HomeMy Public PortalAbout2023-05-02-Lynwood_Agenda_RegularThis Agenda contains a brief general description of each item to be considered. Copies of the Staff reports or
other written documentation relating to each item of business referred to on the Agenda are on file in the Office
of the City Clerk and are available for public inspection. Any person who has a question concerning any of the
agenda items may call the City Manager at (310) 603-0220, ext. 200.
Procedures for Addressing the Council
IN ORDER TO EXPEDITE CITY COUNCIL BUSINESS, WE ASK THAT ALL PERSONS WISHING TO
ADDRESS THE COUNCIL SUBMIT YOUR COMMENTS IN ADVANCE TO CITYCLERK@LYNWOOD.CA.US
OR FILL OUT A FORM PROVIDED AT THE PODIUM, AND TO TURN IT IN TO THE CITY CLERK PRIOR TO
THE START OF THE MEETING. FAILURE TO FILL OUT SUCH A FORM WILL PROHIBIT YOU FROM
ADDRESSING THE COUNCIL IN THE ABSENCE OF THE UNANIMOUS CONSENT OF THE COUNCIL.
AGENDA
City Council Regular Meeting
TO BE HELD ON
May 2, 2023
COUNCIL CHAMBERS - 11350 BULLIS ROAD. LYNWOOD, CA 90262 OR WEB
CONFERENCE VIA ZOOM - TO PARTICIPATE VIA ZOOM OR BY TELEPHONE: 1-669-
900-9128 OR 1-253-215-8782 MEETING ID: 835 2029 8238
Duly Posted on 4/29/23 by MQ
6:00 PM
1. CALL TO ORDER
2. CERTIFICATION OF AGENDA POSTING BY CITY CLERK
3. ROLL CALL OF COUNCIL MEMBERS
Oscar Flores, Mayor
Rita Soto, Mayor Pro Tem
Gabriela Camacho, Council Member
Juan Munoz -Guevara, Council Member
Jose Luis Solache, Council Member
4. PLEDGE OF ALLEGIANCE
5. INVOCATION
City Council Regular Meeting
1
6. PRESENTATIONS/PROCLAMATIONS
• Update on Law Enforcement Issues
• City Council Members Reporting on Meetings Attended (Gov. Code Section 53232.3
(D)).
• Pageant of the Arts Winners
• City Video(s)
7. COUNCIL RECESS TO:
• Lynwood Successor Agency
• Lynwood Housing Authority
PUBLIC ORAL COMMUNICATIONS
(Regarding Agenda Items Only)
NON -AGENDA PUBLIC ORAL COMMUNICATIONS
THIS PORTION PROVIDES AN OPPORTUNITY FOR THE PUBLIC TO ADDRESS THE
COUNCIL ON ITEMS WITHIN THE JURISDICTION OF THE COUNCIL AND NOT LISTED
ON THE AGENDA. IF AN ITEM IS NOT ON THE AGENDA, THERE SHOULD BE NO
SUBSTANTIAL DISCUSSION OF THE ISSUE BY THE COUNCIL, BUT COUNCIL MAY
REFER THE MATTER TO STAFF OR SCHEDULE SUBSTANTIVE DISCUSSION FOR A
FUTURE MEETING. (The Ralph M. Brown Act, Government Code Section 54954.2 (a).)
8. CONSENT CALENDAR
ALL MATTERS LISTED UNDER THE CONSENT CALENDAR WILL BE ACTED UPON BY
ONE MOTION AFFIRMING THE ACTION RECOMMENDED ON THE AGENDA. THERE
WILL BE NO SEPARATE DISCUSSION ON THESE ITEMS PRIOR TO VOTING UNLESS
MEMBERS OF THE COUNCIL OR STAFF REQUEST SPECIFIC ITEMS TO BE REMOVED
FROM THE CONSENT CALENDAR FOR SEPARATE ACTION.
8.1 APPROVAL OF THE WARRANT REGISTER
Comments:
City of Lynwood warrant register dated May 2, 2023 for FY 2022-2023.
Recommendation:
Staff respectfully recommends that the City Council of the City of Lynwood approve the
warrant register dated May 2, 2023 for FY 2022-2023.
8.2 FIRST AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT WITH AVANT
GARDE INC.
Comments:
Staff is requesting that the City Council approve First Amendment to the Professional
Service Agreement with Avant Garde Inc. in the amount of $170,625 to continue the
administration of the program and extend the term to June 30, 2024.
Recommendation:
City Council Regular Meeting
2
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, COUNTY OF
LOS ANGELES, STATE OF CALIFORNIA AUTHORIZING THE EXECUTION OF A
FIRST AMENDMENT TO PROFESSIONAL SERVICE AGREEMENT WITH AVANT
GARDE INC FOR THE PURPOSE OF PROVIDING ADMINISTRATIVE SERVICES FOR
THE COMMERCIAL FACADE GRANT PROGRAM."
8.3 AWARD OF CONTRACT TO SA ASSOCIATES FOR LONG BEACH METER
UPGRADE AND LINE ABANDONMENT DESIGN PROJECT NO. 4011.68.065
Comments:
On January 30, 2023, the Request for Proposals (RFP) for the Long Beach Meter
Upgrade and Line Abandonment Project (4011.68.065) was advertised on the City's
website (PlanetBids). The RFP opening took place in the PlanetBids platform on March
01, 2023, at 10:00 AM (PST).
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO SA ASSOCIATES FOR LONG BEACH METER UPGRADE AND LINE
ABANDONMENT DESIGN PROJECT NO. 4011.68.065, IN THE AMOUNT OF $250,000;
AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS
RELATED TO THE PROJECT; AND AUTHORIZING THE MAYOR TO EXECUTE THE
AGREEMENT."
8.4 APPROVAL OF PLANS AND SPECIFICATIONS AND AUTHORIZATION TO SOLICIT
A NOTICE INVITING BIDS FOR SEWER SYSTEM IMPROVEMENTS FY 2023
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING
THE PLANS AND SPECIFICATIONS AND AUTHORIZING STAFF TO SOLICIT A
NOTICE INVITING BIDS FOR SEWER SYSTEM IMPROVEMENTS FY 2023."
8.5 PROJECT ACCEPTANCE OF THE LYNWOOD URBAN BIKE TRAIL PROJECT (CIP
NO's. 4011.68.046 AND 4011.68.084)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING
THE LYNWOOD URBAN BIKE TRAIL AS COMPLETE; AUTHORIZING THE FILING OF
THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER'S
OFFCE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE
ACCEPTANCE."
City Council Regular Meeting
3
9. NEW/OLD BUSINESS
9.1 APPROVAL AND AWARD OF CONTRACT TO NATIONAL PLANT SERVICES FOR
THE CITY OF LYNWOOD ANNUAL SANITARY SEWER MAINTENANCE SERVICES
Comments:
The City's wastewater collection system is managed by the City of Lynwood Public Works
Department. The sewer utility provides sewer collection services to its residential,
commercial, and industrial customers within the City's boundary. Due to increased
responsibilities in required potable water operation tasks and reduction in staffing, the
tasks of sewer cleaning have been delayed and behind in the regular scheduled tasks.
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO NATIONAL PLANT SERVICES AS THE LOWEST RESPONSIBLE
BIDDER, IN THE AMOUNT OF $744,183.57 FOR FY 2023/24 THROUGH FY 2026/27
ANNUAL SEWER MAINTENANCE; AUTHORIZING THE CITY MANAGER TO
APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT; AND
AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT."
9.2 UPDATE OF AN EMERGENCY ACTION PER PUBLIC CONTRACT CODE SECTION
22050 FOR THE EMERGENCY ACTION AT THE NATATORIUM
Comments:
Item is for information only.
Recommendation:
Staff recommends that the City Council receives and files the report.
9.3 APPROVAL OF PLANS AND SPECIFICATIONS AND AUTHORIZATION TO SOLICIT
A NOTICE INVITING BIDS FOR IMPERIAL HIGHWAY CORRIDOR CAPACITY
ENHANCEMENTS FROM STATE STREET TO WRIGHT ROAD, PROJECT (CIP
4011.68.106)
Comments:
Los Angeles County Metropolitan Transportation Authority ("LACMTA") and the City of
Lynwood have entered an agreement for capacity improvements along Imperial Highway.
LACMTA has agreed to fund the capacity enhancement improvement project for both
design and construction. Staff has received plans and specifications for the design of the
project and is seeking approval and authorization from City Council to solicit Notice
Inviting Bids for construction.
Recommendation:
City Council Regular Meeting
4
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING
PLANS AND SPECIFICATIONS AND AUTHORIZING STAFF TO SOLICIT A NOTICE
INVITING BIDS FOR IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS
FROM STATE STREET TO WRIGHT ROAD, PROJECT (CIP 4011.68.106)".
9.4 COMMERCIAL FACADE GRANT PROGRAM APPLICATION STATUS
Comments:
Staff recommends that the City Council receive and file the Commercial Facade Grant
Program application status report. (CD)
Recommendation:
Staff recommends that the City Council receive and file this Commercial Facade Grant
report.
9.5 REVIEW OF BOARD, COMMISSION AND COMMITTEE MEMBERS & ANNUAL
BOARDS, COMMISSIONS AND COMMITTEES LOCAL APPOINTMENT LIST
Comments:
Review of Board and
Commission Members. (CC)
Recommendation:
Staff recommends that the City Council review the list of Board and Commission
Members. Currently there are two (2) vacancies to the Boards and Commissions,
including the Community Development Block Grant Board and the Planning Commission.
The City Council may make any adjustments to these Boards and Commissions, as it
deems appropriate, in accordance with the rules outlined below.
10. CITY COUNCIL ORAL AND WRITTEN COMMUNICATION
11. STAFF ORAL COMMENTS
ADJOURNMENT
THE NEXT REGULAR MEETING WILL BE HELD ON MAY 16, 2023 AT 6:00 P.M. IN THE
COUNCIL CHAMBERS OF THE CITY HALL ANNEX, 11350 BULLIS ROAD, CITY OF
LYNWOOD, CALIFORNIA.
City Council Regular Meeting
5
Agenda Item # 8.1.
AGENDA STAFF REPORT
DATE: May 2, 2023
TO: Honorable Mayor and Members of the City Council
APPROVED BY: Ernie Hernandez, City Manager
PREPARED BY: Harry Wong, Director of Finance & Administration
Lilly Hampton, Senior Accounting Technician
SUBJECT: APPROVAL OF THE WARRANT REGISTER
Recommendation:
Staff respectfully recommends that the City Council of the City of Lynwood approve the
warrant register dated May 2, 2023 for FY 2022-2023.
Background:
N/A
Discussion and Analysis:
N/A
Fiscal Impact:
FY 2022-2023
Coordinated With:
City Manager
City Attorney
ATTACHMENTS:
Description
D CC WARRANT RESOLUTION TEMPLATE.docx
D WARRANT RUN 5 2 2023-F.pdf
City Council City Council Regular Meeting
6
RESOLUTION NO. 2022.XXX
Warrant Registers Dated 05-02-2023
PASSED, APPROVED and ADOPTED this 2nd day of May , 2023.
Oscar Flores, Mayor
ATTEST:
Maria Quinonez, Ernie Hernandez,
City Clerk City Manager
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
Noel Tapia,
City Attorney
Harry Wong,
Director of Finance and Administration
7
STATE OF CALIFORNIA
)§
COUNTY OF LOS ANGELES )
I, Maria Quinonez, the undersigned, City Clerk of the City of Lynwood, do hereby certify
that the foregoing Resolution was passed and adopted by the City Council of the City of
Lynwood at a meeting held on the 2nd day of May, 2023.
AYES: COUNCIL MEMBERS MUNOZ, SOLACHE, CAMACHO MAYOR PRO TEM
SOTO AND MAYOR FLORES
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
Maria Quinonez,
City Clerk
STATE OF CALIFORNIA
)§
COUNTY OF LOS ANGELES
I, Maria Quinonez, the undersigned, City Clerk of the City of Lynwood, and the Clerk
of the City Council of said City, do hereby certify that the above foregoing is a full, true and
correct copy of Resolution No. 2022.XXX on file in my office and that said Resolution was
adopted on the date and by the vote therein stated. Dated this 2nd day of May , 2023.
Maria Quinonez,
City Clerk
8
apCkHist
04/25/2023 10:07AM
Void -Check Listing
City of Lynwood
Page: 1
Bank code: apbank
Void Check # Date Vendor Status Clear/Void Date Reason -Void Reissue Inv. Date Amount Paid Check Total
207210 03/23/2023 000207 WALMART 04/12/2023 DECLINE 03/23/2023 3,296.25 3,296.25
207273 04/04/2023 000128 MARX BROS FIRE 04/12/2023 WRONG INV# 207417 03/16/2023 1,004.35
04/12/2023 P30927 03/16/2023 681.91 1,686.26
207318 04/03/2023 005139 BOOST CONFERENCE 04/18/2023 LOST IN MAIL 207416 01/28/2023 2,260.00 2,260.00
3 checks in this report
apbank Total:
Total Checks:
7,242.51
7,242.51
Page: 1
9
vchlist Electronic Financial Transaction List Page: 2
04/25/2023 10:00:47AM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
1560 2/9/2023 005794 INTERNAL REVENUE SERVICE Ben151032 SOCIAL SECURITY: PAYMENT 47,671.04
Total : 47,671.04
1562 3/8/2023 013073 CALPERS INSURANCE Ben151036 MEDICAL: PAYMENT 59,981.98
Total : 59,981.98
1563 3/16/2023 013090 PERS Ben151038 PERS: PAYMENT 58,635.10
Total : 58,635.10
1564 2/10/2023 001357 EMPLOYMENT DEVELOPMENT DEPT. Ben151040 STATE WITHHOLDING TAXES: 13,257.40
Total : 13,257.40
1569 2/23/2023 005794 INTERNAL REVENUE SERVICE Ben151144 SOCIAL SECURITY: PAYMENT 45,818.87
Total : 45,818.87
1570 3/8/2023 013073 CALPERS INSURANCE Ben151146 MEDICAL: PAYMENT 59,981.98
Total : 59,981.98
1571 3/21/2023 013090 PERS Ben151148 PERS: PAYMENT 58,575.03
Total : 58,575.03
1572 2/24/2023 001357 EMPLOYMENT DEVELOPMENT DEPT. Ben151150 STATE WITHHOLDING TAXES: 13,102.03
Total : 13,102.03
1577 2/23/2023 005794 INTERNAL REVENUE SERVICE Ben151166 SOCIAL SECURITY: PAYMENT 928.54
Total : 928.54
1578 3/8/2023 013073 CALPERS INSURANCE Ben151168 MEDICAL PAYMENT 208.56
Total : 208.56
1579 3/21/2023 013090 PERS Ben151170 PERS: PAYMENT 848.08
Total : 848.08
1583 3/9/2023 005794 INTERNAL REVENUE SERVICE Ben151647 SOCIAL SECURITY: PAYMENT 47,093.39
Total : 47,093.39
1584 4/7/2023 013073 CALPERS INSURANCE Ben151649 MEDICAL: PAYMENT 59,603.87
Page: 2
10
vchlist Electronic Financial Transaction List Page: 3
04/25/2023 10:00:47AM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
1584 4/7/2023 013073 013073 CALPERS INSURANCE (Continued) Total : 59,603.87
1586 3/10/2023 001357 EMPLOYMENT DEVELOPMENT DEPT. Ben151653 STATE WITHHOLDING TAXES: 13,323.66
Total : 13,323.66
1587 3/16/2023 013091 PERS 457 Ben151655 DEF COMP - PERS 457: PAYMENT 6,686.04
Total : 6,686.04
1588 3/21/2023 010069 NATIONWIDE RETIREMENT SOLUTION Ben151657 DEF COMP - NATIONWIDE: 13,175.78
Total : 13,175.78
1589 3/21/2023 013507 NATIONWIDE RETIREMENT SOLUTION Ben151659 401A: PAYMENT 201.44
Total : 201.44
1591 3/23/2023 005794 INTERNAL REVENUE SERVICE Ben151931 SOCIAL SECURITY: PAYMENT 772.64
Total : 772.64
1592 4/7/2023 013073 CALPERS INSURANCE Ben151933 MEDICAL: PAYMENT 2,953.65
Total : 2,953.65
1594 3/30/2023 013091 PERS 457 Ben151937 DEF COMP - PERS 457: PAYMENT 2,895.55
Total : 2,895.55
1595 4/3/2023 010069 NATIONWIDE RETIREMENT SOLUTION Ben151939 DEF COMP - NATIONWIDE: 500.00
Total : 500.00
1597 3/23/2023 005794 INTERNAL REVENUE SERVICE Ben151959 SOCIAL SECURITY: PAYMENT 54,397.45
Total : 54,397.45
1598 4/7/2023 013073 CALPERS INSURANCE Ben151961 BLUE SHIELD ACCESS+: PAYMENT 59,603.87
Total : 59,603.87
1600 3/23/2023 001357 EMPLOYMENT DEVELOPMENT DEPT. Ben151965 STATE WITHHOLDING TAXES: 14,481.68
Total : 14,481.68
1601 3/30/2023 013091 PERS 457 Ben151967 DEF COMP - PERS 457: PAYMENT 6,686.04
Total : 6,686.04
1602 4/3/2023 010069 NATIONWIDE RETIREMENT SOLUTION Ben151969 DEF COMP - NATIONWIDE: 13,195.78
Page: 3
11
vchlist Electronic Financial Transaction List Page: 4
04/25/2023 10:00:47AM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice
PO #
Description/Account Amount
1602 4/3/2023 010069 010069 NATIONWIDE RETIREMENT (Continued)
1603 4/3/2023 013507 NATIONWIDE RETIREMENT SOLUTION Ben151971
1005266 3/23/2023 013121 AUL HEALTH BENEFIT TRUST CIO, 013121-04302023
1005267 3/9/2023 000372 FIRE DEPARTMENT, LOS ANGELES C0011019
1005268 3/20/2023 001357 EMPLOYMENT DEVELOPMENT DEPT. L1845499280
1005269 3/20/2023 001357 EMPLOYMENT DEVELOPMENT DEPT. L0866196880
1005270 3/15/2023 000173 U.S. BANK TRUST 2240684
2251933
2251935
01-001724
Total : 13,195.78
401A: PAYMENT 201.44
Total: 201.44
REIMB-RETIREE MEDICAL PREMIUM
Total :
59,459.48
59,459.48
FIRE PROTECTION SERVICES 633,293.33
Total : 633,293.33
UNEMPLOYMENT BENEFIT 1,782.00
Total : 1,782.00
PENALTY/INTEREST FEE 29.80
Total : 29.80
LPFA 2020A BOND PAYMENT
LPFA 2019B BOND PAYMENT
LPFA 2019A BOND PAYMENT
Total :
240,622.50
207, 946.58
121,477.77
570,046.85
1005271 3/8/2023 013073 CALPERS INSURANCE 100000017088513 MEDICAL PREMIUM 3/2023 18,115.87
100000017088521 MEDICAL PREMIUM 3/2023 286.67
Total : 18,402.54
1005272 4/7/2023 013073 CALPERS INSURANCE 100000017116293 MEDICAL PREMIUM RETIREE 4 2023 18,430.68
100000017116294 MEDICCAL PREMIUM 4/2023 286.67
Total : 18,717.35
1005273 4/6/2023 000372 FIRE DEPARTMENT, LOS ANGELES C0011107 01-001724 FIRE PROTECTION SERVICES 659,857.87
Total: 659,857.87
35 Vouchers for bank code : apbank Bank total : 2,616,370.11
35 Vouchers in this report Total vouchers : 2,616,370.11
Page: 4
12
vchlist Prepaid -Check List Page: 5
04/24/2023 12:17:47PM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207410 4/12/2023 013288 SPECTRUM 0031912031623 12-000411 INTERNET AND CABLE SERVICE 150.02
Total : 150.02
207411 4/12/2023 013288 SPECTRUM 0244895030123 12-000411 INTERNET AND CABLE SERVICE 219.98
0244895040123 12-000411 INTERNET AND CABLE SERVICE 219.98
Total : 439.96
207412 4/12/2023 013288 SPECTRUM 0543478031623 12-000411 INTERNET AND CABLE SERVICE 219.98
Total : 219.98
207413 4/12/2023 001330 CANON FINANCIAL SERVICES, INC. 29974965 12-000407 RENTAL EQUIPMENT 321.75
29974966 12-000407 RENTAL EQUIPMENT 770.16
Total : 1,091.91
207414 4/12/2023 002386 T -MOBILE USA, INC 983463843-032123 12-000422 CELL PHONE SERVICE 370.94
Total : 370.94
207415 4/12/2023 013084 LE, JESSICA Ben152239 JESSICA HERRERA: PAYMENT 293.00
Total : 293.00
207416 4/18/2023 005139 BOOST CONFERENCE 20230128 REGISTRATION FEE 2,260.00
Total : 2,260.00
207417 4/18/2023 000128 MARX BROS FIRE EXTINGUISHER P30926 06-009673 FIRE EXTINGUISHERS 1,004.35
P30927 06-009673 FIRE EXTINGUISHERS 681.91
Total : 1,686.26
207418 4/18/2023 002452 AMERICAN LANGUAGE SVCS. 72675 01-001732 PROF & CONTRACTUAL SERVICE 334.50
Total : 334.50
207419 4/18/2023 006399 AT&T 000019684161 TELEPHONE SERVICE 1,230.39
000019723911 TELEPHONE SERVICE 101.74
000019733370 TELEPHONE SERVICE 837.08
000019734583 TELEPHONE SERVICE 199.63
Total : 2,368.84
207420 4/18/2023 000955 CENTRAL BASIN MUNICIPAL WATER LYN-MAR23
06-009601
PROF & CONTRACTUAL SERVICE 1,688.72
Page: 5
13
vchlist Prepaid -Check List Page: 6
04/24/2023 12:17:47PM City of Lynwood
Bank code : apbank
Voucher
Date Vendor
Invoice
PO #
Description/Account
Amount
207420 4/18/2023 000955 000955 CENTRAL BASIN MUNICIPAL WATER (Continued)
207421 4/18/2023 001987 DISTRICT OF SOUTHERN CALIF., WATER FEBRUARY 28, 2023
207422 4/18/2023 013321 HERNANDEZ, ERNIE
207423 4/18/2023 013829 LESLIE, BRITTANY
207424 4/18/2023 000486 LIBERTY UTILITIES
207425 4/18/2023 013661 M & J CARPETS CORPORATION
207426 4/18/2023 013830 NATIONAL ASSOC OF LATINO
207427 4/18/2023 013494 ROLANDO ENRIQUE MORA
207428 4/18/2023 000163 SOUTHERN CALIFORNIA EDISON
207429 4/18/2023 013619 TOYOTA FINANCIAL SERVICES
207430 4/18/2023 011963 WEX BANK
207431 4/19/2023 013497 ALTA LANGUAGE SERVICES, INC
02/01-02/28/2023
03/01-03/31/2023
013829-040423
158555-040523
164055-040523
164060-040523
M 063062
DBN3WY4T9RG
RYNZR75SVXQ
LWD1007
00016304132023
001 7362931-040623
88540063
IS645551
06-009617
06-009582
06-009582
06-009582
08-005103
01-001781
01-001722
06-009598
05-001937
Total :
PROF & CONTRACTUAL SERVICE
1,688.72
129,592.41
Total : 129,592.41
ELECTRONIC/MEDIA- DEVELOPMENT
ELECTRONIC/MEDIA-DEVELOPMENT
Total :
REIMBURSEMENT
Total :
WATER USE FOR IRRIGATION
WATER USE FOR IRRIGATION
WATER USE FOR IRRIGATION
Total :
PROF & CONTRACTUAL SERVICE
Total :
REGISTRATION-GUEVARA
REGISTRATION-SOTO
Total :
COMMUNITY ACTIVITY EXPENSE
Total :
Total :
Total :
Total :
LIGHT & POWER SERVICE
AUTO EXPENSE
AUTO EXPENSE
SPANISH BILINGUAL TESTING
800.00
800.00
1,600.00
531.26
531.26
225.01
25.33
25.33
275.67
4,350.00
4,350.00
800.00
800.00
1,600.00
1,500.00
1,500.00
59,990.34
59,990.34
777.65
777.65
11, 449.98
11,449.98
165.00
Page: 6
14
vchlist Prepaid -Check List Page: 7
04/24/2023 12:17:47PM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207431 4/19/2023 013497 013497 ALTA LANGUAGE SERVICES, INC (Continued) Total : 165.00
207432 4/19/2023 004986 BIOMETRICS4ALL, INC COLYN0106 05-001938 LIVE SCAN RELAY FEE 9.00
Total : 9.00
207433 4/19/2023 000702 CINTAS DOCUMENT MANAGEMENT 8406192126 05-001939 REPLENISH FIRST AID CABINET 143.05
8406192126-A 05-001951 REPLENISH FIRST AID CABINET 885.64
Total : 1,028.69
207434 4/19/2023 011977 DELGADILLO, LILIANA A. 011977-0211623
011977-031623
207435 4/19/2023 013431 DEONDRA TISDALE 013431-012623
013431-021623
013431-031623
207436 4/19/2023 003352 DEPT. OF JUSTICE CTRL SERVICES 645718
05-001946
PERSONNEL BOARD STIPEND
PERSONNEL BOARD STIPEND
Total :
PERSONNEL BOARD STIPEND
PERSONNEL BOARD STIPEND
PERSONNEL BOARD STIPEND
Total :
50.00
50.00
100.00
50.00
50.00
50.00
150.00
BACKGROUND CHECKS 96.00
Total : 96.00
207437 4/19/2023 009038 GARY, HARDIE 009038-012623 PERSONNEL BOARD STIPEND 50.00
009038-021623 PERSONNEL BOARD STIPEND 50.00
009038-031623 PERSONNEL BOARD STIPEND 50.00
Total : 150.00
207438 4/19/2023 013821 GTS FUTURE CLEANING SERVICES ESFLHXMC SOFA CLEANING SERVICES 592.00
Total : 592.00
207439 4/19/2023 011188 INSURANCE COMPANY, THE LINCOLN 4531946200 LTD PREMIUM 4/2023 4,793.28
4543066611 LTD PREMIUM 5/2023 3,612.41
Total : 8,405.69
207440 4/19/2023 000450 LIEBERT CASSIDY WHITMORE 676613 05-001941 LEGAL SERVICES 1,673.04
Total : 1,673.04
207441 4/19/2023 006146 LOPEZ, ROSEMILLIE 006146-012623 PERSONNEL BOARD STIPEND 50.00
006146-021623 PERSONNEL BOARD STIPEND 50.00
Page: 7
15
vchlist Prepaid -Check List Page: 8
04/24(2023 12:17:47PM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207441 4/19/2023 006146 LOPEZ, ROSEMILLIE (Continued)
006146-031623 PERSONNEL BOARD STIPEND 50.00
Total : 150.00
207442 4/19/2023 000111 MANAGED HEALTH NETWORK PRM-079590 05-001935 PROF & CONTRACTUAL SERVICE 303.05
Total : 303.05
207443 4/19/2023 005256 MONJARAS & WISMEYER GROUP,INC. 23173 05-001936 PROF & CONTRACTUAL SERVICE 300.00
Total : 300.00
207444 4/19/2023 013831 OREGON, LIZETH 4222023 REIMBURSEMENT 200.00
Total : 200.00
207445 4/19/2023 010782 PACHECO GALINDO, JOSE A. 010782-040623 REIMBURSEMENT 84.54
Total : 84.54
207446 4/19/2023 011353 THORNTON, JOHN 011353-040623-1 REIMBURSEMENT 388.54
Total : 388.54
207447 4/19/2023 013487 TRUSAIC CINV-028631 05-001933 PROF & CONTRACTUAL SERVICE 515.00
CINV-028983 05-001933 PROF & CONTRACTUAL SERVICE 500.00
Total : 1,015.00
207448 4/19/2023 013836 WALKER, KENNETH A 2023001 05-001956 PROF & CONTRACTUAL SERVICE 3,780.00
Total : 3,780.00
207449 4/19/2023 001057 RAMIREZ, JUAN E. HR_230307 05-001955 PROF & CONTRACTUAL SERVICE 627.50
Total : 627.50
207450 4/24/2023 006775 CMTA 200004512 REGISTRATION-S.HARDING/L.CUELLAR 1,030.00
Total : 1,030.00
207451 4/24/2023 013751 CUELLAR, LUIS GERARDO 013751-042823 PER DIEM 259.00
Total : 259.00
207452 4/24/2023 002887 HARDING, SHEILA 002486-042823 PER DIEM 260.00
Total : 260.00
Page: 8
16
vchlist Prepaid -Check List Page: 9
04/24/2023 12:17:47PM City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
43 Vouchers for bank code : apbank Bank total : 243,338.49
43 Vouchers in this report
Total vouchers : 243,338.49
Page: 9
17
vchlist
04/25/2023 12:25:40 PM
Check List Page: 10
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207453 5/2/2023 001419 ABSOLUTE ACCURACY, INC. 111433 06-009715 PROF & CONTRACTUAL SERVICE 268.06
Total : 268.06
207454 5/2/2023 000743 ADMINISTRATIVE SVCS. CO-OP 230329 08-005054 PROF & CONTRACTUAL SERVICE 10,078.52
Total : 10,078.52
207455 5/2/2023 013826 AGUAYO, LESLIE GISELLE 013826-041823 SCHOLARSHIP PAYMENT 300.00
Total : 300.00
207456 5/2/2023 007439 ALL CITY MANAGEMENT SVCS, INC. 84686 11-002148 PROF & CONTRACTUAL SERVICE 15,234.24
Total : 15,234.24
207457 5/2/2023 010746 ALVAREZ-GLASMAN & COLVIN 2023-01-20650-4 02-002622 LEGAL SERVICES 141.00
2023-01-20653 02-002622 LEGAL SERVICES 3,458.50
2023-1-20650 02-002622 LEGAL SERVICES 1,781.00
2023-1-20650-1 02-002622 LEGAL SERVICES 11,634.87
Total : 17,015.37
207458 5/2/2023 011296 ALVIZAR BUFFET 021823 CATERING SERVICE 1,200.00
033123 CATERING SERVICE 847.00
Total : 2,047.00
207459 5/2/2023 013738 AMAZON CAPITAL SERVICES INC 1 HK4-W9MD-1 FWV 12-000435 OPERATING SUPPLIES 60.28
Total : 60.28
207460 5/2/2023 002452 AMERICAN LANGUAGE SVCS. 74051 01-001732 PROF & CONTRACTUAL SERVICE 359.70
Total : 359.70
207461 5/2/2023 003312 AMERICAN RENTALS 527353 06-009662 SUPPLIES AND EQUIPMENT 760.36
Total : 760.36
207462 5/2/2023 004285 AVANT GARDE, INC. 8275 06-009559 PROF & CONTRACTUAL SERVICE 690.00
8276 06-009555 PROF & CONTRACTUAL SERVICE 360.00
8277 06-009554 PROF & CONTRACTUAL SERVICE 110.00
8278 06-009557 PROF & CONTRACTUAL SERVICE 470.00
8282 06-009526 PROF & CONTRACTUAL SERVICE 1,000.00
8283 06-009814 PROF & CONTRACTUAL SERVICE 1,050.00
Page: 10
18
vchlist
04/25/2023 12:25:40PM
Check List Page: 11
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207462 5/2/2023 004285 AVANT GARDE, INC. (Continued)
8284 06-009771 PROF & CONTRACTUAL SERVICE 300.00
8384 06-009555 PROF & CONTRACTUAL SERVICE 2,252.00
8385 06-009554 PROF & CONTRACTUAL SERVICE 1,911.00
8386 06-009557 PROF & CONTRACTUAL SERVICE 2,502.00
8388 06-009437 PROF & CONTRACTUAL SERVICE 680.00
8389 06-009526 PROF & CONTRACTUAL SERVICE 250.00
8390 06-009814 PROF & CONTRACTUAL SERVICE 750.00
8391 06-009771 PROF & CONTRACTUAL SERVICE 450.00
8422 06-009559 PROF & CONTRACTUAL SERVICE 220.00
8462 11-002161 PROF & CONTRACTUAL SERVICE 7,075.00
8463 06-009555 PROF & CONTRACTUAL SERVICE 780.50
8464 06-009557 PROF & CONTRACTUAL SERVICE 1,350.00
8466 06-009526 PROF & CONTRACTUAL SERVICE 750.00
8467 06-009814 PROF & CONTRACTUAL SERVICE 300.00
8468 06-009771 PROF & CONTRACTUAL SERVICE 300.00
Total : 23,550.50
207463 5/2/2023 006170 BARTEL ASSOCIATES, LLC 22-674 02-002664 PROF & CONTRACTUAL SERVICE 3,250.00
Total : 3,250.00
207464 5/2/2023 000884 BLUE DIAMOND MATERIALS 3082884 06-009648 OPERATING SUPPLIES 1,491.85
3087008 06-009648 OPERATING SUPPLIES 2,105.84
Total : 3,597.69
207465 5/2/2023 004773 BSN SPORTS 921064542 08-005101 PROF & CONTRACTUAL SERVICE 1,199.47
Total : 1,199.47
207466 5/2/2023 000300 BUBBS HARDWARE 258 06-009599 MATERIALS AND SUPPLIES 133.16
259 06-009599 MATERIALS AND SUPPLIES 9.47
260 06-009795 MATERIALS AND SUPPLIES 2.19
261 06-009795 MATERIALS AND SUPPLIES 13.16
Total : 157.98
207467 5/2/2023 006014 CA BLDG.STANDARDS COMMISSION 006014-033123 BUILDING PERMIT COLLECT FEE 161.00
Total : 161.00
Page: 11
19
vchlist
04/25/2023 12:2 5:40 P M
Check List
City of Lynwood
Page: 12
Bank code : apbank
Voucher
Date Vendor
Invoice
PO #
Description/Account
Amount
207468 5/2/2023 006586 CABALLERO, RUBEN
207469 5/2/2023 007782 CAMACHO, GABRIELA
207470 5/2/2023 001330 CANON FINANCIAL SERVICES, INC.
