with any alterations of the same, shall release, the City, the City Council and the Engineer from any and all claims or liability on account of the work performed under the contract or any alteration thereof. 7 .04 DATE OF PAYMENTS Any payment to be made under these specifications shall not become due and payable until the date of the next regular meeting of the City Council at which time bills are allowed and ordered paid following the date of the Engineer's estimate of the work completed. City of Kingsburg Page 23 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION EIGHT INCORPORATION OF STANDARD SPECIFICATIONS 8.01 GENERAL The work embraced herein shall be done in accordance with the appropriate provisions and construction details of the specifications entitled "State of California, Department of Transportation, Standard Specifications", latest edition, or that edition referenced insofar as the same may apply, which specifications are hereinafter referred as the Standard Specifications of the State of California and in accordance with the following provisions. In case of conflict between the Standard Specifications of the State of California and the Standard Specifications of the City, those of the City shall take precedence over and be used in lieu of such conflicting portions. City of Kingsburg Page 24 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION NINE CLEARING AND GRUBBING 9.01 GENERAL SCOPE Clearing and grubbing shall consist of the removal and disposal of all materials roots, existing concrete, existing paving and/or other obstructions not specified above as required the plans and specifications within the entire right-of-way or those features conflicting with work to be performed. 9.02 OBSTRUCTIONS Attention is directed to Sections 8 and 15 of the State Standard Specifications. The Contractor shall be wholly responsible for the preservation and protection of all survey monuments, underground pipes, conduits and other improvements, whether shown on the plans or not. The Contractor shall make such investigations and examinations as are required to determine the existence and locations of all pipes, conduits, and other underground improvements and shall consult with and advise the owners of the utilities before undertaking any work that might endanger them. At locations where lawn irrigation systems exist, the Contractor shall relocate sprinklers and private irrigation facilities outside the limits of the proposed improvements as may be directed by the Engineer. All heads and pipe, so removed, shall be salvaged, and returned to their respective owners. Full compensation for relocating irrigation systems shall be considered as included in the prices paid for various other items of work and no additional allowance will be made therefore. The City does not guarantee the accuracy or completeness of any data shown on the plans relative to the locations, sizes, dimensions, depths, and character of pipes, conduits, poles, or any other structures or utilities located above ground or underground. The Contractor shall assume full responsibility for any damage to pipes, conduits, poles, or any other structures or utilities, and he shall not make any claim for inconvenience, delay or added cost of performing the work which may be attributed in any degree to inaccuracy of information furnished by the City relative to the locations, sizes, dimensions, depths, and character of any pipes, conduits, poles, or other structures and utilities or for failure of the City to furnish any information relative thereto. Existing land subdivision monuments and stakes shall be fully protected from damage or displacement, and they shall not be disturbed unless directed by the Engineer. Full compensation for conforming to this section shall be included in the pr ices paid for the various items of work and no additional allowance will be made therefore unless specifically set forth as a separate bid item. 9.03 WORK IN CITY STREETS All of the work shown on the plans and included in these specifications that is located in the public streets in the City shall be done in accordance with City Ordinances regulating the use of public streets within the City, except as otherwise provided herein. The Contractor shall inform himself as to all regulations and requirements of the Engineer and Director of Public Works of the City and shall conduct his operations in compliance therewith. City of Kingsburg Page 25 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 9.04 TRAFFIC CONTROL SIGNS AND STREETS SIGNS All traffic signs and street signs within the limits of the improvements, if required, to facilitate the work, shall be removed, salvaged and stockpiled at locations designated by the Engineer. An inventory log shall be completed and submitted to the Engineer prior to removal of any traffic and/or street signs. Traffic control signs and street signs shall be replaced upon completion of the work and the cost of removal and replacement shall be included in various bid items and no separate payment will be made. The Contractor shall install such temporary traffic control devices, as may be required, to properly control traffic in a safe manner. The cost of such installations shall be deemed included in the various bid items and no separate payment will be made therefore. 9.05 REMOVING CONCRETE Removing concrete shall conform to the provisions in Section 15 of the State Standard specifications and these special provisions. Concrete within the right-of-way, as designated on the plans or conflicting with proposed improvements, shall be removed by the Contractor. This includes all drain wells and drainage structures. Existing manholes to be abandoned shall be removed to within 2 feet below the finished grade and backfilled. Where existing house foundations overlap the right-of-way, the entire foundation shall be removed. That portion beyond and outside the right-of-way shall be considered within the right-of-way. Attention is directed to the provisions in Section 15-1.03 of the State Standard specifications, which section pertains to saw cutting. Full compensation for removing concrete shall be included in clearing and grubbing and no further compensation will be allowed therefore. 9.06 IMPORTED BORROW Imported borrow shall be material required for backfill or embankments. It shall be taken from a location secured by the Contractor, at his expense and approved by the Engineer. Imported borrow shall be clean material free from vegetation and deleterious material and shall have no lumps or chunks over 2 inches in diameter. Such material shall have sand equivalent of no less than 20 and a minimum value of 65. City of Kingsburg Page 26 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION TEN EXCAVATION AND GRADING 10.01 SCOPE Excavation and grading shall consist of the removal and disposal of all earth and rock existing concrete and paving as required on the plans and as hereinafter specified. This item shall also include the construction of roadway or area fills to conform to the line and grades given on the plans. 10.02 EARTHWORK Earthwork shall conform to the provisions in Section 19 of the State Standard Specifications and the applicable Special Provisions. Rounding of cut slopes shall be required. Unsuitable and surplus material shall be disposed of outside the right-of-way in accordance with the provisions in Section 19-2.0313 of the State Standard Specifications. The limits of excavation for compacting original ground as provided for in Section 19-5.03 of the State Standard Specifications shall be changed to the limits shown on the plans. Center islands shall require a minimum relative compaction of 85%, as determined by Test Method No. California 216. 10.03 STREET CONSTRUCTION At all times during construction the Contractor shall grade to and provide safe, smooth connections between all new street construction and any adjacent existing streets and driveways, the satisfaction of the Engineer. 10.04 ROADWAY EXCAVATION Roadway excavation shall, include the removal and replacement of material required within the travel way for compaction purposes. Roadway compaction shall have a minimum relative compaction of ninety five percent{95%)as determined Test Method No. California 216. The cost of compaction will be included in the various bid items for the construction of the pavement section. The compacting shall extend to and include all areas where concrete movements are to be constructed except that the relative compaction under concrete movements shall be not less than ninety percent {90%) as determined Test Method No. California 216. The cost of such compaction will be included in the various bid items for concrete improvements. 10.05 DUST CONTROL The Contractor shall be responsible for applying either water or dust palliative or both for the alleviation or prevention of dust nuisance whether such nuisance result from Contractors operation or public traffic. Such dust control shall be applied when required to prevent nuisance including Saturdays, Sundays and Holidays as directed by the Engineer. No separate payment will be made for any work performed or material applied for dust control. Full compensation for such dust control will be considered as included in the price bid for the various items of work involved. City of Kingsburg Page 27 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 10.06 MISCELLANEOUS STREET FACILITIES The removing, reconstruction, adjusting, remodeling, and salvaging of the various street facilities shall conform to the provisions in Section 15 of the State Standard specifications revised as follows: All manholes that are to lowered shall be removed as directed by the Engineer, to an approximate depth of two (2) feet below finished grade and shall then be reconstructed with the proper taper to finish grade. City of Kingsburg Page 28 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION ELEVEN STREET IMPROVEMENTS 11.01 AGGREGATE SUBBASE A. GENERAL In the event that native material will not provide a satisfactory base for pavement an imported aggregate subbase shall be used. Aggregate subbase material shall consist of mineral aggregate, spread and compacted on a prepared subgrade or subbase in conformance with the lines, grades, and dimensions shown on the plans, standard details and as hereinafter specified. B. MATERIALS Aggregate subbase shall be Class 2 and shall conform to the provisions in Section 25 of the State Standard Specifications and the Special Provisions. C. ADDITIONAL THICKNESS In the event that soil conditions are encountered in areas not anticipated on the plans such that a satisfactory base for pavement may not be obtained, the unsatisfactory material lying below the subgrade shall be removed and the additional subbase material, as directed by the Engineer, shall be compacted in accordance with the provisions of this section. All such extra work shall be paid for on a cubic yard basis excavated as calculated by "average end area" method. The price per cubic yard shall be the same as per bid item. D. MEASUREMENT MATERIALS Aggregate subbase will be paid for by the ton in place and compacted. Quantities will be calculated on the basis of the dimensions shown on the plans adjusted by the amount of any changes ordered by the Engineer. No allowance will be made for aggregate subbase placed outside said dimensions unless otherwise ordered by the Engineer. 11.02 AGGREGATE BASE A. GENERAL Aggregate base material shall consist of mineral aggregate, spread and compacted on a prepared subgrade or subbase in conformance with the lines, grades, and dimensions shown on the plans, standard details and as hereinafter specified. B. MATERIALS Aggregate base shall be Class 2 and shall conform to the provisions in Section 26 of the State Standard Specifications and the Special Provisions. C. ADDITIONAL THICKNESS In the event that soil conditions are encountered such that a satisfactory base for pavement may not be obtained, the unsatisfactory material lying below the subgrade shall be removed and the additional subbase or untreated base material, as directed by the Engineer, shall be compacted in accordance with the provisions of this section. All such extra work shall be paid for on a cubic yard basis excavated as calculated by "average end area" method. Additional subbase or base material shall be paid for as per bid item. City of Kingsburg Page 29 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications D. MEASUREMENT OF MATERIALS In lieu of conflicting provisions of Section 9-1.01 of the State of California Standard Specifications, the following shall apply whenever the Engineer's Estimate indicates that material is to be paid for by the ton. The City will not fumish or compensate a weighmaster or representative to witness weighing and to check compiling of weight records. The Contractor shall be responsible for furnishing the Engineer with a daily record of the weight of all material which is to be paid for by the ton and which had been delivered to the project site. Said record shall be certified for authenticity of scale weights by a Public Weighmaster and shall become the basis of payment for the material itemized therein. In addition, each delivery truck shall carry to the project site a load slip for the material transported in said truck. The load slip shall be delivered to the Engineer by the driver at the time and site of delivery of the truck-load of material covered by the load slip. Full compensation for conforming to the requirements of article shall be considered as included in the contract unit price paid for the material involved and no separate payment will be made therefore. 11.03 ASPHALT CONCRETE PAVEMENT A. SCOPE Asphalt Concrete Pavement shall consist of the furnishing and placing of mineral aggregate blended with bituminous binder at an approved central mixing plant, in accordance with Section 39 of the State Standard Specifications and as hereinafter specified. The item shall also include prime coat, paint binder, and seal coat. B. AGGREGATE MATERIAL Aggregate material shall conform to the specifications of Section 39-2.02 of the State Standard Specifications for 3/ inch maximum aggregate (medium) or '/z inch maximum aggregate (medium). Where more than 2 inches of A.C. are required the first course shall be 3/4 inch maximum aggregate (medium), the final course shall be inch maximum aggregate {medium). Where only 2 inches of A.C. are required, the gradation shall conform to inch maximum aggregate (medium). C. ASPHALT CONCRETE Asphalt Concrete shall be Type A and shall conform to the provisions in Section 39 of the State Standard Specifications and the Special Provisions. The amount of asphalt binder to be mixed with the mineral aggregate shall be between 3 percent and 7 percent by weight, of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the Engineer. The paving asphalt shall be AR4000 or AR8000 as determined by the Engineer. Full compensation for furnishing and applying asphaltic paint binder as a "tack coat" to all vertical surfaces of existing pavement, curbs, gutters, and construction on joints in the surfacing against which additional material is to be placed shall be considered as included in the contract unit price paid per ton for asphalt concrete and no separate payment will be made therefore. City of Kingsburg Page 30 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Aggregate for asphalt concrete placed in medians and other miscellaneous areas shall conform to the grading specified for inch maximum, (medium). D. SAND APPLICATIONS Where ordered by the Engineer, sand cover shall be applied to driveways and public road approaches, and to areas where prime coat has failed to penetrate, in conformance with the provisions in Section 36 of the State Standard Specifications. E. COMPACTING SMALL AREAS At locations where miscellaneous areas are to be surfaced in accordance with the provisions in Section 39-7.01 of the State Standard specifications and where the width of asphalt concrete to be placed is less than eight (8)feet, or the total thickness of asphalt concrete to be placed is less than 0.1 foot, the required minimum rolling equipment specified in Section 39-5.02 of the State of California Standard specifications may be reduced to one, 8 ton, 2-axle tandem roller for each 100 tons, or fraction thereof of asphalt concrete placed per hour by each asphalt paver. Areas which are inaccessible to an 8 ton 2-axle roller shall be thoroughly compacted to the lines, grades, and cross section by means of pneumatic tampers or by other methods that will produce the same degree of compaction. F. FINISHING ROADWAY Finishing roadway shall conform to the provisions of Section 22 of the State Standard Specifications and shall include transitions between pavement and bituminous surfaces at cross streets and between. payment for finishing roadway shall be included in the bid items involved and no separate payment will be made. G. FOG SEAL Fog seal shall be applied to all new asphalt concrete pavements in accordance with the requirements of Section 37 of the State Standard Specifications and payment therefore shall be included in the cost of asphalt concrete pavement unless otherwise specified. 11.04 CONCRETE IMPROVEMENTS A. SCOPE Portland cement concrete curb, gutter, sidewalk, driveway approaches, alley approaches and valley gutters shall be constructed complete and in place in accordance with Section 73 of the State Standard Specification, the plans, standard details and as hereinafter specified. This item shall also include the necessary base preparation. B. PORTLAND CEMENT CONCRETE Portland Cement Concrete shall have a compressive strength of 2500 psi at 28 days and shall have a maximum slump of four(4) inches. C. MIXING AND TRANSPORTING The requirements for mixing and transporting concrete shall be as set forth in Section 90-6 of the State of California Standard Specifications. City of Kingsburg Page 31 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications D. CONSTRUCTION Concrete curbs gutters and sidewalks shall conform to the provisions in Section 73 of the State Standard Specifications and these Specifications. The subgrade shall be constructed true to grade and cross section, as shown on the plans or directed by the Engineer. It shall be thoroughly watered and rolled or hand tamped to obtain 90% compaction. Any unsuitable material shall be removed to a depth of not less than six (6) inches below subgrade elevation for curbs, gutters, local depressions and driveways, and three (3) inches below the sidewalks and the resulting space filled with approved earth, sand or gravel, moistened and rolled or tamped to form a firm and solid foundation. Expansion joints for curb and gutter shall be constructed a minimum of every 48 feet and at the ends of curb returns with weakened plane joints placed every 16 feet. Adjacent curb, gutter and sidewalk shall be monolithic. In lieu of a monolithic section the sidewalk may be doweled in accordance with the Standard Drawings. Extruded curb or curb and gutter construction, if used, shall be in accordance with Section 73-1.06 of the State Standard Specifications using concrete with a compressive strength of 2500 psi as tested at 28 days. Attention is also directed to Section 73-1.03 of the State Standard Specifications regarding reconstruction of existing curbs and sidewalks. Adhesives shall not be used in place of dowels. E. SIDEWALK PATTERNS Sidewalk Patterns shall be constructed as listed below unless written permission from the Engineer has been given to modify said patterns. Commercial sidewalk pattern shall be constructed from back of curb to property line. Residential sidewalk pattern shall be approved by Engineer as to type and width. Planter strips shall be filled with clean topsoil level with the top of curb and sidewalk. 1. Residential pattern shall be used for property so zoned. 2. Commercial pattern shall be used for all property so zoned. 3. Commercial pattern shall be used for all property-zoned industrial unless otherwise exempt from constructing sidewalks as provided in the Municipal Code. 4. Sidewalks are not required in the RA zone except on major streets. The pattern on major streets shall be residential unless specifically designated on the plans as commercial pattern as determined by the Engineer. F. TREE WELLS All commercial sidewalks shall have provisions for trees by the construction of tree wells in accordance with the Standard Drawings unless waived by the Engineer in writing. City of Kingsburg Page 32 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications G. DRIVEWAYS Minimum width of commercial driveways shall be 12 feet and maximum width shall be 35 feet. Minimum width of residential driveways shall be 12 feet maximum shall be 24 feet driveways shall not be closer than 3 feet to the nearest street fixture (i.e. fire hydrants, electroliers) .No residential driveway shall cover more than 40%of lot frontage. No commercial driveway shall cover more than 50% of lot frontage. Driveways on adjacent lots shall have a minimum separation of 24 feet. No driveway shall be located within three (3)feet of the adjacent property line. H. FINISH All concrete work shall be finished with a steel trowel and given a brush finish except concrete gutter, valley gutters and approaches, which may be given a wood, float finish. I. CURING An approved curing compound shall be placed in accordance with the State Standard Specifications on all surfaces and the cost of curing compound shall be included in the various bid items. J. BACKFILLING After removal of forms, the area between the sidewalk and curb shall be cleaned of all surplus concrete and other debris and the area filled with clean earth suitable for planting. The Contractor shall repair all excavations for gutter and shall backfill and pave with similar surfacing material thoroughly tamped into place and leveled off to meet the existing street surface and the gutter. If more than 2 inches cut or fill is required, behind the curb, the Contractor shall construct a slope not steeper than 4:1 between the top of the curb and the adjacent property. K. PROTECTING CONCRETE Installation of any concrete facility subject to rain or freezing weather conditions shall be constructed in accordance with Section 90-8.01 of the State Standard Specifications. L. ROCK POCKETS Immediately upon stripping curb forms and prior to backfill, all rock pockets or honeycombs shall be repaired to the satisfaction of the Engineer. M. CLEANING UP During the progress of the work as may be directed by the Engineer and before acceptance and final payment, the Contractor shall remove all surplus earth and other material from the site of the work and then complete the cleanup by sweeping or washing the street or work area and leave the whole site neat and finished. City of Kingsburg Page 33 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION TWELVE DOMESTIC WATER SYSTEMS 12.01 MATERIAL A. SCOPE Domestic water material, including any component for the use of supplying domestic water therein, shall be supplied complete and in working condition in accordance with these specifications, any Special Provisions and the Standard Specifications of the state of California. B. PLASTIC PIPE Plastic pipe shall meet the requirements of AWWA C-900 Polyvinyl Chloride (PVC) Pressure Pipe, Class 150, DR 18. Provisions shall be made for expansion and contraction at each joint with an elastomeric ring. The bell shall consist of an integral wall section with a solid cross-section elastomeric ring that meets the requirements of ASTM D-1869 and E477. The bell section shall be designed to be at least as strong as the pipe wall. Standard laying lengths shall be either 13 feet or 20 feet. If PVC pipe is used, the Contractor shall install a 14-gage copper wire or approved metallic tape along the length of the pipeline construction to assist the City in future pipe-locating operations. C. DUCTILE IRON PIPE Ductile iron water pipe shall be manufactured in accordance with the requirements of ANSI A-21.50 and A-21.51. In no case shall the class of the pipe be less than AWWA Class 150. Ductile iron pipe shall be constructed with push-on or mechanical joints. Ductile iron pipe shall be furnished with a bituminous coating outside and a seal coated cement lining inside, in accordance with ANSI A-21.4 standard thickness. All pipes shall be delivered and delivered, in all respects sound and in conformance with the above specifications. Any defective pipe shall at all times be subject to rejection regardless of whether it may have passed a previous inspection and been estimated for payment. D. WATER PIPE FITTINGS This item shall include the installation of water pipe fittings as required for constructing turns, laterals, and connections to other water mains. Fittings shall be mechanical joint AWWA approved per specification C-110 or C-153, cement lined cast iron or ductile iron with bell to match the spigot of the PVC or ductile iron water main, unless otherwise noted on the drawings. Flanged fittings shall be connected with gaskets and hexagonal machine bolts and nuts made of Ni-Cad steel. Short body fittings will be allowed. Thrust blocks shall be installed at all fittings and shall provide a minimum bearing area sufficient to withstand the forces to be generated in the pipe, but in no case shall they be less than those sizes indicated in the City of Kingsburg Standard Specifications. In locations where tees and valves are placed and no lateral lines are installed the Contractor will be required to place thrust blocks that will be for future use. Thrust blocks shall be constructed with Class B (5-sack) concrete, shall extend from the fitting to undisturbed soil, shall be kept clear of the joints, and shall be of such bearing area as to assure adequate resistance to the forces to be encountered. Mixing, placing, curing and proportioning of City of Kingsburg Page 34 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications concrete shall be in conformance with the requirements of Sections 51 and 90 of the Standard Specifications. Full compensation water pipe fittings shall be considered as included in the contract unit price paid per lineal foot for 12-inch water main and no separate payment will be made therefore. E. VALVES 1. GATE VALVES This item shall include the furnishing and installation of gate valves on the new water main, or on lateral lines for tie-in to existing water mains. Gate Valves: All gate valves shall be resilient seated, Mueller No. A-2370, Clow Style 2833, AVK Series 25, or approved equal as determined by the Engineer, in accordance with AWWA C-509 specification. When fully open, the valves shall have an unobstructed passageway equal to the diameter of the pipe in which they are placed. All valves shall be iron body, with "O" ring seals, bronze mounted, non-rising stem type, nut operated, left turn to open. Valve discs shall be cast iron with elastomeric seals bonded to the wedge. The bonding process shall meet the requirements of ASTM D-429. Exterior of the body shall be coated with asphalt varnish with a minimum thickness of 30 mils, or an approved epoxy coating system. All internal components subject to corrosion shall be protected with appropriate EPA-approved coatings. Gate Valves: All buried valves shall be provided with a valve box. If necessary, an extension mast for the nut shall be installed to provide a distance from the top of the valve box to the nut of less than 40 inches. All valves shall be tested in place so far as practicable under the conditions specified and any defects revealed in valves or connections under test shall be corrected. Where proper operation and utilization of equipment and facilities requires the installation of valves not shown or specified, the Contractor shall provide and install, upon approval of the Engineer, valves similar and comparable to valves specified for similar and comparable duty in other parts of the project. Additional valves shall be paid for as extra work. In paved areas, the top two inches (2") of the collar shall normally be finished with hot-mix asphalt concrete. Under special circumstances, for valve boxes located on City streets, the Contractor may construct the concrete collar up to the surface, provided he constructs the collar with concrete containing lamp black or other material to produce a colored surface consistent with that of the street, and provided that approval of the Engineer is obtained. Contract unit price bid per each for gate valves shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in gate valves, complete in place, including valve box and collar and all other incidental work involved, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. 2. BUTTERFLY VALVES All butterfly valves shall equal or exceed the requirements of the American Water Works Association Standards for butterfly valves (AWWA C-504) and shall further be Dresser, Weco or equal as approved by the Engineer. City of Kingsburg Page 35 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 3. VALVE END The ends of flanged valves shall conform in dimension and drilling to ASME B16.1 for cast iron flanges and flanged fittings, Class 125. Mechanical joint gate valves shall be furnished complete with all glands, gaskets and necessary bolts. 4. VALVE BOXES Valve Boxes shall be ten-inch (10") diameter concrete boxes with cast iron cover embossed with "Water", and shall be Brooks 3-RT, Christy G-5 or approved equal. Extensions for the valve box shall be a solid piece of 8" diameter pipe or equivalent material that shall protrude at least 4" into the valve box. Valve boxes shall be installed with a concrete collar extending at least eight inches (8") below the top of the box. The concrete collar shall also extend a minimum of eight inches (8") beyond the outside of the valve box. Valve boxes shall be brought to grade after completion of the paving. F. WATER METERS 1. GENERAL Water meters shall be multi-jet type with magnetic drive and sealed registers and shall comply with AWWA Standard C708 for Cold Water Meters — Multi-Jet Type. 2. MAINCASE Outer cases shall be made of a copper alloy equaling or exceeding AWWA standards with separate inner chambers. The maincase shall have a regulating port on the inlet side of the maincase. On sizes 5/8" thru 1", the maincase shall be provided with wrench pads to aid I the installation of the water meter. All external bolts and nuts shall be made of high strength copper alloy or stainless steel. 3. REGISTERS Dialog registers shall be straight U.S. gallons. Registers shall be entirely encased (non- repairable) in its own stainless steel housing which is rolled onto a heat-treated glass domed lens using a triple sided gasket.Water flooded registers are acceptable. The maximum indication of the initial dial and the minimum capacity of the register shall be as follows: Size (Inches) Maximum Indication of Minimum Register Initial Dial —Gallons Capacity-Gallons 5/8"x 3/4" 10 1,000,000 ill 100 10,000,000 1-1/2" 100 100,000,000 2" 100 100,000,000 City of Kingsburg Page 36 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 4. REGISTER BOXES Register boxes and lids shall be all bronze composition, with the name of the manufacturer cast on the lids in raised letters. The serial number of the meter shall be plainly stamped on the lids and case. The lids shall be recessed and shall lap over the register box to prevent dirt from accumulating on the lens. The lens shall be extra thick tempered glass, and shall be securely held in place. The lens shall be installed within the register box so that it will prevent the ingress of water, moisture, and dirt thus providing a sealed chamber contained the register and intermediate gear train that is sealed to prevent fogging. 5. MEASURING CHAMBER ASSEMBLY The measuring chamber shall be made of a suitable synthetic polymer material which equals or exceeds AWWA standards. It shall be secured in a position in the main case in such a manner that slight distortion of the outer case will not affect the sensitivity or registration of the meter. The measuring chamber shall be of the dry-register type with the water flow directed across the multivaned rotor proportional to the quantity of water passing through the chamber. The maincase shall have a regulating port on the inlet side of the maincase. 6. INTERMEDIATE GEAR TRAIN The intermediate gear train shall be located in the register cup and completely separated from the water passage and hermetically sealed by the register box. It shall be driven by a magnet on the inside of the case. 7. STRAINERS Each meter shall be equipped with a strainer of stainless steel or non-corrosive material. The strainer shall be of sufficient size so as to provide full protection of the inlet stream. It shall fit snugly in the maincase and shall be rigid but easily removable. G. WATER SAMPLING STATIONS 1. GENERAL Water sample stations shall be Eclipse No 88-2 for approved equal. Stations shall be installed on a 5-sack concrete pad, 8-inches thick by 18" square. A ball valve with lock ring shall be installed in a precast valve box within 4-feet of the pad. A separate %-inch water service shall be installed to serve the station. H. FIRE HYDRANTS 1. GENERAL Fire hydrants shall conform to the City Standard Drawings and to the Standard Specifications for fire hydrants as approved by the American Water Works Association. Delivery classification shall be two hose and one pumper nozzle, with ASA National Standard fire hose coupling screw threads. Hose nozzle shall be for 2 '/2 inch hose, and pumper nozzle shall be for 4 '/2 inch hose. Fire hydrants shall be Clow 960 Wet Barrel with Clow Model 400 Break-Off Check Valve. City of Kingsburg Page 37 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 2. EXTERIOR PAINTING The outside of the hydrant shall be painted with one coat of safety yellow. The outside of the hydrant bury shall be covered with two coats of asphalt varnish. I. COPPER TUBING 1. GENERAL All copper tubing shall be new and conform to A.S.T.M. Specification B88. 2. GRADE AND TYPE Seamless copper tubing shall be of one grade and shall be designated type "K" as listed in above specifications. The tubing is to be fumished in annealed 64-ft. coils. The tubes shall be clean, smooth, round, of proper dimensions, free from grooving, indentations, cracks, flaws, and scale. The tubing shall be made of copper having a purity of at least 99.9 percent as determined by electrolytic assay except that silver may be counted as copper. 3. MARK The name or trademark of the manufacturer and a symbol indicative of the type shall be permanently marked at intervals not greater than 1 1/2 feet on the tubing. 4. TEST The City will make tests locally as it considers to be necessary and appropriate, and such tests will be a basis for acceptance or rejection under this section of the specifications. Should random sampling disclose any unsatisfactory tubing, the entire lot may be rejected. All rejected material shall be handled at the expense of the Contractor. The tests made shall conform to A.S.T.M. Specification B88. J. ANNEALED COPPER TUBING FITTINGS 1. GENERAL These fittings are for use on underground service lines in the water distribution system. The fittings shall be of the A.W.W.A. flared type, and they will be used with type "K" soft annealed copper tubing. Each item shall be new and made of brass conforming to A.S.T.M. B-62. 2. TESTING Each step shall be subjected to a production line test by the manufacturer, or psi air pressure while submerged in water for ten (10) seconds with the stop in both the closed and open positions without leakage. In addition, each fitting shall be designed to withstand a 300 psi hydrostatic test without top or bottom leakage or any signs of structural failure or distortion. The City will make such confirmation tests locally as are considered to be necessary and appropriate and such tests will be a basis for any rejection under this section of the specifications. Should random sampling disclose any unsatisfactory fitting, then the entire lot may be rejected. All rejected materials shall be replaced at the Contractor's expense. City of Kingsburg Page 38 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications K. VALVE BOXES AND COVERS All valve boxes and covers shall be Christy Concrete Products, Inc. G-5 traffic valve box and lid or approved equal. L. PLASTIC WATER SERVICE TUBING All plastic tubing shall meet the requirements of SDR-9.as described in A.S.T.M. Specifications. Where plastic tubing is installed, all curb stops shall be exposed for final inspection. Any damaged or improperly located services will be rejected by the Engineer and repaired or replaced by the Contractor at no cost to the City. 12.02 CONSTRUCTION A. HANDLING PIPE AND FITTINGS Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. All pipe, fittings, and valves shall be carefully lowered into the trench By means of a derrick or other suitable tools or equipment in such manner as to prevent damage to the pipe or fittings. Any damage to the pipe, lining or fittings shall be repaired by the Contractor at his expense. The Contractor shall be responsible for the safety of all materials to the time of acceptance of the finished work. B. CLEANING OF PIPE All of the pipe shall be thoroughly cleaned of all dirt, rock and other debris that may be found in the interior of the pipe as stockpiled. If considered necessary by the Engineer, he may direct the Contractor to swab the pipe to clean it. At the end of each day's work each end of the pipe shall be closed by means of a special bulkhead or by other means approved by the Engineer. C. PAVEMENT REMOVEL In locations where pipe is to be laid on paved streets the amount of pavement cut or removed shall not exceed the width of trench specified In breaking pavement, proper equipment shall be employed so that the pavement can be cut a minimum 6-inches outside the trench width to provide a clean edge. If the pavement removal is carried beyond the established lines, the Contractor shall restore said pavement at his expense. D. TRENCHING Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. All pipe, fittings, and valves shall be carefully lowered into the trench by means of a derrick or other suitable tools or equipment in such manner as to prevent damage to the pipe or fittings. Any damaged pipe or fittings shall be promptly removed from the site by the Contractor at his expense. The Contractor shall be responsible for the safety of all material until the time of acceptance of the finished work. All pipe shall be laid in a trench excavated to grade and alignment as established by the Engineer. Except by special permission of the Engineer, the trench shall not be open for more than six hundred feet (600') in total, including excavation, construction, pipe laying, and backfilling at any one location. All excavation shall be made in accordance with the Trench Construction Safety Orders issued by the Division of Industrial Safety of the Department of Industrial Relations of the State of California. Unless otherwise provided, the width of the trench shall be equal to the outside diameter of the pipe plus a minimum of 4 inches and a maximum of 12 inches on each side of the pipe, unless provisions for shoring equipment must be made. In such case, the Contractor shall City of Kingsburg Page 39 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications submit to the Engineer his proposed methods of shoring. Such method shall not cause disruption of the pipe joint after assembly. Where the pipe is placed under an oiled road, the oil cake shall be excavated and removed from the site of the trench or stored in such a manner that it will not be incorporated in the backfill. The completed trench shall be uniformly graded to a flat bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil cut true and even so the barrel of the pipe shall be in full bearing for its entire length. Any trench excavated below the approved grade shall be backfilled and thoroughly compacted with select native material so the barrel of the pipe will be in full bearing for its entire length. The bedding material shall be moistened sufficiently to produce plus or minus 2 percent of optimum moisture and thoroughly compacted to a minimum of 90% relative compaction by aid of mechanical or hand tampers under and on each side of the pipe. When bell holes are required, they shall be excavated at each location where pipes are to be joined. Bell holes shall be of sufficient and adequate size to permit ease in making the joint. The Contractor shall be responsible for the location of subsurface obstructions in the field and shall notify the Engineer immediately if changes in pipe grade are required to avoid them. All existing gas pipes, water pipes, conduits, sewers, drains, fire hydrants, and other structures which are not, in the opinion of the Engineer, required to be changed in location shall be carefully supported and protected from injury by the Contractor and in case of injury, they shall be restored by him, without additional compensation to a satisfactory condition as determined by the Engineer or affected utility company. The Contractor shall provide, when necessary, without additional compensation, suitable temporary channels for any water that may flow along or across the site of the work. If all excavated material cannot be stored on the roadway in such a manner as to maintain access to property alongside of the work, the surplus material shall be removed from the work and stored until needed for backfill at which time it shall be brought back. The cost of removing and returning material shall be at the Contractor's expense. After the trench has been excavated and prepared in accordance with the requirements of the previous paragraphs, the pipe shall then be carefully lowered into place and adjusted accurately to the required line and grade. Any blocking used to support the pipe during laying shall be removed after sufficient backfill has been placed to hold the pipe on the required line and grade. Each pipe shall have a firm bearing for its full length in the trench, except at the bell holes and field joints.. Whenever necessary to deflect the pipe from a straight line either in vertical or horizontal plane to avoid obstruction, or where long radius curves are permitted, the degree of deflection at joints shall be approved by the Engineer. Both the gasket seat in the socket and the gasket shall be wiped clean with a cloth. A thin film of lubricant shall be applied to the inside surface of the gasket that will aid in the assembly of the joint. Sufficient force shall be applied to the entering pipe in a manner recommended by the pipe manufacturer and approved by the Engineer in order to complete the assembly of the joint. All safety regulations of the State of California Division of Industrial Safety shall be complied with in all work. E. LAYING PIPE After the trench has been excavated and prepared in accordance with the requirements of the previous paragraphs, the pipe shall then be carefully lowered into place and adjusted accurately to City of Kingsburg Page 40 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications the required line and grade. Any blocking used to support the pipe during laying shall be removed after sufficient backfill has been placed to hold the pipe on the required line and grade. Each pipe shall have a firm bearing for its full length in the trench except at the bell holes and field joints. Whenever necessary to deflect the pipe from a straight line either in vertical or horizontal plane to avoid obstructions, or where long radius curves are permitted, the degree of deflection of joints shall be approved by the Engineer. The gasket seat in the socket and the gasket shall be wiped clean with a cloth .The gasket shall be placed in the socket with the large end entering first. It shall then be sprung into the gasket seat so that the groove fits over the head in the seat. A thin film of lubricant shall then be applied to the inside surface of the gasket that will come in contact with the entering pipe. The plain end of the pipe to be entered shall be wiped clean and placed in proper alignment with the bell of the pipe to which it to be joined. In some cases it may be desirable to apply a thin film of lubricant to the outside of the plain end. The joint shall then be made by exerting sufficient force on the entering pipe (by methods approved by the Engineer)so that its plain end is moved past the gasket until it makes contact with the base of the socket and has been shoved "home". F. JOINT ASSEMBLIES Plastic pipe shall have a rubber gasket type coupling. When the joint is assembled the gasket shall be compressed to form a watertight seal without the aid of internal pressures. Each standard, random and short length of pipe shall have included with it one coupling and rubber rings, and shall be suitable for the particular size and class for which it will be used. All fittings and valves shall be of the same profile at the bell as the coupling used with the pipe. G. JOINTS AT FITTINGS All joints into fittings shall be rubber ring, mechanical joint or lead, as required by the pipe specified in the Special Provisions. H. ASSEMBLING OF MECHANICAL JOINT PIPE The outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, tar (other than standard coating), and other foreign matter from the joint, and then painted with a soap solution made by dissolving one-half cup of granulated soap in 1 gallon of water. The cast iron gland shall then be clipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with the soap solution and placed on the spigot end with the thick end toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell, being careful to have the gasket evenly located around the entire joint. The cast iron gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque-limiting wrench. The torque for various sized of bolts shall be as follows: City of Kingsburg Page 41 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SIZE (INCHES) RANGE OF TORQUE (FT.-LB.) 5/8 45-55 % 75-85 1 80-90 1-1/4 100-110 Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. If effective sealing is not attained at the maximum torque indicated above, the joint shall be disassembled and reassembled after thorough cleaning. Over-stressing of bolts to compensate for poor installation practice will not be permitted. I. CONNECTING TO EXISTING WATERMAINS Connection to existing water mains shall be made at the locations shown on the Plans. The Contractor will be required to perform all connecting operations during 'off-hours"of water usage to cause the least amount of disruption to local users. In making the connections, a "hot' or "wet" tap may be required if so stipulated on the Plans. Hot taps shall be performed whenever possible to minimize disruption of water services. City Inspector shall be present during time of connection. All pipe ends and fittings shall be swabbed with a 1% sodium hypochlorite solution prior to installation. If a wet tap is not constructed or required, the Contractor may be allowed to section in a piece of pipe and appropriate fittings as required. This form of tie-in may require transition and/or flexible couplings for connection to the existing main. The Contractor may be required to expose the existing pipe prior to the tie-in to verify the type and size of the existing pipe. If the sectioning method is used, Contractor shall over-excavate the trench and construct a sump for the water. He shall also have a sump pump of such size as necessary to prevent water from flowing back into the pipe to remain. Once the connection is made, the Contractor shall flush the main from two directions prior to placing the main back in service. If contamination does occur, the Owner or Engineer may require Contractor to sterilize the main to correct the problem. Once the connection is made, the existing line shall be put back in service. The Contractor shall also flush the line through adjacent fire hydrants and services to expel all air from the line. The location of existing mains has been shown based upon record information and combined with topographic survey. Since the actual location of tie-ins is not accurately known, the Contractor shall allow a reasonable amount of time, including up to two hours of labor and equipment, to locate the point of connection. Costs for this work shall be included in the price paid for connections to the existing water mains. Tie-ins to existing water mains shall be paid for at the Contract unit price bid per each. Payment shall include the Contractor's costs for locating the point of tie-in and constructing the tie-in, including any flexible couplings and short pieces of piping required for the proper installation of the tie-in. Fittings and valves associated with the tie-in shall be paid for at the unit price bid per each. Flexible Couplings: Flexible couplings shall be sleeve-type with the stop removed in the middle rings, and manufactured by Dresser, Smith-Blair, or approved equal. Flexible couplings shall be installed where required for transition and tie-in to existing water mains, or when required for City of Kingsburg Page 42 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications obtaining proper alignment for fittings. The type of pipe for the tie-in shall be verified by the Contractor prior to his ordering of the coupling. For buried service, the couplings shall be cast iron for the standard sizes provided by the manufacturer, or fusion epoxy steel. Bolts shall be Corten steel or equal for underground installation, or as recommended by the supplier and approved by the Engineer. Above ground couplings shall be fitted with joint harness constructed in accordance with AWWA Manual M 11 for 150 psi pressure. Anchorage across the flexible couplings with bent rods will not be permitted. Water mains must pass pressure and bacteriological tests prior to permanent connection to the mainline. Temporary connections to water mains for pressure and bacteriological tests are permitted subject to the installation of an approved reduced pressure (RP) backflow prevention device with a blow-off assembly. RP device must be tested prior to installation. An RP device may be rented from the Public Works Department subject to availability, for a monthly fee and deposit. After approval of pressure and bacteriological tests, the Contractor shall remove the RP and make permanent connections to the city water mains. Contract unit price bid per each for connection to existing mains shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in connection to existing mains, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. J. BACKFILL All backfilling shall be done as soon and as quickly as possible, and, except by special permission from the Engineer, shall be completed for the entire trench by the end of each working day. No excavation or trench shall be left open more than twenty-four (24) hours before the installation of the pipe and the backfilling of said excavation or trench. Select native backfill material free from lumps, hardpan, paving or other unsuitable material shall be placed in the trench simultaneously on both sides of the pipe for the full width of the trench to an elevation approximately six (6) inches above the top of the pipe. The initial backfill material shall be moistened sufficiently to produce maximum compaction and thoroughly compacted as required by aid of mechanical or hand tampers in layers not exceeding six (6) inches in thickness under and on each side of the pipe. Additional remaining backfill shall consist of native material free from brush or any other perishable or objectionable matter that would prevent proper consolidation or that might cause subsequent settlement and shall be slightly moistened and thoroughly compacted by the use of hydrohammer or other mechanical tamper satisfactory to the Engineer and public agency. All backfill shall be compacted to the relative compaction of 90%, except that the top 30 inches shall be compacted to 95% relative compaction. Compaction efforts utilizing hydrohammers or mechanical or hand tampers, shall be accomplished in layers not exceeding two feet in thickness. Ponding and jetting methods of compaction will not be permitted in the top thirty inches of trench. It shall be the sole responsibility of the Contractor to select the method utilized for trench compaction, but such method shall be subject to the review of the Engineer to satisfy his opinion that such method will produce uniform and consistent results. The Engineer assumes no responsibility for the guarantee or adequacy of such method selected by the Contractor. All compaction percentages will be determined by Test Method No. California 216 in right-of-way, and by ASTM D-1557 methods for local streets. The Contractor shall give notice to the Engineer two working days in advance when he desires the compaction tests to be taken, and samples will be taken at points selected by the Engineer and tested by a recognized laboratory at the Owner's expense. In the event that the original compaction tests do not meet the minimum acceptable compaction as set forth in this paragraph, any subsequent tests as recommended by the Engineer City of Kingsburg Page 43 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications will be paid for by the Contractor and will be deducted from his payment. No trench resurfacing will be permitted until the compaction tests are approved by the Engineer, with the exception of temporary surfacing. K. TESTING OF PIPE All pipe work including joints, services, connections and fittings shall be subjected to a hydrostatic pressure test of one hundred fifty (150)pounds per square inch for a period of not less than two (2) hours. Whenever the pressure drops below 120 psi, and at the end of the testing period, the line shall be restored to a pressure of 150 psi, and a measurement shall be made of the amount of water required to re-pressurize the line. The maximum allowable leakage shall be ten (10) gallons per 24 hours per mile of pipe per inch of diameter. The Contractor shall provide a suitable metering device or method that will permit measurement of the amount of leakage. Excessive leakage, failures or imperfect construction revealed by the test shall be promptly corrected by the Contractor at his sole expense. Pressure tests shall not be made until the pipe has been backfilled and the trench compacted. Tests shall not be made until at least thirty-six hours (36) after the last concrete thrust or reaction backing has been cast with high early strength cement or at least seven (7) days after the last concrete thrust or reaction backing has been cast with standard cement. At least 24 hours prior to the test, the line shall be slowly filled with water and all air expelled. The pipe shall be slowly brought to and held at the test pressure by means of a hand or small power pump. All labor, equipment, power, and material required for the tests herein specified shall be adequate for the purpose and shall be furnished by the Contractor at his sole expense. All such tests shall be made in the presence of the authorized representative of the Engineer and the Owner. The Contractor shall notify the Engineer and Owner of his intention to make the tests specified in this section two (2)working days in advance of the actual tests. Any leaks, failures, or imperfect construction revealed by such testing shall be promptly corrected by the Contractor at his sole expense, and retested until leakage is brought within the allowable limits. L. CHLORINATION Before being placed in service, all new water mains, main extensions and other portions of water transmission and distribution systems shall be cleaned and sterilized, and water passing through shall be proven safe by a bacteriological test acceptable to the Department of Public Health, County of Fresno, California, or other approved testing laboratories. Water samples shall be taken by the Owner and initial tests will be paid for by the Owner. After sterilization the lines shall be thoroughly flushed through their extremities by means of a blowoff until all foreign or extraneous material has been removed from said mains. Flushing shall be continued until the chlorinated water is reduced to a chlorine residual of less than 0.5 parts per million. The flushed water shall be treated with a dechlorinating agent such as sulfur dioxide prior to disposal into the City's storm drainage system. Should the initial treatment prove ineffective, the chlorination shall be repeated until confirmed tests show acceptable results. Additional testing costs shall be paid for by the Contractor. The initial dosage of chlorinating agent shall be such as to produce a chlorine residual of between fifty (50) to one hundred (100) parts of chlorine per million parts of water. The dosage of chlorine shall be confirmed by the Contractor using appropriate testing procedures. Treated water shall be retained in the lines for a sufficient time to accomplish the desired sterilization, but not less than twelve (12)hours or more than forty-eight (48) hours. City of Kingsburg Page 44 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Clean water shall be retained in sterilized line for a period of not less than forty-eight (48) hours before a bacteriological test may be taken. The water sample shall test free of any bacteriological contamination. In the event that any samples show evidence of contamination, sterilization procedures shall be commenced again within 24 hours. 12.03 AUTOMATIC FIRE SPRINKLER SYSTEMS FIRE DEPARTMENT CONNECTION STANDARDS a. Connection Type. The fire department hose connection (FDC) for supply shall be outfitted with a two-and-one-half (2 '/2") inch Siamese inlet with a National Standard Thread. Plug-style caps for fire department hose connections are prohibited. Only approved protective covers shall be used on fire department hose connections. b. Check Valves. All fire department hose connections shall be outfitted with a swing check valve for each hose connection. All swing check valves shall be installed in such a way as to be accessible for service and maintenance. C. Materials. Any above grade portion of the supply piping in the fire department connection line shall be approved metallic pipe or tube. Underground portions may be non-metallic, provided the material used is listed for fire protection service and capable of withstanding a hydrostatic pressure test of two hundred (200) psi for a minimum two (2)hours. d. Size. The size of the fire department connection for supply shall be equal to the size of the sprinkler or standpipe riser recommended, by the submitted engineered sprinkler plans from the issuing contractor. e. Location. The Fire Chief or his designate shall give final approval of the specific location of the FDC. Unless location and the design of the protected building prohibits, all FDCs shall not be attached to the building. The location of FDCs shall follow these guidelines. Fire department connection (FDC)should be located no more than 25 feet to the curb cut of the main entrance or required fire access lane of the project site or building it serves. Shall be located and arranged so that hose lines can be readily and conveniently attached to the inlets without interference from any nearby objects including buildings, fences, posts, or other fire department connections. The hose connection inlets shall be arranged to face the street, driveway or fire access lane as specified by the Fire Chief or his designate. Any fire department hose connection shall be arranged so the lowest point on the inlet connection is between eighteen (18) and thirty (30) inches above finished grade at its location. The fire department hose connection shall be located not more than fifty (50) feet from the nearest fire hydrant. If FDC has to install on the protected building, it shall not be placed under overhangs exceeding four(4)feet in depth. FDC shall be on the system side of the Fire Detector Check valves. f. Main Control Valves. (Fire Detector Check Valves)All new fire sprinkler systems shall be provided with a listed post indicator valve assembly at the property line where the underground main connects to the municipal supply. City of Kingsburg Page 45 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications EXCEPTION No. 1: Where access to main controlling valves (Fire Detector Check Valves) can be achieved without entering the main portion of the protected premises, such as a sprinkler valve room used exclusively for fire protection systems and their related equipment. Or the OS&Y valves and/or Fire Detector Check Valves are visible from the FDC, so response personnel can ensure system is open. EXCEPTION No. 2: Where post indicator valves are not feasible, exterior wall indicating valves may be approved by the Fire Chief or his designate. g. Vehicle Protection. Where fire department hose connections are subject to vehicular damage, they shall be protected as follows: Protective posts shall: o be a minimum four (4) inch diameter Schedule 40 or better steel posts with the inside of the posts filled with concrete. o be set at least three (3)feet deep in a concrete footing of not less than fifteen (15) inch diameter. o be located at least five (5)feet from the fire department hose connection, and shall not interfere with operation of the connections. o extend aboveground to a height at least equal to the top of the fire department hose connection. o be of sufficient number to protect the fire department hose connection from vehicular damage. h. Paint Color. Where yard style fire department hose connections are installed, the entire riser and hose connections above grade shall be painted red in color, (standard safety red). Painting of the fire department hose connections shall not interfere with the operation of the swivel or cap connections. i. Signage. Where a FDC services only a portion of a building and/or multiple building's FDC are grouped all FDCs shall be clearly marked as to the portion of the building or building they control. Each FDC shall have a sign with letters or numbers at least 1 inch (25.4mm) in height on a plate or fitting indicating system it services. Signs shall be constructed of all weather material. City of Kingsburg Page 46 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION THIRTEEN SANITARY SEWERS 13 .01 GENERAL Sanitary sewers shall be designed and constructed in accordance with the standards of the Selma- Kingsburg-Fowler Sanitation District. City of Kingsburg Page 47 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION FOURTEEN JACKING PIPE 14.01 GENERAL The type of pipe as shown on the plans or Special Provisions shall be jacked into place at the location and between the limits shown on the plans. 14.02 MATERIALS The pipe designated in the contract item will be determined for vertical load only. Any other facilities required or any additional reinforcement or strength of pipe required to withstand jacking pressure shall be determined and furnished by the contractor at his expense. 14.03 CONSTRUCTION Variations from plan alignments and grades shall not exceed 0.1 feet for each 100 feet of pipe jacked. Jacking pits shall be adequately shored and braced for the work in accordance with the safety regulations of the State of California, Department of Industrial Relations, Division of Industrial Safety. It shall be the Contractor's responsibility to provide stress transfer across the pipe joints capable of resisting the jacking forces involved. 14.04 PAYMENT Jacking pipe shall be paid for by lineal foot and such pr ice shall include all labor, material and equipment required to install the pipe between the limits required by the plans and specifications. City of Kingsburg Page 48 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION FIFTEEN STORM DRAIN SYSTEM 15.01 HYDROLOGIC DESIGN Drainage systems shall be designed to carry runoff created by storms of the following frequencies, and in accordance with pertinent provisions of the City of Kingsburg Master Plan for storm drainage. A. CENTRAL COMMERCIAL AREA: 10 year return frequency. B. OUTLYING COMMECAL AND INDSRIAL AREAS: 5 year return frequency. C. RESIDENTIAL AREAS: 5 year return frequency. The developer's Engineer shall submit calculations for flows in drain systems. Such design flows shall be computed by the rational formula: Q = CIA Where: Q =Cubic feet per second C = Runoff coefficient I = Intensity of rainfall, inches per hour A =Tributary area, acres. The values of"C"and "I" shall be obtained from the following design table and intensity curves: TYPE OF DEVELOPMENT RUNOFF COEFFICIENT"C" Rural residential and single residential with lot size 0.20 minimum of 12,000 square feet Single family residential with lot size minimum of 7,000 0.30 square feet, multi-family residential with 50% coverage by structures Multi-family residential, over 50% coverage by 0.50 structures, professional office sites, transitional use Commercial, industrial, and parking areas 0.90 Mobile home parks 0.95 City of Kingsburg Page 49 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 15.02 STORM DRAIN PIPE AND APURTENANCES A. GENERAL Storm drain pipe and manholes shall be furnished in accordance with the requirements established in these specifications. B. MATERIALS 1. Plastic pipe is permitted for pipes less than 12" in diameters and shall conform to the specifications of AWWA. Designation C900. Couplings of the same composition as the pipe shall meet the same crushing strength requirements as the pipe. These couplings shall contain rubber gaskets. 2. Reinforced concrete pipe shall be manufactured in accordance with the requirements of A.S.T.M. Designation C 76, and shall be the Class and Type shown on the plans . Rubber gaskets joints shall conform to the requirements of A.S.T.M. Designation C 442 and shall be flexible and able to withstand expansion, contraction and settlement. 3. HDPE Corrugated Storm Drainage pipe shall conforming to AASHTO M294 may be used for storm drainage pipelines 30 inch and less in diameter if approved by the City Engineer. C. EXCAVATION All excavations shall be made in accordance with the trench construction safety orders issued by the State of California Division of Industrial Safety. The width of trenches at approximately the level of the top of the pipe to be installed shall be not more than the outside diameter of the barrel of the pipe plus sixteen (16") inches, maximum. The above clearances shall be increased to accommodate shoring and also provide space for banding at points required. If the Contractor is unable to maintain the trench width allowed, the Engineer shall specify the bedding requirement to compensate for the additional loading of the pipe. Such additional bedding may require crushed rock or other suitable granular bedding material or concrete encasement as necessary to obtain satisfactory pipe support. The bottom of the trench shall be excavated or backfilled so that the barrel of the pipe shall have uniform bearing along its entire length, except for the area necessary for bell holes. All adjustment of pipe to line and grade shall be made by scraping away or filling and tamping. The use of blocks as support is forbidden. An additional depth and width shall be hand dug at joint or bell location of sufficient depth to relieve the bell of any load and to allow ample space for making the joint. Where hardpan is encountered, it shall be removed to a depth of 4 inches below the grade of the bottom of the pipe and the space refilled with earth containing sufficient moisture to produce maximum compaction and free from lumps or unsuitable material. The imported earth shall be compacted by means of mechanical tampers to the grade of the pipe. Where a firm foundation is not encountered due to soggy, spongy or other unsuitable material, such unsuitable material under the pipe shall be removed to a depth as directed by the Engineer and replaced with a suitable material. No additional payment will be made for such excavation and/or backfill. Where the pipe is to be laid on sand having less than optimum moisture, as determined by the Engineer, the Contractor shall apply sufficient water and compact the sand prior to placing the pipe. City of Kingsburg Page 50 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications All existing gas pipes, water pipes, conduits, sewers, drains, fire hydrants, and other structures which are not in the opinion of the Engineer required to be changed in location shall be carefully supported and protected from injury by the Contractor. In case of injury, such structures shall be restored by the Contractor without additional compensation, to as good a condition as that in which they were found. If all excavated material cannot be stored on the roadway in such a manner as to maintain access to property adjacent to the work, the surplus material shall be removed from the work and stored until needed for backfill, at which time it shall be returned. If the surplus material is to be stored, prior approval must be obtained from the Engineer for the site to be used. The cost of removing material shall be at the Contractor's expense. D. INSTALLATION OF PIPE Proper facilities shall be provided for stringing and lowering section of pipe into the trench. The pipe shall be laid carefully to lines and grades given. The grade line shown on the plans indicates the flow line or invert of the pipe. Unless otherwise indicated, refer to this line. The pipe sections shall be laid commencing at the downstream or outlet end with the spigot or tongue end in direction of flow. Pipe with elliptical reinforcement shall be placed with the minor axis in a vertical position. Contractor shall provide a laser device for setting grades. Alternative methods must be approved by the Engineer in advance of starting construction. Each joint of pipe shall be fully pressed into place so that a uniform profile will be maintained throughout the length of the pipe. The interior of the pipe shall be kept free from dirt and other foreign material as the laying progresses. Any pipe, which shows undue settlement or is damaged shall be taken up and replaced or relied at the Contractor's expense. All pipe shall be laid to true line and grade. Occasional variations as follows will be permitted above grade 1/4 inch, below grade, not to exceed 1/4 inch; alignment not to exceed 2 inches if gradual and regular over a distance of 20 feet. The Engineer, at his sole discretion, may require the inspection of a sewer line by means of a television camera prior to acceptance. If such inspection reveals faults such as broken pipe, misalignment, or improper grades, such faulty areas will be promptly removed and replaced and both the cost of the inspection and the repair of the faulty line will be at Contractor's expense. If the inspection reveals no faults in the line, then the cost of the inspection will be paid by the City. City of Kingsburg Page 51 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications E. BACKFILL After the pipe has been laid to line and grade the trench shall be backfilled to the spring line with select native material placed by hand and compacted around the Pipe. From the spring line to one foot above the top of pipe select native material shall be placed by hand. Compaction around the pipe and to within two feet of the finished grade shall be ninety percent (90%). Select excavated material at optimum moisture and free from all rocks, hardpan, and any other lumps over 2 inches in diameter shall be used as backfill. The method of obtaining the density requirements shall be such that the backfill material is completely compacted around the lower haunches of the pipe and the pipe's line and grade is not disturbed. That portion of the backfill within two feet of the finish grade shall have a relative compaction of ninety-five percent (95%). No free water will be allowed in the top 24 inches of backfill. F. ALTERNATE DENSITY TEST METOD At the Engineer's sole discretion, the Contractor may be allowed to use California Test Method NO.231 to determine relative compaction, with the following restriction. Under the Engineer's supervision, a density test shall be made using both California Test Method Nos. 216 and 231. The results of these tests, which shall be immediately adjacent, shall be compared, and the appropriate correction shall be applied to all further testing utilizing Method No.231. Example: Adjacent tests yield results of 93% relative compaction by method 231 and 91% by method 216. The results of all further k tests by method 231 shall then be decreased by 2%. At the discretion of the Engineer, further comparison tests may be required. G. MANHOLES Manholes shall be constructed in accordance with the Standard Drawings, the plans, and as specified herein or as directed by the Engineer. Cast-in-place manhole bases shall be constructed by the use of a slip form. Hand forming of bases is forbidden. Elliptical single-line reinforcement will not be permitted. Single-line circular reinforcement will be permitted and the minimum steel area shall equal the minimum steel area required for the inner- cage reinforcement. Tapered sections shall conform to the requirements for pipe of the size equal to the largest internal diameter of the tapered sections. Concrete for the base section shall have a 28-day compressive strength of 3000 psi. The inside of the manhole shall be formed to the flow line of the storm drain. Manholes abandoned in place shall be broken out within two feet of the finished grade. The lines entering the manhole shall be sealed with concrete and the manhole backfilled with sandy soil and City of Kingsburg Page 52 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications compacted to a relative compaction of 95%. The manhole frame and cover shall be delivered to the City Corporation Yard. Where existing manholes are to be raised or lowered to meet a new street grade, they shall be left in place and marked until the street has been paved. After paving material has been compacted, the manholes shall be dug out and the ring and cover removed and lowered or raised to grade by use of concrete around the frame. "Jiffy rings"for raising manholes will be allowed. If existing manholes are to be removed and replaced removal shall be included in the bid price of new manholes unless otherwise specified in the Special Provisions. The bid price of adjusting manholes to the new street grade shall include surface restoration. H. THIMBLES Thimbles shall be installed in manholes at the locations and of the size shown on the plans. All thimbles shall be sealed with a plug of a type approved by the manufacturer of the pipe for use with his product. I. MEASUREMENT AND PAYMENT Payment for laying pipe shall be per lineal foot, in place, and shall include all material, labor and equipment to trench, lay, pipe, backfill and compact the trench. Pipe will be measured from the center of manholes. Payment for the manholes shall include full compensation for furnishing all labor, material and equipment required to complete the manhole including the rover and ring and thimbles if required by the plans. 15.03 STORM DRAINAGE STRUCTURES A. SCOPE This item consists of the construction of drainage inlets, outlets, and junction boxes complete and in place in conformance with the plans, specifications, the Standard specifications and Section 51 of the Standard specifications of the State of California. B. MATERIALS Concrete shall have a compressive strength of 3000 psi at 28 days. All metal parts shall be A36 structural grade steel. Deformed steel bars of size called for in the plans and, specifications shall meet requirements of A.S.T.M. A615. C. CONCRETE FORMS The forms shall be smooth, mortar tight, true to the required lines and grade, and of sufficient strength to resist springing out of shape during the placing of the concrete. All dirt, chips, sawdust, nails, and other foreign matter shall be completely removed from forms before any concrete is deposited therein. Forms previously used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being reused. Before concrete is placed in forms all inside surfaces of the forms shall be thoroughly coated with form oil. City of Kingsburg Page 53 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications D. PLACING CONCRETE All concrete shall be used while fresh and before it has taken an initial set. Retempering any partially hardened concrete with additional water shall not be permitted. All concrete shall be compacted by means of high frequency internal vibrators. Mixed concrete, after being deposited, shall be consolidated until all voids are filled and free mortar appears on the surface. City of Kingsburg Page 54 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION SIXTEEN COMPACTION TESTING REQUIREMENTS 16.01 STREETS AND ALLEYS 1. Subgrade and aggregate base will be tested along the length of the street or alley at 150 foot intervals. Compaction shall be 95% relative compaction (RC) or as shown on the plans, contained in these Standard Specifications and the Special Provisions. 2. Asphalt concrete shall be tested along the length of the street or alley at 250 foot intervals. Compaction shall be 92% RC or as shown on the plans, contained in these Standard Specifications and the Special Provisions. 3. All alley approaches will be tested and shall be 95% RC. 16.02 UTILITY PIPELINES 1. Pipelines shall be tested 2 feet and deeper as determined by the Engineer to within 18-inches of the pipe zone at an interval of 150 feet along the entire length of the pipeline. Compaction shall be 90% RC or as shown on the plans, contained in these Standard Specifications and the Special Provisions. 2. Each manhole will be tested within 2 feet of the barrel, 18-inches above the pipe zone for each lateral connected to the manhole. Compaction shall be 90% RC. 3. Water service laterals shall be tested for compaction at 24" below street grade. Every other lateral shall be tested and shall be a minimum 95% RC. 16.03 OTHER REQUIREMENTS The City reserves the right to change compaction specifications to accommodate any given field condition. Contractor shall give 24-hour written notice prior to performance of compaction testing. Compaction testing shall not be performed prior to 7:OOAM or after 3:00 PM. City of Kingsburg Page 55 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION SEVENTEEN SUBDIVISION CONSTRUCTION REQUIREMENTS 17.00 GENERAL This section sets forth requirements for construction activities associated with residential subdivisions. 17.01 PRE-CONSTRUCTION MEETING The Developer's Contractor and Engineer shall attend a pre-construction conference at City of Kingsburg Public Works with the City Engineer, Public Works Superintendent and SKF representative prior to the start of construction. 17.02 SUPERVISION The Developer must provide contact information for a single person responsible for all aspects of the construction including, but not limited to, scheduling, quality control, correspondence, etc. The contact information provided shall be as follows: Name, telephone number, fax number and mailing address. This person will be the designated contact person for after hour emergencies. If the City deems that the Developer has not maintained a single person performing duties in accordance with this section at all times, construction activities will be suspended until such time that Developer has become compliant with all aspects of this section. 17.03 COMMUNICATION All written communication is to be directed to the City's Representative. This includes requests for design changes, requests for inspection, materials testing reports, etc. Verbal communication may be directed to the City's Representative or City Engineer. 17.04 INSPECTIONS The City's Representative will perform visits to the site on a daily basis. The Contractor is expected to be available to discuss the progress of the work and forecast work for the following work day. The City Engineer (or his Representative) will, at a minimum, perform weekly visits to the site to confirm general conformance of the work with the approved plans and public works standards. 17.05 MATERIALS TESTING The Contractor is responsible for providing materials testing and submitting reports to the City's Representative for review. Testing shall include, but not be limited to, the following: 1. Soil compaction 2. Waterline pressure testing 3. Waterline bacteriological testing 4. Storm drainage pipe (televised at City's discretion) 5. Coordinate sewer testing with SKF 17.06 DESIGN CHANGES Any change to the approved plans necessary to construct the improvements resulting from differing field conditions or other design related issues must be requested in writing to the Public Works City of Kingsburg Page 56 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Superintendent a minimum 5 days prior to performing the construction activity. Absolutely no changes to the approved plans will be granted unless it is in writing from the City Engineer. Any work performed not in accordance with the approved plans or by an approved change granted by the City Engineer will be rejected. 17.07 PERMITS The Contractor is required to obtain a city encroachment permit for any work within street right-of- way. The Contractor is required to obtain a county encroachment permit for any work within the County of Fresno or the County of Tulare right-of-way. Contact the applicable county for further information. The Contractor is required to obtain a permit from any public facility affected by the work, including, but not limited to, Consolidated Irrigation District, State of California Department of Transportation, Department of Fish & Game, etc. 17.08 WATER SYSTEM WORK Any requests for water system shut-downs to accommodate tie-in work must be made 48 hours in advance. The Contractor shall notify all affected residences and businesses of the system shut- down including the anticipated times of service disruptions. 17.09 HOUSEKEEPING The Contractor is expected to maintain the work area in a neat order. Any dirt or debris tracked onto City streets shall be removed at the end of each work day. The Contractor must provide for dust control throughout the length of the project. All costs to mitigate housekeeping issues by use of City forces will be bome by the Contractor. 17.10 PROJECT MILESTONES The course of the construction project shall to be performed in a sequential manner. The general phases of construction should be as follows: 1. Rough Grading 2. Underground Utilities 3. Concrete curbs, gutters and sidewalk 4. Roadway construction (aggregate base and paving) 5. Finish Work (raise MH's to grade, monumentation, striping, etc.) 6. Landscaping The Contractor shall request an on-site inspection with both the Public Works Superintendent and City Engineer for each phase prior to beginning the next. A notice to proceed will be issued for each phase. Contractor shall not proceed with work until receipt of a notice to proceed. 17.11 ENCROACHMENT PERMITS All work within a City street shall be performed under a "no-fee" encroachment permit obtained at the Planning and Development Department of the City of Kingsburg. Traffic control plans will be required prior to issuance of any encroachment permit. City of Kingsburg Page 57 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Permit applications shall be received five (5)working days prior to the proposed commencement of the work. Any work performed prior to issuance of an encroachment permit is not allowed and will subject to an immediate "stop work" notice. 17.12 AS-BUILTS The Contractor is responsible for maintaining a red-line mark-up of the plans indicating any changes in the work from that shown on the approved plans. The Contractor shall submit reproducible drawings with the as-built changes indicated prior to acceptance of the project. The Developer's Engineer certification shall appear on the As-Built drawings. 17.13 OSHA COMPLIANCE The Contractor is solely responsible for compliance with all CAL-OSHA requirements. If the City observes practices, which in the City's opinion violate OSHA compliance, a stop-notice will be issued on the project until such time that the situation is rectified. 17.14 PROGRESS REPORTS The Contractor is responsible for submitting weekly progress reports to the City's Representative stating work completed the previous week and a projection of work anticipated the following week. Progress reports must be submitted each Friday by 5:00 PM. City of Kingsburg Page 58 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION EIGHTEEN SUBDIVISION DESIGN STANDARDS 18.01 INTRODUCTION The following general conditions apply to all subdivisions and are applicable unless explicitly denoted in the resolution approving the tentative or final map. 18.02 GENERAL 1. The applicant shall submit plans, prepared and sealed by a registered civil engineer for all improvements within the public right-of-way, subject to the review and approval of the City Engineer. 2. The applicant shall meet with City, SKF and CID personnel, as applicable, in a pre-design meeting prior to the preparation of any improvement plans. 3. A soils report shall be provided for review by the City Engineer. 4. Detailed plans for private utilities shall be prepared and provided for review and approval by the City Engineer. Such plans shall be submitted for electric, gas, telephone, cable television and other private utilities planned for the subdivision. Plans shall be submitted prior to approval of the Final Map and off-site plans. 5. All utilities interior to the subdivision shall be provided underground including PG&E transformers. 6. The applicant shall be responsible for the payment of all fees of record associated with the development process in Kingsburg, including, but not limited to, water, sewer, storm drainage, school impact, recreation and capital facilities. 18.03 TRAFFIC/CIRCULATION 1. The applicant shall provide for street improvements as outlined in the resolution approving the tentative or final map. 2. A street lighting plan shall be submitted for approval by the City Engineer. All streetlights shall become the property of the City upon completion and acceptance, pursuant to PG&E's LS2C rate schedule. 18.04 WATER 1. All water mains within the interior residential streets shall be a minimum of 8-inches in diameter. 2. One water sample station shall be installed for each forty lots contained within the subdivision, but not less than one sample station per subdivision. 3. All water mains shall be designed as a looped water system, including those within cul-de- sac streets. 4. Fire hydrants shall be installed at intervals of 300 feet at locations approved by the Fire Chief. City of Kingsburg Page 59 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 5. All lots shall be provided with a minimum 1-inch water service equipped with a water meter and meter box to City standards. 18.05 STORM DRAINAGE 1. The applicant shall submit a grading and drainage plan shall be submitted for review and approval by the City Engineer. 2. Storm drainage calculations shall be prepared for retention basin and/or pipeline sizing and shall include hydraulic grade line calculations at each manhole and inlet. Calculations shall be submitted for review and approval by the City Engineer. 3. On-site grading of individual lots shall be designed to direct run-off from the front yard to the street and run-off from the backyard to the alley. 4. An NPDES permit must be obtained from the Regional Water Quality Control Board for construction sites in excess of five acres. The plan shall provide for the mitigation of soil erosion from the project site during the construction and warranty period. 5. As part of the NPDES mitigation for soil erosion, the applicant shall be responsible for street sweeping during the one-year warranty period. 18.06 LANDSCAPING /AESTHETICS 1. Street tree selection and location shall be approved by the City Engineer and shall include an average of two—fifteen gallon street trees per lot throughout the subdivision. 2. A landscape and irrigation plan shall be submitted for review and approval by the City Engineer for improvements within the public right-of-way. 3. The subdivision shall be annexed into the City's Lighting and Landscape Maintenance District. 4. Each lot shall be provided with a minimum four foot by eight foot trash enclosure with concrete slab located off of the alley. 5. Fencing improvements along the alley shall be constructed with a concrete mow strip installed at locations where the posts and rails are exterior to the lot. 18.07 SEWER 1. The applicant is responsible for coordinating with SKF regarding the availability of sewer service for the proposed subdivision. 2. The applicant shall pay all fees for sewer service as required by SKF. 3. All interior residential streets shall be provided with a minimum 8-inch diameter sewer line. 4. The applicant shall submit plans and/or calculations to SKF for review and approval. City of Kingsburg Page 60 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION NINETEEN STREET LIGHTING 19.01 DEFINITIONS Whenever in the Special Provisions and other contract documents the following terms, or pronouns in place of them, are used, the intent and meaning shall be interpreted as provided below: Electrical Superintendent: Public Works Superintendent or his representative. Engineer: Construction Management Engineer or his representative. Street lighting Traffic Engineer: City Traffic Engineer or his representative. Standard Specifications: State of California Department of Transportation, Standard Specifications, latest edition. Street Lighting Poles/Standards: State of California, Department of Transportation, Standard Specifications, 1997 Edition. State Type15 Light Standard equals City E-1 Light Standard (113km rating/70 mph rating) 19.02 GENERAL Furnishing and installing streetlights and payment therefore shall conform to the provisions in Section 86, "Signals and Lighting," of the State of California, Department of Transportation Standard Specifications and the Standard Plans, most recent version, the City of Kingsburg Standard Drawings as applicable; the Special Provisions and the Plans. Streetlight work is to be performed at the locations shown on the plans. Existing electrical systems, or approved temporary replacements thereof, shall be kept in effective operation during the progress of the work, except when shutdown is permitted. Work or equipment not specified or shown on the plans which is necessary for the proper operation of the work in this section shall be provided and installed at no additional cost to the City. The locations of foundations, poles, services, pull boxes and other appurtenances shown on the plans are approximate. Exact locations and grades will be established as necessary by either the Traffic Engineer and/or engineer in the field. 