207471
207472
5/2/2023 000488 CANON SOLUTIONS AMERICA, INC
5/2/2023 009302 CHESSER, CHRISTINE
207473 5/2/2023 008107 CHICAGO TITLE COMPANY
207474 5/2/2023 004168 CINTAS FIRE PROTECTION
207475 5/2/2023 001571 CLINICAL LAB OF SAN BERNARDINO
207476 5/2/2023 010854 CONSTRUCTION, 316 ENGINEERING &
207477 5/2/2023 010754 COOL IMAGE WATER, DBA/ AMERICAN
22044849
MAY 18-21, 2023
MAY 2023
29490348
29814357
29974967
6003686834
16475635
18500121
0912301129-2
0912302358-1
5153702247
2300438-LYN01
22-254-01
1811
1812
1813
1834
1835
1836
08-004994
08-004994
08-004994
08-004989
11-002136
11-002136
06-009602
06-009833
05-001934
08-004995
08-004995
08-004995
08-004995
08-004995
REFUND -CONSTRUCTION METER
Total :
PER DIEM
ELECTRONIC/MEDIA-AUTO EXPENSE
Total :
EQUIPMENT RENTAL
EQUIPMENT RENTAL
EQUIPMENT RENTAL
EQUIPMENT RENTAL
Total :
Total :
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
Total :
TITLE AND RECORDING SERVICES
TITLE AND RECORDING SERVICES
Total :
FIRST AID CABINET SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
1,272.51
1,272.51
241.50
500.00
741.50
262.81
262.81
262.81
788.43
54.11
54.11
300.00
250.00
550.00
99.00
65.00
164.00
114.67
114.67
810.00
810.00
133,475.00
133,475.00
7.25
36.25
14.50
43.88
51.13
36.25
Page: 12
20
vchlist
04/25/2023 12:25:40PM
Check List Page: 13
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207477 5/2/2023 010754 COOL IMAGE WATER, DBA/ AMERICAN (Continued)
1841
207478 5/2/2023 000305 CULLIGAN
08-004995 PROF & CONTRACTUAL SERVICE 9.92
06-009645 PROF & CONTRACTUAL SERVICE 203.00
Total : 402.18
1309761 06-009637 PROF & CONTRACTUAL SERVICE 81.52
Total : 81.52
207479 5/2/2023 003159 DEPARTMENT OF CONSERVATION 003159-033123 SMIP FEE 151.76
Total : 151.76
207480 5/2/2023 013520 DESIGN INC., CALIFORNIA LANDSCAPE & 38606 06-009484 PROF & CONTRACTUAL SERVICE 660,877.41
Total : 660,877.41
207481 5/2/2023 013739 ENGINEERING SERVICES INC, PTM 1-2022-274 06-009817 PROF & CONTRACTUAL SERVICE 63,878.05
1-2022-275 06-009818 PROF & CONTRACTUAL SERVICE 67,036.56
Total : 130,914.61
207482 5/2/2023 009633 EVENT STEP AND REPEAT
207483 5/2/2023 003317 FAIR HOUSING FOUNDATION
17052 08-005076 COMMUNITY ACTIVITY EXPENSE 91.98
17077 08-005076 COMMUNITY ACTIVITY EXPENSE 183.96
Total : 275.94
QUARTER 3 -MARCH
11-002138 PROF & CONTRACTUAL SERVICE
Total :
1,082.46
1,082.46
207484 5/2/2023 003334 FED EX 8-056-66643 06-009576 COURIER SERVICE 18.92
8-099-88698 COURIER SERVICE 12.21
Total : 31.13
207485 5/2/2023 001393 FERGUSON ENTERPRISES, INC. 2395765 06-009577 MATERIALS AND SUPPLIES 613.59
2395765-1 06-009577 MATERIALS AND SUPPLIES 416.74
2451361 06-009751 MATERIALS AND SUPPLIES 176.58
2451361-A 06-009824 MATERIALS AND SUPPLIES 154.47
Total : 1,361.38
207486 5/2/2023 000003 FIRST CHOICE SERVICES 796902 06-009798 COFFEE SERVICES 173.88
Total : 173.88
Page: 13
21
vchlist
04/25/2023 12:25:40 P M
Check List Page: 14
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207487 5/2/2023 003983 GALLS QUARTERMASTER BC1853171 11-002139 UNIFORMS & ACCESSORIES 262.70
BC1855342 11-002139 UNIFORMS & ACCESSORIES 73.86
Total : 336.56
207488 5/2/2023 013702 GOOD GUARD SECURITY INC 11235 08-005070 PROF & CONTRACTUAL SERVICE 15,231.48
11453 08-005080 PROF & CONTRACTUAL SERVICE 166.21
11606 06-009842 PROF & CONTRACTUAL SERVICE 5,523.15
Total : 20,920.84
207489 5/2/2023 013702 GOOD GUARD SECURITY INC 11262 06-009842 PROF & CONTRACTUAL SERVICE 5,891.36
Total : 5,891.36
207490 5/2/2023 001510 GRAINGER, INC. 9656177574 06-009854 ELECTRICAL SUPPLIES 1,298.17
Total : 1,298.17
207491 5/2/2023 000993 GRM INFORMATION MANAGEMENT 047556-0475670 01-001749 PROF & CONTRACTUAL SERVICE 837.39
Total : 837.39
207492 5/2/2023 003338 HILLYARD-LOS ANGELES 605061320 06-009651 OPERATING SUPLLIES 2,619.58
605068905 06-009651 OPERATING SUPLLIES 1,410.02
605084158 06-009651 OPERATING SUPLLIES 1,091.84
Total : 5,121.44
207493 5/2/2023 001681 HUMAN SERVICES ASSOCIATION 033120236 08-005106 PROF & CONTRACTUAL SERVICE 3,253.75
Total : 3,253.75
207494 5/2/2023 013758 HUNT DESIGN 10178 06-009851 PROF & CONTRACTUAL SERVICE 1,750.00
10214 06-009851 PROF & CONTRACTUAL SERVICE 3,500.00
Total : 5,250.00
207495 5/2/2023 000676 IDEAL LIGHTING SUPPLY, INC. 123277 06-009580 ELECTRICAL SUPPLIES 152.12
123440 06-009580 ELECTRICAL SUPPLIES 319.73
123441 06-009580 ELECTRICAL SUPPLIES 179.16
Total : 651.01
207496 5/2/2023 005848 INFRASTRUCTURE ENGINEERS 28264 06-009819 PROF & CONTRACTUAL SERVICE 785.00
28265 06-009514 PROF & CONTRACTUAL SERVICE 622.50
28347 06-009819 PROF & CONTRACTUAL SERVICE 8,408.00
Page: 14
22
vchIist
04/25/2023 12:25:40PM
Check List
City of Lynwood
Page: 15
Bank code : apbank
Voucher Date Vendor
Invoice
PO #
Description/Account
Amount
207496 5/2/2023 005848 INFRASTRUCTURE ENGINEERS
207497
207498
207499
207500
5/2/2023 006140
5/2/2023 001240
5/2/2023 013304
INTERGRAPHICS COMPANY
J.A. SALAZAR CONSTRUCTION
JOE A GONSALVES & SON
5/2/2023 003547 KANE, BALLMER & BERKMAN
207501 5/2/2023 008353 KNORR SYSTEMS, INC.
(Continued)
28349
28393-A
28393-B
28403
28424
28426
INV-0000229
21123
160668
27851
27851-A
PWSVI-8053
SVI-018611
207502 5/2/2023 011873 LAW ORGANIZATION,LLP, OLIVAREZ 21651
207503 5/2/2023 001991 LEGISLATIVE ADVOCACY GROUP 5867
207504 5/2/2023 013395 M&C CONSTRUCTION GROUP INC
2004
2005
2006
2007
06-009514
06-009868
06-009806
11-002159
06-009514
06-009819
01-001782
06-009866
06-009772
11-002215
11-002229
06-009720
06-009720
06-009775
01-001775
06-009640
06-009640
06-009640
06-009640
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
LEGAL SERVICE
LEGAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
PROF & CONTRACTUAL SERVICE
Total :
FENCE RENTAL
FENCE RENTAL
FENCE RENTAL
FENCE RENTAL
Total :
415.00
3,510.00
16,146.00
18,652.20
715.00
4,679.00
53,932.70
7,361.20
7,361.20
11,747.91
11,747.91
4,000.00
4,000.00
2,533.50
14,452.00
16,985.50
2,232.09
485.00
2,717.09
825.00
825.00
5,000.00
5,000.00
1,800.00
1,800.00
1,800.00
1,800.00
7,200.00
Page: 15
23
vchlist
04/25/2023 12:25:40PM
Check List
City of Lynwood
Page: 16
Bank code : apbank
Voucher Date Vendor
Invoice
PO #
Description/Account
Amount
207505 5/2/2023 002761 MARCO POWER EQUIPMENT
207506
207507
207508
207509
207510
5/2/2023 013504 MINER, LTD
5/2/2023 000982
5/2/2023 013065
5/2/2023 013824
5/2/2023 008782
MITY-LITE
MKN & ASSOCIATES
MORENO, MELANIE
MSJ ACCESS INC
207511 5/2/2023 013721 MUNOZ-GUEVARA, JUAN
207512 5/2/2023 010150 NATIONAL AUTO FLEET GROUP,
31215042
31215044
31215045
31215046
31215052
31215055
31215065
2310574360-A
5310574360
S0134867
102205
013824-040423
91070295
91070300
MAY 18-21, 2023
MAY 2023
WF5892-A
207513 5/2/2023 000475 NATIONWIDE ENVIRONMENTAL SVCS. 33126
33153
207514 5/2/2023 000475 NATIONWIDE ENVIRONMENTAL SVCS. 33064
06-009672 SUPPLIES, REPAIRS, MACHINERY 694.88
06-009672 SUPPLIES, REPAIRS, MACHINERY 160.97
06-009672 SUPPLIES, REPAIRS, MACHINERY 63.95
06-009672 SUPPLIES, REPAIRS, MACHINERY 4,927.03
06-009672 SUPPLIES, REPAIRS, MACHINERY 159.86
06-009672 SUPPLIES, REPAIRS, MACHINERY 119.07
06-009672 SUPPLIES, REPAIRS, MACHINERY 64.00
Total : 6,189.76
06-009830 PROF & CONTRACTUAL SERVICE 555.05
06-009676 PROF & CONTRACTUAL SERVICE 284.51
Total : 839.56
08-005110 EQUIPMENT PURCHASE 16,920.81
Total : 16,920.81
06-009787 PROF & CONTRACTUAL SERVICE 70,694.72
Total : 70,694.72
SCHOLARSHIP PAYMENT 300.00
Total: 300.00
06-009677 LOCKSMITH SERVICES 521.40
06-009677 LOCKSMITH SERVICES 547.58
Total : 1,068.98
PER DIEM 241.50
ELECTRONIC/MEDIA-AUTO EXPENSE 500.00
Total : 741.50
08-004948 AUTO EXPENSE 3,000.00
Total : 3,000.00
06-009653 PROF & CONTRACTUAL SERVICE 49,399.15
06-009653 PROF & CONTRACTUAL SERVICE 5,677.70
Total : 55,076.85
06-009605 PROF & CONTRACTUAL SERVICE 47,793.09
Page: 16
24
vchlist
04/25/2023 12:25:40PM
Check List Page: 17
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207514 5/2/2023 000475 NATIONWIDE ENVIRONMENTAL SVCS. (Continued)
33064-A 11-002160 PROF & CONTRACTUAL SERVICE 5,310.34
33126-A 11-002160 PROF & CONTRACTUAL SERVICE 4,885.63
33127 06-009704 PROF & CONTRACTUAL SERVICE 1,812.00
33127-A 11-002160 PROF & CONTRACTUAL SERVICE 1,158.50
Total : 60,959.56
207515 5/2/2023 011922 NORTH STAR LAND CARE 1601-503 06-009620 PROF & CONTRACTUAL SERVICE 13,442.00
1601-517 06-009620 PROF & CONTRACTUAL SERVICE 1,525.00
1601-519 06-009620 PROF & CONTRACTUAL SERVICE 38,521.00
1601-520 06-009620 PROF & CONTRACTUAL SERVICE 16,560.00
1601-524 06-009620 PROF & CONTRACTUAL SERVICE 50,361.00
1601-525 06-009620 PROF & CONTRACTUAL SERVICE 8,901.00
Total : 129,310.00
207516 5/2/2023 000078 ODP BUSINESS SOLUTIONS,LLC 304551388001 06-009661 OFFICE SUPPLIES 366.10
304556735001 06-009661 OFFICE SUPPLIES 72.29
304556757001 06-009661 OFFICE SUPPLIES 101.42
304556758001 06-009661 OFFICE SUPPLIES 317.66
304556760001 06-009661 OFFICE SUPPLIES 41.88
306211946001 06-009661 OFFICE SUPPLIES 474.48
308810829001 01-001738 OFFICE SUPPLIES 53.24
308811264001 01-001738 OFFICE SUPPLIES 16.80
308811266001 01-001738 OFFICE SUPPLIES 4.22
Total : 1,448.09
207517 5/2/2023 013636 PACIFIC ADVANCED CIVIL ENG,INC 7112 06-009737 PROF & CONTRACTUAL SERVICE 8,930.00
Total : 8,930.00
207518 5/2/2023 012548 PARKING COMPANY OF AMERICA INVM0017533 06-009642 PROF & CONTRACTUAL SERVICE 92,209.91
INVM0017569 06-009642 PROF & CONTRACTUAL SERVICE 102,719.88
Total : 194,929.79
207519 5/2/2023 010945 PETDATA, INC. 11746 11-002146 PROF & CONTRACTUAL SERVICE 524.20
Total : 524.20
207520 5/2/2023 004854 PETTY CASH- FINANCE 004854-041823 REPLENISH BOX 440.73
Page: 17
25
vchlist
04/25/2023 12:25:40PM
Check List Page: 18
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207520 5/2/2023 004854 004854 PETTY CASH- FINANCE (Continued) Total : 440.73
207521 5/2/2023 007243 PUBLIC WORKS, LOS ANGELES COUNTY IN230000545 06-009625 PROF & CONTRACTUAL SERVICE 1,231.54
PW-23041005592 06-009625 PROF & CONTRACTUAL SERVICE 191.34
PW-23041005593 06-009625 PROF & CONTRACTUAL SERVICE 1,271.30
RE-PW-23031304857 06-009625 PROF & CONTRACTUAL SERVICE 245.80
RE-PW-23031304858 06-009625 PROF & CONTRACTUAL SERVICE 2,195.37
Total : 5,135.35
207522 5/2/2023 013607 ROBLES, NATHEN 013607-041823 SCHOLARSHIP PAYMENT 300.00
Total : 300.00
207523 5/2/2023 008805 RPW SERVICES, INC. 33840 06-009681 PROF & CONTRACTUAL SERVICE 250.00
Total : 250.00
207524 5/2/2023 013640 SENIORS & JUNIORS INC 2023-1008-3 06-009820 PROF & CONTRACTUAL SERVICE 17,406.50
Total : 17,406.50
207525 5/2/2023 007733 SEQUEL CONTRACTORS, INC. 1-604 06-009852 PROF & CONTRACTUAL SERVICE 160,337.20
Total : 160,337.20
207526 5/2/2023 008668 SOLACHE, JOSE LUIS MAY 18-21, 2023 PER DIEM 241.50
MAY 2023 ELECTRONIC/MEDIA-AUTO EXPENSE 500.00
Total: 741.50
207527 5/2/2023 012692 SOTO, RITA MAY 18-21, 2023 PER DIEM 241.50
MAY 2023 ELECTRONIC/MEDIA-AUTO EXPENSE 500.00
Total: 741.50
207528 5/2/2023 011186 STANDARD GLASS & MIRROR 0015 06-009688 WINDOW AND GLASS REPAIRS 140.00
Total : 140.00
207529 5/2/2023 002938 TAJ OFFICE SUPPLY 02973 08-005060 OFFICE SUPPLIES 290.34
02985 06-009588 OFFICE SUPPLIES 756.33
Total : 1,046.67
207530 5/2/2023 013215 THE HOME DEPOT PRO SUPPLY WORK 735029571 08-005025 SUPPLIES AND EQUIPMENT 61.83
739273605 08-005025 SUPPLIES AND EQUIPMENT 165.31
Page: 18
26
vchlist
04/25/2023 12:25:40 P M
Check List Page: 19
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207530 5/2/2023 013215 THE HOME DEPOT PRO SUPPLY WORK (Continued)
739420651 06-009630 SUPPLIES AND EQUIPMENT 2,976.75
Total : 3,203.89
207531 5/2/2023 013215 THE HOME DEPOT PRO SUPPLY WORK 736530437 06-009629 MATERIALS & SUPPLIES 54.08
736533779 06-009629 MATERIALS & SUPPLIES 296.78
736771809 06-009629 MATERIALS & SUPPLIES 259.56
737593087 06-009629 MATERIALS & SUPPLIES 207.87
738022631 06-009629 MATERIALS & SUPPLIES 1,016.42
738024009 06-009629 MATERIALS & SUPPLIES 611.89
738025931 06-009629 MATERIALS & SUPPLIES 151.05
738047547 06-009629 MATERIALS & SUPPLIES 474.06
738047646 06-009629 MATERIALS & SUPPLIES 199.36
738461086 06-009629 MATERIALS & SUPPLIES 228.01
738851906 06-009629 MATERIALS & SUPPLIES 60.59
738886886 06-009629 MATERIALS & SUPPLIES 183.29
739076149 06-009629 MATERIALS & SUPPLIES 519.30
739108744 06-009629 MATERIALS & SUPPLIES 540.31
739110625 06-009629 MATERIALS & SUPPLIES 109.29
739893055 06-009629 MATERIALS & SUPPLIES 35.21
740343223 06-009629 MATERIALS & SUPPLIES 181.64
Total : 5,128.71
207532 5/2/2023 000067 THYSSENKRUPP ELEVATOR CORP 3007198967 06-009590 PROF & CONTRACTUAL SERVICE 1,324.16
Total : 1,324.16
207533 5/2/2023 010066 TRI-WEST MECHANICAL, INC. TWM11914 06-009591 PROF & CONTRACTUAL SERVICE 7,110.00
Total : 7,110.00
207534 5/2/2023 008828 TURF SPECIALTIES, INC, PROFESSIONAL 6895 08-005095 PROF & CONTRACTUAL SERVICE 28,750.00
Total : 28,750.00
207535 5/2/2023 007742 ULINE, INC. 162107689 06-009592 JANITORIAL SUPPLIES 533.25
162340597 06-009592 JANITORIAL SUPPLIES 164.69
Total : 697.94
207536 5/2/2023 000166 UNDERGROUND SERVICE ALERT/SC 22-2303434 06-009593 PROF & CONTRACTUAL SERVICE 110.90
Page: 19
27
vchlist
04125/2023 12:25:40PM
Check List Page: 20
City of Lynwood
Bank code : apbank
Voucher Date Vendor
Invoice
PO # Description/Account Amount
207536 5/2/2023 000166 UNDERGROUND SERVICE ALERT/SC (Continued)
320230430 06-009593 PROF & CONTRACTUAL SERVICE 374.00
Total : 484.90
207537 5/2/2023 009742 UNIFIRST CORPORATION 324287268 06-009621 UNIFORM SERVICE AND SUPPLIES 90.19
3242874267 06-009621 UNIFORM SERVICE AND SUPPLIES 88.30
3242874269 06-009621 UNIFORM SERVICE AND SUPPLIES 112.23
3242874270 06-009621 UNIFORM SERVICE AND SUPPLIES 158.88
3242874271 06-009821 UNIFORM SERVICE AND SUPPLIES 94.87
3242877639 06-009621 UNIFORM SERVICE AND SUPPLIES 74.17
3242877640 06-009621 UNIFORM SERVICE AND SUPPLIES 59.92
3242877641 06-009621 UNIFORM SERVICE AND SUPPLIES 112.23
3242877642 06-009621 UNIFORM SERVICE AND SUPPLIES 130.62
3242877643 06-009821 UNIFORM SERVICE AND SUPPLIES 94.87
3242881032 06-009621 UNIFORM SERVICE AND SUPPLIES 74.17
3242881033 06-009621 UNIFORM SERVICE AND SUPPLIES 59.92
3242881034 06-009621 UNIFORM SERVICE AND SUPPLIES 112.23
3242881035 06-009621 UNIFORM SERVICE AND SUPPLIES 130.62
3242881036 06-009821 UNIFORM SERVICE AND SUPPLIES 94.87
3242884381 06-009621 UNIFORM SERVICE AND SUPPLIES 74.17
3242884382 06-009621 UNIFORM SERVICE AND SUPPLIES 59.92
3242884383 06-009621 UNIFORM SERVICE AND SUPPLIES 112.23
3242884384 06-009621 UNIFORM SERVICE AND SUPPLIES 151.82
3242884385 06-009821 UNIFORM SERVICE AND SUPPLIES 94.87
Total : 1,981.10
207538 5/2/2023 013649 VALUED ENGINEERING,INC 1622201-01 06-009738 PROF & CONTRACTUAL SERVICE 4,043.40
1622201-02 06-009738 PROF & CONTRACTUAL SERVICE 42,161.14
Total : 46,204.54
207539 5/2/2023 002912 WATERLINE TECHNOLOGIES,INC 5624245 06-009853 OPERATING SUPPLIES 797.60
5625044 06-009853 OPERATING SUPPLIES 842.75
5625045 06-009853 OPERATING SUPPLIES 406.33
5625098 06-009853 OPERATING SUPPLIES 436.42
5625100 06-009853 OPERATING SUPPLIES 406.33
5626052 06-009853 OPERATING SUPPLIES 797.60
5627002 06-009853 OPERATING SUPPLIES 662.16
Page: 20
28
vchlist
04/25/2023 12:25:40PM
Check List Page: 21
City of Lynwood
Bank code : apbank
Voucher Date Vendor Invoice PO # Description/Account Amount
207539 5/2/2023 002912 WATERLINE TECHNOLOGIES,INC (Continued)
5627003 06-009853 OPERATING SUPPLIES
207540 5/2/2023 000040 WAXIE SANITARY SUPPLY 81640818 06-009611 JANITORIAL SUPPLIES
Total :
Total :
300.98
4,650.17
1,901.86
1,901.86
207541 5/2/2023 001522 WECK LABORATORIES, INC. W3D0781 06-009597 ANALYZE WATER SAMPLES 35.00
W3D1029 06-009597 ANALYZE WATER SAMPLES 60.00
Total : 95.00
207542 5/2/2023 000102 WHITE CAP, HD SUPPLY CONST.& 50021332045 06-009711 OPERATING SUPPLIES 921.08
Total: 921.08
207543 5/2/2023 000057 WILLDAN ENGINEERING 00418285 06-009418 PROF & CONTRACTUAL SERVICE 26,237.00
Total : 26,237.00
207544 5/2/2023 007609 WILLDAN FINANCIAL SERVICES 010-054397 PROF & CONTRACTUAL SERVICE 250.00
Total : 250.00
207545 5/2/2023 012137 XIO INC. 20123441 06-009713 PROF & CONTRACTUAL SERVICE 760.00
20123767 06-009713 PROF & CONTRACTUAL SERVICE 760.00
Total : 1,520.00
93 Vouchers for bank code : apbank Bank total : 2,032,626.20
93 Vouchers in this report Total vouchers : 2,032,626.20
Page: 21
29
vchlist Check List Page: 22
04/25/2023 4:15:49PM City of Lynwood
Bank code : apbank
Voucher Date Vendor
Invoice PO # Description/Account Amount
207546 5/2/2023 011221 THE KILKENNY GROUP
67
68
01-001761 PROF & CONTRACTUAL SERVICES 10,416.00
01-001761 PROF & CONTRACTUAL SERVICES 10,416.00
Total : 20,832.00
1 Vouchers for bank code : apbank Bank total : 20,832.00
1 Vouchers in this report
Total vouchers : 20,832.00
Page: 22
30
Agenda Item # 8.2.
AGENDA STAFF REPORT
DATE: May 2, 2023
TO: Honorable Mayor and Members of the City Council
APPROVED BY:
PREPARED BY: Gabriel Linares, Director of Community Development
SUBJECT: FIRST AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT
WITH AVANT GARDE INC.
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, COUNTY OF LOS
ANGELES, STATE OF CALIFORNIA AUTHORIZING THE EXECUTION OF A FIRST
AMENDMENT TO PROFESSIONAL SERVICE AGREEMENT WITH AVANT GARDE INC
FOR THE PURPOSE OF PROVIDING ADMINISTRATIVE SERVICES FOR THE
COMMERCIAL FA9ADE GRANT PROGRAM."
Background:
At its regular meeting of April 19, 2022, the Lynwood City Council approved Resolution No.
2022.065 appropriating $830,000 in ARPA funding for program implementation of a
Commercial Fa9ade Grant utilizing Coronavirus Local Recovery Funds awarded to the City of
Lynwood under the American Rescue Plan Act of 2021 (ARPA).
The grant program established the Business Beautification/Fagade Improvement Plan to issue
grants with an initial grant amount of $10,000, that would support basic repairs, facade
improvements and beautification of high -need commercial corridors in the city affected by
COVID -19 closures and other safety or quality of life impacts.
On July 25, 2022, the City's On -Call Consultant, Avant Garde, was brought in to initiate the
City's Commercial Facade Program, under the City Manager's authority for a not -to -exceed
City Council City Council Regular Meeting
31
amount of $25,000.
Discussion and Analysis:
The City Council has received updates and provided staff direction for further discussion and
implementation of the program at the Regular City Council meetings of March 21, 2023, and
April 4, 2023, and April 18, 2023.
At the April 18, 2023, Regular City Council meeting, the City Council authorized an increase to
the grant amount to $20,000 and allow staff the flexibility to award up to $25,000 based on
funding availability due to the increase cost of materials and labor and the bids received thus
far. The increase would allow staff to move forward with the improvements for applicants that
have received bids.
On April 4, 2023, the City Council directed staff to fund 75 applicants. On April 18, 2023, the
City Council approved the appropriation of additional ARPA funds for 75 applicants and the
administrative costs required for the program.
Currently, staff are requesting that the City Council approve Amendment No.1 to the
Professional Service Agreement with Avant Garde Inc. in the amount of $170,625 to continue
the administration of the program and extend the term to June 30, 2024. The scope of work
will include:
a. Meet with applicants, review and approve program participation.
b. Perform initial field inspection of properties for which assistance is requested.
c. Prepare written inspection reports and cost estimates connected with the above
inspection.
d. Prepare grant documents.
e. Conduct bid process procedures, review of bids, selection of contractors, and staff, as
appropriate.
f. Arrange pre -construction meetings with contractors, property owners, and staff, as
appropriate.
g. Conduct progress inspections and recommend approval of progress payments.
h. Conduct final inspection.
Avant Garde Inc will continue work on the current and new applications. To date, seventy-one
(71) applications have been submitted.
• sixteen (16) have been closed/deferred for causes such as ineligible locations, business
types, or other reasons.
• thirty (30) are still in the review process.
• twenty (25) businesses have qualified for approval. Twelve (12) businesses have
City Council City Council Regular Meeting
32
qualified have reached the bidding process for their desired improvement requests. The
remaining are in the work write up stage.
• AG along with City staff will bring forward applications ready for grant award at regular
scheduled Council meetings for a periodic update. our first group or grants will be
presented May 2nd.
Fiscal Impact:
ARPA funds have been allocated for these services. There is no impact on the City's General
Fund.
Coordinated With:
City Manager's Office
City Attorney
ATTACHMENTS:
Description
D Avant Garde Proposal
D First_Amendment - Avant Garde.doc
D Resolution - First Amendment for Avant Garde.doc
City Council City Council Regular Meeting
33
AVA NT
GARDE
February 27, 2023
Ernie Hernandez
City of Lynwood
City Manager's Office
11330 Bullis Road
Lynwood, CA 90262
Subject: Proposal to continue the administration of the City's ARPA funded
Commercial Facade Grant Program
Dear Mr. Hernandez:
It is with great pleasure that I provide you this proposal to continue the administration of
the City's ARPA funded Commercial Facade Grant Program. Avant -Garde has built a
strong reputation for providing innovative and successful solutions for a number of
public agencies including but not limited to METRO and the Cities of Moreno Valley,
Rialto, Temple City, Pasadena, Industry, Pico Rivera, Montebello, La Puente, Moreno
Valley, Norwalk, Perris, Cudahy, Alhambra, Moreno Valley, San Gabriel, South Gate, El
Monte, Bellflower, South El Monte, Ventura, Palm Springs, Burbank, Huntington Beach,
Manhattan Beach, Monterey Park and La Mirada.
We are currently implementing the City of Lynwood's HOME rehab program. We are
also implementing similar programs in the City of South Gate, City of Montebello, City of
Rialto and El Monte.
Our years of practice have resulted in a solid foundation of experience and technical
expertise and a dedication to integrity, excellence, and quality. We are proud of our
strong reputation in meeting aggressive schedules and our ability to multi -task to
provide our clients specialized attention and service.
Avant -Garde was incorporated in September 2002 and our corporate office from
which services will be provided is located at 807 S. Lemon Avenue, Diamond Bar, CA
91789. Avant -Garde is a 100% woman -owned California Corporation. Furthermore,
Avant -Garde is a certified minority business enterprise, women business enterprise,
disadvantaged business enterprise and small business enterprise. (MBE, WBE, DBE, SBE).
In July 2022, the city authorized Avant -Garde to initiate the process of the commercial
facade program. Our services began August 2022. Since the initiation of our work, we
have reviewed 59 applications, qualified 20 businesses and closed 14 files due to
ineligibility, 25 are currently in review. We have conducted site visits and work write up
for 12 businesses that have been put out to bid. At this time, we are requesting that our
agreement be amended to include additional funding to continue operating the
program.
807 S. Lemon Avenue, Diamond Bar, CA 91789
tel: 909-895-7146 • www.agi.com.co
34
AVA NT
cnRDe
Scope of Work
Our scope of work will include the continuing the implementation of the City's ARPA
funded Commercial Facade Grant Program which includes:
a. Meet with applicants, review and approve program participation.
b. Perform initial field inspection of properties for which assistance is requested.
c. Prepare written inspection reports and cost estimates connected with the
above inspection.
d. Prepare grant documents.
e. Conduct bid process procedures, review of bids, selection of contractors,
and staff, as appropriate.
f. Arrange pre -construction meetings with contractors, property owners, and
staff, as appropriate.
g. Conduct progress inspections and recommend approval of progress
payments.
h. Conduct final inspection.
i. Provide progress and/or activity reports and complete projects in a timely
manner.
Our team will work alongside current staff to ensure that the program objectives are
met.
Schedule & Compensation
Avant -Garde is committed to working with the city on an as -needed basis. Our fee will
be billed on per application basis of $2,500. Our billing will be broken down per the
following stages, qualification phase, bidding phase and completion phase. We are
requesting a fee increase in the amount of $162,500 to complete 75 projects plus a 5%
($8,125) contingency to cover administrative support services to department staff for
preparation of reports total amount of $170,625. This fee considers the $25,000 that was
previously approved and was utilized for the initiation of the program and bidding
phase of the 12 businesses currently in the bid phase. AVANT-GARDE is committed to
excellence and stands behind our reputation to provide only the highest level of
products and services to enhance the quality of life for the communities we serve.
Whether working on a specific project or a long-term program, our clients will always
receive our blend of expertise to ensure every one of their goals are met.
If you have any questions, or if I can be of further assistance, please feel free to contact
me at 909-979-6587 or 323-371-5530.
Sincerely,
Lirette/ Movitoya.
807 S. Lemon Avenue, Diamond Bar, CA 91789
tel: 909-895-7146 • www.agi.com.co
35
AVA NT
GARDE
Lissette Montoya
Vice President
Acceptance of Proposal:
City Representative
807 S. Lemon Avenue, Diamond Bar, CA 91789
tel: 909-895-7146 • www.agi.com.co
36
FIRST AMENDMENT
TO PROFESSIONAL SERVICES AGREEMENT WITH AVANT GARDE INC
(Commercial Fagade Grant Program)
This FIRST AMENDMENT ("First Amendment") is made and entered into this
2nd day of May, 2023 ("Effective Date"), by and between the City of Lynwood,
municipal Corporation (hereinafter the "City") and Avant Garde Inc, a California
Corporation (hereinafter the "Consultant or "Avant Garde").
A. WHEREAS, on July 25, 2022, the City Manager authorized the execution of a
Professional Services Agreement for the period July 25, 2022 to June 30, 2023 ("Master
Agreement") at a not -to -exceed amount of $25,000; and
B. WHEREAS, the City approved consultant will provide administrative services
to for the commercial fagade program to all qualifying property owners and businesses
for community enhancement along and beautification of the high -need commercial
corridors in the City; and
C. WHEREAS, the City and the Consultant wish to extend the term of the
Professional Services Agreement for the period February 1, 2023 to June 30, 2024 at a
not -to -exceed amount of $170,625.
NOW, THEREFORE, the City and Consultant agree as follows:
SECTION 1. Section 2 of the Master Agreement, shall be amended to read:
FEES. City agrees to pay Consultant a sum not -to -exceed $170,625 for
Consultant's services to continue the administration and implementation of the
city's ARPA funded Commercial Fagade Grant Program.
SECTION 2. Section 3 of the Master Agreement, shall be amended to read:
TERM. The term of this Agreement shall commence on February 1, 2023
and shall terminate on June 30, 2024 (the "Termination Date"), unless
earlier terminated as provided herein. Consultant shall complete the
Services within the term of this Agreement.
SECTION 3. Except as herein modified, all other provisions of the Master Agreement,
including any exhibits and subsequent amendments thereto, shall remain in full force
and effect. In case of a conflict between the terms of this First Amendment and the
terms of the Master Agreement, the terms of this First Amendment shall strictly prevail
37
IN WITNESS WHEREOF, City and Consultant have caused this First Amendment to be
executed by their duly authorized representatives as of the day and year first above
written.
"Consultant or Avant Garde"
Date:
By: Lissette Montoya, Vice President
"City"
CITY OF LYNWOOD
Date:
Oscar Flores, Mayor
ATTEST:
Maria Quinonez, City Clerk
APPROVED AS TO FORM APPROVED AS TO CONTENT
Noel Tapia, City Attorney Ernie Hernandez, City Manager
2
38
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD,
COUNTY OF LOS ANGELES, STATE OF CALIFORNIA AUTHORIZING THE
EXECUTION OF A FIRST AMENDMENT TO PROFESSIONAL SERVICE
AGREEMENT WITH AVANT GARDE INC FOR THE PURPOSE OF
PROVIDING ADMINISTRATIVE SERVICES FOR THE COMMERCIAL
FACADE GRANT PROGRAM
WHEREAS, the Lynwood City Council approved Resolution No. 2022.018
reserving and appropriating Coronavirus Local Recovery Funds awarded to the
City of Lynwood under the American Rescue Plan Act of 2021 (ARPA); and
WHEREAS, on April 19, 2022, the Lynwood City Council approved a
Commercial Facade Grant Program and the appropriation of ARPA funds for
program implementation; and
WHEREAS, on July 25, 2022, the City Manager authorized the execution
of a Professional Services Agreement for the period July 25, 2022 to June 30,
2023 ("Master Agreement") at a not -to -exceed amount of $25,000; and
WHEREAS, the City approved consultant will provide administrative
services to for the commercial facade program to all qualifying property owners
and businesses for community enhancement along and beautification of the high -
need commercial corridors in the City; and
WHEREAS, the City and the Consultant wish to extend the term of the
Professional Services Agreement for the period February 1, 2023 to June 30,
2024 at a not -to -exceed amount of $170,625.
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. The City Council for the City of Lynwood finds and declares that the
forgoing recitals are true and correct, and incorporates said recitals
fully into this Resolution as substantive findings.
Section 2. The City Council further finds that the requested administrative and
implementation services serve the important community purpose of
improving and beautifying the commercial areas of the City.
Section 3. The City Council of the City of Lynwood authorizes the Mayor to
execute the First Amendment between the City of Lynwood and
Avant Garde in a form approved by the City Attorney.
39
Section 4. Authorize the Mayor to execute the Resolution for and on behalf of
the City of Lynwood.
Section 5. This Resolution shall take effect immediately upon its adoption.
Section 6. The City Clerk shall certify as to the adoption of this City Council
Resolution.
PASSED, APPROVED AND ADOPTED THIS 2nd day of May 2023.
Oscar Flores, Mayor
ATTEST:
Maria Quinonez, City Clerk Ernie Hernandez, City Manager
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
Noel Tapia, City Attorney Gabriel Linares, Director
Community Development
40
STATE OF CALIFORNIA
)§
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that
the above and foregoing resolution was duly adopted by the City Council of said
City at its regular meeting thereof held in the City Hall of the City on the
day of , 2023 and passed by the following vote:
AYES:
NOES:
ABSTAIN:
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA
)
)§
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City
Council of said City, do hereby certify that the above and foregoing is a full, true
41
and correct copy of Resolution No. on file in my office and that said
resolution was adopted on the date and by the vote therein stated.
Dated this day of , 2023.
City Clerk, City of Lynwood
42
Agenda Item # 8.3.
AGENDA STAFF REPORT
DATE: May 2, 2023
TO: Honorable Mayor and Members of the City Council
APPROVED BY: Ernie Hernandez, City Manager
PREPARED BY: Julian Lee, Director of Public Works
SUBJECT: AWARD OF CONTRACT TO SA ASSOCIATES FOR LONG BEACH
METER UPGRADE AND LINE ABANDONMENT DESIGN PROJECT NO.
4011.68.065
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO SA ASSOCIATES FOR LONG BEACH METER UPGRADE AND LINE
ABANDONMENT DESIGN PROJECT NO. 4011.68.065, IN THE AMOUNT OF $250,000;
AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS
RELATED TO THE PROJECT; AND AUTHORIZING THE MAYOR TO EXECUTE THE
AGREEMENT."
Background:
The City provides drinking water to its residents from local groundwater and import water
through an extensive distribution system. Groundwater is pumped from the Central
Groundwater Basin through five active wells located throughout the City. The City's water
service area is approximately 4.7 square miles in size and covers approximately 90 percent of
the land within the City's municipal boundaries.
There are inaccessible waterlines in the system that run through private properties. In efforts
to re-route those waterlines, customer meter connections were moved to the front of the
properties along Long Beach Boulevard from Josephine Street and Euclid Avenue in a
previous Capital Improvement Project (CIP).
The design work requested for approval is comprised of relocating customer meter
connections to the existing Long Beach Boulevard meter boxes, abandoning the current line,
and adding new waterlines to several streets. The upgrade will improve circulation and create
new and accessible distribution water lines.
City Council City Council Regular Meeting
43
Discussion and Analysis:
Two bids were submitted for the design work for the Long Beach Meter Upgrade and Line
Abandonment Project. An analysis of the proposals was conducted. SA Associates was the
apparent lowest responsible bidder.
Company
SA Associates
Pacific Advanced Civil Engineering, Inc.
Proposal
$250,000.00
$464,105.00
It is estimated that this project will take approximately one hundred and thirty (130) working
days to complete the work set forth in the specifications. Upon authorization, staff will circulate
the contract documents, set up a pre -design meeting, and schedule work to commence.
The table below is the proposed budget for the design and remaining budget for construction.
The cost for construction will need to be adjusted after the engineering/design for the project
has completed. Approval for any additional appropriation for the project will be brought back to
the council after the design has been reviewed by staff.
There are two budgeted items for this project.
4011.68.065 Long Beach Blvd. Water Abandonment
$580,000.00
4011.68.099 Long Beach Blvd. Meter Relocation
Total Project Allocation
Design
10% Contingency
$480,000.00
$1,060,000.00
($250,000.00)
($25,000.00)
$785,000.00
Project Budget Balance for Construction
Staff recommends awarding to SA Associates for a not -to -exceed amount of $250,000 and
include City Manager approval for any unforeseen changes to the proposal of work up to the
available project budget.
Fiscal Impact:
The project has an approved FY23 budget of $1,060,000. No additional funding is necessary
for the design phase of the project.
Coordinated With:
City Manager's Office
Department of Finance and Administration Services
ATTACHMENTS:
Description
D 5-2-2023 Long Beach Abandonment Professional Services Agreement.docx
City Council City Council Regular Meeting
44
D SA Associates Proposal.pdf
D Resolution Long Beach Abandonment Award.docx
City Council City Council Regular Meeting
45
PROFESSIONAL SERVICESAG B\IT
lhisagreement ("Agreement") ismade asof May 2nd, 2023 by and between the
City of Lynwood, a municipal corporation ("City") and S4 Associates(" Consultant" ). City
and Consultant are sometimes hereinafter individually referred to as a "Party" and
collectively referred to asthe "Parties."
REC I TA LS
WHEREAS, City desires to utilize the services of Consultant as an independent
contractor to perform design work for the Long Beach Meter Upgrade and Line
Abandonment Project asset forth in the Scope of Servicesattached hereto asExhibit A;
and
WHEREAS, Consultant rep resentsthat it isfullyqualified to perform such consulting
services by virtue of its experience and the training, education and expertise of its
principalsand employees.
NOW, 1HEREFORE, in consideration of performance by the parties of the
covenantsand conditionsherein contained, the parties hereto agree asfollows:
1. Company's Scope of Services. The nature and scope of the specific servicesto
be performed by Consultant are asdescribed in Exhibit A.
2. Term of Agreement. This Agreement shall commence on May 20, 2023, (the
"Commencement Date") and shall remain and continue in effect until tasksdescribed
in Exhibit A are completed, but in no event later than June 30, 2024, unless sooner
terminated pursuant to the provisionsof thisAgreement.
3. Compensation.
A. City agrees to compensate Consultant for services under thisAgreement in
compliance with the schedule set forth in Exhibit A. Consultant shall submit proper
monthly invoicesin the form and mannerspecified by City. Each invoice shall include a
monthly breakdown of all monthly services performed together with the hoursspent on
each service. Consultant shall maintain appropriate and necessary documentation
supporting the monthly invoices detailing the type of service provided. It shall be
available for review by the City at all reasonable times upon request.
B. Total payment to Consultant pursuant to thisAgreement shall not exceed Two
Hundred Fifty Thousand Dollars($250,000).
C. If at the request of the City, Consultant is required to incur out of pocket
expenses(including but not limited to, out-of-town travel and lodging)which are above
and beyond the ordinary expenses associated with performance of this Agreement,
Consultant shall be entitled to reimbursement of such expenses. Consultant shall only be
reimbursed forthose expenseswhich: (1) appearon Consultant'smonthly invoices; (11) are
accompanied by a copy of the City'swritten authorization forConsultant to incur such
1
46
expenses; and (III) receiptsdocumenting such expenses.
4. General Terms and Conditions. The General Terms and Conditions set forth in
Exhibit Bare incorporated aspart of thisAgreement. In the event of any inconsistency
between the GeneralTermsand Conditionsand anyotherexhibittothisAgreement,the
General Termsand Conditionsshall control unless it isclearfrom the context that both
partiesintend the provisionsof the otherexhibit(s) to control.
5. Addresses.
City of Lynwood
City of Lynwood
11330 BullisRoad
Lynwood, CA 90262
Attn: Ernie Hernandez, City Manager
Company
SA Associates
1130 W. Huntington Drive, Unit 12
Arcadia, CA 91007
Attn: SiahnawazAhmad, P.E, President
6. Exhibits. All exhibits referred to in this Agreement are listed here and are
incorporated and made part of thisAgreement by thisreference.
Exhibit A —Scope of Work/Servicesand Compensation Schedule
Exhibit B—GeneralTermsand Conditions
SIGNAIURESON FOLLOWING PAGE
2
47
IN WITNESS WHEREOF, the parties have executed thisAgreement asof the dates
written below.
CITY
CI1Y OF LYNWOOD
By:
Mayor Date
CONSULTANT
SA Associates
By:
ShahnawazAhmad, P.E, President Date
ATTEST
By:
Maria Quinonez, City Clerk
APPROVED AS TO FORM:
By:
Date
Noel Tapia, City Attomey Date
3
48
DCHIBITA
SC 0 PE 0 F WO RKLJERVICES
4
49
DCHIBITB
GB\IERALEER\1SAND CONDITIONS
1. Status as Independent Contractor.
A. Consultant is, and shall at all timesremain asto City, an independent contractor.
Consultant shall have no power to incur any debt, obligation, or liability on behalf of the
City of Lynwood orotherwise act on behalf of Lynwood asan agent. Neither the City of
Lynwood norany of itsagentsshall have control over the conduct of Consultant or any of
Consultant'semployees, except asset forth in thisAgreement. Consultant shall not, at any
time, Orin any manner, represent that it orany of itsagentsoremployeesare in any manner
agentsoremployeesof the City of Lynwood.
B. Consultant agreesto pay all required taxeson amountspaid to Consultant under
this Agreement, and to indemnify and hold City harmless from any and all taxes,
a'ssments, penalties, and interestsascerted against City by reason of the independent
Consultant relationship created by thisAgreement. In the event that City isaudited by any
Federal or State agency regarding the independent status of Consultant and the audit in
any way failsto sustain the validity of an independent Consultant relationship between City
and Consultant, then Consultant agreesto reimburse Cityforallcosts, including accounting
and attomey'sfees, arising out of such audit and any appealsrelating thereto.
C. Consultant shall fully comply with the workers' compensation law regarding
Consultant and Consultant'semployees. Consultant further agreesto indemnify and hold
City harmless from any failure of Consultant to comply with applicable worker's
compensation laws City shall have the right to offset against the amount of any feesdue
to Consultant underthisAgreement any amount due to City from Consultant asa result of
Consultant's failure to promptly pay to City any reimbursement or indemnification arising
underthis ction 1.
D. Consultant represents to the City, and City relies on Consultant's
representations, that Consultant shall serve solely in the capacity of an independent
contractor to the City. Neither the City nor any of its agents will have control over the
conduct of Consultant orany of Consultant'semployees, except asotherwise set forth in
the Agreement. Consultant may not, at any time or in any manner, represent that it or
any of itsagentsoremployeesare in any manner agentsoremployeesof the City. The
City has no duty, obligation, or responsibility to the Consultant's agents or employees,
including the Affordable Care Act coverage requirements. Consultant is solely
responsible foranytaxpenaltiesassociated with the failure to offer affordable coverage
to itsagentsand employeesunderthe Affordable Care Act with respect to Consultant's
agents and employees. Consultant warrants and represents that the City will not be
responsible and will not be held liable for issues related to Consultant's status as an
independent contractor, including Consultant's failure to comply with Consultant's
duties, obligations, and responsibilitiesunderthe Affordable Care Act. Consultant further
agrees to defend, indemnify, and hold the City harmless for any and all taxes, claims,
and penaltiesagainst the City related to Consultant's obligations under the Affordable
Care Act.
50
2. Standard of Performance
Consultant shall perform all work to the highest professional standards and in a
manner satisfactory to the City Manager or his/her designee. No additional or different
tasksorservicesshall be performed by Consultant otherthan those specified in Exhibit A.
3. Indemnification.
A. Consultant is skilled in the professional calling necessary to perform the services
and dutiesagreed to be performed under thisAgreement, and City is relying upon the skill
and knowledge of Consultant to perform said servicesand duties.
B. City and itsrespective elected and appointed boards, officials, officers, agents,
employees and volunteers (individually and collectively, "Indemnities") shall have no
liability to Consultant or any other person for, and Consultant shall indemnify, defend,
protect and hold harmless Indemnities from and against, any and all liabilities, claims,
actions, causesof action, proceedings, suits, damages, judgments, liens, levies, costsand
expenses of whatever nature, including reasonable attorneys' fees and disbursements
(collectively "Claims"), which Indemnitiesmay suffer orincurorto which Indemnitiesmay
become subject by reason of or arising out of any injury to or death of any person(s),
damage to property, loss of use of property, economic loss or other loss occurring as a
result of or allegedly caused by Consultant's performance of or failure to perform any
servicesunderthisAgreementorbythe negligentorwillfulactsoromissionsofConsultant,
itsagents, officers, directors, subcontractor, sub consultant or employees, committed in
performing any of the servicesunderthisAgreement. Notwithstanding the foregoing, the
provisions of this subsection shall not apply to Claims occurring as a result of the City's
sole negligence or willful actsoromissions.
C. Consultant agreesto obtain executed indemnity agreementswith provisions
identical to those set forth in this Section from each and every subcontractor, sub
consultant or any other person or entity involved by, for, with or on behalf of Consultant
in the performance of this Agreement. In the event Consultant fails to obtain such
indemnity obligationsfrom othersasrequired in this Section, Consultant agreesto be fully
responsible according to the terms of this Section. Failure of the City to monitor
compliance with these requirements imposes no additional obligationson City and will
in no way serve as a waiver of any rights hereunder. This obligation to indemnify and
defend Indemnitiesasset forth herein shall survive the termination of thisAgreement and
is in addition to any rightswhich City may have underthe law. Thisindemnity iseffective
without reference to the existence orapplicability of any insurance coverage which may
have been required underthisAgreement orany additional insured endorsementswhich
may extend to City.
4. Insurance.
A. Without limiting Consultant'sindemnification of Indemnitiespursuant to Section
3ofthisAgreement, Consultant shall obtain and provide and maintain at itsown expense
during the term of this Agreement the types and amounts of insurance as described
below:
51
(I) Consultant shall maintain Commercial General Liability Insurance with
coverage at least as broad as Insurance Services Office Commercial General
Liability Form CG 00 01 in an amount not less than $2,000,000 per occurrence,
$4,000,000 general aggregate, for bodily injury, personal injury, and property
damage. Defense costsmust be paid in addition to limits. There shall be no cross -
liability exclusion forclaimsorsuitsby one insured against another. The policy must
include contractual liability that has not been amended. Any endorsement
restricting standard ISO "insured contract" language will not be accepted.
(II) Consultant shall maintain Business Auto Coverage on ISO Business Auto
Coverage Form CA 00 01 covering bodily injury and property damage for all
activitiesof the Consultant arising out of or in connection with Work to be performed
under this Agreement, including coverage for any owned, hired, non -owned or
rented vehicles, in an amount not lessthan $1,000,000 combined single limit foreach
accident.
(III) Consultant shall maintain Workers' Compensation Insurance (Statutory Limits)
and Employer's Liability Insurance with on a state approved policy form providing
statutory benefits as required by law with employer's liability limits no less than
$1,000,000 per accident for all covered losses;
(IV) Consultant shall maintain Professional Liability or Errors and Omissions
Insurance that covers the services to be performed in connection with this
Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate.
Any policy inception date, continuity date, or retroactive date must be before the
effective date of this Agreement and Consultant agrees to maintain continuous
coverage through a period no less than three (3) years after completion of the
servicesrequired by thisAgreement.
B. City, itsofficers, officials, employees, and volunteersshall be named asadditional
insuredson the policy(ies) asto commercial general liability and automotive liability.
C. All insurance policies shall be issued by an insurance company currently
authorized by the Insurance Commissioner to transact businessof insurance orison the list
of Approved S.arplusLine Insurers in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Sze Category Class VI (or larger) in accordance with
the latest edition of Best's Key Rating Guide, unlessotherwise approved by the City's Risk
Manager.
D. All insurance policiesshall provide that the insurance coverage shall not be non -
renewed, canceled, reduced, or otherwise modified (except through the addition of
additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City thirty (30) day priorwritten notice thereof. Any such thirty (30) day notice shall
be submitted to CI-El/via certified mail, return receipt requested, addressed to "Director
of Human Resources& Risk Management," City of Lynwood, 11330 BullisRoad, Lynwood,
California, 90262. Consultant agrees that it will not cancel, reduce, orotherwise modify
said insurance coverage.
52
E Consultant shall submit to City (I) insurance certificatesindicating compliance with
the minimum worker's compensation insurance requirements above, and (11) insurance
policy endorsementsindicating compliance with allotherminimum insurance requirements
above, not Iessthan one (1) day priorto beginning of performance underthisAgreement.
Endorsementsshall be executed on City's a p prop date standard forms entitled "Additional
Insured Endorsement".
F. Consultant's insurance shall be primary asrespectsthe City, its officers, officials,
employees, and volunteers Any insurance or self-insurance maintained by the City, its
officers, officials, employeesand volunteersshall be excessof Consultant'sinsurance and
shall not contribute with it.
G. Consultant agreesthat if it doesnot keep the aforesaid insurance in full force and
effect, and such insurance is available at a reasonable cost. City may take out the
necessary insurance and pay the premium thereon, and the repayment thereof shall be
deemed an obligation of Consultant'sand the cost of such insurance may be deducted,
at the option of City, from paymentsdue Consultant.
5. Release of Information/Confidentiality.
A. Consultant in the course of itsdutiesmay have accessto confidential data of
City, private individuals, or employees of the City. Consultant covenants that all data,
documents, discussion, or other information developed or received by Consultant or
provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Consultant without written authorization by City. City shall grant such
authorization if disclosure isrequired bylaw. AllCitydata shall be returned to City upon the
termination of this Agreement. Consultant, its officers, employees, agents, or
subconsultants, shall not without written authorization from the City Manager, voluntarily
provide declarations, letters of support, testimony at depositions, response to
interrogatories, or other information concerning the work performed underthisAgreement
or relating to any project or property located within the City. Response to a subpoena or
court ordershall not be considered 'Voluntary"provided Consultant givesCity notice of such
court order or subpoena. Consultant's covenant under this section shall survive the
termination of thisAgreement.
B. Consultant shall promptly notify City should Consultant, itsofficers, employees,
agents, or subconsultants be served with any summons, complaint, subpoena, notice of
deposition, requestfordocuments,interrogatones, req uestfora d missions, orotherd iscovery
request, court order, orsubpoena from any person orparty regarding thisAgreement and
the work performed thereunder. City retainsthe right, but has no obligation, to represent
Consultant and/orbe present at any deposition, hearing, orsimilarproceeding. Consultant
agreesto cooperate fully with City and to provide the opportunity to review any response
to discovery requests provided by Consultant. However, City's right to review any such
response doesnot imply ormean the right by City to control, direct, or rewrite said response
6. Ownership of Work Product.
A. Consultant shall maintain complete and accurate records with respect to
53
sales, costs, expenses, receipts, and other such information required by the City that relate
to the performance of servicesunderthisAgreement. Consultant shall maintain adequate
recordsof services provided in sufficient detail to permit an evaluation of services. All such
recordsshall be maintained in accordance with accepted accounting principlesand shall
be clearly identified and readily accessble. Consultant shall provide free access to the
representativesofthe City oritsdesgneesat reasonable timesto such booksand records;
shall give the City the right to examine and audit said booksand records; shall permit the
City to make transcriptstherefrom asneceocary;and shall allow inspection of all work, data,
documents, proceedings, and activities related to thisAgreement. Such records, together
with supporting documents, shall be maintained fora period of three (3) yea rsafter receipt
of final payment.
B. Upon completion of, or in the event of termination or suspension of this
Agreement, all original documents, designs, drawings, maps, models, computer files,
surveys, notes, and otherdocumentsprepared in the course of providing the servicesto
be performed pursuant to thisAgreement shall become the sole property of the City and
may be used, reused, orotherwise disposed of by the City without the permission of the
Consultant. With respect to computer files, Consultant shall make available to the City,
at the Consultant'soffice and upon reasonable written request by the City, the necessary
computersoftware and hardware forpurposesof accessing, compiling, transferring, and
printing computer files.
7. Conflict of Interest.
A. Consultant covenantsthat it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the services to be performed by
Consultant under this Agreement, or which would conflict in any manner with the
perfommance of itsservices hereunder. Consultant further covenantsthat, in performance
of thisAgreement, no person having any such interest shall be employed by it. Furthermore,
Consultant shall avoid the appearance of having any interest which would conflict in any
mannerwith the performance of itsservicespursuant to thisAgreement.
B. Consultant covenants not to give or receive any compensation, monetary or
otherwise, to orfrom the ultimate vendor(s) of servicesto City asa result of the performance
of this Agreement, or the services that may be procured by the City as a result of the
recommendations made by Consultant's covenants under this section shall survive the
termination of thisAgreement.
8. Termination. Notwithstanding any other provision, this Agreement may be duly
terminated at any time by the City at its sole discretion with or without cause by serving
upon the consultant at least ten (10) days prior written notice ("Notice of Termination").
Upon receipt of said notice, the Consultant shall immediately cease all work under this
Agreement, unless the notice providesotherwise. Unless expressly agreed upon in writing
by the City, the City shall not be obligated to pay for any services rendered nor any costs
orexpensespaid orincurred afterthe date oftermination.The effective date of termination
shall be upon the date specified in the written Notice of Termination. Consultant agreesthat
in the event of such termination, Consultant must refund the City itsprorated share, except
for services satisfactorily rendered prior to the effective date of termination. Immediately
54
upon receiving written Notice of Termination, Consultant shall discontinue performing
services, preserve the product of the servicesand upon payment forservices, turn overto
City the product of the servicesin accordance with written instructionsof City.
In the event this Agreement is terminated pursuant to this Section, the City shall pay to
Consultant the actual value of the work performed up to the time of termination, provided
that the work performed isof value to the City. Upon termination of the Agreement pursuant
to this Section, the Consultant will submit an invoice to the City.
9. Personnel. Consultant represents that it has, or will secure at its own expense, all
personnel required to perform the servicesunderthisAgreement. All of the servicesrequired
under this Agreement will be performed by Consultant or under its supervision, and all
personnel engaged in the work shall be qualified to perform such services. Consultant
reservesthe right to determine the assignment of itsown employeesto the performance of
Consultant'sservicesunderthisAgreement, but City reserves the right, for good cause, to
require Consultant to exclude any employee from performing serviceson City'spremises.
10. Non -Discrimination and Equal Employment Opportunity.
A. Consultant shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of itsservicesand dutiespursuant to thisAgreement
and will complywith all rulesand regulationsofCity relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion,
transfers, recruitment or recruitment advertising; layoff or termination; ratesof pay or other
formsof compensation; and selection fortraining, including apprenticeship.
B. Consultant will, in all solicitations or advertisements for employees placed by or
on behalf of Consultant state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race,
color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental
handicap, medical condition, orsexual orientation.
C. Consultant will cause the foregoing provisions to be inserted in all subcontracts
for any work covered by this Agreement except contracts or subcontracts for standard
commercialsuppliesorraw materials.
11. Assignment. Consultant shall not assign ortransferany interest in thisAgreement nor
the performance of any of Consultant obligations hereunder, without the prior written
consent of City, and any attempt by Consultant to assign thisAgreement or any rights,
duties, orobligationsarisng hereundershall be void and of no effect.
12. Performance Evaluation. For any Agreement in effect for twelve months or longer,
the City Manager may require a written annual administrative performance evaluation
within ninety (90) daysof the first anniversary of the effective date of thisAgreement, and
each yea rthereafterthroughout the term ofthisAgreement. the work product required by
thisAgreement shall be utilized as the basis for review, and any comments or complaints
received by City during the review period, either orally or in writing, shall be considered.
55
City shall meet with Consultant priorto preparing the written report. If any noncompliance
with the Agreement isfound, City may direct Consultant to correct the inadequacies, or, in
the alternative, may terminate thisAgreement asprovided herein.
13. Compliance with Laws. Consultant shall keep itself informed of State, Federal and
Local laws,ordinanoes, cod esand regulationswhich in any manneraffectthose employed
by it or in any way affect the performance of its service pursuant to this Agreement.
Consultant shall at all timescomply with such laws, ordinances, codesand regulations. The
City, itsofficersand employeesshall not be liable at law or in equity occasioned by failure
of Consultant to comply with this Section.
14. Licenses. At all timesduring the term of thisAgreement, Consultant shall have in full
force and effect all licenses (including a City business license) required of it by law for
performance of the serviceshereunder.
15. Non -Waiver of Terms, Fights and Remedies. Waiver by either party of any one or
more of the conditionsof performance underthisAgreement shall not be a waiver of any
othercondition of performance underthisAgreement. In no event shall the making by City
of any payment to Consultant constitute orbe construed asa waiverbyCity ofany breach
of covenant, oranydefault which may then exist on the part of Consultant, and the making
of any such payment by City shall in no way impair or prejudice any right or remedy
available to City with regard to such breach ordefault.
16. Attorney's Fees. In the event that either party to thisAgreement shall commence
any legal or equitable action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney's fees and costs, including costs of expert
witne sand Consultant.
17. Notices. Any notices, bills, invoices, or reportsrequired by thisAgreement shall be
deemed received on (a)the day of delivery if delivered by hand during Consultant regular
businesshoursorby facsimile before or during Consultant regular business hours; or(b) on
the third business day following deposit in the United States mail, postage prepaid, to the
addresses heretofore set forth in the Agreement, or to such otheraddre sasthe parties
may, from time to time, desgnate in writing pursuant to the provisionsof thissection.
18. Governing Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the Parties in accordance with the laws of the State of
California. Legalactionsconcerning any d ispute, claim ormatterarising outoforin relation
to thisAgreement shall be instituted in the SuperiorCourt of the County of LosAngeles, State
of California. However, the Parties may agree to submit any dispute to non -binding
arbitration.
19. Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be the original, and all of which togethershallconstitute
one and the same instrument.
20. Severability. If any provision orany part of any provision of thisAgreement isfound
56
to be invalid or unenforceable, the balance of this Agreement shall remain in full force
and effect.
21. Entire Agreement. 1hisAgreement, and any otherdocumentsincorporated herein
by specific reference, repre ntsthe entire and integrated agreement between Consultant
and City. 1hisAgreement supersedes all prior oral or written negotiations, representations
oragreements. 1hisAgreement may not be amended, norany provision orbreach hereof
waived, except in a writing signed by the Parties which expressly refersto thisAgreement.
Amendmentson behalf of the City will only be valid if signed by the Mayorand attested by
the City Clerk.
22. Authority. The person or personsexecuting thisAgreement on behalf of Consultant
warrantsand repre ntsthat he/she hasthe authority to execute thisAgreement on behalf
of Consultant and hasthe authority to bind Consultant to the performance of itsobligations
hereunder.
23. Force Majeure. A Party's performance of any obligation under this
Agreement shall be suspended if, and to the extent that, the Party is unable to perform
because of any event of Force Majeure. In any such event, the Party unable to perform
shall be required to resume performance of its obligations under this Agreement upon
the termination of the event or cause that excused performance hereunder. "Force
Majeure" herein means an event which is beyond the reasonable control of a Party,
including without limitation, (a) acts of God including flood, fire, earthquake, hurricane
or explosion, pandemic; (b) war, invasion, hostilities (whether war is declared or not),
terrorist threatsoracts, riot or other civil unrest; (c) government orderorlaw that prevents
either Party from performing its obligations as set forth in this Agreement; (d) actions,
embargoesor blockadesin effect on orafterthe date of thisAgreement; (e) action by
any governmental authority that preventseither Party from performing itsobligationsas
set forth in thisAgreement; (f) national orregionalemergency; (g) strikes, laborstoppages
or slowdowns or other industrial disturbances, other than those involving the affected
partiesemployees; (h) shortage of adequate powerortransportation facilities.
Neither Party shall be liable forany delay ordefault in, orfailure of, performance resulting
from or arising out of any Force Majeure event, and no such delay, default in, or failure
of performance shall constitute a breach by either Party hereunder. Where a Force
Majeure event gives rise to a failure or delay in either Party performing its obligations
under this Agreement (other than obligations to make payment), those obligations will
be suspended forthe duration of the Force Majeure event. A Party who becomesaware
of a Force Majeure event which gives rise to, or which is likely to give rise to, any failure
or delay in performing its obligations under thisAgreement, will forthwith notify the other
and inform the other of the period forwhich it is estimated that such failure or delay will
continue. The affected Party shall take reasonable steps to mitigate the effects of the
Force Majeure event.
57
SA
ASSOCIATES
DELIVERING VALUE ... COMMITTED To EXCELLENCE
CITY OF LYNWOOD
PROPOSAL FOR
LONG BEACH METER UPGRADE AND LINE ABANDONMENT PROJECT
(1",1 X %d", 2', 2" X 1i4" SERVICE)
METER DETAIL
DETAILA
VALVE CAN DETAIL
MARCH 1, 2023
58
SA
ASSOCIATES
March 1, 2023
Julian Lee, Director of Public Works
City of Lynwood
11330 Bullis Avenue
Lynwood, CA 90262
Attention: Kristan Lloyd
Subject: Proposal for Long Beach Meter Upgrade and Line Abandonment Project
Dear Julian:
In accordance with your Request for Proposal, we are pleased to submit our proposal to provide
Engineering Design Services for the Long Beach Meter Upgrade and Line Abandonment Project.
SA Associates is a principal -owned firm, committed to engineering excellence and principal involvement.
We are incorporated in the State of California. Project management and contract performance is personally
directed by our principal who is a thoroughly experienced, licensed Professional Engineer with the State of
California. Our services cover a broad spectrum of engineering from investigation and feasibility reports to
design, construction administration, and construction observation. We provide complete engineering
services for municipalities, public and private water agencies, sanitary districts, and flood control districts.
Our 33 plus years expertise qualify us to provide our services for this Project for the following reasons:
➢ - SA Associates has extensive experience in design
and construction of water and recycled water, sewer, storm drain, and street facilities. We have been
responsible for the design and construction of over 143 miles of water and recycle water lines for a
construction cost of approximately $127 million for various agencies in the Southern California region.
➢ Recent Project Experience: We are currently designing a water main project for the City of South
Gate, which includes replacement of 17,130 ft. of cast iron pipe with ductile iron pipe (DIP). For Long
Beach Water Department, we are designing two water pipelines; one in Queensway Drive for
approximately 1,050 ft. of 8" DIP; and the other in Ximeno Avenue for approximately 2,230 ft. of 8" DIP.
Therefore, we have extensive and recent relevant experience to benefit the City for this project.
➢ Experience with the City of Lynwood: SA Associates has worked with the city of Lynwood on several
projects. We provided engineering design, construction management, administration services and
permit processing for City Well No. 22. We also prepared plans and specifications for the State Street
and Tweedy Boulevard Water Main Improvement Project.
➢ Superior and Committed Project Team - SA Associates' senior management is known to provide
first-hand involvement in project activities, maintaining proper responsiveness and coordination efforts
throughout all project phases. It is our goal to provide your project with high quality engineering
services. To assure this quality, we have staffed your Project with professionals who understand the
design and the local conditions, and have the requisite experience, skills and familiarity with public
works projects, policies, and procedures. Our team will provide technically innovative and cost reducing
solutions while meeting the City's needs and goals on time and within budget.
Our proposed project manager, Jorge Lovo, P.E., has over 21 years of experience in designing and
managing water main replacement projects similar to the one presented in this RFP. Mr. Lovo will be
leading the design team comprised of individuals with extensive expertise in water main design. This
is the same team that has a proven track record of complete and successful water main designs for
recent past clients. As result, you can expect a customized approach based on our comprehensive
understanding of the City's needs and goals.
1130 W. Huntington Drive, Unit 12, Arcadia, CA 91007 • TEL 626.821.3456 • FAX 626.445.1461 • www.saassociates.net
59
Extensive Experience in Water Main Design
SA
ASSOCIATES
City of Lynwood
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
March 1, 2023
Page 2
The undersigned is the authorized person who can execute binding agreements and contracts.
Thank you for the opportunity and hope our proposal meets your interest and approval. Should you have
any questions or require any further information, please do not hesitate to contact the undersigned.