19.03 MATERIALS Attention is directed to Section 6, "Control of Materials," of the Standard Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor, except as noted in the following paragraph 4.00, "City-Fumished Materials." The materials furnished and used shall be new, except such used materials as may be specifically provided for on the plans. All work and materials shall be in full accordance with the latest rules and regulations of the National Board of Fire Underwriters, and local ordinance or State laws, the State of California City of Kingsburg Page 61 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Industrial Accident Commission's Safety Orders, and Regulations of the Pacific Gas and Electric Company pertaining to service equipment and installations thereof. All work shall comply with City of Kingsburg Municipal Code as stated in Section 15.28 "National Electric Code" and National Electrical Manufacturer's Association Standards and all regulations and codes as stated in Section 86-1.02 "Regulations and Codes" of the Standard Specifications. Nothing in these plans and specifications shall be construed to permit work not complying with these codes. 19.04 CITY-FURNISHED MATERIALS Attention is directed to Section 6-1.02, "State-Furnished Material,"of the Standard Specifications and these Special Provisions. Unless otherwise provided in this section, the Contractor shall submit a written request to the Engineer for the delivery of City-furnished material at least 15 days in advance of the date of its intended use. The request shall state the quantity and type of each material. 19.05 EQUIPMENT LIST Equipment list and drawing shall conform to the provisions in Section 86 of the State Standard Specifications. All equipment and materials that the Contractor proposes to install shall conform to these specifications and the contract plans. A list of substitute equipment and/or material, along with a written descriptive summary, describing the functions of the components which the Contractor proposes to install shall be submitted along with his bid proposal. The list shall be complete as to the name of the manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required. In all cases, the judgment of the Public Works Director shall be final as to whether substitute equipment and/or material recommended by the Contractor conforms to the intent of these specifications and is acceptable for use. 19.06 WARRANTIES, GUARANTEES,AND INSTRUCTION SHEETS Warranties, guarantees and instruction sheets shall conform to the provisions in Section 86-1.05, "Warranties, Guarantees and Instruction Sheets,"of the Standard Specifications and these Special Provisions. All equipment furnished shall be guaranteed to the City by the manufacturers for a period of not less than one (1) year, unless otherwise indicated, following the date of acceptance of such equipment. If any part (or parts) is (are)found to be defective in materials or workmanship within the one-year period, and it is determined by the Electrical Superintendent, or by an authorized manufacturer's representative that said part (or parts) cannot be repaired on the site, the manufacturer shall provide a replacement part (or parts)of equal kind and/or type during the repair period and shall be responsible for the removal, handling, repair or replacement and reinstallation of the part (or parts)until such time as the street lighting equipment, is functioning as specified and as intended herein; the repair period shall in no event exceed 72 hours, including acquisition of parts. The one-year guarantee on the repaired or replaced parts shall again commence with the date of reassembly of the system. All work done by the Contractor shall be guaranteed in writing to the Engineer for the 12 months from the date of acceptance. City of Kingsburg Page 62 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 19.07 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS The Contractor shall notify the Engineer at least one full working day (not less than 24 hours) prior to the shutdown of any street lighting system. The Contractor may use temporary splices and wiring as approved by the Engineer to maintain existing and temporary street lighting systems. 19.08 SCHEDULING OF WORK The Contractor shall notify the Engineer at least one working day in advance of any electrical work and also at least one working day in advance of any work done intermittently to facilitate inspection. 19.09 FOUNDATIONS Foundations shall conform to the provision in Section 87 of the Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90 of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard. Foundation concrete shall be placed in a single pour except that pouring of the top six (6) inches may be postponed when prior approval has been obtained. No utilities shall be permitted to run through a foundation. Foundations shall be poured against undisturbed earth where practicable. The exposed portion shall be formed and finished to present a neat appearance. Where obstructions or other conditions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The bottom of concrete foundations shall rest on firm ground. When placing the foundations, the Contractor shall place all conduit ends in their proper position, at the correct heights and shall securely hold them in position during the pouring of concrete. The conduit ends shall be capped before any concrete is poured. Both forms and earth to be in contact with foundations shall be thoroughly moistened before placing concrete. Anchor bolts shall be galvanized and shall extend above the finished base as needed to insure a minimum extension above the top nut of 3 threads. The maximum extension above the top nut is 1 inch. The distance below the base plate allowed for the leveling shall not be less than 1.5 times nor less than 2 times the thickness of the leveling nut. Each bolt shall be supplied with 2 nuts and 2 flat washers to facilitate leveling. The anchor bolts and conduits shall be held in place by means of a template until the concrete sets. Poles shall not be erected until the foundation concrete has set at least seven days and shall be plumbed as directed by the Engineer. The top of concrete foundations shall be finished relative to curb or sidewalk grade as shown on the plans or as directed by the Engineer. When grouting the base of the pole, the Contractor shall take care not to allow grout to enter or foul the conduit within the foundation. Locations shown on the plans are schematic. City of Kingsburg Page 63 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 19.10 POLES Poles shall conform to the provisions in Section 87 of the Standard Specifications and these Special Provisions. Embedded Steel poles shall conform to PG&E specifications for pole type 35-7274. If relocation of utilities is required, immediate notification shall be given to the appropriate utility company by the Contractor. The Contractor may install all underground electrical components, including foundations at the site of the project; however, no streetlight poles shall be erected until underground conduit and wiring are in place. All nuts, washers, screws and other post hardware shall be galvanized. 19.11 CONDUIT Conduit shall conform to the provisions in Section 87 of the Standard Specifications and these Special Provisions. Nonmetallic-type conduit may be used on minor/local and major streets as shown on the plans. All street crossings using nonmetallic conduit shall be Schedule 80 conduit. Rigid Conduit shall conform to Article 346 of the National Electrical Code. All conduit and fittings shall be hot dip galvanized. Each length shall bear the UL label. Installation shall conform to appropriate Articles of the Code. All conduit ends shall be threaded and joined with approved fittings. The use of threadless or set-screw type fittings is not allowed. All couplings shall be tightened to provide a good electrical and mechanical connection throughout the entire length of the conduit run. Conduit threads cut in the field and damaged conduit surfaces on metal conduit shall be thoroughly painted with zinc rich paint conforming to Military Specifications DOD-P-21023A. All conduit ends shall be threaded and capped with standard conduit caps until wiring is started. When the caps are removed the threaded ends shall be provided with approved insulated hot dipped galvanized malleable iron bushings. All bushings in service pedestals and pull boxes shall have lay-in style copper lugs provided for bonding. The size of conduit used shall be as shown on the plans. It shall be the privilege of the Contractor, at his own expense, to use larger size conduit if desired, and where large size conduit is used, it shall be for the entire length of the run from outlet to outlet. No reducing couplings will be permitted. All conduit shall be laid to a depth of not less than twenty-four inches nor greater than thirty-six inches below the curb grade in the sidewalk areas and from the finished surface in street areas. Conduits in sidewalk areas and parallel to the curb shall not be installed more than twenty-four inches back of curb unless approved by the Engineer. Conduit shall be placed under existing pavement by approved jacking or boring methods. The pavement shall not be disturbed without the written permission of the engineer and then only in the City of Kingsburg Page 64 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications event insurmountable obstructions are encountered. Excessive use of water, such that pavement might be undermined, or subgrade softened, will not be permitted. Conduit ends terminating in pole foundations shall extend 2" vertically above the top of the foundation. Conduit in direct buried poles shall extend to within 2" of the bottom of the handhole and may not extend above the lowest part of the handhole opening. Attention is called to Public Works Standard Drawing E-1 with regard to the requirements of conduit within the foundation. No factory 90 degree bends or fittings in the vertical rise are permitted. Conduit in pull boxes shall not extend more than two inches inside the box wall. All conduit entering the pull box from the bottom shall be approved by the Engineer. No conduit or utility shall pass through a streetlight foundation or pull box except the conduit which terminates within the foundation or pull box. After the installation of all conductors the ends of conduits terminating in pull boxes and service pedestals shall be sealed with approved duct seal material. Where shown on the plans, conduit will be extended to the limits of the project for future use. The end of such conduits shall be threaded and capped. In as much as possible, conduit shall be run in a straight line from one pull box or pole to the next maintaining a consistent setback from the curb. Any variation from this requirement shall be approved by the Engineer or Electrical Superintendent. 19.12 PULL BOXES Concrete pull boxes shall conform to the provisions in Section 87 of the Standard Specifications and these Special Provisions. All pull boxes shall be#3-1/2 unless otherwise noted on the plans. All pull boxes shall be installed with extensions. The pull box lid adjacent to PG&E's service pole shall be marked 'PG&E'. All others shall be marked 'Street Light'. Pull box lids shall not be equipped with hold down bolts. Attention is directed to Section 87 where pull boxes, on long runs, shall be installed and spaced at not over 200-foot intervals. All pull boxes shall be wrapped with building paper prior to backfilling. Should grout within existing pull-boxes be disturbed by the Contractor, it shall be restored. 19.13 CONDUCTORS AND WIRING Conductors and wiring shall conform to the provisions in Section 87 and Section 87 of the Standard Specifications and these Special Provisions. All wiring and wiring methods shall conform to the provisions of the applicable Codes. A minimum of three feet of slack in each conductor shall be left at each streetlight standard and in each pull box. City of Kingsburg Page 65 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Delete the paragraph under number 5 in Section 87 which permits splicing of underground conductors. All circuit conductors shall be stranded copper with THWN insulation and be of the gauge as shown on the plans. All conductors shall have insulation colors appropriate to their use and all applicable codes. The use of colored phase tape is not allowed. Public Works Standard Drawing E-4 details the field connections of the circuit conductors. Conductors within the pole shall be#10 awg Type THWN stranded copper. Splices in single conductor wire shall be limited to the load side of the service and to tap type splices located in pull boxes. These splices shall be made using either split bolts or c-tap connectors. The c-tap shall be properly sized for the wires being joined and installed with the proper tooling. The splice shall be insulated as follows: minimum 2 layers of rubber tape, 1 layer-- '/2 lapped plastic tape, 1 layer friction tape and then coated with an approved electrical sealing compound (Skotchkoate). Should splices between existing aluminum and new copper conductors be required, the splice shall be made using a split bolt designed for that purpose. The conductors and split bolt shall have an appropriate joint compound, designed to prevent oxidation, liberally applied prior to installation. 19.14 FUSED SPLICE CONNECTORS Each streetlight shall be fused with a 5 amp KTK type fuse installed in a TRON HEB type fuse holder. The fuse and holder shall be located in the pole adjacent to the hand hole. Sufficient slack shall be provided to allow easy changing of the fuse as needed. The fuse holder shall be crimped to the wire and the crimp joints insulated as described above for tap type splices. At service points other than pedestals, a fuse holder and fuse shall be installed in each current carrying conductors. The fuse holder shall be a TRON HEJ type with an SC fuse; 40 amp for #8 awg wire, 60 amp for#4 or#6 awg wire. The holder shall be crimped to the wire using the proper tooling and insulated as described above for tape type splices. 19.15 BONDING AND GROUNDING Bonding and grounding shall conform to the provisions in Section 87 of the Standard Specifications and these Special Provisions. Ground will be obtained by installation of a ground rod within the service. This ground rod shall be bonded to all metallic conduits within the service by means of a bare #8 solid copper conductor. The metallic conduits within all pull-boxes shall be bonded in a similar manner. Within pull-boxes adjacent to streetlight standards, one end of the solid #8 bonding conductor shall be extended to and attached to the standard using the grounding point as furnished. Within all conduits, a #8 stranded copper conductor with green THWN insulation shall be installed. It shall be connected to the ground rod at the service and connected to all pole grounding connections. Tap splices at pull boxes shall be made using either split bolts or c-taps. 19.16 PAINTING All paint shall be furnished by the Contractor. Minor touch-up painting on all material whose surface has been damaged or not protected from corrosion shall be accomplished as directed by City of Kingsburg Page 66 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications the Engineer. Cold galvanizing zinc-rich paint, MILSPEC DOD-P-21035 A, shall be used on all damaged galvanized surfaces. 19.17 SERVICE The Service shall conform to the provisions in Section 86-2.11, "Service," of the Standard Specifications and these Special Provisions. All services for multiple streetlight circuits shall be 120/240 volt, 3 wire single phase. This will also be required for installations that have probable expansion adjacent to the current installation. Single street light installations shall be 120-volt 2 wire. The service pedestal for Street Light installations shall be as detailed in Public Works Standard Drawing E-13. If designed to feed from a Combination Traffic Signal and Streetlight service pedestal is/shall be as detailed in Public Works Standard Drawing E-14. The Contractor shall be responsible for any modification necessary to existing pedestals not in conformance with the current standard. The Electrical Superintendent shall be contacted for component information as needed. The underground service if used shall be as detailed in Public Work Standard Drawings E-3 & E-5. The conductors from the service pull box to the PG&E pull box shall be a minimum#6 awg. 19.18 LUMINAIRE The luminaires shall be LED conforming to Section 87 of the Standard Specifications and these Special Provisions. The luminaires shall be of the 'cobra-head' type equipped with a polycarbonate refractor and Photoelectric Control Socket. After installation and plumbing of the light standard, the luminaire shall be leveled on both the long and transverse axis by use of a spirit level. The street light numbers will be installed on the poles in accordance to Standard Drawings. The numbers shall be stenciled or use adhesive backed numbers suitable for outdoor use. The numbers shall be black on a contrasting background. 19.19 PHOTOELECTRIC CONTROL Photoelectric controls (PEC) shall conform to the provisions in Section 86-6.07 "Photoelectric controls,"of the Standard Specifications and these Special Provisions. The PEC shall be a quick acting, twist lock, Type IV. If the service pedestal is equipped with a lighting contactor and no master photo control is installed, the contractor shall install one atop the traffic signal mast arm pole adjacent to the service pedestal or atop the nearest streetlight pole. The master photo control shall be wired back to the service pedestal using three #12 AWG stranded copper wires color matched to the PEC. The PEC will be mounted using hardware manufactured for that purpose or fabricated and approved by the Electrical Superintendent. All streetlights and safety lights fed from a pedestal equipped with a contactor shall be switched, by that contactor and their PEC's replaced with shorting caps. City of Kingsburg Page 67 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 19.20 TRAFFIC CONTROL Traffic control shall be provided in accordance with the State of California, "Manual of Uniform Traffic Control Devices," latest edition. Payment shall be included in the lump sum bid for street lighting. City of Kingsburg Page 68 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION TWENTY NPDES REGULATIONS AND COMPLIANCE DEFINITIONS The Law The Clean Water Act is a long and complex law that regulates discharges into waters of the U.S. The goal of this legislation was to restore and maintain the chemical, physical, and biological integrity of our nation's waters by prohibiting "the discharge of any pollutant by any person." While this goal is not totally achievable, the concrete result of the law was to require that discharges of pollutants be done under a federal permit administered under the National Pollutant Discharge Elimination System (NPDES). Initially, the Clean Water Act targeted wastewater discharges that were leaving the pipes of factories and publicly owned treatment works and dumped into waterways. Eventually, stormwater washing off urban areas from municipalities, industrial and commercial facilities, and construction sites was also recognized as a significant source of pollutants. The ongoing discovery of the types and sources of pollution and the prioritizing and implementing of solutions have guided the growth of new regulations meant to improve the quality of the nation's waters. California Stormwater Regulation and Oversight Federal law requires that each state identify the beneficial uses of its waters. Beneficial uses can include such things as drinking, tourism, transportation, natural habitat, commercial uses, swimming, and so forth. Most states, including California, are authorized to administer the NPDES program on behalf of the EPA in order to protect the beneficial uses. In California, the authority to regulate stormwater runoff under the NPDES system has been delegated to the State Water Resources Control Board and the nine Regional Water Quality Control Boards. Each board writes permits in a variety of categories. Different entities "ask permission" to sign on to the permits that apply to their activities and the discharges that result. Among the different permit categories are the following: (1) permits for heavy industry such as transportation (airports and railroads, for example); permits for cities, counties, schools, prisons, etc. that have separate storm sewer systems from sanitary sewers (hence the term municipal separate storm sewer systems, or MS4s); and (3) construction sites disturbing over one acre of land. Additionally, individual permits are written for facilities with unique operations; one example would be a power company discharging thermally elevated waters used for cooling. The law requires that it be the owners who seek coverage under the appropriate permit. The owner is then responsible for workers on the property. Permits for Municipalities Permits for municipalities are tailored for that particular urban area while following a standard template meant to insure that all municipal permits address common concerns. For the time being, smaller and more rural municipalities are allowed to operate without gaining permit coverage. City of Kingsburg Page 69 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Permits for Construction Sites Statewide, all construction sites having an acre or more of disturbance are required to gain coverage under one General Construction Permit, which is based on the commonalities that construction projects share. The site conditions and information specific to each project are addressed in a document called a Stormwater Pollution Prevention Plan (SWPPP). Fines Significant monetary fines exist for those who do not comply with stormwater rules. Anyone contributing to environmental pollution may end up sharing a part of the fine. Regulators prefer to be "compliance assistors," but when they respond to a citizen's complaint of an illegal discharge, their mindset may be instead that "the learning curve is over." They may decide that fines are necessary "to put an end to this stuff." Instances of fines have been increasing, as has been the inclusion of lower-tier subcontractors in the citation process. The Process Landscape contractors will probably discover that two different permits regulate their activities: a municipal MS4 permit and a construction permit. MS4 permits require that the municipality monitor commercial operations for activities that may be contributing to pollution, such as restaurants washing greasy mats and allowing the wash water to flow to the storm drain, auto parts stores allowing customers to change their oil in the parking lot so that the rain carries spilled oil to the gutter, and landscape contractors storing broken bags of fertilizer without protective cover, thus allowing the eventual migration of nutrients to the creeks, lakes and ocean. Contractors must monitor their operations yard, vehicles, and jobsites for ways to eliminate or reduce activities and practices that contribute to pollution. Landscape contractors who work on projects disturbing one acre or more are required to operate under the State General Construction Permit. Site-specific guidance is contained in the project's SWPPP. The SWPPP is required to be onsite for review and adherence. Information on SWPPPs is outlined below. While California enforces the federal Clean Water Act, it is free to add regulations that are stricter. Additionally, local ordinances may also exist that are far stricter than federal or state laws. Every landscape contractor should contact the local jurisdictions where they work to find out which local rules may apply. Make sure to check the local municipality's stormwater web page or call the stormwater manager. The Methods In addition to identifying the beneficial uses of the state's waters, California maintains a program of identifying which pollutants are impacting the waters and the human activities that contribute those pollutants. The state determines, for example, that agriculture contributes sediment, pesticides, nutrient runoff, etc., that livestock operations contribute bacteria, that transportation departments contribute heavy metals from brake wear and hydrocarbons from oil drips, and so forth. It's at this point that solutions are developed for preventing pollution releases into our waters. City of Kingsburg Page 70 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications Public sector interests such as the EPA and private sector interests such as home building associations have developed products and practices to minimize or eliminate pollutant discharges. These are called Best Management Practices, or BMPs. Best Management Practices (BMPs) Some examples of product BMPs are silt fence, erosion control blankets, hydroseeding, gravel bags at drain inlets, and storage containers for preventing rain from coming in contact with chemicals. These are sometimes referred to as structural BMPs. Non-structural BMPs are good habits, practices, or strategies. Some examples are doing routine vehicle maintenance under controlled shop conditions rather than on a construction site, educating employees on stormwater issues upon hire and as jobsite issues arise, scheduling soil disturbing activities for the dry season or between storms, and stabilizing the ground as soon as possible to prevent erosion from rain and wind. BMPs are also divided into categories of temporary and permanent. An example of a temporary BMP would be the temporary straw applications that are used until permanent sod is installed. An example of a permanent BMP would be a grassy swale that receives stormwater from a new parking lot and commercial building roof before it flows into a creek. As stormwater moves through the swale, some pollutants in the runoff may be trapped in the grass. Additionally, some of this runoff will filter into the soil, thus recharging the groundwater table and protecting the creek from increased levels of erosive runoff. Temporary and permanent BMPs are increasingly required on new projects. Generally, regulators do not require that specific BMPs be used, although operators are obligated to select the BMPs that will be most effective for their operations. Selecting BMP solutions can be challenging, as one site may differ greatly from the next. While regulators emphasize actual results over the use of specific BMPs, through time certain BMPs have gained acceptance in the stormwater industry for delivering results and are now expected to be standard procedure. One example of a BMP that should be standard procedure is not placing a portable toilet on top of a drain inlet; a 50-foot buffer zone should be used in case of leaks or spills during servicing, etc. To this end, many different agencies and associations across the country have developed manuals of BMPs. Sharing and borrowing generally are common. This has improved industry practices and minimized the need to"re-invent the wheel." BMP documents typically include the following: 1. a description 2. typical applications 3. limitations 4. specifications 5. inspection, maintenance, and repair requirements Landscape-specific BMPs For landscape contractors, the operations yard and the construction site are the usual areas of concern. City of Kingsburg Page 71 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications At the operations yard, the following BMPs are typically employed: 1. Material Usage: Keeping chemicals, auto fluids, etc. under cover of roof or tarp, elevated if flowing rainwater may come in contact with them, and contained on the perimeter in case spills occur. Having a spill response plan and materials (absorbents) available and staff trained in their use is another part of the BMP. 2. Waste Management: Proper disposal of wastes, using dumpsters with lids that are kept closed, preventing rain from leaching pollutants from materials stored in truck beds. 3. Equipment and Vehicle Maintenance: Preventing spills, repairing leaking equipment, etc. 4. Education is a BMP too: Training your people. On a construction site that disturbs one acre or more, landscape crews must be familiar with the SWPPP and the BMPs for that site. The SWPPP is the master plan and is usually composed of a binder and drawings. The binder will include required forms, site info, inspection reports, responsible persons, all the subcontractors on site, the selected BMPs, etc. The drawings will show locations for each BMP. If the landscape contractor is the prime contractor on the site, her or she should inform the subcontractors and obtain their signatures verifying that they have read and understand the SWPPP. If the landscape contractor is a subcontractor on the site, he or she should be sure to review the SWPPP permit as well as the existing site conditions before commencing work. In summary, landscape contractors are responsible for their operations; they should be proactive and not assume that others are responsible for taking the lead on pollution prevention and permit compliance. The following is a list of required, but not limited to, BMPs to be included as part of the project SWPPP: 1. Stockpile Management: Covering stockpiles and protecting from storm flow erosion at the base. This includes keeping materials out of the gutter flow zone. 2. Street Sweeping: Sweeping at day's end or more often if needed since sediments can migrate off site via vehicle tires. 3. Material Usage: Same as for the operations yard. 4. Erosion Control: Quality landscaping is erosion control. If the landscape is not finished, stabilize exposed soil with straw, blankets, plastic sheeting, etc. 5. Wind Erosion Control: Use water or physical cover (blankets, etc.) to prevent wind erosion. The local air quality district and the neighbor with a clean pool frown on such erosion. Contact the local agency for additional requirements. 6. Sediment Control: Preventing erosion is not always possible on an active site with exposed soil, so sediment control measures are used. Gravel bags, fiber rolls, silt fence, sediment ponds and so forth are meant to remove sediment that has mixed with water. A common misconception is that these measures filter out sediment as water passes through them. While some amount of filtering may occur, all good filters clog. So these measures primarily are meant to work by ponding the water. Successful installation means building a water retaining structure. Heavier sediments, such as sand, settle out of the water. The longer water can stand still behind a straw roll, the better the chance that sediments will separate from the water with which they became mixed. 7. Non-stormwater Discharge: If it doesn't rain and there is a discharge, it is a non-storm discharge. It is very common on construction sites to have significant amounts of runoff leaving new landscapes that are City of Kingsburg Page 72 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications being over-watered by irrigation systems that also need adjustment. This runoff can go unnoticed during non-rainy days even though pollutants are picked up en route to the gutter. 8. Non-structural: a. Scheduling: Avoid working on disturbed soils in the rain if you cannot prevent sediment-laden discharge from leaving the site. b. Protecting Existing Vegetation: Limit the areas to be disturbed and protect the roots of heritage trees. Use fencing (orange)to protect environmentally sensitive areas. c. Education: Inform your field and office staff concerning stormwater issues. When the person answering your phone knows key words and concepts, your company image grows. Here are some other important guidelines for preventing pollution: 1. Locate and protect discharge points on the property (drain inlets, gutters flowing off site) and keep operations away from them or keep a buffer zone in case spills occur. Do not store soils, materials, etc. in the gutter where flows will carry off material. Don't use leaf blowers to push debris into drain inlets. 2. Become knowledgeable in the proper selection and installation of products and materials for erosion and sediment control. Misunderstanding and misapplication is incredibly common and reflects poorly on the industry. The resulting pollutant discharges might be worse than having done nothing! 3. Don't damage the BMPs that others have installed. Use them where appropriate. Cement washouts are not a place to throw solid waste, including concrete rubble. 4. Use appropriate irrigation designs to reduce the potential for erosion and pollution runoff. 5. Follow all federal, state, and local laws and regulations governing the use, storage, and disposal of chemicals and training of applicators and pest control advisors: a) Follow manufacturers' recommendations and label directions. b) Where practicable, use pesticides only if there is an actual pest control problem (not on a regular preventative schedule). When possible, use less toxic chemicals that will get the job done in the minimum amount necessary. c) Never apply chemicals during or immediately before predicted rain or wind events, or anytime when wind exceeds five miles per hour. d) Do not mix or prepare chemicals for application near storm drains. e) Do not apply any chemicals directly to surface waters unless the application is approved and permitted by the state. Do not spray within 100 feet of open waters. f) Apply methods to minimize off-target application (e.g. spray drift), including consideration of alternative application techniques. g) Sweep pavement and sidewalks if chemicals are spilled. Do not hose spills down the gutter. City of Kingsburg Page 73 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications h) Store all chemicals in closed, labeled containers and keep them off the ground. i) Properly dispose of used chemical containers. City of Kingsburg Page 74 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications SECTION TWENTY-ONE LANDSCAPE DESIGN GUIDELINES 21.01 General Planting Requirements A. There shall be a minimum of one (1) shrub per one hundred (100) square feet and one (1) tree per five-hundred (500) square feet exclusive of street trees located within the parkway area. B. Turf shall not exceed ten percent (10%)of the total landscape area. C. Turf shall not be planted on slopes greater than 4:1, and in areas less than 4' wide. D. The tree planting shall consist of a mixture of evergreen, deciduous and flowering trees, with low to moderate water use. Use of high water use trees is subject to approval. E. Root barrier shall be installed anywhere that a tree is within 10'of a hard surface. F. Trees shall be a minimum seventy five percent (75%) 24" box and twenty five percent (25%) 15-gallon container. G. Trees must be set back from all utilities and drive approaches as noted: (a)Utilities - Trees must be a minimum of ten (10') from any light standard, fire hydrant and utility structures. (b)Drive Approaches - Trees must be a minimum of ten feet (10') from any driveway aprons. H. Shrubs shall be a minimum of eighty percent (80%) 5-gallon container and twenty percent(20%) 1-gallon containers. I. Groundcover may be installed from 1-gallon containers, plugs or flats. J. A minimum of two-inch (2")depth of bark mulch shall be placed in the landscape areas. K. All utilities, trash enclosures, maintenance staging areas, etc. shall be screened from view. L. Parking areas 1.The parking area and parked cars shall be adequately screened from view from the street frontage with landscape. 2. Parking rows shall not exceed forty feet in length without the addition of a "planter finger" or"island". All parking rows shall terminate with a planter or island that is a minimum of five-foot (5')wide. 3.A minimum of one "finger planter", five feet in width shall be provided at every eight stalls adjacent to the building or street frontage. 4. Interior shrub planting shall not exceed 30" in height. 5. Landscape areas shall be designed with walkways to encourage pedestrian circulation through the parking areas. 6. Landscape areas shall be designed to discourage pedestrians from crossing any landscape areas to reach building entrances or parked vehicles. M. Approved Plant List- Please refer to "A Guide to Estimating Irrigation Water Needs of Landscape Plantings in California" for a list of very Low, Low and Medium water use trees, shrubs, vines and groundcovers appropriate for our region. The use of High water use plant material is not recommended. This information can be found on the internet at the following website: (http://www.owue.water.ca.gov/docs/wucols00.pdf). City of Kingsburg Page 75 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 21.02 Landscape within City Right of Way Requirements Special attention should be given to the planning and design of areas that are to be maintained by the City and/or are within the public right-of-way. These areas should utilize drought tolerant planting material, planting material that is low maintenance and utilize water conservation techniques without compromising the aesthetics of the design. • The street tree should be of the same species for each street to promote consistency and area identity. • Trees and shrubs should be chosen to provide varying texture, color and form. • The landscaping should be consistent with the architectural theme. • Shrub plantings should consist of layers of planting of varying heights. A. General Streetscape Requirements 1. There shall be a minimum of one (1) shrub per ten (10) square foot and one (1) tree per four-hundred (400) square foot, exclusive of street trees located within the parkway area. 2. With the exception of street trees and median island trees, the minimum tree size is 15-gallon container. 3. Shrubs shall be a minimum of eighty percent (80%) 5-gallon container and twenty percent(20%) 1-gallon containers. 4. Groundcover may be installed from 1-gallon containers, plugs or flats. 5. All shrub areas shall be installed with groundcover unless the landscape is installed with container plantings that will fill in within one year. 6. All shrub areas shall be installed with minimum two-inch (2") depth of bark mulch. 7. Turf may be allowed within the parkway area but not in the median island areas. 8. All planting shall be drought tolerant and low maintenance. 9. Six-inch (6") wide concrete headers shall be installed between turf and shrub areas. 10. Turf shall not be installed on slopes that exceed a 4:1 ratio. B. Street Tree Requirements 1. Street trees should be spaced according to the mature canopy size of the tree, but in no circumstance should the spacing exceed thirty feet (30') on center without City approval. 2. Street trees shall be minimum twenty four inch (24") box size with minimum 1 '/4' caliper. Trees shall be between eight (8') to twelve (12)' height with a minimum two foot (2')wide spread. 3. Trees shall be standard trunk, not multi-trunk. 4. All street trees within ten feet (10') of walks, curbs, or other hardscape areas shall be installed with a linear root barrier ten feet (10') in length by twenty-four inch (24") in depth installed against the hardscape area centered on the tree trunk. 5. Trees shall be located per the sight distance requirements established by the City Engineer at intersections. Unless otherwise determined by the City Engineer, street trees shall not be closer than twenty-five (25')to the back of curb return. City of Kingsburg Page 76 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 6. Street trees shall be located no less than five feet (5') from curbs, sidewalks and other hardscape areas, unless they are located in parkways. Trees within parkways shall be centered in the parkway. 7. Street trees shall be located no less than ten feet (10') from utility poles and light standards, fire hydrants, utility structures and driveway aprons. 8. Trees that may exceed twenty feet (20') vertical height at maturity shall not be located under utility lines. C. Median Island Planting Requirements 1.There shall be a minimum of one (1) shrub per ten (10) square foot and one (1) tree per four-hundred (400) square foot 2. Median island trees shall be minimum seventy-five percent (75%)24"box size and twenty-five percent (25%) 15-gallon container sizes. 3. Shrubs shall be a minimum of eighty percent (80%) 5-gallon container and twenty percent(20%) 1-gallon containers. 4. Groundcover may be installed from 1-gallon containers, plugs or flats. 5.All shrub areas shall be installed with groundcover unless the landscape is installed with container plantings that will fill in within one year. 6. All shrub areas shall be installed with minimum 2"depth of bark mulch. 7. Turf is not allowed in the median islands. 8. All planting shall be drought tolerant and low maintenance. 9. All trees shall be installed with a linear root barrier ten feet (10') in length by twenty-four inch (24") in depth installed against the hardscape area centered on the tree trunk. 10. Median island trees shall consist of a variety of tree species of varying form, texture and color. Flowering and canopy trees are encouraged. 11. Trees shall be located per the sight distance requirements established by the City Engineering Department. Trees shall not be installed adjacent to a turn pocket. 12. Shrubs located adjacent to the turn pocket shall not exceed eighteen inches (18") in height. Larger shrubs are permitted at a distance of twenty feet (20') from the beginning of the turn pocket, but shall not exceed thirty inches (30") in height. 13. Turf is not permitted in median islands. 14. An eighteen-inch (18") wide hardscape edge shall be installed along the entire length of the median island adjacent to the curb for maintenance. The hardscape band shall consist of either colored, stamped concrete, or concrete pavers, to match the architectural theme of the project. 21.03 General Irrigation Requirements A. All landscape areas shall be provided with an approved irrigation system that meets the requirements of this section. Specific site conditions and proposed landscape materials will determine the design of the irrigation system. The irrigation system shall deliver water efficiently and uniformly. All equipment shall be designed for installation per manufacturer's recommendation, and conform to Uniform Plumbing Codes and all local regulations. City of Kingsburg Page 77 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications B. The irrigation design shall provide adequate "head-to-head" and sufficient water for the continued healthy growth of all proposed plantings with a minimum of waste or overspray on adjoining areas. C. The distribution of uniformity of an installed sprinkler system shall meet or exceed seventy percent (70%). D. Automatic irrigation controllers are required with separate programs for each landscape area with a different irrigation need. Controllers shall be capable of controlling the operating time for each circuit, the starting time and daily schedule of operation. Each controller must be able to accommodate multiple schedules and contain fourteen (14)- day minimum clocks; percentage switches; repeat cycles; the ability to schedule by the day of the week; and rain sensing override devices. A watering schedule shall be placed in each controller. E. Soil moisture sensing devices are suggested in representative areas of the landscape plan. F. Bubblers are recommended for trees and shrubs. Root watering systems are recommended. G. Soil types and percolation rate shall be considered when designing irrigation systems. All irrigation systems shall be designed to avoid runoff, low head drainage, overspray, or other similar conditions where water flows onto adjacent areas, walks, roadways, or structures. The water application rate shall attempt to match the infiltration rate of the soil. Repeat cycles shall be utilized in an effort to avoid runoff. H. No overhead spray irrigation will be allowed within twenty-four inches (24") of any hard surface. Area must be irrigated with drip or subsurface irrigation. I. Sprinkler heads: Sprinkler heads shall be selected for proper area coverage, precipitation rate, operating pressure, adjustment capability, and ease of maintenance. Heads or emitters shall have matched precipitation rates within ten percent (10%) for each control valve circuit. J. Above ground risers are not allowed next to sidewalks, driveways, or curbs and are discouraged anywhere people can easily access; these sprinklers must be the pop-up type. In areas less than six feet wide, drip emitters and bubblers are recommended. K. Rain sensing override devices: Rain sensing override devices are required on all irrigation systems. L. Back-up System: The irrigation system shall be installed with a back-up system should an operating valve fail to shutoff or a break in the mainline occurs. The backup system should either consist of a normally open master valve with flow meter or a normally closed master valve. On large irrigation systems, a normally open master valve with flow meter will be required. M. Piping: Plastic (PVC) mainline piping requires placement not less than 18" below final grade and minimum twenty-four inches (24") below finish surface of streets, with lateral lines requiring 12"depth. Other piping shall be considered for drip or temporary irrigation. All irrigation piping under streets or flatwork shall be sleeved with schedule 40 PVC minimum two (2)times the diameter of the pipe enclosed. N. Water meters: Landscape irrigation systems shall be on a separate water meter. O. Backflow prevention shall be installed and maintained per local code. City of Kingsburg Page 78 Updated 2023 City of Kingsburg Improvement Standards Standard Specifications 21.04 General Landscape Maintenance A. Landscapes of commercial or industrial projects shall be carefully and competently maintained to ensure water efficiency and high-quality appearance. B. A watering schedule encased in plastic shall be kept inside each controller (with reduced as-built plans showing hydro-zones). C. Using these standards and guidelines, a schedule for ongoing maintenance shall be prepared and shown on the planting plan. D. Minimum Plant Establishment period shall be 90 days. E. Maintenance shall include, but not be limited to the following: 1. Control all harmful diseases and pests. All chemical applications must be per state licensed advisors and applications. 2. Pruning shall be done to keep plants within special limitations, removal of deadwood, cross-branching, etc., per International Society of Arboriculture (ISA) standards. Plants shall never be sheared unless specified on the approved plan. Trees are to be allowed to grow to the designed size to provide maximum shading of paved areas. 3. Water shall be applied for optimum plant growth with minimal runoff or overspray. Adjust controllers per current California Irrigation Management Information System (CIMIS)data. Information can be obtained at www.cimis.ca.gov . 4. Always replace heads with the same kind of head, or head with a matching precipitation rate. 5. Backflow device shall be tested and certified annually. 6. Inspect tree supports frequently and remove as soon as the plants will stand without support and will be able to resist wind damage. Never allow support materials to girdle the trunk or branches. 7. Landscape irrigation shall be scheduled during the night or early morning hours. 8. A regular maintenance schedule shall include checking, adjusting, and repairing the irrigation equipment; aerating and de-thatching turf areas; replenishing mulch; fertilizing; pruning; weeding; and removing litter in all landscaped areas. City of Kingsburg Page 79 Updated 2023 v �a Drainage D-1 Curb Inlet D-2 Aluminum Marker D-3 Inlet Throat Frame D-4 Type 'A' Manhole D-5 Cast Iron Manhole Frame and Cover D-6 Drainage Basin D-7 Sidewalk Drain D-8 Thru Drain Detail for Medians D-9 Silt Fence D-10 Inlet Protection - Type I D-11 Stabilized Construction Entrance D-12 Inlet Protection - Type II INSTALL ALLUMINUM SEE NOTE #4 MARKER PER CITY STD. DWG. D-2 THROAT FORM 2'-0" 3'-0" 28"x46"0/8" CHECKPLATE SEE STD. DWG. D-3 3" 3" F Q) z SEE NOTE #8 I I � 2"x3" CONST. JOINT I I FOR NEW CONST. I I NOT REQED WHEN I I mil DIUS GUTTER EXIST. + SLOPE TO LATERAL LINE. 3'-6" 6, " " SECTION "BB" SECTION "AA" SCALE 1 N= 3-0 SCALE 1 = 3-0 4'-6" " A 3/4" DIA HOLE I I � I I U L 1 3" RADIUS LATERA '6' w B11 �i 4" 4 B ALL AROUND N C.D II II o z OPEN BOTTOM AS REQD. A 2'-6"(TYP i �6' 2-0" 6" UNLESS OTHERWISE SPECIFIED PLAN OUTLET DETAIL SCALE 1"= 3'-0" SCALE 1"= 3'-0" NOTES: 1. THE INLET MAY BE MODIFIED SLIGHTLY TO MATCH EXISTING IMPROVEMENTS, AS DIRECTED BY THE CITY ENGINEER. 2. STRUCTURE SHALL BE CLASS "A" CONCRETE. EXPOSED SURFACES SHALL BE FINISHED AS PER CURB SPECIFICATIONS. 3. COST OF FRAME AND GRATE AND THROAT FRAME SHALL BE INCLUDED IN PRICE OF INLET OR OUTLET. 4. WHEN EMPLOYED AS OUTLET, PLACE GUTTER 6" BELOW TOP OF CURB GRADE AND ELIMINATE )2" IRON ROD FROM THROAT FORM. 5. CURB AND GUTTER SHALL BE CONSTRUCTED OR RECONSTRUCTED ON EACH SIDE OF BOX AS INDICATED ON THE PLANS AND COST THEREOF SHALL BE INCLUDED IN PRICE OF INLET OR OUTLET. 6. FLOOR OF THE INLET SHALL SLOPE FROM ALL WAYS TO THE LATERAL LINE AND SHALL BE GIVEN A STEEL - TROWELED FINISH. 7. AT THE CONTACT POINT BETWEEN THE LATERAL LINE AND THE INLET WALL A SMOOTH 3" RADIUS CURVE SHALL BE CONSTRUCTED. 8. IF INLET IS CONSTRUCTED IN A TWO STAGE POUR, PROVIDED A ROUGHENED CONSTRUCTION JOINT AND PLACED ONE NO.4 BAR 12" LONG IN EACH OF THE FOUR WALLS, AS SHOWN. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. CURB INLET p_1 4.0" TOP VIEW o KING s s T P 0 7T W EMBOSSING HEIGHT 0.040" 0.187" SIDE VIEW CORNER RADIUS 0.0187" MARKER SHALL BE ALMEfEK MODEL NO. STDM-9665-SSP OR EQUAL. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. ALUMINUM MARKER D_2 TACKWELD SIDEPLATE ALL AROUND „ 3/8" CHECK PLATE 6 28"x46" COVER PLATE 3%16"(AL) AROUND 1/2' RADIUS 4" 1" 48- Iz 1 ^' 24" /16 TYP 3 // / 1/4 "-12' 3"x3"x 1/4"L o 1/4" 2"-12" 1/4" 2 3/4" 3/4"0 CENTER r 4"� HOLE 3 EACH SIDE .°' °<.. 2. ANCHORS 6"xl/2" SUPPORT (SMOOTH) // // / 1 4" (TYP) ON SIDES & BACK �0 /� // / 1/8" PLATE THROAT a- SIDEPLATE (SEE DETAIL) 1/2"0 PROTECTION TANGENT LINE FOR 4" RADIUS BAR (SMOOTH) // // / SEND OF SIDEPLATE 5 1/2" 1 8" PLATE 7� � 1 3 a PROTECTION BAR SECTION "AA" 1/2"0 (SMOOTH) CENTER SUPPORT BAR NOTES: 3/4"0 (SMOOTH) 1. ALL DIMENSIONS ARE FINISHED DIMENSIONS. :4'7-6 7 2. ALL PARTS SHALL BE STRUCTURAL GRADE STEEL. 3. ALL EXPOSED METAL PARTS SHALL BE PAINTED OR DIPPED WITH AN ASPHALTUM PAINT. 2" 4 3 —6 4 N CONST. 4" RADIUS FRONT BEND IN PLATE. SCALE 1" = 2'-0" A 5" 3 3/ " u u 00 ANCHOR 3,-6„ 3 1 8" 1" i 1/8" STEEL �00 ANCHOR i M PLATE °O BEND LINE 6x1/2 PLAN SCALE 1" = 2'-0" 11 1/2" THROAT FORM & FRAME THROAT SIDEPLATE REVISIONS CITY OF KINGSBURG STD JUL 2022 INLET No. THROAT FRAME D—3 CONC. COLLAR FLUSH WITH COVER FOR CONC. PAVEMENT INSTALLATIONS POURED-IN-PLACE CONC. MANHOLE FRAME AND COVER COLLAR FULL CIRCUMFERENCE. SEE STD. DWG. NO. D-5 0 N 8.0 24.0' ADJUSTING RINGS AS REQUIRED w MAX 12" TOTAL HEIGHT a PRECAST TAPERED CONE OR FLAT a I COVER MANHOLE REDUCING SECTION. � - z A PROVIDE KEYED BASE FOR A PRECAST RISER SECTION. 8.0' POURED-IN-PLACE 3' IRADIUS m };, i� ` CLASS "A" CONC. BASE. o Q`Q / o 00 •a' 19.8' SECTION "AA" SECTION "BB" MANHOLE DIMENSIONS PIPE DIAMETER A m 12'-36 48 42"-48" 60" 54"-60" 70" I I II II NOTES: A A 1. PRECAST PIPE ADJUSTING RINGS AND TAPERED SECTIONS SHALL BE CONSTRUCTED IN ACCORDANCE WITH A.S.T.M. a j C-478, USING TYPE II CEMENT. 2. ALL JOINTS BETWEEN PRECAST SECTIONS SHALL BE MORTARED. I I I 3. INTERIOR OF THE MANHOLE SHALL HAVE A SMOOTH I TROWELED SURFACE. m PLAN REVISIONS CITY OF KINGSBURG STD JUL 2022 TYPE 'A No. MANHOLE D-4 2'-1 3/4" 3/4" RIBS F Ll 1/4" 13/4" HIGH SEE DETAIL DIA. CORE LETTERS BELOW F I 7" \ MACHINED 1'-11 1/4" SURFACE Z MANHOLE COVER W s 2'-3" L 4- 2'-1 1/2" W 00 \ 2' O" LL- M 3' 0" TOP O L J 0 1 MANHOLE COVERS SHALL BE FREE OF RATTLING UNDER TRAFFIC LOADING. LIDS SHALL HAVE TIGHT SEAL. MANHOLE FRAME REVISIONS CITY OF KINGSBURG STD JUL 2022 CAST IRON MANHOLE No. FRAME & COVER D-5 TYPE "E" OUTLET OR AS APPROVED BY THE CITY ENGINEER. 6 FT. CHAIN 6 FT. HIGH FENCE LINK FENCING PER STD. PLAN M-8, M-9, FOR 1/2 ACRE l M-10 SEE NOTE 10. OR LARGER BASINS A 4:1 R=20' TYP. 4:1 A LOCAL LOW FLOW AREA MIN 5% OF BASIN AREA 1 MIN. 12' WIDE DRIVE GATE MIN 2' DEEP --------- --------- SIDEWALK TYPE III R.C.P. OR APPROVE EQUAL INLET PER. STD. PLAN DRIVE APPROACH PER D-1 AND APPLICABLE CURB AND GUTTER STD PLAN ST-26. MIN 10' VEHICLE P.L. MAINTENANCE PATH 2% 1' FREEBOARD HIGH WATER ELEVATION P.L. ELEVATION - 1= i-i_ 11 �- - 7'-0" MIN. iiiiiiiiiiii 8' FOR 1 2 LOCAL LOW FLOW AREA " " ACRE OR SECTION AA DESIGN MINIMUMS LARGER BASINS NOTES: 1. OVERFLOW MUST BE TO THE STREET, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 2. DESIGN WATER SURFACE ELEVATION SHALL BE ONE (1') FOOT BELOW THE LOWEST INLET FLOW LINE OR POND PERIPHERAL ELEVATION, WHICHEVER IS LOWER. 3. REQUIRED CAPACITY: V = CIA WHERE, V = REQUIRED BASIN CAPACITY IN CUBIC FEET C = RUNOFF COEFFICIENT I = RAINFALL FROM A DESIGN STORM (100 YR -10 DAY STORM MIN.) A = TRIBUTARY AREA IN SQUARE FEET. 4. PROVIDE COMPOSITE "C" CALCULATIONS. 5. EIGHT (8') FOOT WIDE VEHICLE RAMP WITH A MAX. SLOPE OF 15% REQUIRED IN 1/2 ACRE OR LARGER BASINS. 6. TEMPORARY PONDING BASINS SHALL BE FENCED WITHIN SEVEN (7) DAYS TIME AFTER THEY BECOME OPERATIONAL. 7. BASIN SHALL BE SIZED TO HANDLE THE REQUIRED STORAGE VOLUME WITHOUT EXCEEDING AN EXCAVATION DEPTH OF TWELVE (12') FEET. 8. ADEQUATE AREA AT THE FLOOR OF THE BASIN SHALL BE PROVIDED FOR MANEUVERING MAINTENANCE EQUIPMENT. 9. LANDSCAPING OF THE BASIN NEED NOT BE NECESSARY IF SCREENED FENCING IS PROVIDED AND APPROVED BY THE CITY ENGINEER. HOWEVER, LANDSCAPING TREATMENT BETWEEN THE FENCE AND THE STREET MAY BE REQUIRED. 10. A SOIL BORING LOG TO A DEPTH OF NOT LESS THAN 30 FEET SHALL BE SUBMITTED TO THE CITY ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. DRAINAGE BASIN D_6 NO.3 REBAR, PERPENDICULAR TO STEEL TUBE, SEE NOTE NO.4. NO.3 REBAR 3 FOR EXISTING CONC. SWK. � cl:! _ X SAW-CUT TO CLEAN EDGE 3" C w cn Y 3 Li� _ oX _ m FOR EXISTING CONC. SWK. CENTER 3" GALV. PIPE OR 3"x n" SAW-CUT TO CLEAN EDGE REBARIN _ RECTANGULAR STEEL TUBING GUTTER M PRECAST MORTAR BLOCK PLAN PLACED UNDER REBAR LIGHT BROOM FINISH ON SIDEWALK N.T.S. SEE NOTE 10 6" 2'-0" C'4 N0.3 REBAR COLD JOINT 2"1/2" R. M 1/4" PER FOOT SLOPE — N , 3" GALV PIPE OR 3"x n" TUBING STEEL 10 o N N Q SECTION X-X N.T.S. PRECAST MORTAR BLOCK `n " PIPF 3"x n" RECTANGULAR TUBING j PLACED UNDER REBAR x i -.-.�. x `oC14 NOTES: -- -� r GUTTER FLOWLINL- 77 ,� 1. 18" GUTTER TO BE INSTALLED WHERE SIMILAR n + 6" EXISTS. 7 1/2" - -I- 7 1/2" 1 2. P/L REFERS TO PROPERTY LINE. SECTION Y—Y 3. REMOVE AND REPLACE CONCRETE CURB AND N.T.S. GUTTER WITHIN LIMITS OF WORK WHERE CONCRETE CURB & GUTTER EXIST. SEE NOTE 8 4. REBAR SPACING PERPENDICULAR TO PIPE OR 1 BACK OF SIDEWALK _- TUBING - 18"o.c. NO.3 REBAR SHALL BE REQUIRED WITHIN EXISTING SIDEWALK INSTALLATION ONLY. 5 5. 3" PIPE SHALL BE GALVANIZED PIPE DRAIN PIPE I 3/8' RECTANGULAR TUBING SHALL BE STEEL. 6. MINIMUM WALL THICKNESS OF RECTANGULAR BACK OF CURB \ TUBING IS 3/16". FLOW FACE OF CURB d a. .. � 7. NO DRAIN SHALL BE PERMITTED IN DRIVE APPROACH AREAS. LIP OF GUTTER 8. DRAINS SHALL BE ANGLED THROUGH SIDEWALK ROLL CONCRETE TO IN DIRECTION OF GUTTER FLOW. FORM MOUTH OF PIPE 9_ PERMITTED SIZE OF TUBING TO BE BASED ON DETAIL DRAINAGE AREA ER. & SHALL BE DETERMINED BY THE N.T.S. 10. 4'-0" FOR RESIDENTIAL & INDUSTRIAL AND SIDEWALK DRAIN PIPE 9'-6" FOR COMMERCIAL OR CURB TO P/L IF CURB TO P/L IS LESS THAN 9'-6" REVISIONS CITY OF KINGSBURG STD JUL 2022 No. SIDEWALK DRAIN p_7 FACE OF CURB PAVEMENT ro R GUTTER d p a a a p a^ d d. ° d ° ° ad d d p G ° p d p p 4 A °d 3 ° d p o p ° a d d d d ad d p p p- dp p a d ° d p ° e d' - d a FACE OF CURB PLAN PAVEMENT NTS OR GUTTER 6" 12" 6" R=0.5" (TYP.) R=0.5"(TYP.) R=0.5" (TYP.) 43 BOTH SIDES d a d d d p d a a d d pd p ° d d 24" SECTION A—A NTS REVISIONS CITY OF KINGSBURG STD JUL 2022 THRU DRAIN No. DETAIL FOR MEDIANS D-8 W �2 J LLI za —Q Lu J^ N CD �p NO (n0 p p xO �7-cn I I N m I I zQ Z M— J �J M N2 cWc < SU' U Z a L w Q a W �-. 0 W SSW Z U O W r. W J HNY O �/ Z� Z d N W M }N N L� �i2� Z O Vl m e N Z ~¢ v Z SUN �MI -M Q in � J W v QZO. Q / l W ZO ~U' M Z M Z Q Q W 00 I d ILL LLI Q Q W � �(D W Q v� N= �'M p_ vNN \\ N LLJ W N Zm o W P- ,?= CDC Li N Q J \/\\ W w J � �� Zv> op �� m V V) U) ¢ a W W ¢ (a � N F a N 0 w m Z \// Q X =� Z M \ \ Q Nto LLI \\\ \\ Q U 2 m m ~ \\ Q o L L<Eg N N W ~� O / m J dW I Q 2 O Z U koo M LLI z N N o�wo W o °°gym w / w U \�` Q W � WS Z / 2QOf W Q \`\ W� NO J QQ O m `` m Jg U Nm xQ m �j g ¢" zoo L Wo m LL N Wof 3 J _ � Z CV REVISIONS CITY OF KINGSBURG STD JUL 2022 SILT FENCE No. D-9 J Ow Ld � N U U J Z OQ M ma O Q� 1.1 CrH o n z �� �w J ¢n w =w J aCkf m �¢ w Y N zQ 00 Z wz c� �a oZ m `"m o M i lam Luckf ~z uo mixX WOfQ m N Q O U N QL.O� U wLd p Z O N_ }W� �� JQ00 UZ� m=LU<— W m¢N UQ© L<L.o cV L,J Lj in w O N � � � Z Z U Z Lq W Z N X Q Q �0 Q J Lei X Z� Q c4 3 Z m Z \ 1 U X =__� m N N � ILL Z N l — O TIT W _ _L ui ILL m ZLE O W r7 m REVISIONS CITY OF KINGSBURG STD JUL 2022 No. INLET PROTECTION - TYPE I D-10 z / / / co of m2 / LLLI \ z \\ Q /cn | / \\ F— 2 00 ow z O 3 / en U W LLj% k / \ « AMd� $ — � F . k $ ?_ E t 2 0 ® ® 2 e g � L� w ~ L U) k 0 / / / �G �G /0 / \ g 2 « / / < / 2 G �« « Ld / e ® o k 3 0 z k < / 2 0 % E a a ƒ LLj/ ® ® < n / b 2 % < � E (:z � f 2 0LLj f z § $ Z ■ % / :fn $ _ = a o t� a / < 2 w e o Of C c 0 0 /� E <� ^ < R \ / cn q - 7 k -cc �a E S b ƒ a 2 \ $ 2 e < a < Or a a \ ® LLl % U= = w U g \ $_ 2 u 15 L q 6 U 0 3 Of / t NN jK < Of 2 d o < o 0 u- w « z C 2 z f E U < z u< w @ e o \ ^ 0 k Jz D d z 2 u = « u a = z \ u u » u ƒ 5 q / « / / 0Q w ¥ v REVISIONS CITY OF K|N G S B U R G STD JUL 2022 No. STABILIZED CONSTRUCTION ENTRANCE D-11 MAY BE USED SHORT TERM WITH UTILITY WORK AND WITH PHASING OF DEVELOPMENT FLOW CATCH BASIN AREA DRAIN FLOW o' a .a FLOW > .o a DITCH BOTTOM . e v G .pa e v PLAN VIEW p m PROFILE o� to � o DITCH INLET NOTES: 1. ADDITIONAL MEASURES MUST BE CONSIDERED, DEPENDING ON SOIL TYPES. 2. BIOFILTER BAGS SHOULD BE STAKED, WHERE APPLICABLE, USING TWO (2) 1"X2" WOODEN STAKES, OR APPROVED EQUAL, PER BAG. 3. ROCK SOCKS OR GRAVEL. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. INLET PROTECTION — TYPE 11 D-12 Electrical E-1 Street Light - Major Street with Base, Pull Box, and PVC Conduit E-2 Street Light- Local Street with No Base,No Pull Box, and PVC Conduit E-3 Street Light - Concrete Pull boxes E-4 Street Light- Connection Diagram E-5 Street Light - Layout E-6 Street Light- Placement Divided Arterials Streets E-7 Street Light - Placement Collector Street E-8 Street Light- Placement Local Streets E-9 Street Light - Placement Cul-de-sac Street E-10 Street Light- Placement Arterial Intersection E-11 Decorative Street Light—Placement Cul-de-sac Street E-12 Street Light- Foundation Wire Way Detail E-13 Street Light - Pole Numbering E-14 Street Light- Wiring E-15 Signal and Streetlight - Combination Wiring E-16 Decorative Lighting THE fD15NVIL ' f 1\ Wuuo[rlN� ORIENTATE PEC TO THE NORTH 12'-0" GENERAL NOTES: FUSE INSTALLED IN 1. ALL WORK SHALL CONFORM TO THE APPLICABLE LUMINARE CAST IRON OR STEEL SECTIONS OF THE SPECIFICATIONS ENTITLED CAP WITH SETSCREWS "STANDARDS SPECIFICATIONS, STATE OF CALIFORNIA, BUSINESS AND TRANSPORTATION AGENCY, DEPARTMENT OF TRANSPORTATION" AND THE NATIONAL ELECTRICAL CODE. 2. LUMINAIRE SHALL BE COBRA HEAD TYPE, 120V LIGHT EMITTED DIODE (LED) WITH QUICK ACTING LIGHT STANDARD PHOTOELECTRIC CELL. TYP E 15 3. ALL STREET LIGHTS SHALL BE NUMBERED, NUMERICAL SEQUENCE TO BE OBTAINED FROM TWO #10 COPPER P.G.&E. NUMBERS TO BE 1 1/2" HIGH AND CONDUCTORS INSTALLED NINE FEET ABOVE FINISHED GRADE. STRANDED (THWN) TO FIXTURE CD w c� z o z I � O 0 M � POLE NUMBERING BASE PLATE PER CITY STD. DWG. E-14 = � � -2" GROUT 2 1" RADIUS o o 0 ANCHOR = PLATE ° a o ZSEE FORMED a' 1" GALVANIZED /ANCHOR BOLTS STD. DWG. E-13 ABOVE /W FUSE FOR FIXTURE FOR CONDUIT DETAIL GRADE 5A WITH TRON TYPE FUSE HOLDER BASE DETAIL 2'— 0" to SEE BASE DETAIL I NO. 3 1/2 PULL BOX SEE STD. DWG. E-3. � a W e = Z o 1 1/2>� w COMPACT BACKFILL TO ° W 90% RELATIVE COMPACTION "' `�q PVC SCH. 80 ° � THREE #6 COPPER CON AND FOR CONDUUITGDETAIL MAX. ONE D#8T000PPORS ERH CONDUCTOR. y TYPE NM CONDUIT, REFER TO TABLE ON FIELDCAST FOUNDATION, CLASS 2'-6" STD. DWG. E-13 FOR PHASE CONDUCTOR = #6 "B" CONCRETE, OR GALVANIZED MORE INFORMATION. NEUTRAL = #6 AUGER STYLE FOUNDATION, GREEN GROUND = 8 AB CHANCE 8" OR EQUAL . # ]C REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHT-MAJOR STREET No. 0 E- 1 WITH BASE, PULL BOX & PVC CONDUIT N 8'-0" ORIENTATE PEC TO THE NORTH o I -- - I N L 1-2;= SINGLE ARM GENERAL NOTES: 1. ALL WORK SHALL CONFORM TO THE APPLICABLE SECTIONS OF THE SPECIFICATIONS ENTITLED "STANDARDS SPECIFICATIONS, STATE OF CALIFORNIA, CAST IRON OR STEEL BUSINESS AND TRANSPORTATION AGENCY, CAP WITH SETSCREWS DEPARTMENT OF TRANSPORTATION," AND IN ACCORDANCE WITH THE NATIONAL ELECTRICAL CODE, AND THESE SPECIAL PROVISIONS. 2. LUMINAIRE SHALL BE COBRA HEAD TYPE, 120V LIGHT EMITTING DIODE (LED) WITH TYPE IV QUICK = ACTING PHOTOELECTRIC CELL. c� = TWO #10 COPPER 3. ALL NUMBERS LIGHTS SHALL BE NUMBERED. CONDUCTORS NUMERICAL SEQUENCE TO BE OBTAINED FROM z STRANDED (TWHN) P.G.&E. NUMBERS TO BE 1 1/2" HIGH AND TO FIXTURE INSTALLED NINE FEET ABOVE FINISHED GRADE. z :2 N 4. BOTTOM OF POLE HOLES SHALL BE WELL TAMPED BEFORE INSTALLING POLE. JUDGEMENT BASED ON coN EXPERIENCE AND LOCAL SOIL CONDITIONS, SHOULD BE USED TO DETERMINE IF "KEYING" AND "ROCKING-IN" THE STEEL POLE ARE REQUIRED. 5. A PULL BOX WILL BE REQUIRED WHEREVER CONDUIT CHANGES DIRECTION AND WHERE MULTIPLE LIGHTS ARE INSTALLED ON A SINGLE SERVICE. PULL BOX SPACING SHALL NOT EXCEED FUSE FOR FIXTURE 5A 200'. (SEE STD. E-3). W/TRON TYPE FUSE HOLDER 1 = 1� SLEEVE N I I Lo N co GROUND LINE � G I ril W = _ c, 1 1/2" PVC w CONDUIT (SCH.40) w 2" THREE #6 COPPER CONDUCTORS (THHN)/(THWN) LIGHTING STANDARD #8 WIRE MAY BE USED ON SINGLE P.G.&E. 35-7274 POLE INSTALLATIONS. Y REVISIONS CITY OF KINGSBURG STD JUL 2022 No. STREETLIGHT-LOCAL STREET -2 WITH NO BASE, NO PULL BOX & PVC CONDUIT E 19" 15' N o STREET LIGHTING SEE NOTE No. 7 04 C B GRADE OR FLUSH LK RIT PRECAST REINFORCED N DUCT CONCRETE BOX SEAL TREADED GROUNDED BUSHING 2" MAX. W/COPPER LUG (FOR GRC ONLY) (V N 1 2" I. 10 ` 1 DRAIN SEAL AROUND CONDUIT, BOX AND ` J HOLE ' EXTENSION JUNCTION W/MORTAR OUT TO , POLE GROUT PRECAST REINFORCED EXTENSION BONDING JUMPER SHALL BE #8 BARE o oloacucaob ocrc. SOLID COPPER FOR PVC—GREEN #8 = CRUSHED o oa o° AWG THROUGHOUT THE SYSTEM. (.0 ROCK SUMP � a g" #15 ROOFING PAPER BETWEEN GROUT r--� AND CRUSHED ROCK 5/8" X 8' COPPER CLAD GROUND ROD WITH GROUNDING CLAMP "AT PULL BOX W/SERVICE FILE" GENERAL NOTES: 1. PULL BOXES SHALL BE #3 1/2 AS PER STATE OF CALIFORNIA STANDARD SPECIFICATIONS OR CHRISTY N-9 OR APPROVED EQUAL. 2. PULL BOXES SHALL GROUTED PRIOR TO INSTALLATION OF CONDUCTORS, SLOPED TOWARD THE DRAIN HOLE. PLACE A LAYER OF ROOFING PAPER BETWEEN THE CRUSHED ROCK AND THE GROUT. 3. PULL LIDS BEFORE POURING CONCRETE AROUND PULL BOXES. 4. WRAP PULL BOX WITH ROOFING PAPER BEFORE BACKFILLING. 5. INSTALL A ONE—FOOT RING OF CONCRETE, FOUR INCHES DEEP, AROUND THE WRAPPED PULL BOXES INSTALLED IN DIRT AREAS. SLOPED TO DRAIN AWAY FROM THE PULL BOX. 6. PULL BOX LID SHALL BE LOCKJAW SECURITY LID No. ELJ09—NO912 OR EQUAL. REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHTS N o. CONCRETE PULL BOXES E-3 2-NO. 10 TO 2-NO. 10 TO FIXTURE FIXTURE TYP. BUSSMAN TRON FUSE HOLDER & FUSE POLE POLE GND. GND. TO END OF NO. 8 COPPE FROM SERVICE POINT CIRCUIT. CONDUCTOR ALTERNATE PHASES NO. 6 COPPER CONDUCTOR (120 VAC) NO. 6 COPPER CONDUCTOR (NEUTRAL) NO. 6 COPPER CONDUCTOR (120 VAC) NO. 8 COPPER CONDUCTOR (W/PVC ONLY) TYP. SPLITBOLT CONNECTION NO. 3 1/2 PULLBOX NO. 3 1/2 PULLBOX PHASE A PHASE B PVC POLE POLE GND. GND. TYP. BUSSMAN TRON FUSE HOLDER & FUSE NO. 8 COPPE TO END OF CONDUCTOR FROM SERVICE POINT CIRCUIT. ALTERNATE PHASES NO. 6 COPPER CONDUCTOR 120 VAC NO. 6 COPPER CONDUCTOR NEUTRAL NO. 6 COPPER CONDUCTOR 120 VAC w NO. 3 1/2 PULLBOX NO. 3 1/2 PULLBOX THREADED GROUNDED BUSHING WITH COPPER LUG PHASE A PHASE B GRC Y REVISIONS JUL 2022 CITY OF KINGSBURG STD 0 STREETLIGHT No. CONNECTION DIAGRAM E-4 NOTE: P/L P/L IF "D" < 15 FT. NO PULL BOX, IF /;,p HOUSE " ,� SERVICE (TYP.) D > 15 FT. PULL BOX IS REQUIRED AT BASE OF LIGHT POLE .G.&E. SERVICE BOX (TYP) P.G.&E. TRANSFORMER R/W — — — — — R/W �7- #3 1/2 PULL BOX SEE P.W. STD. DWG. E-3. IN THIS PULL INSTALLED CURB & GUTTER (TYP.) "D" SINGLE LIGHT INSTALLATION P/L /(�PL.G.&E#3 1/2 PULL BOX BOX SEE P.W. STD. E-3 R/W — — — — — R/W a SERVICE FUSE INSTALLED IN THIS PULL BOX CURB & GUTTER (TYP.) 0 ELECTROLIER (TYP.) m MULTIPLE LIGHT INSTALLATION NOTES: 1. CONDUIT SHALL BE SCHEDULE 40 PVC ON LOCAL STREETS AND SCHEDULE 80 PVC ON MAJOR STREETS. LOCAL w STREET CROSSINGS SHALL BE SCHEDULE 80 PVC, AND MAJOR STREETS CROSSINGS SHALL BE GALVANIZED RIGID CONDUIT. 2. LOCATE STREET LIGHTS ON THE SAME SIDE OF THE STREET AS THE P.G.&E. SERVICE WHEN POSSIBLE. N 3. DO NOT LOCATE THE PULL BOXES ABOVE THE JOINT TRENCH. 4. PULL BOX SPACING SHALL NOT EXCEED 200' AND SHALL BE REQUIRED IN ALL CONDUIT CHANGE OF DIRECTION. REVISIONS CITY OF KINGSBURG STD JUL 2022 " STREETLIGHT LAYOUT No. 0 " E-5 0 165' 100' 165' 165' MAJOR 70W 70W 70W � STREET —�:s� 165' 165' � 100' '1"150W 150W Ld o DESIGN CONTROL STREET LIGHT W ClK F- Cn 150W J LOCAL STREET Q W NOTES: 1. INDEPENDENT SYSTEMS ON EACH SIDE WITH 165' MAX. Q SPACING ON EACH SIDE. 2. ALL INTERSECTION LIGHTS SHALL BE 150W LED LOCAL STREET 70W EQUIVALENT, MID BLOCK LIGHTS SHALL BE 70W LED EQUIVALENT. in 150W to 3. ALL LIGHTS ON ARTERIAL OR MAJOR STREETS TO BE HOODED WHEN TO FRONT FACING RESIDENCES. ;n W ca ' 0 150w LOCAL STREET °0 Q Lw U o O � J Cn 100' 165' 165' 165' 150W 70W 70W 70W 165' 165' MAJOR STREET � S,l� S,l� REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHT-PLACEMENT N o. DIVIDED ARTERIAL STREETS E-6 MAJOR STREET Dn= 165' MAX 0 DESIGN CONTROL STREET LIGHT-15OW LED EQUIVALENT MID-BLOCK LIGHTS SHALL BE 70W LED EQUIVALENT LOCAL STREET w w LOCAL STREET NOTES: 1. STAGGER OR ALL ON ONE SIDE. 0 2. ALL LIGHTS ON COLLECTOR STREETS TO BE HOODED WHEN ADJACENT TO FRONT FACING RESIDENCES. 3. ALL LIGHTS AT FOUR-WAY LOCAL STREET INTERSECTIONS TO BE PLACED ON NORTHEAST CORNER, POINTING TOWARDS THE CENTER OF THE INTERSECTION, WITH A 12' TO 20' MAST ARM, AS DIRECTED BY THE CITY ENGINEER. LOCAL STREET 0 M U W J J 0 U MAJOR STREET REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHT-PLACEMENT No. COLLECTOR STREET E-7 1 150W 150' MAJOR (UNDIVIDED) STREET MAX. 150W 150W CD o � 100' D o MAX. LOCAL STREET CD K (V Li W Lli LiJ W U) W Q 100' CDa o a U MAX. � LOCAL STREET Q D D U LEGEND: a O ——STREET LIGHTING CONDUIT J ® METER LOCATION "oM � STANDARD STREET LIGHTS DECORATIVE STREET LIGHTS (SEE E-16 FOR TYPE) o STREET LIGHT SPLICE BOX PER E-3 ALL LIGHTS ON LOCAL STREETS SHALL BE 70W EQUIVALENT D = DISTANCE TO BE DETERMINED BY PHOTOMETRIC DRAWING WITH NOTES: MINIMUM OF 0.1 FT-CANDLE WITHIN STREET RIGHT OF WAY 1. ALL LIGHTS AT FOUR-WAY LOCAL STREET INTERSECTIONS TO BE PLACED ON NORTHEAST CORNER, POINTING TOWARDS THE CENTER OF THE INTERSECTION, WITH A 12' TO 20' MAST ARM, AS DIRECTED BY THE CITY ENGINEER. 2. ALL LIGHTS ON LOCAL STREET SHALL BE 70W LED EQUIVALENT REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHTS-PLACEMENT N o. LOCAL STREETS E-g 0 CV O O O Lo n po O LOCAL STREET N X Q J L U M J O Z Lo Q O LOCAL t STREET M 0 0 o LOCAL STREET M -1 7- - 7 1 1- -1 — -i- LOCAL STREET LOCAL STREET STREET LIGHT TO BE PLACED AT THE END OF EACH CUL-DE-SAC REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHT — PLACEMENT N o. CUL—DE—SAC STREETS E-9 in in Lo w ARTERIAL l iE Lo 00 Lo Q 0 w Q = SAFETY LIGHTING (200W) ? = ENTRANCE AND EXIT LIGHTS (70W) SAFETY LIGHTS & APPROACH LIGHTS (ENTRANCE & EXIT) TO BE ON SEPARATE BREAKERS OF SAME CONTRACTOR. REVISIONS CITY OF KINGSBURG STD JUL 2022 STREETLIGHTS-PLACEMENT No. ARTERIAL INTERSECTION E- 10 0 L0 N O O O M � O LOCAL STREET N X Q J O V J CD Z O LO ui W Q O LOCAL STREET NJ M 0 0 0 LOCAL STREET o F_ LOCAL STREET LOCAL STREET LEGEND: D = DISTANCE TO BE DETERMINED BY ——STREET LIGHTING CONDUIT PHOTOMETRIC DRAWING WITH MINIMUM OF ® METER LOCATION 0.1 FT-CANDLE WITHIN STREETS RIGHT OF STANDARD STREET LIGHTS (SEE E-8 FOR SPACING) WAY 0- DECORATIVE STREET LIGHTS (SEE E-17 FOR TYPE) o STREET LIGHT SPLICE BOX PER E-3 REVISIONS CITY OF KINGSBURG STD JUL 2022 DECORATIVE STREETLIGHT-PLACEMENT No. CUL-DE-SAC STREET E- 1 1 EXTEND TO BOTTOM OF POLE AND HOLE. EXTEND TO BOTTOM OF TO OBTAIN PROPER EXIT DEPTH. 0 M COUPLING -� 04 N SCHD 40 PVC FACTORY ELBOW. 10 PULLBOX 2' TYPE NM CONDUIT RATED FOR DIRECT BURIAL ROUTED MAX. THRU PVC WIREWAY. POLE FOUNDATION POLE TYPE PVC NM N PPBP 2" 1" POLE TYPE 1A 2.5" 1.5" POLE TYPE 15 2.5" 1.5" w POLE TYPE 16-61 3" 2" W Y REVISIONS CITY OF KINGSBURG STD JUL 2022 No. STREETLIGHTS - 12 FOUNDATION WIRE-WAY DETAIL E NUMBERING ORIENTATION i TOWARD CENTER OF INTERSECTION N TOWARD STREET NOTES: 1. FOR METAL POLES APPLY TO CLEAN SURFACE. 2. BACKING PLATE SHALL BE ALMETEK EMP-2.5V5 OR APPROVED EQUAL. 3. FOR WOOD POLES USE EMBOSSED ALUMINUM BACKING PLATE SECURED W/ 1-1/2" ALUMINUM ROOFING NAILS. 4. NUMERALS SHALL BE ALMETEK PS-2.5 SERIES OR APPROVED EQUAL. 5. PRESSURE SENSITIVE MARKERS OF REFLECTIVE SCOTCHLITE BLACK ON WHITE. a 0 0 N m n 3 9' FROM GRADE/SIDEWALK ELEVATION, ADJUST AS NEEDED TO CLEAR HARDWARE OR APPURTENANCES. N N REVISIONS CITY OF KINGSBURG STD JUL 2022 0 STREETLIGHT No. E- 13 POLE NUMBERING N SERVICE CABINET SHALL BE TESCO 23-000 LBS UNMEfERED OR APPROVED EQUIVALENT. TO P.G.&E. S/N SERVICE POINT (120/240V 1 0,3W) 100/2 - MAIN N PEC H A AUTO �/lROL TEST C 40A/4 POLE 40/1-LIGHTING 40/1-LIGHTING 40/1-LIGHTING SERVICE PEDESTAL SCHEMATIC N N n v 40A 40A 40A 40A 15A 100A 0 w BLANK LIGHTING LIGHTING CONTROL MAIN SWITCH LOCATION Y REVISIONS CITY OF KINGSBURG STD JUL 2022 0 STREETLIGHT No. - 14 WIRING E SERVICE CABINET SHALL BE TESCO 21-100 LBS METERED/UNMETERED OR APPROVED EQUAL. S/N TEST BLOCK N F100/3 -MAIN 40/1 SIGNAL N PEC H A TO P.G.&E. SERVICE POINT AUTO (120/240V 10,3W 15/1-CONTROL TEST C 40A/3 POLE 40/1-SAFETY LIGHT �_o a 40/2-LIGHTING N n N W SERVICE PEDESTAL SCHEMATIC w 40A 40A 15A 40A 100A LIG TING SAFETY CONTROL SIGNAL MAIN LIGHT SWITCH LOCATION Y REVISIONS CITY OF KINGSBURG STD JUL 2022 No. SIGNAL & STREETLIGHT COMBINATION - 15 WIRING E LIGHTS SHALL BE AWDE3—P20-30K—MVOLT—MS—ALE3—BK—CL OR EQUAL. NOTES: 1. ALL BULBS SHALL BE 70W LED EQUIVALENT. 2. DECORATIVE LIGHTING SHALL ONLY BE USED WHEN APPROVED BY CITY. LIGHTING INTENSITY SHALL MATCH MIN 0.1 FT CANDLE WITHIN THE CITY'S ROW AS DETERMINE BY A PHOTOMETRIC DIAGRAM. 3. ALL CAST IRON AND STEEL LIGHT PARTS ARE TO BE FACTORY POWDER COATED BLACK PER CITY SPECIFICATIONS. POLE SHALL BE SPA-12—F5J-11S—CO3—BK—AB-31-4 OR EQUAL. ui w z w ui H C.� J -1 4" x 4.5" H. i� a DOOR OPENING FOR o ANCHORAGE AND K2 C-� WIRING ACCESS 17.5" o00 L----i 11" SQ. 09 1/2" 11" oo� BASE PLATE DETAIL REVISIONS CITY OF KINGSBURG STD JUL 2022 DECORATIVE No. LIGHTING E-16 Landscape r L-1 Vine on Block Wall L-2 Tree Planting Detail y A L-3 Shrub Planting Detail L4 Landscape Gate Valve L-5 Irrigation Sleeve L-6 Irrigation Trenching Detail L-7 Pop Up Rotor Head L-8 Irrigation Controller L-9 Root Watering System L-10 Tree Bubbler in Root Watering System L-11 Pop Up Spray Head L-12 Remote Control Valve-Angle L-13 Remote Control Valve-Globe L-14 Solar Irrigation Controller L-15 Backflow Preventer Cage L-16 Alley Address Signage THE yYEDISH VILLA • • iauHDeniH� 3'-0" 3'-0" to N EXPANSION LAG BOLT (7 PLAC S z10 A SHOWN N 12 GA. G V. WIRE COATED & WOVEN TRAIN VINE TO WI E VINE � 3" MULCH 2" BURM ROOTBALL _ BACKFILL - - FERTILIZER TABLETS-SEE NOTES 2 x BALL DIA REVISIONS CITY OF KINGSBURG STD JUL 2022 No. VINE ON BLOCK WALL L_1 4 u NOTES: q 1. PLANTING DEPTH TO BE DICTATED BY POINT OF FIRST ROOT FLAIR (EXCLUDING ADVENTITIOUS ROOTS) a ROOTBALL TO BE 1" ABOVE FINISH GRADE BY END OF MAINTENANCE PERIOD q° 2. A LINE DRAWN BETWEEN THE LODGEPOLES SHALL BE AT RIGHT ANGLES TO THE WIND DIRECTION 110 3. IF APPLICABLE, FORM A 2" HIGH SOIL BURM APPROXIMATELY 2' AWAY FROM TRUNK OF TREE q WONDER TREE TIE, PLACE TIES 6" ABOVE POINT WHERE TREE HEAD IS SELF SUPPORTING AND CLEAR OF BRANCHES (2) LODGEPOLE PINE STAKES CLEAR OF ROOTBALL STAKES MUST BE LOCATED BELOW w SCAFFOLD BRANCHES 55 3" MULCH CONCRETE WALK, CURB OR HARDSCAPE • - IF TREE IS PLACED WITHIN 10' OF ANY HARDSCAPE, _ PLACE 10' LONG x 24" DEEP BIOBARRIER (OR EQUAL) N I ROOT GUARD AT BACK OF CURB AND FACE OF WALK. III i _III CENTER ROOT BARRIER LENGTH ONTO TREE z 6" FERTILIZER TABLETS-SEE NOTES MIN. BACKFILL W/NATIVE SOIL, NO MULCH UNDISTURBED NATIVE SOIL REVISIONS CITY OF KINGSBURG STD JUL 2022 No. TREE PLANTING DETAIL L_2 O ° ° 40 p °4 °o p p p ° SHRUB °4 4 ° °O p a4 °a p 0 �4 O p0 ° O O p 40 44 °p O O O 4 4 0° Q 4 ° a O O a O 4 4 °° O O ° 4 4 a 0 O O ° 4 4 4 po° 0 3" MULCH 7 7 7 BACKFILL III=III=III=III= FERTILIZER TABLETS-SEE NOTES ROOTBALL 2 x ROOTBALL DIAMETER REVISIONS CITY OF KINGSBURG STD JUL 2022 No. SHRUB PLANTING DETAIL L_3 PLASTIC VALVE BOX W/ GREEN LOCKING COVER 3.5" F.G. L F.G. \\ 6 MIN \/\ - GATE VALVE FNW1211 OR EQUAL PVC EXTENSION (SIZE AS REQUIRED) PRESSURE MAINLINE r \ \\ \\ PVC MALE ADAPTER / PEA GRAVEL, 1 CU. FT. MIN REVISIONS CITY OF KINGSBURG STD JUL 2022 No. LANDSCAPE GATE VALVE L_4 90% COMPACTION REQUIRED ON SOIL BACKFILL SAND BACKFILL SOIL BACKFILL FINISH SURFACE (CONC. PAVING) a ° a ° a NON-PRESSURE LATERAL IN SLEEVE PRESSURE PVC MAINLINE IN SLEEVE CONTROLLER SLEEVE WIRING SL N PVC REVISIONS CITY OF KINGSBURG STD JUL 2022 No. IRRIGATION SLEEVE L_5 ALL SOLVENT WELD PIPE SHALL BE SNAKED INTO TRENCHES TO ALLOW FOR EXPANSION & CONTRACTION SOIL BACKFILL F.G. NON-PRESSURE LATERAL MAINLINE PRESSURE PVC CONTROLLER WIRING TAPE ® 10 O.C. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. IRRIGATION TRENCHING DETAIL L_6 INSTALL SPRINKLER HEAD FLUSH OR SLIGHTLY ABOVE INSTALL SPRINKLER HEAD 1" FINISH GRADE IN TURF AREAS ABOVE FINISH GRADE IN SHRUB AND GROUNDCOVER AREAS, DO NOT COVER HEAD WITH MULCH UNDISTURBED SOIL OR COMPACTED BACKFILL HUNO ROTOR POPTUP ER O SPRAY RHEAD TRIPLE SWING JOINT LATERAL LINE REVISIONS CITY OF KINGSBURG STD JUL 2022 No. POP UP ROTOR HEAD L_7 NOTES: 1. INSTALL ALL WIRING PER LOCAL CODES. 2. INSTALL CONTROLLER PER MOUNTING INSTRUCTIONS. • IRRITROL IRRIGATION CONTROLLER OR EQUAL • IRRITROL IRRIGATION CONTROL PEDESTAL OR EQUAL 24" x 18" x 18" CONCRETE FOOTING FOR PEDESTAL ASSEMBLY. ROUTE 120V AC ELECTRICAL POWER, COMMON AND CONTROL WIRES THROUGH CONDUIT AS SHOWN. FINISH GRADE d °° o ° o d ° ° p //\j � CONTROL WIRES TO ° � °p° ° D a�° \/\ ELECTRIC VALVE o ° D p° REVISIONS CITY OF KINGSBURG STD JUL 2022 No. IRRIGATION CONTROLLER L_8 POSITION UNITS EVENLY SPACED AROUND ROOT BALL. INSTALL PRODUCT WITH TOP EVEN WITH GROUND SURFACE D P- � � Q FINISH GRADE x 4' DEEP ROOT WATERING SYSTEM OPTIONAL PEA GRAVEL OR LANDSCAPE FABRIC FOR SANDY SOILS REVISIONS CITY OF KINGSBURG STD JUL 2022 No. ROOT WATERING SYSTEM L_g 4-INCH GRATE BUBBLER FINISH GRADE OPTIONAL PEA GRAVEL FOR SANDY SOILS was $$ og g"o 00 00_ o o O O� o 1 Oo op peoo0 OooS O g O 0- 9p�0 0�0� 1/2—INCH PVC SCH. 80 NIPPLE =�pg° �o 0 Oo 1/2—INCH 90—DEGREE ELBOW 1/2—INCH SWING ASSEMBLY 1/2—INCH MALE NPT INLET PVC SCH. 40 TEE OR ELL LATERAL PIPE 4—INCH BASKET WEAVE CANISTER REVISIONS CITY OF KINGSBURG STD JUL 2022 No. TREE BUBBLER IN ROOT WATERING SYSTEM L-10 EDGE OF PAVING OR FACE OF WALL 24" SET HEAD FLUSH WITH FINISH GRADE � MIN. a HUNTER SHRUB POP—UP SPRAY HEAD TRIPLE SWING JOINT LATERAL LINE WITH PVC TEE OR ELL REVISIONS CITY OF KINGSBURG STD JUL 2022 No. POP UP SPRAY HEAD L-11 ID TAG WATERPROOF CONNECTION VALVE BOX WITH COVER 30-INCH LINEAR LENGTH OF WIRE, COILED FINISH GRADE/TOP OF MULCH REMOTE CONTROL VALVE 3" MIN. PVC SCH. 80 NIPPLE (LENGTH AS REQUIRED) 3.0-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL 0 0 0�0 00� \ PVC LATERAL PIPE �� o \ SCH. 80 NIPPLE (2-INCH j LE , HIDDEN) AND SCH. BRICK (1 OF 4) ELL PVC SCH 40. \ /\�j\�j\ \ \ \ �\\�j\�j� MALE ADAPTER PVC MAINLINE PIPE PVC SCH 40. TEE OR ELL REVISIONS CITY OF KINGSBURG STD JUL 2022 No. REMOTE CONTROL VALVE-ANGLE L-12 I D TAG WATERPROOF CONNECTION 30-INCH LINEAR LENGTH OF WIRE, COILED VALVE BOX WITH COVER FINISH GRADE/TOP OF MULCH \\ \\\ REMOTE CONTROL VALVE \\\ 3" MIN. '. PVC SCH. 80 NIPPLE (CLOSE) PVC LATERAL PIPE \/ PVC SCH. 40 ELL 3.0-INCH MINIMUM \/ PVC SCH. 80 NIPPLE DEPTH OF 3/4-INCH / (LENGTH REQUIRED) WASHED GRAVEL \ 000 pooOp ppp o 01 Q—0 \\ SCH 80. NIPPLE (2-INCH BRICK (1 OF 4) \\ \\ \\ \\ - LENGTH, HIDDEN) AND SCH. 40 ELL PVC MAINLINE PIPE PVC SCH. 40 MALE PVC SCH. 40 TEE OR ELL ADAPTER REVISIONS CITY OF KINGSBURG STD JUL 2022 No. REMOTE CONTROL VALVE—GLOBE L-13 SEE W-17 FOR SOLAR BATTERY POWERED DIG LEIT-4008 OR BACKFLOW PREVENTER EQUAL CONTROLLER, MOUNT AS HIGH UP IN ASSEMBLY DRAWING CAGE AS POSSIBLE. DO NOT COVER WITH BLANKET. BACKFLOW PREVENTER ASSEMBLY I II II .A n .,d ° ° e. 4 a a d °� ' • ��' STEEL MOUNTING TUBE CONTROL WIRES TO ELECTRIC VALVE REVISIONS CITY OF KINGSBURG STD JUL 2022 No. SOLAR IRRIGATION CONTROLLER L-14 NATIONAL MFG. CO. #V6, STK. #100-313 #9 TYP. ALL EXTRA HEAVY PULL, WELDED TO FRAME AROUND FLAT BAR SUPPORT, GRATING: 3/4" #9 FLAT EXPANDED CENTER AT TOP, TYP. METAL, WELDED TO CORNERS, TYP. 1-1/2"x1/2" FLAT STEEL WITH SLOT TO ACCOMMODATE 1/2" EYE 1-1/2" x 1-1/2" x 1/8" ANGLE IRON TOP VIEW FRAME W/ BUTT WELDED MITERED CORNERS, TYP. * DIMENSION PER ASSEMBLY REQUIREMENTS PROVIDE 1/8" THK. x 2" x 6" STL. ADDRESS PLATE. INSTALL METER ADDRESS W/ 1" HIGH REFLECTIVE NUMBERS FLAT STEEL, 90* COLD BEND WITH SLOT 1/2" S.S. BOLT * PROVIDE 1/8" THK x 2" x 6" (HINGED) TYP. STL. ADDRESS PLATE. INSTALL PER CITY SPEC'S METER ADDRESS W/ 1" HIGH * REFLECTIVE NUMBERS 1/2" x 2" FLAT METAL BAR, TYP. CLASS B CONC. 1/2"x EYE WELDED 6" THK, TYP. TO 1-1/2" x 1/2" FLAT STEEL d o •Q 1/2" x 2" FLAT REBMETAL BAR, TYP. CITY SPEC'S PER FRONT VIEW SIDE VIEW CITY NOTES: 1. ALL EXPOSED PARTS SHALL BE SAND BLASTED SMOOTH AND POWDER COATED, FOREST GREEN. 2. ALL OUTSIDE WELDS SHALL BE GROUND SMOOTH. 3. HINGE FABRICATED FROM 1/2" S.S. BOLT, WASHERS & AIRCRAFT NUTS. BURR THREAD TO PREVENT REMOVAL. 4. METAL GRATING SHALL BE INSTALLED AND WELDED TO INSIDE OF ENCLOSURE. POWDER COATED, FOREST GREEN. 5. VACUUM BREAKER MANIFOLD NOT EXCEED 42" IN LENGTH IN ORDER FOR CAGE CLEARANCE. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. BACKFLOW PREVENTER CAGE L-15 RESIDENTIAL FENCING 16 Go. 10" x 18" MIN SHEET METAL SIGN WITH 6" HIGH ADDRESS LETTERS 9346 FASTEN TO FENCING WITH No. 10 x J" WOOD SCREWS Ills= 11L= I u Illl= =1111 =11II =FII -II II REVISIONS CITY OF KINGSBURG STD JUL 2022 No. ALLEY ADDRESS SIGNAGE L-16 Miscellaneous M-1 Six (6) Inch Masonry Wall M-2 Four(4) Inch Masonry Wall M-3 Control Survey Monument -A M-4 Control Survey Monument- B M-5 Trash Bin Enclosure - A M-6 Trash Bin Enclosure - B M-7 6-ft Chain Link Fence Footing 3 M-8 6-ft Chain Link Fence M-9 6-ft Chain Link Fence Gate Details M-10 Trench Backfill and Surface Replacement a Ea \ 4.0' O.C. (TYPICAL) 4.0 O.C. (TYPICAL) 0.5' °. 6" 1'-6° 0.= 0.5' t ONE (1) NO LONE (1) NO.4 VERTICAL BAR A VERTICAL BAR I I �MINIMUM SIX (6) INCH B NOMINAL MASONRY UNITS� 6" I FLUSH MASONRY CAP OR ROUNDED GROUT CAP NO.4 HORIZONTAL BAR IN BOMB BEAM BLOCK-MINIMUM LAP OF 16" ONE(1) NO. 4 VERTICAL BAR a AT 48" O.C. a SEE NOTE 13 o I I o tO I I CO g ? NATURAL GRADE 2 II g III NM "� I Nm 3" ri ri r ri ri ri ri ri ri rim-' „ °I. . lip ri ri r r ri ri 1.5 NO.4 HORIZONTAL BAR 2.0 ONE (1) N0.4 VERTICAL BEND ALTERNATE BARS IN OPPOSITE DIRECTION BAR AT 48" O.C. n WALL SECTION n WALL SECTION ALTERNATE (1) ONE ALTERNATE (2) TWO GENERAL NOTES AND SPECIFICATIONS: 1. ALL CONSTRUCTION SHALL COMPLY WITH THE LATEST EDITION OF THE UNIFORM BUILDING CODE. 2. GROUT ALL CELLS CONTAINING REINFORCING STEEL. 3. ALL MASONRY UNITS SHALL COMPLY WITH THE LATEST ADOPTED UNIFORM BUILDING CODE AND U.B.C. STANDARD 24-4 GRADE N. 4. ALL MASONRY WALLS SHALL BE INSPECTED BY THE CITY ENGINEER. 5. DEPTHS OF FOOTINGS ARE INTO NATURAL UNDISTURBED SOIL OR TESTED AND APPROVED COMPACTED FILL. 6. ALL MASONRY UNITS SHALL BE MINIMUM f'm = 1350 PSI 7. REINFORCING STEEL SHALL BE DEFORMED BARS MINIMUM GRADE 40 8. FOOTING CONCRETE SHALL BE A MINIMUM 2000 PSI AT 28 DAYS 9. THIS DESIGN SHALL NOT BE USED FOR RETAINING EARTH 10. MORTAR SHALL BE TYPE-S (MINIMUM 1800 PSI), ONE(1) PART CEMENT, TYPE I-ONE HALF() PART LIME PUTTY OR HYDRATED LINE, FOUR AND ONE HALF (4-J) PARTS SAND (MAXIMUM) 11. GROUT SHALL BE MINIMUM 2000 PSI AT 28 DAYS, ONE (1) PART CEMENT-THREE (3) PARTS SAND - TWO (2) PARTS PEA GRAVEL 12. EARTH COLORED MATERIALS SHALL BE USED WHERE RESIDENTIAL AREAS ARE AFFECTED. 13. BLOCK TYPE TO BE APPROVED BY CITY ENGINEER PRIOR TO CONSTRUCTION. DECORATIVE OR FLUTED BLOCK MAY BE REQUIRED. 14. TREAT ENTIRE MASONRY BLOCK SURFACE WITH TAGPRUF©ANTI-GRAFFITI COATING OR APPROVED EQUAL. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. SIX (6) INCH MASONRY WALL M- 1 8"x8"x16" PLASTER 8"x8"x16" PLASTER CONCRETE FOOTING BLOCK CONCRETE FOOTING WALL 8"x8"x16" PLASTER OPEN ENDED BLOCK :d. 4 - d ♦ d 4 }T ao 2—#4 BARS 2—#4 BARS GROUT REQ. GROUT BLOCK A REQ. WALL 10' MAX d PLAN SECTION SEE NOTE 2 CAP BLOCK m - U (cLLJ m W U 6.0 J to J fo CN Q Z X O xX O co O 000 0' °x U 0o C� GROUT I p —t- —L-7� 5° 5 12" 12" L —4-- 1 #4 BAR—CONT. I LAP t 12 5 4 BARS 3.0' CONCRETE FOOTING I 2 REQ. WALL SECTION CONCRETE FOOTING 11(� E ELEVATION VIEW E PLASTER SECTION 0 5 NOTES: 1. SEE CITY STD. DWG. M-2 FOR GENERAL NOTES AND ADDITIONAL SPECIFICATIONS. 2. BLOCK TYPE TO BE APPROVED BY CITY ENGINEER PRIOR TO CONSTRUCTION. DECORATIVE OR FLUTED BLOCK MAY BE REQUIRED. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 0 FOUR (4) INCH MASONRY WALL M-2 i �� rr i PAVEMENT PINKERTON FOUNDRY A449 PLAN COVER (OR EQUAL) o 6" LID PIPE a V d d a Ida a I a Q F ea cfl W °. ° O d m � <LLJ a a �il e m U C e ° E 0 1'-3" DIA g SECTION CONTROL SURVEY MONUMENT SHALL BE LOCATED AT ALL SECTION CORNERS. REVISIONS CITY OF KINGSBURG STD JUL 2022 0 No. CONTROL SURVEY MONUMENT - A M-3 GROUND SURFACE sp \\/\\/\\/ ^" Y Z Z O O Q CO CD N I I is CV 04 I I w w cV m CL r 4" X N LOT CORNERS SEMI-DURABLE DURABLE 0 m NOTES: 1. STATE LAW REQUIRES ENGINEER'S IDENTIFICATION NUMBER BE AFFIXED AT ALL PROPERTY CORNERS. 2. MONUMENT "A" OR "B" TO BE AT ALL PROPERTY CORNERS AND RETURNS. E 3. DURABLE OR SEMI-DURABLE MONUMENTS TO BE AT ALL BLOCK CORNERS. 4. DURABLE MOUNUMENTS TO BE LOCATED AT INTERSECTION OF STREETS, ALL STREET INTERSECTIONS SHALL BE 5 REFERENCED BY A MINIMUM OF THREE SWING - TIES. REVISIONS CITY OF KINGSBURG STD JUL 2022 0 No. 0 CONTROL SURVEY MONUMENT - B M-4 DIMENSION VARIES 1 BIN = 9'-8" SEE NOTE NO.2 X 2 BIN = 17'-8" 3 BIN = 25'-8" #4 REINFORCEMENT BAR a TIE—AROUND a d d d ° -----TYPE CONCRETE BLOCK �2" X°4" RWD GUARD WITH°X�"dX 4" CARRIAGE 6 X 6 X 16 WITH TYPE o a aSCIWS AT 32" O.C. d "M" OR TYPE "S" MORTAR, a b AS PER U.B.C. TABLE i a a d a d d a 4, 24—A d 4" CONCRETE SLAB WITH 8 SACK SEE 6" WALL LAYOUT MIX 6 X 6 Xa 10 WIRE MESH BELOW d d d d c d d < , d d d O d O G d d O a d d d d #4 VERTICAL a. d REINFORCEMENT BAR AT d 32 O.C. 4 VERTICAL REINFORCEMENT PLAN SEE NOTE 7 AND STD. BAR AT 32" O.C. DWG. M-6 #4 REINFORCEMENT BAR #4 VERTICAL REINFORCEMENT TIE—AROUND, SEE NOTE 5 BAR AT 32" O.C. SEE NOTE NO.2 all 0 2" X 4" RWD GUARD WITH g3 X2" X 4" CARRIAGE SCREWS " 0 AT 32" O.C. 8" M00CD , 4 6" WALL LAYOUT SEE NOTE 6 N NOTES: 1. AT TIME OF LAYING, ALL MASONRY UNITS SHALL BE FREE OF a EXCESSIVE DUST AND DIRT. E SLO 2. ALL CELLS WITH REINFORCEMENT SHALL BE FILLED WITH GROUT. E 3. ALL REINFORCEMENT SHALL BE PLACED PRIOR TO GROUTING. 1—%6" 4. ALL CONSTRUCTION SHALL CONFORM TO U.B.C. SECTION 2415. ,. 5 12 5. TOP LAYER OF CONCRETE BLOCK FULLBEDDED WITH MORTAR. „ #4 REBAR, 6. ASPHALT CONCRETE SURFACING ON APPROACH TO OPEN SIDE AS CONTINUOUS A MINIMUM. PLACE TO TOP OF SLAB). 4" CONCRETE SLAB WITH SACK MIX 7 ENCLOSURE DOORS SHALL BE INSTALLED AS REQUIRED: 6 X 6 X 10WIRE MESH WITH PRECAST RESIDENTIAL OR APTS. — STEEL DOORS MORTAR BLOCKS ® 6 O.C. (TYP.) SECTION X—X COMMERCIAL — CHAIN LINK WITH WOOD SLATS ARE ALLOWED REVISIONS CITY OF KINGSBURG STD JUL 2022 0 No. TRASH BIN ENCLOSURE - A M-5 �fs" METAL PLATE WITH 2" OVERHANG FOR GATE STOP 5" 12" STOCK 4" Yz" STOCK 4" 5" 4" 10" 10" 19" %" STEEL PIPE SET FLUSH WITH PAVEMENT 6 4" TUBULAR STEEL Yz" STOCK CONCRETE FASTENER CANE BOLT DETAIL WITH WELDED CAP GATE POST DETAIL ❑ ❑ DRAWING NOT TO SCALE ❑ SEE GATE POST DETAIL ❑ TUBULAR STEEEL FRAME 2" ANGLE IRON OR TUBULAR STEEL FRAME -4-4" MAXMUM GAP x HEAVY DUTY LOCKABLE HARDWARE ° r Of M Z L'i 72 20 GAUGE CORRUGATED METAL Q o V) ° ° 4" 0 m 7" SEE CANE BOLT DETAIL E \-3 HINGES REQUIRED M D c D s 5 NOTES: 1. GATES TO BE PAINTED TO MATCH BUILDING ACCENT FEATURES. 2. DESIGN, ENGINEERING AND CONSTRUCTION NOT SPECIFICALLY NOTED SHALL BE IN ACCORDANCE WITH ACCEPTED INDUSTRY STANDARDS & OF FIRST QUALITY. REVISIONS CITY OF KINGSBURG STD JUL 2022 0 No. TRASH BIN ENCLOSURE - B M-6 b k e \\ i CL LLI®e 2 & �o\ o //� 00 $ / .Z : a2 § C m w 5 \ Nln .! \ O t [ ( [Z \ ± 2 / E \\ < � k \ e < &\ \ / \ © / ELd _ 3 W < �e L e z > of � L 0- E E b Of k \ ZL -"9 $ U i $/# Of tee/ g § . Z \\< ¥ \ § qw2 O Of no EQ:: LL- z � E « .Z 2 R 2 ± \u o <E O I» \ Nln .! 2 / > ( w c- E Of \LLJ r z %E r 7 70 r < __ z� m u� k gCL u c/ ! ±g E dE « ƒ/ \ =< dd/ �\ k/K uLLJ - \ \/o REV ONS |TY OF |N GS R STD ) JUL 2022 { \0, } 6' CHAIN LINK FENCE FOOTING M-7 fn in W Of W N N ..................---- CO C.D Q NZ Lw U W Q aLLI H W Y tLd _z � Onw � J s CnWj U _Z Lu z 0 U 0 0 T Q 00 o � � N r9£ s =0 W 6 d I w Li Li O w Y U LJ Z 10 m5 a: N U Z 0 H 0- uj Z a T � o � O N a o m � d 9 0 = N W U' Lu3CQ� �E i A(� j .9c El REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 8 6' CHAIN LINK FENCE M-8 N O p F cn 60 x CL w C-4 J a9Z r— _ J1 m 5. F Q „bZ U 00 uj Vi W x0 N F Y LLI I l f 0 v 4 x U O D_ I N � N - m L Y = N U W w9£ � - U OU Zv _ - - f a9£ x O i N cn 0- LLJ x N ~ N 0 0 F x N e F— LEA W p F Q p N O 0 CD — O p U N W ., x I v U m 0 x0 J O Lu Of LLIN N N N Epp� 00 M�F- - a9� W I 0_ E 3 T J Zcu, D II E '*. O p -� to¢ -x r- Z 3 5 0- w cD 'nN o^w oa O �^ r7 p ZW? � OJ —38 IqN 0 ¢ O o4kO CL I O x F- REVISIONS CITY OF KINGSBURG STD JUL 2022 6' CHAIN LINK FENCE M-g GATE DETAILS a U Q O �- " CL- O " CUT BACK OR COLD MIX TDB z 4~ m = �a z 1-Y2 PRIOR TO FINAL pAVING z o o �- REMOVED z 0W- �- a z 4 g a- CD W J O Z W LO CD U 7ZI UQQ�Z z40f- Q �011 W p�WW-�C7 OOror _ tz_ W AD aJ O 41� JY W 7Un- W c~n ��', m U WZzYF� rn Xay� J a a G3 w �~ >o �cot- >Wa N N Q O W Z CO0 4 W U ZI = Zw� W m O W W v 0- 0 XZ=g I WQ� N40J WQj. � W , 3LO W O -- Q LAUI W m�" 7 rn =4 N ^t!5 O ) 4 W o�U U J N O Q- 5 0 w O w `L w i- W Q 4 U �a U zw wSg w NQ N col � _ U- 0 J W a W to W Q z p CD m `C m = JW G W ~ SW a --cZ O = Z W Q Z W 1— � ~O w~= Q C OI ~ W W t!) Q cr 3 � CD� gal = zo� oNw co Z W o`LI m uJ Q Z�n 01 u. 3� UW W W m N W NZ Z W O z J �j uj N J J uJ �iJ W � Y n � F- o (JjL) z Zt~f)OG V 0~0 zU m O 7 Lu 0'I m W Z W Q 7-U' 7- Z m F'�I zp = WZ7 o g UI 4, W�ly-_ 0- �F- n-U i 'D 75- �04-I Let Y =U 4 QjXW W0 ��,�,, se of vocws= a a"'� f-g 4 cn z In UI LO=a o = w w '- co N g = Z STD U U N GSBURG No. -� pF KIN _� p CI M s REVISIONS H BACKFI�L AN T PLACE JUL 2022 REPLA g SURFACE N N N N Vf ON No Streets ST-IA Expressway/Parkway Street Section ST-31 Detectable Warning Service ST-113 Expressway Street Section ST-32 Clear Vision Triangle Area ST-IC Arterial Street Section ST-33 Curb Ramp Case A ST-2A Minor Collector/Industrial Street ST-34 Curb Ramp Case B ST-2B Minor Collector/Industrial Street ST-35 Curb Ramp Case C ST-3 60' Local Street Section ST-36 Curb Ramp Case D ST-4 60' Local Street Section ST-37 Curb Ramp Case E ST-5 Local Cul-de-sac Street Section ST-38 Curb Ramp Case F ST-6A 60' Local Street Cul-de-sac ST-39 Curb Ramp Case G ST-613 60' Local Street Cul-de-sac ST-40 Curb Ramp Case H ST-7A 60' Local Street Intersection Knuckle ST-41 Curb Ramp Case I ST-713 60' Local Street Intersection Knuckle ST-42 Curb Ramp Case J ST-8 Walk-thru Cul-de-sac Section ST-43 Curb Ramp Case K ST-9 Median Detail ST-44 Curb Ramp Case L ST-10 Sidewalk Widening for Obstructions ST-45 Concrete Drive Way Cut-In Detail ST-11 Driveway Access Designs ST-46 Valley Gutter ST-12 Median Design ST-47 Typical Finished Lot Grading y ST-13 Deceleration Lanes for Driveways ST-14 84' Wide Arterial at 72' Collector ST-15 72' Minor Collector at 60' Collector/Local Road ST-16 60' Local Road at 84' Arterial ST-17 Sign Post ST-18 Street Name Sign ST-19 Street Sign Location ST-20 Dead End Street Barricade ST-21 Street Width Transition Barricade ST-22 Removable Bollard Detail ST-23 Curb, Gutter, and Residential Sidewalk ST-24 Curb, Gutter, and 10' Commercial Sidewalk ST-25 Residential Drive Approach and Curb Return ST-26 Commercial Drive Approach ST-27 Alley Approach ST-28 Alley Detail ST-29 Pavement Design Chart ST-30 Curb Ramp Notes and Details THE EDP kuYpEv�� �z O J W M N W Y Q 7-Tri N� W � p Z_ Y d J O dO W N W Z d O Y O ap Q d � O Q L 3 O Ld J W Z N Q 04 `Z Q LJ H Z m O Q in p LLI CD O Of O d d Q Q W m J J Q 2 N Z W r O_ Q = W m �N I11 Of le CDQ Q 0 Z Q LLJ CDQ Z m d W Q Z_ O N J O Y p W d Y Q O d 00 W W N O H Z O W O J M W QN W REVISIONS CITY OF KINGSBURG STD JUL 2022 No. EXPRESSWAY/PARKWAY STREET SECTION ST-1 A w o w > ui z J of W � Z � fn U N Ld W W Z_ U' Z W ~ U W w 7 O W 3 o m g of K U Q W N p W > Q > LO Q O O Q Q W (/7 v Q Q m W m J J Q N Z O Q C.� Of Of p p N Z 00 2 Q W N Z Z J � � Of Q W d Q CL Z & w ; g C Q a REVISIONS CITY OF KINGSBURG STD JUL 2022 EXPRESSWAY No. STREET SECTION ST-1 B �z O J W �QNQ =W Y J Q 0�' W W Y d Z O �� W J ui d N L LJCL Z O O Y Of 00 Q d O N Q O J N W LLI F N Z 0 Z W U O W 00 m m W 7 O W Q N -- O 3 a Q Of Q C O N Q Y Q QU F O m � J W Q O m = N N Z O Q C.