Very truly yours,
Shahnawaz Ahmad, P.E., President
SA Associates
1130 W. Huntington Drive, Unit 12
Arcadia, CA 91007
Tel 626.821.3456, Fax 626.445.1461
sahmad@saassociates.net
60
ff
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
TABLE OF CONTENTS
COVER LETTER
SECTION I: EXECUTIVE SUMMARY
SECTION I I: PROJECT UNDERSTADING AND APPROACH
SECTION I II : FIRM EXPERIENCE
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS
SECTION V: REFERENCES
SECTION VI: PROJECT SCHEDULE
(OUR COST PROPOSAL IS SUBMITTED AS A SEPARATE DOCUMENT IN PLANET BIDS)
TABLE OF CONTENTS Page 1 of 1 61
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SECTION I: EXECUTIVE SUMMARY
SA Associates was established in May, 1989 as a principal -owned engineering firm with offices in Los Angeles and
Orange Counties. SA Associates is a California Corporation and "SA Associates" is our full legal name. SA
Associates services cover a broad spectrum of engineering from investigation and feasibility reports to design,
construction administration, and construction observation. The firm provides complete civil engineering services for
municipalities, public and private water agencies, sanitary districts, and flood control districts.
Our main fields of specialty are:
• Water Supply Projects
• Wastewater Facilities Projects
• Civil Engineering
• Construction Management and Construction Inspection Services
• Feasibility Studies
• Flood Control and Drainage Projects
• Surveying Services
Our office locations are as follows:
CORPORATE OFFICE
1130 West Huntington Drive, Unit 12
Arcadia, CA 91007
Tel: 626.821.3456
Fax: 626.445.1461
ORANGE COUNTY OFFICE
1661 N. Raymond Ave, Suite 100
Anaheim, CA 92801
Tel: 714.871.9083
Fax: 714.871.3652
BACKGROUND EXPERIENCE
SA Associates' experience was gained through providing engineering services to several cities and agencies in the
greater Los Angeles area for the past 33 years. All of SA Associates completed (or currently ongoing) projects are
for public agencies. Our team of engineers and professionals are aware of the requirements of most public agencies
and are familiar with public procedures.
➢ Extensive Experience: SA Associates has extensive experience in design and construction of water and
recycled water, sewer, storm drain, and street facilities. We have been responsible for the design and
construction of over 143 miles of water and recycle water lines for a construction cost of approximately
$127 million for various agencies in the Southern California region.
➢ Recent Project Experience: We are currently designing a water main project for the City of South Gate,
which includes replacement of 17,130 ft. of cast iron pipe with ductile iron pipe (DIP). For Long Beach Water
Department, we are designing two water pipelines; one in Queensway Drive for approximately 1,050 ft. of 8"
DIP; and the other in Ximeno Avenue for approximately 2,230 ft. of 8" DIP. Therefore, we have extensive
and recent relevant experience to benefit the City for this project.
➢ Experience with City of Lynwood: SA Associates has worked with the city of Lynwood on several projects.
We provided engineering design, construction management, administration services and permit processing for
City Well No. 22. Other projects include preparation of plans and specifications for State Street and Tweedy
Boulevard. Water Main Improvement Project; plans and specifications for replacement sewer in Long Beach
Boulevard between Los Flores Boulevard and Imperial Highway; preliminary plans for proposed Sand Separator
Tank installation at Well No. 9; abandonment of Wells 3 and 6, and preparation of 2010 Urban Water
Management Plan. Therefore, these projects provide us a familiarity of the City's design preferences.
SECTION I: EXECUTIVE SUMMARY
Page 1 of 4 62
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
PROFESSIONAL SERVICES AGREEMENT
We have reviewed the Professional Service Agreement in the RFP, and have the following comments:
EXHIBIT B: GENERAL TERMS AND CONDITIONS
3. Indemnification.
B. City and its respective elected and appointed boards, officials, officers, agcnts, employees and voluntccrs
(individually and collectively, "Indemnities") shall have no liability to Consultant or any other person for, and
Consultant shall indemnify, defend, protect and hold harmless, but not defend, Indemnities from and against, any
and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and
expenses of whatever nature, including reasonable attorneys' fees and disbursements (collectively "Claims"), which
Indemnities may suffer or incur or to which Indemnities may become subject by reason of or arising out of any injury
to or death of any person(s), damage to property, loss of use of property, economic loss or other loss occurring as
a result of or allegedly but only to the extent actually caused by
any serviccs under this Agreement or by the negligent or willful acts or omissions of Consultant, its agents, officers,
directors, subcontractor, sub consultant or employees, committed in performing any of the services under this
Agreement. Notwithstanding the foregoing, the provisions of this subsection shall not apply to Claims occurring
because of the City's sole negligence or willful acts or omissions.
4. Insurance.
G. Consultant agrees that if it does not keep the previously mentioned insurance in full force and effect and
such insurance is available at a reasonable cost. City may take out the necessary insurance and pay the premium
thereon, and the repayment thereof shall be deemed an obligation of Consultant's and the cost of such insurance
may be deducted, at the option of City, from payments due Consultant.
LEGAL ISSUES
SA Associates had one minor litigation matter where we were named in a suit as one of the parties. The roof of a
chemical treatment tank collapsed due to contractor negligence. The matter was settled in 2017 with no cost to the
client or SA Associates. There are no issues that may affect our performance under a contract with the City. The
firm and its principal are not the subject of any investigation by the County, State, and//or Federal agencies within
the past five years.
QUALITY ASSURANCE/QUALITY CONTROL PROGRAM
It is the goal of SA Associates to present clients with a superior product and responsive service. We are aware we
can only continue to grow and remain a viable influence in the consulting engineering profession if we produce an
excellent product. That is why we have established "excellence in engineering" as our credo. A sound company
policy that emphasizes technical strength, professional conduct, efficiency and communication is applied to each
project in order to achieve excellence. This policy is the basis of our Quality Assurance / Quality Control (QA/QC)
program.
To ensure quality, conformity, and enhanced client satisfaction, a uniform review and checking procedure for all
project documents is adopted and effectively applied through the QA/QC plan. All project deliverables undergo two
reviews to maintain high quality. The first review is conducted by the QA/QC Manager to provide initial technical
input, direction, and evaluation of alternatives. The second review is a detailed, coordinated review by the QA/QC
Manager with selected lead personnel reflecting comments from the first review. This procedure ensures all work
is reviewed and checked prior to each submittal to the client. Each member of our team makes it his/her
responsibility to perform the services per the QA/QC program, and to ensure that what is stated in writing or shown
on drawings is correct, cost effective, and in conformance with SA Associates' standards.
Quality Assurance Program
Our basic philosophy to quality assurance is:
SECTION I: EXECUTIVE SUMMARY Page 2 of 4 63
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
• Our review and checking procedure is a systematic approach with sufficient flexibility to be workable with
a wide variety of projects. The timing and level of review is consistent with project needs.
• All projects are reviewed by an experienced individual not directly involved in the project but generally
familiar with the project and the client.
• Responsibility for the quality of the final product rests jointly with the Project Manager/Engineer and the
reviewer/checker.
• Responsibility for scheduling review and checking rests with the Project Manager/Engineer.
• All projects must be "signed off' by the checker following review and/or checking.
Experienced staff familiar
with client not involved
with project review
Systematic review/checking
Project Manager/Engineer
joint responsibilities:
— quality
— scheduling review
& checking
After review/checking,
checker "signs off" all
projects
Quality Control Program
Upon award of contract and subsequent negotiation (as required), SA Associates would meet with project staff
to confirm Client objectives regarding, but not limited to:
• Client needs and intent related to the projects technical
aspects, public policy, and image.
• Satisfying the need of users of the final project.
• Contractor requirements, limitations, and preferences.
• Any other matters that may be peculiar to the project.
COST CONTROL
SA Associates' staff performs at a level of difficulty that minimizes redundant or unnecessary activity. Meeting
deadlines and attention to detail are primary objectives. Cost control is also exercised with the same importance
dedicated to technical problem solving.
Staff engineers apply value analysis/investigation techniques in a systematic approach to obtain optimal value for
any marginal cost increase. The result of this approach is to lower total and life cycle costs without sacrificing quality,
performance, or reliability.
Project costs are reviewed on a weekly basis by the Project Manager. These costs are reviewed against the budget
and schedule. The effort required to complete the project is estimated. In this way, if the budget is close to
exceeding, steps can be taken to remedy the situation.
Using these principles and methods, SA Associates has a proven track records of meeting schedules and
controlling costs.
ACCURACY OF ENGINEER'S ESTIMATES
SA Associates has a proven record of construction cost estimates resulting in a 90% confidence that the actual cost
will fall within the bounds of the low and high bid ranges. To achieve this accuracy level, SA Associates prepared
them based on experience, market fluctuations, latest bids received by contractors, understanding of the complexity
of the project, and the inclusion of an appropriate contingency determination. Cost estimates are typically prepared
in stages, namely preliminary, 60 percent design completion, and final. Each stage is refined/honed as the project
advances, and SA Associates acquires a better understanding of the project, its' complexity, & potential problems
that can be encountered during construction or permit acquisition, resulting in a more accurate estimate.
SECTION I: EXECUTIVE SUMMARY
Page 3 of 4 64
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
COORDINATION WITH SUBCONSULTANTS
Our engineers give our subconsultants a specific scope of work, project parameters, and schedule to perform the
work. Our subs will provide a fee to provide these services. Once the information is received from our subs, our
engineers carefully review the reports to ensure all items requested have been received. If further information is
still needed, we contact our subconsultant to provide the data as soon as possible to make sure the schedule can
be met. If the scope is modified by the client, we will ask for an updated fee estimate and schedule. All invoices
received from subconsultants are reviewed to assure that the work has been completed within budget. We have
worked with most of our subs on multiple projects.
Project Management/Team Experience
As you will see throughout this proposal, our Team has considerable experience in the management of various civil
engineering projects. The Team has worked on numerous similar projects in the last several years. Our previous
knowledge and experience on similar projects give us an advantage in providing the most innovative solutions to
difficult design issues. Our project team has worked together on several project management projects in the recent
past. This cohesiveness will be a great benefit to you in the preparation of the design.
COMMUNICATIONS
Communications is an important element of the design of your project. We will provide design submittals and
deliverables in the proper format for your review and use. We will meet with City staff on a regular basis to keep the
City informed on progress and issues affecting the design.
DIRECT PRINCIPAL INVOLVEMENT
A commitment to principal involvement in every project is a cornerstone of our success. Quality Assurance/Quality
Control is personally directed by our principal. He is directly involved in project oversight and quality control issues
throughout the project. This results in a personalized service to every client with ease of communication and
responsiveness to your project needs.
OUR COMMITMENT TO THE CITY OF LYNWOOD
We are committed to providing and delivering to the City the highest quality project design, implementing proven
and successful design techniques resulting in a systematic approach to obtain optimum value for your dollars spent.
Our aim is to provide you with an economical design without affecting performance and reliability.
The Team will provide quality resources to manage and complete the Project. We will work within the framework of
the Project Documents and City staff to execute our tasks in a timely manner. We consider ourselves to be available
not as contract representatives but as an extension of your staff. For our projects, we believe in developing and
maintaining clear lines of communication between all project parties, being proactive in identifying construction
issues, and working diligently toward resolution of issues. Based on this approach, you will be assured of a complete
project that complies with your project designs and is in accordance with the standards of the industry.
SA Associates' overall approach for your projects is to provide hands-on engineering, in order to create robust
contract documents and reduce the risk for change orders and to avoid delays in the construction.
SECTION I: EXECUTIVE SUMMARY Page 4 of 4 65
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SECTION II: PROJECT UNDERSTANDING AND APPROACH
PROJECT UNDERSTANDING
It is our understanding that the City of Lynwood (City), Public works Department, is seeking to engage a professional
engineering consultant to provide design services for the Long Beach Meter Upgrade and Line Abandonment Project
(Project). The City intends to improve the existing water system by relocating services on public right-of-way and
private properties, along with abandonment of the existing main within the project area.
Based on the RFP, we understand that the City is seeking to make improvements to the existing water main located
along the easterly side of Long Beach Boulevard, between Euclid Avenue on the south end and Josephine Street on
the north end. This existing water main segment crosses nine (9) streets: Josephine St, Virginia St, Agnes Ave, Cedar
Ave, Magnolia Ave, Burton Ave, Carlin Ave, Palm Ave, and Euclid Ave.
The project location calls for improvements to abandon the existing water main (line), therefore we assume a
replacement line must be in place prior to abandoning the existing line. Services on public right-of-way and private
properties will tie into the new proposed main. The work will also include meter upgrades and tie-ins to adjacent water
mains (nine crossing streets), any potential fire hydrants, water valves, others, such as to complete in place the
improved water system. It shall also be designed as per City, local, and federal standards, and as per any agency
recommendations having jurisdiction.
The water segment is well within the City boundaries. Therefore, coordination with neighboring cities is not expected.
A total of approximately 3,500 linear feet (LF) of water main is to be replaced. Figure 1 depicts the project limits.
FIGURE 1: PROJECT LOCATION MAP
The work may also include fire service laterals, blow -offs, air release valves, wherever applicable, and street resurfacing.
SECTION II: PROJECT UNDERSTANDING AND APPROACH
Page 1 of 9 66
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
The SA Associates engineering team is committed to maximizing all of its resources to provide the most cost-effective
design for the water main that satisfies the City's needs. This team has completed numerous water main designs with
success for various cities and agencies throughout Southern California. This includes the preparation of plans,
specifications, and estimates for the City of Chino for the Quadrant 1.1 Water Main Replacement Project, and the
project has just recently completed construction. In addition, we also recently completed plans, specifications, and
estimates for Phase 1 for approximately 15,000 LF of water main (DIP and CMLC Steel pipes) replacements for the
City of Ontario and have also recently completed PS&E for Phase II with an approximate length of 17,000 LF. Efforts
to complete these projects also comprised extensive coordination with the State Water Resources Control Board
(SWRCB) Division of Drinking Water (DDW) for those instances where proposed main do not comply with horizontal
and vertical separation requirements.
We will apply our experience and knowledge onto this Project should we be selected. The crucial part of this is
identifying the appropriate alignment for the proposed water main. The goal is to minimize conflicts with nearby
utilities, expedite permits/coordination with agencies having jurisdiction, minimize vehicle disruptions and to the
public, stay focused on the important design items, and ensure the most cost-effective design. If more than one
cost effective alignments are feasible, SA Associates will bring it to the City's attention and will coordinate the best
location for maintenance and other issues. For the purpose of expediting the utility coordination process, we have
already conducted preliminary utility research using DigAlert and obtained contact information for the utility
companies. Table 1 provides a list of utility companies present within the project limits. We will perform additional
research once awarded the Project and receive the Notice to Proceed.
TABLE 1: SA ASSOCIATES UTILITY RESEARCH — COMPANIES WITHIN PROJECT LOCATIONS
Agency Name
Number Email
AT&T - Distribution
Cathy Hurtado
Jason Downs
510-645-2929
ma2797@att.com
Chevron
310-669-4005 jasondowns@chevron.com
310-605-5507 cbergson@comptoncity.org
310-603-0220 aperez@lynwood.ca.us
City of Compton
City of Lynwood
Charles Bergson
Emilio Murga
Shenan Dean
Lovrien
Crimson Pipeline LP
562-285-4107 landdepartment@crimsonpl.com
Los Angeles Country
MTA
Aspet Davidian
213-922-7255 davidiana@metro.net
Los Angeles County
Sanitation Districts
Erika Ballesteros
562-908-4288 engineeringcounter@lacsd.org
MCI - Verizon Business
Travis Van Wyk 800-289-3427 ASG.Investigationsteam@ASGlnc.us
Metropolitan Water
District
Daniel Diaz
323-276-7623 engineeringsubstructures@mwdh2o.com
NextGlaven — Crown
Castle
Nick Belinsky
800-654-3110 fiber.dig@crowncastle.com
Southern California
Edison
Kimberlie Gurule 714-796-9999
Vincent Ponticello 626-308-6320
maprequests@sce.com
vincent.ponticello@sce.com
atlasrequests/willserveanaheim@
semprautilities.com
Southern California Gas
Company - Distribution
Spectrum
Communications
Jason Sum 310-687-2011
Abraham Rodriguez 562-383-9963 dl-socal-charter-engineering@charter.com
During the preliminary phase, we will contact impacted utility companies to coordinate permitting requirements for
encroachment as needed. After coordination is complete, we intend to submit all permits to each respective agency
during the engineering design phase.
We also investigated the project site to better understand the characteristics of the water main location, its potential
impact to residential or commerce within the affected streets, as well as pinpointing the location of existing utilities
and present conditions (i.e., valves, hydrants, etc.), separations to storm drains and water, pavement type and
condition, traffic conditions, and other relevant surface features. Photos 1 - 6 on the following page provide a
representative sample of photos of the locations:
SECTION II: PROJECT UNDERSTANDING AND APPROACH
Page 2 of 9 67
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
ASSOCIATES
PHOTO 1: EXISTING FIRE HYDRANT, SEWER CLEANOUT, AND PHOTO 2: EXISTING FIRE HYDRANTS, (2) WATER METERS, AND
ELECTRICAL PULLBOX AT THE INTERSECTION OF LONG BEACH ELECTRICAL PULLBOX NEAR THE INTERSECTION OF LONG BEACH
BLVD AND JOSEPHINE ST BLVD AND VIRGINIA ST
PHOTO 4: EXISTING FIRE HYDRANT, HYDRANT VALVE, AND
HANDICAP RAMP CONDITIONS AT THE INTERSECTION OF LONG
BEACH BLVD AND MAGNOLIA AVE
PHOTO 3: EXISTING (4) WATER VALVES, SEWER MANHOLE, AND
STREET AND GUTTER CONDITIONS AT THE INTERSECTION OF LONG
BEACH BLVD AND CEDAR AVE
PHOTO 5: EXISTING WATER VALVE, SEWER MANHOLE, AND
STREET ISLAND CONDITIONS AT THE INTERSECTION OF LONG
BEACH BLVD AND PALM AVE
PHOTO 6: EXISTING WATER METER, (2) UTILITY CABINETS, AND (2)
ELECTRICAL PULLBOXES AT THE INTERSECTION OF LONG BEACH
BLVD AND EUCLID AVE
Exhibit A on the following page provides further analysis of the existing conditions of the project location and brings
forth the crucial details to pay attention to for the design.
SECTION II: PROJECT UNDERSTANDING AND APPROACH
Page 3 of 9 68
Abandon existing water
main, replace and tie-in
to adjacent mains
Exhibit A - Location of Existing Utilities & Proposed Work at Long
Beach Boulevard from Josephine Street to Euclid Avenue
9
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
The Project is a complex but manageable project that involves multiple facets, including utility company coordination,
and City coordination. Based on our reading of the RFP, our site visits, and our general understanding of the project
requirements, we believe the following to be key project issues:
• Utility Verification & Protection (Including Potholing/GPR)
Based on our experience with several recent water replacement projects on both the design and construction
management side, we have the experience to ensure that utilities are located properly and protected during
construction while minimizing risk of change orders to the City. The project limits may contain significant utility
presence which affects excavation, backfill, and pipe installation. The utility situation is complex but
manageable. To reduce costs associated with the protection of utilities and change orders during construction,
the design will consider not only utility information provided from the City and underground utility companies,
but also thorough field investigation. Potholing and Ground Penetrating Radar (GPR) during the design phase
will be utilized to eliminate any uncertainty of the various underground utility depths within the proposed
alignment. In addition, we will include a note in the plans for the Contractor to perform potholing at all utility
crossings. It will also be advantageous to include utility protection in the Bid Items descriptions in the
measurement and payment section of the specifications to emphasize utility protection and to avoid the risk of
change orders.
• Safety of Public
Due to the close proximity to various commercial businesses, residential neighborhoods, and school (Helen
Keller Elementary School) within the Project limits where the work is proposed, it is of importance to maintain
pedestrian and vehicular safety. It will also be important to provide proper barriers to keep public out of the work
areas. This can be covered in part on the plans, under the General Notes and in the specifications. It will also
be advantageous to provide for public safety in Bid Items descriptions in the Measurement and Payment section
of the specifications to emphasize public safety and avoid the risk of change orders. Bid documents will require
the Contractor to follow traffic control plans to permit the Contractor to work within the public Right -of -Way
efficiently and effectively while maintaining a safe, uniform flow of traffic.
• Traffic Control & Driveway Access
For the overall project, proper traffic control will be required to ensure that the project does not pose safety
concerns to the commuters and the public. Traffic control plans are included in our scope of work, and shall
comply with all local, state, and federal standards. The specifications will require the Contractor to allow access
to driveways at all times during construction.
• Coordination with the City
In order to remove existing piping/valves/appurtenances and install new piping/valves, coordination with City
staff/operators is necessary to provide for shutdowns, dewatering, and start-up. With regard to shutdown and
dewatering, our specifications can provide for the Contractor to notify the City seven (7) days in advance of
shutdown. With regard to disinfection testing and pressure testing, this can be provided for in CSI Section 15041
(Chlorination of Water Mains for Disinfection) and in Section 15044 (Pressure Testing) which will require the
Contractor to submit a request for use of potable water to the City 48 hours in advance. CSI Section 15041 can
also provide that the Contractor refer to Section 01501 "Temporary Utilities" for availability of water. As your
design team, we will assist the City to ensure the project plans and specifications facilitate this coordination.
• Coordination with private owners
Coordination and cooperation with property owners are essential for the success of the project, especially for
those locations where private services are to be installed. All parties shall cooperate to address any concerns
in regards to design/drawing layout, specifications, milestones, others, in order to expedite completion of
construction work. Close coordination shall be provided with private owners to ensure acknowledgment of
construction obligations and responsibilities.
SECTION II: PROJECT UNDERSTANDING AND APPROACH Page 5 of 9 70
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
ASSOCIATES
Based on the conclusions stated above, it is important that the design team reflect well on the values of the City.
With this in mind, SA Associates is committed to providing quality staff members who are not only capable of
satisfying the project tasks but who also have a track record of similar projects and working well with all impacted
agencies and local residents / businesses.
TECHNICAL APPROACH
As your Consultant, SA Associates will provide quality resources to manage and complete the Project. We consider
ourselves to be available not as contract representatives but as an extension of your staff. For our projects, we
believe in developing and maintaining clear lines of communication between all project parties, being proactive in
identifying construction issues, and working diligently toward resolution of issues. Based on this approach, you will
be assured of a complete project that complies with your project designs and is in accordance with the standards
of the industry.
Technical Approach
SA Associates' overall approach for your project is to provide hands on engineering in order to create robust contract
documents and reduce the risk of change orders. This project has multiple features that will require proper
construction sequencing to avoid delays in construction. With regard to streamlining the design phase of the Project,
the key technical approach to be used by the design team is as follows:
1. Expedite coordination among all affected
parties including utility information requests
2. Evaluate design alternatives immediately and
present them to the City
3. Sequence project tasks to occur
simultaneously where possible (i.e., evaluate
alternatives for service connections during the
field survey and digital topo preparation)
4. Coordinate thoroughly throughout the entire
project
5. Sequence meetings to occur at favorable
days/times (i.e., meetings with City staff and
other meetings with impacted
agencies/personnel may occur simultaneously
or subsequently)
For this Project, we will tackle the main driving
factors first which is the topographic survey and
utility research to develop base maps and
determine preliminary alignments. We want to
ensure that our design satisfies the City's needs
and requirements. Furthermore, upon approval of
the preliminary alignments, we will proceed to
identify any potential conflicts with existing utilities
after pothole verification. We also want to identify
these areas quickly to engage in coordination with
outside utilities to work out a solution. Taking these
steps as early as we can is crucial to ensure that
the design plans are completed on time and as
scheduled.
Stage 1
Stage 3
•Topograpic Survey
•Record drawings and utility
coordination
•Coordination with outside
agencies, as needed
•Develop base maps
•Analyze potential alignment(s)
•Prepare Geotechnical investigation
•Identify potential utility conflicts and
prepare pothole map
•Present preliminary design Report
(30%) and 50% plans
•Verify location of existing utilities
•Development of 90% & Final Design PS&E
•Finalize permitting
•Finalize utility coordination
•Obtain Design Approval and Permits
SECTION II: PROJECT UNDERSTANDING AND APPROACH
Page 6 of 9 71
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SCOPE OF WORK
As defined in your RFP, we will provide design services as required under your scope of services, which will serve
as the basis for the Project. We will execute each of these tasks through our proposed Scope of Work that includes
the following:
TASK 1 — PRELIMINARY DESIGN REPORT (PDR) & PRELIMINARY ENGINEERING (NON -OPTIONAL WORK)
1.1 Project Management: The success of this project depends on clear communications among the affected
parties. We will develop a communication plan upon Notice to Proceed that best fits the City's needs and that
keeps affected personnel connected to the work.
Conduct a Kick-off Meeting with City staff in order to introduce key staff members, learn the organization
structure of the City's project team, present and review the work plan including proposed scope of work,
schedule, and project constraints, and discuss the project objectives. A meeting agenda will be prepared for
the Kick-off Meeting and Meeting Minutes will be submitted to the City within five (5) working days. A
memorandum will be prepared. Due to the COVID-19 pandemic, we will also be available for virtual
meetings if that is preferred by the City.
Meet with City staff to review the design submittals and to obtain additional input. A total of four (4)
progress/review meetings (30%, 50%, 90%, and Final Design) will be scheduled with City staff. We will
coordinate and meet with utility companies as necessary. We will also schedule a total of two (2) meetings with
City's Building Department to Identify Requirements in regard to service relocation within private properties. In
addition, a total of 20 meetings with private owners (2 meetings per service — Minimum of 10 services) will also
be included as part of our scope of work. A meeting agenda will be prepared for each meeting and Meeting
Minutes will be submitted to the City within five (5) working days. We will suggest additional meetings as
necessary to keep everyone abreast of the project status to resolve questions or issues relative to the
construction of the Project in a timely and cost-effective manner.
Work under this task will also include preparing a work plan, submitting updated monthly project schedules,
and preparing monthly invoices.
1.2 Preliminary Engineering (30% Plans included in 90% and 100% PDR): Conduct utility research and
coordinate with utility companies to obtain as -built records, data, applicable information, and/or atlas maps in
order to identify all utilities within the project limits. All utility information will be clearly delineated on the project
base map and documentation will be sent to each utility company requesting verification of location, size, and
depth of facilities within the project limits. A Utility Notification Log will be kept to track utility company responses.
Notifications will be set at 30%, 50%, 90%, and Final Design to ensure that the utilities are shown correctly on
plans and that the proposed design does not impact their facilities. The information will identify "High Risk"
utilities in the event the utility may cause potential issues. Such issues will be addressed to the utility company
and the City for possible relocation. Preliminary design will address possible permit requirements and indicate
recommended potholing at utility crossings.
In addition, the preliminary design will verify pipe size and preferred pipe materials.
➢ Deliverables: For the 90% & 100% PDR which will include 30% preliminary plans submittal, we will
submit four (4) sets of preliminary plans to the City for review. An Engineer's Estimate will also be
submitted.
1.3 Survey: Conduct a topographic survey to obtain necessary design topography for open trench water main
replacement. All surface features within the right of way shall be located by the survey, including all utilities,
valve covers, water meters, manholes, vaults, pull boxes, hydrants, catch basins, etc., as well as, depicting
rights -of -way, edge of pavement, sidewalk, landscape, curb, gutter, cross gutters, any easement, utilities,
monuments, stripe, and other items pertinent to a well-defined survey. The survey will also include elevations
for flow line of existing sewers and storm drains in the project limits. The survey shall also provide baselines,
bench marks, and all other basic survey control information. The basis of the vertical control shall be the most
SECTION II: PROJECT UNDERSTANDING AND APPROACH Page 7 of 9 72
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
recent City benchmark elevations. All field topography shall be collected electronically using modern survey
equipment for data processing and preparation of a digital AutoCAD file.
1.4 Pipe Locating Via GPR and Potholing: We will conduct potholing and GPR as necessary to verify/determine
utility locations and depths, as well as pavement thickness. For this project, a total of fifteen (15) potholes/GPR
locations will be assumed. Any potholing performed shall include hot patch repair. We will develop a
pothole/GPR plan depicting the proposed potholing locations for City approval. A detailed pothole report will be
developed
We will also assist the City with USA markings and any other utilities research in order to prepare a proper and
accurate Base map to serve as base of design for the proposed water main at 30% submittal.
➢ Deliverables: Submit a copy of the potholing/GPR investigation report to the City.
1.5 Geotechnical Investigation: Soil testing will also be conducted during the preliminary phase of the Project. As
per RFP, we assume six (6) geotechnical borings at 10 feet deep will be conducted for soil investigation.
➢ Deliverables: Submit a copy of the geotechnical investigation report to the City.
1.6 Permits: Due to the location and impact of this Project, there will be some permit coordination with the City
Departments, fire department, and utility companies. There will also be coordination with the Department of
Drinking Water (DDW) if standard separations between the existing sewer and proposed water are not met.
During the course of the design, we are prepared to coordinate with outside agencies and property owners as
necessary to assist the City in preparation of permits.
TASK 2 — FINAL DESIGN WATER IMPROVEMENT WITHIN PUBLIC RIGHT OF WAY (NON -OPTIONAL WORK)
2.1 Final Design: Plan preparation will include plan and profiles views at 1" = 40' horizontal scale and 1" = 4'
vertical scale. Details will be at 1" = 8' or larger. Plans
will be submitted on full-size (24x36) regular bond, Sheet Title
edge -bound paper. Plans will reflect design details
pertaining to all utility relocations if necessary. Atlas
boundaries will be added to the plans. Plan preparation
will also be in accordance with the City's plan checking
list. The table to the right shows the estimated sheet
count for this Project. We assume only one (1) set of
bid plans, which includes both task 2 and 3, as
stated in the RFP.
➢ Deliverables: Full plan design submittals will
include 30% (PDR), 50%, 90%, and Final Design
stages for review and comment. Submittals will
be in PDF format. Four (4) hard copies will also be provided at 30%, 50%, and 90%. Two (2) hard copies
will also be provided at Final Design. Mylars with wet signatures along and CAD files with the respective
reference files will also be provided upon approval of the Final Design.
No. of
Sheets
Title Sheet
Notes, Legend, Abbreviations
Vicinity Map & Quantities
Plans & Profiles
Traffic Control Plans
Details
1
1
1
4
3
2
Total Sheets
12
Traffic control plans for the construction of the water main are included in the Scope of Work and will be
submitted to the City at 90%, and Final Design stages.
Prepare and submit specifications including front-end documents, special and technical provisions, in
accordance with the City's Standard Specifications. We will coordinate with City Staff to obtain the most current
Specifications Template for use/reference. We will ensure that specifications clearly convey technical
information for quality acceptance, performance characteristics, and permissible construction methods in line
with the City's expectations, latest engineering practices, and local, state, federal regulations.
Development of the Engineer's Quantity and Cost Estimates based on the Project design.
SECTION II: PROJECT UNDERSTANDING AND APPROACH
Page 8 of 9 73
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
➢ Deliverables: Engineer's Quantity and Cost Estimates will be submitted at 90% and Final Design stages.
Submittals will be in PDF and Microsoft Excel format. Hard copies will also be provided upon request.
Specifications will be submitted at 50%, 90%, and Final Design stage. Submittals will be in PDF and
Microsoft Word format. Two (2) hard copies will also be provided.
2.2 CEQA Exemption: We will assist the City with CEQA - Notice of Exemption for this project, where replacement
or reconstruction of existing public utilities fall under categorical exemption. Preparation of an Environmental
Impact Report (EIR) is not included.
TASK 3 — FINAL DESIGN WATER IMPROVEMENT WITHIN PRIVATE PROPERTIES (NON -OPTIONAL WORK)
3.1 Field Review of Private Properties: We will conduct a field review for each property where a private service
will be installed such as to verify water service impact, ensure proper construction and minimize potential
conflicts. As per RFP, a minimum of 10 services/field visits are considered within our scope of work.
➢ Deliverables: Field reports including photos taken on site will be provided to the City.
TASK 4 — ENGINEERING SERVICES DURING BIDDING AND CONSTRUCTION (NON -OPTIONAL WORK)
4.1 Pre -Construction Services: We will attend the pre -bid meeting and assist the City with answering any
questions asked by the contractors (Min. of 5). Meeting minutes will be prepared including answers and
clarifications requested during the meetings.
At the City's request, we will prepare addendums during bidding (Min. of 3), provide review of bids, and provide
recommendations for award of construction contract.
4.2 Construction Support Services: Attend the pre -construction meeting and job walk. Furthermore, we will
also budget nine (9) progress/monthly meetings during construction.
Assist the City in providing clarification to contract documents and responses to Requests for
Information/Requests for Clarification (RFIs/RFCs). Per the RFP, we will assume forty (40) RFIs/RFCs.
Responses to RFIs/RFCs will be done within two (2) working days upon receipt.
Review Contractor's shop drawings and submittals. Per RFP, we will assume sixty (60) shop drawings,
submittals, and resubmittals.
4.3 Record Drawings: Prepare record drawings from Contractor's red -lined plans to reflect as -built conditions of
the project.
4.4 Prepare Final Specifications (Post -Construction): Prepare final specification to ensure records present a
factual representation of the work performed by the contractor, and that all required documentation is available
and included in the final specifications (post -construction).
TASK 5 — OPTIONAL WORK
5.1 Cathodic Protection Plans: Review pipeline plans and details, other pertinent info affecting corrosion of
underground metallic pipeline, including analysis of soil corrosivity data, field visits, and testing, in order to
prepare layout drawings showing the locations of the CP equipment and impact on existing CP systems.
➢ Deliverables: Technical memorandum (TM) regarding the type of corrosion control system required
based on the analysis of the above -mentioned parameters, and full cathodic protection plan design
submittal (plans), for review and comments. Submittals will be in PDF format.
SECTION II: PROJECT UNDERSTANDING AND APPROACH Page 9 of 9 74
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SECTION III: FIRM EXPERIENCE
RELATED EXPERIENCE: WATER PIPELINES
CITY OF ANAHEIM
YEAR COMPLETED: 2018
CONSTRUCTION COST: $405,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEER: Jorge Lovo, Adam Roesch
AuToCAD DESIGNER: Phong Tran
Water Main Replacement Projects: Pepper Creek Way, Fern Haven Lane, and Hadrians Crescent
Prepared plans, specifications, and cost estimates replace approximately 1,500 linear feet of existing cast iron
pipe (CIP) to polyvinyl chloride (PVC) pipe along various streets within Anaheim Hills. The pipes were installed
between 1960s and 1970s, and were in need of replacement due to external corrosion of the pipeline. As a result,
the corrosion causes numerous main breaks rendering water loss.
YEAR COMPLETED: 2017
CONSTRUCTION COST: $370,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEER: Jorge Lovo
AuToCAD DESIGNER: Phong Tran
SURVEYOR: Online Engineering
Baja & Solomon Drives Water Main Replacement Project
Prepared plans, specifications, and cost estimates for a 8" PVC Water Main Replacement in Baja Dr. between
Palo Alto Dr. and Pueblo PI., and Solomon Dr. between Arno Crescent St. and Camino Pinzon, with an
approximate length of 1,557 ft.
BOY SCOUTS OF AMERICA
YEAR TO BE COMPLETED: 2022
CONSTRUCTION COST: $1, 255,455
PROJECT MGR.: Shahnawaz Ahmad, John Robinson
ENGINEERS: Jorge Lovo, Adam Roesch
AuToCAD: Phong Tran
SURVEYOR: Robert Martinez
ELECTRICAL ENGINEER: Linkture
GEOTECHNICAL ENGINEER Geo-Advantec
Trask Scout Reservation Water System Rehabilitation and Enhancement Project
Design services for the design -build project of the Trask Scout Reservation Water System Rehabilitation Project
at the Boy Scout Camp located in Canyon Park in the foothills of the city of Monrovia. The water at the
campsites is currently non -potable. The project will provide corrective measures to bring the water system up to
the State Water Resources Control Board, Division of Drinking Water Standards to provide the campers with
clean drinking water. Project includes environmental work to improve creek water source, treatment facilities,
chlorine disinfection, pumps and distribution improvements, as well as new storage tanks.
CENTRAL BASIN MUNICIPAL WATER DISTRICT
YEAR COMPLETED:
2017
CONSTRUCTION COST:
Approximately $8,000,000
PROJECT MGR.:
Shahnawaz Ahmad
ENGINEERS:
Jorge Lovo, Eric Schoenen, Adam Roesch
QA/QC:
John Robinson
AuToCAD DESIGNERS:
Phong Tran, Hugo Magana
SURVEYOR:
On -Point Land Surveying, Inc.
GEOTECHNICAL:
Geo-Advantec, Inc.
POTHOLING:
BESS Testlab, Inc.
SECTION 111: FIRM EXPERIENCE
Page 1 of 9
75
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
TRAFF. CONTROL PLANS: JMDiaz, Inc.
Recycled Water Pipeline System Extension in the City of South Gate
The work consists of the preparation of Plans, Specifications, and Estimate of Probable Construction Costs for
The Recycled Water System Extension in the City of South Gate, CA. This Project consists of the construction of
approximately 24,600 linear feet (LF) of recycled pipeline varying in diameter between 8" and 20".
CITY OF CHINO
YEAR COMPLETED: 2018
CONSTRUCTION COST: $3,400,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AUTOCAD DESIGNERS: Hugo Magana , Phong Tran,
SURVEYOR: On -Point Land Surveying, Inc.
Quadrant I Water Main Replacement Project
Prepared plans and specifications for approximately 10,940 ft. to replace segments of existing pipe throughout the
City with new 8 -inch C900 Polyvinyl Chloride (PVC) in order to improve the existing water system. In addition, the
project consists of the replacement or reconnection of existing service laterals within the project area as a result of
the replacement of the existing water main. The work also involves reconnections to existing water mains.
CITY OF HUNTINGTON BEACH:
YEAR COMPLETED: 2019
ENGINEER'S ESTIMATE: $444,500
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AUTOCAD DESIGNER: Phong Tran
Water Valves Replacement
Design services for the replacement of water valves in approximately 50 separate locations throughout the City's water
system. Over 50% of those locations are expected to be closer to the coast, in area of low elevations where groundwater
may be encountered and the other 50% will be located inland. In addition to restoring valve operation, the City will
require the construction contractor to carefully remove and bag asbestos cement pipe from each of these valve
locations, to collect field data, to collect soil samples, and to store at a location identified by the City for future analysis
to determine remaining useful life of ACP as part of the City's Asset Management Program. The valve sizes will be 6"
to 12" and will be in -line valves with no vaults.
CITY OF INGLEWOOD
YEAR COMPLETED: Various
CONSTRUCTION COST: Various
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Phillip West, Adam Roesch
AUTOCAD DESIGNER: Scott Walz
(1) Prepared plans and specifications for water main replacement on various street segments with a total length
of 10,000 LF.
(2) Prepared plans and specifications for approximately 3,000 feet of 8" ductile iron pipe water mains in 781h Street
from 8th Street to Van Ness Avenue and West Boulevard to Victoria Avenue,
Construction Cost/Year Completed: $870k, 2014
(3) Design of Water Main Replacement, Phase V, which included approximately 10,000 ft. of *" & 12" ductile iron
pipe in Second, Third, Fourth, and Fifth Avenues from Arbor Vitae to Manchester Boulevard. $2.5M, 2016
KINNELOA IRRIGATION DISTRICT
YEAR COMPLETED:
2021
CONSTRUCTION COST:
$395,000
PROJECT MANAGER:
Shahnawaz Ahmad
ENGINEER:
Adam Roesch, Jorge Logo
AUTOCAD DESIGNER:
Phong Tran, Hugo Magana
SURVEYOR:
Online Engineering
SECTION III. FIRM EXPERIENCE
Page 2 of 9
76
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
Sierra Madre Villa & Villa Heights Water Main Improvement Project
Prepared plans, specifications, and cost estimates for the installation of approximately 1,360 linear feet (LF) of
new 8" DIP to connect the existing 8" DIP in Sierra Madre Villa Avenue, just north of Windover Road, with the
existing 8 -inch DIP at the intersection of Villa Heights and Villa Heights Road. The portion of the proposed pipeline
is located in an unincorporated area of Los Angeles.
LONG BEACH WATER DEPARTMENT:
YEAR TO BE COMPLETED: 2022
CONSTRUCTION COST EST: $932,500 (estimated)
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AUTOCAD DESIGNERS: Hugo Magana, Brandon Mesker
GEOTECHNICAL: Geo-Advantec, Inc.
POTHOLING: BESS Testlab
SURVEYOR: Robert Martinez
Ximeno Avenue Water Main Improvement
Currently preparing plans and specifications for approximately 2,230 LF of 8" ductile irons water mains to improve
the flow, pressure, and fire protection in the private property of the apartment complex at 1613 Ximeno Ave. The
location calls for improvements that serves the apartment complex on 1613 Ximeno Avenue as well as three other
commercial developments on 4295, 4300, and 4438 Pacific Coast Highway. The new 8 -inch DIP main will tie-in
to an existing 20" water main (owned by LBWD) near the intersection of Ximeno Avenue and the entrance to the
Circle Business Center. The work includes a tie-in to the adjacent water main, replacement of water service
connections, fire hydrants, hydrant laterals, fire service, laterals, blow -offs, air release valves, existing service
lines, and water valves wherever applicable.
YEAR TO BE COMPLETED: 2022
CONSTRUCTION COST EST: $294,260 (estimated)
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AUTOCAD DESIGNERS: Hugo Magana, Brandon Mesker
SURVEYOR: Robert Martinez
GEOTECHNICAL: Geo-Advantec, Inc.
POTHOLING: BESS Testlab
SURVEYOR: Robert Martinez
Queensway Drive Water Main Improvement
Currently preparing plans and specifications for approximately 1,050' of 8" DIP water mains to improve the flow,
pressure, and fire protection by replacing the existing water mains in the 600 and 700 Queensway Drive area.
The location calls for improvements that serves two hotel developments on 600 and 700 Queensway Drive. The
water main in question lies within the property of 700 Queensway Drive that eventually crosses under the Queens
Highway and continues on Queensway Drive and stops at 600 Queensway Drive. Most of the existing water main
is an 8 -inch in diameter asbestos cement (AC) pipe, which was constructed in 1993. The remaining water main to
be replaced, adjacent to 600 Queensway Drive, is an 8 -inch ductile iron pipe (DIP), which was constructed in
2002. The 8 -inch DIP main tie-ins to an existing 20 -inch water main (owned by Port of Long Beach) near 700
Queensway. The work includes a tie-in to the adjacent water main, replacement of water service connections,
fire hydrants, hydrant laterals, fire service, laterals, blow -offs, air release valves, existing service lines, and water
valves wherever applicable.
CITY OF MONTEREY PARK
YEAR COMPLETED: 2021
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
CAD: Hugo Magana, Phong Tran
SURVEYOR: Robert Martinez
Water & Sewer Improvements along Atlantic Boulevard
Prepared plans & specifications for water & sewer main improvements on Atlantic Blvd. from W. Hellman Avenue
to W. Newmark Avenue with a 12 -inch ductile iron water main of approx. 2,030 ft. length, and about 2,450 ft
SECTION III. FIRM EXPERIENCE
Page 3 of 9 77
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
of 12 -inch HDPE sewer via pipe bursting. Sewer will also be improved along Garvey Ave., from its intersection
with Atlantic Blvd. to Ynez Ave., with approx. 650 ft of 16 -inch HDPE via pipe bursting and 900 ft of 18 -inch VCP
via open trench. Water and Sewer improvements will also include replacement of laterals, installation of new fire
hydrants/services, valves, sewer manholes, abandonment of existing mains, tie-in to existing systems, pre/post
CCTV videos, paving and striping restoration.
CITY OF ONTARIO:
YEAR TO BE COMPLETED 2022
CONSTRUCTION COST: $3,500,000
CONSULTANT FEE: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AuToCAD DESIGNERS: Hugo Magana, Brandon Mesker, Phong Tran
SuRVEYOR: Robert Martinez
GEOTECHNICAL: Geo-Advantec, Inc.
POTHOLING: BESS Testlab
Water Main Replacement
Prepared plans and specifications for approximately 25,430 LF of water mains at 30 various locations. The
improvements will replace existing water mains of diameters ranging from 2" to 12" to proposed 8" and 12" sizes.
In addition, at one of the locations, OMUC desires to install 450 LF of new 8" water main. The improvements will
include replacement of service laterals, fire hydrants and other related appurtenances.
CITY OF POMONA:
YEAR TO BE COMPLETED: 2022
CONSULTANT FEE: $72,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Raul Garibay, Jorge Logo, Adam Roesch
AuToCAD DESIGNERS: Hugo Magana, Brandon Mesker
Update of City's Standard Plans for Water and Sewer
Preparation of Written and Drawn Utility Construction Standards Manual related to the City's Water, Sewer, and
Storm Water facilities (Project). This is a full update to the existing land development utility construction document,
which will replace the current document that only includes standards for water construction. This manual will not
only include written standards but AutoCAD drawn standards for water, wastewater, and storm water. The final
version of this manual is to be posted on the City's website for public reference.
YEAR TO BE COMPLETED: 2022
CONSULTANT FEE: $167,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Raul Garibay, Jorge Logo, Adam Roesch
AuToCAD DESIGNERS: Hugo Magana, Bandon Mesker
Utility Pipeline Survey & Drawings Services
Providing engineering design and surveying services to rehabilitate and/or replace existing water mains in various
streets throughout the City. The project also consists of providing topographic survey that will later be used by the City
to create construction drawings for sewer main spot repair, cured -in -place pipe (CIPP) rehabilitation, and/or
replacement in various streets throughout the City.
CITY OF SIERRA MADRE
YEAR TO BE COMPLETED: 2021
CONSTRUCTION COST: TBD
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch, Phong Tran
AuToCAD DESIGNER: Hugo Magana, Brandon Mesker
QA/QC Eric Schoenen
2020 Water Main Program
Prepared plans, specifications, and cost estimates to replace 21 segments of existing pipe at various locations that
date from the 1930's. The project has been divided into four (4) bid segments with an approximate length of 20,300
ft. Conditions of the existing steel water mains and service laterals are poor and worsening rapidly from the inside
SECTION III. FIRM EXPERIENCE
Page 4 of 9
78
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
and outside of the pipes. The project will also involves abandoning the existing main and laterals upon completion of
the replacement facilities. The water mains will be replaced with the same diameter size, except for the existing 2 -
inch mains where it will be upsized to a 4 -inch. The proposed material will be polyvinyl chloride (PVC) C-909. As
necessary, the existing fire hydrants, valves, meters, and appurtenances will be replaced as well, or added to the
new proposed system. All water service and fire hydrant laterals will be replaced. Existing water mains will be put
out of service/abandoned only when the new water mains are installed, inspected and tested so as to keep fire and
services available during construction.
CITY OF SOUTH GATE
ANTICIPATED COMPLETION: 2022
CONSTRUCTION COST: $7,173,000 (estimated)
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Raul Garibay, Jorge Lovo, Adam Roesch
AuToCAD DESIGNERS: Hugo Magana, Brandon Mesker
SURVEYOR: Robert Martinez
GEOTECHNICAL: Geo-Advantec, Inc.
POTHOLING: BESS Testlab
Water Main Replacement Project, Phase 1, City Project No. 689-WTR
Currently preparing plans, specifications, and cost estimates to replace approximately 17,130 LF of cast iron water
mains with 8" and 12" ductile iron pipe. The street segment to be replaced have been identified as having
deficiencies in pressure, reliability, velocity, and fire flow capacity. The location extends beyond the City boundaries
within the City of Lynwood right-of-way and along State Street and connects back to the City along Tweedy
Boulevard, Minnesota Avenue, Wisconsin Avenue, Michigan Avenue, Sequoia Drive, and Cherokee Avenue.
CITY OF WHITTIER
YEAR COMPLETED: 2017
CONSTRUCTION COST: $600,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AUTOCAD DESIGNER: Phong Tran
SURVEYOR: Online Engineerinig
GEOTECHNICAL: Geocon West
POTHOLING: Safe -r -Dig Utility Surveys, Inc.
Comstock Avenue Water Main Replacement Project
Designed the replacement of a water main in the uptown business district, along Comstock Avenue between
Hadley Avenue and Wardman Avenue, for an approximate length of 2,000 ft., upgrading a 6" cast iron line to the
12" ductile iron pipe to provide sufficient flow within the area as well as for future improvements. The project will
consist of replacing service laterals and tie-ins and to repair the existing concrete pavement along the trench width.
YEAR COMPLETED: 2017
CONSTRUCTION COST: $1,200,000
PROJECT MANAGER: Shahnawaz Ahmad
ENGINEERS: Jorge Lovo, Adam Roesch
AuToCAD DESIGNER: Phong Tran
SURVEYOR: Online Engineering
GEOTECHNICAL: Geo-Advantec, Inc.
POTHOLING: BESS Testlab
Beverly Boulevard Water Main Replacement Project
Designed the replacement of a water main along Beverly Boulevard between Palm Avenue and Citrus Avenue to
replace an aging water main with an approximate length of 4,450 ft. The existing 6" cast iron water main will be
replaced with an 8" ductile iron pipe. The design minimized construction and maintenance costs by protecting the
existing parkway and pine trees, and providing better access for maintenance of the proposed main.
SECTION III. FIRM EXPERIENCE
Page 5 of 9 79
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
RELATED EXPERIENCE: CITY OF LYNWOOD PROJECTS
CITY OF LYNWOOD
YEAR COMPLETED: 2017
CONSTRUCTION COST: $1,500,000
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS: Adam Roesch, Eric Schoenen, Phillip West
ELECTRICAL ENGINEER: Linkture Consulting Engineers
AuToCAD DESIGNER: Phong Tran
Well No. 22 Pump House Facilities and Site Improvement
Design of pump house facilities for a new municipal supply well No. 22. The new well is located at Lynwood City
Park near the intersection of Birch Street and Spruce Street west of Fred W. Holser Middle School. The site is
located adjacent to a residential area and is approximately 5,000 square feet. The well capacity is 2,500 gallons
per minute and at a pumping level of about 130 feet below ground surface. The well casing is 18 inches in diameter
and the well discharge piping is 12 inches in diameter. The well discharge is controlled by a well -control diaphragm
valve (Cla-Val model 51-02) along with a check valve (Cla-Val model 81-02). On -site chlorination is the only well-
head treatment provided for the well discharge. The well discharge continues to a nearby water main about 150
feet away. The site includes a perimeter wall, well house building, engine generator building, and a chlorination
facilities building. The site also features perimeter landscaping and two 14 foot access gates. The generator serves
the site in the event power from Edison is unavailable. The project also includes abandonment of an existing sewer
main and design of a new sewer main as a replacement.
YEAR COMPLETED: 2009
CONSTRUCTION COST: $500,000
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS Peter Heye, Phillip West
Siting, Design, and Construction of One New Municipal -Supply Water Well
The siting, design, and construction of one new municipal -supply water well for the City. The proposed new well
is estimated to be at a depth of 1,100 ft. and pump at a rate of 2,000 gpm. The location of the new well will be in
conformance with State and County standards for well construction; be situated at a sufficient distance from the
sewer lines and sewer manholes for compliance with State Department of Public Health requirements; have limited
or no drawdown interference with other existing wells operated by the City; have a nearby source of potable water
that is required by the drill rig for drilling purposes; be located in the proximity of an existing storm drain for the
proper discharge of fluids generated during the downhole testing, well development and production testing of the
new well; and have a sufficiently sized property that provides adequate space for all equipment, trucks, and
materials needed for the well construction. These discharges must be in compliance with the National Pollutant
Discharge Elimination System (NPDES) permit requirements.
YEAR COMPLETED: 2011
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS Peter Heye, Phillip West
Sewer Replacement Long Beach Boulevard
Prepared plans and specifications for a sewer main replacement project in the intersection of Imperial Highway
and Long Beach Boulevard. The project included the design of 8-VCP to replace an existing 8 -inch sewer. Total
length of replacement for the project was approximately 400 ft.
YEAR COMPLETED: 2011
CONSULTANT FE: $45,000
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS Peter Heye, Phillip West
2010 Urban Water Management Plan
Prepared the 2010 Urban Water Management Plan in accordance with the 1983 Urban Water Management
Planning Act, and subsequent amendments, including the passage of SB7x7 as required by the California Dept.
of Water Resources. UWMP to be prepared by water suppliers with a population of over 3,000, every 5 years.
SECTION III. FIRM EXPERIENCE
Page 6 of 9 80
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
YEAR COMPLETED: 2009
CONSTRUCTION COST: $1,300,000
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS Peter Heye, Phillip West
State Street and Tweedy Boulevard Water Main Replacement Project
Design of approximately 2,900 ft. of 8 -inch and 12 -inch ductile iron pipe to replace 6 -inch CIP within the route.
YEAR COMPLETED: 2009
ENGINEERS ESTIMATE $169,000
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS Peter Heye, Phillip West
Sand Separator
Preparation of plans and specifications for a sand -separator. The project included the replacement of an existing
sand separator at the City's Well No. 9 with a new Lakos model sand separator. The surge tank was to minimize
the amount of inorganic materials in the well discharge.
YEAR COMPLETED: 2009
PROJECT MGR.: Shahnawaz Ahmad
ENGINEERS Peter Heye, Phillip West
Abandonment of Wells 3 and 6
Prepared plans and specifications for abandonment and destruction of two inactive wells, Wells 3 and 6
A table showing our water pipeline experience follows:
SECTION III. FIRM EXPERIENCE Page 7 of 9 81
SA
ASSOC IATES
WATER AND RECYCLED WATER PIPELINE EXPERIENCE
No.
1
Agency
City of South Gate
Project
Water Main Replcement Project, Phase I
Length
(Feet)
Size (Inches)
8 & 12
Material
DIP
Construction
Cost ($)
7,173,000
Complete
(Year)
2022
Services
Provided
Site
Study
Design
X
Cost
Est.
X
Constr.
Mngmt
Constr.
Eng.
Constr.
Inspec.
17,130
2
Long Beach Water Dept.
Queenway Driver Water Main Improvement
1,050
8
DIP
294,260
2022
X
X
3
Long Beach Water Dept.
Ximeno Avenue Water Main Improvement
2,230
8
DIP
932,500
2022
X
X
4
City of Ontario
Water Main Replacement, UT 1027
26,480
8 & 12
DIP
3,500,000
2022
X
X
5
Kinneloa Irrigation District
Sierra Madre Villa and Villa Heights Wate Main Improvemewnt
1,360
8
DIP
800
2021
X
X
6
City of Sierra Madre
2020 Water Main Replacement Project
20,300
4, 6, 8, & 10
PVCO
7,706,600
2021
X
X
7
City of Monterey Park
Water Improvements along Atlantic Boulevard
3,700
12
Ductile Iron
15,000,000
2020
X
X
X
8
City of Anaheim
Pepper Creek, Fern Haven, and Hadrians Crescent Water Main Replacement
1,450
4 & 8
PVC
400,000
2018
X
X
9
Central Basin Municipal Water Dist.
Recycled Water Pipeline System Extension in the City of South Gate
24,600
8 to 20
PVC
8,000,000
2017
X
X
X
10
City of Chino
Quadrant !Water Main Replacement
11,000
8
PVC
3,400,000
2018
X
X
X
11
City of Whittier
Beverly Boulevard Water Main Replacement
4,450
8
Ductile Iron
1,200,000
2017
X
X
X
12
City of Whittier
Comstock Avenue Water Main Replacement
2,000
12
Ductile Iron
600,000
2017
X
X
13
City of Anaheim
8" Water Main Replacement in Solomon and Baja Drives
1,560
8
PVC
370,000
2017
X
X
14
City of Alhambra
Replacement of 4" and 14" Water Main in Westmont Dr. between Sherwood & Norwich
3,500
6, 8
PVC
1,483,000
2017
X
X
15
City of Anaheim
8" Water Main Replacement in Country Glen Way
5,300
4, 14
Ductile Iron
1,395,000
2016
X
X
X
16
City of Santa Monica
Water Main Replacement/Upgrade Project
10,000
6 to 21
PVC
4,000,000
2015
X
X
17
Rose Hills Memorial Park
Recycled Water Line
12,500
4, 8
PVC
800,000
2015
X
X
X
18
Long Beach Water Dept.
E. 27th Street & Via Pasillo Cast Iron Water Main Replacement
4,000
6, 8
Cast Iron & Ductile Ira
600,000
2015
X
X
19
Long Beach Water Dept.
Water Main Replacement Upgrade Project
10,000
6 to 21
PVC
3,500,000
2014
X
X
20
Kinneloa Irrigation District
East-West Tank Connector Project
3,550
4,12
Ductile Iron
644,000
2014
X
X
X
21
Santa Monica
3rd Court Water Main Replacement Project
2,000
8, 12
CIP, DIP
900,000
2012
X
X
22
City of Pomona
Westmont Service Lateral Replacement Project
N/A
N/A
PE to Copper
390,000
2012
X
X
23
City of Azusa
W-265 Water Main Replacement Project
6,200
8, 12, 18
Ductile Iron
1,429,600
2012
X
24
City of Commerce
Camp Commerce Water Main
400
6
Ductile Iron
200,000
2012
X
X
X
X
25
City of Pomona
District 6 Phase IV Water Main Replacement
7,300
10, 12
Ductile Iron
1,900,000
2012
X
X
26
City of Pomona
District 1, 2, & 5 Water Main Replacement
4,220
8, 10, 12
Ductile Iron
2,160,000
2012
X
X
X
27
City of Pomona
As -Need Constr. Mgmnt Services FY08/09 Water & Sewer CIP: Phillips Ranch Water
Laterals, Pot. & Rec. Water Fire Hydrants, and Flush/Lampholes Tanks Replacement
N/A
N/A
N/A
3,500,000
2011
X
28
Kinneloa Irrigation District
Windover & Sierra Madre Villa Water Main Replacement Project in the City of Pasadena
2,210
8, 10, 12, 16
Ductile Iron
517,000
2011
X
X
X
29
City of Pomona
District 4, Phase I Water Main Replacement
6,530
6, 8
Ductile Iron
2,368,000
2010
X
X
X
X
30
City of Pico Rivera
Water Main Inter -Ties Project (design of 3 interconnections between exist mains)
250,000
2009
X
31
City of Azusa
WVF-243 Water Treatment Plant Water Main & Sewer Force Main Installation
6,450
18, 24
Ductile Iron
1,600,000
2009
X
32
City of Lynwood
State Street & Tweedy Boulevard Water Main Replacement Project
2,900
8, 12
Ductile Iron
1,400,000
2009
X
X
X
33
City of Pomona
District 2 & 3, Phase II Water Main Replacement
2,640
8
Ductile Iron
967,000
2009
X
X
X
X
34
City of Anaheim
Katella Avenue 8" Water Main
1,700
6, 8
Ductile Iron
320,000
2008
X
X
35
Kinneloa Irrigation District
Kinneloa Mesa Pipeline Projects
2,900
8"
Ductile Iron
152,000
2008
X
X
X
36
City of Pomona
Reservoir St. Water Service Laterals
--
--
--
100,000
2008
X
X
37
City of Pomona
Water System Security Updates
--
--
--
500,000
2008
X
X
X
38
Long Beach Water Dept.
Two Alley Service Connection Conversion Projects
--
--
New Water Meters
630,000
2007
X
39
Kinneloa Irrigation District
Water Main on New York Drive
1,000
6,10
Ductile Iron
154,000
2007
X
X
X
X
X
40
City of Pomona
Water Main Replacement Bonita & Towne
7,200
10, 12
Ductile Iron
1,200,000
2007
X
X
X
41
West Basin MWD
Anza Avenue Recycled Water Lateral at Sepulveda Boulevard
200
8
PVC
50,000
2007
X
X
42
City of Azusa
W-178 Main Replacement Project in Sixth, Barbara, and Virginia Streets
3,700
4,6,8
Ductile Iron
816,000
2007
X
43
City of Thousand Oaks
Construction of Waterlines at Various Locations
11,250
8, 10, 12
PVC
950,000
2007
X
X
X
X
44
City of Anaheim
Harding Water Users Project
1,350
8
Ductile Iron
250,000
2006
X
X
X
45
City of Anaheim
Amberwood Water Main Replacement Project
4,600
8
PVC
735,000
2006
X
X
X
46
City of Pomona
Districts 4, 5, & 6 Water Main Replacement Project
22,400
6, 8,10,12
Ductile Iron
2,700,000
2006
X
X
X
X
X
47
City of Anaheim
Northfield Avenue and Willamette Drive Water Main Replacement Project
1,210
8
PVC
312,500
2005
X
X
X
48
City of Anaheim
Katella Water Main Replacement Project
6,400
12
Ductile Iron
350,000
2005
X
X
X
X
49
City of Sierra Madre
Water Main Replacement Projects
1,940
6
Ductile Iron
200,000
2005
X
X
50
City of Anaheim
Twin Peak Water Main Replacement Project
2,100
8
Ductile Iron/PVC
500,000
2004
X
X
SECTION Ill: FIRM EXPERIENCE- Page 8 of 9
82
SA
ASSOC IATES
WATER AND RECYCLED WATER PIPELINE EXPERIENCE
No.
51
Agency
City of Torrance
Project
1-25 Water Main Replacement Project, Phase 11
Length
(Feet)
Size (Inches)
Material
Ductile Iron
Construction
Cost ($)
2,000,000
Complete
(Year)
2004
Services
Provided
Site
Study
X
Design
X
Cost
Est.
X
Constr.
Mngmt
Constr.
Eng.
Constr.
Inspec.
22,540
6, 8
52
City of Riverside
Rumsey Drive and University Drive Water Main Replacement Project
6,000
8
Ductile Iron
600,000
2004
X
X
X
53
City of La Habra
Two Mobile Home Park Rehabilitations
6,000
8
PVC
1,500,000
2004
X
X
X
X
54
Long Beach Water Dept.
Cast Iron Main Replacement: Long Beach Blvd. Project
5,000
6, 8, 12
Ductile Iron
600,000
2003
X
X
X
55
City of Torrance
1-20 Water Main Replacement
1,500
6,8
Ductile Iron
130,000
2003
X
X
X
56
City of Azusa
Dalton Avenue Water Main Replacement
6,300
30
Ductile Iron
1,000,000
2003
X
X
X
57
City of Pomona
Miscellaneous Pipeline Projects: Group 3 (Dist. 1 - Ph. 2 & Dist. 3 - Ph. 2)
24,600
6, 8, 12, 16
Ductile Iron
2,000,000
2003
X
X
X
X
X
X
58
City of Pomona
Miscellaneous Pipeline Projects: Five (5) Priority 1 Projects
24,000
6, 8, 10
Ductile Iron
2,000,000
2002
X
X
X
59
City of La Palma
City Yard Pipeline
100
14, 16
Steel
50,000
2002
X
X
X
60
City of Riverside
Highgrove Water Main Replacement
9,600
8
Ductile Iron
900,000
2002
X
X
X
X
X
61
City of Riverside
Arroyo Drive Water Main Replacement
5,800
4, 8
Ductile Iron
600,000
2002
X
X
X
X
X
62
City of Pomona
30" Transmission Water Main
11,800
30
Steel
2,400,000
2002
X
X
X
X
X
X
63
City of Pomona
12" Water Main on San Antonio Avenue
5,800
8, 12
Ductile Iron
210,000
2002
X
X
X
X
X
64
City of Pomona
Potable Water Pipelines for Commercial, Rebecca, & Myrtle Avenue
5,600
8, 10
Ductile Iron
395,000
2001
X
X
65
City of Torrance
Water Main Replacement 2000-2001: Artesia Boulevard
16,700
6, 8, 10, 12
Ductile Iron
1,500,000
2001
X
X
X
X
66
City of Torrance
Recycled Water Distribution Pipeline 2000-2001: Artesia Boulevard
17,600
8
PVC/Ductile Iron
1,100,000
2001
X
X
X
X
67
City of Pomona
CM & Inspection Services for Five Pipeline Replacement Projects
28,000
6, 8, 10, 12
Ductile Iron
2,000,000
2001
X
X
X
68
City of Chino Hills
Chino Avenue 20" Waterline Extension
1,900
20
Steel
200,000
2000
X
X
X
69
Elsinore Valley MWD
Lakeshore 12" Waterline Replacement
6,000
12
Ductile Iron/PVC
500,000
2000
X
X
X
X
70
City of Pomona
20" Reclaimed Water Main Under the 71 Freeway
400
20
Ductile Iron
50,000
2000
X
X
71
City of La Palma
Replacement of 10" Asbestos Cement Pipe
1,000
10
PVC
33,000
1999
X
X
X
X
X
72
West Basin MWD
Carson Regional Recycling Water Plant: 14" Brine Line
27,000
14
HDPE
4,114,000
1999
X
X
73
City of Pomona
Hawthorne Place Water Main Replacement
600
8
Ductile Iron
20,000
1999
X
74
West Basin MWD
El Segundo Recycled Water Lateral
5,900
0
PVC
309,300
1998
X
X
X
X
75
City of Torrance
Water Main Replacement: Prairie Avenue
2,100
4, 6, 8, 12
Ductile Iron
182,400
1998
X
X
X
X
76
City of Arcadia
Campus Drive Water Main Project
4,700
8, 12
Ductile Iron/Steel
390,000
1997
X
77
East Pasadena Water Co.
Water Main on Oakdale Avenue & Woodward Boulevard
1,100
8
PVC
50,000
1997
X
X
X
78
City of Tustin
Water Main Replacement
4,600
6, 8
PVC
294,000
1997
X
X
X
79
City of Torrance
Water Main Replacement: 1997-98
19,000
6, 8, 12
Ductile Iron
1,276,000
1997
X
X
X
80
City of Cerritos
Potable Water Main in Carmenita Road
1,600
16
Ductile Iron
326,000
1997
X
X
X
81
City of Pomona
Hillcrest Drive Water Main
4,800
6, 8, 10
Ductile Iron
365,000
1997
X
X
X
82
City of Pomona
Well No. 28 Water Line Improvements
1,500
8
Ductile Iron
75,000
1997
X
X
X
83
City of Arcadia
12" Waterline on Colorado Boulevard
1,200
12
Ductile Iron
75,000
1996
X
84
City of Torrance
Water Main Replacement - Torrance Boulevard
9,500
6, 8, 12, 16
Ductile Iron
650,000
1996
X
X
X
85
City of Arcadia
Water Pipelines: 1st Avenue & Foothill Boulevard
3,000
12
Ductile Iron
300,000
1995
X
X
86
City of Torrance
Water Main Replacement - Phase 11
28,400
6, 8, 12
Ductile Iron
1,800,000
1995
X
X
X
X
X
87
City of Torrance
Water Main Replacement - Phase 1
21,000
6, 8, 10, 12
Ductile Iron
1,630,000
1994
X
X
X
X
X
X
88
City of Glendale
Brand Park Reclaimed Water Project
20,000
8, 10, 12, 16
Steel/PVC
1,200,000
1994
X
X
89
CSU, San Luis Obispo
Potable Water Mains
11,000
8, 10, 12, 16
PVC
500,000
1994
X
X
90
City of San Fernando
Water Main Installation
14,700
8, 12
Ductile Iron
800,000
1994
X
91
City of Simi Valley
Lilac Lane Tank Water Pipeline
1,000
12
Ductile Iron
20,000
1994
X
X
92
City of Cerritos
Reclaimed Water Pipelines
7,700
6
PVC
400,000
1992
X
X
X
93
City of Pomona
Water Pipelines
16,200
6, 8, 10
Ductile Iron
800,000
1992
X
X
X
94
City of Pomona
Water Pipelines
54,400
6, 8, 10, 12
Ductile Iron
3,100,000
1992
X
95
City of Azusa
Water Main Improvements
8,500
8, 12
Ductile Iron
500,000
1992
X
X
X
X
X
96
City of La Palma
City Yard Pipeline
100
14
Steel
20,000
1991
X
X
X
97
City of Arcadia
Live Oak Water Facilities
1,000
24
Steel
100,000
1991
X
98
City of Whittier
Well Nos. 15, 17, & 18
1,500
20, 24
Steel
1 150,000
1991
X
X
X
X
TOTALS =
753,300 Feet
143 Miles
$127,714,960
SECTION Ill: FIRM EXPERIENCE- Page 9 of 9
83
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS
The high quality of SA Associates' work derives largely from the competence of our individual employees and the
blending of their talents to meet your project needs. To assure this quality, it is our policy to staff each project with
employees that have the requisite experience, interest, and skills. The team below is capable of managing your
project and providing creative and cost reduction solutions. Our team understands the local conditions and has the
ability and the experience to provide technically innovative and cost -reducing solutions while meeting the City's
needs and goals on time and within budget. Our Team of Professionals has been selected based on prior
relationships, reputation for quality and timely services and experience on similar projects.