� p Z Z O Y E_ J 00 Q tir Q LLj d r. Q C O Y U Z d O LJ U O ui 0 d N �z o _w O J W QN W REVISIONS CITY OF KINGSBURG STD JUL 2022 No. ARTERIAL STREET SECTION ST-1 C O T -oW -- 0 W uiN3 � W ui a_ O Y a 06 a aww W W �m� Z '00 C9 Z L W Q 3 O J U N N W m Lu of d Q io o N W - N W m J 2 N Z O Q �f C9 3 a of vyU p J l of 00 QU N 1 Y Z a ac aww W Z Y Lu LnM� Q Z Z Li I Np W a O U a w � o o w o �w REVISIONS CITY OF KINGSBURG STD JUL 2022 No. MAJOR ARTERIAL STREET SECTION ST-1 D F- �Z o W O J W N O W 0 W O N Z W Of Of W Q C 0 CD Q J O d N 1 (D O M W W Z_ U' Z W 3 U LI N W Q ~ O � m O W O Of Q � Q W � J N J Of1 Ld d Z N m Q C) ~ I J 1+ J Q Y = U N O Z p Q O cD W Q M W O J Q U Z N W m J Q O 0 Of 1,LJ Q CL wCL Y Q Z O Q Of Q O W LJ U p N N O U F- Z � W O J W N REVISIONS CITY OF KINGSBURG STD JUL 2022 MINOR COLLECTOR / No. INDUSTRIAL STREET SECTION ST-2A - F— o W O J W N O a W Z p J Of W CL O O Ld Q:: O J W CL M m j Z_ Q U' W Q U O W CV W o Of N m H O m W 0 Of Q � W Q J t N j Q =U of W d Z m Q O) J J Q U O N W O J O Z M z °6 > w O J N m LJ Of 0 O w ^ m � Q U' Z O a � _ Q Z �w g O J W N REVISIONS CITY OF KINGSBURG STD JUL 2022 MINOR COLLECTOR / No. INDUSTRIAL STREET SECTION ST-2B :z o W O J W H N O O ! Q� 2 N 3 LJ Z J Y d O ck� d N Of W d O U O Z O O Y U O ( Q Q W W = Z_ d C.7 N W } O J U cV W W o = Of N m O m O — — — W cfl > O } CL Of o 3 N CL cV > Q >< LJ Of m J J Q 2 10 N O bY O O (6 Q Ld Z U Of J O Of Y Of Cl O d W Z Wd ^ N O m CD Z Of Q O pW J N Lci N Z �Z o W o w REVISIONS CITY OF KINGSBURG STD JUL 2022 60' LOCAL No. STREET SECTION ST-3 :z o W O J W H QNQ CD Q L6 N 3 LJ Z ~ LC) d N W W Of (� a Z U O Y Z O 06 Q O U M J W 2 Z d Q Z } W 3 O J U cV W W 0 2 Of N m O p O - - - W O CL } CL o 3 N CL cV > Q m LJ Of m J J Q 2 N O Z Z p O M W Q U Z O of J Of Q:: W p Y a N Z W O m Q d O Z d Q O p J N � N 3 Z -- g �Z o _W O J W H NQ 2 L�.l REVISIONS CITY OF KINGSBURG STD JUL 2022 60' LOCAL No. STREET SECTION ST-4 / R50' 1 I I 1 / � I / R50' I I I I I 1 I � 1 I X I O I L I 1 1 I I I 1 1 I I I I I I I I 1 I 1 I I PROPERTY LINE: I 1 I I I I I I I I I I PROPERTY LINE I I REVISIONS CITY OF KINGSBURG STD JUL 2022 No. LOCAL CUL-DE-SAC STREET SECTION ST-5 PROPERTY LINE RADIUS = 50' CURB RADIUS = 40' GUTTER ` \ i ♦ 10' 4' SIDEWALK 4 255'43'38" 6" \ 1 1 CD / I \ P/L RADIUS / \ P/L RADIUS 45' RECOMMENDED v / I / \ 45' RECOMMENDED X 0=37'51'49" 4=37'51'49" \ \- I > I I I 30' 30' I I I I I Y Y 3 I 3 W W I I PROPERTY LINE I PROPERTY LINE PROPERTY LINE EXTENDED REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 60' LOCAL STREET CUL—DE—SAC ST-6A PROPERTY LINE RADIUS = 50' CURB RADIUS = 36' GUTTER 12' 5' SIDEWALK 5 255'43'38" 6" 1 1 CD / I \ P/L RADIUS / \ P/L RADIUS 45' RECOMMENDED v / I / \ 45' RECOMMENDED X 0=37'51'49" 4=37'51'49" \ \— I I I I 30' 30' I I I I I Y Y 3 I 3 W W 0 2 V) (n I I I I PROPERTY LINE I PROPERTY LINE PROPERTY LINE EXTENDED REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 60' LOCAL STREET CUL—DE—SAC ST-6B ANGLE VARIES \ R38' \ R40' PL ANGLE \ VARIES M I \ CL - - L - - - M \ I � ANGLE VARIES\ I �I \ PL--- -- I \ ....... ... R40' ANGLE R15' - VARIES L - - - I t I I I I I I I I I I I 30' I 30' I I I I I I I I PL CL PL REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 60' LOCAL STREET INTERSECTION KNUCKLE ST-7A ANGLE VARIES \ R40' PL ANGLE \ VARIES M I \ CL - - L - - - M \ 1 � ANGLE \ i VARIES I I \ PL--- I R40' ANGLE R15' - VARIES L - - - I t I I I I I 1 II 18' 18' I j 30' I 30' ! I I I I I I I PL CL PL REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 60' LOCAL STREET INTERSECTION KNUCKLE ST_7B I I I I I I IFS a a I I PL PROPERTY LINE I i I I I PE PEDESTRIAN EASEMENT II II I I I I I PUE PUBLIC UTILITY EASEMENT SS SANITARY SEWER 10' PUEI—�—I I I I I SD STORM DRAIN W WATER ® STREET LIGHT 6 REMOVABLE BOLLARD FIRE HYDRANT \ i L-r-6' PE \ % \ ® / 1 r A PROPERTY LINE ' I 7.5' MI 10' 7.5' M I N a d SECTION A-A STREET LIGHT IL IL 10'W X 5" THICK CONCRETE DRIVEWAY (NOTE: CURBS W SD SHALL NOT BE MODIFIED FOR A DRIVEWAY) SS O 0 O REVISIONS CITY OF KINGSBURG STD JUL 2022 No. WALK-TH R U CUL-DE-SAC SECTION ST-8 10' INTERVALS (TYPICAL) DECORATIVE STAMPED CONCRETE A (SEE NOTE 5.) F_ 2' MINIMUM RADIUS F��uj 12" zZ w � w N 8" VERTICAL CONCRETE CURB A BROOM FINISH PLAN DECORATIVE STAMPED CONCRETE AS L12-1 ED BY THE CITY ENGINEER 6" 6" ON EXIST STREETS 2" 12:1 2" ON EXIST STREETS SAWCUT ASPHALT °d a SAWCUT ASPHALT CONCRETE a� CONCRETE a _2% COMPACTED 2%� TO 90% ' a° STREET a w RELATIVE oo STREET SECTION DENSITY s SECTION SECTION A-A NOTES: 1. ON LANDSCAPED MEDIANS, CURB SHALL EXTEND TO BOTTOM OF AGGREGATE BASE. 2. PROVIDE WEAKENED PLANE JOINTS AT END OF RETURNS. 3. MEDIANS GREATER THAN 6—FEET SHALL BE LANDSCAPED. 4. MEDIANS SHALL BE CONTINUOUS FROM START AT AN INTERSECTION FOR A MINIMUM DISTANCE OF 300 FEET. ALL DRIVEWAYS WITHIN THIS DISTANCE SHALL BE RIGHT—IN AND RIGHT—OUT ONLY. MEDIANS SHALL EXTEND A MINIMUM OF 100 FEET FROM THE FURTHEST EDGE OF ANY DRIVEWAY LOCATED WITHIN THE FIRST 300 FEET OF A STREET MEASURED FROM THE START POINT OF THE MEDIAN AT AN INTERSECTION. 5. MEDIANS ON ARTERIALS LESS THAN 6—FEET IN WIDTH SHALL BE PAVED WITH COLORED STAMPED CONCRETE WITHOUT 12—INCH BROOM FINISH AREAS. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. MEDIAN DETAIL ST-9 W Z SEE NOTE #3 g � p z W V) L. j�5 O v v d ° - ° v a � ° LL ° v W v o na m O 3 z c O p = a ° a ° Q Of o m v v ' v � ° U Of ° a a O W a Y � v a0 ° z + p W _ cc W 00 c aOfz p a o Q Y ° v W O J ° U Q ° N Q p (n N a ° Li Of U c a = O `1 z v ° p O W X p v W p W ° ° W 04 N 4° Z p O Z 0 W N 0_ v° d W U L� rw O Of N U II N z o m 3 w Z# RON 33S o� `V "' z M REVISIONS CITY OF KINGSBURG STD JUL 2022 SIDEWALK WIDENING No. FOR OBSTRUCTIONS ST-10 R=50' MIN R=20' MIN 18 CURB 18" 20' SOLID WHITE LINE MIN RIGHT—IN, RIGHT—OUT, LEFT—OUT ACCESS DESIGN R=50' MIN R44' L CURB 40' SOLID WHITE LINE MIN 18" RIGHT—IN AND RIGHT—OUT ACCESS DESIGN R=50' MIN l8 18„ R=20' MIN CURB 20' SOLID WHITE LINE ~I MINI~ RIGHT—IN, RIGHT—OUT, LEFT—IN ACCESS DESIGN LEGEND: RAISED CONCRETE STAMPED MEDIAN REVISIONS CITY OF KINGSBURG STD JUL 2022 No. DRIVEWAY ACCESS DESIGNS ST-11 CL I 60' ' i I 4' MIN (TYP.) R1' R50' R1' 10' 10 R50' R1' OVELAP (TYP.) I i I i I CL LEFT—IN ONLY MEDIAN DESIGN REVISIONS CITY OF KINGSBURG STD JUL 2022 No. MEDIAN DESIGN ST-12 UTILITY & SIDEWALK 100' R 100' EASEMENT 100' R PL� M1N - - 11' MIN.- - - - - - - - PL - - 12' VARIES 100' MIN. 100' NORMAL VARIES LANE LENGTH TRANSITION TYPICAL I 180' MIN. 1 50' MIN. 100' R j 100' R rn 11' MIN_ PL CURB r100' NORMAL _ TRANSITION IN INTERSECTION RIGHT TURN LANE r * (SEE NOTE) r 50' MIN T 100' NORMAL _ TRANSITION PL - - - - - - - - - - - - 11' MIN - - �� 12' �� �� CURB CURB 100' R CONTINUOUS DECELERATION LANE A MAXIMUM OF THREE DRIVEWAYS CAN BE CONNECTED WITH A CONTINUOUS DECELERATION LANE, UNLESS THE LANE IS AN EXTENSION OF A RIGHT TURN LANE AT AN INTERSECTION. THE MAXIMUM LENGTH OF A COMBINATION DECELERATION-RIGHT TURN LANE IS 1,320 FEET. REVISIONS CITY OF KINGSBURG STD JUL 2022 DECELERATION LANES No. FOR DRIVEWAYS ST-13 I84' WIDE ARTERIAL I I I I I 250' I 130' 120' I N N - - N --- N CV O R=30' jW 0 I I ? 10 26 2 26' OI LO 0 N o I I o uj J I I J O U I W (V 1 D' 26' 26'1 D' 36't 36' STRIPING FOR BIKE LANES SHALL BE INSTALLED UNLESS DIRECTED OTHERWISE BY THE CITY TRAFFIC ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 84' WIDE ARTERIAL No. AT 72' COLLECTOR ST-14 72' WIDE COLLECTOR 300' I 200' --� 100' 4 FF BIKE LANE ------ 4 BIKE LANE 0 R=30' 35' 35' I I M I I 10' 20' 10' 20' 10' o LO Of I J I I CD Q U � O O W 10 20' 20 10 co 30' 30' l I STRIPING FOR BIKE LANES SHALL BE INSTALLED UNLESS DIRECTED OTHERWISE BY THE CITY ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 72' MINOR COLLECTOR AT No. 60' COLLECTOR LOCAL ROAD ST-15 I I I I I LOCAL STREET I i� R=30' M I O '2 I I I -CD LO I N 00 � , 4 Q I I o W I I Q I LL, 0 � I I I � 10'14'12'12'12'14'10' t I, I, 2 4 ' 42' PARKING & I III PARKING & BIKE LANE BIKE LANE STRIPING FOR BIKE LANES SHALL BE INSTALLED UNLESS DIRECTED OTHERWISE BY THE CITY ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 60' LOCAL ROAD No. AT 84' ARTERIAL ST-16 TELESPAR SIGN POST # 201`12-10 OR # 201`12-12 OR EQUAL RILL 3" DIA HOLE XISTING GROUTING XIST SIDEWALK GROUND x I IRT FILL z z TELESPAR HEAVY iv DUTY ANCHOR N LASS "B" # 25K 12A 2.5 HDG CONCRETE, OR EQUAL MAY POUR 14" DIA SOLID IF DESIRED IN EXISTING SIDEWALK AREA IN PLANT AREA ANCHOR TO BE DRIVEN OR PLACED WITH 3" ABOVE GROUND LEVEL. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. SIGN POST ST-17 2-INCH DOUBLE STREET NAME SIGNS TO BE MOUNTING (TYP.) INSTALLED BY CONTRACTOR (SEE NOTE 3. FOR MODEL) 2-INCH DOUBLE CITY LOGO MOUNTING (TYP.) M LAKE ST LAK E ST CITY LOGO 2-INCH DOUBLE MOUNTING (TYP.) TELESPAR SIGN POST 201`12-10 OR # 201`12-12 OR EQUAL z i� RILL 3" DIA HOLE GROUTINGA FEXIST SIDEWALK 13 XISTING GROUND 71 _ � ;r IRT FILL Z Z TELESPAR HEAVY C-, DUTY ANCHOR N LASS "B" # 25K 12A 2.5 HDG CONCRETE, OR EQUAL ' '' MAY POUR SOLID IF 14" DIA DESIRED IN EXISTING SIDEWALK AREA IN PLANT AREA NOTES: 1. SEE DRAWING OF STANDARDS FOR LOCATION OF STREET NAME SIGNS. 2. ANCHOR TO BE DRIVEN OR PLACED WITH 3" MAXIMUM ABOVE GROUND LEVEL. 3. STREET SIGNS SHALL HAVE A .080 ALUMINUM 5052 SUBSTRATE, AVERY-DENNISON T6500 HIGH INTENSITY PRISMATIC SHEETING BACKGROUND, AVERY-DENNISON TRAFFIC JET INK LEGEND, AVERY-DENNISON OVERLAY, AND OL1000 ANTI-GRAFFITI FILM. 4. MOUNT STREET SIGNS ON INTERSECTION LIGHT POLES ON LOCAL ROAD INTERSECTIONS. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. STREET NAME SIGN ST-18 (N.E. CORNER) STREET NAME SIGN STREET NAME SIGN BACK OF WALK (S.W. CORNER) (S.E. CORNER) + CURB FACE WHEELCHAIR RAMP STREET NAME SIGN (N.E. CORNER) STREET NAME SIGN STREET NAME SIGN 2' R=20' I+ (S.W. CORNER) (S.E. CORNER) '1' I CURB FACE STREET NAME SIGN NOTES: 1. DRILL 3" DIA HOLE IN CONCRETE IF SOGN INSTALLED AFTER SIDEWALK HAS BEEN CONSTRUCTED. 2. SIGN LOCATION SHALL BE AS FOLLOWS: ON RESIDENTIAL STREETS: N.E. OR S.E. CORNER. ON MAJOR ARTERIALS: ON BOTH SIDES OF THE STREET. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. STREET SIGN LOCATION ST-19 LLI_ 5 in C, U O O ~O Of J = U Y Q O N N Q Z O_ w = O N Z m 0 0 ~ ()f C) Q L+J W J }} Q 0_ N Q ~ U O LLI Y W OW W O N Q L W X Z m H O 0_ O Lu C) N m d U v 00 m o m 0' CL Z X = Q m 00 ~ Q t ?i O o, D 0 z 3NI183IN30 W „0 l-,l Z� Z w 0 Z a + U J � U o ® J m V D W Ld Of OC.D '_ = LLI QvQ ° c� cVOf N W = Z Z v 0 3 s � a M M Z_ J }} Q Q sLLJ O 0 J O J Z ZD w = 0 _ Z = J = Z LO O �CD M r Q }¢ N X � N U a W 1 0_ } Q 0 Q Z 0_ li = U W W W O N p W Z m 0 0 H Z H O_ W M O W W J � Q = H F Y 0_ O > Q Z N 0_ U C3 CCD W 43 > Q O � w H N N < W 00 � C� O d' CL d Z X = Q ?i O ?i REVISIONS CITY OF KINGSBURG STD JUL 2022 DEAD END STREET No. BARRICADE ST-20 w J Z Z 2 O Of N Y Q ' Q Z Z m O W LL1 J W cy � J LLI Lu U' N O cif Of d Z X = Q LLI� W ?i O O = I LLiO� _ m m' af Q a U z c� I M w LL- o S o U C=� Q m p O CL W N N Z O N Q W Z LLJ Of N N W� Q v 0o J Z g Of _ _ Q � 0 oO:f CL w ; Z O ZLd J LLJ m O W Q W 0 ON a z w I V N w z w U U) m Q W W LLJ m Z U CD J Z Q W 2} N I- ZU oW Q= U~ Om wo Qw zo �Of w� J d Q Q REVISIONS CITY OF KINGSBURG STD JUL 2022 STREET WIDTH No. TRANSITION BARRICADE ST-21 2� 3" 2°-6" 3" WHITE RETROREFLECTIVE BANDS z a s 4" DIA. STD. PIPE POST M� USE LOCKING MECHANISM PURCHASED FROM PUBLIC WORKS DEPARTMENT 1 d 4 d 4 � d O N M 4 Q 4 d d a u a a NOTES: 1. SEE CONSTRUCTION PLANS FOR INFORMATION ON LOCATION. 2. GALVANIZED STEEL SLEEVE TO BE CONSTRUCTED WITH A DIAMETER 1/10—INCH LARGER THAN POST. WALL THICKNESS TO BE SAME AS POST OR LARGER. 3. CONTRACTOR MAY SUBMIT ALTERNATIVE DETAILS FOR APPROVAL BY THE CITY ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 REMOVEABLE BOLLARD No. DETAIL ST-22 EXPANSION JTS. AT 48' 0/C, WEAKENED PLANE JTS. AT 16' O/C o 0 I SCORE PATTERN PLAN 10'-0" w Z J 2'-0" 6" 5'-0" 4'-6" W a 40' CURB 1 1/2" SLOPE 1/4" PER FOOT TO CURB x to ° 3 1/2-- 1 1/2" W Z 12'-0" J 2'-0" 6" 7'-0" 5'-0" w a 0 36' CURB 1 1/2" PARK STRIP SLOPE 1/4" PER FOOT a TO CURB _ _ _ _ 11=1 11=1 11=11 I—I 1 I—I 11to =1 11-1 I I—I I cc 3 1/2" 1 1/2" SECTION REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB GUTTER AND No. RESIDENTIAL SIDEWALK ST-23 1 5'-0" MIN. CURB RAMP AT ALL RETURNS EXPANSION JOINTS AT 48' O.C. z ,y, O U D Z Z � O N J Z U d X Z W � EXPANSION JOINT DRIVEWAY R „ 6" 1 yH SCORE PATTERN o 6 I H , 3-2„ 3'-2H V ' 7 / " PLAN CURB DETAIL 10'-0" 2'-0" 6" IW 4„ I z -SLOPE 1/4" PER FOOT 4 ° W LF CL O CO E:l ° I CL 1 1/2' SECTION I NOTES: 1. CURB RAMPS TO BE CONSTRUCTED IN ACCORDANCE WITH CURRENT ADA STANDARDS. 2. CURB RAMPS SHALL HAVE DETECTABLE WARNING SURFACE THAT EXTENDS THE FULL WIDTH AND 3' IN DEPTH OF THE CURB RAMP. DETECTABLE WARNING SURFACES SHALL CONFORM TO THE REQUIREMENTS ON STANDARD DRAWING ST-31. REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB & GUTTER AND 10 No. COMMERCIAL SIDEWALK ST-24 a- � Y f) J Q Y W d N 5' 5' PROPERTY LINE DRIVEWAYS SHALL NOT OCCUPY 10' RADIUS MORE THAN 40% OF LOT FRONTAGE. (RESIDENTIAL ONLY) TRUNCATED DOMES A CENTERLINE ALLEY APPROACH \ 12�MIN�PROPERTY LINE � — — — — Afs�- s 5/8" LIP CURB & GUTTER RADIUS 20' 15 3' 3' MIN. A 24'MIN. EXPANSION JOINTS (TYP.) PLAN 4' MIN SIDEWALK 4'-6" 1/4"/FT y 5/8" LIP `b d. d e a SECTION A — DRIVE APPROACH NOTES: 1. MAX WIDTH = 40% OF LOT WIDTH. 2. ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. REVISIONS CITY OF KINGSBURG STD JUL 2022 RESIDENTIAL DRIVE APPROACH No. AND CURB RETURN ST-25 2,_6„ 7,_6„ J 1/4" SLOPE/FT waI 5/8" LIP �I SECTION A I CONSTRUCT CURB RAMP ' AT EVERY CURB RETURN I 10' RADIUS F*A MAX. 3' PROPERTY LINE 2'� EXPANSION JOINTS ~j 12' MIN. 12' MIN. 35' MAX. 35' MAX. EXPAJOINTS ION ? 15' MIN. 3' 24' MIN. CURB & GUTTER ALLEY � L*A m U STANDARD COMMERCIAL CURB, GUTTER AND SIDEWALK NOTES: 1. DRIVEWAYS SHALL NOT OCCUPY MORE THAN 40% OF LOT FRONTAGE. 2. ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. REVISIONS CITY OF KINGSBURG STD JUL 2022 COMMERCIAL No. DRIVE APPROACH ST-26 Y Q W N Lu Z O U M � a v ° U Xb~ ° Z 0 Qg w w w u: w v W � Of O d 3 3 CD °. �i p Q Q v N - w Q � 30Nb21b'310 � a C.D NIN ,b o CL v za 0 0 xvvq %Z z wo a w 0 w in v «9 o t M LLjZm N Q j U N m Q >iivm34IS ,o I, z o 0 O Of Q Q 0 0 Z �Q O QUU(n REVISIONS CITY OF KINGSBURG STD JUL 2022 ALLEY APPROACH No. ST-27 VARIES 8'-10' VARIES 8'-10' P/L I P/L 3" ASPHALT VALLEY GUTTER-SEE CONCRETE I DETAIL BELOW 2% 2% 2"x6" RWD. HEADER OR 2"x6" RWD. HEADER OR PRESSURE TREATED DF PRESSURE TREATED DF COMPACT SUBGRADE TO 95% REL. COMP. (6" MIN.) ELEVATION I 2% MIN 4% MAX I 2% MIN= % MAX a a a o c v c p . DETAIL PROVIDE WEAKENED PLANE JOINTS ® 15" C.C. REVISIONS CITY OF KINGSBURG STD JUL 2022 ALLEY No. DETAIL ST-28 m omcn � OHO oLOOLO OO o JUQ vi �� �� (DCD I-00 00 U �y O 00 OD 00 00 O U m m cV N 00� O c0 cV 00 "t O (0 O J F- m � �Lr) cO c0 I-I- 00 0) O O) UUF- O OO OO OO O(Z; O m m Lr) 00 LO r10 000 lO r) O JF- (D r00 0)CF) O— N U U 0 0 0 0 0 p ro Lo LocD co 00 000m � cor- r-0 00 m Q O O O O O O O O O 0 W LL Z CD r-00 O LO (00r- 00000) 3 NM (n 0 00 00 Z O LLJ J W Lr)O � �� r 000) 000 � �^ (D cV OO CD 00 � U OrO U L0 0 04 � (D 00 CD - n- (0 �m r0p 0)0 J Lfi to N 0 0 0 0 0 0 �O ClN00 OM mm O CDN J LO rM n Ln co I�00 O Q m m N 66 66 O O 0' O^ U CD li CD ( N !) Z W E L� UU MHO Ol0 OuO OLO O�0 0TO OLfl O Q=Z . NN Mn �� c0(O (O(0 I- I- m O O O O O O O O O O O O O O O O O W W ~ m W Ou- LQO (n Off. CD J 3 O F- Of \1 o�W Q N 2 � 2 Ul UaH HUZ U Q W QCn Q W QZ �Z W CD W Z C O 00CL W�U 022 N J W 0 H 0 < m O nn-cl, W<Z Ld N U O X mLL:Z X~ U J LLJ J J— W W Z QUO W JLd N N J ' p p V) =W OJ mm< NQ Q W 0 J(n W CD ZZ_m(n Q Z cif ULLJ O 2 00�JZ: H Z LJ U J W ~ Q0_2 QF-0_ UOQH O O m O O UO GRAVEL EQUIVALENT IN FEET REVISIONS CITY OF KINGSBURG STD JUL 2022 PAVEMENT No. DESIGN CHART ST-29 w w z z J J O O u 833% MAX 5q 2% 5% 8.33% 2% GUTTER GUTTER GUTTER MAX 4, 4' SECTION A-A SECTION B-B NOTES: (SLOPES) 6" WIDE RETAINING 1. 2% IS 1 IN 50 z CURB, IF NECESSARY 2. 5% IS 1 IN 20 J 3. 8.33% IS 1 IN 12 0 4. 10% IS 1 IN 10 u- 5q 2% GUTTER SECTION C-C 1/4" 6 d a ° d 8.33% 1/4" SEE NOTE 3 GROOVING DETAIL SECTION D-D NOTES: 1. THE LOWER END OF EACH RAMP SHALL BE FLUSH WITH GUTTER. 2. WHEN THE RAMP IS LOCATED IN THE CENTER OF THE CURB RETURN, CROSS WALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN ON THE PLAN TO ACCOMODATE WHEELSCHAIRS. 3. THE RAMP SHALL HAVE A 12" WIDE BORDER WITH )'' GROOVES APPROXIMATELY )4' O.C. (SEE GROOVING DETAIL) AT LOCATIONS INDICATED ON THE PLANS. THE SURFACE OF THE RAMP SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNING SIDEWALK EXCEPT WHEN LOCATED IN THE CENTER OF CURB RETURN. 4. THE RAMPS SHALL HAVE TRUNCATED DOME TILES AS DETECTABLE WARNINGS AT THE END OF THE RUNNING SLOPE OF THE RAMP, AS INDICATED IN THE PLANS AND SPECIFICATIONS. REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. NOTES AND DETAILS ST-30 E 0.65" (16mm) LCO co �0� 6 O O tK RAISED TRUNCATED DOME PATTERN DIA. IS 50% MIN. TO 65% MAX. OF THE BASE DIA. 0.2" (5mm) 0.9" (23mm) MIN. TO 1.4" (36mm) MAX. O RAISED TRUNCATED DOME DETECTABLE WARNING SURFACE REVISIONS CITY OF KINGSBURG STD JUL 2022 DETECTABLE No. WARNING SERVICE ST-31 RIGHT OF WAY FACE OF CURB 4� AREA IN WHICH NO STRUCTURE OR VEGETATION IS TO BE HIGHER THAN 2-1/2' ABOVE TOP OF CURB Q EXCEPT TREE TRUNK HAVING NO LIMB OR VEGETATION LESS THAN 8' ABOVE THE TOP OF CURB AS REQUIRED BY ORDINANCE CODE. A d Q N J Q RIGHT OF WAY a a / a a a a a FACE OF CURB d 25' d L TOTAL DISTANCE (L) = 25 + 2d EXAMPLE: L = 25' + 2(10-) = 45' A = 1.412xL A = 1.412 x 45' = 63.5' REVISIONS CITY OF KINGSBURG STD JUL 2022 CLEAR VISION No. TRIANGLE AREA ST-32 5 o PARK STRIP h 000 R, OFFSET SIDEWALK 20'R DETECTABLE WARNING SURFACE SEE NOTE 4 BELOW a 40 SEE STD. DWG. ST-31 I 6 g' 4, 2' 2% M ADJACENT SIDEWALK SECTION A—A NOTES: 1. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 2. MAXIMUM SLOPES OF ADJOINING GUTTERS, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4' OF THE TOP OR BOTTOM OF THE CURB RAMP. 3. SURFACE OF CURB RAMP AND FLARED SIDE SHALL HAVE BROOM FINISH TRANSVERSE WITH THE PATH OF TRAVEL AND SHALL BE OF CONTRASTING FINISH TO THAT OF ADJOINING SIDEWALK. 4. CURB RAMPS SHALL HAVE A DETECTABLE WARNING SURFACE THAT EXTENDS THE FULL WIDTH AND DEPTH OF THE CURB RAMP. DETECTABLE WARNING SURFACES SHALL CONFORM TO THE DETAILS ON THIS PLAN AND THE REQUIREMENTS ON STANDARD DRAWING ST-31. 5. THE EDGE OF THE DETECTABLE WARNING SURFACE NEAREST THE STREET SHALL BE BETWEEN 6" AND 8" FROM THE GUTTER FLOWLI N E. 6. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP. CONSTRUCTION. 7. THE DETECTABLE WARNING SHALL VISUALLY CONTRAST 70% WITH ADJOINING SURFACES, EITHER LIGHT-ON-DARK OR DARK-ON LIGHT. THE MATERIAL USED SHALL BE AN INTEGRAL PART OF THE WALKING SURFACE. 8. ONLY APPROVED DSA/AC DETECTABLE WARNING PRODUCTS AND DIRECTIONAL SURFACES SHALL BE INSTALLED AS PROVIDED IN THE CALIFORNIA CODE OF REGULATIONS (CCR), TITLE 24, PART 1, CHAPTER 5, ARTICLES 2, 3, AND 4. REFER TO CCR TITLE 24, PART 12, CHAPTER 12-11A AND 12-11B FOR BUILDING AND FACILITY ACCESS SPECIFICATIONS FOR PRODUCT APPROVAL FOR DETECTABLE WARNING PRODUCTS AND DIRECTIONAL SURFACES. REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE A ST-33 20'R 3' 'I IK 9 � 6 OFFSET SIDEWALK SEE STD. DWG. ST-30 r / ETECTABLE WARNING SURFACE SEE NOTE 4 BELOW 1 I SEE STD. DWG. ST-31 8' 4' 6" 7' 6" I2' 2% I N Z ADJACENT SIDEWALK SECTION A—A NOTES: 1. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 2. MAXIMUM SLOPES OF ADJOINING GUTTERS, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4' OF THE TOP OR BOTTOM OF THE CURB RAMP. 3. SURFACE OF CURB RAMP AND FLARED SIDE SHALL HAVE BROOM FINISH TRANSVERSE WITH THE PATH OF TRAVEL AND SHALL BE OF CONTRASTING FINISH TO THAT OF ADJOINING SIDEWALK. 4. CURB RAMPS SHALL HAVE A DETECTABLE WARNING SURFACE THAT EXTENDS THE FULL WIDTH AND DEPTH OF THE CURB RAMP DETECTABLE WARNING SURFACES SHALL CONFORM TO THE DETAILS ON THIS PLAN AND THE REQUIREMENTS ON STANDARD DRAWING ST-31. 5. THE EDGE OF THE DETECTABLE WARNING SURFACE NEAREST THE STREET SHALL BE BETWEEN 6" AND 8" FROM THE GUTTER FLOWLINE. 6. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP. CONSTRUCTION. 7. THE DETECTABLE WARNING SHALL VISUALLY CONTRAST 70% WITH ADJOINING SURFACES, EITHER LIGHT-ON-DARK OR DARK-ON LIGHT. THE MATERIAL USED SHALL BE AN INTEGRAL PART OF THE WALKING SURFACE. 8. ONLY APPROVED DSA/AC DETECTABLE WARNING PRODUCTS AND DIRECTIONAL SURFACES SHALL BE INSTALLED AS PROVIDED IN THE CALIFORNIA CODE OF REGULATIONS (CCR), TITLE 24, PART 1, CHAPTER 5, ARTICLES 2, 3, AND 4. REFER TO CCR TITLE 24, PART 12, CHAPTER 12-11A AND 12-11B FOR BUILDING AND FACILITY ACCESS SPECIFICATIONS FOR PRODUCT APPROVAL FOR DETECTABLE WARNING PRODUCTS AND DIRECTIONAL SURFACES. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. CURB RAMP CASE B S T-3 4 ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANRADS EXISTING EXISTING SIDEWALK PLANTNG STRIP SEE STD. DWG. ST-30 2' MIN A DETECTABLE WARNING EXISTING 4' SURFACE SEE STD. SIDEWALK N DWG. ST-31 4b 0 CLOSEST CORNER OF THE °o° DETECTABLE SURFACE TO \ 0000 aopO STREET TO BE SET 6" FROM °°0000 FLOWLI N E °p°° pO°� EXISTING °°° PLANING 2' MIN A STRIP EXISTING CURB ` 4' MIN EXISTING GUTTER G���p�G FOR STRIPING FLOWLINE 2' TRANSITION LENGTH ON BOTH SIDES OF RAMP FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP FLARED SIDE SHALL BE TRANSVERSE BROOMED TEXTURE ROUGHER THAN SURROUNDING SIDEWALK NOTES: (SLOPES1 DRAWING NOT TO SCALE 1. 2% IS 1 IN 50 IF A" THEN "B" FOR THE IS: FLARED SIDE SHALL BE: 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4' OR GREATER 10% MAX 4. 10% IS 1 IN 10 3' TO LESS THAN 4' 8.33% MAX REVISIONS CITY OF KINGSBURG STD JUL 2022 No. CURB RAMP CASE C ST-35 EXISTING EXISTING SIDEWALK PLANTNG STRIP o i X o RETAINING EXISTING z - CURB PLANTNG o STRIP00 w SEE STD. DWG. ST-30 2' MIN A DETECTABLE WARNING RETAINING CURB 4' SURFACE SEE STD. DWG. ST-31 N 6 0 000o CLOSEST CORNER OF DETECTABLE WARNING SURFACE \ o �000000o TO STREET TO BE SET 6" FROM 8.33% MAX. A FLOWLINE INCLUDING CURB - 3' MIN SECTION D-D JISEE STD. DWG. ST-30 PAP��•y0 EXISTI CURB FOR FLOWLINE G.��ooya�. FOR4STRIIPING 2' TRANSITION LENGTH EXISTING ON BOTH SIDES OF RAMP 511`' G FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. CROSSWALK FLARED SIDE SHALL BE TRANSVERSE BROOMED TEXTURE ROUGHER THAN SURROUNDING SIDEWALK NOTES: (SLOPES DRAWING NOT TO SCALE 1. 2% IS 1 IN 50 IF A" THEN "B" FOR THE IS: FLARED SIDE SHALL BE: 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4' OR GREATER 10% MAX 4. 10% IS 1 IN 10 3' TO LESS THAN 4' 8.33% MAX REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE D S T-3 6 EXISTING SIDEWALK N SEE STD. DWG. ST-30 SECTION D—D z STD. DWG. ST-30 z c� z U) X W RETAINING RETAINING CURB CURB 2' TRANSITION LENGTH ON BOTH SIDES OF °�° RAMP FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP D X 00000000000 o°o°o°o°o°o o°o°o°o°o°o SEE STD. DWG. ST-30 2% o000000000o CLOSEST CORNER OF 2 °o° ° ° °o° DETECTABLE WARNING o0000 5AX SURFACE TO BE SET 6" 4' MIN o°o°o°o°o°o FROM FLOWLINE RETAINING °°°°oo°°o°° 00000°°°o°o CURB SEE STD. DWG. 0000°000000 ST-30 °o°o °o°o° o°o°o 000°o 0 0 0 0 0 0 RETAINING CURB EXISTING PLANTING STRIP CONCRETED AREA EXISTING CURB EXISTING GUTTER FLOWLINE DETECTABLE WARNING SURFACE SEE STD. DWG. ST-31 EDGE OF PAVEMENT ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. FLARED SIDE SHALL BE TRANSVERSE BROOMED TEXTURE ROUGHER THAN SURROUNDING SIDEWALK NOTES: (SLOPES DRAWING NOT TO SCALE 1. 2% IS 1 IN 50 IF "A" THEN "B" FOR THE IS: FLARED SIDE SHALL BE: 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4' OR GREATER 10% MAX 4. 10% IS 1 IN 10 3' TO LESS THAN 4' 8.33% MAX REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE E S T-3 7 cr— C)N z X� SEE STD. DWG. ST-30 EXISTING w SIDEWALK DETECTABLE WARNING SURFACE SEE RETAINING STD. DWG. ST-31 SECTION B—B CURB STD. DWG. ST-30 CLOSEST CONER EXISTING °°°°°°°°°°°°°°°°°°°° °°c °°°°°°°°°°°°°°°°°°°° °° OF TRUNCATED DOME TILE PLANTING STRIP °°°°°°°°°° °°°°°°°° °° ° °°°°°°°°° °°°°°°°° TO BE SET 6" FROM °o°o°o°o°0 °°°o°o°o° °° FLOWLINE °°°°°°°°°° °°°°°°° °° °°°°°°°°°° °°°°°°° °° °°°°°°°°°° °°°°°°° °° 0 ° ° ° ° ° ° ° ° ° ° ° RETAINING ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° °°°°°°°°°°°°°°°°°°°° °° CURB °°°°°°°°°°°°°°°°°°°° °° ° °o°o°o°o°o°o°o°o°o° ° ° ° ° ° ° ° ° ° ° ° ° EXISTING CURB ° ° ° ° ° ° ° ° ° °°°°°°°°°°°°°°°°°°°°°°1-1) °°°°°°°°°°°°°°°°°° °°° °°°°°°°°°°°°°°°°°°°°° ° EXISTING GUTTER 5% MAX EDGE OF PAVEMENT FLOWLINE 2' TRANSITION LENGTH ON BOTH SIDES OF RAMP FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. NOTES: (SLOPES DRAWING NOT TO SCALE 1. 2% IS 1 IN 50 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4. 10% IS 1 IN 10 REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE F ST-38 2' TRANSITION LENGTH ON BOTH SIDES z Q z N OF RAMP FOR z TRANSITION INTO 5% >c 0 x GUTTER PAN SLOPE w N w z AT THE RAMP a SEE STD. DWG. ST-30 RETAINING CURB °°°°°°°°°°°°° °°°°°°°°°°°°° °°°°°°°°°°°°° z 1°°°°°°°°°°°°° °O°O°O°O°O°O° CLOSEST CORNER OF °°°°°°°°°°°°° 5% 0,0° °° °°0°0 DETECTABLE WARNING SURFACE O ° ° MAX °000 TO BE SET 6" FROM FLOWLINE FRONT EDGE OF 4' MIN 0°0°°°°°0°0°0 °0°0°0°00000° SIDEWALK °O°O°O°O°O°O° °°°°°°°°°°°°° °°°°°°°°°°°°° °°°°°°°°°°°°° ° ° ° ° ° ° ° RETAINING 0°0°0°0°°°0°0°0°0°0°0 CURB °°O°O°00 ° °°°°°°°° EXISTING °°°°°°°° °°°°°°°° °°°°°°°° 000000°° PLANTING STRIP 0000000000 °°00000000 000000000000°00000000 EXISTING °°°°°°°°°°°° °°°°°°°° CONCRETED CURB °°°°°°°°°°°°°°°°°°°°° AREA EXISTING GUTTER 5% RETAINING MAX CURB FLOWLI N E DETECTABLE WARNING SURFACE SEE STD. DWG. ST-31 NOTES: (SLOPES) ALL WORK SHALL MEET DRAWING NOT TO SCALE CALIFORNIA BUILDING CODE ADA 1. 2% IS 1 IN 50 ACCESSIBILITY STANDARDS. 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4. 10% IS 1 IN 10 REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE G S T-3 9 2' TRANSITION LENGTH ON BOTH SIDES z a OF RAMP FOR N w z N TRANSITION INTO 5% 57<w c z GUTTER PAN SLOPE N w z AT THE RAMP RETAINING 0- SEE STD. DWG. ST-30 CURB 0°0°0°0°0° °°°°°°°°°°°°° °°°°°°°°°°°°° °°°°°°°°°°°°° 5% —CLOSEST CORNER OF DETECTABLE Z 0°0°°°°°°°°°° o MAX WARNING SURFACE TO BE SET 6" � �' FROM FLOWLINE 0000 °0oo0 FRONT EDGE OF 4' MIN 100000000000-0000-0000 0000o .0 SIDEWALK °O°°° ° ° °000000 ° °0° 000000°0° °0 RETAINING EXISTING CURB PLANTING STRIP EXISTING DETECTABLE WARNING SURFACE SEE CURB STD. DWG. ST-31 EXISTING GUTTER CONCRETED FLOWLINE AREA ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. NOTES: (SLOPESI 1. 2% IS 1 IN 50 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4. 10% IS 1 IN 10 DRAWING NOT TO SCALE REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE H ST-40 EXISTING EXISTING SIDEWALK PLANTNG STRIP 0 X p l m o; RETAINING M Z c, CURB � o� U p W U)p U) N SEE STD. DWG. ST-30 2' MIN 8.33% MAX. A DETECTABLE WARNING INCLUDING CURB SURFACE SEE STD. DWG. 4' ST-31 04 N CROSSWALK & 0 CLOSEST CORNER OF °o°°°° DETECTABLE WARNING °°ao°0000° SURFACE TO STREET TO RETAINING CURB °°° 0000 ° BE SET 6" FROM 2' MIN 3 ° FLOWLINE EXISTING PLANTNG STRIP EXISTING FLOWLINE 4' MIN CURB ��G�o��,. FOR STRIPING 2' TRANSITION LENGTH EXISTING ON BOTH SIDES OF RAMP GUTTER FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY CROSSWALK STANDARDS. FLARED SIDE SHALL BE TRANSVERSE BROOMED TEXTURE ROUGHER THAN SURROUNDING SIDEWALK NOTES: (SLOPES DRAWING NOT TO SCALE 1. 2% IS 1 IN 50 IF A" THEN "B" FOR THE IS: FLARED SIDE SHALL BE: 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4' OR GREATER 10% MAX 4. 10% IS 1 IN 10 3' TO LESS THAN 4' 8.33% MAX REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE I S T-41 EXISTING SIDEWALK EXISTING PLANTNG STRIP m 0 Of X 0 I� o N RETAINING z Z CURB r7p 00 J U Z ND N SEE STD. DWG. ST-30 RETAINING CURB A 2' MIN DETECTABLE WARNING SURFACE SEE STD. DWG. EXISTING 4' ST-31 PLANTNG STRIP CROSSWALK 00 CLOSEST CORNER OF °o°°° DETECTABLE WARNING SURFACE 00,0 ° TO STREET TO BE SET 6" 00 pO - FROM FLOWLINE OC EXISTING FLOWLINE O�Pc� 4' MIN CURB GA FOR STRIPING 5� O� EXISTING 2' TRANSITION LENGTH ��O' GUTTER ON BOTH SIDES OF RAMP FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP ALL WORK SHALL MEET CALIFORNIA BUILDING CODE CROSSWALK ADA ACCESSIBILITY STANDARDS. FLARED SIDE SHALL BE TRANSVERSE BROOMED TEXTURE ROUGHER THAN SURROUNDING SIDEWALK NOTES: (SLOPES1 DRAWING NOT TO SCALE 1. 2% IS 1 IN 50 IF "A" THEN "B" FOR THE IS: FLARED SIDE SHALL BE: 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4' OR GREATER 10% MAX 4. 10% IS 1 IN 10 3' TO LESS THAN 4' 8.33% MAX REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE J ST-42 8' SEE STD. DWG. ST-30 1' DETECTABLE WARNING SURFACE SEE \ STD. DWG. ST-31 \ co 8' 8' CLOSEST CORNER OF BACK OF 0 00 DETECTABLE WARNING SIDEWALK 6' oo°�°° SURFACE TO BE SET 6" °0000o0o FROM FLOWLINE oc °000° °000 °° ° PR\ES Px o 000 FRONT EDGE a��q, M\N °°° °°° Sy OF SIDEWALK g' b. 3' °o EXISTING CURB CROSSWALK :] O,Q sr• EXISTING GUTTER \ FLOWLINE 2' TRANSITION LENGTH ON BOTH SIDES OF RAMP FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP CROSSWALK NOTES: (SLOPESI ALL WORK SHALL MEET 1. 2% IS 1 IN 50 CALIFORNIA BUILDING CODE ADA 2. 5% IS 1 IN 20 ACCESSIBILITY STANDARDS. 3. 8.33% IS 1 IN 12 4. 10% IS 1 IN 10 DRAWING NOT TO SCALE REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE K ST-43 DETECTABLE WARNING SURFACE SEE STD. DWG. ST-31 4' LIMITS OF PROPOSED SECTION C—C CURB RAMP BACK OF WALK STD. DWG. ST-30 6 RETAINING CURB SEE STD. DWG. ST-30 z VARIES VARIES FRONT EDGE OF � 8.33~ 8.3 SIDEWALK 8.25% MIN 8 8.25% MIN 3' o0000000 00000000000 00000000 00000000000 00000000 0000000000� 000000000 CLOSEST CORNER OF DETECTABLE WARNING SURFACE TO BE SET 6" EXISTING CURB FROM FLOWLINE & GUTTER 2' TRANSITION LENGTH ON BOTH SIDES OF RAMP FOR TRANSITION INTO 5% GUTTER PAN SLOPE AT THE RAMP NOTES: (SLOPESI ALL WORK SHALL MEET CALIFORNIA BUILDING CODE ADA ACCESSIBILITY STANDARDS. 1. 2% IS 1 IN 50 2. 5% IS 1 IN 20 3. 8.33% IS 1 IN 12 4. 10% IS 1 IN 10 DRAWING NOT TO SCALE REVISIONS CITY OF KINGSBURG STD JUL 2022 CURB RAMP No. CASE L S T-44 PROPOSED CONCRETE � CONCRETE SAWCUT LINE DRIVE APPROACH REMOVE EXIST CONCRETE CURB FLOW LINE EXIST CONCRETE 1 LIP SHALL BE GUTTER TO REMAIN 1" DEPTH 12" #4 DOWEL DRILLED AND EXPDXY AND CENTERED IN 6» EXIST PAVEMENT EXISTING CONCRETE ® 16" O.C. 12" 6" 6" ELASTOMATIC BONDING 12" #4 DOWEL DRILLED AND EXPDXY AGENT FULL LENGTH OF AND CENTERED IN EXISTING SAWCUT CONCRETE @ 16" O.C. PROFILE ws 4' MIN BACK OF WALK CLEARANCE 12" #4 DOWEL DRILLED AND EXPDXY AND CENTERED IN PROPOSED CONCRETE EXISTING CONCRETE ® 16" O.C. SIDEWALK SAWCUT LINE -�`+ PROPOSEDAPPROACH DRIVE + EXIST CONCRETE SIDEWALK SAWCUT LINE EXIST CONCRETE EXIST CONCRETE CURB GUTTER TO REMAIN TO BE REMOVED PLAN ws REVISIONS CITY OF KINGSBURG STD JUL 2022 CONCRETE DRIVE WAY No. CUT—IN DETAIL ST-45 #4 BARS ® 12" O.C. EACH WAY — TYPICAL A 5.0' 0.3% ` ...................... .:..... . MIN ..... ......................... A FL WEAKENED PLANE OR EDGE OF COLD JOINT (TYPICAL) PAVEMENT PLAN VIEW 5.0' 1" 2.5' 2" a $,, a T_� a 3" CLASS B PCC #4 BARS ® 12" O.C. EACH WAY SECTION A—A NOTES: 1. ADDITIONAL WEAKENED PLANE JOINTS IN ACCORDANCE WITH THE CITY OF KINGSBURG STANDARD SPECIFICATION SECTION 11. 2. IF APPROVED BY THE CITY ENGINEER, VALLEY GUTTER MAY BE USED IN IN—FILL AREAS. 3. VALLEY GUTTERS WILL NOT BE APPROVED ACROSS STREETS IN NEWLY DEVELOPED AREAS, EXCEPT CUL—DE—SACS. 4. CONSTRUCT CURB RAMPS PER CITY OF KINGSBURG STANDARDS OR AS APPROVED BY THE CITY ENGINEER. 5. SPECIFY CURB RADIUS AS REQUIRED BY APPLICABLE STANDARD DETAILS FOR STREET DESIGN, OR AS REQUIRED BY CITY ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 VALLEY GUTTER No. ST-46 i I ' SIDE SWALE _ S 1 MIN N } Ld w w I w a a a CL 0 0 0 0 (n U) N w a MIN 1% MIN r 0 3 N ' SIDE SWALE S=1% MIN � I LEGEND: DIRECTION OF SURFACE FLOW. PROT. PROTECTIVE GENERAL NOTES: 1. FINISHED GRADING SHALL BE COMPLETED BY OTHERS AFTER HOUSE CONSTRUCTION. 2. PAD ELEVATIONS ARE DESIGNED FOR 12" SLAB & BASE ROCK FOUNDATION SECTIONS OR AS RECOMMENDED BY A LICENSED GEOTECHNICAL ENGINEER. 3. PAD ELEVATIONS ARE DESIGNED SUCH THAT THE PAD ELEVATION SPECIFIED WILL ACCOMODATE REAR AND SIDE SWALES TO BE GRADED AT A MINIMUM GRADIENT OF 1% IN ACCORDANCE WITH CITY OF KINGSBURG STANDARDS. 4. ACTUAL LOT GRADING IS TO BE DESIGNED WITH HOUSE PLOT PLAN AND MAY VARY FROM THIS TYPICAL DETAIL DEPENDING ON HOW THE HOUSE IS PLOTTED. 5. FINAL TOP OF FOUNDATION ELEVATION SHALL BE A MINIMUM OF 8" ABOVE PROTECTIVE SLOPE REVISIONS CITY OF KINGSBURG STD JUL 2022 TYPICAL FINISHED No. LOT GRADING ST-47 Utilities UT-1 Trench Backfill Existing Streets UT-2 Standard Locations for Residential UT-3 Street Cross Sectional Typical c y 1400 SECTION IF LESS THAN 30" TO GUTTER OR CONCRETE FLATWORK, REMOVE AC FOR FINAL PATCH PROPOSED STREET SECTION 6" 6" MIN MIN z � I I-111-111-111-111-1 I �\ \\ 11 El I El i=i I M I II \\ N 11 El�El�El�� 11 - NATIVE BACKFILL \\ II-III-III-III-I - �_� COMPACTED TO 95% RELATIVE COMPACTION \ I I El 11=111=111-11 I \ . \ (IF R-VALUE > OR = 25) V)ui \\ \\� \\ BACKFILL\/ CO PAC EDTO 90% j \\� RELATIVE COMPACTION 24 ? 6 MIN. 12" MAX. PIPE BEDDING / ZONE \ + / PIPE O.D. VARIES DRAIN ROCK (AS REQUIRED TO \ MAINTAIN FIRM AND STABLE BASE AND MAINTAIN THE GROUND WATER LEVEL BELOW PIPE LAYING OPERATIONS). NOTES: 1. TRENCH SECTION SHALL BE BACKFILLED AND MECHANICALLY COMPACTED TO GRADE. 2. THE CLEAR WIDTH OF THE TRENCH SHALL BE A MAXIMUM OF THE PIPE O.D. PLUS 2 FEET. IF THE MAXIMUM TRENCH WIDTH MUST BE EXCEEDED OR IF THE PIPE IS INSTALLED IN A COMPACTED EMBANKMENT, THEN EMBEDMENT SHALL BE COMPACTED TO A POINT OF AT LEAST 2 /� PIPE DIAMETERS FROM THE PIPE ON BOTH SIDES OF THE PIPE OR TO THE TRENCH WALLS, WHICHEVER IS LESS. 3. IN LANDSCAPED AREAS, THE NATIVE BACKFILL SHALL BE COMPACTED TO 85% RELATIVE COMPACTION. REVISIONS CITY OF KINGSBURG STD JUL 2022 TRENCH BACKFILL No. EXISTING STREETS UT-1 \\ J D \\ \ IS 2 \ CD cm ? \ yra 3 m c9 O N NL O \ O N \ \\ N O \ LL \ y CDCD O Z \ NO \ \ \ \\ �J Z LL i O N N \ p \N\ 3 N o <' \ 0 o Z o - Zo z o o Zvi \\ \\ vi CD N o = m SIM W f,� No. N CDo� z N r C-A �PNpPRD S�DEN�C�PL RUNS\ONS 5 fog RE � � a Q r o = & @ C15 &k 2 # b A � A � & ~ r � f Q D Q N� 0 a k k 2 / \ y 0ƒ b ® \ % V r = a � _ 0 Q 9 m cl ¥ 2 k a R « & ao & R 22 Col- & g bq F - o r 9 Q 0 & » Q Q Q o Q « CIA ® CD ~ ow ® k / 2 0 v � 0 �k 7 CK j R A � a Lo � � C.D:r- z �� & Will @ 0 � & �� 3Q ok 9 z b Q � o & a a 7 3 tA0, o C4 GS���� \-/ of Y%� Z 'Oss ��?�� R+��s Water W-1 I" & 11/4'Water Service Assembly- Street W-2 1" & 1'/4"Water Service Assembly-Alley W-2A V & 11/4'Water Service Assembly-Notes and Tables W-3 California Health Department Requirements W-4 California Health Department Requirements W-5 Standard Water Service Taps 1" Thru 2" and Tap Excavation Requirements W-6 Pipe Locating Wire for Non-Conductive Water Mains W-7 Typical Fire Sprinkler with Post Indicator Valve W-8 Fire Hydrant Installation W-9 Blue Reflective Marker Placement W-10 Valve Box Installation W-11 Thrust Blocking W-12 Typical Concrete Thrust Block W-13 Blow-off W-14 2-Inch Water Service with Meter Box W-15 Service Connections Over 2" and Meter Box Installation W-16 Reduced Pressure Principle Backflow Prevention Assembly for 3" and Greater W-17 Reduced Pressure Principle Backflow Prevention Assembly for I" to 2-1/2" Size W-18 Air and Vacuum Release Valve W-19 Sample Station W-20 Construction Requirement for Lowering Water Mains W-21 Water Main Connection Procedure -A W-22 Water Main Connection Procedure—B W-23 Well Destruction Requirements W-23A Well Destruction Requirements—Notes and Tables W-24 Monitoring Well Manhole Construction Detail W-24A Monitoring Well Manhole Construction Detail— Specifications W-25 Fire Riser THE wo t fAINOECpiM' d (NIW ,2) S31M Z a z 0 w p p z 0 N Zo U p Q p Q Q N ZO Q w wN QQ V) re-ci w I �� �w o� p z m N 0 w m U N Z O O uj H > W Z � Q Q U Q V)O U Q 0_W N W ?i pW(d ° 3 0_ ~O p 7 Z p W NIW N (n "q L ui N O m N �^ Z CD W W LLJ N N 2 p � CD J N 0 Of J o w N W III U Z Z Z p z —III � o m 'n p N N w ¢ o Z 3 z g cg o p a o P w w p p 3 O I o 3 w � O N ~ p ^ Z m 4 � W J J p O p 3 m p < J N � ^ J p W ~ Y Z N ~ 000 = p N Q s O �p Of CV w N U V) W w W to 0_ `�3 N m Z m w z 3 o zOf X O H 0 Q m 0 � W U w d U LLJ J J p W �--iv _ Z 0_ m m ~W~ W a) J O W F 2 W W O �. U W LLJ 0 Ul Q F_ O W w Q r LLJ N 2 N 2 0_ N H Js m s Z 0 ?i «� > Q V) sX 0 Z p O J CL Uo K o' NJ Q CL o 0 C)0 z oc J � wH L LL) U O N J O O Ww cQ_n CD O O:f > ZLu p Q Ll Q O U) C) N Z (n Lu W O_ U O_ J Q m U p Li L._ 0 2 REVISIONS CITY OF KINGSBURG STD JUL 2022 No. 1 -INCH & 1i-INCH WATER SERVICE ASSEMBLY - STREET W-� c� z (NIW ,2) S31dVA � 00 z ¢o zQ 00 Cr V) O w zN JQN zz O 0 a 0 U 2 in L� n Q ¢U N N O I 0N3 U) W W W C, Of O W 0 Z N W c Q 0 N Cn (N J 75 Z U NIW „81 Q ui o � Q z w w a U ............... . N N O 7 O U L I _j ¢ vwi - Of I > N w o �I- N Of wLd 3 U Z W Z U _ J C] — Of 0 (V lI N W Q ~ m 7 Z LJ V) Z Q O c3 o 1 g N o to Ld N ~ N �' J 3 Z W O o ^ Cr Z m U) o I O o I — — m O N LM ^O W 0 W Q H D O Z H N = p (n J N O w l W LLJ Q W N �'.... W V) CY CL (n ¢ a Q N 3 Y Z m W Z I O N m m Cj zx OJ � ~ ~ W W ~ Ld W N m W W =� U Z d U m m o w o J g N I J O Z < =O Q Q � Q W Of � J W 0 .� 0 2 (n J Q LLJ O a N J O = (n 2 a o J � - z Q 3 O Q U) y n o J O o > V O -x Z I � o N Q w CL ~ \ w z CL z o 0' O p L� O ZOO °yam 0 N Y m CL Z Cr ° �� Cn Of W ao Q W N J O U O a L� J L) fr d m Lu CL 04 ZD CD in2 O O ¢ Cr g Z O Cr fY LLJ CD — ¢ OWIn U') V) OU Cn ULd N Cn W 0 W Q m U m W L.- C' 2 O O 1 N i REVISIONS CITY OF KINGSBURG STD N JUL 2022 0 1 —INCH & 1i—INCH WATER SERVICE No. 0 W-2 ASSEMBLY — ALLEY m W N 2 O O W ~ a N Z i 0 Z o g o o p Z � N o a v g (wy- o Z m - Z 3 v r W zN o W Z 7 N p U O Z pLl 7 O N O Z N ! m ! W 2)C�l "CIA m a Z W 4Ov O W W r O m N N N U Z mO �Z 7Q Z W 2 d i ) \ v O zi UW d 0~ Cj Z N as mcl- CD Lo N Nv N� X OV Z7 vv N OG O_ OV N m Z Q W W Z p Z Z v 7 �u� �� p N O err r J W =2 �z Z n' W ! Z pU N � 1�V.- CA Z V Lo Z N Z 1 NZ m s S� O N * N �CINGSBv SSEMg�Y w'2P or SER��CE P S . NCN w AVER PBLES RE�1�S�ON & �� ND�ES AND JUG 2p22 '� �,Nc� SPECIAL CONSTRUCTION REQUIREMENTS (TO BE USED ONLY WHERE REQUIRED SEPARATION CANNOT BE OBTAINED) CASE 1 - NEW SEWER LINE BEING INSTALLED \\2 1 E "A" ZONE "P" ZONE "A" ECIAL PROHIBITED SPECIAL ISSION PERMISSION \\ EXISTING WATER 10' PIPE 10' 6' 3' 1' 1' 3' 6' ZONE "B" ZONE "B" SPECIAL PIPE SPECIAL PIPE PARALLEL CONSTRUCTION ZONE "C" SPECIAL PIPES NO JOINTS ZONE "P" PROHIBITED NO JOINTS IN SEWER 6' 4' (EXISTING 4' 6' WATER PIPE ZONE "D" PROHIBITED 4" (ZONE "P" PROHIBITED) NO JOINTS IN SEWER ZONE D SPECIAL NO JOINT PIPE PERPENDICULAR CONSTRUCTION NOTES: 1. ZONE "P" IS PROHIBITED CONSTRUCTION ZONE. 2. ZONE "C", SPECIAL PIPE, SHALL BE PVC CLASS 200 PER AWWA C900 OR APPROVED EQUAL. 3. SLURRY OR CONCRETE PIPE ENCASEMENT SHALL BE REQUIRED IN ALL DIRECTIONS IF PIPE CROSSING IS WITHIN ZONE "D" OR "C." REVISIONS CITY OF KINGSBURG STD JUL 2022 CALIFORNIA HEALTH No. DEPARTMENT REQUIREMENTS W-3 SPECIAL CONSTRUCTION REQUIREMENTS (TO BE USED ONLY WHERE REQUIRED SEPARATION CANNOT BE OBTAINED) CASE 2 - NEW WATER LINE BEING INSTALLED ZONE "P" " A P SPECIAL PIPE I EXISTING SEWER PIPE ZONE A ZONESPECIAL SPECI A PERMISSION PER ISSK)m PARALLEL CONSTRUCTION NO JOINTS IN 0 WATERMAIN ZONE "P" PROHIBITED � 6' 4' EXISTING 4' 6' SEWER E PIP ZONE "P" PROHIBITED J A PERPENDICULAR CONSTRUCTION NOTES: 1. ZONE "P" IS PROHIBITED CONSTRUCTION ZONE. 2. ZONE "C", SPECIAL PIPE, SHALL BE PVC CLASS 200 PER AWWA C900 OR APPROVED EQUAL. 3. SLURRY OR CONCRETE PIPE ENCASEMENT SHALL BE REQUIRED IN ALL DIRECTIONS IF PIPE CROSSING IS WITHIN ZONE "D" OR "C." REVISIONS CITY OF KINGSBURG STD JUL 2022 CALIFORNIA HEALTH No. DEPARTMENT REQUIREMENTS W-4 CORPORATION STOP MUELLER (CC) THREAD COUPLING NUT INSTALL WITHIN THIS SECTOR RUBBER OR NEOPRENE GASKET ^CP HORIZONTAL (TYP) BRONZE SERVICE SADDLE MAIN BRONZE SERVICE STRAP SS DOUBLE STRAP jSECTION ! j ELEVATION i i i / MAIN 6" MAIN 6" i x \ j v----� ---„ v V� VAVAVAVAVAn\ n\ n\ n\ TAP EXCAVATION REQUIREMENTS FOR EXISTING MAINS 4" THRU 12' AT STEEL PIPES AT DUCTILE IRON PIPES SECTION / ELEVATION j I / I � 1'- " I 7'-0" 6'-0" M4 N j ixi MAIN \ I of / o \ N N TAP EXCAVATION REQUIREMENTS FOR EXISTING MAINS OVER 12" NOTES: 1. ALL CORPORATION STOPS TO HAVE A.W.W.A. STANDARD CORPORATION STOP THREAD (MUELLER CC) ON INLET END. OUTLET TO BE USED WITH FLARED OR COMPRESSION FITTING. 2. CONTACT ENGINEER FOR APPROVED LIST OF WATER SERVICE CONNECTION MATERIALS. 3. A BRONZE DOUBLE STRAP SERVICE SADDLE IS REQUIRED ON ALL WATER SERVICE TAPS 1" THRU 2" EXCEPT C-900. REVISIONS CITY OF KINGSBURG STD JUL 2022 STANDARD WATER SERVICE TAPS 1 " THRU 2" No. & TAP EXCAVATION REQUIREMENTS W-5 STANDARD DROP CAP COPPER SPLIT INSULATED WIRE BOLT CONNECTOR SOLID NO. 10 AWG COPPER WIRE, SOFT DRAWN. LSEETAIL CE SOLID NO. 14 AWG COPPER Z__Q WIRE, SOFT DRAWN. INSULATED ALONG SIDE OF VALVE AND VALVE BOX NOTE: IF WIRE ENDS AT VALVE BOX, RUN SINGLE NON-CONDUCTIVEPIPE INSULATED LEAD UP TO GROUND. INSULATED WIRE INSULATED INSULATED WIRE DETAIL OF CONNECTION WIRE INSTALLATION AT VALVE BOX INSULATED COPPER WIRE (TYP) WATER MAIN (TYP) CONTINUOUS SPLICE RUNS TOGETHER-KEEP WIRE CLEAR OF FITTING VALVE BOX END-SEE (TYP) NOTE ABOVE TYPICAL PLACING AT MAIN INTERSECTIONS LOCATING WIRE TO BE LAID AT TOP OF PIPE. REVISIONS CITY OF KINGSBURG STD JUL 2022 PIPE LOCATING WIRE No. FOR NON—CONDUCTIVE WATER MAINS W-6 r Z O W W Q -� p WO O O N v 15 r vy W N o d- o ov '< Z 2L a �' t O Zv Z dm \ON\ 1SOd 2 Q �O1d0 a > o Ok- 7 p vO Z 6'v 7 �0 Op. Z r m r o- 2 W UN OO Z c.9 W N v a a- 03 Y rm LL�7 O m wJ `t o r Z CJ rn pc N O� W / v o Oy Oa Eo- O U C)� O W N No. GS�vRG w,� �F KEN ARE SPR R v PLvE CLOW 960 WET BARREL FIRE HYDRANT CLOW MODEL 400 BREAK—OFF CHECK VALVE 7' FOR ADJACENT SIDEWALK 2.5' FOR NON—ADJACENT 2" LOOP ABOVE c9 aW TOP FLANGE, ONLY GROUND —7� WIRE CONNECTOR. 18" MIN. 6" FRANGIBLE SPOOL (REQUIRED SEE DETAIL OF IF NEEDED TO MATCH GRADE) CONNECTION ON 6" FINISH GRADE W-5 G5 VALVE BOX 2�, 10" LOOP 6"x48" BURY RESILIENT SEAT GATE VALVE HYDRANT RUN W/ VALVE BOX SEE W-5 a d I I d O G Q d d INSULATED WIRE INSULTED WIRE INSULATED WIRE "RING—TITE"/6" FLANGED TEE ON MAIN THRUST BLOCK PLACED AGAINST UNDISTURBED EARTH CURB AND GUTTER LEGEND W W FIRE HYDRANT 7' MIN / I i 0 CONCRETE SIDEWALK `_ '_' '= z; i 0 LANDSCAPE STRIP / --- CENTERLINE PROPERTY LINE / IF + + + W WATER MAIN " 6" GATE VALVE NOTES: 2.5' MIN 1. THERE SHALL BE NO LANDSCAPE OR OTHER OBSTRCUTIONS WITHIN 3—FEET OF THE FIRE HYDRANT. 2. BOLLARDS MAYBE REQUIRED IN THE ABSENCE OF CONCRETE CURB AND GUTTER PER CITY ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 FIRE HYDRANT No. INSTALLATION W-8 CL FACE OF CURB CL FACE OF CURB FACE OF CURB I NOTE: FIRE HYDRANT AT MID BLOCK BLUE REFLECTIVE MARKER 6" (TYP.) (HAWKINS V16C-DB OR EQUAL) REVISIONS CITY OF KINGSBURG STD JUL 2022 BLUE REFLECTIVE No. MARKER PLACEMENT W-9 CONCRETE TO TOP OFF WITH LAMP BLACK CHRISTY CHRISTY WATER VALVE BOX AND COVER 2'-6" DIA. MINIMUM ENCASEMENT 3000 \ \/ COPPER //\ / WIRE PSI CONCRETE. REMOVE BARRICADES COPPER WIRE AFTER 24 HOURS. //\ \\// * IF GREATER THAN 48" \j\ VALVE EXTENSION SHALL BE WHITE PVC DEPTH j\\ \//�\ REQUIRED. EXTENSION A111x\\1111\ 3b 3a 3a 2"x8"x 12" CONCRETE BLOCK. TYPICAL SECTION 12—INCH VALVE AND SMALLER AREA BEARING AGAINST 3000 PSI \ ° UNDISTURBED EARTH CONCRETE. \\��\\��\\ \\ 4 SHALL BE A MIN. OF 4" VARIES 4„ S.S. ROD. 9' SQUARE. TYPICAL SECTION GREATER THAN 12—INCH VALVE NOTES: 1. VALVE BOX AND COVER SHALL BE CHRISTY CONCRETE PRODUCTS NO. G-5. 2. ALL VALVES SHALL HAVE FLANGED CONNECTIONS AT ALL TEES AND CROSSES. 3. ALL VALVES SHALL BE SEPARATED FROM COLLARS AS NOTED: A. 6'6" (1/2 SECTION) B. 3'3" (1/4 SECTION) 4. VALVE SHALL BE RESILIENT SEAT GATE (12" OR LESS) OR BUTTERFLY (GREATER THAN 12") PER CITY SPECIFICATION. 5. CLEAN INSIDE OF EXTENSIONS SO STEM IS CLEAN OF DIRT. 6. SET VALVE BOX TO FINISH GRADE. 7. COMPACT EARTH AROUND BASE WITH MECHANICAL TAMPER TO 95% RELATIVE COMPACTION AND ENCASE IN OF CONCRETE TO MATCH EXIST GRADE, CONCRETE TO TOP OFF WITH LAMP BLACK. 8. VALVE BOXES IN DIRT OR UNDEVELOPED AREAS SHALL HAVE CONCRETE ENCASEMENT POURED TO GRADE (NO 2" AC). 9. IF VALVE NUT IS GREATER THAN 60" FROM FINISH GRADE, VALVE STEM EXTENSION SHALL BE INSTALLED. REVISIONS CITY OF KINGSBURG STD JUL 2022 VALVE BOX No. INSTALLATION w-1 o MINIMUM THRUST BLOCK AREAS (IN SQUARE FEET) PIPE SIZE TEE 90' BEND 45' BEND 22 ) BEND DEAD END 4" 1.5 2 1.5 1 1.5 6" 3 4.5 2.5 1.5 3 8" 5 7 4 2 5 10" 8.5 11.5 6.5 3.5 8.5 12" 11.5 16.5 9 4.5 11.5 NOTES: 1. AREAS ARE FOR 150 POUNDS PER SQUARE INCH WATER PRESSURE AND SANDY SOIL. AREAS SHALL BE DOUBLED FOR CLAYEY SOIL. 2. BLOCKING SHALL BE MADE OF CLASS B CONCRETE AND SHALL BE PLACED BETWEEN UNDISTURBED GROUND AND THE FITTING TO BE ANCHORED. THE BLOCKING SHALL BE PLACED SO THAT THE JOINTS OF THE PIPE AND FITTINGS WILL BE ACCESSIBLE FOR REPAIR. 3. THRUST BLOCKS SHALL BE CONSTRUCTED AT PIPE DIAMETER CHANGES AND AT OTHER FITTINGS NOT LISTED, AND SHALL BE PLACED AS DIRECTED BY THE ENGINEER. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. THRUST BLOCKING W-11 / I � a: ANCHOR ROD NOTES: 1. CONTRACTOR SHALL ARRANGE FOR SERVICES OF MANUFACTURER'S QUALIFIED INSTRUCTOR. 2. SIZES OF ANCHOR AND THRUST BLOCKS SHALL BE AS RECOMMENDED BY PIPE MANUFACTURER. 3. ANCHOR AND THRUST BLOCKS SHALL BEAR AGAINST UNDISTURBED SOIL. 4. CONCRETE SHALL ATTAIN 2000 PSI COMPRESSIVE STRENGTH. 5. ANCHOR RODS SHALL BE 1/2" DIA. REINFORCING STEEL, ENCASED IN CONCRETE. 6. KEEP CONCRETE CLEAR OF ALL PIPE OPENINGS. REVISIONS CITY OF KINGSBURG STD JUL 2022 TYPICAL CONCRETE No. THRUST BLOCK W-1 2 4" GATE VALVE 4" GALV. 90' ELL (TYP.) 4" GALV. PLUG IIII 4" GALV. NIPPLE TO FIT (TYP.) THRUST BLOCK POURED IN IIII 3'-3" SECTION (TYP.) PLACE AGAINST UNDISTURBED EARTH. RING-TITE CAP TAPPED FOR 4" IRON PIPE THREADS (TYP.) TEMPORARY BLOW—OFF CHRISTY B16 BOX SIDEWALK GRADE WITH TRAFFIC LID OR LOCATE BLOW-OFF AT APPROVED EQUAL 4" GATE VALVE BACK OF SIDEWALK. 04" CAP 4" NIPPLE IIII 4" GALV. 90' ELL, 4" GALV. 90' ELL (TYP.) 4" GALV. NIPPLE TO FIT (TYP.) THRUST BLOCK POURED IN IIII 3'-3" SECTION (TYP.) PLACE AGAINST UNDISTURBED EARTH. RING-TITE CAP TAPPED FOR 4" IRON PIPE THREADS (TYP.) PERMANENT BLOW—OFF REVISIONS CITY OF KINGSBURG STD JUL 2022 No. BLOW—OFF W-13 CONCRETE BOX W/ PEDESTRIAN LID PL (TRAFFIC LID WHERE REQUIRED) I2" WATER METER NEPTUNE T-10 WITH R900i REMOTE READ I REGISTER, SEE SPECIFICATIONS, METER SHALL READ IN IGALLONS FINISH GRADE CONCRETE SIDEWALK D-4100 a 0 SERVICE SADDLE PLUG BALL VALVE WATER MAIN JAMES JONES J-1975W STAINLESS STEEL SLEEVE ADAPTER BRICK AT EACH CORNER CONTINUOUS POLY CORP. STOP PACK JOINT CONNECTOR 2" PLASTIC SERVICE (CLASS 160 P.S.I. POLYETHYLENE, COPPER TUBE SIZE - CTS) NOTES: 1. PLACEMENT OF METER AND BOX IN ALLEYS SHALL BE PER CITY ENGINEER. 2. IF THE SERVICE TRENCH IS IN EXISTING PAVING, THE PAVEMENT SHALL BE REPLACED AS PER MAIN LINE TRENCH. 3. SERVICE SHALL BE A MINIMUM OF 24" BELOW BOTTOM OF CURB. 4. CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO CURB, GUTTER AND SIDEWALK INCLUDING DAMAGE FROM SETTLING OF THE TRENCH. REVISIONS CITY OF KINGSBURG STD JUL 2022 2—INCH WATER SERVICE No. WITH METER BOX W-14 WATER MAIN CURB LINE (SEE NOTE) 4.25' METER BOX LCONCRETE SIDEWALK METER. in N VALVES VALVE W/ BOX & COVER TRACER WIRE BY PASS MAY BE ONE SIZE SMALLER THAN METER SIZE PLAN DATAMATIC D-4100 MOSAIC FF MOUNTED TO CONCRETE VAULT CONCRETE COVER CURB & GUTTER SIDEWALK d CHRISTY CONCRETE PRODUCTS B-48 METER BOX W/ EXTENSIONS, BASE AND 2M85 LID. �n cV WATER MAIN METER d SECTION NOTES: 1. IN CASES WHERE SIDEWALK AND CURB ARE ADJACENT, ASSUME THE BACK OF SIDEWALK TO BE BACK OF CURB AS SHOWN ON DRAWING. 2. METER TO BE NEPTUNE T-10 IN GALLONS WITH R900i REMOTE READ REGISTER. REVISIONS CITY OF KINGSBURG STD JUL 2022 SERVICE CONNECTIONS OVER 2" No. AND METER BOX INSTALLATION W-15 APPROVED REDUCED PRESSURE BACKFLOW PROVIDE CHAIN AND LOCK PREVENTER ASSEMBLY APPROVED BY PUBLIC WORKS STAINLESS STEEL CHAIN WITH LOCK WRAP ALL EXPOSED U U PIPE WITH INSULATION ® o o° ° a GALVANIZED GALVANIZED PIPE OR DUTILE FINISH GRADE 12" AIR GAP PIPE OR DUTILE IRON IRON ""tt; TS7 fFb ADAPT INLET AND OUTLET FITTINGS TO MAIN LINE AS REQUIRED THRUST BLOCKS NOTES: 1. INSTALL 12" AIR GAP MINIMUM AND 30" MAXIMUM. 2. ALL CONNECTIONS ON ASSEMBLY TO BE FLANGED, FLANGED JOINTS DO NOT APPLY TO 3" INSTALLATION. 3. BACKFLOW ASSEMBLY SHOULD BE PLACED IN A PLANTER SO THAT PLANT MATERIAL WILL SCREEN VIEW OF THE ASSEMBLY FROM THE STREET. 4. WATER SUPPLY - NO CONNECTIONS OR TEES WILL BE ALLOWED BETWEEN METER AND ASSEMBLY. 5. ASSEMBLY SHALL BE ACCESSIBLE FOR TESTING AND MAINTENANCE. 6. CERTIFICATION REQUIRED PRIOR TO ACCEPTANCE. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTION ASSEMBLY FOR 3" & GREATER W-16 STRONG BOX SMOOTH TOUCH LOCKING BACKFLOW COVER OR APPROVED EQUAL GALVANIZED NIPPLE-3" (TYP.) APPROVED REDUCED PRESSURE BACKFLOW PREVENTOR ASSEMBLY GALVANIZED UNION 90 ELBOW (TYP.) IN UT GALVANIZED UNION GALVANIZED UNION GALVANIZED NIPPLE (LENGTH AS PLANTER OR LAWN REQUIRED) FINISH GRADE 12" MIN. 2" BELOW TOP OF GRADE 6" CONCRETE PAD CONCRETE ILL ALL GALVANIZED NOTES: 1. INSTALL APPROPRIATELY SIZE WEATHER BLANKET TO ALL BACKFLOW PREVENTION ASSEMBLIES. 2. BACKFLOW ASSEMBLY SHOULD BE PLACED IN A PLANTER SO THAT PLANT MATERIAL WILL SCREEN VIEW OF ASSEMBLY FROM THE STREET. 3. WATER SUPPLY - NO CONNECTIONS OR TEES WILL BE ALLOWED BETWEEN METER AND ASSEMBLY. 4. ASSEMBLY SHALL BE ACCESSIBLE FOR TESTING AND MAINTENANCE. 5. CERTIFICATION REQUIRED PRIOR TO ACCEPTANCE. REVISIONS CITY OF KINGSBURG STD JUL 2022 REDUCED PRESSURE PRINCIPLE BACKFLOW No. PREVENTION ASSEMBLY FOR 1 " TO 2 Y" SIZE W-17 1" AIR/VACUUM RELEASE VALVE (APCO OR EQUAL) A Ell 6" OF DRAIN ROCK -III-III I II I II I II I III II III III -III I III CURB STOP INLET 1" POLY CTS PIPE (JONES J-4201) CORPORATION STOP WITH 1 TO 3 THREADS SHOWING. (FORD TYPEF-6250 OR EQUAL) SERVICE CLAMP 1" DOUBLE STRAP BRONZE AIR & VACUUM RELEASE VALVE NOTES: 1. AIR RELEASE VALVE SHALL HAVE CHRISTY B-36 METER BOX AND CHRISTY E-70 LID. 2. PLACE 6 INCHES OF DRAIN ROCK UNDER BOX. 3. ALL FITTINGS AND NIPPLES TO BE BRASS OR COPPER. 4. 1" ARV FOR 6" THROUGH 16" PIPE. 2" ARV FOR 18" AND GREATER. REVISIONS CITY OF KINGSBURG STD JUL 2022 AIR & VACUUM No. RELEASE VALVE W-1 8 18" 0 0 VALVE BOX 18" 0 0 SIDEWALK CONCRETE BASE DETAIL ECLIPSE NO.88 SAMPLING BRASS VALVE & SAMPLE PORT (THREADLESS) STATION OR APPROVED EQUAL LOCKING PROVISION ANCHOR BOLTS OR _ EQUAL ANCHOR SYSTEM. CHRISTY VALVE BOX VALVE ABOVE NO. B12 WITH G20 GROUND LEVEL 1/4" DRAINAGE SPACERS OR HINGED LID. APPROVED DRAINAGE SYSTEM. ;.:: .:. 4" THICK CONCRETE SLAB. BALL VALVE: FOAM PIPE FORD BA 13-444 INSULATION W-LA86-44 JONES J-4201 II 1/2" MIN. TYPE K COPPER, 3/4" MIN. SCH. 40 P.V.C. P.V.C. OR BRASS REDUCER SERVICE CONNECTOR 1" PLASTIC SERVICE (CLASS 160 P.S.I., POLYETHELENE) REVISIONS CITY OF KINGSBURG STD JUL 2022 SAMPLE STATION No. W-19 U$ \2 2 3 e k CL 2 z # & / x ,0 \ �\ Ld \/ of \ % :z / ± kz u \u // q 0 f az ± \ E % ui k$ 4 CD \ ® \\ ` T f f Ld } §2 cq 2 \ 3 \ E e o #uj 7 w 2 z STORM DRAIN C- G INCH R (MIN.) E K \ z \ SEWER MAIN - ] R Cm. I W%) /L % \ / / < 2 /2 « \ z 5 z U G / Elk e � \ \ \ o 3 0o e o / � (n / u 2 2 % m2 � E a E � f� 20 E » c @ CL\ \ k c \ Ld \ of a e 5 Ek 2A 5 kg \ Ckf 12k=\\ & Li e $ R �\z \ 0m < mOf � a 6% ® Z d \/ \ � < / /UaLd- \ w < » 2 \ LuE OfO b // ® 3 m < � E 3kNCVR % a� � V) E @ 52 2 CDe _ c e Es of e \ \/ k w W ¥ a z /3 NTT SAE � » # k 2 2 REVI&ONS CITY OF K|N G S B U R G STD JUL 2022 CONSTRUCTION REQUIREMENTS FOR No. LOWERING WATER MANS W-20 z N W NO UA o0 avw ' / ~ ato W N N W J JN3 WpIr Q O Z Wu�W vp 0 vsZ° mp ) r N p W v m v d Z acp Z �Z � �W W 3 ZZ a moc p�W m a W a v LID a 06 W r ~ J a o�v �p Z Z o- �-m g r o�Z n o Z �a � W No• �N�SBVRG of Er-r\pN C �pNN P �s\oNs �N PERM NCEDVRE RE pR0 30- Za22 W IV N W Q Q H O 0 O d � O J Z rn Z p M W >O Z = >O Z Qw O O a O� U N U Q MQ Q li U W O U LL, U)N W Q (n N W 4 i M V) U 0 M U W a N W m o _ LQi > 0:! LJ O0 0- W U a cr- N Z Of d O0 J d m N N O LLI Z U � CL Q Q N W V m Y W W n N =)< 0 �i a:V) Of N J J H N Z W N N W W Z �-O Of O O Z wo J Z in W in 0- Q W N in REVISIONS CITY OF KINGSBURG STD JUL 2022 WATERMAIN CONNECTION No. PROCEDURE — B W-22 IFS 10 1 3 1. REMOVE ALL PLUMBING EQUIPMENT AND DEBRIS FROM THE WELL PRIOR TO THE PLACEMENT OF ail ANY SEALING MATERIAL INTO THE WELL. 2. A VIDEO OF THE ENTIRE DEPTH OF THE WELL SHALL BE SUBMITTED TO THE WATER DIVISION FOR 5 I REVIEW. F6" 3. A TREMIE PIPE SHALL BE USED FOR THE PLACEMENT OF SEALING IN WELLS, WHEN ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: • -THE TOTAL WELL DEPTH IS GREATER THAN 30' °. *THE STATIC WATER LEVEL IS MORE THAN 5' ° 6' *THE WELL'S DIAMETER IS 4' OR LESS 6 4. WHEN THE EXISTING WELL CASING IS FOUND TO • ° • . .n• BE PERFORATED, SLOTTED, CRACKED, SEPARATED, 9 OR TO HAVE HOLES, THE WELL SHALL BE FILLED TO THE TOP WITH A SEALING MATERIAL APPROVED % g BY THE CITY OF KINGSBURG WATER DIVISION AND PRESSURIZED PER DWR BULLETIN XX—XX AND • . XX—XX. 5. THE TOTAL DEPTH OF THE WELL SHALL BE FILLED •°:. r 4 WITH AN IMPERVIOUS MATERIAL, CEMENT GROUT OR PER SECTION XX OF CITY OF KINGSBURG'S ' WELL DESTRUCTION STANDARDS. ' : ' • 6. EXCAVATE A HOLE AROUND THE WELL CASING TO WEL L A DEPTH OF NOT LESS THAN 6', OR SUBMIT FOR O DEPTH O REVIEW AND APPROVAL METHODS TO PREP TO REMOVE 5' OF WELL CASING. 7. REMOVE A MINIMUM OF FIVE LINEAL FEET OF * . EXISTING WELL CASING. 8. REMAINING CASING TO EXTEND SIX INCHES ABOVE THE BOTTOM OF THE EXCAVATED HOLE. • 9. ALLOW SPILL OVER TO FORM A ONE FOOT THICK CAP. •n' ' • a 10.AFTER THE WELL HAS BEEN PROPERLY FILLED, AND THE SEALING MATERIAL HAS SET, BACKFILL AND COMPACT THE EXISTING NATIVE SOIL. * SEE W-23A FOR NOTES AND BATCH TABLE REVISIONS CITY OF KINGSBURG STD JUL 2022 No. WELL DESTRUCTION REQUIREMENTS W_23 NOTES: 1. THE DESTRUCTION OF ALL WATER WELLS WITHIN THE JURISDICTION OF THE CITY OF KINGSBURG SHALL CONFORM TO THE STATE OF CALIFORNIA DEPARTMENT OF WATER RESOURCES STANDARDS: BULLETINS 74-81 AND 74-90, AND AS DIRECTED BY THE CITY OF KINGSBURG WATER DIVISION. 2. AUTHORIZATION FROM THE CAL EPA DEPARTMENT OF TOXIC SUBSTANCES CONTROL (DTSC) OR CALIFORNIA DEPARTMENT OF WATER RESOURCES (DWR) IS REQUIRED TO DESTROY DECOMMISSIONED MONITORING WELLS, SUBMIT A COPY OF THE AUTHORIZATION DOCUMENTATION WITH WELL DESTRUCTION PERMIT APPLICATION. 3. THERE ARE THREE TYPES OF SEALING GROUT MIXTURES USED IN DESTROYING WELLS WITHIN THE CITY OF KINGSBURG (SEE TABLE FOR BATCH SPECIFICATIONS) 4. BEFORE WELL DESTRUCTION OPERATIONS BEGIN, A COMPLETE WELL PERMIT APPLICATION PACKAGE FOR DESTRUCTION INCLUDING THE FOLLOWING CALCULATIONS ARE TO BE SUBMITTED FOR APPROVAL: •A MIX DESIGN OF THE SEALING MATERIAL PREPARED BY THE GROUT SUPPLIER. •A MIX DESIGN OF THE SEALING MATERIAL PREPARED BY THE PROJECT ENGINEER, OUTLINING FIELD MIXING PROCESS. •A VOLUME CALCULATION OF THE SEALING MATERIAL, PREPARED BY THE PROJECT ENGINEER. •A VOLUME CALCULATION FOR THE WELL PREPARED BY A PROJECT ENGINEER SHOWING THE FOLLOWING: a. VOLUME OF THE WELL CASING AND VOLUME OF THE FILTER PACK TO BE FILLED (FOR GRAVEL PACKED WELLS) b. VOLUME OF THE WELL (FOR OPEN BOTTOM WELLS) 5. ONLY COMPLETE PERMIT APPLICATION PACKAGES WILL BE PROCESSED. 6. ONLY CALIFORNIA C57 LICENSED CONTRACTORS ARE AUTHORIZED TO DESTROY ANY WELLS WITHIN THE CITY OF KINGSBURG. WATER CEMENT SAND BENTONITE gal sack Ibs Ibs CEMENT AND SAND GROUT= 6 1 85 n/a NEAT CEMENT GROUT= 6 1 n/a n/a BENTONITE CEMENT GROUT= 8 1 n/a 1.88 BATCH TABLE REVISIONS CITY OF KINGSBURG STD JUL 2022 No. WELL DESTRUCTION REQUIREMENTS NOTES AND TABLES W-23A A MONITORING A AL_� BOLT DOWN WELL COVER WELL DESIGNATION & SYMBOL LOCKING WATERTIGHT MONITORING SITE GRADE WELL CAP * 1" MIN.-1.5" MAX. WATER TIGHT CAST (SEE SPECIFICATIONS NO. 7) �12" MIN IRON WELL COVER A a da ° �. °c °. ° d Z d 'Q - ° CD 'a - d d: < a. d ° ° ? d CONCRETE SHALL BE IN 6" MAX d° ACCORDANCE WITH SEC. 11 d OF CITY STANDARD COLLAR AROUND FRAME FULL SPECIFICATIONS. a. CIRCUMFERENCE SET FRAME ° ° a d . IN CONCRETE PAD. ,. TRAFFIC—RATED MANHOLE Q < ° q ° Q . BORE HOLE 6" MAX. WELL CASING ANNULAR SEAL 18" MAX SECTION A—A SEE W-24A FOR SPECIFICATIONS REVISIONS CITY OF KINGSBURG STD JUL 2022 No. MONITORING WELL MANHOLE CONSTRUCTION DETAIL W-24 SPECIFICATIONS: 1. THE STANDARD IS NOT ALLOWED WITHIN THE TRAVELED WAY AND ANY PAVED AREAS OF A PUBLIC STREET. 2. NO LESS THAN 12 FEET OF HORIZONTAL SEPARATION SHALL BE MAINTAINED BETWEEN THE MONITORING WELL AND ANY EXISTING UNDERGROUND UTILITY. 3. THE WELL BOX SHALL BE STRUCTURALLY SOUND AND STRONG ENOUGH TO SUPPORT VEHICULAR TRAFFIC. IT SHALL BE TRAFFIC-RATED AS TESTED BY AN OFFICIAL TESTING LABORATORY TO MEET AASHTO STANDARD FOR "H-20" TRUCK LOADINGS. 4. THE TOP OF THE WELL SHALL BE PERMANENTLY MARKED WITH LARGE LETTERS "MONITORING WELL." 5. THE WELL COVER SHALL BE BOLT DOWN OR EQUIVALENT TO PROVIDE PROTECTION AGAINST UNAUTHORIZED ACCESS. 6. THE WELL COVER SHALL BE WATERTIGHT TO PROTECT AGAINST ENTRY OF SURFACE WATER. 7. THE TOP OF THE WELL SHALL BE SET 1.0 TO 1.5 INCHES ABOVE SURROUNDING GRADE TO PROVIDE FOR DRAINAGE AWAY FROM THE COVER, EXCEPT FOR WELLS INSTALLED IN SIDEWALK OR PAVED AREAS WHERE TOP OF THE CONCRETE PAD SHALL BE INSTALLED FLUSH AND MATCH EXISTING CONDITIONS. 8. A CONCRETE PAD WITH A MINIMUM THICKNESS OF 6 INCHES SHALL BE CONSTRUCTED AROUND THE WELL BOX. THE PAD SHALL EXTEND LATERALLY A MINIMUM OF 12 INCHES FROM OUTSIDE OF THE WELL BOX. THE PAD SHALL BE CONSTRUCTED TO BE FREE OF CRACKS OR OTHER DEFECTS LIKELY TO AFFECT WATER TIGHTNESS. 9. A LOCKING WATERTIGHT WELL CAP SHALL BE INSTALLED AT THE TOP OF THE WELL CASING SO THAT SURFACE WATER THAT MAY ENTER THE VAULT WILL NOT ENTER THE WELL. 10. MONITORING WELLS SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE CALIFORNIA WELL STANDARDS. REVISIONS CITY OF KINGSBURG STD JUL 2022 No. MONITORING WELL MANHOLE CONSTRUCTION DETAIL — SPECIFICATIONS W-24A F FIRE ALARM IRE RISER ALARM BELL MONITORED ALARM CONDUIT PRESSURE GAUGE FLOW SWITCH TEST PORT GATE VALVE I L SECURITY CHAIN DOUBLE DETECTOR CHECK FIRE DEPARTMENT CONNECTION GATE VALVE 1-INCH BY-PASS METER O FROM STREET REVISIONS CITY OF KINGSBURG STD DEC 2022 FIRE RISER No. W-25 City of Selma Standard Plans 24" MIN LAP f v .. CD 0D FLUSH MASONRY CAP OR 24" MIN LAP " ROUNDED GROUT CAP 6" MIN BOND BEAM #4 VERTICAL COURSE BAR #4 HORIZONTAL BAR 32" O.C. 6' BOND BEAM b. COURSE i r' #4 CONTINUOUS HORIZONTAL BAR 24" MIN LAP • #4 BAR #4 CONTINUOUS 2" HORIZONTAL BAR 2" MIN 7 24" MIN ECCENTRIC FOOTING WALL SECTION (SEE NOTE 12) NOTES: 1. ALL CONSTRUCTION SHALL COMPLY WITH THE LATEST EDITION OF THE CALIFORNIA BUILDING CODE. 2. ALL BLOCK WALLS REQUIRE A CITY OF SELMA BUILDING PERMIT AND SHALL BE INSPECTED BY THE CITY ENGINEER. 3. GROUT ALL CELLS CONTAINING REINFORCING STEEL. 4. DEPTH OF FOOTINGS SHOWN SHALL BE INTO NATURAL UNDISTURBED SOIL OR COMPACTED FILL TESTED AND APPROVED. 5. CONCRETE BLOCK SHALL BE 2000 PSI WITH TYPE AND COLOR APPROVED BY CITY OF SELMA PLANNING. 6. REINFORCING BARS SHALL BE DEFORMED BARS MINIMUM GRADE 40. 7. FOOTING CONCRETE SHALL BE MINIMUM 2500 PSI AT 28 DAYS. 8. FOOTINGS SHALL NOT ENCROACH ONTO ADJACENT PROPERTY. ECCENTRIC FOOTINGS MAY BE USED TO OFFSET WALL AT PROPERTY LINES. 9. MORTAR SHALL BE TYPE-S MINIMUM 1800 PSI AT 28 DAYS. ONE (1) PART CEMENT, TYPE I - ONE HALF (1/2) PART LIME PUTTY OR HYDRATED LIME, AND FOUR AND ONE HALF (4-1/2) PARTS SAND (MAXIMUM). 10. GROUT SHALL BE MINIMUM 2000 PSI AT 28 DAYS. ONE (1) PART CEMENT, THREE (3) PARTS SAND, AND TWO (2) PARTS PEA GRAVEL 11. WALLS SHALL BE SET PLUMB WITH ALL BLOCK COURSES LAID LEVEL. 12. ALL WALLS OVER 6' HIGH SHALL, WALLS WITH ECCENTRIC FOOTINGS, OR WALLS SUPPORTING FILL SHALL BE DESIGNED BY A REGISTERED CIVIL ENGINEER AND APPROVED BY THE CITY ENGINEER. REVISIONS CITY OF SELMA MASONRY WALL 10/l/2015 M-1 C Q 04 00 12 rn 6' CHAIN LINK FENCE ~ I QZF �a0 w 00 p a F PROPERTY LINE c0 I� t o o m m aCeo ce a, zw U) z Zs Z 00 �I 12" MOW STRIP CENTERED ON POSTS e N w " Z� M 00 U z o F QOO o to w to 30 c>a CV It ~ 00 LEGEND O3' O.D. GALVANIZED STEEL CORNER AND END POST II O 21" O.D. GALVANIZED STEEL LINE POST N_ x O3 1r O.D. GALVANIZED STEEL HORIZONTAL RAIL to N o 0 2" X 2" MEXH X 9 GUAGE GALVANIZED FENCE FABRIC o n c O WITH KNUCKLED TOP AND BOTTOM SELVAGE. GALVANIZED BEFORE WEAVING, GBW. O 9 GUAGE (0.148" DIA.) GALVANIZED STEEL WIRE TIES OR HOG RINGS AT 15" MAXIMUM SPACING. 6" TURNBUCKLE ADJUSTERS FOR I" DIA. TRUSS ROD. �� O7 i' DIA. GALVANIZED STEEL ADJUSTABLE TRUSS ROD. 0 1" THICK STEEL STRETCHER BAR TENSION BAND AT O 12" MAXIMUM SPACING (MINIMUM 6 BANDS PER EACH 6' POST SECTION). 72" 36"y O 7 GUAGE (0.117' DIA.) GALVANIZED STEEL TENSION REVISIONS CHAIN LINK FENCE CITY OF SELMA io/i/2oi5 M_2 7" A.C. PAVING (SEE NOTE 2) EXISTING STRUCTURAL SECTION SAWCUT AND APPLY TACK COAT THICKNESS VARIES PRIOR TO PAVING GRIND EXISTING A.C. (SEE NOTE 3) MINN. a a a a A A A a oo 95% RELATIVE COMPACTION VARIES j/ 90% RELATIVE \/ /\\ COMPACTION \\\� \\� HAND PLACE SELECT NATIVE MATERIAL FREE / OF FOREIGN MATERIAL AND HARD LUMPS. TOP OF PIPE PIPE BOTTOM OF i \ NORMAL TRENCH 6., \ ::�z.-:'. '•`;_ \ \ BOTTOM OF \\/\ HARD—PAN TRENCH —� WERE PAN/ ,.� .,�:.. •�.• / % TRENCHHARD SHALL BE ENCOUNTERED, OVER—EXCAVATED AND REFILLED TO GRADE MATH A MINIMUM OF 6" OF SELECT MATERIAL COMPACTED TO 90% RELATIVE DENSITY. NOTES: 1. TEMPORARY TRENCH RESURFACING IS REQUIRED WHENEVER A STREET IS TEMPORARILY OPENED TO TRAFFIC AND SHALL CONSIST OF A MINIMUM OF 4" COLD MIX. ALL TEMPORARY MATERIAL SHALL BE REMOVED PRIOR TO FINAL PAVING. 2. PERMANENT TRENCH RESURFACING SHALL CONSIST OF 7" ASPHALT CONCRETE PAVING OR MATCH THE EXISTING STRUCTURAL SECTION IF THE TRENCH IS WIDER THAN 6'. 3. PRIOR TO FINAL LIFT, GRIND EXISTING ASPHALT A MINIMUM OF 12" OUTSIDE THE EDGE OF TRENCH ON EACH SIDE TO DEPTH OF FINAL LIFT. APPLY TACK COAT TO OVERLAY AREA PRIOR TO FINAL PAVING. 4. NO JETTING OF TRENCH BACKFILL IS PERMITTED. BACKFILL SHALL BE PLACED IN MAXIMUM 18" LIFTS, THEN COMPACTED TO THE MINIMUM RELATIVE DENSITY SHOWN ABOVE. REVISIONS CITY OF SELMA TRENCH BACKFILL AND RESURFACING 10/1/2015 M-3 BRASS MARKER CAST IN CONCRETE I I 6., N �• CONTROL SURVEY MONUMENTS SHALL BE LOC �/4 CORNERS. ATED AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS AND CONTROL SURVEY MONUMENT REVISIONS 10/1/2015 CITY OF SELMA M-4 i 6" l } 4" } } 4" } 6" LOT CORNERS SEMI-DURABLE DURABLE NOTES: 1. STATE LAW REQUIRES LAND SURVEYOR'S IDENTIFICATION NUMBER BE AFFIXED AT ALL PROPERTY CORNERS. 2. MONUMENT "A" TO BE AT ALL PROPERTY CORNERS AND RETURNS. 3. DURABLE OR SEMI-DURABLE MONUMENTS TO BE AT ALL BLOCK CORNERS. 4. DURABLE MONUMENTS TO BE LOCATED AT INTERSECTION OF STREETS. REVISIONS CITY OF SELMA CONTROL SURVEY MONUMENT 10/1/2015 M-5 9' MAX 9' MAX 2" X 12" 2" X 12" 20d GALVANIZED NAILS 6"—� 18" 6 LEVEL LINE 6"x6" POSTS \j •... \j� 2,\\�\..� NOTES: 1. POSTS SHALL BE PRESSURE TREATED HEM FIR; RAILING SHALL BE HEM FIR. 2. TWO COATS OF 100% ACRYLIC WHITE PAINT SHALL BE APPLIED TO ALL WOOD SURFACES. 3. BARRICADE MUST BE FULL WIDTH OF PAVEMENT OR TRAVEL WAY. 4. APPROPRIATE SIGNS TO BE DESIGNATED BY DEPARTMENT OF PUBLIC WORKS. REVISIONS CITY OF SELMA TEMPORARY TIMBER BARRICADE 10/1/2015 M-6 R/W R/W GAS 12' MANHOLE SEWER STREET C.L. MANHOLE STORM DRAIN WATER } 6 STREET LIGHTING CONDUIT L R/W � R/W ELECTRICAL LINE TRAFFIC SIGNAL CONDUIT NOTES: 1. ON MAJOR STREETS ONLY, WATER SHALL BE LOCATED 10 FROM FACE OF CURB 2. THIS STANDARD IS A GUIDE ONLY AND DEVIATIONS WILL BE ACCEPTABLE WHERE CONDITIONS DICTATE 3. DIMENSIONS SHOWN ARE DESIREABLE BUT DO NOT GOVERN. THE INTENTION IS TO SHOW RELATIVE POSITIONS OF UTILITIES. LOCATIONS FOR UNDERGROUND REVISIONS CITY OF SELMA UTILITIES IN STREETS 10/l/2015 M-7 CONC. COLLAR 2" BELOW COVER. CONC. COLLAR FLUSH WITH COVER FOR 2" AC FLUSH WITH COVER IN CONC. PAVEMENT INSTALLATIONS. AC PAVED INSTALLATIONS MANHOLE FRAME AND COVER SEE PER DETAIL SD-2 POURED—IN—PLACE CONCRETE 1 COLLAR, FULL CIRCUMFERENCE 1 24" 8" MAX. w ADJUSTMENT RINGS AS REQUIRED m $ (2 MINIMUM) �.. . � PRECAST TAPERED CONE OR 24' > FLAT COVER MANHOLE REDUCING SECTION a� PROVIDE KEYED BASE FOR 6» PRECAST RISER SECTION o MIN. z w 6" MIN. 8" 3" RADIUS POURED-IN-PLACE w CLASS "A" CONCRETE m BASE m $" SECTION A-A SECTION B-B B� A A Q 0 y Bj 1. PRECAST PIPE, ADJUSTING RINGS AND TAPERED SECTIONS SHALL BE CONSTRUCTED IN ACCORDANCE WITH A.S.T.M. C-478, USING TYPE II CEMENT. 2. ALL JOINTS SHALL BE GROUTED SMOOTH INSIDE AND OUT. 3. INTERIOR OF THE MANHOLE SHALL HAVE A SMOOTH TROWELED SURFACE. 4. IF THE DISTANCE BETWEEN THE FLOW LINE OF THE MANHOLE AND THE FINISH GRADE OF THE LID IS GREATER THAN OR EQUAL TO 12 FEET, THE MANHOLE IS TO BE CONSTRUCTED WITH STEPS AND AN ECCENTRIC CONE TAPERED SECTION. 5. CONTRACTOR SHALL EMPLOY ALL MEASURES NECESSARY TO ENSURE THAT THE MINIMUM COMPACTION REQUIREMENTS ARE MET FOR ALL BACKFILL ASSOCIATED WITH THE MANHOLE CONSTRUCTION. 6. TAPERED SECTION TO BE ACCORDING TO APPROVED MANUFACTURER'S DIMENSIONS. REVISIONS STORM DRAIN MANHOLE CITY OF SELMA i o/i/2oi 5 SD-1 3/4" HIGH LETTERS 1" Q RIBS 1" � LL 0 ', SEE DETAIL r BELOW V "SEWER SYSTEM" OR O "STORM DRAIN" 1" 3„ 1-1/4" DIA CORE 25-1/4" 1" 18 1„ 1-1/4" l\l\l\ 8 MACHINE 1"-� 7"---� �-1" } SURFACE 23-1/4" � 5/8 MANHOLE COVER DETAIL WAFFLE PATTERN 36" 27" 25-1/2" 24" 1-1/4" ---------------------------- 6" 4„ ----------------------------- 1" I 1" I I I MANHOLE FRAME REVISIONS MANHOLE FRAME AND COVER CITY OF SELMA 10/1/2015 SD-2 SEE DRAWING SD-3A I 13 3 6= 9„ SEE NOTE 7 I 2' MIN 6" 2"X3" CONST JOIINT I 6 FOR NEW CONST. I NOT REQUIRED WHEN I GUTTER EXISTS. I 3" RADIUS LATERAL LINE FLOW 4„ } 6„y 3'-6" I 6, 6„y 2, 6„ SECTION A-A SECTION B-B 4'-6" 3/40 3„ HOLE L-3 B 28" x 46" x 3/8" CHECKPLATE 6" CURB + 24" GUTTER A A -- 4„ i 4" -- 4' TYP �M1� 134 PLAN 1. THE INLET MAY BE MODIFIED SLIGHTLY TO MATCH EXISTING IMPROVEMENTS, AS DIRECTED BY THE ENGINEER. 2. STRUCTURE SHALL BE CLASS 'A' CONCRETE. EXPOSED SURFACES SHALL BE FINISHED AS PER CURB SPECIFICATIONS. 3. COST OF FRAME AND GRATE AND THROAT SHALL BE INCLUDED IN PRICE OF INLET. 4. CURB AND GUTTER SHALL BE CONSTRUCTED OR RECONSTRUCTED ON EACH SIDE OF BOX AS INDICATED ON THE PLANS AND COST THEREOF SHALL BE INCLUDED IN PRICE OF THE INLET. 5. FLOOR OF INLET SHALL SLOPE FROM ALL WALLS TO THE LATERAL LINE AND SHALL BE GIVEN A STEEL-TROWELED FINISH. 6. AT THE CONTACT POINT BETWEEN THE LATERAL LINE AND THE INLET WALL A SMOOTH 3" RADIUS CURVE SHALL BE CONSTRUCTED. 7. IF INLET IS CONSTRUCTED IN A TWO STAGE POUR, PROVIDE A ROUGHENED CONSTRUCTION JOINT AND PLACE ONE NO. 4 BAR 12" LONG IN EACH OF THE FOUR WALLS, AS SHOWN. REVISIONS CITY OF SELMA STANDARD DRAIN INLET 10/1/2015 SF 3/8" CHECK PLATE TACKWELD SIDEPLATE 1/4" TYP 1/2" RADIUS ALL AROUND 28"x46"x3/8" COVER g" CHECK PLATE 3/16" ALL AROUND 4' 1 48 3/8" x 1" TYP 3-1/8"' 3�16'" / 1/4„ 24„ a a 0 a• a e e.. 1/4" a ° a 9„ 3" x 3" x 1/4" c / ANGLE e.. d a a: 1/2"7 PROTECTION 1/4" HOLE ° a BAR (SMOOTH) 3 EACH SIDE e e ° 1/8" PLATE 2 ANCHORS 6" x 1/2" / 3" THROAT SIDEPLATE ON SIDES AND BACK ,\[/\ (SEE DETAIL BELOW) 5-1/2" TANGENT LINE FOR 4 j a ° RADIUS BEND OF 1a .a SIDEPLATE 1/8 LATeE e c a 3. a 54" PROTECTION BAR 1/2"0 (SMOOTH) CENTER SUPPORT BAR 3/4"0 (SMOOTH) NOTES: 1. ALL DIMENSIONS ARE FINISHED DIMENSIONS. 2. ALL PARTS SHALL BE STRUCTURAL STEEL. 3. ALL EXPOSED METAL PARTS AHSLL BE PAINTED OR DIPPED WITH AN ASPHALTUM PAINT. 2° I�42° 4" 2° 4" �4" FRONT CONST 4" RADIUS BEND IN PLATE A/ 5" 3-3/4" ANCHOR 42" I 1—�/8„ 3-1/8" 9-1/8" w 16"I � 11-1/2" A PLAN THROAT SIDEPLATE REVISIONS CURB INLET FRAME & GRATE CITY OF SELMA SD-3A LATERAL LINE PIPE SHALL BE FLUSH WITH INSIDE SURFACE OF TRUNK LINE PIPE. 3" RADIUS FLOW 9" MIN SECTION A-A CONCRETE MORTAR RING AROUND CIRCUMFERENCE OF LATERAL LINE A 3" RADIUS FLOW A 9"MIN 9"MIN MAX. DIA. OF LATERAL LINE 1/2 DIA. OF TRUNK LINE PLAN REVISIONS LATERAL LINE CONNECTION CITY OF SELMA i o/i/2oi 5 SD-4 ASPHALT SECTION IN PAVING AREAS 1'-3" MIN. 3" COMPACTED SOIL IN LANDSCAPE AREAS 10"t 8 3�4 a d d CALIFORNIA CONCRETE PIPE. RING AND COVER MODEL NO. ° A-512 OR APPROVED EQUAL 27" DIA. X 12" THICK CLASS "B" CONCRETE 1/8 BEND STORM DRAIN PIPE SAME DIA. AS SIZE INDICATED ON PLANS MAIN LINE INSTALL PLUG AT RUN END 1/8 BEND OR WYE REVISIONS STORM DRAIN CLEANOUT CITY OF SELMA i o/i/2oi 5 SD-5 CURB RAMP PER CITY STANDARDS NOTES: 1. SIDEWALK SHALL BE POURED MONOLITHICALLY WITH CURB AND GUTTER OR DOWELED W/#4 REBAR, 12" LONG AT 4- O.C. MAX. 2. CURB AND GUTTER, AND SIDEWALK SHALL HAVE A BROOM FINISH. MEDIUM SWEAT FINISH ON SIDEWALK IS OPTIONAL OR AS DIRECTED BY THE CITY ENGINEER. 3. BROOM FINISH SHALL BE PERPENDICULAR TO THE PATH OF TRAVEL ON SIDEWALKS AND PARALLEL TO THE PATH OF TRAVEL ON CURB V) AND GUTTER. z 4. SUBGRADE SHALL BE COMPACTED TO 95% RELATIVE DENSITY 0 27" 27" 30" BELOW CURB AND GUTTER AND DRIVE APPROACHES; 90% RELATIVE Z C5 DENSITY REQUIRED FOR SIDEWALKS. o 5. EXPANSION JOINT MATERIAL SHALL CONSIST OF 1/4" THICK o PREMOLDED JOINT MATERIAL MEETING ASTM DESIGNATION D-1751. Ld Z � 6. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE COMPLETED Y ¢ IN COMPLIANCE WITH CURRENT ADA REGULATIONS. cn bi 7. THE SIDEWALK SHALL PROVIDE A CONTINUOUS AND UNOBSTRUCTED Z PATH OF TRAVEL FOR PEDESTRIANS WITH DISABILITIES IN 0 ACCORDANCE WITH CURRENT ADA STANDARDS. Z _ 00 SIDEWALK REQUIREMENTS: ¢ In 1. CONSTRUCTION OF SIDEWALKS ARE MANDATORY IN THE X Z FOLLOWING CASES: 0 s' A. IN THE R-1, R-2, R-3, R—TP, R-0, P-1, C-1, C-2, C-3, z (j AND C—H ZONING DISTRICTS REGARDLESS OF LOT SIZE. B. IN THE M-1, M-1—X AND M-2 ZONING DISTRICTS WHEN THE a- m ° MINIMUM LOT SIZE IS LESS THAN 12,500 SQUARE FEET. a C. ON THE ARTERIALS, LOCAL COLLECTORS AND COLLECTORS, AS Y DEFINED IN THE CIRCULATION ELEMENT OF THE GENERAL PLAN. (DOES NOT APPLY TO INDUSTRIAL DISTRICTS EXCEPT WHEN 28" 28" 28" 30" REQUIRED BY THE CITY COUNCIL OR AS COVERED ABOVE). THE INSTALLATION OF FRONTAGE ROADS ON ARTERIALS AND 30 COLLECTORS SHALL NOT PRECLUDE THE SIDEWALK REQUIREMENTS. Z } D. WHEN REQUIRED BY THE CITY COUNCIL ON ANY STREET WITHIN 0 ANY ZONE WHERE LARGE PEDESTRIAN MOVEMENTS ARE uj z ANTICIPATED. a o �- 0 Ln w ¢ CURB AND GUTTER Q PER CITY STD ST-2 2.0% 3 MAX. #4 BAR - 12" LONG ® 4' O.C. n SECTION 10' REVISIONS CONSTRUCTION DETAILS CITY OF SELMA FOR CONCRETE SIDEWALK 10/1/2015 ST-1 6" 24" Rkz„ RYz" f 6" RYz" RYZ 1-1/2„ 0 6" a' ° p Q' p 9„ I_ 9" _ CURB & GUTTER DETAIL STANDARD CURB DETAIL _ 6"� RYz RYz" If a g g" f 1/3d p d 1 16" d G - 4 1/3d d MEDIAN CURB DETAIL CONSTRUCTION JOINT DETAIL TOOL EDGES TOOL EDGES d d 1" MIN d d d d 1/8"y�f EXPANSION 1/2" f JOINT (TYP.) WEAKENED PLANE JOINT DETAIL EXPANSION JOINT DETAIL REVISIONS CONCRETE CONSTRUCTION DETAILS CITY OF SELMA io/i/2oi5 ST-2 GUTTER PAN TRANSITIONING VARIES ° EXPANSION SEE NOTE 11 00000 ' JOINT (TYP.) :•;�` o°o°o 0 DIRECTION OF �Q.. BROOM FINISH 5' :t' EXPANSION JOINT (TYP.) VARIES 4' MIN 4' MIN �T2.07 AX. 5.07 �lrMAX. 4" 8.33% ` MAX. NO BEVELED LIP (FLUSH) SECTION A-A NOTES: 1. TRANSITION FROM RAMP TO LANDINGS SHALL BE FLUSH AND FREE FROM ABRUPT CHANGES. 2. THE SURFACE OF THE CURB RAMP AND FLARED SIDES SHALL HAVE A SLIP RESISTANT BROOM FINISH TRANSVERSE TO THE PATH OF TRAVEL AND SHALL HAVE A CONTRASTING FINISH TO THAT OF THE ADJACENT SIDEWALK. 3. THE RAMP SLOPE SHALL NOT EXCEED 1:12 (8.33%). 4. THE SLOPE OF THE ADJOINING GUTTERS, ROAD SURFACE OR ACCESSIBLE PATH OF TRAVEL WITHIN 4' OF THE BOTTOM OF THE RAMP SHALL NOT EXCEED 1:20 (5%). THE GUTTER PLAN SLOPE TRANSITION SHALL OCCUR OUTSIDE OF THE LANDING. 5. PROVIDE A LEVEL LANDING OF AT LEAST 48" ON UPPER END AND OVER FULL WIDTH OF RAMP. 6. THE 4' CLEAR SPACE AT THE BOTTOM OF THE RAMP SHALL BE WITHIN THE CROSSWALK LIMIT LINES. 7. THE RAMP SHALL BE A MINIMUM OF 4' WIDE AND SHALL LIE GENERALLY IN A SINGLE SLOPED PLANE WITH A MINIMUM OF SURFACE WARPING AND CROSS SLOPE NOT EXCEEDING 2%. 8. THE FLARED SIDES SHALL NOT EXCEED 1:10 (10%) SLOPE. 9. CURB RAMPS SHALL BE LOCATED OR PROTECTED TO PREVENT OBSTRUCTION BY PARKED CARS. 10. THE DETECTABLE WARNING SURFACE SHALL MEET AND BE INSTALLED IN ACCORDANCE WITH CURRENT ADA STANDARDS. 11. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE IN COMPLIANCE WITH CURRENT ADA REGULATIONS. REVISIONS CURB RAMP (TYPE 1) CITY OF SELMA io/�/20�5 ST-3 GUTTER PAN TRANSITIONING VARIES `^ '.. . .<.. . . . SEE NOTE 10 .' o0000000p 000000 •.• 000000 EXPANSION ::opoppoppoopo 0 JOINT (TYP.) 6" WIDE RETAINING CURB 5. •r •: WITH VARIABLE REVEAL / AA ., EXPANSION JOINT (TYP.) VARIES 4' MIN 5.0% MAX. MAX. NO BEVELED UP (FLUSH) SECTION A-A NOTES: 1. TRANSITION FROM RAMP TO LANDINGS SHALL BE FLUSH AND FREE FROM ABRUPT CHANGES. 2. THE SURFACE OF THE CURB RAMP SHALL HAVE A SLIP RESISTANT BROOM FINISH TRANSVERSE TO THE PATH OF TRAVEL AND SHALL HAVE A CONTRASTING FINISH TO THAT OF THE ADJACENT SIDEWALK. 3. THE RAMP SLOPE SHALL NOT EXCEED 1:12 (8.33%). 4. THE SLOPE OF THE ADJOINING GUTTERS, ROAD SURFACE OR ACCESSIBLE PATH OF TRAVEL WITHIN 4' OF THE BOTTOM OF THE RAMP SHALL NOT EXCEED 1:20 (5%). THE GUTTER PLAN SLOPE TRANSITION SHALL OCCUR OUTSIDE OF THE LANDING. 5. PROVIDE A LEVEL LANDING OF AT LEAST 48" ON UPPER END AND OVER FULL WIDTH OF RAMP. 6. THE 4' CLEAR SPACE AT THE BOTTOM OF THE RAMP SHALL BE WITHIN THE CROSSWALK LIMIT LINES. 7. THE RAMP SHALL BE A MINIMUM OF 4' WIDE AND SHALL LIE GENERALLY IN A SINGLE SLOPED PLANE WITH A MINIMUM OF SURFACE WARPING AND CROSS SLOPE NOT EXCEEDING 2%. 8. CURB RAMPS SHALL BE LOCATED OR PROTECTED TO PREVENT OBSTRUCTION BY PARKED CARS. 9. THE DETECTABLE WARNING SURFACE SHALL MEET AND BE INSTALLED IN ACCORDANCE WITH CURRENT ADA STANDARDS. 10. CURB RAMPS PLACED AT SIGNALIZED INTERSECTIONS SHALL HAVE A PEDESTRIAN POST FOR BUTTON PLACEMENT AT THE LOWER LANDING AREA IN CONFORMANCE WITH ADA REQUIREMENTS. 11. THIS RAMP TYPE SHALL ONLY BE USED WHEN NECESSARY DUE TO RIGHT OF WAY OR PHYSICAL CONSTRAINTS. 12. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE IN COMPLIANCE WITH CURRENT ADA REGULATIONS. REVISIONS CURB RAMP (TYPE 2) CITY OF SELMA io/�/20�5 ST-4 6" STANDARD CURB 12" MIN GROOVED BORDER AND GUTTER PER DETAIL BELOW EXPANSION TAPER CURB FROM JOINT (TYP.) 6" TO 1/2" BEVEL x, VARIES ';., 000000 00 AA: 8..33%,"o00000....0 00000000 4' MIN 00000000 .0000 0000 GUTTER PAN TRANSI110NING .;' 5% MAX SLOPE IN RAMP AREA 6" WIDE RETAINING CURB—/ WITH VARIABLE REVEAL SEE NOTE 10 4' MIN 5.0% 8 MAX. 4" .339 MAX. NO BEVELED UP (FLUSH) SECTION A-A NOTES: 1. TRANSITION FROM RAMP TO LANDINGS SHALL BE FLUSH AND FREE FROM ABRUPT CHANGES. 2. THE SURFACE OF THE CURB RAMP AND FLARED SIDES SHALL HAVE A SLIP RESISTANT BROOM FINISH TRANSVERSE TO THE PATH OF TRAVEL AND SHALL HAVE A CONTRASTING FINISH TO THAT OF THE ADJACENT SIDEWALK. 3. THE RAMP SLOPE SHALL NOT EXCEED 1:12 (8.33%). 4. THE SLOPE OF THE ADJOINING GUTTERS, ROAD SURFACE OR ACCESSIBLE PATH OF TRAVEL WITHIN 4' OF THE BOTTOM OF THE RAMP SHALL NOT EXCEED 1:20 (5%). THE GUTTER PLAN SLOPE TRANSITION SHALL OCCUR OUTSIDE OF THE LANDING. 5. PROVIDE A LEVEL LANDING OF AT LEAST 48" ON UPPER END AND OVER FULL WIDTH OF RAMP. 6. THE 4' CLEAR SPACE AT THE BOTTOM OF THE RAMP SHALL BE WITHIN THE CROSSWALK LIMIT LINES. 7. THE RAMP SHALL BE A MINIMUM OF 4' WIDE AND SHALL LIE GENERALLY IN A SINGLE SLOPED PLANE WITH A MINIMUM OF SURFACE WARPING AND CROSS SLOPE NOT EXCEEDING 2%. 8. CURB RAMPS SHALL BE LOCATED OR PROTECTED TO PREVENT OBSTRUCTION BY PARKED CARS. 9. THE DETECTABLE WARNING SURFACE SHALL MEET AND BE INSTALLED IN ACCORDANCE WITH CURRENT ADA STANDARDS. 10. THIS RAMP TYPE SHALL ONLY BE USED WHEN NECESSARY DUE TO RIGHT OF WAY OR PHYSICAL CONSTRAINTS. 11. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE IN COMPLIANCE WITH CURRENT ADA REGULATIONS. REVISIONS CURB RAMP (TYPE 3) CITY OF SELMA io/�/20�5 ST-5 AA EXPANSION EXPANSION JOINT (TYP.) 36" 30" 36 JOINT (TYP.) R/W Z/ R/W 5' 1 10' 27Im< > A X xi 27" f 30" 30" 6" STANDARD CURB RESIDENTIAL 12' MIN TO 24' MAX AND GUTTER COMMERCIAL 35' MAX PLAN MEW R/W lo' 5-0"- 4'-6" 6" 211 MAX. P 6" SECTION A-A BACK OF APPROACH TOP OF CURB 6" 3' EXPANSION JOINT ELEVATION NOTES: 1. SUBGRADE SHALL BE COMPACTED TO 95% RELATIVE DENSITY BELOW CURB AND GUTTER AND DRIVE APPROACHES; 90% RELATIVE DENSITY REQUIRED FOR SIDEWALKS. 2. CURB AND GUTTER, SIDEWALK AND DRIVE APPROACH SHALL HAVE A BROOM FINISH. MEDIUM SWEAT FINISH ON SIDEWALK IS OPTIONAL OR AS DIRECTED BY THE CITY ENGINEER. DEEP SCORE MARK IN CENTER OF DRIVE APPROACH WHEN THROAT IS 20' OR WIDER. 3. BROOM FINISH SHALL BE PERPENDICULAR TO THE PATH OF TRAVEL ON SIDEWALKS AND PARALLEL TO THE PATH OF TRAVEL ON CURB AND GUTTER. 4. DRIVEWAYS SHALL NOT OCCUPY MORE THAN 40% OF THE LOT FRONTAGE. 5. EXPANSION JOINT MATERIAL SHALL CONSIST OF 1/4' THICK PREMOLDED JOINT MATERIAL MEETING ASTM DESIGNATION D-1751. 6. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE COMPLETED IN COMPLIANCE WITH CURRENT ADA REGULATIONS. 7. THE SIDEWALK SHALL PROVIDE A CONTINUOUS AND UNOBSTRUCTED PATH OF TRAVEL FOR PEDESTRIANS WITH DISABILITIES IN ACCORDANCE WITH CURRENT ADA STANDARDS. REVISIONS DRIVEWAY APPROACH CITY OF SELMA 5' SIDEWALK PATTERN 10/1/2015 ST-6 AA EXPANSION EXPANSION R/W JOINT (TYP.) JOINT (TYP.) R/W T-- 30" 36" 30" 30" 36" 28" NIQ _Ix 0 28" 0 1 0 -4 28" f 30" 30" 6" STANDARD CURB COMMERCIAL 35' MAX AND GUTTER PLAN MEW R/W lo' 4'-10" 4'-8" 6" MAX. P 6" SECTION A-A BACK OF APPROACH TOP OF CURB 6" 3' EXPANSION JOINT ELEVATION NOTES: 1. SUBGRADE SHALL BE COMPACTED TO 95% RELATIVE DENSITY BELOW CURB AND GUTTER AND DRIVE APPROACHES; 90% RELATIVE DENSITY REQUIRED FOR SIDEWALKS. 2. CURB AND GUTTER, SIDEWALK AND DRIVE APPROACH SHALL HAVE A BROOM FINISH. MEDIUM SWEAT FINISH ON SIDEWALK IS OPTIONAL OR AS DIRECTED BY THE CITY ENGINEER. DEEP SCORE MARK IN CENTER OF DRIVE APPROACH WHEN THROAT IS 20' OR WIDER. 3. BROOM FINISH SHALL BE PERPENDICULAR TO THE PATH OF TRAVEL ON SIDEWALKS AND PARALLEL TO THE PATH OF TRAVEL ON CURB AND GUTTER. 4. DRIVEWAYS SHALL NOT OCCUPY MORE THAN 40% OF THE LOT FRONTAGE. 5. EXPANSION JOINT MATERIAL SHALL CONSIST OF 1/4' THICK PREMOLDED JOINT MATERIAL MEETING ASTM DESIGNATION D-1751. 6. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE COMPLETED IN COMPLIANCE WITH CURRENT ADA REGULATIONS. 7. THE SIDEWALK SHALL PROVIDE A CONTINUOUS AND UNOBSTRUCTED PATH OF TRAVEL FOR PEDESTRIANS WITH DISABILITIES IN ACCORDANCE WITH CURRENT ADA STANDARDS. REVISIONS COMMERCIAL DRIVEWAY APPROACH CITY OF SELMA 10' CURB PATTERN 10/1/2015 ST-7 AA EXPANSION EXPANSION JOINT (TYP.) JOINT (TYP.) c*4 'Ix _Ix 5'6" 6* STANDARD CURB-l� 3' 3' AND GUTTER 12' MINIMUM DRIVEWAY 24' MAXIMUM - RESIDENTIAL 35' MAXIMUM - COMMERCIAL 50, MAXIMUM (SEE NOTE 8) PLAN MEW �5'-p 6" 2' 3/4- UP 6" SECTION A-A BACK OF APPROACH TOP OF CURB 3/4" 3' EXPANSION JOINT ELEVATION NOTES: 1. SUBGRADE SHALL BE COMPACTED TO 95% RELATIVE DENSITY BELOW CURB AND GUTTER AND DRIVE APPROACHES; 90% RELATIVE DENSITY REQUIRED FOR SIDEWALKS. 2. CURB AND GUTTER, SIDEWALK AND DRIVE APPROACH SHALL HAVE A BROOM FINISH. MEDIUM SWEAT FINISH ON SIDEWALK IS OPTIONAL OR AS DIRECTED BY THE CITY ENGINEER. DEEP SCORE MARK IN CENTER OF DRIVE APPROACH WHEN THROAT IS 20' OR WIDER. 3. BROOM FINISH SHALL BE PERPENDICULAR TO THE PATH OF TRAVEL ON SIDEWALKS AND PARALLEL TO THE PATH OF TRAVEL ON CURB AND GUTTER. 4. DRIVEWAYS SHALL NOT OCCUPY MORE THAN 40% OF THE LOT FRONTAGE. 5. EXPANSION JOINT MATERIAL SHALL CONSIST OF 1/4- THICK PREMOLDED JOINT MATERIAL MEETING ASTM DESIGNATION D-1751. 6. CURB, GUTTER AND DRIVEWAY SHALL BE POURED MONOLITHICALLY OR DOWELED WITH NO. 4 REBAR 12" LONG AT 4'-0' O.C. MAXIMUM. 7. FOR COMMERCIAL AND INDUSTRIAL DRIVE APPROACHES, REINFORCEMENT IS REQUIRED. USE MINIMUM 10GAx10GA, 6"x6" WOVEN WIRE FABRIC. 8. ON MAJOR HIGHWAYS AND ARTERIALS OR AS AGREED TO IN SUBDIVISION CONDITIONS. DRIVEWAY APPROACH REVISIONS CITY OF SELMA REPLACE EXISTING (OLD STANDARD) 10/1/2015 ST-8 EXPANSION JOINT NO. 5 BARS AT36" O.C. 1 GUTTER LINES TO EXTEND TO POINT OF INTERSECTION ---------------------------------------------- Ix 4' MIN PATH OF TRAVEL 4' 8' 4' WARP SURFACE TO MEET BARS TO EXTEND GUTTER GRADES 12" BEYOND JOINT NO. 5 BARS AT 36" O.C. CONSTRUCTION OR WEAKENED PLANE JOINT N0. 5 BARS AT 15" MAX O.C. PLAN VIEW #5 REBAR AT 15" MAX O.C. #5 REBAR AT 36" O.C. ~3 1 1 8„ _ICI-I=� I _III _IJI_li 2" CLEAR 4' 4 2„ 8' COMPACT 6" SUBGRADE TO SECTION A-A MINIMUM 95% RELATIVE DENSITY NOTES: 1. IN NEW CONSTRUCTION AREAS, VALLEY GUTTERS SHALL BE DESIGNED TO PROVIDE A MINIMUM FALL OF 0.35' FROM END OF RETURN TO END OF RETURN. 2. SURFACE SHALL BE A ROUGH BROOM FINISH. 3. VALLEY GUTTERS SHALL BE CONSTRUCTED USING A MINIMUM 6 SACK, 3000 PSI CONCRETE. REVISIONS CONCRETE VALLEY GUTTER CITY OF SELMA io/i/2oi5 ST-9 J 3 w w z C J Vl Y w 0. a PROPERTY LINE WARP ENDS OF VALLEY GUTTER TO MATCH ALLEY APPROACH 1 o' 3' WIDE CONCRETE VALLEY GUTTER PAVE ALLEY TO PROPERTY LINES 1 o' PROPERTY LINE w z J w J d ww CL a o_ N PLAN VIEW i o' w m #4 REBAR AT 10" O.C. 2"X6" REDWOOD HEADER 2" ASPHALT CONCRETE w #4 REBAR AT 36" O.C. z 1-1/2X TO 3-1/2X AGGREGATE BASE=I [ — / U a COMPACT 6" SUBGRADE TO 95% RELATIVE DENSITY 3' HALF SECTION NOTES: 1. ALLEY STRUCTURAL SECTION SHOWN IN MINIMUM. ACTUAL STRUCTURAL SECTION SHALL BE DETERMINED BASED UPON SOILS ANALYSIS FOR "R" VALUE AND USING A TRAFFIC INDEX VALUE OF 6. 2. PRIOR TO ALLEY CONSTRUCTION, ALL UTILITY BOXES, MANHOLES, CLEANOUTS, AND OTHER UTILITIES SHALL BE PROTECTED AND ADJUSTED TO FINISH GRADE FOLLOWING PAVING. 3. APPLY TACK COAT TO GUTTER FACE PRIOR TO PAVING. REVISIONS CITY OF SELMA RESIDENTIAL ALLEY 10/l/2015 ST-10 ALLEY ALLEY R/W R/W 10' 10' 90 VALLEY GUTTER 12" MBO IN VED DERO ER DETAIL BELOW MATCH APPROACH MATCH APPROACH : .. ..r..:....:...:. oov000voo' vvvvvvvv :• .,Y oov000voo . WEAICEA PLANE', 00000000 ::�.:.....: :. .. .••.:'' •oov000voo 00000000 .. .., .. ,.• oov000voo:• .? 0000.3 3 .• - -•�'-' - •- '•, oov000voo .x. :.;� �• r.-• voovvoov F•^ A.33 a oov000voo :` :x.,:2%.:.: ?' ✓2% '^6C ac:;`.:'. : 0oo00oo0 000000000 Q _�� .K•. voovvoov K .- ;S1.g,:: ':,000000000 "MAXYN f:.:.:.:.. 0000v000 > oov000voo ;-�•. :�_. 00000000 x.� vvvvvvvvv - 00000000 .•`.�. 000000000 voovvoov 0 0 0 3 DJ3 000'. 00003000 DoDaybuou ^ 30003000 .i. SEE NOTE 7 14' - I - 3' f PLAN VIEW EXPANSION EXPANSION JOINT (TYP.) JOINT (TYP.) 8.33% #4 REBAR AT 18" O.C. 8 33% M MAX 2% MAX 2% MAX 6" REINFORCED CONCRETE #4 REBAR AT 36- O.C. 3' MIN 3" CLEAR 6" CNS (95% RELATIVE DENSITY) LONGITUDINAL SECTION 4' MIN MATCH SIDEWALK 6" 2' PATTERN 2% MAX. 1" UP 6-4- S. �f I I s• 3"J 12" MIN #4 REBAR AT 18" O.C. #4 REBAR AT 36" O.C. CROSS SECTION NOTES: 1. TRANSITION FROM RAMP TO LANDINGS SHALL BE FLUSH AND FREE FROM ABRUPT CHANGES. 2. THE SURFACE OF THE CURB RAMP SHALL HAVE A SLIP RESISTANT BROOM FINISH TRANSVERSE TO THE PATH OF TRAVEL AND SHALL HAVE A CONTRASTING FINISH TO THAT OF THE ADJACENT SIDEWALK. 3. THE RAMP SLOPE SHALL NOT EXCEED 1:12 (8.33%). 4. PROVIDE A LEVEL LANDING OVER THE FULL LENGTH AND WIDTH OF THE ALLEY APPROACH. 5. THE RAMP SHALL BE A MINIMUM OF 4' WIDE AND SHALL LIE GENERALLY IN A SINGLE SLOPED PLANE WITH A MINIMUM OF SURFACE WARPING AND CROSS SLOPE NOT EXCEEDING 2%. 6. A DETECTABLE WARNING SURFACE SHALL MEET AND BE INSTALLED IN ACCORDANCE WITH CURRENT ADA STANDARDS. 7. REBAR SHALL BE SUPPORTED WITH PRECAST MORTAR BLOCKS SUFFICIENT TO MAINTAIN REQUIRED CLEARANCES. 8. ALL WORK CONSTRUCTED BY THIS STANDARD SHALL BE IN COMPLIANCE WITH CURRENT ADA REGULATIONS. REVISIONS CITY OF SELMA ALLEY APPROACH 10/1/2015 ST-11 R/W R/W 52'-56' 10' 32'-36' 10' 5' 5' 1.5% MIN 3.5%MAX LOCAL STREET TI=5.0 52'-56' 10' 32'-36' 10' 5' 5' 1.5% MIN 3.5%MAX LOCAL STREET TI=5.5 76' 10' 56' 10' 5' 5' 1.5% MIN 3.5%MAX COLLECTOR TI=6.0 100' 15' 28' 14' 28' 15' 1.5% MIN 3.5%MAX ARTERIAL T1=7.0 134' 15' 44' 16' 44' 15' 1.5% MIN 3.5%MAX MAJOR ARTERIAL T.I. = 3.16(H)0.11 WHERE THE NUMBER OF UNITS TO BE SERVED OR TRAFFIC COUNTS CANNOT BE DETERMINED, USE THE TRAFFIC INDEX SHOWN ABOVE. AREAS CONSIDERED AS SHOULDERS MAY HAVE T.I.'S EQUAL TO 0.6 OF THE TRAVEL LANES, HOWEVER 4.0 IS THE MINIMUM T.I. TO BE USED FOR DESIGN OF TREVELWAY AND SHOULDERS. REVISIONS STREET CROSS SECTIONS CITY OF SELMA io/i/2oi5 ST-12 300' MAX Lo o II 10' 26'-28' 26'-28' '. 5' SIDEWALK p ADJACENT TO CURB \S� 10' II I PROPERTY LINE I O Of 10' 5' SIDEWALK 26-28 ADJACENT TO CURB V 10' 300' MAX REVISIONS CITY OF SELMA CUL-DE-SAC 10/l/2015 ST-13 54.66' 2' 16' 42.95 VARIABLE 140.00' TO BE DETERMINED BY CITY ENGINEER CONC CURB 6" } 2' ..... . . .-,THICK QNQRE-TE:::: ., :,::. 6" CURVE TABLE DIST FROM OFFSET POINT "A" 0' 0' 10.0' 0.17' 20.0' 0.67' 30.0' 1.50' 40.0' 2.68' 42.95' 3.09' 50.0' 4.11' 60.0' 5.56' 70.0' 7.0' CROSS STREET 80.0' 8.45' CURB LINE 90.0' 9.89' 97.05' 10.91' 100.0' 11.32' 110.0' 12.50' 120.0' 13.33' 130.0' 13.83' 140.0' 14.00' t`--------------- ---------------------� s o. SEE DETAIL ABOVE 2 1' RAD CONC CURB CONC CURB 1' RAD 16' 12' 1 3 1' RAD 1 - ------------------------------------- CONC CURB 10' CENTER ISLAND TURNOUT REVISIONS CITY OF SELMA FOR 10/l/2015 ONE WAY LEFT TURNS ST-14 1.67" APART 000 000000000 00000 000 000000000 00000 00 0 00000 0000 0 0000 000 000 00 000 O 000 0 T000 O O 000 O O O 00 000 SEE PLAN 00 00009'O,o'�s, 0000 i,~ o00 000000'Po 00000 co < 000000000004- 000000 a 000 00000000o 00000 00 0000000 0 00 OO OO OO OO OO OO OO 0 0 00000 000 � 000 000000 0 000000 0 O00 O O O O O O O 0000 c 000 Z O O O O O O O 0.45" AT TOP a1 0.9 AT BASE J a TAPERED EDGES w WHERE EXPOSED DETAIL VIEW N 2.35" 0.2" HT. APART o d ' O O O O O O O d a O C d d d O a Q. 2.35" APART PLAN VIEW SECTION VIEW NOTES: INSTALL DETECTABLE WARNING PER 2013 CALIFORNIA INSTALL ACCESSIBLE BUILDING CODE REQUIREMENTS. CBC1127B.5.7 PARKING SIGN(S) AS SHOWN ON POST PER ADA STANDARDS. PARKING ONLY MINIMUM $250 FINE VAN ACCESSIBLE VAN ACCESSIBLE SIGN 7 WHERE SPECIFIED 80" NOTES: INSTALL ACCESSIBLE PARKING SIGNS PER 2013 FINISHED CALIFORNIA BUILDING CODE REQUIREMENTS. CBC1129B.4 SURFACE REVISIONS ACCESSIBLE FACILITIES DETAIL CITY OF SELMA io/i/2oi5 ST-15 City of Fowler Standard Plans Drawing Drawing No. Title ST-1 TRAFFIC INDEX CHART ST-2 STRUCTURAL DESIGN CHART ST-3 RESIDENTIAL STREET ST-4 MAJOR COLLECTOR I ST-4A MAJOR COLLECTOR II ST-5 MAJOR ARTERIAL I ST-5A MAJOR ARTERIAL II ST-6 EXPRESSWAY ST-7 ACCESS ROAD ST-8 ALLEY ST-9 CUL-DE-SAC TURN-AROUND WITH ADJACENT SIDEWALK ST-10 CURB & GUTTER ST-11 CURB GUTTER & SIDEWALK ST-12A CURB RAMP -TYPE A ST-12B CURB RAMP -TYPE B ST-12C CURB RAMP -TYPE C ST-12D CURB RAMP -TYPE D ST-13 CONCRETE VALLEY GUTTER STREET INTERSECTION ST-14 RESIDENTIAL DRIVE APPROACH (2 SHEETS) ST-15 COMMERCIAL DRIVE APPROACH (3 SHEETS) ST-16 ALLEY APPROACH ST-17 STREET LIGHT ELECTROLIERS (2 SHEETS) ST-18 STREET NAME SIGN ST-19 TEMPORARY TIMBER BARRICADE ST-20 STANDARD CROSSWALK ST-21 LADDER CROSSWALK REVISION DATE CITY OF FOWLER STD.DWG. 12/26/23 ST 4/17/24 STREET INDEX INDEX 4000 3000 2 M// �/Z=\ 2 2000 i//\/ 1500 /\\}x = I 0 < /z \ / u 1000 0JI \ / < �z 0 < i 0 800 eeEeE // 6 e I0 z \ \BOOE T\\ \ -1 500 11 >Z ® _ o zEze zo © 400 /§ //§ ©ƒ \0 300 J o< ey 2 200 // 0 \j E 150 e> u c p/ < E _ E / 100 » R 6 \ 8O / /§ ue g <z / j < e0 IO 3 \ U / 50 <0 40 � \\ / 30 \ \\ ® uz D \ U _ Oy x 22 + I ® \ �� \ < - — > U G r) § 10 LU\ \ / 8 \ \_/ »o / 04 m U \/ > LUZ _ < Z Z $ r o G o 2 o r o k & d 6 / / ¥ ¥ TRAFFIC INDEX REVISION DATE CITY OF FOWLER S@. DA$ 4/10/01 TRAFFIC INDEX CHART ST-1 REVISIONDATE OF • • _- STRUCTURAL A. It .. H W Q z W QW WQ �- w � — J Jw ° C)3Nn /.ia3dObd U) ooa 0 - z F Q Q D Q � � QTaw W Q �w � a 02 � Q� AL T w W< a C) � � om �Z� ZZ �� � z� Q 0Lu 0? U1LLJQ m (n � C�QY Q - CCU) OamQ>-0 Q O j Yw cp WUZQQ wmw z L0 0 U0wQF- QZ Jm U > � F- oamam - Q LLJ w Q cUU WI D 00U) V) QU)z T Of T U Q Q Q iQ F- Jn in U ~ F- Q F- wIJwHco 0U)wF- DUa Q0a J 1U H LJ W JQHO=Q p� W HZ�QC'l� C� pT 1 U) a Z O <UZTHU �w m -C)w)- Q c� TWO - V) Owl J t QOfZw F- Z LL ~ i � p wF �thZY � Q Z�Um Q Op X WQ p Of WJ T wwZcD Q �a - oo w�ZQ n F- F- F- 3: UU � d /Q Qww F- LJzwQOV JU)L It I U) J TLi NQ W J m �� w W = QmUNCD U � IQ >�W W n ZJZ OXO U O ~ amZ QQ OU Q } U JU10� Z O QQ� UO � _C) ~ wDQ0 J0 wzOwWU m � w Q oaaUUw n n� W W w � Q � QLij QQ Q r > aQ0 m~ 0wm m Z p (jZ Q z = JJ � U) p pH �F- �L O J m co 0 0 > O - U)wF- U) ZU wwZ w J F- Q Q U oU m UV) 1 p- F� OQF- QQ QU � Z~ paTF- JwHm QQ��QwT WW w aW aZ wQD 0 C9JU) Jm0 J } Q Q } 0TLiJTwZQ wW pth CTF- :200Q) 00 � 0 nL I O WJ Q � m � 03:0<UI n0LL QF- QUQLm amm th O C) O N z N Qb\ Ln> I I Q F- > N (o Q = �W V) w V)W Jw J JU >Z QTZ QofLQ thZ Ct)F- 0 LL-0 F� wW Up m} °Q w mw �OQU } U b z I 00) O�thQ Lf? Q =� U1 TLLV) �j O �O m � ZF �pw? I _N II N Q Z I QQQ QjF- QU) O G� d) (� II LQ Q W J w N Z Q > a Q0)Z ZQpzZ II 11 11 z = w 0 LLJ U L Z 0 ° >0(nQ w w Q a O Z Qwa a JrJ a0Q U�Zwp� p a 0 � � N H QQ W Q J 0 V) i w0> ~ Ow Jp~ mN N O N 11 Q ao Ln Of Y Q ch thwU QV)N II th U) II U) F- w - w th o �Q U)~a z�a � mwJp X H U1 a Q �a a LLJ oF- (~Tj� JTQ Q LLJ z ° c ° w Q � v,o Qza (n Q D�cncnQ - c� 0 cn a a Z°w LLJ Litho C)f zz U � : � �' � z o� �n o L'QZ ~ = �z zQ �c~n �_ �_ �_ �_ a T � �oz O canna =��w0 ch z z Q z w z ° coQ QJw Z QUcn F- QacnF :2 :2 :2 : Q : V) U) 3Nn ),id3dObd LO N n t Ln O r-� CO a7 O REVISION DATE CITY OF FOWLER Std. Dwg. 4/10/01 AUG 04 RESIDENTIAL STREET ST-3 3NI� ),id3dO8d ry o w Lu J Ld H m J 0 (n wwQ C�� Q = H XO 2 O X m O ui � Yw �i� � ~ = pQtn L. a 0 � r n cnc�> p - c_9mOw 0 - Qr O =� m J p J JO w ��Q Cam U H p D � ~ w H N Q N Q Q Uri O fir) avz ui ocn o_ = wuWQ�z-Lj zQQmchW �cwi� Cch co cn w = a � � Y� O O = m� ch Qw O JCn QO w Jch tnd =��OPZr Q I Lu LLIw m QU .f)fcnp = -3:L- cnaQO mZ O U w w Ui Ld CD 0 J -i D mZ Y Jin0Z 0UwCD ) < w W — (n<W J V) — ~ X�'a r U m W F- mQ W F- W(D U (=n Z U Q Z d W Z Q :2 o O W c J c W c h Q 0 Of LLI Z 0 J ch Z Q Z(' W U)Q I = C� = Z 0 0 W ZoroQ �Q WD ZOW(nO < WN z zLnch 2a mQ C) w � Z U th C)�F- 0U w0 ULLJr JL` wC�� Q 10 W L` QZY mpL,U JUmLdZCD 2 W Y J w of Q LJ Y ~ J0� Q = w00M = dwCD O� O H �Z H Of Q Ln M I W �w X w = Q? �U w N Q Q 0 CD Of Lnn JU LLJ 0 Q p�LdO_ �_ U 0� N�� r Q wZ > �� Q ���0 oJo as mQ��Q �Y f n — cn Q U m I I cO 0UQJOm0 ~ � OU ~ L Z ~ O~ CY � ZmUQ � Ldw � Q Qcn�b�z <(D wZ Q Zw d ch Ld Ld �� Z� U U(n U UO — 0Z J N a U.—< J Z JaLnWZ J m CDQ ZCD< UU \ J r0Q m� 000Dw 0. -- - 00ch ww 0 QwLd o m o �00— a cnm QcnooU <0 Of J In ai N w Z mmrn Lu Lj > N I Q I Z N M CO CO .� 0 u N Ld O U O Q w o Z L, Q J CD m �Q D � �LLLJLN(V U) U N Q D O I O J Lj Ld O Q ~ J <m V) U) M Of = Q J I JO WCY LLJ (nN = chQQ �W Z_ Y Ld c = w Z m Of = ONE I p r Z W I m z J � z Lo r Ld Z J} Q F- 0 O= O�O V) O g a > o O d d ��p LLJ 0 �0(n� N o II WU J� Ld d �~ Q LLIJ Q N Ln Z II of _ U) 0t Q QQw 0 J� Z 11 II 11 w = U Q~ Q W W Y th Ld �� � �F o w a o m o a >p H w r�w U I U(n Q d 0 Q 'n 4 �a QOw ch cwi�� Do co OJ �, z o a ; ZF- Ld UZJ J J~ II O 11 ~ O wQZ Zp� QpNLd w N w II Ln w� o 0 � UC5 O� Z � cnWU X F- cn 0 a o = � ma Q Z w Lu F _ IL J0Z UL)O F— o m w Q (n (nQ Q J W U L�~ U N Z 0U U N 0- ch w �' Q Z a JwU Lr)0 U :2 Z o0 N 6I = cno :2z w :2 :2 :2 2 :2 a � a LLI �Od =Z= Q Z Z Q Z w Z w no 3NI� ),id3dOdd ~ Q � 0 Z M M M m m U) z N cfi Lri co co �; o REVISION DATE CITY OF FOWLER Std. Dwg. 2-19-02 AUG 04 MAJOR COLLECTOR - I ST-4 01/06/09 3NII ),id3dOdd a o w J w m w w 2i X r >- W W Z J U-1 0 Q 0 F N LuLd< CD Q = � Xa w r 0 pQ m p 0 3: O ~ = OQ = O a w w� m z CD U 2 mp Q Z Qp J J0 w ; w OU) CQ�m � 3 ~ ww�<� w O NQLuMC) �p adz U(n wpOLdOf "wU d r ZHCn w C � 0 oW w N =~ago J� o a m o mQa o Qa cn U p o w J Of cna = Q �OF-Zr � 1 _ w w w� �w Co QO r '..afv)o= w� t/i O (n0- <of J (hZ m Z O Y U -10 0 Z Of O U w o � w w O�<wQ 0 00 1.i - ch � WCD = Um ZUQZam02zQr D Q CDpw J C� w ��W0Z PO �U Q w pZQQ� Ln UQ I w ~ ->-~ Om oQ wm aw m z�wcn0 m wt=n r � Z = zu)a IE aC) Jw m J OU��wr w � Z U Cr 0�H(n C� MD U CY 1: 0 0 Cn -J Lu � QLl 1 O wJ0 �W WmQWH LuYULjof Qch Y t=n z JO� Q= wCD d W =aw0� CY U(.OF- ^O Q J n� I > 0 w Q to to o o o o 0 o C� �U �` a wQfw0� UZ c~nw OU m z Lu0:2 Q �w O Q p Op 0m J 0 Nof Z wZ w ra J in00U) -jwaw U0 J u) QQcn-Z U)y p � Z � U wZ Q mp - UQ QU_ 0 I w0 > � ww0� � Ow �Y JQ (n Z wQZ>CD w m = Q Z W a D Z m U Q O W W H Q OZ C> �w �U)i-- UCj uZ N \ I J }OwFZZ� . Q � w` "fW� Wmw(o -- N d ? 