SA Associates' overall approach for your project is to provide hands-on engineering to create robust contract
documents and reduce the risk for change orders during construction. To ensure quality, a uniform review and
checking procedure for all completed projects is adopted. This procedure ensures all work is reviewed and checked
prior to submitting it to the client. Each member of our team makes it his/her responsibility to perform the services
the best way possible, and to ensure that what is stated in writing or shown on the drawings is correct, cost effective,
and in conformance with SA Associates' standards.
ORGANIZATION CHART
PROJECT MANAGER
Jorge Lovo, PE, LEED GA, QSD/QSP
ENGINEERS
Adam Roesch, PE, CPSWQ, QSD/QSP
Raul Garibay, PE
.1
SURVEYOR
Robert Martinez, PE, PLS
GEOTECHNICAL
Geo-Advantec, Inc.
POTHOLING
BESS Testlab, Inc.
QA/QC
Shahnawaz Ahmad, PE, QSD
AUTO CAD DESIGNER
Hugo Magalia
Brandon Mesker
TRAFFIC CONTROL PLANS
JMDiaz. Inc.
CATHODIC PROTECTION (Optional)
Corrpro
SUPPORT STAFF
Resumes for our Project Team follow.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 1 of 17 84
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SHAHNAWAZ AHMAD, P.E., QSD
Quality Assurance/Quality Control
Mr. Ahmad founded SA Associates in 1989, creating a civil engineering firm
focused on city, county, and municipal agencies. Mr. Ahmad has over 40 years
of experience.
Currently, he is involved with projects on water and sewer system master
planning; water resources; water supply and treatment; water reuse;
wastewater collection, treatment, and disposal; storm drainage; design of water
and wastewater treatment plants, water pipelines, sewers, pumping stations,
wells, storage reservoirs, and water reclamation systems; studies of water and
wastewater treatment processes; and industrial waste problems.
RELATED EXPERIENCE
Civil Engineering Design
City of Alhambra
City of Anaheim
Boy Scouts of America
Central Basin Municipal Water District
City of Chino
City of Irvine
City of Monterey Park
City of Huntington Beach
City of Inglewood
Construction Management
City of Azusa
City of Alhambra
City of Bellflower
City of Burbank
City of El Monte
City of Fontana
City of Glendale
City of Glendora
City of Lawndale
Long Beach Water Dept.
County of Los Angeles, DPW
Kinneloa Irrigation District
Long Beach Water District
City of Manhattan Beach
City of Monterey Park
City of Norwalk
City of Ontario
City of Pomona
City of Sierra Madre
City Whittier
City of Manhattan Beach
City of Monterey Park
City of Norwalk
Orange County Public Works
City of Pomona
City of San Bernardino
City of San Marino
City of Santa Monica
City of Whittier
EDUCATION:
University of Karachi, Pakistan, B.E.,
Civil Engineering
University of California, Berkeley,
M.S., Sanitary Engineering
REGISTRATION:
Registered Civil Engineer, California
No. 23712
MEMBER:
American Academy of Environmental
Engineers, Diplomate
American Public Works Association
American Society of Civil Engineers
American Water Works Association
California Water Environment
Association
Southern California Water Utilities
Association
Water Environment Federation
CITY OF ALHAMBRA
Westmont Drive Water Main Replacement — Engineering design and construction support services for the
replacement of approximately 3,500 ft. of 4" and 14" water mains.
Valley Boulevard-Almansor Sewer Project Construction management and inspection services for 3,500 ft. of 4"
& 14" main replacement.
CENTRAL BASIN MUNICIPAL WATER DISTRICT
. Recycled Water Pipeline System Extension in the City of South Gate — Plans and specifications, and estimate
of probable construction costs for 24,600 linear feet of 8" — 20" recycled pipeline.
CITY OF CHINO
. Quadrant I Water Main Replacement Project - Plans, specifications, cost estimates and design of 11,000 ft. of
12" DIP with a new 8" C900 Polyvinyl Chloride. Scope included replacement/reconnection of existing service
laterals.
CITY OF INGLEWOOD
Water Main Projects - various projects which included plans and specifications for water main replacement
on various street segments; 3,000 ft. of 8" ductile iron pipe water mains; and Phase V Water Main
Replacement of 10,000 ft. of ductile iron pipe.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 2 of 17 85
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
KINNELOA IRRIGATION DISTRICT
Sierra Madre Villa & Villa Heights Water Main Improvement Project —Plans, specifications, and cost estimates
for the installation of approximately 1,360 linear feet (LF) of new 8" DIP to connect the existing 8" DIP in Sierra
Madre Villa Avenue, just north of Windover Road, with the existing 8 -inch DIP at the intersection of Villa Heights
and Villa Heights Road. The portion of the proposed pipeline is located in an unincorporated area of Los Angeles.
LONG BEACH WATER DEPARTMENT
. Design of Avenue Water Main Improvement project which includes approximately 1,790 LF of 8" ductile irons
water mains to improve the flow, pressure, and fire protection in the private property of the apartment complex
at 1613 Ximeno Ave.
Design of Queensway Drive Water Main Improvement project which includes approximately 1,050' of water
mains to improve the flow, pressure, and fire protection by replacing the existing water mains in the 600 and
700 Queensway Drive area.
CITY OF LYNWOOD
Design of the State Street and Tweety Boulevard Water Main Replacement Project
Design of Well No. 22 Pump House Facilities and Site Improvement
Sting, Design, and Construction of one new municipal supply water well
Design of sewer Main replacement project at the intersection of Long Beach Blvd. and Imperial Highway
Preparation of plans and specifications for Sand Separator at Well No. 9
Preparation of plans and specifications for Abandonment of Wells 3 and 6
Preparation of the 1020 Urban Water Management Plan
CITY OF MONTEREY PARK
Water & Sewer Improvements Atlantic Boulevard — Project Manager, Preparing plans & specifications for water
& sewer main improvements on Atlantic Blvd. from W. Hellman Avenue to W. Newmark Avenue with a 12 -inch
ductile iron water main of approx. 2,030 ft. length, and about 2,450 ft of 12 -inch HDPE sewer via pipe
bursting. Sewer will also be improved along Garvey Ave., from its intersection with Atlantic Blvd. to Ynez Ave.,
with approx. 650 ft of 16 -inch HDPE via pipe bursting and 900 ft of 18 -inch VCP via open trench. Water and
Sewer improvements will also include replacement of laterals, installation of new fire hydrants/services, valves,
sewer manholes, abandonment of existing mains, tie-in to existing systems, pre/post CCTV videos, paving and
striping restoration.
CITY OF ONTARIO
Water Main Replacement — Plans and specifications for 25,430 linear ft. of 2" -12" water mains at 30
locations. The new mains will be 8" -12" in diameter. The scope also includes a new 450 linear ft. water main,
along with replacement of service laterals, fire hydrants and related appurtenances. Currently providing
Construction Support Services
CITY OF SIERRA MADRE
. Water Main Replacement — 2020 Water Main Replacement Project. Replacement of 20,300 linear feet of 4,
6, 8 & 10" pipe throughout the City with PVCO.
CITY OF SOUTH GATE
Currently preparing plans and specifications for Water Main Replacements Project, Phase 1 for various street
segments. The work includes 11,380 LF of 8" ductile iron pip (DIP) and 5,750 LF of 12" DIP to replace existing
cast iron pipe (CIP) water mains in street segments that have been identified as having deficiencies in pressure,
reliability, velocity, and fire flow capacity.
CITY OF WHITTIER
Comstock Avenue Water Main Replacement Project - Design for water main replacing 2,000 ft of 6" cast iron
line with 12" ductile iron pipe in the uptown business district.
Beverly Boulevard Water Main Replacement Project - Design for aging water main replacement of
approximately 4,450 ft, replacing a 6" cast iron line with 8" ductile iron pipe. By protecting the existing parkway
and pine trees, the design provided better access, minimizing construction and maintenance costs.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 3 of 17 86
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
RAUL GARIBAY, P.E.
Engineer
Mr. Garibay has over 39 years of experience in water related projects. He retired from
the City of Pomona after serving as Supervising Water Resources Engineering.
RELATED EXPERIENCE
CITY OF MONTEREY PARK
• Currently proving Construction Management and Inspection for the Delta Plant
located in the City of Rosemead for the Centralized Groundwater
CITY OF POMONA
• Currently providing engineer services to update the existing written and drawn
standards for the water, wastewater, and stormwater construction manual.
CITY OF POMONA
As Supervising Water Resources Engineer:
• Supervised engineering group in the Water Resources Department
• Participated in interview boards for other municipalities
• Developed and implemented Sanitary Sewer Management Plan
• Conducted sewer and water plan reviews for private and public projects; reviews
included compliance checks with current health regulations and inspection of field
installations
• City's liaison on various water committees such as Chino Basin Watermaster,
Three Valleys MWD, and Six Basins Board
• Developed and Implemented 2005 Urban Water Management Plan
• Project Manager for Water and Sewer Master Plan
• Reviewed developers' water and sewer utility plans
• Project Manager for various water and sewer related projects: ranged from pipeline
to treatment plants
• Liaison with the California Department of Health Services
CITY OF BURBANK
As Planning and Engineering Manager:
• Supervised team that coordinated with outside developers on construction and
planning projects
• Planned, coordinated, and negotiated with other city departments to ensure
integration with their projects Liaison on other city departments on the widening of
Interstate 5 project
EDUCATION:
B.S. Civil Engineering University of
Hawaii
REGISTRATION:
Registered Civil Engineer,
California, No. C75632
Registered Civil Engineer, Canada
Board of Professional Engineers
CERTIFICATION:
LEED Green Associates — Green
Building Certification Institute,
ID No. 10779963
Construction Management,
University of Quebec, Canada
Professional Studies in Technique
of Architecture, College of Old
Montreal
Qualified SWPPP Developer
(QSD) and
Qualified SWPPP Practitioner
(QSP), Certificate No. 25596
CITY OF PASADENA
As a Civil Engineer for the City of Pasadena:
• Project Manager for Water Master Plan
• Developed and Utilized Department's Water Hydraulic Modeling
• Participated in multi -departmental group that developed the City's GIS Base map
• Reviewed building plans for impacts on the water system
• Created plans and specifications of water pipeline projects
• Participated on engineering review hiring boards for various cities
• Presented analysis of water system hydraulic model to public Planning Committee to support for upcoming
water projects
• Co -City representative for the Raymond Basin Management Board
• Developed and negotiated water system interconnection with neighboring water agencies
• Developed and procured annual storage groundwater rights with basin agencies to ensure the City's annual
groundwater rights
• Project Manager for the water quality laboratory rehabilitation
Investigated and implemented improvements to water quality laboratory processes
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 4 of 17 87
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
JORGE LOVO, P.E., LEED G.A., QSD/QSP
Project Manager
Mr. Lovo has over 21 years of experience designing and managing a variety of
infrastructure projects. Project types range from streets, roadways, sewers, storm
water, to water -related projects. The water related include water, wastewater,
recycled water, and storm water facilities including conveyance, water quality &
treatment, pump stations, and storage.
He provides technical leadership on small to large sized projects; supporting teams
winning new business; interacting with clients, agencies and other consulting firms;
preparing detailed engineering calculations, CAD drawings, estimates, master
planning, facilities condition assessment, construction support, preparation of plans,
specifications and others documents for permitting and construction. His expertise
lies mostly with city, municipal and agency projects. He is adept at working with
municipalities and understands their process.
RELATED EXPERIENCE
CITY OF ALHAMBRA
Westmont Drive Water Main Replacement — Engineering design and
construction support services for the replacement of approximately 3,500 ft. of
4" and 14" water mains.
CITY OF ALHAMBRA
Main Street Sewer Replacement — Engineer, Replacement of approximately
1,858 LF of an existing 8 -inch sewer main with a 12 -inch sewer main on Main
Street, between Bushnell Avenue and Atlantic Boulevard. The existing 8" sewer
main is located on the westbound lanes of Main Street. The City's Sewer System
Rehabilitation Plan identified this location as the highest priority for improvements
due to its aging conditions and to improve sewage flow capacity in the area.
CITY OF ANAHEIM
Pepper Creek Way, Fern Haven Lane, and Hadrians Crossing Water Main
Replacement — Plans, specifications, and cost estimates for 1,500 linear feet of
PVC Water Main Replacement from cast iron pipe.
Baja & Solomon Drives Water Main Replacement — Plans, specifications, and
cost estimates for 1,557 ft. of 8" PVC Water Main Replacement
Country Glen Way Water Main Replacement - Plans, specifications and cost
estimates for 5,300 linear feet of 6" and 8" PVC C-900 pipe in multiple side
streets.
1"
wilt;
t
EDUCATION:
B.S. Civil Engineering University of
Hawaii
REGISTRATION:
Registered Civil Engineer,
California, No. C75632
Registered Civil Engineer, Canada
Board of Professional Engineers
CERTIFICATION:
LEED Green Associates — Green
Building Certification Institute,
ID No. 10779963
Construction Management,
University of Quebec, Canada
Professional Studies in Technique
of Architecture, College of Old
Montreal
Qualified SWPPP Developer
(QSD) and
Qualified SWPPP Practitioner
(QSP), Certificate No. 25596
BOY SCOUTS OF AMERICA
. Trask Scout Camp Water System Rehabilitation and Enhancement Project - Design services for design -build
project at the Boy Scouts camp in the city of Monrovia foothills.
CENTRAL BASIN MUNICIPAL WATER DISTRICT
. Recycled Water Pipeline System Extension in the City of South Gate — Plans, specifications, and estimate of
probable construction costs for 24,600 linear feet of 8" — 20" recycled pipeline.
CITY OF CHINO
. Quadrant I Water Main Replacement Project - Plans, specifications, cost estimates and design of 11,000 ft. of
12" DIP with a new 8" C900 Polyvinyl Chloride. Scope included replacement/reconnection of existing service
laterals.
CITY OF HUNTINGTON BEACH
. Water Valves Replacement - Design services for water valve replacement in 50 locations throughout the City's
water system. The in -line valves with no vaults range from 6: to 12".
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 5 of 17 88
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
KINNELOA IRRIGATION DISTRICT
Sierra Madre Villa & Villa Heights Water Main Improvement Project — Auto CAD support for plans,
specifications, and cost estimates for the installation of approx. 1,360 linear feet of new 8" DIP to connect the
existing 8" DIP in Sierra Madre Villa Avenue, just north of Windover Road, with the existing 8 -inch DIP at the
intersection of Villa Heights and Villa Heights Road.
LONG BEACH WATER DEPARTMENT
Design of Avenue Water Main Improvement project which includes approximately 1,790 LF of 8" ductile irons
water mains to improve the flow, pressure, and fire protection in the private property of the apartment complex
at 1613 Ximeno Ave.
Design of Queensway Drive Water Main Improvement project which includes approximately 1,050' of water
mains to improve the flow, pressure, and fire protection by replacing the existing water mains in the 600 and
700 Queensway Drive area.
CITY OF MANHATTAN BEACH
. Sewer Infrastructure Improvements for Cycle 2 Sewer Project. Prepared plans, specifications, and cost
estimates for various sewer reaches throughout the City.
CITY OF MONTEREY PARK
Water Improvements Atlantic Boulevard - Plans and specifications for a 12" 2,030 feet ductile iron main,
replacement of laterals, new fire hydrants/services, valves, abandonment of existing mains, tie-in to existing
system, pre/post CCTV videos, paving and striping restoration.
Sewer Spot Repairs and CIPP Installation — Engineer, Prepared plans and specifications for 91 spot repairs
and 9,730 ft. of CIPP installation in various locations throughout the City. The project involved review of CCTV
videos to verify the work involved.
CITY OF ONTARIO
Water Main Replacement — Plans and specifications for 25,430 linear ft. of 2" -12" water mains at 30
locations. The new mains will be 8" -12" in diameter. The scope also includes a new 450 linear ft. water main,
along with replacement of service laterals, fire hydrants and related appurtenances.
CITY OF POMONA
Preparation of Written and Drawn Utility Construction Standards Manual related to the City's Water, Sewer,
and Storm Water facilities (Project). This is a full update to the existing land development utility construction
document, which will replace the current document that only includes standards for water construction.
CITY OF SIERRA MADRE
Water Main Replacement — Design and cost estimates to replace 21 segments of existing pipe at various
locations that date from the 1930's. The project was divided into four (4) bid segments with an approximate
length of 20,300 ft. The project also involved abandoning the existing main and laterals upon completion of the
replacement facilities. The water mains were replaced with the same diameter size, except for the existing 2 -
inch mains that were upsized to 4 -inch.
CITY OF SOUTH GATE
Currently preparing plans and specifications for Water Main Replacements Project, Phase 1 for various street
segments. The work includes 11,380 LF of 8" ductile iron pip (DIP) and 5,750 LF of 12" DIP to replace existing
cast iron pipe (CIP) water mains in street segments that have been identified as having deficiencies in pressure,
reliability, velocity, and fire flow capacity.
CITY OF WHITTIER
Comstock Avenue Water Main Replacement Project - Design for water main replacing 2,000 ft of 6" cast iron
line with 12" ductile iron pipe in the uptown business district.
Beverly Boulevard Water Main Replacement Project - Design for aging water main replacement of
approximately 4,450 ft, replacing a 6" cast iron line with 8" ductile iron pipe. By protecting the existing parkway
and pine trees, the design provided better access, minimizing construction and maintenance costs.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 6 of 17 89
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
HUGO MAGMA
AutoCAD Designer/Technician
Mr. Magana is a Designer/Draftsman. He is involved in a variety of street, sewer,
and water projects, providing technical and CAD assistance to our team. His
expertise is in GIS software and AutoCAD.
RELATED EXPERIENCE
CITY OF ALHAMBRA
Main Street Sewer Replacement — AutoCAD Designer, Replacement of
approximately 1,858 LF of an existing 8 -inch sewer main with a 12 -inch sewer
main on Main Street, between Bushnell Avenue and Atlantic Boulevard.
BOY SCOUTS OF AMERICA
Trask Scout Camp Water System Rehabilitation and Enhancement Project -
Design services for design -build project at the Boy Scouts camp in the city of
Monrovia foothills.
CENTRAL BASIN MUNICIPAL WATER DISTRICT
. Recycled Water Pipeline System Extension in the City of South Gate — Plans
for 24,600 linear feet of 8" — 20" recycled pipeline.
CITY OF CHINO
Quadrant I Water Main Replacement Project — Plans for design of 11,000 ft. of
12" DIP with a new 8" C900 Polyvinyl Chloride. Scope included
replacement/reconnection of existing service laterals.
CITY OF HUNTINGTON BEACH
Water Valves Replacement - Design services for water valve replacement in 50
locations throughout the City's water system. The in -line valves with no vaults
range from 6: to 12".
CITY OF INGLEWOOD
AutoCAD Designer for preparation of plans for the upgrade/repair of segments of
the exiting 8" to 15" vitrified clay pipe throughout the City to improve the existing
sewer system under the Sewer Main Replacement Program Phase I. In addition,
the project consisted of the replacement or reconnection of existing sewer laterals
within the project area as a result of the replacement of the existing VCP.
KINNELOA IRRIGATION DISTRICT
Sierra Madre Villa & Villa Heights Water Main Improvement Project — Plans, for
the installation of approximately 1,360 linear feet (LF) of new 8" DIP to connect the
existing 8" DIP in Sierra Madre Villa Avenue, just north of Windover Road, with the
existing 8 -inch DIP at the intersection of Villa Heights and Villa Heights Road.
LONG BEACH WATER DEPARTMENT
Conducting utility research and preparation of plans for the Ximeno Ave. Water
Main Improvement project which includes approximately 1,790 LF of 8" ductile
irons water mains to improve the flow, pressure, and fire protection in the private
property of the apartment complex at 1613 Ximeno Ave.
Conducting utility research and preparation of plans for the Queensway Drive
Water Main Improvement project which includes approximately 1,050' of water
mains to improve the flow, pressure, and fire protection by replacing the existing
water mains in the 600 and 700 Queensway Drive area.
EDUCATION:
California State University
B.S. Mechanical Engineering
Rio Honda College College of
Engineering and Technology
California State University,
Fullerton, College of
Engineering and Technology
AFFILIATIONS:
- Engineers for a Sustainable
World, Cal State Long Beach
Center for Academic Support
in Engineering and Computer
Science, Cal State Fullerton
Society of Mexican American
Engineers and Scientists,
Cal State Fullerton and Cal
State Long Beach
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 7 of 17 90
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
CITY OF MANHATTAN BEACH
Sewer Infrastructure Improvements — AutoCAD Designer, Plans and specifications for various sewer reaches
throughout the City. Also provided technical support for preparation of the City's Risk & Resilience and
Emergency Response Plans.
CITY OF MONTEREY PARK
Water Improvements Atlantic Boulevard - Plans for a 12" 2,030 feet ductile iron main, replacement of laterals,
new fire hydrants/services, valves, abandonment of existing mains, tie-in to existing system, pre/post CCTV
videos, paving and striping restoration.
CITY OF NORWALK
FY 2017/18 Sewer Main Repair Project — AutoCAD Designer, Engineering design services to repair or replace
(based on current condition) numerous segments of existing 8 -inch to 18 -inch sewer mains throughout the City
to improve the existing sewer system as identified from a detailed investigation as a part of the 2014 Sewer
System Management Plan (SSMP). The investigation consisted of a citywide CCTV survey of the existing sewer
system to identify segments with defects.
CITY OF ONTARIO
Water Main Replacement — Plans for 25,430 linear ft. of 2" -12" water mains at 30 locations. The new mains
will be 8" -12" in diameter. The scope also includes a new 450 linear ft. water main, along with replacement of
service laterals, fire hydrants and related appurtenances.
CITY OF POMONA
Preparation of Written and Drawn Utility Construction Standards Manual related to the City's Water, Sewer,
and Storm Water facilities (Project). This is a full update to the existing land development utility construction
document, which will replace the current document that only includes standards for water construction.
CITY OF SIERRA MADRE
Water Main Replacement — Design to replace 21 segments of existing pipe at various locations that date from
the 1930's. The project was divided into four (4) bid segments with an approximate length of 20,300 ft. The
project also involved abandoning the existing main and laterals upon completion of the replacement facilities.
The water mains were replaced with the same diameter size, except for the existing 2 -inch mains that were
upsized to 4 -inch.
CITY OF SOUTH GATE
Currently conducting utility research and preparing plans for Water Main Replacements Project, Phase 1 for
various street segments. The work includes 11,380 LF of 8" ductile iron pipe (DIP) and 5,750 LF of 12" DIP to
replace existing cast iron pipe (CIP) water mains in street segments that have been identified as having
deficiencies in pressure, reliability, velocity, and fire flow capacity.
CITY OF WHITTIER
Sewer Main Phase I Project — AutoCAD Designer, Design services to replace a total of approximately 11,000
linear feet (LF) of existing 6 -inch to 10 -inch sewer main to new 8 -inch to 16 -inch diameter polyvinyl chloride sewer
pipeline at various locations. Improvements address deficiencies in flow capacity and reduce the risk of overflows
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 8 of 17 91
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
ROBERT MARTINEZ
Surveyor
Mr. Martinez has over 30 years of experience in providing professional land surveying
services to both public and private infrastructure projects in all areas relating to land
development including:
• Infrastructure and improvement design for grading, streets, storm drains, utilities, and
associated matters.
• Preliminary land planning, tentative and final map processing, land use and feasibility
studies.
• A.L.T.A., architectural, boundary and topographic survey, entitlement analysis, right-
of-way engineering and preparation of legal descriptions.
• GPS Surveying.
RELATED EXPERIENCE
BOY SCOUTS OF AMERICA
Surveyor for Camp Trash Water System. Project scope is improvement and
enhancement of an existing drinking water system in Monrovia Canyon. New
construction will include a new 75,000 -gallon steel bolted water tank, concrete pad
and related piping.
EDUCATION:
California State Polytechnic
University, Pomona — June
1989
Civil Engineering (Survey Minor)
REGISTRATION:
Registered Civil Engineer,
California
No. 54360
Registered Land Surveyor,
California
No. 6966
KINNELOA IRRIGATION DISRTICT
Surveyor for East West Tank Connector Pipeline Project. Scope included design of 2,800 ft of 12" DIP including
connections to existing 4" steel tunnel line and two LA County Flood Control District channel crossing in a hilly
area.
LONG BEACH WATER DEPARTMENT
Surveyor for the Ximeno Avenue Water Main Improvement project which includes approximately 1,790 LF of 8"
ductile irons water mains
Surveyor for the Queensway Drive Water Main Improvement project which includes approximately 1,050' of
water mains.
CITY OF MANHATTAN BEACH
. Surveyor for Sewer Infrastructure Improvement Project for various sewer reaches throughout the City.
CITY OF MONTEREY PARK
Surveyor for Water & Sewer Improvement along Atlantic Boulevard. Scope includes water and sewer main
improvements of approximately 3,700 linear feet.
CITY OF ONTARIO
. Surveyor for Water main replacement of approximately 25,430 LF of water mains at 30 locations.
CITY OF SIERRA MADRE
. Surveyor for the 2020 Water Main Design Program with an approximate length of 20,300 ft.
CITY OF SOUTH GATE
. Surveyor for Water Main Replacement, Phase 1, with an approximate length of 17,100 ft.
CITY OF WHITTIER
Surveyor for water mains of approximately 2,000 LF for the Comstock Avenue Water Main Replacement
Project
Surveyor for water mains of approximately 4,450 LF for the Beverly Boulevard Water Main Replacement
Project.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 9 of 17 92
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
BRANDON MESKER
AutoCAD Designer/Technician
Mr. Mesker received his Bachelor of Science in Civil Engineering at California State
University, Long Beach. He is supporting the team on AutoCAD and research.
PROJECT EXPERIENCE
CITY OF CHINO
. Prepared As-Builts for the Quadrant I Water Main Replacement Project which
included the design of 11,000 ft. of 12" DIP with a new 8" C900 Polyvinyl Chloride.
Scope included replacement/reconnection of existing service laterals.
KINNELOA IRRIGATION DISTRICT
Sierra Madre Villa & Villa Heights Water Main Improvement Project — Auto CAD
support for plans for the installation of approximately 1,360 linear feet (LF) of new
8" DIP to connect the existing 8" DIP in Sierra Madre Villa Avenue, just north of
Windover Road, with the existing 8 -inch DIP at the intersection of Villa Heights
and Villa Heights Road.
LONG BEACH WATER DEPARTMENT
Assisting in preparation of plans and details for the Ximeno Ave. Water Main
Improvement project which includes approximately 1,790 LF of 8" ductile irons
water mains.
Assisting in preparation of plans and details for the Queensway Drive Water Main
Improvement project which includes approximately 1,050' of water mains.
EDUCATION:
California State University,
Long Beach
B.S. Civil Engineering
Associates Degree
Arts and Humanities
Liberal Arts and
Sciences: Mathematics
and Natural Science
CITY OF MONTEREY PARK
. Water Improvements Atlantic Boulevard - Plans for a 12" 2,030 feet ductile iron main, replacement of laterals,
new fire hydrants/services, valves, abandonment of existing mains, tie-in to existing system, pre/post CCTV
videos, paving and striping restoration.
CITY OF ONTARIO
Water Main Replacement. Prepared plans for 25,430 linear ft. of 2" -12" water mains at 30 locations. The new
mains will be 8" -12" in diameter. The scope also includes a new 450 linear ft. water main, along with
replacement of service laterals, fire hydrants and related appurtenances
CITY OF POMONA
Preparation of Written and Drawn Utility Construction Standards Manual related to the City's Water, Sewer, and
Storm Water facilities (Project). This is a full update to the existing land development utility construction
document, which will replace the current document that only includes standards for water construction.
CITY OF SAN FERNANDO
. Assisted in the preparation of the Sewer System Management Plan
CITY OF SIERRA MADRE
Water Main Replacement — Prepared plans to replace 21 segments of existing pipe at various locations that
date from the 1930's. The project was divided into four (4) bid segments with an approximate length of 20,300
ft. The project also involved abandoning the existing main and laterals upon completion of the replacement
facilities. The water mains were replaced with the same diameter size, except for the existing 2 -inch mains that
were upsized to 4 -inch.
CITY OF SOUTH GATE
. Assisting in preparation of plans and details for Water Main Replacements Project, Phase 1 for various street
segments. The work includes 11,380 LF of 8" ductile iron pip (DIP) and 5,750 LF of 12" DIP.
CITY OF ANAHEIM
. Administrative Intern II Public Works Department Traffic and Transportation — As intern had field experience,
conducted MUTCD research, plan checks and AutoCAD assistance.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 10 of 17 93
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
ADAM ROESCH, PE, CPSWQ, QSD/QSP
Engineer
Mr. Roesch serves as an assistant engineer for various projects, including water
main, wells, sewer, storm, & street projects. Due to his knowledge of engineering
principles, Mr. Roesch provides valuable engineering assistance to SA Associates.
Also, due to his past and part-time experience in environmental engineering/water
quality, Mr. Roesch provides valuable technical assistance, especially in areas
related to NPDES permitting.
PROJECT EXPERIENCE
CITY OF ALHAMBRA
Westmont Drive Water Main Replacement — Engineering design and construction
support services for the replacement of approximately 3,500 ft. of 4" and 14"
water mains.
Main Street Sewer Replacement - Engineer, Replacement of approximately
1,858 LF of an existing 8 -inch sewer main with a 12 -inch sewer main on Main
Street, between Bushnell Avenue and Atlantic Boulevard. The existing 8" sewer
main is located on the westbound lanes of Main Street.
CITY OF ANAHEIM
Pepper Creek Way, Fern Haven Lane, and Hadrians Crossing Water Main
Replacement — Plans, specifications and cost estimates for 1,500 linear feet of
PVC Water Main Replacement from cast iron pipe.
Country Glen Way Water Main Replacement - Plans, specifications, and cost
estimates for 5,300 linear feet of 6" and 8" PVC C-900 pipe in multiple side
streets. The project was located in a condominium complex.
BOY SCOUTS OF AMERICA
Trask Scout Camp Water System Rehabilitation and Enhancement Project -
Design services for design -build project at the Boy Scouts camp in the city of
Monrovia foothills.
CENTRAL BASIN MUNICIPAL WATER DISTRICT
Recycled Water Pipeline System Extension in the City of South Gate — Plans,
specifications, and estimate of probable construction costs for 24,600 linear feet
of 8" — 20" recycled pipeline.
CITY OF CHINO
. Prepared plans & specifications for the Quadrant I Water Main Replacement
Project which consists of 10,940 ft. of 8" PVC pipe to improve the existing water
system.
CITY OF HUNTINGTON BEACH
Water Valves Replacement - Design services for water valve replacement in 50
locations throughout the City's water system. The in -line valves with no vaults
range from 6: to 12".
CITY OF INGLEWOOD
Water Main Projects - various projects which included plans and specifications
for water main replacement on various street segments; 3,000 ft. of 8" ductile iron
pipe water mains; and Phase V Water Main Replacement of 10,000 ft. of ductile
iron pipe.
Prepared plans and specifications for the upgrade/repair of segments of the existing
8" to 15" vitrified clay pipe throughout the City to improve the existing sewer system
under the Sewer Main Replacement Program Phase I.
EDUCATION:
California State University,
Long Beach
B.S. Civil Engineering
REGISTRATION:
Registered Civil Engineer
California No. 92220
CERTIFICATIONS:
Certified Professional in Storm
Water Quality (CPSWQ)
Certificate No. 1022
Qualified SWPPP Developer
(QSD)
Qualified SWPPP Practitioner
(QSP)
Certificate No. 25508
SOFTWARE:
Microsoft Office Adobe
Autodesk (AutoCAD
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 11 of 17 94
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
KINNELOA IRRIGATION DISTRICT
. East-West Irrigation District Pipeline Project — Plans, Specifications, cost estimates, design, and construction
support services for 2,800 ft. of 12" DIP, including connections to the existing main. Scope also included design
of 960 ft. of 4" DIP, connections to an existing 4" steel tunnel line and two channel crossings.
LONG BEACH WATER DEPARTMENT
Design of Avenue Water Main Improvement project which includes approximately 1,790 LF of 8" ductile irons
water mains to improve the flow, pressure, and fire protection in the private property of the apartment complex
at 1613 Ximeno Ave.
Design of Queensway Drive Water Main Improvement project which includes approximately 1,050' of water
mains to improve the flow, pressure, and fire protection by replacing the existing water mains in the 600 and
700 Queensway Drive area.
Prepared plans and specification for the East 27th Street and Via Passilo Cast Iron Water Main Replacement
Project which consisted of the replacement of approximately 4,000 feet of 6" & 8" cast iron & ductile pipe.
CITY OF LYNWOOD
. Design of pump house facilities for a new municipal supply Well No. 22. The site included a perimeter wall,
well house building, engine generator building, and a chlorination facilities building.
CITY OF MONTEREY PARK
Water and Sewer Improvements Atlantic Boulevard - Plans and specifications for a 12" 2,030 feet ductile
iron main, replacement of laterals, new fire hydrants/services, valves, abandonment of existing mains, tie-in
to existing system, pre/post CCTV videos, paving and striping restoration.
CITY OF MANHATTAN BEACH
. Prepared plans for two sidewalk projects: 1) Cesar Chavez Blvd. in front of East Los Angeles City College
(approximately 4,000 ft.) and 2) Emerson Ave. in front of Langley Sr. Center (approximately 1,300 ft.)
CITY OF NORWALK
FY 2017/18 Sewer Main Repair Project — Engineer, Engineering design services to repair or replace (based on
current condition) numerous segments of existing 8 -inch to 18 -inch sewer mains throughout the City to improve
the existing sewer system as identified from a detailed investigation as a part of the 2014 Sewer System
Management Plan (SSMP).