'OZ m Q U CD UUa O Q 0Q�mch000Dw J Q Oz 0 c/) 0och ww Qw mU: nm �a a Zw Qn000 <0 an V) ch n I� m 0 w CN cp Z W > a CDC) % I ~Q.1 z Of U-1 p p 00 w Z Lyz QJ0 m pQ = r >Ld U)U V) Q =0 I 0 -.1J w Q m U) U)Q ~ J> N W I = � J I J p W w p cn(n =CY Q Q Of w Z Y w (nch = W Z m I CY = 0L m0 J o Zwzi rw w -00 � Q O 0 o F- COf OV MwO rnZ NON LLJ ~ QQJ Ld U O N Z_ 11 Q2 �o~Q z Q z II 11 II Z = w ~ Q o J Up_ p > Q w ap aw oLd w >aUawU-iMN UU) Q ao L Q ui W 0 w0JQO vi� co a U a >Z th (Dz IIOfZJJF U 0 ZU Q(nN V) uj 11 V) Ofo w0 o 0: F- C) ,yX n o a p ch a Fn Q-iw UU0 � DF-- < 0 D a o w Q cn U) F- U cn p z o U cn a a a JUO a�00 � Z 00 m �� � Z D a a a `n w W ZQ Q Q - - X 2 UU-) �_ a0 r a LIJ cnoa = Z = a z Z Q Z w Z 0 p0 3N1� 112i3d02id Q cn ? 0 � U) �� O REVISION DATE CITY OF FOWLER Std. Dwg. 2-19-02 AUG 04 MAJOR COLLECTOR - II ST-4A 01/06/09 w 00 O = No 3N1� ~~ OF [Y o WF W F w It )FZr U Ld a FQw),i�:] dO�Jd QUn � - � XW It o0r�x o Qmm V mu z 0M U) �w F >- W a F 0 J(n Y Q W V) 0 L, Q o FnYLd �� U QT �uW>- Q U 0 H -Q� o m0 U>_ Ld —Ld zQ z Zz W WLn 00 (j= fY m of YZ �W J..� � Z OLL�UDm Q} 0 0 Zd � p� mF� Q JU JU QZ -zDQJU U� W0 o NQ fYZ>)- J w iIt ? o OWoQm a Ld Ld =Z 3: znozU) 0UQ- ) WUQJW W Nn = owJ 0 000QLd Qw:Y = �Ina W Wn � m Co WJ UQ On J It < Q W p QQ FOm fY ZQ n > Q�Urjw Om z pO �F ]Z FCf W WW W wa Um >- WFaf010LL a V) Q a I Q W p Q W(n H Z O p F 0() (� a.J W �� Z of Q cr aaZW FJ ~ I W p W �~> F 0 W 0 LL1 2 to Q C� I O trC9 WFzpm� m0.. F- zxo< o W(= W I Ld Qw F0Uowj �Q � w ONtwn0Q ~Z N >O I UQ pw� Ufh Ow0 <(f) o fY �OQUw 1 0 m � a >F wF -iZIY(� paF QrmWF Q I U� aU � af3:af OJ w7 Cn(< UN w0 W Qwo Z thD fY �'pQmC) Ocn Q (j L� w 6 fY W N I fYU w� OQFn=WUFOLd J NUwwfYZ wZ \ ZLL, w !n fY WzOffh Q QWOlf Q !nY IO > fYL, JO Qp Q F oQW } a' ma 0Q U QC� Qp W W vi W LL, oo c) QofmUvF O N > FFF Q_F W W Qw =I Q Q U) a m J J 0 U Q( - L,U Y 7 IYW F f1f O Q� QYU W WQ of ::) UL� W z LLJIw WI o> a fYJWIY a pD w z > IY U It }OQ _ ' ' FoZ ofz3J � W )o a z 0 f m o n � UU )- OQ000Uw0w QZ 0 -wZLd WW o N 0 - - --�(jLoz �Q mU: FaUJmaa �W Q(nmaft Ir(n z I Q°' �(D(D N Q Wp w LjV)mQ F >WJ Q Q D J JIn =QQ I I =W J>V)V) 04 =Z Q I CFO 1 00 W YLL~ fnofFfh o I Of LLJ zoWo z �0) fn z Ln o m F-(n 1Ln JF F I J of o W 0 Q0 0 u w QZF L,ft N Q I �� WQ J Qo�o C) W p wU O N Z O a I � _ � z0)Z Z J3(Wj II 11 II Z = O J Fn� W Q o oQ�z W w o a o m 2W V) F>fnQ O W a � II wz U Q a m W z � FOQ w 1 0 0 QZCD wFU U)�=0 co C) OJ N Z II U 4 zOZ> UwU JJFU 11 to 0 II z m�w0 z QO U W Lu 'n a FUra ova ?mOQ ix F O p a O Ul a Jp�a Ocn F � Z o rY fh ° w Q o QJUQ U p �V) Z U U (n U a — �fYQ ��r W (� � Z o '" QOp U)D Z LL > > D z D d (A V I =LL Z V) LL :2 2 :2 a L' J ao� fh Z w ov) Iww� Q �3Nn la3doad Qo(n 0U) 5i � 0 :2 fn 0 vi (6 r-� cd of O REVISION DATE CITY OF FOWLER STD.DWG. 2-19-02 AUG 04 MAJOR ARTERIAL - I ST-5 01/06/09 Ya -iLd Y� QU(n J� 3:X } Q -- �w OQY owO3N1� J.l�J3dO�Jd o � z wQ = W QJ QHm Lr U Q o ° O O T Z Q p C)Q Z UV W �m W � Z m Ld a m Uw) JO~ Z Q V) Wp O U QF (OQ 0 W w m � V) Ld o°Q ? n o � a ~ I N� W QQpc ? a VF < F- O ° o(D< >� Q: a� Y Fm -i w w Z ^ oLd W � = m0E- ) w -- mZQI FF < Q Z ~ ch V)O > waQVmW O W w U) mQJ nWmZ LLU Z 00L, m � � JOFQ � � 0- HW �w �0O V)I m Qm �z - ZQQ ° FZ< <Of � W I WWUpF wFOZQ�0 °D } O0Qm ZLZ W � Y= =m oQW Q FF Q= ZNit -w F- F- F- z =a cn LLI Z N p �H ` �°U) CU N w HU)UmU `W U 0 Ld O � 0w w 0 > WQWLLJ Wa QJWm> Z a pU J QaLiD ZH Z a U Q c ° �� ao�j 0 Q -i F � cnV)io0Q0 mZ WO n� JZ ����Za V) 0LLILd )pHU W Q Ld N �� a ° QQzc WO UQ° n zF- F ~ � Q� OU > -JdFQF� mpF-N U)Q OfLd0 LYrw wZ - O � U ~a °W0) �mJ :) WwF-Q Q a ww> poO � w� wN w�,ZUg U z ~ OQ aQ � w W U QO = � Ha QU °F � wm -(o O wJ: }w m V)W J (n V)wZ m p 0< u 't 0V)0 W mo >- wWa 0 w Z OQW� WQO mmmG'00 � V)Q a w �� 0LuL nm �Q <WQUMwn Chm0 I m 0 > N w (j Lo Q 00 - a } I ~ Q In I (O (DW W U)m Q V) I >W J WW O J~ TJQ I J = J JU) Q =H (n Q J>V)v) W J O� Z UFo QaZU Z �wF- NQ� I �°� ZoWN Z o w0 0 M -3:Z I ELT 3: (nZ Ln m= Q N I =-H Op Q F V) S Ln J H UF- Z_ 0W 0 QV) II m WQQ WODO N o J Q ~~ O N 0 Z_ ~z YJ} J z Z l0 a JII a J p U II W aII Z = Q OF- II Of O Wa Q~ < ° QZ W W p OO pa UO w p Q ° Ln �° w O Ow WFU G'=at0 z< 0 0 0 V) Z UII QmF~ a UUw JJ�-U II W ° Z wU Q- U G✓ V) II V) �Cj w�Q oww a�pQ X � V) W D F- a o a p N 4 coQ QZa UOU) Fm`nZ p w Q o Z w U p C)V)Qp Z 0 U U V) N L U a a F- G' LLI J a'Q F- U � � Z O a HU(D QOp V)� Z E D D D Z D d JOZ =wZ :2N0N w :2 :2 :2 :2 O : a cD < a0r =ZrIZ Z n ww QZ Z O w Fo UV) F�JpU) Q V) It[ __" O 3N1� Jl1b3dO(Jd Z N `� m �` °° 0), o REVISION DATE CITY OF FOWLER STD.DWG. 2-19-02 AUG 04 MAJOR ARTERIAL - II ST-5A 01/06/09 PROPERTY LINE — — F p W U UJ 4 W UI W p a a W Wp W Y �_ w w cj rw m Z Q o w m Q(n (V v QQ0OO_0'J (o (If J WW a(n (nUIQ I V)U NFw00a (If Of � W H p W OfHV)ZH :W Z- Q = UU W o J LLI ( p it ( OUZ"Il Om ZFQ 0M C�Z Z QU(n >0_ NDL��O_ � Yi u OWmpZUW QW Q I WWQ 0 W IUO�am) aZDW WXF- < am Z ril H wZ ~ IUlwplwOwa tnwQWWm ?J (n N Y W m U H W= J J p H Of� O(n W~ W H a U > )-W W Ja~oaNQWZ z0'< UI 0I (Y a W Q Z_ W - WO0 � N U � � � cOLLLLJ-iZ DL,w paa0E-Of (~n�W U UQ C) d � Z wU w � �fhz afO z LLJ<F0 O ( W a. W J Y Z_Wa C� WI C) N � aF ~ a ~OXwDIU0N Oa�ZD z ~�D ZO� � �w UaZwwpUQp 0 -jNW�ON � I N LLI � � > Wpthm0FnWp� 0c0 <C) F-Lu 0 YZ N U ? as ~ v �cNn0 F-U ,m c=n<Q <C) �' ou Z I H> w a0 W � W� L� � r U p Q Oft' dUQF- O 0Z: O D �~ LLJ W � 2W_ LLI I � F- � J 0� oQ o m N aaZ oN VI Ua > rnwnmcn Qm WD W H W L,� 0 U Z MOf0 0ZW r�oozo� pU oo_ a W °a D Ow c)�vV)c)�4 �nay I z I mZW U 0 3�wQ� wwQv ��ZdW� rj rW� Z } O Q 0m a } OwIwZJXUZ OW��(f) U(n 0 >- aIIrft00000 C�I _OaWw Wad p �� m � V)3:0<U am JU < oumof 0 �mm Q U ~ O J W Q U N O N d U Z :2 LL la O O LL O N Q 0] v W of W Z W I (n W > 0 Q _ J C� H (n � L` W(/)LLI W W Q Z >w 0 d J m Q.. Op Q�pN N Ul I O thO Ja J jmV) Jp -0000 �> 0 N~ (InftNa I (n OF- Ln Ld ?FF- D� �r 00-(n O _ H o N Z �IE�Z NWwQ N II d'w0 0 m w F-~ QOJQ O N Ln Z II w Z LU 0 L�Lu ZO_j ch II p II w I U ZOF ra F W p 0 O Z 0 C) a > a w � Ln a � Wes~ (A Of 0 a0 OJ 0 OJ � � � U) _ spa 0_� N J UI Z 00 �~ W WZJ JJ~ II 0 W 0:a Q-()W N II U) r WIZ U N O'mwU X L (� V) W _ 4 ~ J ZaiZ �m=Z w H O O 0_ w a ZOZ > 0n- UD~p U U d a Of � � WO W �V)a D oOf :2 (n C) (14 F-� } a Q0LL �?mo > j > j z D Z Ln c0 a JO H - O IHU (A�ZU L� � : � U 0_ o QJUQ dUW WZaa a Z_ Z_ Q Z w Z 0 PROPERTY LINE f N z awe ~�~Z p N M 'i Lfi c6 n ob o 0 REVISION DATE CITY OF FOWLER STD.DWG. 4/10/01 1/25/05 EXPRESSWAY ST- 6 01/06/09 ^ l,J 0 pLLJ w O O Q F- U1 J F- LLJ UQ r U U NI Q W th� ROAD U LLJ a m F- U)LLJ Wp w U U th D OHQ th CD O U m p Z U F- wZ F- CD Q CD W O Of Z Jm LLJ LLJ LLJ XF- zQ — > 0- cnwQwQ Q �LLJ J U LLJ ~^ F- OU)CU,JF- DU) Of HQ O I Q U) Q _J Z F- Z th <0 LLJ CD 0 S J - Q w0 LLJOC�U} Q �cn I m m ftcn ��U�zCD D F-Z b\W C) oUQ0Q � � cn� } U �> Y zWwQUcDQ WO 0 Q Q U OUW ZQ F-U) IZ Q U LLJ�ZZ co.. N J 0 W th F- I U) (o Qpm >Z�� YZ w IOW OQ UY p� U)Qp0UJ W OU J WZ�-0WUO _ U1 W J U1� W W~ d I m0-omo m mZ � J O W Z W J F- U th H � U � QHO�QpQ pU �F- D� Up th WaUowJU) JU)0 d U)CD Up Off- -Of > w > w0 f� pp Zm CDLJF- :2CDUU) UU) of F- 12" OQ 0IvooLu < LLJ Q >- 0wU) U) U) U>- QF-000thm ofmm H LLI th Q 14" o Z `n m � d J O F- Z � U p LLJ W w U)m O J U)m Q W Z U JQ Q J U) J� C7H d I (U 0 J� IQQNU) D- U)U ° Q I W LLJ Q J I Q Z > Iw J>Lo I U ZppW O I F- BIZ Q� Z(~/1Q� OQ J° m W Q J Y~ O I o W U J J th Z I Q w0 thW ~ U)( F- pJ ( 00QQ CD F- : I aW m LU) 0oC) ZOwQ F- to WLL NO o F- D w b\ � 0W rn - Z W F-th Z 0 p N I � U �>_ I - �O J I pZ �0wd o W z I Q 0)F- th 0 <F- W 0 - �Q th W o m I N 't I z wQQ OOD WQ WQL0 Q F- oz - z Q Z m.� p LdUo Q p U)O DQ 0)cnQ I Qnz 0J�Q Q zWW� N d �O HQF- pmQm 00 wZ~ U>oZ W o F- F- t > F- 0U LLJ 0( W� U QwOw WF- _ �� _0 - W Zw�m UWU JJ~O Z J mF- Zo o zV)w mOOoF O 00V) QF- U) U0U) F- OS U °F- ZU W ®LU Y �m0 UHp UU)zz � 0 ch wQ0� O Q as Q mW- F-�t QQ Z � Sth mom > 0'v � a I J�Q � �� 0OQ F- LLJ V� LLJ I F- Q0 U) � � � � 00th th V)W p U LLJ� U) LLJ IILZ �U)O thZ 6F- b U)oa IZwUV) Z odOmZ 3N1- Jll�:J3dO�Jd F- S3: Q QUV) � :2JQ .,Q WQ _ Qw U)0p z N � REVISION DATE CITY OF FOWLER STD. DWG. 4/10/01 AUG 04 ACCESS ROAD ST-7 01/06/09 1/2 1 ,2„ 24" 2') #4 BARS @ 24" O.C. REINFORCING STEEL 6 SACK CONCRETE GUTTER DETAIL (3-#4 BARS) 0-1 1 2 0' w Ld J 10' 10' z } I � F- a a a 2"X 6"REDWOOD HEADER 2"X6"REDWOOD HEADER a O p a 2% MIN. I 2% MIN. a L - - - - - - - - a±T_ - - - - - - - - - - J CONCRETE GUTTER 2" TYPE "B" A.C. SEE DETAIL ABOVE 4" AGG. BASE (NON RECYCLED) 6"- 95% RELATIVE COMPACTION N OT ES (NATIVE SOIL) 1. ASPHALTIC CONCRETE, AND EARTHWORK SHALL CONFORM TO SECTIONS 39, AND 19 OF THE STATE STANDARD SPECIFICATIONS LATEST EDITION. 2. THE STRUCTURAL SECTION AS SHOWN SHALL HAVE A MINIMUM SUBSOIL R-VALUE OF 50, FOR R-VALUES LESS THAN 50, THE STRUCTURAL SECTION SHALL BE DESIGNED IN ACCORDANCE TO STANDARDS ST-1 AND ST-2 WITH A TRAFFIC INDEX = 4. 3. CONCRETE VALLEY GUTTER SHALL HAVE WEAKENED PLAN JOINTS 0 15' O.C. TOOL EDGES OF JOINT. 4. PROVIDE EXPANSION JOINT IN CONCRETE GUTTER 0 90' O.C. TOOL EDGES OF JOINT. 5. CONCRETE SHALL BE 6 SACK CEMENT PER CUBIC YARD. 6. AGGREGATE BASE SHALL CONFORM TO SECTION 26 OF THE STATE STANDARD SPECIFICATIONS EXCEPT THAT A DISTINCTION IS MADE BETWEEN AGGREGATE BASE COMPOSED OF 100% VIRGIN AGGREGATES AND AGGREGATE BASE CONTAINING ANY QUANTITY OF RECYCLED OR RECLAIMED AGGREGATES. AGGREGATE BASE SHALL BE OF 3/4" MAXIMUM GRADING. 7. RECYCLED BASE ROCK - THE STRUCTURAL AGGREGATE BASE SECTION THICKNESS SHOWN SHALL BE INCREASED BY 50% REVISION DATE CITY OF FOWLER STD.DWG. 4/10/01 AUG 04 ALLEY ST-8 01/06/09 PROPERTY LINE RADIUS=50' CURB RADIUS=40' GUTTER LIP i i 255' 43' 38" 5' SIDEWALK l0' PROPERTY LINE RADIUS = 45'. PROPERTY LINE RADIUS =45' 37' 51' 49" 37" 51' 49" 0 0 Ln x� CURB & GUTTER Q CURB & GUTTER PROPERTY LINE wch PROPERTY LINE 5' SIDEWALK > 5' SIDEWALK 2 0' 2 0' 30' 30' PROPERTY LINE EXTENDED PROPERTY LINE REVISION DATE CITY OF FOWLER STD. DWG. 4/10/01 CUL-DE-SAC TURN-AROUND WITH ADJACENT SIDEWALK ST- 9 2'—6" 6 1 1/2" 1'— 10 1/2" FLAT f � R=1/2„J a ° 6 SACK CONCRETE io R=1„ . a N ° R=1/2 v 4 co d m (V 7 1 2" V-10 1/2" 6" — 95% RELATIVE COMPACTION (NATIVE SOIL) OR AGGREGATE BASE (IF REQUIRED) CURB & GUTTER DETAIL 6" FLAT R=1/2"J1 6 SACK CONCRETE m 4 ° ° a FINISH STREET SURFACE m p SLOPE 4 ° °d a NOTES: p 1. TOP AND FACE OF CURB TO BE 00 TROWELED AND HAVE A LIGHT BRUSH d FINISH. GUTTER TO BE TROWELED AND HAVE LIGHT BRUSH FINISH. 2. 1/4" TO 1/2" FELT EXPANSION JOINT TO BE PLACED AT A MAXIMUM OF 40 FEET AND DEEP SCORE JOINTS AT A MAXIMUM 10" OF 20 FEET. CURB DETAIL REVISION DATE CITY OF FOWLER STD. DWG. 4/10/01 CURB & GUTTER ST-10 80' CURB & GUTTER O I Ln I 2'-6" N SCRIBE LINES EXPANSION JOINT 40' O.C. 40' O.C. EXPANSION JOINT PLAN OF SIDEWALK, CURB & GUTTER, SCRIBE LINE DETAILS 9'- 6" COMMERCIAL 9'- 0" MAJOR ARTERIAL 5'-0" RESIDENTIAL CURB & GUTTER SECTION OF SIDEWALK AND CURB NOTES: ( EXCEPT THROUGH ALLEY AND DRIVE APPROACHES ) 1. WEAKENED PLANE JOINTS SHALL BE INSTALLED IN SIDEWALK AT 20' O.C. MAXIMUM 2• EXPANSION JOINTS SHALL BE INSTALLED IN SIDEWALK AT 40' O.C. MAXIMUM. 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB & GUTTER AT 80' O.C. MAXIMUM. 4. WHERE EXPANSIVE SOILS ARE ENCOUNTERED, 6" OF IMPORTED SAND SHALL BE PLACED UNDER THE CURBS, GUTTERS, AND SIDEWALKS. 5. ALL CONSTRUCTION SHALL BE 6 SACK CONCRETE. LREVISION DATE CITY OF FOWLER STD. DWG. CURB, GUTTER, & SIDEWALK ST-11 10 CURB & GUTTER 4'-6" 5' 6" EXPANSION JOINT ROOVED '9 BORDER RAMP WING SLOPE 12 1 0% MAX. PROPERTY LINE SEE NOTE 7 d NOTES: 1. RAMPS NEED NOT BE CONSTRUCTED WHERE THERE ARE NO PEDESTRIAN FACILITIES. IF SUCH FACILITIES ARE L ADDED LATER THEN RAMPS MUST BE 9Q�c� x INSTALLED AT THAT TIME. EXPANSION Is 2. RAMPS TO BE LOCATED BY THE CITY JOINT ENGINEER WHEN IMPRACTICAL TO BE 3' MIN. LOCATED AT CENTERLINE OF RADIUS. 3. SLOPE OF RAMP SHALL NOT EXCEED 1:12. THE SLOPE OF FLARED SIDES SIDEWALK PLAN SHALL NOT EXCEED 1:10. 4. A LEVEL LANDING 4' DEEP (MIN.) SHALL BE PROVIDED AT THE UPPER END OF EACH RAMP. 5. THE RAMP SHALL HAVE A 12" WIDE 1/8" GROOVED BORDER AT LEVEL SURFACE OF SIDEWALK. SEE GROOVING DETAIL. T THE RAMP WINGS SHALL HAVE A T BROOMED SURFACE TEXTURE CONTRASTING TO THE SURROUNDING GROOVING DETAIL SIDEWALK. 6. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF UP TO 10% AT RAW THE CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE VARIES (6" MIN.) ADJACENT TO THE TOP OF THE RAMP. VARIES 6" 4' MIN. 7. ALL CURB RAMPS SHALL HAVE A 4' MIN. SLOPE 5% DETECTABLE WARNING SURFACE THAT MAX. EXTENDS THE FULL WIDTH AND MINIMUM 3' DEPTH OF THE RAMP, PER CALTRANS STANDARD DETAIL PLATE SLOPE Q 1/4"PER FOOT 2 A88A, WHICH CONSISTS OF RAISED _- TRUNCATED DOMES 0.2" HIGH BY 1.6 - 2.4" O.C. DETECTABLE WARNING SURFACE SHALL HAVE TERRA COTTA SECTION A - A RED COLORING. REVISION DATE CITY OF FOWLER STD.DWG. 2-04-03 1-6-09 7-2-04 CURB RAMP-TYPE A ST-12A 6-19-07 VARIES 2' CURB & GUTTER 5'-6" MIN. EXPANSION JOINT EX. SIDEWALK NOTES: LIMITS OF PAYMENT 1, RAMPS NEED NOT BE CONSTRUCTED RADIUS VARIES w WHERE THERE ARE NO PEDESTRIAN L, �_ 5' MIN. X Q FACILITIES. IF SUCH FACILITIES ARE ADDED LATER THEN RAMPS MUST BE O w ) '9 > INSTALLED AT THAT TIME. c6i g Q 2. RAMPS TO BE LOCATED BY THE CITY ENGINEER WHEN IMPRACTICAL TO BE LOCATED AT CENTERLINE OF RADIUS. U) w 3• SLOPE OF RAMP SHALL NOT EXCEED 090� Q 1: 12. o �o� > 4• A LANDING 4' DEEP (MIN.) WITH A 8 33%o SLOPE OF 2% SHALL BE PROVIDED MAX. ADJACENT TO CURB RETURN. -9 LANDING SHALL HAVE A BROOM Zlo FINISH. 5. THE RAMP SHALL HAVE A 12" WIDE 3' MIN. GROOVED BORDER AT LEVEL SURFACE OF SIDEWALK. SEE GROOVING DETAIL. SEE NOTES 7 & 8 THE RAMP SHALL HAVE A BROOMED VARIES VARIES SURFACE TEXTURE CONTRASTING TO THE SURROUNDING SIDEWALK. EXPANSION JOINT 6. RAMP SIDE SLOPE SHALL BE 2% ALL PLAN DEVIATIONS SHALL BE APPROVED BY THE CITY ENGINEER. 7• ALL CURB RAMPS SHALL HAVE A DETECTABLE WARNING SURFACE THAT EXTENDS THE FULL WIDTH AND A 1/8" MINIMUM 3' DEPTH OF THE CURB RAMP, PER CALTRANS STANDARD DETAIL PLATE A88A, WHICH CONSISTS OF RAISED TRUNCATED DOMES 0.2" HIGH BY 1.6 — 2.4" O.C. DETECTABLE WARNING SURFACE SHALL HAVE GROOVING DETAIL TERRA COTTA RED COLORING. & THE EDGE OF THE DETECTABLE WARNING SURFACE NEAREST THE STREET SHALL BE BETWEEN 6" AND 8" FROM THE GUTTER FLOWLINE 6" 9. USE OF THIS RAMP SUBJECT TO R APPROVAL BY CITY ENGINEER. 4" SLOPE 4' MIN. 1/4" PER FOOT 5% SLOPE MAX. VARIES VARIES I T 4'-6" MIN. 6"— 95% RELATIVE SECTION A - A COMPACTION (NATIVE SOIL) REVISION DATE CITY OF FOWLER STD.DWG. 2-04-03 1-6-09 ST-12B 7-2-04 CURB RAMP-TYPE B 6-19-07 LIMITS OF PAYMENT — PROPERTY LINE — — — — VARIES SEE SIDEWALK PLAN VARIES 4'-0" VARIES A z cfl X V) Q o LLJ EX. CURB, RAMP g� �o Z 8.33% GUTTER & T MAX. Q 0j SIDEWALK M in SEE NOTES 7 & 8 CURB & GUTTER N A NOTES: PLAN 1. RAMPS NEED NOT BE CONSTRUCTED 6. RAMP SIDE SLOPE SHALL BE 2%. WHERE THERE ARE NO PEDESTRIAN ALL DEVIATIONS SHALL BE FACILITIES. IF SUCH FACILITIES ARE APPROVED BY THE CITY ENGINEER. ADDED LATER THEN RAMPS MUST BE INSTALLED AT THAT TIME. 7. ALL CURB RAMPS SHALL HAVE A DETECTABLE WARNING SURFACE 2. RAMPS TO BE LOCATED BY THE THAT EXTENDS THE FULL WIDTH CITY ENGINEER. AND A MINIMUM 3' DEPTH OF THE 3. SLOPE OF RAMP SHALL NOT CURB RAMP, PER CALTRANS EXCEED STANDARD DETAIL PLATE A88A, WHICH CONSISTS OF RAISED 4. A LANDING 4' DEEP (MIN.) WITH A TRUNCATED DOMES 0.2" HIGH BY SLOPE OF 2% SHALL BE PROVIDED 1.6 — 2.4" O.C. DETECTABLE ADJACENT TO CURB. LANDING WARNING SURFACE SHALL HAVE SHALL HAVE A BROOM FINISH. TERA COTTA RED COLOR. 5, THE RAMP SHALL HAVE A 12" WIDE 8. THE EDGE OF THE DETECTABLE GROOVED BORDER AT LEVEL WARNING SURFACE NEAREST THE STREET SHALL BE BETWEEN 6" AND SURFACE OF SIDEWALK. SEE GROOVING DETAIL. THE RAMP SHALL 8" FROM THE GUTTER FLOWLINE HAVE A BROOMED SURFACE 9. USE OF THIS RAMP SUBJECT TO TEXTURE CONTRASTING TO THE APPROVAL BY CITY ENGINEER. SURROUNDING SIDEWALK. 1/8" R� 6 4 SLOPE 4'MIN. GROOVING DETAIL 1/4" PER FOOT 5% SLOPE MAX. VARIES VARIES I T 4'-6" MIN. 6" — 95% RELATIVE SECTION A - A COMPACTION (NATIVE SOIL) REVISION DATE CITY OF FOWLER STD.DWG. 1-23-03 1-6-09 7-2-04 CURB RAMP-TYPE C ST-12C 6-19-07 EXISTING CURB & VARIES GUTTER TO REMAIN EX. SIDEWALK TO I I F4 I REMAIN (WIDTH VARIES) 2 -6 I I I I I -1zw a - � a z o +I MATCH EXISTING o w > Of c5 o 0 3' _`;a`? ' IMPROVEMENTS (TYP.) N � v�w MIN. U Z Z + w � un of Q J o '� 12" GROOVE 'cn PATTERN (TYP.) 00000 00000 - 00000 00000 ;n >_ o S=8.33% MAX.; oo S=8.33% MAX:- 00000 00000 00000 00000 FL +0.41± 5' TRANSITION ;'. FROM 5' WIDTH 0000M o0o TO EX. SIDEWALK o 0000co 0000 0000 ii o0o WIDTH (TYP.) 0000( 0000 0000..A..0000 h 00000000000 VARIABLE HEIGHT CURB ;'::::;: EN6" TO 0.0" (TYP.) FL +0.31± PLAN VIEW Ir T GROOVING DETAIL NOTES: 1. SLOPE OF RAMP SHALL NOT 5. ALL CURB RAMPS SHALL HAVE A EXCEED 1:12. DETECTABLE WARNING SURFACE THAT EXTENDS THE FULL WIDTH 2. RAMPS THAT CHANGE DIRECTION AND A MINIMUM 3' DEPTH OF THE AT LANDINGS SHALL HAVE A CURB RAMP, PER CALTRANS LEVEL LANDING 5'X5' AT THE TOP STANDARD DETAIL PLATE A88A, OF RAMP. LANDINGS SHALL HAVE WHICH CONSISTS OF RAISED A SLOPE OF 2% (MAX.) AND TRUNCATED DOMES 0.2" HIGH BY SHALL HAVE A BROOM FINISH. 1.6 - 2.4" O.C. SURFACE SHALL HAVE TERRA COTTA RED COLORING. 3. THE RAMP SHALL HAVE A 12" WIDE GROOVED BORDER AT LEVEL 6. THE EDGE OF THE DETECTABLE SURFACE OF SIDEWALK. SEE WARNING SURFACE NEAREST THE GROOVING DETAIL. THE RAMP STREET SHALL BE BETWEEN 6" AND SHALL HAVE A BROOMED SURFACE 8" FROM THE GUTTER FLOW LINE TEXTURE CONTRASTING TO THE SURROUNDING SIDEWALK. 7. USE OF THIS RAMP SUBJECT TO APPROVAL BY CITY ENGINEER. 4. RAMP SIDE SLOPE SHALL BE 2% ALL DEVIATIONS SHALL BE APPROVED BY THE CITY ENGINEER. REVISION DATE CITY OF FOWLER STD.DWG. 1-6-09 CURB RAMP-TYPE D ST-12D CURB & GUTTER I PROPERTY LINE - I EXPANSION JOINT (TYP.) GUTTER LINE TO EXTEND TO POINT OF INTERSECTION # 4 BAR @ 18" O.C. WARP SURFACE TO MEET GUTTER GRADE RAMP _ u-) SIDEWALK 0 i 7 --o 0 I # 4 BARS @ 36" O.C. CENTER—LINE OF GUTTER EXPANSION JOINT # 4 BARS 0 18" O.C. PLAN NOTE : 1. COMPACT SUBGRADE (6" MIN.) TO 95% RELATIVE COMPACTION PER ASTM D-2937 & D-1557. 6 SACK CONCRETE. # 4 BARS 0 36" O.C. # 4 BARS Q 18" O.C. SLOPE SLOPE 3'-0" 3'-0" 7 6'—0" SECTION REVISION DATE CITY OF FOWLER Std. Dwg. 4/10/01 CONCRETE VALLEY GUTTER 6/19/07 STREET INTERSECTION ST-13 1—6-09 EXPANSION JOINT R LOCAL STREETS 25' MIN. 9'-0" MIN. 5' (COLLECTOR STREETS) 50' MIN. 28'-0" MAX. MIN. 6„ ►A SEE CURB RAMP TYPE A ST-12A Z It12 EXPANSION JOINT CURB & GUTTER �3' A 3' PLAN w Z >J \ VARIES 4' MIN. 5'-6" MIN. 2'-0" 6' 1-1/2" 6�' SLOPE 1/4" PER FT. 5-1/4" 3/4" SECTION A - A NOTE: 1. NOT MORE THAN 60% OF THE PROPERTY FRONTAGE MAY BE USED FOR DRIVEWAY OPENING. 2. END OF DRIVEWAY WING SHALL BE 25' MINIMUM FROM END OF CURB RETURN. 3. ALL CONSTRUCTION SHALL BE 6 SACK CONCRETE. 4. ALL DRIVEWAY LOCATIONS SHALL BE SUBJECT TO THE APPROVAL OF THE CITY ENGINEER. REVISION DATE CITY OF FOWLER STD.DWG. 4/10/01 ST-14 6/19/07 RESIDENTIAL DRIVE APPROACH 1/9/09 1 1 1 OF 2 z O U) z z O Q m az Q ~ w0 a ? PROPERTY LINE w O CLEAR (o CLEAR PEDESTRIAN I PEDESTRIAN AREA AREA 4'-6" 4'-6" I I I in in in CURB & GUTTER 3' 9'—0" MIN. 3' 28 —0 MAX. PLAN *CONSTRUCTION OF NEW DRIVEWAYS WITHIN AREAS OF EXISTING IMPROVEMENTS SHALL BE SAWCUT AT THE EXPANSION JOINT LOCATION. PROPERTY LINE 4'-6" 5'-6" SLOPE 1/4" PER FT. 3/4" LIP SIDEWALK SECTION CURB AND GUTTER SECTION REVISION DATE CITY OF FOWLER STD.DWG. L RESIDENTIAL DRIVE APPROACH ST-14 COMBINATION SIDEWALK- APPROACH 2 of 2 �7�- 4N D ¢ p 0 ® 4 Ln o » L-O� o & y to / * / Ll Cl 9�14 m c @ o © y 5 \ \ Q (Y4- Ec 3 =o » CD & \� � » Q » / % ee \ U 4 ° \® » 4 ƒ � ® CD ° _ $ ® I Co 4 \� o \a Lo oo • L y e & & IJ &\ \ o \ ® 3 e ® o \ � Q & 07 \ \ : O o � \� & / = Q &Q R Z \ a y n 2 % . © L) ® � C o � w � Z & \ o & / 0 $@ $ �® k 0 to �g2WG a ® 4 » � ^ vo 0 � O�7 O NG gPSE ��mm����� a� & A O/OA e/19 0 1/06/09 CENTER-LINE OF APPROACH PROPERTY LINE PROPERTY LINE 1'-6" ADDITIONAL R-O-W AT DRIVE APPROACH 10' SIDEWALK =� z 2'-6" 7'-6" r 6X6X10X10 4' MIN. WIRE MESH CONST. JOINT 4'-6" 3' 2'-6" SEE DETAIL "A" EXPANSION JOINT 10' PATTERN CURB & GUTTER FACE OF CURB 1" LIP 5" OR 7" #4 BARS @ 12" O.C. #4 BARS @ 36" O.C. CONSTRUCTION JOINT 6X6X10X10 WIRE MESH DETAIL"A" REVISION DATE CITY OF FOWLER Std. Dwg. L6/19/07 COMMERCIAL DRIVE APPROACH ST-15 2 OF 3 HEAVY COMMERCIAL AND INDUSTRIAL DRIVE APPROACHES STANDARD FOR TRAFFIC INDEX EXCEEDING 7 NOTES: 1. MINIMUM REINFORCEMENT SHALL BE #4 BARS AT 12 INCHES O.C. BOTH WAYS. 2. BASEMENT SOIL MATERIAL R—VALUE SHALL NOT BE LESS THAN 40 TESTED BY A QUALIFIED TESTING LABORATORY. 3. THE MINIMUM THICKNESS SHALL BE AS FOLLOWS: T.I. PCCP TREATED AGGREGATE AGGREGATE BASE 2 PERMEABLE BASE SUBBASE LCB,ACB BASE1 (ATPB) (AB) (AS) (CTPB) MM-INCHES MM-INCHES MM-INCHES MM-INCHES MM-INCHES 7 1/2 — 8 185 7 1/4 105 4 105 4 — 105 4 8 1/2 — 10 215 8 1/2 105 4 120 4 3/4 — 120 4 3/4 10 1/2 — 12 230 9 105 4 120 4 3/4 — 120 4 3/4 12 + 260 10 1/4 105 4 105 4 105 4 150 6 1. THE STANDARD THICKNESS UNDER PCCP FOR BOTH ATPB AND CTPB IS 105 MM WHICH ALLOWS THE CONTRACTOR THE OPTION TO CHOOSE THE MOST ECONOMICAL BASE. 2. CTPB WITH A 30 MM OGAC CAP MAY BE USED ONLY UNDER SPECIAL CONDITIONS WITH THE APPROVAL OF CITY ENGINEER. LEGEND LCB = LEAN CONCRETE BASE ACB = ASPHALT CONCRETE BASE ATPB = ASPHALT TREATED PERMEABLE BASE CTPB = CEMENT TREATED PERMEABLE BASE AB = AGGREGATE BASE AS = AGGREGATE SUBBASE PCCP = PORTLAND CEMENT CONCRETE PAVEMENT OGAC = OPEN GRADED ASPHALT CONCRETE REVISION DATE CITY OF FOWLER Std. Dwg. L/19 COMMERCIAL DRIVE APPROACH ST-15 3 OF 3 20'-0" ALLEY 3'-0" 14'-0" 3'-0$' PROPERTY ADA DETECTABLE WARNING LINE SURFACE (TYP.) PROPERTY LINE o°o°o°o°o° 0000000000 io o00000 0 0 0 0 0 ° ° °0° ° o°o°o°o°o 0000000000 Z 0°o0o0o00 0°0°0°0°0° 0°0°0°0°0 � o°o°o°o°o° SLOPE SLOPE o 0 0 0 0 0 0 0 o z w o°o°o°o°o° v o°0°0°0°o O Of o 0 0 0 o MAX. 12:1 MAX. 12:1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q o 0 0 0 0 o 0 0 o. o z > 00000000000 0o0o0o° �•ao z — 0 0 0 000�0 000000 C�`1 0° d O� 0000°o°O°o°0 °o 0. o 0 0 0 o x ;n °°000000 000 000000° °o°o O �, 00000 st \O 0 � 000 cn Zz 6x6-W10/W10 WWM REINFORCEMENT w j w CONSTRUCTION JOINT > L I LL d;- I SIDEWALK #4 BARS Q 36" O.C. #4 BARS Q 12" O.C. SIDEWALK 2'-6" 20'-0" 2'-6" CURB & GUTTER PLAN VIEW CURB & GUT ER * STREETS WITH LESS THAN A 10 FOOT CURB-PATTERN SHALL BE ENGINEERED FOR ADA REQUIREMENTS 4' MIN. 7'-6" CONST. JOINT SEE DETAIL 'A' ST-15 DWG. SLOPE 1/4" PER FOOT CURB & GUTTER 6" MIN. 6x6-W10/W10 WWM REINFORCEMENT #4 BARS Q 36" O.C. 6" MIN. #4 BARS @ 12" O.C. SECTION AT CENTERLINE REVISION DATE CITY OF FOWLER STD.DWG. 4/10/01 6/19/07 ALLEY APPROACH ST-16 1/06/09 HPS LUMINARE SEE NOTE SHEET 2 (SEE SCHEDULE) ARM LENGTH (AL) BOLT CIRCLE DIA. (B.C.) 2-3/8" O.D. GALV. STEEL TUBING GALV. STEEL POLE BASE (SEE SCHEDULE) 4% 6 1/2" GROUND LUG, LEAVE 2' HANDHOLE WITH _ OF GROUND WIRE ABOVE GASKET & COVER g FOUNDATION GALV. NUTS & ~ I WASHERS Lu GROUT z LEVELING NUTS z WITH WASHERS D 1 1/2" DIA. ELEC. 0 CONDUIT, 18" MIN. RADIUS BENDS 1" x 36" x 4" ANCHOR BOLTS (4 REQUIRED) I in 15' OF NO. 4 BARE COPPER SEE NOTE 1 GROUND WIRE SHEET 2 OF 2 COVER GROUND WIRE WITH 2" OF EARTH AND COMPACT N 24" ° e Nt FOUNDATION e. (ROUND OR SQUARE) 6 SACK CONCRETE SEE DETAIL LEFT ;. ELEVATION REVISION DATE CITY OF FOWLER Std. Dwg. L STREET LIGHT ELECTROLIERS ST-17 1 OF 2 STREET LIGHT ELECTROLIERS NOTES: 1. IN RESIDENTIAL AREAS HAVING CONTIGUOUS SIDEWALKS, POLES SHALL BE CENTERED 12" BEHIND REAR EDGE OF SIDEWALK AND ELECTROLIERS SHALL HAVE 8'-0" ARM LENGTH (AL). IN ALL OTHER CONDITIONS POLE SHALL BE CENTERED 2'-0" FROM FACE CURB. 2• LUMINARIES SHALL BE HIGH PRESSURE SODIUM CONFORMING TO ANSI C78, WITH POLYCARBONATE REFRACTORS AND NEMA STANDARD PHOTOELECTRIC UNITS. 3. ONE ELECTROLIER SHALL BE LOCATED AT EACH INTERSECTION. SEE SCHEDULE FOR INTERMEDIATE SPACING REQUIREMENTS. 4. WIRING SHALL BE MINIMUM #8 COPPER, THW INSULATION, ENCLOSED IN APPROVED ELECTRICAL CONDUITS. 5. ALL SPLICES SHALL BE WATERTIGHT AND MADE IN APPROVED JUNCTION BOXES. 6. PULL BOXES SHALL BE 12" X 22" REINFORCED CONCRETE WITH REINFORCED CONCRETE LIDS MARKED "STREET LIGHTING". BOXES SHALL BE SET ON 6" OF CRUSHED ROCK AND FLUSH WITH FINISH GRADE. CONDUIT ENTRIES SHALL BE SEALED WITH GROUT. BONDING JUMPER AND GROUNDING BUSHINGS SHALL BE CONNECTED TO EACH CONDUIT. WHEN PULL BOXES ARE INSTALLED IN TRAFFIC AREAS, BOXES SHALL HAVE A CONCRETE FOUNDATION AND STEEL TRAFFIC LID. 7. THE CONTRACTOR SHALL PROVIDE A COMPLETE AND OPERATIONAL SYSTEM INCLUDING ALL MATERIALS AND LABOR. ALL INSTALLATION AND CONNECTION CHARGES SHALL BE PAID BY THE CONTRACTOR. 8. ALL WORK SHALL BE SUBJECT TO INSPECTION BY THE CITY ENGINEER AND SHALL BE TESTED AT THE CONTRACTOR'S EXPENSE FOR PROPER OPERATION, PRIOR TO FINAL APPROVAL AND ACCEPTANCE. 9• THE CONTRACTOR SHALL SUBMIT AS—BUILT DRAWINGS SHOWING THE LOCATIONS OF ALL CONDUITS AND PULL BOXES PRIOR TO FINAL APPROVAL AND ACCEPTANCE. STREET TYPE MH AL BC POLE SIZE LUMINARE POLE VOLTS-WATTS SPACING RESIDENTIAL 26'-0" 6'-0" 10" 7.0"X3.5"X25'-0", 11GA. 120 100 180'-240' COLLECTOR 29'-6" 8'-0" 11" 7.5"X3.5"X28'-6", 11GA. 120 150 180'-220' MAJOR ARTERIAL 31'-0" 8'-0" 11" 8.0"X3.8"X30'-0", 11GA. 120 250 160'-200' EXPRESSWAY 31'-0" 8'-0" 11" 8.0"X3.8"X30'-0", 11GA. 120 250 160'-200' REVISION DATE CITY OF FOWLER Std. Dwg. L STREET LIGHT ELECTROLIERS ST-17 2 OF 2 SIGN SHALL BE 0.080 THICK 5052—H38 ALUMINUM WITH GREEN ENGINEER GRADE REFLECTIVE SHEETING BACKGROUND AND WHITE ENGINEER GRADE REFLECTIVE SHEETING LETTERS, DOUBLE FACED. 1/2" R (TYP.) LAKER , LN VARIABLE NOTES 1. STREET SIGNS SHALL BE FLAT BLADE ZUMAR INDUSTRIES INC. AVAILABLE AT ZUMAR INDUSTRIES INC. 2828 STANDFORD AVE. LOS ANGELES, CALIF. 90011 PH. 1-800-654-7446 2. STREET SIGNS SHALL BE LOCATED ON THE NE & SW INTERSECTION CORNERS. ° 3. WHEN SIGN POST IS TO BE SET INTO NATIVE SOIL, IT SHALL BE SET IN A 12" DIAMETER, 24" DEEP, 5 SACK CONCRETE FOOTING. 4. SIGN POST SHALL BE A 12 GA. 2" SQUARE PERFORATED STEEL POST WITH A TWO PIECE BREAKAWAY ANCHOR SLEEVE, BY UNISTRUT CORPORATION, OR APPROVED EQUAL. I 5. SIGN MOUNTING FIXTURES AND rl HARDWARE SHALL BE ZUMAR INDUSTRIES INC. STYLE 850 LONG. 6. 12" WITH CONTIGUOUS SIDEWALK, 24" WITH NON—CONTIGUOUS SIDEWALK. VARIES DRIVE RIVETS SEE NOTE 6 SIDEWALK OR CURB RETURN FINISHED SURFACE • N �c WHEN STOP SIGN IS USED WITH a STREET SIGN AT INTERSECTION. a CHANGE DIMENSION TO 9'-6". a_ TWO PIECE BREAKAWAY c.4 ANCHOR SLEEVE REVISION DATE CITY OF FOWLER Std. Dwg. 4/10/01 STREET NAME SIGN ST-18 I I- I I 01 III- , z 0 ~ w 0 3 > 3 o wbi LE � Q o O V N IIII (h a w w X J I U w 0 a Q Q X II- z 0 a F- � z N N Fill U) U.}~, I w th o 0 o x IIII 0- c� � J 1 N N =FQZ 3 Q LLJ H H 0 O Q x - NO LL F- It w Z I w o w F a a� Q a z O _ F- O o F- wF- J F- mw U = 171 Jp J � QF- j w m O V)of ` JJ 0 w 0 UX x � wwo w ON m wv ,.0—,Z U w I �a> Q Z � p 0Q pH w v > a �p Q Zw LLJI w J (/1 rnof U Q> Nw V� UQ p a 00 0' )- Q (n ao N Zw mo Qcn a3: .9 m � [if � U U REVISION DATE CITY OF FOWLER STD.DWG. 4/10/01 TEMPORARY TIMBER BARRICADE ST-19 J j U) U) � L:tj G) G) 0 orf J H G� i Q 0 Z � I I U) cn 0_ J w O z cn Ld Z Q = U O U U p Q � Z U) Q of OZ J Z W J O °D Z O W F- Z of d z Q O O D O U m U Qm U W Z U) j Luw (n Uj J L�> J 1' I 10' CLR. I Q,� 0 ° O U Z F Ui Z O Q D_ W L Z U — X J LL O O Ui o Q N W F- W W w > JZ � W. Zc0 ON w � U) O -jF- U) U O Q UO O -j Q Y pm ZU W 0 J � Z� Ocn O u Q QZ Z Z } D U z W afZ U Q H H Ow0 O � w �� w O�_J Z > U=w ~ D' >- Q �U L� H�� w D_ 0 W Q Z W —LL H 0 0 • • 0 U Q OUQ z N r' REVISION DATE CITY OF FOWLER STD. DWG. 4/17/24 STANDARD CROSSWALK ST-20 w w a w r Y U) U) >J utj Lij G) G) 0 U w J G) W p Q U) p w z _ _ rLSTRIPE NOf �. 0 Q Z Z Z OZ cn = o _j Z W J 0 mZ OW F- Z Q' 0_z cL STRIPE N 0 00 Q°LL- m _ U U w Z w (n w Lu Z w -i L- 1' I 10' CLR. I Q^ 0 (n D o U Z F � Q D w Q�fU ZO � X JOZ LL — O � w jwLd v IL O 0 W (f) �(n 0 � � (nU C1 D UO 0 -j QY Om (n0 wv Of ZU lid Ja Z� ow 0 u Q Q Z Z Z >- O U V)W Z ~ = W = UQ H H W W 0�_j oZ �' � §� r W D' � D w w� _Z w - H U) U) ~ Q w Q O zZ O w � O d • • Q U U Q on z r N v REVISION DATE CITY OF FOWLER STD. DWG. 4/17/24 LADDER CROSSWALK ST-21 City of Fresno Standard Specifications and Drawings R R I I I I ! I I I I i 17' I I II � I i I 60' I I � VARIES 37' MIN. I 36' I II I I i I 30' VARIES oiw I ~Z U�J NI � SECTION 1 --------------------- ------------ LINE -----� 60' I I R - - - - - - - - - - I I I I I I 0IZ ow wia I I I I I I I I I R R REF. & REV. CITY OF FRESNO AUG. 2010 U—TURN MINIMUM CLEARANCE P — 6 6 A A FFIC SIGNAL APPROVED LOCKING LID PER CITY SPECIFICATION COVER MARKINGS TO BE 23-1.10 INSCRIBED FOR INTENDED USE (PER SECTION 23-1.10 CONCRETE OF CITY SPECIFICATIONS) 4" PRECAST REINFORCED 12" CONCRETE BOX LOCKING JAWS a' THREADED GROUNDED BUSHING W/ INTEGRAL LUG ON GRC CONDUIT. CONDUITS SHALL BE BONDED 24" TOGETHER USING A #8 SOLID AND 2" MAX. CONNECTED TO THE #8 GRIN GROUT ENTIRE STRANDED WIRE GROUND. SEAM BETWEEN BOXES SEAL AROUND CONDUIT, BOX AND 01" MIN. EXTENSION JUNCTION W/MORTAR 1" GROUT PRECAST REINFORCED EXTENSION 6" 7 � 6"� #15 ROOFING PAPER BETWEEN CRUSHED GROUT AND CRUSHED ROCK ROCK SUMP (OPEN DRAIN HOLE) SECTION A-A NOTES: 1. PULL BOXES SHALL BE #5 UNLESS OTHERWISE NOTED ON PLANS. 2. WRAP ENTIRE PULL BOX WITH #15 ROOFING PAPER BEFORE BACKFILLING. 3. INSTALL A ONE—FOOT RING OF CONCRETE, 24" DEEP, AROUND THE WRAPPED PULL BOXES INSTALLED IN NON— CONCRETE AREAS, SLOPED TO DRAIN AWAY FROM THE PULL BOX. PULL BOXES IN SIDEWALKS MUST BE SET AT FINISHED GRADE WITH TEMPORARY CONCRETE APRON OR SECTION OF SIDEWALK POURED. 4. PULL BOXES SHALL BE GROUTED PRIOR TO INSTALLATION OF CONDUCTORS, SLOPED TOWARD THE DRAIN HOLE. PLACE A LAYER OF ROOFING PAPER BETWEEN THE CRUSHED ROCK AND THE GROUT, OPEN AT THE DRAIN HOLE. 5. AN APPROVED LOCKING LID SHALL BE INSTALLED ON ALL TRAFFIC SIGNAL PULL BOXES PER SECTION 23-1.10 OF THE CITY STANDARDS. 6. PROVIDE 3' MIN. SLACK ON ALL CONDUCTORS. REF. & REV. CITY OF FRESNO TRAFFIC SIGNALS MA� 281 �' R. 2021 (A.7) E - 4A CONCRETE PULL BOXES Direction of travel 7.5" 15" 13.5" F S 7.5" 2 AAA 15" SYMBOL 13.5' 1 SAWCUT DETAIL WINDING DETAIL BIKE LOOP (3'X3') DETECTOR CONFIGURATION ❑1 ROUND CORNERS OF ACUTE ANGLE SAWCUTS TO PREVENT DAMAGE TO CONDUCTORS. INSTALL 3 TURNS WHEN ONLY ONE BIKE LOOP IS ON A SENSOR UNIT CHANNEL. INSTALL 5 TURNS WHEN ONE BIKE LOOP IS CONNECTED IN SERIES WITH 3 ADDITIONAL 6'X6' LOOPS ON A SENSOR UNIT CHANNEL. ® CITY OF FRESNO BIKE LOOP WITH BIKE LOOP DETECTOR SYMBOL 9C-7 OF THE CA-MUTCD, CENTERED ON LOOP. 11 1 O Es II LOOP SHALL BE 3" 3„ FROM LIMIT LINE BIKE LANE 38" 20" 0 3" 16„ ' �?0"� BICYCLE LOOP DETECTOR SYMBOL FOR 3'X3' LOOP NOTES: 1. LOOP SEALANT SHALL BE CALTRANS APPROVED ELASTOMERIC SEALANT OR HOT MELT RUBBERIZED ASPHALT SEALANT. 2. ALL NEW LOOPS SHALL BE TESTED AND DOCUMENTED ON SHEET PROVIDED IN SECTION 23-2; TESTING SHALL BE PER CALTRANS STANDARD SPECIFICATIONS. 3. REFER TO STD. DWG. E-14 FOR LOOP PLACEMENT. SIGNAL LIGHTS REF. & REV. CITY OF FRESNO dIJP4E 204-5 BIKE LOOP DETECTOR DETAIL (3'X3') MAR. 2021 (A.7) E - 13 LEGEND: OCALTRANS TYPE 'E': SAWCUT CIRCULAR DIRECTION OF TRAVEL LOOP DETECTOR - "TYPE 2" LOOP WIRE F 3" (ES-56). S CALTRANS TYPE D': SAW CUT DIAGONAL LOOP DETECTOR "TYPE 2" LOOP WIRE 5'-6" 1'-8" (ES-56). SEE WINDING DETAIL, RIGHT. CALTRANS TYPE 'D' W/BIKE: DETECTOR ® —010 SYMBOL (ON STATE STD. PLANS A24C & 3" FIG. 9C-7 (CA) CA-MUTCD) CENTERED ON LOOP. SEE WINDING DETAIL, RIGHT. 1'-8' CITY OF FRESNO STD. DWG. E-13 BIKE WINDING DETAIL ® LOOP (3'x3') WITH BIKE DETECTOR SYMBOL 111� CENTERED ON LOOP. SEE WINDING DETAIL, 10" RIGHT. BICYCLE LOOP DETECTOR SYMBOL FOR CALTRANS TYPE MEDIAN < CENTER LOOP ON J TRAVEL LANE (TYP) 6 _ 26' 10' o MEDIAN TRAVEL LANE 1' �10' 1 — - � CENTER LINE EO it LIMIT LINE 0 PTRAVEIL LANE BIKE LANE CENTER LINE (TYP) NEI SEE STD. DWG. E-13 0 V) 0- 0 o CURB FACE w U SEE PLAN FOR DISTANCE J a TO LIMIT LINE N 0 U TRAVEL LANE CENTER 1 10 1' LINE (TYP) PLACE EDGE OF FIRST IMIT LINE DETECTOR AT OUTSIDE EDGE OF LIMIT LINE. NOTES: DETAIL "A" 1. PAVEMENT SHALL BE DEEMED SUITABLE FOR INSTALLATION OF LOOP(S) BY THE CITY TRAFFIC ENGINEER. IF DEEMED NOT SUITABLE, PROJECT SHALL GRIND AND OVERLAY AND/OR RECONSTRUCT PAVEMENT AS DETERMINED BY THE CITY TRAFFIC ENGINEER. 2. ALL NEW LOOPS SHALL BE TESTED AND DOCUMENTED ON THE SHEET PROVIDED IN SECTION 23-2 OF THE CITY SPECIFICATIONS. TESTING SHALL BE TO CALTRANS STATE STANDARD PLANS. REF. & REV. CITY OF FRESNO SIGNAL LIGHTS dUNE 201' MAR. 2021 (A.7) E - 14 LOOP DETECTOR PLACEMENT RED RED GREEN GREEN 5/C BLACK RED TO PED CABLE ORANGE GREEN SIGNAL/S (Z) 0 WHITE WHITE B 0 0 0 0 G RED BLACK 3/C BLACK BLACK DLC'S TO CABLE PPB WHITE WHITE TERMINAL STRIP MEDIAN ISLAND 3-COND. CABLE TO PEDESTRIAN TERMINAL COMPARTMENT. MAST ARM POLE DLC TO PPB CURB PPB RETURN 1-A POLE OR PED PB POST TYPICAL CORNER CONNECTIONS NOTES: 1 . INSTALL SINGLE CONDUCTOR COLOR CODED #14 THWN COPPER WIRE BETWEEN TERMINAL STRIP AND EACH SIGNAL ASSEMBLY AND CONNECT. 2. ALL STRANDED CONDUCTORS SHALL HAVE ALL LOOSE STRANDS TIGHTLY TWISTED TOGETHER AND INDIVIDUAL CONDUCTORS TINNED WITH SOLDER. REF. & REV. CITY OF FRESNO PEDESTRIAN SIGNAL & PPB JUNE 2015 TERMINAL LOCATIONS E - I INPUT FILE (REAR VIEW) DETECTORS 111 110 19 18 17 16 15 14 13 12 11 SP SP SP SP SP SP SP SP SP SP SP C1-so F C11-23 F C1-60 F C1-49 F C1-65 F C1-41 F C1-58 F C1-47 F C1-63 F C1-39 F C1-56 F C1-53 N/ C11-24 yV C1-62 W C11-18 W C1-78 yV C1-45 W C11-17 W C11-16 W C1-76 W C1-43 W C11-15 W TB10-1A D TB10-5A D TB6-9A D TB6-5A D TB6-1A D TB4-9A D TB4-5A D TB4-1A D TB2-SA D TB2-SA D TB2-1A D TB10-2A E TB10-6A E TB6-10A E TB6-6A E TB6-2A E TB4-10A E TB4-6A E TB4-2A E TB2-10A E TB2-6A E TB2-2A E TB8-2A J TB10-7A J TB6-11A J TB6-7A J TB6-3A J TB4-11A J TB4-7A J TB4-3A J TB2-11A J TB2-7A J TB2-3A J TB8-3A K TB10-8A K TB6-12A K TB6-8A K TB6-4A K TB4-12A K TB4-8A K TB4-4A K TB2-12A K TB2-8A K TB2-4A K L L L L L L L L L L L INPUT FILE FRONT VIEW N OTE: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 SEE CITY STANDARD DRAWING E-34 WIRING DETAILS FOR INPUT FILE U 111U 212U 213U 214U 315U 416U 417U 418U 119U SP11OU 2111U 02P 06P FS (1) (2) (4) (6) (7) (8) (10) (12) (13) (41) (29) 112, 113, 114, J 12, J 13 & J 14. L 111 L 212E 213E 214E 315E 416E 417E 418E 319E SPI10L 4111 L 04P 08P ST (33) (3) (5) (34) (35) (9) (11) (36) (14) (42) (30) J INPUT FILE (REAR VIEW) DETECTORS J11 J10 J9 J8 J7 J6 J5 J4 J3 J2 J1 SP SP SP SP SP SP SP SP SP SP SP C1-54 F C11-25 F C1-59 F C1-50 F C1-66 F C1-42 F C1-57 F C1-48 F C1-64 F C1-40 F C1-55 F C1-75 N C11-26 )/� C1-61 V C11-22 N C1-79 )� C1-46 /1/ C11-21 N C11-20 �A/ C1-77 /1/ C1-44 )/� C11-19 )/� TB10-3AIL TB10-9A D TB7-9B D TB7-5B D TB7-1 B D TB5-9B D TB5-5B D TB5-1 B D TB3-9B D TB3-5B D TB3-1 B D TB10-4AB10-10A E TB7-10 E TB7-6B E TB7-2B E TB5-1013 E TB5-6B E TB5-2B E TB3-10B E TB3-6B E TB3-2B E TB9-2BB10-11A J TB7-11 J TB7-7B J TB7-3B J TB5-11B J TB5-7B J TB5-3B J TB3-11B J TB3-7B J TB3-3B J TB9-3BB10-12ATVA K TB7-12B K TB7-8B K TB7-4B K TB5-12B K TB5-8B K TB5-4B K TB3-12B K TB3-8B K TB3-4BIL L L L L L L L L L CABLE C11 S INPUT FILE FRONT VIEW PIN UNIVERSAL CONN.TO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 NO. FUNCTION 1 SPECIAL-OUTPUT TB0-1A U 5J1U 6J2U 6J3U 6J4U 7J5U 8J6U 8J7U 8J8U 5J9U SPJ10U 6J11U EVA EVB RR1 2 SPECIAL-OUTPUT TBO-2A (15) (16) (18) (20) (21) (22) (24) (26) (27) (43) (31) 3 SPECIAL-OUTPUT TBO-3A 4 SPECIAL-OUTPUT TBO-4A L 5J1L 6J2L 6J3L 6J4L 7J5L 8J6L 8J7L 8J8L 7J9L SPJ10L 8J11L EVC EVD RR2 5-14 NOT USED NOT USED (37) (17) (19) (38) (39) (23) (25) (40) (28) (44) (32) 15 1 CALL EXT 11-W 16 2 CALL QUEUE 14-W r N M N 00 N 0 17 3CALL EXT Is-W NOTES: 332L CONTROLLER AT r r T � T 18 4CALL QUEUE 18-w CABINETS MASTER CIRCUIT U U U U U U U U 19 5 CALL EXT J1-W TBO 1 2 3 a 5 67 8 s 10 11 12 20 6CALL QUEUE J4-W BREAKER SHALL BE 40A B 21 7 CALL EXT J5-W AND THE SIGNAL CIRCUIT 22 8 CALL QUEUE J8-W BREAKER SHALL BE 30A 23 SPECIAL-INPUT 110-F AND THE FLASHER BUS a -RA a 24 SPECIAL-INPUT 110-W 25 SPECIAL-INPUT J10-F SHALL BE 2P-15A . C11S 01-9 loon 01-10 10� 26 SPECIAL-INPUT J10-W CABLE SHALL BE PROVIDED Ti co 1 m 27 SPECIAL-INPUT TBO-6A WITH CABINET. 120 HJ1 1 12 Q 28 SPECIAL-INPUT TBO-7A 13 13 29 SPECIAL-INPUT TBO-8A 14 T1-2 ,4 30 SPECIAL-INPUT TBO-9A T1-1 ,s 15 .21-341 NOT USED NOT USED PDA #2L FRONT VIEW SIGNAL CB tv SCB1 SCB2 SCB3 SCB4 SCB5 SCB6 FCB1 FCB2 T1 3 °� '�a CLEAN CB 10A 10A 10A 10A 10A 10A 15A 15A SIGNAL BUS F LASH ® 0 CLEAN SIG EQ Q Q z CB CB CB o o u a u o a a GFI 2 2 2 2 z 15A A 0 O O CLEAN SIGNAL EQUIP P SERVICE 15A 30A 15A �5FAULT FLASH PANEL 1 2 3 1 2 40A FLASH e TBS BBS MCB REF. & REV. CITY OF FRESNO 332L CABINET/20701, DETECTION JUNE 2015 C11S CABLE CONNECTIONS AND MASTER/SIGNAL CB E - 34B I INPUT FILE (REAR VIEW) DETECTORS 111 110 19 18 17 16 15 14 13 12 11 SP SP SP SP SP SP SP SPKaA SP SP SP C1-80 F C11-23 F C1-60 F C1-49 F C1-65 F C1-41 F C1-58 F C1-47 F C1-63 F C1-39 F C1-56 F C1-53 W C11-24 W C1-62 �/ C11-18 W C1-78 W C1-45 W C11-17 W 11-16 W � C1-76 W C1-43 W C11-15 W TB10-1A D TB10-5A D TB6-9A D TB6-5A D TB6-1A D TB4-9A D TB4-5A D TB4-1A D TB2-9A D TB2-5A D TB2-1A D TB10-2A E TB10-6A E TB6-10A E TB6-6A E TB6-2A E TB4-10A E TB4-6A E TB4-2A E TB2-10A E TB2-6A E TB2-2A E TB8-2A J TB10-7A J TB6-11A J TB6-7A J TB6-3A J TB4-11A J TB4-7A J TB4-3A J TB2-11A J TB2-7A J TB2-3A J TB8-3A K relo-aA K TB6-12A K TB6-8A K TB6-4A K TB4-12A K TB4-8A K TB4-4A IL TB2-12A K TB2-8A K TB2-4A K ONA L L L L L L L L L L INPUT FILE FRONT VIEW N OTE: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 SEE CITY STANDARD DRAWING E-34 WIRING DETAILS FOR INPUT FILE U 111U 212U 213U 2I4U 3I5U 416U 4I7U 4I8U 119U SP11OU 2I11U 02P 06P FS 1 2 4 6 7 8 10 12 13 41 29 112, 113, 114, J 12, J 13 & J 14. L 111 L 212E 213E 214E 315E 416E 417E 418E 319E SPI10L 4111 L 04P 08P ST (33) (3) (5) (34) (35) (9) 01) (36) (14) (42) (30) J INPUT FILE (REAR VIEW) DETECTORS J11 J10 J9 J8 J7 J6 J5 J4 J3 J2 J1 SF SP SP SP SP SP SP SP SP SP SP C1-54 F C11-25 F C1-59 F C1-50 F C1-66 F C1-42 F C1-57 F C1-48 F C1-64 F C1-40 F C1-55 F C1-75 W C11-26 W C1-61 �/ C11-22 W * C1-79 W C1-46 W C11-21 W C11-20 W - C1-77 W C1-44 W C11-19 W TB10-3A D TB10-9A D TB7-9B D TB7-5B D TB7-1 B D TB5-9B D TB5-5B D TB5-1 B D TB3-9B rL—D TB3-5B D TB3-1 B D TB 10-4A E TB10-10A E TB7-10 E TB7-6B E TB7-2B E TB5-10B E TB5-6B E TB5-2B E TB3-10B E TB3-6B E TB3-2B E TB9-2B J TB10-11A J TB7-11 J TB7-7B J TB7-3B J TB5-11B J TB5-7B J TB5-3B J TB3-11B J TB3-7B J TB3-3B J TB9-3B K TB10 K TB7-12B K TB7-8B K TB7-4B K TB5-12B K TB5-8B K TB5-4B K TB3-12B K TB3-8B K TB3-4B K L L L L L L L L L L L J14 J13 J12 INPUT FILE FRONT VIEW SP SF QSP 1 2 3 4 5 6 7 8 9 10 11 12 13 14 C1-51 F C1-72 F C1-71 F U 5J1U 6J2U 6J3U 6J4U 7J5U 8J6U 8J7U 8J8U 5J9U SPJ10U 6J11U EVA EVB RR1 C1-52 W C1-74 W C1-73 W (15) (16) (18) (20) (21) (22) (24) (26) (27) (43) (31) T139-1013 D TB9-7B D TB9-4B D L 5J1L 6J2L 6J3L 6J4L 7J5L 8J6L 8J7L 8J8L 7J9L SPJ10L 8J11L EVC EVD RR2 E TB9-1 B E TB8-1 E (37) (17) (19) 08) 09) R3) (25) (40) (28) (44) (32) T139-11 B J TB8-8B J TB9-5 J TB9-12B K TB9-9B K TB9-6B K * REMOVE EXISTING JUMPERS FROM I AND J FILES L L L INSTALL TERMINAL BLOCK TB10, REWIRE TERMINAL BLOCKS T138-1 AND T139-1. LABEL TERMINAL BLOCK TB10 AND C11 CONDUCTORS. LOWER INPUT PANEL T138 T1310 T139 CABLE C11S J12-E 1 111-D 1 1 J13-E PIN UNIVERSAL CONN.TO NO. FUNCTION 11 1—J 2 111E 2 2 J 1 1—J 1 SPECIAL-OUTPUT TBO-1 A 11 1—K 3 J 11-D 3 3 J 1 1—K 2 SPECIAL-OUTPUT TBO-2A 3 SPECIAL-OUTPUT TBO-3A 11 2—D 4 J 11-E 4 4 J 12—D 4 SPECIAL-OUTPUT TBO-4A N2O NOT USED NOT USED 112—J 5 110-D 5 5 J 12—J 1 CALL EXT 11-W 112—K 6 110-E 6 6 J12—K 2 CALL QUEUE 14-W 3 CALL EXT 15-W 113—D 7 110-J 7 7 J 13—D 4 CALL QUEUE 18-W 5 CALL EXT J1-W 113-J 8 110-K 8 8 J 13-J 6CALL QUEUE J4-W 113-K 9 J10-D 9 9 J13-K 21 7 CALL EXT J5-W 22 8CALL QUEUE J8-W 114—D 10 J10-E 10 10 J14—D 23 SPECIAL-INPUT 110-F 114—J 11 J10-J 11 11 J14—J 24 SPECIAL-INPUT 110-W 25 SPECIAL-INPUT J10-F 114—K 12 J10-K 12 12 J14—K 26 SPECIAL-INPUT J10-W 27 SPECIAL-INPUT TBO-6A 28 SPECIAL-INPUT TBO-7A 29 SPECIAL-INPUT TBO-8A 30 SPECIAL-INPUT TBO-9A TB10 HD30A SERIES TERMINAL BLOCK OR EQUAL. 21-34 NOT USED NOT USED REF. & REV. CITY OF FRESNO jUNE 2915 332 CABINET C11 RETRO-FIT MAR. 2021 (A.7) E - 34C C11S CABLE CONNECTIONS Mitigation Monitoring and Reporting Program (MMRP) SECTION FIVE-MITIGATION MONITORING AND REPORTING PROGRAM Section 21081.6 of the California Environmental Quality Act (CEQA) requires a public agency to adopt a reporting or monitoring program in those cases where the public agency finds that changes or alterations have been required in, or incorporated into, a project, and that those changes mitigate or avoid a significant effect on the environment. A public agency may delegate the monitoring or reporting responsibilities to another public agency or private entity that accepts the delegation, but the lead agency remains responsible for ensuring that the mitigation measures have been implemented(CEQA Guidelines § 15097). The following table lists each mitigation measure identified in the Draft Initial Study and Mitigated Negative Declaration (IS/MND) and Final IS/MND and identifies the monitoring or reporting program, and timing for such efforts. Golden State Corridor-Economic Development Infrastructure Improvement March 2012 Final Mitigated Negative Declaration 5 - 1 This page intentionally left blank Golden State Corridor-Economic Development Infrastructure Improvement March 2012 Final Mitigated Negative Declaration 5 - 2 N M Cd O h U c a ° w cd � o U "O N a) U a o a) gn Up .Up �a'-1QUdQ an a CL o - �� o 4) U y � °' UOI '� N N a bq O Q, cd ^ m a) O cd O y L." N O Pr O U t ~� •� N o N N N g. N to s� 9 'o s" 4" '� ? U cn cA •N O a O bA' , �." N is •� U p, V c O +� •y cd OU cd y O cd 'C to ct cd U S'. a) o a: tw � N N cd — •- ,-� N '� r c •y •yy o r t7 , 4 N C S" . Ntw NNE 4.1 o � y0 O '� cd 'C O p + P" cd oxi x, O N N O 3 v U a) p N O U M O a: cd � U C, N p O Q U +� �, W S" cd p O N M Q cd r3 �' � N N O N bA o "C N -o N ;y 4) 0 'C � cd � a: cd � � � a) � � U y o y 4-1 N � � x; Q+'� � � cn cd U Cd cd I., cd bA �, N N Pr O U �� U Q ,O ci M ctU N o y N 'C Vl N o s N oA Cd V] a) a) aj u >N cd 4-4 aj = s y0 cd pC • �+ O y O y q 40. bA"O W � bQ O O UD 4-1UD s. s. a) s. O s. N O ¢, �, ai cd U U O P-i �1,"C �1, ¢, � � �1.., � 4-� cd "'o � � H � �" cd H � cd ■ V '� cd N � O � � N h 'C bA O C N Q bA U � an P-4 a CIO I cd bA C13 'N s: y N O np cd O U p NO3 CA O E U vIn bA N cd UD bA O "p U O N N sa'- O 4i U Ln O Ln rA xI to 40 aj aj to ct to cd cd N O -� "O 9 O to U y cdLn Q 'D CAN i-� N p cd N _ O O r Ln O _ bA m uo w cd cd O 3 9 p O N U V U N ti Q+ Ln O O � � s-i c+.� p 4� cd cd s-• y U � 4-i s-i N p s-. DC DC �,, s-. O � Q, � r'�".., ;� �0 � v� C v� � i--i s� "'O U � �1.,� � �.� i--i cd 'C s-� �1. N N .,•, Q. U � cd U � 1 N � O V y O M h � N h O � � N h � H U bA s. U O � � N Q bA U � N r-i p bD O U U once 0 0 (41 U rA1=14 aj U UCoo a U O U cd s- cd M _O U U p cd cd O U y "O U OU p .y O O O c� ram, s. � +. 0 NV�] Q" ,-� VJ 0U ^' ,� U l/') '�C 4-i �O " CA ti p U cC cd O Q, U U ^� U rn bo U p Ts o bA'C > U� +� U o� 7 Q U � ro � o ,Q y °' Q"Z Q . 4-4U O N v � cn cd cd O 03 S'. U . U r C U U O p U� o 'C y r1 �" ^C O O U A- l z Q � c�C yU U �U+ U O N U . 3 ct W O 4- "� U •3' cd W Q —� O R CA Ocd 4-4 D U sU- cC DC N 'C 0 bA U O OU ■ ■ O V � N �O O � � N h � H N bA s. U O bA N r-i Ct ct rA t. Ti U N i_4 +. cop cd U CA "O AN O 4- cd N •P. p 4i cd � � � OO CdCA v U N -- N 4� 00 O cd = cC CA a �--� r cn U 'd jj ='' � Q. N O a N P. CA4 bA 4� Q 0 cn + U 4� y O �' N N N �. C cn U U N Q. 4-4 O s~ O N O Sp cd O 4-4 "O O O � w Q. Cdd N '3 44 O O O y "" O " ;3 bA cd �" s 9 oA 9 N N v y cd 0 N N y .� O cd -C O � on 0 4- U dj S N >10 cd cd O U 4� �' U � N O � N CA UD y 4. CA 4- cd N �, ^a O �+ 4� � U cd H "O VJ U �. U �••' }�"•' 'C V] �i �. U 'C V] .'. U 'C �" � �" � � 4. � N � O � � N h � H N bA s. U O bA N � N r-i CA N —M "O =- 'C N 03 i 0 0 —M U U O S"" �� �D y N U O dj +., = O oC,3 "C o N N U p y U cj cd o ai w Q y Q,4-4 ct Ns cd U cd cd U syA p N SN�U " . y 'C Q. W1 � cd y cn Q cd cd r cd O N 3 ° O 3 U U Oto = cd cd r �, y JE cd �' C cd N o p V cdcd O CooLn N cd cdcd O U cd '3 ct cd N O Q a? cd .O ; a cd o) N o0 � O � �+ bA •y � .y � H � 0 L ,� OM a O OU N U v, U �Q an as �YD o a� U cd �' -a '. cd a. v' w O cd 4-1O bA N pp WO N �' N N , CIOaj Q,Con � '� cd H U cd U bA � O t". �� N 'd N N '� ° U s O Ocd CIO W — O bA cd Q" CIO "" r: y O , ,+ O N r p cd p r t+ >> UD w O CIO N U ti N O c+ y O y OU `A N N 4�i U v O N ct CA p N V1 t1, Cd M 9. cd N 40 W Q >, > .� 0 CIO O N o� N O� O � � N h � H N 0 0 0 0 0 0 0en en 0 bA to •� � •� � •� � i-I � �ti •i-I � i-I � i-I � i-I � Y O O cc "d 'C ON ON N N W) ON V1 O O O O O O O O M cl � � V] ,—� ,—� N ^� N N �O •--� N �O �O --� O O O en�. � rn .� cl, U 'd 0 V � N O ti ti O , � N h 0 " • '2 O U N a� U d Q an as v ~ y 4.1 . 03 cd P. 'C N4-4 y by ? CIO U N sU- 03 '� N U •� cC ,�_ Q, � OOP � � CA .� U O ,� O •,� � O cn Q. v tUr N ^' N N cCC� "p N U rA U bq N N 4. Q y0 O SA0 OCA N U ybUA O pp +�- N sU- Ln O W ? y i O y U O4.1w 0 CA Ncz: ■ ■ ■ P-4 V � ti ti O , � N h O � ~ a O bA O 00 t" N bA N N a� aQ an w a., un +04 a U 4- p ,;r p xiCA 'A o � .�? '� obi arA ° �. = w oA o bo a) an o an i U o Ct o rl° un CA un 5� ¢� O y u �r r bA N = N `n "C prA 1 O 4a OU - 4- �"" cd c� 'C N 0 O c �' r 0� y � bA 'C to sU ~— ii c bA �" 03 N v U "p = a. O a) N �' p v in N cd Q cC " U s. N N bA O U O OCoocC U In 0 O UD � - V �" U tU m N U N Q, N O 4� U w O ° UD rA .S' si �- N 4 m CAN y rn cd a) Q. cC H s- 'C -- �1, cC O � R -0 paj N Z Ao ti N N ti ti O , � N h 0 " 'C i-. bA O 00 bA U U a� aQ an as bA a� 'C >, O "O 1 4.4 ,� � U d d p . O cC O U i� •" r U U N "d A N cd O U U U U yU C y � cU. O O a. U O cd y 'C O U rM� O cd N Q" V ,�""• p N " Ur". .