CITY OF ONTARIO
Water Main Replacement — Plans and specifications for 25,430 ft. of 2" -12" water mains at 30 locations. The
new mains will be 8" -12" in diameter. The scope also includes a new 450 linear ft. water main, along with
replacement of service laterals, fire hydrants and related appurtenances.
CITY OF POMONA
Utility Pipeline Survey & Drawings Services - Providing engineering design and surveying services to rehabilitate
and/or replace existing water mains in various streets throughout the City. The project also consists of providing
topographic survey that will later be used by the City to create construction drawings for sewer main spot repair,
cured -in -place pipe (CIPP) rehabilitation, and/or replacement in various streets throughout the City.
CITY OF SIERRA MADRE
Water Main Replacement — 2020 Water Main Replacement Project. Replacement of 20,300 linear feet of 4, 6,
8 & 10" pipe throughout the City with PVCO.
CITY OF SOUTH GATE
Currently preparing plans and specifications for Water Main Replacements Project, Phase 1 for various street
segments. The work includes 11,380 LF of 8" ductile iron pip (DIP) and 5,750 LF of 12" DIP to replace existing
cast iron pipe (CIP) water mains in street segments that have been identified as having deficiencies in pressure,
reliability, velocity, and fire flow capacity.
CITY OF WHITTIER
Sewer Main Replacement Phase I - Design services to replace a total of approximately 11,000 linear feet (LF) of
existing 6 -inch to 10 -inch sewer main to new 8 -inch to 16 -inch diameter polyvinyl chloride sewer pipeline at various
locations. Improvements will address deficiencies in flow capacity and reduce the risk of overflows.
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 12 of 17 95
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
GEOTECHICAL SUBCONSULTANT
g
Geotechnical Engineering. Eanhquahe Engineering. Engineering Geeing"
SHAWN ARIANNIA, Ph.D., P.E., G.E.
PRINCIPAL GEOTECHNICAL ENGINEER
EDUCATION
• B.S., Civil Engineering (1982),
University of Tehran
• M.S., Civil Engineering (1985),
University of Tehran
• Ph.D., Geotechnical Engineering,
University of California, Los
Angeles (UCLA)
REGISTRATION
• Registered Geotechnical Engineer:
California, #2824
• Professional Civil Engineer:
California, #65642
• Asphalt Mix Design Certification,
Asphalt Institute
• Member of National Science
Foundation (NSF) Review Panel, US
• Past President, ASCE Inland Empire
Geotechnical Committee
EXPERIENCE HIGHLIGHTS
• 34 years of experience in Civil
Engineering and Geotechnical
Engineering Projects for Public and
Private Clients
• Served as the Geotechnical
Engineer of Record and completed
more than 200 geotechnical study
for DSA projects in California,
including schools and community
colleges
• Saved Hundreds of Thousand
Dollars for Clients by Providing
High Quality yet economic
alternate geotechnical engineering
Solutions
• High Extent of familiarity with all
the tasks involved in
transportation projects
• Vast knowledge and experience in
Geotechnical Seismic
Rehabilitation Study and Site -
Specific Evaluations
• Extensive Experience in Pavement
design, retrofit, and management
projects with various cities in
Southern California
• Geotechnical engineering for
various transportation, bridge,
parking structures and commercial
buildings
Geo-Advantec, Inc.
457 W. Allen Avenue, Suite 113
San Dimas, CA 91773
909.305.0500
Dr. Ariannia has more than 34 years of experience in design, supervision
and technical management for projects in the structural and geotechnical
fields. He possesses extensive and responsible experience in design,
supervision, and technical management of major projects in both
structural and geotechnical fields. He has been involved in major projects
such as transportation/transit, highway and railroad bridges, tunnels,
power plants, cooling towers, silos, and medium to high-rise multi story
structures. The breadth of his experience includes geotechnical analysis,
field and laboratory test management, slope stability and liquefaction
analysis, seismic hazard evaluation, pile and earth retaining structures
design, design and implementation of soils and slope stabilization, repair
and retrofit methods relevant to soils, foundation, and structural
behavior for different types of structures. During last two decades, he has
actively practiced geotechnical engineering and consulting in southern
California and has been the Geotechnical Engineer of Record for
numerous roads, highways, and transportation projects, educational
projects, multi -story buildings, and parking structures. He served as the
principal geotechnical engineer for various types of projects including:
• Transportation, Pavement Engineering, Bridges, and Parking
Structures
• Public Agencies, Cities, and Municipalities
• Schools and Educational Facilities
• Hospitals and Medical Facilities
• Aviation, Ports, and Harbors
SAMPLE EXPERIENCES
• Principal in charge of the geotechnical instrumentation and monitoring
for Trunk Line South, Unit 4, Phase 2 for Los Angeles Department of
Water and power (LADWP)
• Project manager and principal geotechnical engineer of recycled water
pipeline system extension for various streets for Central Basin
Municipal Water District and City of South Gate
• Principal geotechnical engineer of Valley Blvd. Sewer Replacement for
the city of Alhambra
■ Principal geotechnical engineer of the Beverly Blvd. New Water Main
Replacement for the city of Whittier
■ Project manager and principal geotechnical engineer of Yorba
Substation site investigation project for the city of Anaheim
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS
Page 13 of 17
96
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
POTHOLING SUBCONSULTANT
DONALD WHITMAN, PROJECT MANAGER
Manager YEARS OF EXPERIENCE: 18 years
CSLB #817532 MBE/DBE Certified
Office: (909) 510-5535 C: 951.906-9821 1 1508 E Francis St Unit A
Ontario, CA 91761 1 Donald@besstestlab.com
BTL
Bess Testlab Inc.
SUMMARY OF EXPERIENCE: Over 1,000 projects as sub -consultant, to Consultant Engineers,
participant in Southern California; as subsurface Utility Project Coordinator/Project Manager
SPECIAL CERTIFICATIONS: Ground Penetrating Radar, Certified 40 -hr hazmat training &
Confined -Space Safety training, Caltrans and San Diego County Work Zone Traffic Control.
Residential and Commercial Waste water lateral survey and CCTV documentation. Project
Management Certificat.
Experience and Qualifications:
Subsurface Utility Designating, Locating & Documenting. Proactive Project Management skills include planning and
coordination with utility companies, railroads, and local, state and federal agencies; Utility Surveys' daily functions and
protocol. Aggressive Negotiator; as Liaison Utility ProjectCoordinator.
Experienced in field Quality Control, CGA "Best Practices", Traffic Control, All - Permit Acquisitions, OSHA Field Safety
Meetings Facilitator. Practical hands-on, on -the -Job experience track record from completing projects ahead of schedule
and under budget.
Donald Whitman's multi -task ability provided his unique and reliable skilled talents on Caltrans District 8 potholing on State
Route 138 and Caltrans District 7 and Los Angeles County Design Engineers on the Highway 30 Extension Project. For utility
records research, designating, locating, exposing existing subsurface utilities and documenting, or otherwise, mapping the
underground utilities, Donald used non-destructive, minimally invasive damage prevention, air/vacuum soil -extraction
process on other projects such as, San Diego's Mission Valley Light Rail, Kinder Morgan Energy gas pipelines, Praxair
hydrogen plant facilities, City of Ontario's New Model Colony, City of Pomona Water & Sewer Capital Improvement Program
and City of Riverside's Waste Water Treatment Plant Expansion.
Project Manager Roles: Extensive Utility location duties with Southern California Water Districts on Water Improvement
Plans & Designs; Water Reclamation Pipelines, Waste Water Treatment Plants. Pipeline relocation projects. Yucaipa Valley
Water District, San Diego County Water Authority Projects, Rancho California Water District, Eastern Municipal Water
District. Inland Empire Utility Agency, Western Municipal Water District, San Bernardino Municipal Water District, Jurupa
Community Services District, Rubidoux Community Services District, Metropolitan Water District, Imperial Irrigation
District, Coachella Valley Water District
Project Manager — Capital Improvements Sewer & Water/Street Improvement Projects:
Cities within Donald's experience portfolio; Moreno Valley, Pomona, Corona, Chino, Riverside, Ontario, Colton, Redlands,
Yucaipa, Fontana, Rialto, Rancho Cucamonga, Upland, Montclair, San Bernardino, every city in the Coachella Valley,
Escondido, Carlsbad, San Diego, Chula Vista.
Project Manager, Sub -consultant Utility Conflict Assessment, Location and Documentation:
For multi -phase Otay Mesa Transmission Main Pipeline Project, San Diego County Water Authority. Subsurface utility
designating/locating and potholing for utility conflicts for bridge design over flood zone. Site exploration for the new
Morongo Tribal Casino project, in Cabazon, CA, Student Housing, University of California, Cal Poly, Pomona.
SA Associates projects:;
• Central Basin Municipal Water District — Recycled • City of Ontario — Water Main Replacement City of
Water Pipeline Whitter — Beverly Boulevard Water Main
• City of Chino — Quadrant 1 Water Main Design • Long Beach Water Dept. — Queensway Drive Water Main
• City of Monterey Park — Atlantic Blvd. Water & • Long Beach Water Dept. — Ximeno Avenue Water Main
Sewer Main Design
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 14 of 17 97
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
TRAFFIC CONTROL PLANS SUBCONSULTANT
Juan M. Diaz, PE, MBA
18645 East Gale Avenue 1 Suite 212 1 City of Industry, CA 91748-1363 1
(626) 820-1137 Tel 1 (626) 820-1136 Fax
Title
President/Chief Executive
Officer
Years of Experience
34
Registration
Registered Professional
Engineer, CA, #C50813
Education
• M.B.A., Business
Administration, 1991,
California State
Polytechnic University,
Pomona
• B.S., Civil Engineering,
1986 California State
Polytechnic University,
Pomona
• A.S., Building
Technology, 1982 Don
Bosco Technical
Institute, Rosemead
Affiliations
• American Society of Civil
Engineers
• Institute of
Transportation
::JMD
Mr. Diaz has over 34 years of professional engineering experience in the
transportation planning and engineering industry. His extensive expertise in
highway, traffic, rail and transit engineering has resulted in his management of
major highway and rail transit projects in Southern California. Mr. Diaz has
conducted studies and prepared designs for numerous agencies including
Caltrans, Metro, SCRRA, OCTA, CPUC, NDOT, County of Los Angeles,
County of Orange, and numerous local agencies as well as local railroads
throughout California and Nevada. His experience includes the analysis and
development of PS&E packages for highway, rail transit and freight rail
corridor projects.
As a former Metrolink representative and on -call railroad consultant, his
experience in coordination with the CPUC has led to more than 500 at -grade
crossing and grade separations within the Metrolink systems. His diverse
background and experience along with his strong ability in leading community
outreach/consensus building efforts has resulted in his direct involvement in
the analysis of train/vehicle/pedestrian circulation issues at rail/highway
interfaces including interchanges, grade crossings and stations as well as
quality of life projects associated with mitigating noise along rail corridors.
Mr. Diaz is a Cal Poly Pomona faculty as well as youth minister/preacher
known for his ability to work and communicate with bilingual communities of
all ages on sensitive projects.
Relevant Experience
Metrolink "On -Call" Engineering Services - SCRRA
Served as Project Manager responsible for various on call engineering projects
including independent reviews of environmental documents, traffic studies as
well as designs for track alignments, grade crossings, grade separations,
stations, utility crossings and various other railroad facilities.
On -Call (Public Projects) Engineering/Staff Augmentation Services -
SCRRA/Metrolink
Served as SCRRA's Public Projects Engineer responsible for overseeing a
variety of projects in Los Angeles, San Bernardino, Riverside and Orange
Counties. Projects include: stations, grade separations, grade crossings, major
pipelines, bikeways, industry tracks, utility crossings and various other
projects. Mr. Diaz served as railroad engineer for railroad corridors owned by
LACMTA, OCTA, RCTC and SBCTA.
On -Call Expert Engineering Services (California) - UPRR
Served as Project Manager responsible for providing expert engineering
services to the Union Pacific Railroad for a variety of projects throughout the
State of California. Services included analysis, PS&E design, and expert
witness of various projects/incidents including grade crossings, grade
separations, mainline track alignment, sidings, team tracks, and other projects.
JMD was also involved in the review, diagnostic analysis, media presentations,
and legal depositions related to existing railroad corridor accidents as well as
proposed grade crossings and grade separations in California. JMD worked
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS
Page 15 of 17
98
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
closely with UPRR, CPUC and NTSB staff during accident related diagnostic reviews and highly sensitive
presentations to the media
"On -Call" Expert Engineering Services - Burlington Northern Santa Fe Railway (BNSF)
Served as Project Manager responsible for providing "on -call" expert engineering services for projects/incidents
in BNSF's southwest region. Services included analysis, PS&E design, and expert witness of various
projects/incidents including grade crossings, grade separations, mainline track alignment, sidings, team tracks,
and other projects.
City Engineering Services - City of Industry
Serving as Technical Advisor responsible for providing City engineering services to the City of Industry including
pennitting, plan checking and inspection as well as preparation of studies and design plans for roadway, traffic
signal, railroad crossing and rail/highway grade separation projects. These projects/tasks include the following:
• Citywide Traffic Model and CIP Program Development
• Citywide Traffic Accident Analysis
• Azusa Avenue Citywide Corridor Improvements
• San Jose Ave. Widening
• Metro Grade Crossing Program
• Fairway Drive Grade Separation
• Puente Avenue Grade Separation
• Citywide Engineering and Traffic Survey Study
• Valley Blvd/I-605 Interchange
Staff Augmentation Services - North County Transit District (NCTD)
Served as Staff Augmentation Consultant and Program Manager on various railroad corridor projects including
grade crossings, quiet zones, grade separations, mainlines, stations, bike trails and related corridor projects for
NCTD. Current projects include design and program management for the following projects:
• Downtown San Diego Quiet Zone, San Diego (Design + PM)
• Oceanside Quiet Zone, Oceanside (PM)
• Del Mar Quiet Zone, Del Mar (Design + PM)
On -Call Light Rail Engineering - Glendora
Serving as Project Director/Principal responsible for reviewing design -build documents for the Metro Gold Line
Foothill Extension, Phase 2B (Azusa to Claremont) on behalf of the City. The documents include plans and
specifications covering track, grading, drainage, grade crossing, station, bridge and parking facility
improvements.
SA Associates Projects
• Long Beach Water Department-Ximeno Avenue Water Main Improvement Project 3-A
• Central Basin Municipal Water District - Recycled Water Pipeline System Extension
• City of Norwalk- Sewer Main Repair
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS Page 16 of 17 99
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
CATHODIC PROJECT SUBCONSULTANT (OPTIONAL)
Corrpro is an international provider of multi -discipline cathodic protection engineering and technical services offering
an integrated asset protection and preservation capability, focused primarily on corrosion processes and cathodic
protection. Their technical teams are routinely called upon to solve complex situations involving operational and
mechanical integrity of assets. For more than 30 years, Corrpro has been providing professional corrosion
consulting and cathodic protection engineering and turnkey design -build services to major oil companies,
government agencies, municipal water, sewer and gas utilities, private industry, universities, and public
transportation agencies. They support clients worldwide from over 35 strategically located offices coast to coast in
the United States, Canada, Middle East, and the United Kingdom.
Corrpro corrosion engineering and consulting services includes:
• Cathodic protection, including feasibility studies, design, commissioning and testing
• Budget development and economic analyses
• Coating inspections and specification
• Corrosion and erosion studies
• Data management
• Design reviews
• Electrical grounding studies
• Environmental studies
• Personnel training
• Program evaluations
• Soil testing
• Stray current analyses
• Materials evaluation and selection (metallic and non-metallic)
• Welding consultation
• Risk and Integrity
• Surveys
• Condition assessment
• Asset integrity management
Corrpro public agency customers include:
• Irvine Ranch Water District, Irvine CA
• City of Anaheim PUD
• County of Orange Department of Public Works, Orange CA
• Orange County Water District, Fountain Valley CA
• Orange County Sanitation District
• City of Orange Water Department, Orange CA
• LADWP, Los Angeles CA
• LA Metro, Los Angeles C
• South Coast Water District, Laguna Beach CA
• Inland Empire Utilities Agency, Chino CA
• East Orange County Water District
Sarvjit Singh 1 Engineering Manager INACE CP Specialist#6125
Corrpro Companies, Inc.
10260 Matern PI.1 Santa Fe Springs, California 90670
Ph: 562.944.1636 x2602411 Cell: 562.843.2877
Fax: 562.946.5634
www.Corrpro.com
SJSingh@aegion.com
corrproe
An AegioeCompany
SECTION IV: PROPOSED TEAM AND QUALIFICATIONS
Page 17 of 17 100
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SECTION V: REFERENCES
CENTRAL BASIN MUNICIPAL WATER DISTRICT
6252 Telegraph Road
Commerce, CA 90040
Contact: Jacqueline Koontz (now with the City of Norwalk)
Tel: 562.929.5926
E -Mail: jkoontz@norwalkca.gov
Project: Recycled Water Pipeline System in the City of South Gate
KINNELOA IRRIGATION DISTRICT
1999 Kinclair Avenue
Pasadena, CA 91107
Contact: Chris Burt, Sr. Facilities Operator
Tel: 626.797.6295
E -Mail: kinneloa@outlook.com
Project: Sierra Madre and Villa Heights Water Main Improvement
LONG BEACH WATER DEPARTMENT
1800 E. Wardlow Road
Long Beach, CA 90807
Contact: Matthew Cruz, Civil Engineering Associate
Tel: 562.570.2300
E -Mail: matthew.cruz@lawater.org
Projects: Queensway Drive Water Main Improvement
Ximeno Avenue Water Main Improvement
CITY OF MONTEREY PARK
Contact: Ziad Mazboudi, Interim City Engineer
Tel: 626.532.2018
E -Mail: zmazboudi@montereypark.ca.gov
Project: Water & Sewer Improvements along Atlantic Boulevard, Dates
CITY OF ONTARIO - ONTARIO MUNICIPAL UTILITIES COMPANY
142 S. Bon View Avenue
Ontario, CA 91761
Contact: Omar Gonzalez, Principal Engineer
Tel: 909.395.2578
E -Mail: oegonzalez@ontarioca.gov
Project: Water Main Replacement UT 1027
CITY OF SOUTH GATE
4244 Santa ana Street
South Gate, CA 90280
Contact: Ana Ananda, Water Engineer
Tel: 323.563.5769
E -Mail: aananda(&sogate.org
Project: Water Main Replacement, Phase 1, City Project No. 689-WTR
SECTION V: REFERENCES
Page 1 of 1 101
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
SECTION VI: PROJECT SCHEDULE
We are ready to hit the ground running and begin design as soon as the Notice to Proceed is issued. The Project
kick-off meeting date is assumed to be March 27, 2023 (with an award of Contract by March 21, 2023, per the RFP).
If the Notice to Proceed is issued at a different date, we will update our schedule accordingly.
We have included our project schedule in MS Project format shown on the following page.
SECTION VI: PROJECT SCHEDULE
Page 1 of 2 102
SA
ASSOCIATES
ID
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Task Name
City of Lynwood
Engineering Design Services for the Long Beach Meter Upgrade and Line Abandonment Project
Design Schedule
Duration
Start
Finish
2
11118125
Preliminary Engineering Services 52 days Mon 3/27/23 Tue 6/6/23
Kick-off Meeting
1 day Mon 3/27/23 Mon 3/27/23
As -Built Research, Site Investigation, & Review 3 wks Tue 3/28/23 Mon 4/17/23
Utility Reasearch & Notification
Field Survey
Geotechnical Investigation
3 wks Tue 3/28/23 Mon 4/17/23
3 wks Tue 3/28/23 Mon 4/17/23
3 wks Tue 3/28/23 Mon 4/17/23
Prepare & Submit 30% Design Plans (90% PDR) 3 wks Tue 4/18/23 Mon 5/8/23
City Review
2 wks Tue 5/9/23 Mon 5/22/23
30% Design Review Meeting (90% PDR) 1 day Tue 5/23/23 Tue 5/23/23
Preliminary Permit Investigation
Prepare & Submit 100% PDR
Final Engineering Design
2 wks Wed 5/24/23 Tue 6/6/23
2 wks Wed 5/24/23 Tue 6/6/23
83 days Wed 6/7/23
Fri 9/29/23
Final Utility/Agency Coordination 2 wks Wed 6/7/23 Tue 6/20/23
GPR & Potholing
Prepare & Submit 50% Design PS&E
Final Permitting Coordination (DDW, CEQA)
City Review
50% Review Meeting
Field Review of Private Properties
Prepare & Submit Preliminary Cathodic Protection Plan
(Optional)
Prepare & Submit 90% Design PS&E - Includes TCP
City Review
90% Design Review Meeting
Prepare & Submit Final Cathodic Protection Plan
(Optional)
Prepare & Submit Final Design PS&E
City Review
Final Review Meeting
3 wks Wed 6/7/23 Tue 6/27/23
3 wks Wed 6/28/23 Tue 7/18/23
3 wks Wed 7/19/23 Tue 8/8/23
2 wks Wed 7/19/23 Tue 8/1/23
1 day Wed 8/2/23 Wed 8/2/23
1 wk Thu 8/3/23 Wed 8/9/23
3 wks
Thu 8/10/23
Wed 8/30/23
3 wks Thu 8/10/23 Wed 8/30/23
1 wk Thu 8/31/23 Wed 9/6/23
1 day Thu 9/7/23 Thu 9/7/23
Thu 9/21/23
2 wks
Fri 9/8/23
2 wks Fri 9/8/23! Thu 9/21/23
1 wk Fri 9/22/23 Thu 9/28/23
1 day Fri 9/29/23 Fri 9/29/23
Jan '23 1Feb '23 Mar '23
1 1 8 1151221291 5 1121191261 5
12119
'Apr '23 1May'23 !Jun '23 Jul '23 1Au9 '23 Sep '23
26 1 2 1 9 1 16 1 23 1 30 1 7 1 14 1 21 1 28 1 4 11 1 18 125 1 2 1 9 1 16 1 23 1 30 1 6 1 13 1 20 1 27 1 3 1 10 1 17 1 24
Preliminary Engineering Services
0t '23 \
1 15 1 22 1 29 1 1 1 8
Kick-off Meeting • Mar 27
As -Built Research, Site Investigation, & Review
Utility Reasearch & Notification
Field Survey
Geotechnical Investigation
Prepare & Submit 30% Design Plans (90% PDR)
May 8
4 73 Calendar Days
City Review May 22
30% Design Review Meeting (90% PDR) .'
Preliminary Permit Investigation "
Prepare & Submit 100% PDR Jun 6
Final Engineering Design
Final Utility/Agency Coordination Jun 20
GPR & Potholing F
Prepare & Submit 50% Design PS&E Jul 18
Final Permitting Coordination (DDW, CEQA)
City Review Aug 1
50% Review Meeting Nr
Field Review of Private Properties
Prepare & Submit Preliminary Cathodic Protection Plan (Optional)
Prepare & Submit 90% Design PS&E - Includes TCP
1 Aug 30
City Review i- Sep 6
90% Design Review Meeting •"Sep 7
Prepare & Submit Final Cathodic Protection Plan (Optional)
136 Calendar Days
Prepare & Submit Final Design PS&E Sep 21
City Review Sep 28
Final Review Meeting ®Sep 29
SCHEDULE - Lynwood WM upgrades Tue 2/21/23
Note:
*The above schedule is flexible and can be expedited if requested by the City.
**Completion of PS&E as scheduled is dependent of permitting processes and City reviews durations, beyond those depicted hereon
103
SA
ES
1130 W. Huntington Drive, Unit 12
Arcadia, CA 91007
Tel 626.821.3456
Fax 626.445.1461
www.saassociates.net
104
SA
CITY OF LYNWOOD
ENGINEERING DESIGN SERVICES FOR THE LONG BEACH METER UPGRADE AND LINE ABANDONMENT PROJECT
COST PROPOSAL
Technician Technician Administrative/
Project Manager Design Engineer QAIQC (CAD) (Survey) Clerical Direct Costs Total
Description
Wk-Hrs Amount Wk-Hrs Amount Wk-Hrs Amount Wk-Hrs Amount Wk-Hrs Amount Wk-Hrs Amount Wk-Hrs Amount Wk-Hrs Amount
TASK 1 - PDR & PRELIMINARY ENGINEERING (NON -OPTIONAL WORK)
1.1 PROJECT MANAGEMENT
26
$5,070
16
$2,640
11
$2,530
10
$1,080
0
$0
12
$1,176
---
$504
75
$13,000
1.2 PRELIMINARY DESIGN (30% SUBMITTAL)
12
$2,340
33
$5,445
8
$1,840
43
$4,644
0
$0
10
$980
---
$551
106
$15,800
1.3 SURVEYING
1
$195
1
$165
0
$0
1
$108
63
$16,695
1
$98
---
$139
67
$17,400
1.4 GPR AND POTHOLING
1
$195
2
$330
0
$0
1
$108
0
$0
1
$98
$119
5
$25,600
1.5 GEOTECHNICAL INVESTIGATION
1
$195
0
$0
1
$230
2
$216
0
$0
1
$98
$141
5
$26,400
1.6 PERMITS
4
$780
8
$1,320
2
$460
2
$216
0
$0
2
$196
$128
18
$3,100
TASK 2 - FINAL DESIGN - WATER IMPROVEMENT WITHIN PUBLIC RIGHT -OF WAY (NON -OPTIONAL WORK)
2.1 FINAL DESIGN
23
$4,485
78
$12,870
19
$4,370
60
$6,480
0
$0
18
$1,764
---
$701
198
$38,500
2.2 CEQA
1
$195
6
$990
2
$460
1
$108
0
$0
2
$196
$51
12
$2,000
TASK 3 - FINAL DESIGN - WATER IMPROVEMENT WITHIN PRIVATE PROPERTIES (NON -OPTIONAL WORK)
3.1 FIELD REVIEW
4
$780
12
$1,980
2
$460
8
$864
0
$0
2
$196
---
$720
28
$5,000
TASK 4 - ENGINEERING SERVICES DURING BIDDING AND CONSTRUCTION (NON -OPTIONAL WORK)
4.1 PRE -CONSTRUCTION SERVICES
8
$1,560
23
$3,795
8
$1,840
4
$432
0
$0
3
$294
$179
46
$8,100
4.2 CONSTRUCTION SUPPORT SERVICES
90
$17,550
246
$40,590
28
$6,440
12
$1,296
0
$0
28
$2,744
---
$1,180
404
$69,800
4.3 RECORD DRAWINGS
4
$780
6
$990
2
$460
12
$1,296
0
$0
2
$196
$278
26
$4,000
4.4 FINAL SPECS (POST- CONSTRUCTION)
4
$780
8
$1,320
2
$460
4
$432
0
$0
1
$98
---
$210
19
$3,300
TASK 5 - OPTIONAL WORK
5.1 CATHODIC PROTECTION PLANS
4
$780
3
$495
1
$230
3
$324
0 $0
2
$196
---
$245
13
$18,000
Total for Non -Optional Work
(Tasks 1 through 4)
Total for Optional Work
(Task 5)
179
4
$34,905
$780
439
3
$72,435
$495
85
1
$19,550
$230
160
3
$17,280
$324
63 $16,695
0 $0
83
2
$8,134
$196
---
---
$4,901
$245
1,009
13
$232,000
$18,000
COST PROPOSAL
Page 1 of 2 105
Proposal for Long Beach Meter Upgrade and Line Abandonment Project
SA
ASSOCIATES
HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE
Position
Hourly Rates
Project Manager
$195.00
Engineer
$165.00
Quality Assurance/Quality Control
$230.00
AutoCAD Designer/Technician
$108.00
Secretary
$ 98.00
Surveyor (2 -person crew)
$265.00
Reimbursable In -House Costs
Photocopies
$0.15/each
Blueprints (24 x 36 drawings)
$3.00 each
Vehicle mileage between engineer's office and project site and/or client
offices will be at
$0.62/mile
Other Reimbursables
Services performed by subcontractor will be billed at
cost + 7%
Reproduction/special photography, and printing will be billed at
cost + 15%
Postage, Delivery Service, Express Mail
cost + 15%
NOTE: All rates listed above are effective to December 31, 2023
COST PROPOSAL Page 2 of 2 106
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AWARDING A CONTRACT TO SA ASSOCIATES FOR LONG BEACH
METER UPGRADE AND LINE ABANDONMENT DESIGN PROJECT NO.
4011.68.065, IN THE AMOUNT OF $250,000; AUTHORIZING THE CITY
MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO
THE PROJECT; AND AUTHORIZING THE MAYOR TO EXECUTE THE
AGREEMENT
WHEREAS, On January 30, 2023 the Request for Proposals (RFP) for the Long
Beach Meter Upgrade and Line Abandonment Design (4011.68.065) was advertised on
PlanetBids; and
WHEREAS, the scope of work consists of, but not limited to design of relocating
customer meter connections to the existing Long Beach Boulevard meter boxes,
abandoning the current line, and adding new waterlines to several streets.; and
WHEREAS, On March 01, 2023, the city received two (2) proposals for the design of
the project; and
WHEREAS, the city has selected SA Associates as the lowest responsible
responsive bidder.; and
WHEREAS, the submitted proposal for the design is $250,000; and
WHEREAS, the total project budget for the project including design, construction,
project management, administration is estimated at $1,060,000; and
WHEREAS, no additional funding is necessary for the design phase of the project.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. The City Council of the City of Lynwood hereby finds and declares that the
foregoing recitals are true and correct, and incorporates them herein as findings and as a
substantive part of this Resolution.
Section 2. The City Council of the City of Lynwood authorizes the Mayor to execute the
agreement between the City of Lynwood and SA Associations in a form approved by the
City Attorney in the amount of $250,000.00.
Section 3. The City Council of the City of Lynwood authorizes the City Manager under
LMC 6-3.15(d) to exceed the specific dollar amounts or percentage limitations under LMC
6-3.15(a) and authorizes the City Manager to approve consultant, vendor agreements,
modifications, change orders or agreement amendments related to the Project up to the
available Project Budget.
1
107
Section 4. Authorize the Mayor to execute the Resolution for and on behalf of the City
of Lynwood.
Section 5. This Resolution shall take effect immediately upon its adoption.
Section 6. The City Clerk shall certify to the adoption of this Resolution and hereafter the
same shall be in full force and effect.
(Signatures on Next Page)
2
108
PASSED, APPROVED and ADOPTED this 2nd day of May 2023.
Oscar Flores
Mayor
ATTEST:
Maria Quinonez Ernie Hernandez
City Clerk City Manager
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
Noel Tapia
City Attorney
Julian Lee
Director of Public Works
3
109
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
)
)
)
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
foregoing Resolution was passed and adopted by the City Council of the City of Lynwood
at a regular meeting held on the 2nd day of May 2023, and passed by the following votes:
AYES:
NOES:
ABSTAIN:
ABSENT:
Maria Quinonez, City Clerk
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City
Council of said City, do hereby certify that the above foregoing is a full, true, and correct
copy of Resolution No. on file in my office and that said Resolution was
adopted on the date and by the vote therein stated. Dated this 2nd day of May 2023.
Maria Quinonez, City Clerk
4
110
Agenda Item # 8.4.
AGENDA STAFF REPORT
DATE: May 2, 2023
TO: Honorable Mayor and Members of the City Council
APPROVED BY: Ernie Hernandez, City Manager
PREPARED BY:
Julian Lee, Director of Public Works
Mir Fattahi, MsCE, PE, Acting City Engineer
SUBJECT: APPROVAL OF PLANS AND SPECIFICATIONS AND AUTHORIZATION
TO SOLICIT A NOTICE INVITING BIDS FOR SEWER SYSTEM
IMPROVEMENTS FY 2023
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING THE
PLANS AND SPECIFICATIONS AND AUTHORIZING STAFF TO SOLICIT A NOTICE
INVITING BIDS FOR SEWER SYSTEM IMPROVEMENTS FY 2023."
Background:
The City's wastewater collection system consists of about 80 miles of gravity sewer pipe,
1,800 manholes, 30 inverted siphons and about 10,000 sewer lateral connections. The City's
system conveys untreated wastewater into various County Sanitation Districts' trunk sewers
for transmission, treatment, and disposal.
The City recently completed its Sewer Master Plan, which identified multiple sewer pipelines
that were either structurally unsound or were at maximum capacity. The Sewer System
Improvement FY2023 Project addresses areas outlined in the Sewer Master Plan for upgrade
and/or replacement.
Discussion and Analysis:
City Council City Council Regular Meeting
111
The work encompassed by the Project is more specifically defined in the contract documents,
but in general consists of, but is not limited to, the following work: construct VCP sewer pipe
main, reconstruct existing sewer lateral, furnish and install 14 sewer manholes and re-
construct an additional 4 sewer manholes.
The Notice of Inviting Bid specifications indicate that the contractor shall complete all work in
approximately Eighty (80) working days. Upon Council approval and authorization, staff will
upload the proposal documents for advertisement on PlanetBids where bidders will be able to
view and download the project documents, addendums (if any), and submit their proposals for
review. The most qualified responsive bidder will then be recommended to City Council for
awarding of the project.
The project schedule is as follows:
Release Date: May 3, 2023
Last Date to Submit Questions: May 12, 2023
RFI Response Posted May 17, 2023
Bid Due Date: May 24, 2023 — 10:00 a.m. (PST)
City Council Awarding Date: June 6, 2023
Project Budget
The engineers estimate is $1,120,000.00 for installation of the sewer line improvements.
Below is the projected budget for this Project. This may change based on the outcome of the
actual bids.