� ct cn Z , aj 4. U cd y x D U O03 Pr O 0 U Ln +- +� Oxi " �" w U U N cyi� 4. S". ct E O O O N ° rA �" '� U p U O r+U. U cn N " O ; 9 cd 03 cd OU O D U o b�A cd > p M C c� 7 U bA Q U U N 4 O N O S z N s. is P. s. c� N cn O y �' y N U O bA U O N O � 00 cd 3-'. ' U �-. cd cd U U O cC O r- O ^ ul r N 00, p U O N "O N ~- O 5U O y "O O O N N Q, N ul O U " s� cd =" �. y �'. �°. Q, N cd cd �. p �0 U � o� N M ti ti O , � � h A••4 bA O O � Cd a 0 0 th � U ° (1) to N N a� aQ an a a Quo O 03 0 cn cd cqs in. r— p cn UO U Cd U O U s, cd a) to NQ N S". O i N p cd cd cdct UD cd Oct cn cd N L"i o cd cto v o U W W o ° N " U cd" O 4 un U Pr O � -� cq O q cd Cd r N p O O cd ¢, U ��u t~ 4 cn vUi a) Ln O O UD N 'C cd N �, N .�'; N + b�A cd L"i 3U N N ti4 In cn v N � ti1 •� ti N � ti ti O , � � h P-4 .y U n C cn O N ��. UO P" cn 0 03 00 bA P••i � N 444 O ° bA �, aQ aQ � U � � •o 'o 0 as P-4 P-4 o 'd cn rA u') bUA U � _ � '� � v�� �O .r. cd"'� W CodV N bA � ;" OU bUA �, N Q. cd 'C U Q" v 4) M ter. cd O f�. U s N '� cd U cd o N N O 03 bA �l y �. ct O to °' ° p"'~ 4- •° ono J=,-0 .0 .m qcl rf)� ° c 4.1 cd � >, Q. o., o U �. o M " y o) Z bA �' U U '� za 'y 4 'O cd U cUi bA H 9 ct y O cC Q. ct 5by ct cn CA 4- O N O ccCd U N 0 N N N W O "O Q a bq x O ) Z 00 00 N h ti ti O , h A••4 N U cd �' cd + O 03 O m � P••i U N P••i U � O O th O t" aQ aQ aa, wri cd �' � y ycd U y 4-4 cd cd cd ay. O •� U "�" O Q p cad p Q 'C 4: C41) U N O �r cd cd N U cd N s4 cd 'y N U cd U cn bA z" bA cd U '� 'C t" cd — �" ^a �z N ° Q, " £"+ N 1-1 sU- Cad U N `n "O in.g. g. y y �, bA is v� O v U N U cd �, O N cd v +L� cd O N O N sueLn ct N O �",i �+ � . 4-i cd O s, O U cd N N N a O N y '� 4; cd U �, �' O cd U N O N �O cd N 03 o) r-i Z 01 01 p r'� � e O � N c� CA O i, O 4� P-i bA U O � � U N 9b U aQ as on ' cd O O s cA to to cd cduD O p w cn N N x, �" con 03 cn O s. cn cd v s- O N O 'd C4; U N U S � �' O O Cl cd .O cA Q., t". cA U N UUD k= LnO U cA blo �• a o U � o ti MM � � SELF-DEALING TRANSACTION DISCLOSURE FORM (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to) (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a) (5) Authorized Signature Signature: Date: SELF-DEALING TRANSACTION DISCLOSURE FORM INSTRUCTIONS In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members of a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self- dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: 'A self-dealing transaction means a transaction to which the corporation is a party and which one or more of its directors has a material financial interest." The definition above will be utilized for purposes of completing the disclosure form. (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. (2) Enter the board member's company/agency name and address. (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Codes. (5) Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). ID OOK GOLDEN STATE BOULEVARD PHASE 2 DRAPER STREET TO CLAYTON AVENUE STATE PROJECT NUMBER: SB1 LPPL-5942(307) BUDGET /ACCOUNT: 4510 / 7370 co � 1856 O FRS, Department of Public Works and Planning CONTRACT NUMBER 24-18-C BID BOOK TABLE OF CONTENTS GOLDEN STATE BOULEVARD PHASE 2 CONTRACT NUMBER 24-18-C PROPOSAL TITLE NUMBER(S) NOT APPLICABLE INSTRUCTIONS FOR COMPLETING THE BID BOOK 1 PROPOSAL TO THE BOARD OF SUPERVISORS OF THE COUNTY OF FRESNO 2 BID ITEM LIST 3 EVALUATION OF BID ITEM LIST 4 BID SECURITY 5 NON-COLLUSION DECLARATION 6 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT 7 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE AND PUBLIC CONTRACT CODE 10232 STATEMENT 8 SUBCONTRACTORS 9 TITLE 13,CALIFORNIA CODE OF REGULATIONS§2449(I)GENERAL REQUIREMENTS FOR IN-USE OFF-ROAD DIESEL-FUELED FLEETS 10-17 NOT USED 18 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS 19 GUARANTY INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS General Complete forms in the Bid book. Submit an electronic bid online at http://www.BidExpress.com or submit a hardcopy bid: 1. Under sealed cover addressed to the Department and labeled with the name of the bidder, contract number, the name of the project and the statement'Do Not Open Until The Time Of Bid Opening.' 2. Marked as a bid 3. Identifying the contract number and the bid opening date Certain bid forms must be submitted with the bid and properly executed. Certain other forms and information must be submitted either with the bid or within the prescribed period after bid opening as specified elsewhere in these special provisions. Failure to submit the forms and information as specified results in a nonresponsive bid. If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be nonresponsive. Bid Item List and Bid Comparison Submit a bid based on the bid item quantities the Department shows on the Bid Item List. Bids will be evaluated and the low bidder determined as indicated in the Notice to Bidders. Bid Document Completion Proposal items are identified by title and by the word "Proposal" followed by the number assigned to the proposal item in question. Proposal items are included in the Bid Book. Proposal to the Board of Supervisors of Fresno County— Proposal 1 Provided for information. Bid Item List— Proposal 2 One or more sheet(s) or list(s) upon which the bidder completes the bid. Fill out completely including a unit price and total for each unit price-based item and a total for each lump sum item. Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by 15th". Use ink or typewriter for paper bids. Evaluation of Bid Item List—Proposal 3 Describes how inconsistences and irregularities are evaluated and corrected when Design Services reviews the Bid Item List. Bid Security and Signature— Proposal 4 Submit one of the following forms of bidder's security equal to at least 10 percent of the bid: • Cash • Cashier's check • Certified check • Signed bidder's bond by an admitted surety insurer INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 2 of 4 Indicate type of bid security provided. • Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is returned to bidders by County warrant. This process may take several weeks. • Cashier's or Certified Checks. This type of security is held until the bid is no longer under consideration. If submitted by a potential awardee, they will be returned when the contract is fully executed by the bidder and bonds and insurance have been approved. • Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company. Provide notarized signature of attorney-in-fact accompanied by bonding company's affidavit authorizing attorney- in-fact to execute bonds. An unsigned bid bond will be cause for rejection. Bonding companies may provide their own bid bond forms. The Bid Security and Signature sections must be completed by the bidder and submitted with their bid. Acknowledge Addenda Provide contractor's license information. State business name and if business is a: • Corporation - list officers • Partnership- list partners • Joint Venture- list members; if members are corporations or partnerships, list their officers or partners. • Individual - list Owner's name and firm name style Signature of Bidder-the following lists types of companies and corresponding authorized signers. • Corporation - by an officer • Partnership- by a partner • Joint Venture- by a member • Individual - by the Owner If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be rejected. • Business Address - Firm's Street Address • Mailing Address - P.O. Box or Street Address • Complete, sign, and return with bid. Noncollusion Declaration —Proposal 5 Must be completed, signed, and returned with bid. Public Contract Code Section 10285.1 Statement— Proposal 6 Select"has"or"has not" in accordance with instructions on form, return completed form with bid. Note that signing the bid constitutes signing this statement. Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232 Statement— Proposal 7 Select"yes"or"no" accordance with instructions on form, include explanation if"yes" is selected. Return completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement. INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 3 of 4 Subcontractors— Proposal 8 Sheet(s) or spaces where bidders list subcontractors. List each subcontractor to perform work in an amount in excess of 1/2 of 1 percent of the total bid or$10,000, whichever is greater(Pub. Contract Code §4100 et seq.). The Subcontractor List submitted with the bid must show the name, location of business, work portions to be performed, Department of Industrial Relations registration number, and the contractor's license number for each subcontractor listed. • Use subcontractor's business name style as registered with the License Board. • Specify the city in which the subcontractor's business is located and the state if other than California. • Description of the work to be performed by the subcontractor. Indicate with bid item numbers from the bid item list and/or work descriptions similar to those on bid item list. • List Department of Industrial Relations number and license number for each subcontractor. Upon request from Design Services, provide the following additional information within 24 hours of bid opening if not included on the Subcontractor List submitted with the bid: • Complete physical address for each subcontractor listed. • Percentage of the total bid or dollar amount associated with each subcontractor listed. Title 13, California Code of Regulations § 2449(i) General Requirements for In-Use Off-Road Diesel- Fueled Fleets— Proposal 9 Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid. Subcontractor certificates will be due no later than 4:00 PM on the fifth (51h)calendar day after the bid opening if not submitted with the bid. Proposal 10 - Proposal 17—Not Used Opt Out of Payment Adjustments for Price Index Fluctuations— Proposal 18 You may opt out of the payment adjustments for price index fluctuations specified in section 9-1.07. To opt out, submit a completed Opt Out of Payment Adjustments for Price Index Fluctuations form with your bid. Guaranty— Proposal 19 Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when contract is executed. INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 4 of 4 General Info Total: $4,418,170.57 Number Description 24-18-C Golden State Boulevard Phase 2 Deadline Draper Street to Clayton Avenue State Project Number: SB1 LPPL-5942(307) 01/23/2025 02:00 PM PST The work to be done consists, in general, of improvements along Golden State Boulevard Vendor for approximately 2.63 miles from Draper Street to Clayton Avenue through the cities of Don Berry Construction, Inc. Kingsburg, Selma, Fowler, and unincorporated areas of the County. The work will include signal modifications, cold plane asphalt pavement, pavement rehabilitation, minor Submitted concrete work, intersection channelization, laying hot-mix asphalt, excavation and trenching, pavement striping and marking, sidewalk installation and replacement, and 01/23/2025 01:52 PM PST other items as specified in the plans and specifications. Signed by Allows zero unit prices and labor Dan Dorval Account Holder Yes Dan Dorval Opened Allows negative unit prices and labor Yes 01/23/2025 02:03 PM PST By jwongsing@fresnocountyca.gov Page 1 of 30 01/23/2025 Attachment List Project Website RFC form, bid opening details, any Supplemental Information including RFC responses, prebid conference information, etc. Specifications (19 MB) Specifications (19 MB) Plans (70 MB) Plans (70 MB) Addendum 1 Addendum 1 Plan Sheets - Addendum 1 (9 MB) Plan Sheets - Addendum 1 Page 2 of 30 01/23/2025 Proposal to the County of Fresno - Proposal 1 Proposal to the County of Fresno hereinafter called the Owner GOLDEN STATE BOULEVARD PHASE 2 DRAPER STREET TO CLAYTON AVENUE The work embraced herein shall be done in accordance with the 2023 Standard Specifications and with the 2023 Standard Plans, of the State of California, Department of Transportation insofar as the same may apply and in accordance with these special provisions. Except to the extent that they may conflict with these special provisions, revised Standard Specifications apply to the extent included in the section entitled "Project Details" of the book entitled "Specifications." The work to be done is shown on a set of Plans, Department File No. 11343, entitled: "Golden State Boulevard Phase 2." The undersigned, as bidder, declares that the only persons, or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that they have carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and they propose and agree if this proposal is accepted, that they will contract with the Owner to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that they will take in full payment therefor the following unit prices, to-wit: Page 3 of 30 01/23/2025 Bid Item List - Proposal 2 $4,418,170.57 Item No. Quantity Unit Item Item Price Extension Description 1 1 LS Lead Compliance $3,200.00 $3,200.00 Plan Compensation for 2 100,000 $ Adjustments for $1.00 $100,000.00 Price Fluctuations 3 100,000 $ Supplemental $1.00 $100,000.00 Work 4 1 LS Mobilization $325,000.00 $325,000.00 5 1 LS Furnish Field $8,500.00 $8,500.00 Office Construction 6 2 EA Project Funding $1,500.00 $3,000.00 Sign 7 1 LS Temporary Traffic $300,000.00 $300,000.00 Control Portable 8 6 EA Changeable $3,800.00 $22,800.00 Message Sign 9 1 LS Job Site $8,000.00 $8,000.00 Management Prepare Storm 10 1 LS Water Pollution $2,300.00 $2,300.00 Prevention Plan 11 27 EA Rain Event Action $150.00 $4,050.00 Plan 12 1 LS SWPPP $5,200.00 $5,200.00 Implementation Storm Water 13 17 EA Sampling and $300.00 $5,100.00 Analysis Day State Water 14 1,000 EA Resources $1.00 $1,000.00 Control Board NOI Filing Fee Total: $4,418,170.57 Page 4 of 30 01/23/2025 Item No. Quantity Unit Item Item Price Extension Description 15 1 EA Storm Water $525.00 $525.00 Annual Report 16 6 EA Adjust Utility Box $500.00 $3,000.00 to Grade Adjust Valve Box 17 7 EA Frame and Cover $900.00 $6,300.00 to Grade 18 4 CY Remove Concrete $650.00 $2,600.00 Valley Gutter Temporary High- 19 500 LF Visibility Fence $5.00 $2,500.00 (Type ESA) 20 1 LS Clearing and $20,000.00 $20,000.00 Grubbing Roadway Excavation (Type 21 321 CY Z-2) (Aerially $50.00 $16,050.00 Deposited Lead) - Final Pay Item 22 225 STA Shoulder Backing $235.00 $52,875.00 23 150 CY Imported Borrow $75.00 $11,250.00 24 1 LS Finishing $25,000.00 $25,000.00 Roadway 25 226 CY Aggregate Base $88.00 $19,888.00 (Class ll) 26 21,277 TON Hot Mix Asphalt $107.00 $2,276,639.00 (Type A) Place Hot Mix 27 6 LF Asphalt Dike $210.00 $1,260.00 (Type A) Stress Absorbing 28 5,650 SY Membrane $7.00 $39,550.00 Interlayer 36 TON Tack Coat $1,800.00 $64,800.00 30 20 LF Remove HMA $30.00 $600.00 Dike Total: $4,418,170.57 Page 5 of 30 01/23/2025 Item No. Quantity Unit Item Item Price Extension Description Cold Plane 31 84,075 SY Asphalt Concrete $2.70 $227,002.50 Pavement 32 20 EA Adjust Manhole $1,200.00 $24,000.00 to Grade 33 523 SF Detectable $45.00 $23,535.00 Warning Surface 34 65 LF Minor Concrete - $70.00 $4,550.00 Median Curb 35 25 LF Minor Concrete - $63.00 $1,575.00 Curb Minor Concrete - 36 250 LF 8" Median Curb $54.00 $13,500.00 (Modified) 37 18 LF Minor Concrete - $137.00 $2,466.00 Valley Gutter 38 361 LF Minor Concrete - $70.00 $25,270.00 Curb and Gutter 39 238 LF Minor Concrete - $42.00 $9,996.00 Retaining Curb Minor Concrete - 40 45 SY Stamped $155.00 $6,975.00 Concrete 41 287 SY Minor Concrete - $88.00 $25,256.00 Sidewalk 42 110 SY 3" Concrete Cap $91.00 $10,010.00 43 11 CY Minor Concrete $800.00 $8,800.00 -Curb Ramp 44 187 LF Remove Concrete $13.00 $2,431.00 Curb 45 283 LF Remove Concrete $16.00 $4,528.00 Curb and Gutter 46 350 SY Remove Concrete $16.00 $5,600.00 Sidewalk 47 35 LF Brick Retaining $85.00 $2,975.00 Total: $4,418,170.57 Page 6 of 30 01/23/2025 Item No. Quantity Unit Item Item Price Extension Description Curb 48 3 EA City of Kingsburg $850.00 $2,550.00 Bollard 49 7 EA Reset Roadside $350.00 $2,450.00 Sign 50 2 EA Relocate $350.00 $700.00 Roadside Sign 51 17 EA Roadside Sign $450.00 $7,650.00 Midwest 52 51 LF Guardrail System $540.00 $27,540.00 (Wood Post) 53 45 LF Pedestrian $475.00 $21,375.00 Handrail 4" White 2-Coat 54 12,901 LF Paint Traffic $0.70 $9,030.70 Striping (Detail 8, 12,2713, 38, 38A) 6" White 2-Coat 55 17,963 LF Paint Traffic $0.78 $14,011.14 Striping (Detail 39, 39A) 6" White 56 4,200 LF Thermoplastic $2 20 $9,240.00 Traffic Striping (Detail 39, 39A) 4" Yellow 2-Coat Paint Traffic 57 9,799 LF Striping (Detail $1.30 $12,738.70 21, 22, 24, 25 29, 31, 32) 4" White Thermoplastic 58 4,600 LF Traffic Striping $1.75 $8,050.00 (Detail 12, 27B, 38, 38A) 4" Yellow Thermoplastic 59 2,806 LF Traffic Striping $3.50 $9,821.00 (Detail 21, 25, 27, and 35A) Total: $4,418,170.57 Page 7 of 30 01/23/2025 Item No. Quantity Unit Item Item Price Extension Description 8" White 2-Coat Paint Traffic 60 4,274 LF Striping (Detail $0.92 $3,932.08 38, 38A,38B, Chevron Striping) 8" White Thermoplastic 61 650 LF Traffic Striping $2.60 $1,690.00 (Detail 37, 38, 38A and Chevron Striping) Thermoplastic 62 5,893 SF Pavement $5.35 $31,527.55 Marking Green Paint 63 648 SF Pavement $11.00 $7,128.00 Marking 2-Coat Paint 64 1,739 SF Pavement $5.35 $9,303.65 Marking Signal 65 1 LS Modifications $62,000.00 $62,000.00 (Simpson Street at Draper Street) Signal Modifications 66 1 LS (Golden State $75,000.00 $75,000.00 Boulevard at Mountain View Avenue) Signal Modifications 67 1 LS (Golden State $79,500.00 $79,500.00 Boulevard at Highland Avenue) Signal Modifications 68 1 LS (Golden State $53,000.00 $53,000.00 Boulevard at Manning Avenue) Signal Modifications 69 1 LS (Golden State $58,000.00 $58,000.00 Boulevard at Merced Street) Total: $4,418,170.57 Page 8 of 30 01/23/2025 Item No. Quantity Unit Item Item Price Extension Description Signal Modifications 70 1 LS (Golden State $72,000.00 $72,000.00 Boulevard at Adams Avenue) 71 2,465 SQYD Crack Treatments $4.25 $10,476.25 Total: $4,418,170.57 Page 9 of 30 01/23/2025 Evaluation of Bid Item List - Proposal 3 Abbreviations used in the bid proposal sheet are identified in Section 1-1.06, "Abbreviations," of these special provisions. Bids are required for the entire work. Bids will be compared on the basis indicated in the Notice to Bidders. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the Owner's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise, if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Owner, and that discretion will be exercised in the manner deemed by the Owner to best protect the public interest in the prompt and economical completion of the work. The decision of the Owner respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Owner, within eight (8) days not including Saturdays, Sundays and legal holidays, after the bidder has received notice of award of the contract, the Owner, at its option, may determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the Owner. Page 10 of 30 01/23/2025 Bid Security - Proposal 4 Bond Percentage 10.00% Guarantee Method Cash, Cashier's Check, Certified Check, Paper Bid Bond Cash, Cashier's Check, Certified Check, Paper Bid Bond Confirmation * I have provided a Paper Bid Bond for the Bid Security Amount above prior to the solicitation deadline. You must either attach an electronic bid bond here or provide an original bid bond (or other form of bid security authorized by Public Contract Code Section 20129(a)) to the office location according to the instructions in the Notice to Bidders prior to the bid opening. Page 11 of 30 01/23/2025 Addendum Acknowledgement - Proposal 4 Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) Type N/A if no addenda were issued. Click "+" to add additional fields. Addendum No. * 1 Dated 01/15/2025 Page 12 of 30 01/23/2025 Bidder Signature - Proposal 4 Business Name * Don Berry Construction, Inc. Note: If bidder or other interested person is a corporation, state legal name of corporation. If bidder is a co-partnership, state true name of firm. Type of Business Corporation - list Officers Business Owners and Officers Names Rick Berry - CEO Dan Dorval - CFO/SEC Note: If bidder or other interested person is: • a corporation, list names of the president, secretary, treasurer and manager thereof • a partnership, list names of all individual co-partners composing firm. • an individual, state first and last name in full. Names of Owners and Key Employees Rick Berry - CEO Dan Dorval - CFO/SEC Note: List majority owners of your firm. If multiple owners, list all. Also include anyone, including key employees, who are actively promoting the contract. (SB1439) Licensed in accordance with an act providing for the registration of Contractors: Class A Contractor License No. * Expires 396428 12/31/2026 Page 13 of 30 01/23/2025 DIR Registration Number 1000008539 Business Address 13701 Golden State Blvd, Kingsburg, CA 93631-9563 Zip Code 93631 Mailing Address 13701 Golden State Blvd; Kingsburg, CA Zip Code 93631 Business Phone * Fax Number (559) 896-5700 (559) 896-5757 E-mail Address * dan@donberryconstruction.com Signature of Bidder Dan Dorval Dated * 01/23/2025 NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co- partnership; and if bidder is an individual, bidder signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Page 14 of 30 01/23/2025 Noncollusion Declaration - Proposal 5 STATE PROJECT NUMBER: SB1LPPL-5942(307) To the County of Fresno: NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID* The undersigned declares: I am the (Choose one of the following options): Corporate Officer If Corporate Officer please list Title: CFO/SEC of (Business Name): Don Berry Construction, Inc. 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 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, and has not paid, and will not pay, any person or entity for that 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: * 01/23/2025 at City, State: Kingsburg, CA Signature: Dan Dorval Page 15 of 30 01/23/2025 (See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106) *NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of the Proposal. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 16 of 30 01/23/2025 Public Contract Code - Proposal 6-7 Public Contract Code Section 10285.1 Statement - Proposal 6 In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder Choose an option: * Has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. The above Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire - Proposal 7 In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Choose an option: No If the answer is No, please type N/A. If the answer is Yes, explain the circumstances in the following space. N/A Public Contract Code Section 10232 Statement - Proposal 7 In conformance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than Page 17 of 30 01/23/2025 one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-years period because of the Contractor's failure to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 18 of 30 01/23/2025 Subcontractors - Proposal 8(a) The following named subcontractor(s) will perform with labor, or otherwise render services to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half of one percent of the total bid presented herewith or $10,000, whichever is greater. Each listed subcontractor's name, location of business and description of work, and both their contractor's license number and public works contractor registration number, issued pursuant to Section 1725.5 of the Labor Code, are REQUIRED, by Section 4104 of the California Public Contract Code, to be submitted prior to bid opening. (The "location of business" must specify the city in which the subcontractor's business is located, and the state if other than California.) All other requested information shall be submitted, either with the bid or within 24 hours after bid opening. Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with the License Board. FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NON-RESPONSIVE, OR MAY RESULT IN ASSESSMENT OF A PENALTY AGAINST THE BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA PUBLIC CONTRACT CODE. Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. Subcontractor: * Fresno Concrete Construction, Inc. Business Address * 5450 S. Villa Ave.; Fresno, CA 93725 Class C-8/12 License No. 389141 DIR Registration No. 1000004109 Item No. or Description of Work 33-43 & 53 - Concrete Improvements & Handrail Dollar Amount: OR Percentage of Total Bid: $130,455.00 Email Address: souvanh@fresnoconcreteconst.com Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 1 Page 19 of 30 01/23/2025 Subcontractor: * T & T Pavement Markings and Products, INc. Business Address * 3276 W. Sussex Way; Fresno, CA 93722 Class C-32 License No. 687921 DIR Registration No. 1000046338 Item No. or Description of Work 1 (Portion); 7 (Portion); 50-51; 54-64 - Striping, Marking and Signs Dollar Amount: OR Percentage of Total Bid: $151,609.20 Email Address: tandtpavemark@gmail.com Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 2 Subcontractor: * American Pavement Systems, Inc. Business Address * 1012 11 th Street; Modesto, CA 95354 Class A License No. 943792 DIR Registration No. 1000000207 Page 20 of 30 01/23/2025 Item No. or Description of Work * 4 (Partial) & 28 - Mobilization & Stress Absorbing Membrane Interlayer Dollar Amount: OR Percentage of Total Bid: $139,550.00 Email Address: dpimley@americanpavementsystems.com Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 3 Subcontractor: * Safety Network Inc. Business Address 1345 N. Rabe Ave.; Fresno, CA 93727 Class C-31 License No. 787285 DIR Registration No. 1000012625 Item No. or Description of Work 6, 7 (Portion), 8 (Portion) - Project Funding Signs & Traffic Control (Flagging) Dollar Amount: OR Percentage of Total Bid: $175,205.00 Email Address: joe@safetynetworkinc.com Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 4 Subcontractor: * Midstate Barrier, Inc. Page 21 of 30 01/23/2025 Business Address * P.O. Box 30550; Stockton, CA 95213 Class A License No. 529261 DIR Registration No. 1000000528 Item No. or Description of Work 52 - Midwest Guardrail System Dollar Amount: OR Percentage of Total Bid: $26,061.00 Email Address: dnicholas@midstatebarrier.com Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 5 Subcontractor: * PacWest Construction Company Business Address * P.O. Box 736; Chowchilla, CA 93610 Class A; C-10; C-7 License No. 1047006 DIR Registration No. 1000385662 Item No. or Description of Work 65-70 - Signal Modifications Page 22 of 30 01/23/2025 Dollar Amount: OR Percentage of Total Bid: $378,530.66 Email Address: r.herzog@pac-westconstruction.com Page 23 of 30 01/23/2025 Subcontractors - Proposal 8(b) Optional: Vendor is not required to complete. Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. Subcontractor: No bid Business Address No bid Class No bid License No. No bid DIR Registration No. No bid Item No. or Description of Work No bid Dollar Amount: OR Percentage of Total Bid: No bid No bid Email Address: No bid Page 24 of 30 01/23/2025 California Code of Regulations: General Requirements for In-Use Off-Road Diesel-Fueled Fleets - Proposal 9 In conformance with Title 13 § 2449(i), bidders will be required to attach copies of valid Certificates of Reported Compliance for the fleet selected for the contract and their listed subcontractors. Before May 15th of each year, the prime contractor must collect a new valid Certificate of Reported Compliance for the current compliance year, as defined in section 2449(n), from all fleets that have an ongoing contract with the prime contractor as of March 1 of that year. Prime contractors must not write contracts to evade this requirement. Annual renewals must be provided to the Resident Engineer at least one week prior to the expiration date of the current certificate. https://ww2.arb.ca.gov/resources/fact-sheets/fact-sheet-contracting-requirements Choose all that apply: ❑✓ Bidder's Certificate of Reported Compliance has been attached to the bid. ❑Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4). ❑✓ Listed subcontractors' certificates have been attached or will be submitted within five (5) calendar days of the bid opening. ✓❑The following subcontractors do not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4): Subcontractors: T & T Pavement Markings and Products Inc. Safety Network Inc. FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS DIRECTED MAY RENDER THE BID NON- RESPONSIVE. Page 25 of 30 01/23/2025 Proposal 10-17 NOT USED Page 26 of 30 01/23/2025 Opt Out of Payment Adjustments for Price Index Fluctuations - Proposal 18 Optional: Vendor is not required to complete. You may opt out of the payment adjustments for price index fluctuations as specified in Section 2-1.31, "OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS," of the special provisions. You can only elect to opt out of payment adjustments for price index fluctuations of if you complete this form and submit it with your bid. The individual signing this form must be duly authorized to sign a bid. By signing this form. I hereby opt out of the payment adjustments for price index fluctuations for the above-named project. Bidder: No bid Name (Printed): No bid Signature: No bid Title: No bid Page 27 of 30 01/23/2025 Guaranty - Proposal 19 Optional: Vendor is not required to complete. (This guaranty shall be executed by the successful bidder in accordance with instructions in the special provisions. The bidder may execute the guaranty on this page at the time of submitting their bid.) GUARANTY To the Owner: County of Fresno CONTRACT NUMBER The undersigned guarantees the construction and installation of the following work included in this project: 24-18-C ALL WORK Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within twelve (12) months after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse the Owner, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the Owner, to replace any such material and to repair said work completely without cost to the Owner so that said work will function successfully as originally contemplated. The Owner shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Owner elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Owner. Date: * 01/23/25 Name (Printed): Dan Dorval Signature: Dan Dorval Title: * CFO/SEC Contractor: Don Berry Construction, Inc. Page 28 of 30 01/23/2025 Required Documents Name Omission Terms Submitted File CARB Certification of Reported Compliance - DBC - Bidder Does not have a fleet subject to this regulation. Certificate of Valid CARB Certification of Reported Compliance Reported - Bidder Compliance.pdf CARB Certification(s) of Reported Compliance - Due by 4pm on the 5th calendar day after bid Subcontractors opening or no listed subcontractors have a fleet Subs - Offroad Valid CARB Certification(s) of Reported subject to this regulation. Certificates.pdf Compliance - Subcontractors 2 Required Documents Page 29 of 30 01/23/2025 Additional Documents (Use if needed) Name Omission Terms Submitted File Optional: Vendor is not required to complete. Not Required Extra space not needed No bid Extra Space if needed Not Required Extra space not needed No bid Extra Space if needed Not Required Extra space not needed No bid Extra Space if needed 3 Required Documents Page 30 of 30 01/23/2025 .•NIwN�"" •i�N 1••. iN +•"• .•iiii�i�•. .r,,. — �/f f1 i�i•f •.—.i��4>����, ►i,\�1`1`N'I(f(ry,N•/�llji• i��1\j111�N1�/Ijia �i�,\�/{iN1lIIIII�i• i•�1\,f111IjII�i, •i�\\�ItKal1�11�i, ii f\\j{Ilill//j//ji, �� '1 '4 kf I��11\1`IAU [11�/11i:�i\\\\� lllll��w�,,\\1 { 111�11�.r�'��1\ �pp 11111���,,\\\ y{ IIIII�u�',,\I`{ I/111�► � I ,i��,\ _,[II�II�I►�N�\\\`��II�/�(�[��II�a..��,\`�f11�11�J/I/1�IyN�,\``1�IM��IILLIjh•N,\ \`,,�lf IL/y�\\ `\,IIIII I L; 7 �� ' ram- •7!'�'��` �7l. •'"�' "i�le�•c,,�2i'• '�71.,�',�'�•rip'\��a� ��l��jl�•�.�•' - �_� �y ry' n�i n rCA ft /.ate` �- ��•■ '•ram: ; '�J.: ■•a- ` �■+iIH . � \-y try► ons, as • IF • • • �.'• --qo ••1 •■ do ..ice ti • `\ ./rr.■ ■•mow,� • :`y..�• OF FM so es,ft 14 Nwa� �. • � ��w.1 �i.��+ter,. � � • ' �_`= �: 'Jy iiir� q • • r L" �4iwr •r• ■•rrr • ���r•I �..�� 'i! w1w•I aa^r :;�%��Illlilll���`,\�,•:.::I;y��11NN11��`,•,e.;:1;1U11111111��`,��,•::::I,l�y�/N1111111�`��\\:::I;I��/111N111���,\�r::::i;y�/IIIINO`�\`\\:� L, ► /�1111,1�\ • ►ii�f��INll�lf�i� �►i�f/�111{Ilsl • � /A111{ 1\i+� �ii�1/��11{I��1��\ti• ►ii�1��1111�1\��ii• `t� 1`;� w - `•��Hf�f��••_.��N•fN�r��►a',,b..d;yr_:h NNfff��r�.►i�-.:�N;•• ♦i�f:„,,:r♦ a_ 'r .�i AGREEMENT THIS AGREEMENT made at Fresno, in Fresno County, California, by and between Don Berry Construction. Inc. hereinafter called the Contractor, and the County of Fresno hereinafter called the Owner. WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as follows: ARTICLE I. The Contractor agrees to furnish all labor and materials, including tools, implements, and appliances required, but excluding such materials as are mentioned in the specifications to be furnished by the Owner, and to perform all the work in a good and workmanlike manner,free from any and all liens and claims of mechanics, materialmen, teamsters, subcontractors, artisans, machinists, and laborers required for- GOLDEN STATE BOULEVARD PHASE 2 DRAPER STREET TO CLAYTON AVENUE CONTRACT NUMBER: 24-18-C All in strict compliance with the plans, drawings and specifications therefor prepared by the Owner, and other contract documents relating thereto. ARTICLE II. The Contractor and the Owner agree that the Notice to Bidders and Special Provisions, the Wage Scale (Prevailing Wages), the Plans and Drawings, Addenda and Bulletins thereto, and the Proposal (Bid Book) hereto attached, together with this Agreement, form the contract, and they are as fully a part of the contract as if hereto attached or herein repeated. All portions of the Standard Specifications of the State of California, Department of Transportation, dated 2015, which are not in conflict with this contract shall be deemed a part of the specifications as though fully therein set forth; provided, however, that revisions to the said Standard Specifications shall apply only to the extent, if any, included in the Project Details of these specifications or as otherwise incorporated directly herein. No part of said specifications which is in conflict with any portion of this agreement, or which is not actually descriptive of the work to be done thereunder, or of the manner in which said work is to be executed, shall be considered as any part of this agreement, but shall be utterly null and void. ARTICLE III. The Owner agrees to pay the Contractor in current funds for the performance of the contract the sum of FOUR MILLION FOUR HUNDRED AND EIGHTEEN THOUSAND ONE HUNDRED AND SEVENTY DOLLARS AND 57/100 ($4,418,170.57) it being understood that said price is based upon the estimated quantities of materials to be used as set forth in the Proposal, except where provisions are made in the contract documents whereby the estimated quantities shall constitute the final quantity; that upon completion of the project the final contract prices shall be revised by change order, if necessary, to reflect the true quantities used at the stated unit price thereof as contained in the Contractor's Proposal hereto attached. Payments on account thereof will be made as set forth in the special provisions. Contract 24-18-C Agreement- 1 ARTICLE IV. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she or any of his or her subcontractors should persistently violate any of the provisions of the contract, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he or she should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer,then the Owner may, upon certificate of the Engineer when sufficient cause exists to justify such action, serve written notice upon the Contractor and his surety of its intention to terminate the contract, and unless within five days after the serving of such notice, such violations shall cease and satisfactory arrangements for correction thereof be made, the contract shall, upon the expiration of said five days, cease and terminate. In the event of any such termination, the Owner shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the contract, provided, however, that if the surety within ten (10) days after the serving upon it of notice of termination does not give the Owner written notice of its intention to take over and perform the contract or does not commence performance thereof within the ten (10) days stated above from the date of the serving of such notice, the Owner may take over the work and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Contractor and his surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the Owner may without liability for so doing, take possession of and utilize in completing the work such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefor. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the Owner, as herein provided and damage incurred through the Contractor's default, shall be certified by the Engineer. ARTICLE V. To the fullest extent permitted by law with respect to any work required to be done under this contract, the Contractor will indemnify and hold harmless the COUNTY OF FRESNO, STATE OF CALIFORNIA, CONSULTANTS and all other participating public agencies,whether or not said agencies are named herein, who have jurisdiction within the areas in which the work is to be performed, and all officers and employees of the Owner, the County, the State, the United States and said other participating agencies, from any and all costs and expenses, attorney fees and court costs, damages, liabilities, claims and losses occurring or resulting to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents or employees under this Agreement, and from any and all costs and expenses, attorney fees and court costs, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents or employees under this Agreement. In addition, CONTRACTOR agrees to indemnify COUNTY for Federal, State of California and/or local audit exceptions resulting from non-compliance herein on the part of CONTRACTOR. CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees under this Agreement. Contract 24-18-C Agreement- 2 The Certificate of Insurance shall be issued in duplicate, to the COUNTY OF FRESNO, CITY OF FOWLER, CITY OF KINGSBURG, CITY OF SELMA, and all other participating agencies, whether or not said agencies are named herein, who contribute to the cost of the work or have jurisdiction over areas in which the work is to be performed and all officers and employees of said agencies while acting within the course and scope of their duties and responsibilities. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M Best Company rating of A FSC VI or better. Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement: A. Commercial General Liability Commercial General Liability Insurance with limits not less than those shown in the following table: Liabili Insurance Requirements Total bid For each Aggregate for products/completed General n Umbrella or occurrences operation aggregate excess liabilityc <_ $1,000,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000 > $1,000,000 _< $10,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000 > $10,000,000 :5 $25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000 > $25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000 'Combined single limit for bodily injury and property damage. bThis limit must apply separately to your work under this Contract. `The umbrella or excess policy must contain a clause stating that it takes effect(drops down) in the event the primary limits are impaired or exhausted. This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground,fire legal liability, or any other liability insurance deemed necessary because of the of the nature of this contract. Such Commercial General Liability insurance shall name the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days advance written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General Contract 24-18-C Agreement- 3 Liability insurance policy naming COUNTY as an additional insured and providing for a thirty (30) day prior written notice of cancellation or change in terms or coverage. Within eight(8)days from date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, or to designservices(a�fresnocountyca.gov, stating that such insurance coverages have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for an premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance an any other insurance, or self- insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents, and employees shall be excess only and not contributing with insurance provided under CONTRACTOR'S policies herein. This insurance shall not be cancelled or changed without a minimum or thirty (30) days advance written notice given to COUNTY. B. Automobile Liability Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per accident for bodily injury and property damage. Coverage should include owned and non-owned vehicles used in connection with this Agreement and all applicable endorsements. C. Professional Liability If CONTRACTOR is a licensed professional or employs professional staff, (e.g., Architect, Engineer, Surveyor, etc.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate with a provision for 3 year tail coverage. D. Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. ARTICLE VI. Contractor represents that he has secured the payment of Worker's Compensation in compliance with the provisions of the Labor Code of the State of California and during the performance of the work contemplated herein will continue so to comply with said provisions of said Code. Contractor shall supply the Owner with certificates of insurance, in duplicate, evidencing that Worker's Compensation Insurance is in effect and providing that the Owner will receive ten days' notice of cancellation. If Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure should be provided the Owner. ARTICLE VII. The Contractor shall forthwith furnish in duplicate, a faithful performance bond in an amount equal to 100% of the contract price and a payment bond in an amount equal to 100% of the Contract 24-18-C Agreement-4 contract price, both bonds to be written by a surety company acceptable to the Owner and in the form prescribed by law. The payment bond shall contain provisions such that if the Contractor or his subcontractors shall fail to pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under the contract, or (b) any amounts required to be deducted, withheld and paid over to the Employment Development Department and to the Franchise Tax Board from the wages of the employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon the payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court. ARTICLE VIII. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be awarded a contract for public work on a public works project or engage in the performance of work on any public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. Contractor shall comply with all applicable laws and regulations relating to wages and employment, including all requirements imposed by the California Department of Industrial Relations (DIR). Contractor shall cooperate with County to furnish timely all information necessary for County's completion of the form required to be submitted by County when registering the Project on the DIR website; and County thereafter shall provide to Contractor the "Project ID Number" assigned by DIR in order to facilitate Contactor's submission to DIR of its certified payrolls for the Project, in the manner required and using such form as may be prescribed by DIR, in accordance with the provisions of Labor Code section 1771.4(a)(3). ARTICLE IX: Governing Law—Venue for any action arising out of or relating to this Agreement shall be in Fresno County, California. This Agreement shall be governed by the laws of the State of California. ARTICLE X: EXECUTIVE ORDER N-6-22: Under Executive Order N-6-22 as a contractor, subcontractor, or grantee, compliance with the economic sanctions imposed in response to Russia's actions in Ukraine is required, including with respect to, but not limited to, the federal executive orders identified in the EO and the sanctions identified on the U.S. Department of the Treasury website (https://ofac.treasury.gov/sanctions-programs-and-country-information/russia-related-sanctions). Failure to comply may result in the termination of contracts or grants, as applicable. Specially Designated Nationals and Blocked Persons List(SDN) (https:Hsanctionslist.ofac.treas.gov/Home/SdnList) Contract 24-18-C Agreement- 5 This Contract, 24-18-C, was awarded by the .Board of Supervisors on March 11, 2025. It has been reviewed by the Department of Public Works and Planning and is in proper order for signature of the Chairman of the Board of Supervisors. IN WITNESS WHEREOF, they have executed this Agreement this a � day of 2025 �QE.1 LONS'Ck5Cta1,�1C COUNTY OF FRESNO (CONTRACTOR) (OWNER) By By Ernest Buddy Mendes, airman of the Board of Supervisors of the County of Fresno Title ATTEST: Bernice E. Seidel Clerk of the Board of Supervisors County of Fresno, State of California By Deputy Contract 24-18-C Agreement-6