Sewer System Improvements FY 2023
Engineers Estimate for Installation
Contingency (10%)
Construction Management & Inspection (20%)
Labor Compliance & O %)__
City Council City Council Regular Meeting
$1,120,000.00
$112,000.00
$220,000.00
$67,000.00
112
1622201 SEWER 100% SET.pdf
FY22-23 SEWER IMPROV SPECS 100% KL.docx
Resolution Authorization_to_Notice_Sewer_Upgrade.docx
$1,519,000.00
Fiscal Impact:
No additional funding is needed for the Sewer System Improvements FY 2023. The City
Council adopted the following budgets for the Tributary Areas 3, 76, 85:
CIP No.Project Name FY22/23
4011.68.095 Tributary Area 3 Sewer Improvements $540,000.00
4011.68.096 Tributary Area 76 & 85 Sewer Improvements $980,000.00
Total Budget Fund $1,520,000.00
Coordinated With:
City Manager’s Office
Department of Finance and Administration Services
ATTACHMENTS:
Description
City Council City Council Regular Meeting 113
SEWER IMPROVEMENT ITEMSQUANTITIES
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
“”
GENERAL NOTES
DRAWING INDEX
CITY OF LYNWOOD, CALIFORNIA
DEPARTMENT OF PUBLIC WORKS
DESIGN OF SEWER SYSTEM
FOR FY 2022-2023
INDUSTRIAL WY, ELMWOOD AVE & MARTIN LUTHER KING JR. BLVD
PROJECT NO. 4011.68.041
VICINITY MAP
SITE OWNER:
SCE
TELEPHONE
CIVIL ENGINEER
SOCALGAS
WATER
INDUSTRIAL WAY
LOCATION
LOCATION
ELMWOOD AVE
LOCATION
MARTIN LUTHER
KING JR BLVD
AC ASPHALT CONCRETE
ADA AMERICAN WITH DISABILITIES ACT
BMP BEST MANAGEMENT PRACTICES
CASQA CALIFORNIA STORMWATER
QUALITY ASSOCIATION
CAB CRUSHED AGGREGATE BASE
CY CUBIC YARD
E EASTING
EA EACH
EXIST EXISTING
FD FOUND
FG FINISHED GRADE
FL FLOW LINE
FS FINISHED SURFACE
GB GRADE BREAK
HC HANDICAP
HP HIGH POINT
HDPE HIGH-DENSITY POLYETHYLENE
HORIZ HORIZONTAL
INV INVERT
L LENGTH
LF LINEAR FEET
MAX MAXIMUM
MH MANHOLE
MIN MINIMUM
MKD MARKED
N NORTHING
OC ON CENTER
PCC PORTLAND CONCRETE CEMENT
P/L PROPERTY LINE
PROP PROPOSED
R/W RIGHT OF WAY
SF SQUARE FEET
SMH SEWER MANHOLE
SSPWC STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION
TC TOP OF CURB
TF TOP OF FOOTING
TG TOP OF GRATE
TYP TYPICAL
LEGEND
ABBREVIATIONS
EXISTING MANHOLE BASE RE-FORMING DETAILS
NOTE
NOTE
NOTE
NOTE
TITLE SHEET 1
NTS APRIL 2023
11
4
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
DOUBLE SCALE
PROFILE SCALE
HORIZ. 1" = 20'
VERT. 1" = 4'
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
NOTE
NOTE
NOTE
NOTE
NOTE
INDUSTRY WAY
2
1"=20'APRIL 2023
PLAN & PROFILE
INDUSTRY WAY
INDUSTRY WAY
SEWER IMPROVEMENT ITEMS
11
5
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
DOUBLE SCALE
PROFILE SCALE
HORIZ. 1" = 20'
VERT. 1" = 4'
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
NOTE
NOTE
NOTE
NOTE
NOTE
INDUSTRY WAY
3
1"=20'APRIL 2023
PLAN & PROFILE
INDUSTRY WAY
A
L
A
M
E
D
A
S
T
R
E
E
T
A
L
A
M
E
D
A
S
T
R
E
E
T
A
L
A
M
E
D
A
C
O
R
R
I
D
O
R
SEWER IMPROVEMENT ITEMS
11
6
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
DOUBLE SCALE
PROFILE SCALE
HORIZ. 1" = 20'
VERT. 1" = 4'
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
NOTE
NOTE
NOTE
NOTE
NOTE
ELMWOOD AVENUE
4
1"=20'APRIL 2023
PLAN & PROFILE
P
I
N
E
A
V
E
N
U
E
ELMWOOD AVENUE
E
L
M
S
T
R
E
E
T
SEWER IMPROVEMENT ITEMS
11
7
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
DOUBLE SCALE
PROFILE SCALE
HORIZ. 1" = 20'
VERT. 1" = 4'
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
NOTE
NOTE
NOTE
NOTE
NOTE
ELMWOOD AVENUE
5
1"=20'APRIL 2023
PLAN & PROFILE
ELMWOOD AVENUE
LI
N
D
E
N
S
T
R
E
E
T
A
L
L
E
Y
A
T
L
A
N
T
I
C
A
V
E
N
U
E
SEWER IMPROVEMENT ITEMS
11
8
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
DOUBLE SCALE
PROFILE SCALE
HORIZ. 1" = 20'
VERT. 1" = 4'
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
VCP LATERAL EXTENTION DETAIL
VCP LATERAL RECONSTRUCTION DETAIL
NOTE
NOTE
NOTE
NOTE
NOTE
MARTIN LUTHER KING JR. BOULEVARD
6
1"=20'APRIL 2023
PLAN & PROFILE
MARTIN LUTHER
KING JR. BOULEVARD
LO
U
I
S
E
A
V
E
N
U
E
SEWER IMPROVEMENT ITEMS
11
9
00 20'40'10'
GRAPHIC SCALE
SCALE 1"=20'
60'
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
DOUBLE SCALE
PROFILE SCALE
HORIZ. 1" = 20'
VERT. 1" = 4'
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
NOTE
NOTE
NOTE
NOTE
NOTE
MARTIN LUTHER KING JR. BOULEVARD
7
1"=20'APRIL 2023
PLAN & PROFILE
MARTIN LUTHER
KING JR. BOULEVARD
MARTIN LUTHER
KING JR. BOULEVARD
W
R
I
G
H
T
R
O
A
D
SEWER IMPROVEMENT ITEMS
12
0
INDUSTRIAL WAY, ELMWOOD AVENUE &
MARTIN LUTHER KING JR. BOULEVARD
PLAN FILE NO:
ENGINEERING, INC
vALUED SEWER IMPROVEMENTS FY 2022-2023
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
SHEET OF 8
SCALE:DATE:
DRAWN BY: JH
DESIGNED BY: KW
T-TRENCH PAVEMENT RESTORATION
8
NTS APRIL 2023
CONSTRUCTION DETAILS
12
1
City of Lynwood
SEWER SYSTEM IMPROVEMENTS FOR
FY 2023 PROJECT
CITY OF LYNWOOD
PROJECT No. 4011.68.095 and 4011.68.096
Public Works D epartment
PREPARED BY:
Valued Engineering, Inc.
KEY DATES
Release Date:May 3, 2023
Last Date to Submit Questions:May 12, 2023
RFI Response Posted May 17, 2023
Bid Due Date:May 24, 2023 –10:00 a.m. (PST)
City Council Awarding Date:June 6, 2023
122
123
i
Oscar Flores
MAYOR
Rita Soto Gabriela Camacho
Mayor Pro-Tempore Council Person
Juan Muñoz-Guevara José Luis Solache
Council Person Council Person
Ernie Hernandez
City Manager
Julian Lee
Director of Public Works
124
CITY OF LYNWOOD
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT No. 4011.68.095 and 4011.68.096
The Special Provisions contained in these Contract Documents
have been prepared by, or under the direct supervision of,
the following Registered Civil Engineer:
Engineer:
Title:
Jeff D. Meiter, LS, RCE
President, Valued Engineering
ii
125
iv
CITY OF LYNWOOD
CONTRACT DOCUMENTS
TABLE OF CONTENTS
PART 1 -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
Section 1.1 Notice Inviting Bids
1.1.1 Notice
1.1.2 Withdrawal of Bids
1.1.3 Description of Work
1.1.4 Award of Contract
1.1.5 Bid Security
1.1.6 Contractor’s License Classification
1.1.7 California Wage Rate Requirements
1.1.8 Retainage from Payments
1.1.9 Pre-Bid Visit to Work Site
1.1.10 Obtaining or Inspecting Contract Documents
1.1.11 Submitting Bid on Planetbids
1.2 Instructions to Bidders
1.3 Bid Documents
1.3.1 Bid (Proposal and Workers’ Compensation Certificate)
1.3.2 Bid Schedule
1.3.3 List of Subcontractors
1.3.4 Anti-Trust Claim
1.3.5 Non-Collusion Affidavit
1.3.6 Bid Bond (Bid Security Form)
1.3.7 Bidder’s General Information
1.3.8 Bidder’s Insurance Statement
1.4 Agreement and Bonds
1.4.1 Agreement Form
1.4.2 Performance Bond
1.4.3 Payment Bond
1.4.4 Certificates/Proof of Insurance and Endorsements
PART 2 -- TECHNICAL PROVISIONS
Section 2.1 General, Terms, Definitions, Abbreviations, and Symbols
2.2 Scope of the Work
2.3 Control of the Work
2.4 Control of Materials
2.5 Legal Relations and Responsibilities
2.6 Prosecution and Progress of the Work
2.7 Measurement and Payment
2.8 Facilities for Agency Personnel
2.9 Construction Details (Materials and Methods)
126
PART 3 – SPECIAL PROVISIONS
PART 4 -- APPENDICES
Section 4.1 Appendix A – Department of Industrial Relations(DIR)
Contractor Registration Number Form
4.2 Appendix B – City of Lynwood Design Standards for Water
and Sewer Facilities
4.3 Appendix C – Contract Change Order (CCO)Form
4.4 Appendix D – Substitution RequestForm
4.5 Appendix E – Labor Code Sections 1771, 1775, 1777.5,1813
and 1815
4.6 Appendix F – Sewer Survey
iii
127
Part 1 BD - 1
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
PART 1 - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
SEWER SYSTEM IMPROVEMENTS FOR
FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT No. 4011.68.095 and 4011.68.096
Section 1.1 Notice Inviting Bids
1.2 Instructions to Bidders
1.3 Bid Documents
1.3.1 Bid (Proposal and Workers’ Compensation Certificate)
1.3.2 Bid Schedule
1.3.3 List of Subcontractors
1.3.4 Anti-Trust Claim
1.3.5 Non-Collusion Affidavit
1.3.6 Bid Bond (Bid SecurityForm)
1.3.7 Bidder’s General Information
1.3.8 Bidder’s Insurance Statement
Section 1.4 Agreement and Bonds
1.4.1 Agreement Form
1.4.2 Performance Bond
1.4.3 Payment Bond
1.4.4 Certificates / Proof of Insurance and Endorsements
****************
128
CITY OF LYNWOOD
1.1 NOTICE INVITING BIDS
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT No. 4011.68.095 and 4011.68.096
1.1.1 NOTICE IS HEREBY GIVEN that bids for the SEWER SYSTEM IMPROVEMENTS FOR FY 2023
PROJECT FOR THE CITY OF LYNWOOD will be received by the City of Lynwood, 11330 Bullis
Road, Lynwood, California 90262 until Wednesday, May 24, 2023@10:00A.M.,at whichtime they
will be published on PlanetBids. The form of the bids shall be in accordance with the Instructions to
Bidders, and any bids received after the time and date specified above will not be accepted.
Questions or comments regarding this project must be submitted electronically via PlanetBids
and must be received no later than 5:00 PM on Friday, May 12, 2023. Questions received after
the date indicated will not be accepted. Phone Calls, Emails and faxes will not be accepted.
Responses from the City will be communicated via PlanetBid Addendum.
1.1.1 WITHDRAWAL OF BIDS. No Bidder shall withdraw its bid for a period of sixty (60) days after the
Bids have been publicly opened, subject to the exceptions set forth in Section 5103 of the
California Public Contract Code. This sixty (60) day review period may be extended upon the
written request of the Engineer, and written approval of the affected Bidders.
1.1.2 DESCRIPTION OF THE WORK: The Work encompassed by the Project is more specifically defined
in the Contract Documents, but in general consists of, but is not limited to, the following Work:
Construct VCP sewer pipe main, reconstruct existing sewer lateral, furnish, install and re-construct
sewer manholes. The Work is to be completed before the expiration of EIGHTY (80) WORKING
DAYS from the date specified in a written “Notice to Proceed” from the City. The Engineer’s Cost
Estimate is $1,120,000.00 for installation. Contractor shall start work a maximum of 45 days from
the date the ,project is awarded by the City Council.
1.1.3 AWARD OF CONTRACT:
(a)The City of Lynwood shall award the Contract to the lowest responsible responsive Bidder.
Whenever additive or deductive items are included in a bid, the lowest bid shall be the lowest
Total Bid Price on the Base Bid without consideration of the bid prices on any additive or
deductive items. The City of Lynwood reserves the right to reject any or all bids or to waive any
irregularities or informalities in any bids or in the bidding process to the extent permitted bylaw.
(b)As a condition of award, the successful bidder will be required to submit material data submittals
payment and performance bonds and proof of insurance and endorsements as specified in the
Contract Documents.
1.1.4 BID SECURITY: Each bid shall be accompanied by a certified or cashier's check or Bid Bond in the
amount of ten percent (10%) of the Total Bid Price, payable to the City of Lynwood.
1.1.5 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid, unexpired
Class A General Contractor AND Class C license approved by the State of California Contractors
129
Part 1 BD - 3
State License Board at the time of submitting bids.
1.1.6 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor and all subcontractors shall pay
the general prevailing rate of per diem wages as determined by the Director of the Department of
Industrial Relations of the State of California for the locality where the work is to be performed. A
copy of said wage rates and the latest revisions thereto are on file at the City Clerks Office of the
City of Lynwood located at 11330 Bullis Road, Lynwood, California 90262. The Contractor and any
subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates
at the project site.
1.1.7a NOTICE REQUIREMENTS
(a) 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
section1771.1(a)].
(b) 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
section1725.5.
(c) This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
(d) The contractors and subcontractors must furnish electronic certified payroll records to the
Labor Commissioner each time a request for payment is made to the City.
1.1.8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments
due under the Contract Documents from time to time, without retention of any portion of the payment
by the City by depositing securities of equivalent value with the City in accordance with the provisions
of Section 22300 of the Public Contract Code.
1.1.9 PRE-BID VISIT TO WORK SITE: Bidders are encouraged to visit worksites.
1.1.10 OBTAINING OR INSPECTING CONTRACTDOCUMENTS:
(a) All documents required for the review of Contractors to submit a valid and responsive bid are
contained within this set of ContractDocuments.
1.1.11 SUBMITING BID ON PLANETBIDS The Contractor is required to submit an “eBid” through the
PlanetBids online platform. It is the Contractor’s responsibility to ensure that the most complete and
current version of the solicitation, including addenda, has beendownloaded.
BY ORDER OF THE CITY COUNCIL, CITY OF LYNWOOD, CALIFORNIA
Maria Quiñónez, CITY CLERK
Date: May 3, 2023
City of Lynwood
Mir T. Fattahi, MsCE, P.E Acting City Engineer
130
CITY OF LYNWOOD
1.2 INSTRUCTIONS TO BIDDERS
1.2.1 DEFINED TERMS -Terms used in these Instructions to Bidders and the Notice Inviting Bids and
not defined herein shall have the meanings assigned to them in the General Provisions of the
Standard Specifications for Public Works Construction (the “Greenbook”) latest Edition and the
Special Provisions of the Contract Documents. The term "Bidder" shall mean one who submits
a Bid directly to the City of Lynwood as distinct from a sub-bidder, who submits a Bid to a
Bidder. The term "Engineer" shall be as defined in the Special Provisions. “Bid Documents” shall
consist of those documents listed in Section 1.3 hereof.
1.2.2 COMPETENCY OF BIDDERS -In selecting the Lowest Responsible Bidder under the
procedure set forth in Subsection 1.2.18 of these Instructions, consideration will be given not
only to the financial standing of the Bidder, but also to the general competency of the Bidder for
the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a
statement of the Bidder's recent experience on the form entitled "Bidder's General Information,"
bound herein. Résumés of key construction personnel who will be assigned to the Work shall
also be required. Except as otherwise provided under Public Contract Code §20103.5, no Bid
for the Work will be accepted from a contractor who does not hold a valid contractor's license in
the State of California for the classifications named in the Notice Inviting Bids at the time of
opening Bids.
1.2.3 DISQUALIFICATION OF BIDDERS -More than one Bid from an individual, firm, partnership,
corporation, or association under the same or different names will not be considered. If the City
believes that any Bidder is interested in more than one Bid for theWorkcontemplated, all Bids in
which such Bidder is interested will be rejected. If the City believes that collusion exists among
the Bidders, all Bids will be rejected.
1.2.4 BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE -
(a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract
Documents thoroughly; visit the site to become familiar with local conditions that may affect
cost, progress, or performance of the Work; consider federal, state, and local laws and
regulations that may affect cost, progress, or performance of the Work; study and carefully
correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all
conflicts, errors, or discrepancies noted in the Contract Documents.
(b) Reference is made to the Special Provisions for identification of those reports of explorations
and tests of subsurface conditions at the site which may have been utilized by the Engineer
in the preparation of the Contract Documents. However, such reports are NOT a part of the
Contract Documents. The interpretation of such technical data, including any interpolation or
extrapolationthereof,togetherwithnon-technicaldata,interpretations,andopinionscontained
therein or the completeness thereof is the responsibility of the Bidder.
(c) Copies of such reports and drawings will be made available for inspection by the City to any
Bidder upon request. Those reports and drawings are NOT part of the Contract Documents,
but any technical data contained therein upon which the Bidder is entitled to rely is limited to
that set forth in the Special Provisions.
(d) Subject to the provisions of Section 4215 of the California Government Code, information
and data reflected in the Contract Documents with respect to underground utilities at or
contiguous to the site is based upon information and data furnished to the City and the
131
Part 1 BD - 5
Engineer by the owners of such underground utilities or others, and the City does not
assume responsibility for the accuracy or completeness thereof unless it is expressly
provided otherwise in the Special Provisions.
(e) Provisions concerning responsibilities for the adequacy of data furnished to prospective
Bidders on subsurface conditions, underground utilities and other physical conditions, and
possible changes in the Contract Documents due to differing conditions appear in the
Standard Specifications and SpecialProvisions.
(f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any
additional examinations and investigations which pertain to the physical conditions (surface,
subsurface, and underground utilities) at or contiguous to the site or which otherwise may
affect cost, progress, or performance of the Work and which the Bidder deems necessary to
determine its Bid for performing the Work in accordance with the time, price, and other terms
and conditions of the Contract Documents.
(g) Where feasible, upon request in advance, the City will provide each Bidder access to the site
to conduct such investigations and tests as each Bidder deems necessary for submittal of a
Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair
damage, clean up, and restore the site to its former condition upon completion of such
exploration.
(h) The lands upon which the Work is to be performed, the rights-of-way and easements for
access thereto, and other lands designated for use by the Contractor in performing the Work
are identified in the Plans (Contract Drawings) of the Contract Documents. All additional
lands and access theretorequired for temporary constructionfacilities or storage of materials
and equipment are to be provided by the Contractor. Easements for permanent structures or
permanent changes in existing structures will be obtained and paid for by the City unless
otherwise specified in the Contract Documents.
(i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the
Bidder has complied with every requirement of this Section; that without exception the Bid
is premised upon performing the Work required by the Contract Documents and such
means, methods, techniques, sequences, or procedures of construction as may be indicated
in or required by the Contract Documents; and that the Contract Documents are sufficient in
scope and detail to indicate and convey understanding of all the terms and conditions for
performance of the Work.
1.2.5 INTERPRETATIONS -All questions about the meaning or intent of the Contract Documents
shall be in writing and hand-delivered or mailed to the Engineer at the City of Lynwood, Public
Works Department, 11330 Bullis Road, Lynwood, California 90262. Faxes and e-mails will not
be accepted. Interpretations or clarifications considered necessary by the Engineer in response
to such questions will be resolved by the issuance of Addenda mailed or hand-delivered to all
parties recorded by the Engineer or the City as having received the Contract Documents.
Questions received less than 7 days priortothe dateof opening Bidsmaynotbeanswered. Only
questions that have been resolved by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal or contractual effect.
1.2.6 SUBMITTAL OF BIDS -The Bids shall be delivered by the time and to the place stipulated in the
Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper
time. Bids will not be accepted after the appointed time for opening of bids, no matter what the
reason.
132
1.2.7 NON-RESPONSIVE BIDS – Non-responsive bids will be rejected. A bid shall be considered
non-responsive for reasons including, but not limited to, thefollowing:
1. The Bidder fails to furnish a price for all Bid Items in the Bid Schedule when there is
more than one Bid Item in the Bid Schedule.
2. The Bidder attaches unauthorized modifications, conditions, limitations, or provisions to
the Bid.
3. The Bidder fails to list the percentage of work to be performed by subcontractors.
4. The percentage of work to be performed by subcontractors exceeds 50% of the Total
Bid Price.
5. The Bidder fails to attend a required pre-bid walk-through.
6. The Bidder fails to provide written acknowledgement of receipt of all Bid Addenda.
7. Other reasons as permitted by applicablelaw.
A bid may be considered non-responsive for reasons including, but not limited to the following:
The Bidderfails to complete all items in Subsection1.3.7 of the Bid Documents, Bidder’s General
Information.
1.2.8 DISCREPANCIES IN BIDS -In the event that there is more than one Bid Item in the Bid
Schedule, the Bidder shall furnish a price for all Bid Items in the Bid Schedule, and failure to do
so shall render the Bid non-responsive and shall cause its rejection. In the event that there are
Unit Price Bid Items in a Bid Schedule and the Item Amount listed for a Unit Price Bid Item does
not equal the product of the Unit Price and the Estimated Quantity listed, the Unit Price shall
govern, and the Item Amount will be adjusted accordingly. In the event that there is more than
one Bid Item in a Bid Schedule and the amount listed in the “Total Bid Price for Unit Price Bid
Schedule” box does not agree with the sum of prices listed in the “Item Amount” column, the
prices listed in the “Item Amount” column on the Bid Schedule shall govern, and the amount
listed in the “Total Bid Price for Unit Price Bid Schedule” box will be adjusted accordingly. The
Contractor shall be bound by the foregoing adjustments, subject to the provisions of Section
5100 et seq. of the California Public Contract Code.
1.2.9 QUANTITIES OF WORK –
(a) The quantities of work or materials stated in unit price items of the Bid are supplied only to
give an indication of the general scope of the Work; the City does not expressly or by
implication agree that the actual amount of work or materials will correspondtherewith.
(b) In the eventof an increase or decreaseinthe quantityof a unitprice biditem,the total amount
of work actually done or materials or equipment furnished shall be paid for according to the
unit prices established for such work under the Contract Documents; provided, that for unit
price items, increases of more than 25 percent, decreases of more than 25 percent, and
eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications
and Special Provisions.
1.2.10 WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written
request, signed by the Bidderorits properlyauthorizedrepresentative. Suchwrittenrequestmust
be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time
133
Part 1 BD - 7
for receipt of Bids.
1.2.11 RELIEF OF BIDDERS –A Bidder shall be permitted to withdraw a Bid after the opening of Bids
only if the bidder established to the satisfaction of the Engineer, all of the elements set forth in
Section 5103 of the California Public Contract Code, including, but not limited to the following:
1. A clerical error was made by the Bidder in filling out the Bid, and the error was not due
to error in judgment or carelessness in inspecting the site of the Work, or in reading the
Plans or Specifications.
2. The clerical error caused the Bid to be materially different than the Bidder intended the
Bid to be.
3. The Bidder gave the City Clerk written notice within five (5) days after the opening of
Bid of the mistake, specifying in detail the nature of the mistake and how the mistake
occurred.
1.2.12 MODIFICATIONS -The completed Bid forms shall be without interlineations, alterations, or
erasures. Oral, FAX, telegraphic, e-mail, or telephone Bids or modifications will not be
considered.
1.2.13 LIQUIDATED DAMAGES -Provisions for Liquidated Damages, if any, shall be as set forth in
the Agreement and the Special Provisions.
1.2.14 SUBSTITUTE OR "OR-EQUAL" ITEMS -The Work, if awarded, will be on the basis of
materials and equipment described in the Plans or specified in the Special Provisions without
consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Plans or
specified in the Special Provisions that a substitute or "or-equal" item of material or equipment
may be furnished or used by the Contractor if acceptable to the Engineer, data substantiating a
request for a substitution of an “or equal” item or items will not be considered by the Engineer
until after the Effective Date of the Agreement. The procedure for submittal of any such
application by the Contractor and consideration by the Engineer is set forth in Section 4 of the
Standard Specifications, as amended by Section 2.4 of the Special Provisions. The form in
Appendix D of the Contract Documents shall be used to request substitutions.
1.2.15 DETERMINATION OF LOWEST RESPONSIBLE BIDDER –
(a) The Engineer shall first establish the “Apparent Lowest Bidder,” using the Total Bid Price set
forth in the applicable Bid Schedule(s), subject to the calculation adjustment criteria set forth in
Section 1.2.11 of these Instructions.
(b) After the Apparent Lowest Bidder has been established, the Engineer shall review the balance
of the Bid Documents submitted by the Apparent Lowest Bidder to ascertain if that Bidder’s bid
is responsive. In general, a bid is considered responsive if it has been completed and submitted
in accordance with all of the requirements of the Bid Documents, Notice Inviting Bids, Instructions
to Bidders, Special Provisions and any Bid Addenda.
(c) If the Bid submitted by the Apparent Lowest Bidder is responsive, that Bidder’s qualifications will
be reviewed by the Engineer to ascertain if the Bidder is responsible. A responsible bidder is one
who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity, and
experience to satisfactorily perform the Work required by the Contract Documents.
Consideration will be given to the quality and performance of work on past contracts, including
previous work (if any) performed by the Bidder for theCity.
134
(d) If the Engineer ascertains that the Apparent Lowest Bidder is responsible and has submitted a
responsive bid, the Engineer shall report his findings to the City Council with a recommendation
that the Bidder be awarded the contract for the work as the Apparent Lowest Responsible
Bidder.
(e) Should the Engineer determine that the Bid submitted by the Apparent Lowest Bidder is not
responsive or that such Bidder is not responsible, the Engineer shall review the responsiveness
and responsibility of the next Apparent Lowest Bidder. This process shall continue until an
apparent Lowest Responsible Bidder is determined and the Engineer’s findings and
recommendations for award are reported to the City Council. If one or more Apparent Lowest
Bidders are found by the Engineer to be non-responsive or non-responsible, those bidders shall
be notified and given a reasonable opportunity to present additional relevant evidence bearing
on their responsibility or bid responsiveness within seven (7) calendar days after the Bidder(s)
receive such notice.
(f) Determinations and findings of the Engineer shall be reported as recommendations to the City
Council. The City Council reserves the right reject any or all bids, and to waive any informalities
or irregularities to the extent permitted by law.
1.2.16 BID PROTEST PROCEDURES –
(a) Any protest of a proposed award to the Apparent Lowest Bidder must be submitted in writing
to the City Engineer no later than 5:00 p.m. on the third (3rd) business day following the date
of the bid opening.
(b) The initial protest must contain a complete statement of the basis for the protest. The protest
must state the facts and refer to the specific portion of the document or the specific statute
that forms the basis for the protest. The protest must include the name, address, and telephone
number of the protesting party and the name, address and telephone number of any person
representing the protesting party.
(c) The party filing the protest must concurrently transmit a copy of the initial protest to the
Apparent Lowest Bidder.
(d) The party filing the protest must have actually submitted a bid on the project. A subcontractor
of a party filing a bid on this project may not submit a Bid Protest. A party may not rely on the
Bid Protest submitted by another bidder, but must timely pursue its own protest.
(e) The procedure and time limits set forth in this Section are mandatory and are the bidder’s sole
and exclusive remedy in the event of a Bid Protest. A Bidder’s failure to fully comply with these
procedures shall constitute a waiver of any right to further pursue the Bid Protest, including
filing of a challenge of the award pursuant to the California Public Contract Code, filing of a
claim pursuant to the California Government Code, or filing of any other legal proceedings.
(f) The City shall review all timely protests prior to award of the Bid by the City Council. The City
shall not be required to hold an administrative hearing to consider a timely protest, but may do
so at the option of the Engineer, or if otherwise legally required. At the time of the City Council’s
consideration of the recommendation for award of the bid, the City Council shall also consider
the merits of any timely protests and the Engineer’s recommendation thereon. The City Council
may either accept the protest and award the bid to the next Lowest Responsible Bidder, or
reject the protest and award to the Lowest Responsible Bidder.
135
Part 1 BD - 9
(g) Nothing in this Section shall be construed as a waiver of the City Council’s right to reject all
bids.
1.2.17 AWARD OF CONTRACT -Award of Contract, if it is awarded, shall be made to the Lowest
Responsible Bidder as determined by the City Council, and a Notice of Award shall be sent to
such Bidder. Unless otherwise specified, any such award will be made within the period stated
in the Notice Inviting Bids that the Bids are to remainopen, unless extended by mutual agreement
of the bidders. Unless otherwise indicated, a single award will not be made for less than all the
Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one (1)
Bid Schedule, the City may award schedules individually or in combination. In the case of two
(2) or more Bid Schedules which are alternative to each other, only one of such alternative
schedules will be awarded. Once the award is made, the successful Bidder shall secure all
insurance, and shall furnish all proof of insurance/certificates with original endorsements
attached and bonds required by the Contract Documents within ten (10) calendar days after
receipt of the Notice of Awardfrom the City.Failure to provide City with the required bonds,
insurance coverage, proof of insurance and/or endorsements within ten (10) calendar
days of receipt of the Notice of Award may result in withdrawal of award and forfeiture
of the Bidder's Bid Security.
1.2.18 EXECUTION OF AGREEMENT -The Bidder to whom the proposed award is to be made shall
execute a written agreement with the City in the form of Agreement set forth in Subsection 1.4.1
of the Contract Documents within ten (10) calendar days after receipt of the Agreement form
from the City. Failure or refusal to enter into an Agreement as herein provided or failure to
conform to any of the stipulated requirements in connection therewith shall be just cause for an
annulment of the proposed award and forfeiture of the Bid Security. If the lowest responsible
bidder refuses or fails to execute the Agreement, the City may award the Contract to the second
lowest responsible Bidder. If the second lowest responsibleBidderrefusesorfails toexecutethe
Agreement,theCitymayawardthe Contracttothe third lowestresponsible Bidder. On the failure
or refusal of such second or third lowest responsible bidder to execute the Agreement, each
such bidder's Bid Security shall be likewise forfeited to theCity.
1.2.19 WORKER'S COMPENSATION REQUIREMENT -The Bidder should be aware that in
accordance with the laws of the State of California, the Bidder will, if awarded the Contract, be
required to secure the payment of compensation to its employees pursuant to the Worker's
Compensation Certification executed by Bidder as part of the Bid Proposal.
END OF INSTRUCTIONS TO BIDDERS
136
CITY OF LYNWOOD
1.3 BID DOCUMENTS
The following listed documents, identified in the lower right corner as "Bid Document",shall be fully
executed and submitted with the Bid prior to the time of the opening of Bids.
1.3.1 Bid (Proposal and Workers’ CompensationCertificate)
1.3.2 Bid Schedule(s)
1.3.3 List of Subcontractors
1.3.4 Anti-Trust Claim
1.3.5 Non-Collusion Affidavit
1.3.6 Bid Bond (Bid SecurityForm)
1.3.7 Bidder’s General Information
1.3.8 Bidder’s Insurance Statement
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid may result in the
Bid being rejected as non-responsive.
137
Part 1 BD - 11
1.3.1 BID
(PROPOSAL AND WORKERS’ COMPENSATION CERTIFICATE)
BID TO: CITY OF LYNWOOD, CALIFORNIA
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the
City in the form of agreement included in Subsection 1.4.1 of the Contract Documents (the “Agreement”)
to perform the Work as specified or indicated in said Contract Documents entitled:
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT No. 4011.68.095 and 4011.68.096
Bidder accepts all the terms and conditions of the Contract Documents, including without limitation those
in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security.
This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law.
Bidder will enter into the Agreement within the time and in the manner required in the Instructions to Bidders,
and will furnish the proof of insurance/certificates, insurance endorsements, Payment Bond, Performance
Bond, and all Licenses and Permits within the time and in the manner required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following ADDENDA
(receipt of which is hereby acknowledged):
Number 1 Date
Number 2 Date
Number 3 Date
Number 4 Date
Number 5 Date
Number 6 Date
Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site,
the locality where the Work is to be performed, the legal requirements (federal, state, and local laws,
ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the
Work, and has made such independent investigations as Bidder deems necessary.
138
In conformance with the current statutory requirements of California Labor Code Section 1860, et
seq., the undersigned confirms the following as its certification:
I am aware of the provisions of Section 3700 of the Labor Code, which require every
employer to be insured against liability for Workers’ Compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the Work of this Contract.
Attached hereto are the following completed and fully executed documents:
(1)Bid Schedule consisting of two (2)pages;
(2)List of Subcontractors;
(3)Anti-Trust Claim;
(4)Non-Collusion Affidavit;
(5)Bidder’s General Information; and
(6)Bidder’s Insurance Statement.
Bidder agrees to complete the Work required under the Contract Documents within the time stipulated in
said Contract Documents, and to accept as full payment therefor the Total Bid Price based on the Lump
Sum or Unit Bid Price(s) set forth in the attached Bid Schedule(s).
I hereby certify under penalty of perjury under the laws of the State of California that all of the information
submitted in connection with this Bid and all of the representations made herein are true and correct.
Dated: Bidder:
By:
(Signature of Bidder’s Authorized Representative)
Title:
139
Part 1 BD - 13
1.3.2 UNIT PRICE BID SCHEDULE
Schedule of Prices for the Construction of the:
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD PROJECT No.
4011.68.095 and 4011.68.096
Item
No.Unit Price Bid Item Estimated
Quantity Unit Unit Price Item Amount
1
Mobilization/ Demobilization
(Not to exceed 3% of total of all
other prime contract Bid Items)
1 LS $$
2 Traffic Control 1 LS $$
3
Confined Space Safety -
Sheeting, Shoring, and Bracing,
as Needed
1 LS $$
4 Construction BMPs and Erosion
Control 1 LS $$
5 Sawcut Pavement to a Clean
Edge 5,300 LF $$
6 AC Pavement Removal and
Disposal 6,000 SF $$
7 Cut, Plug & Abandon Existing
VCP Sewer Main 14 EA $$
8 Sewer Main Trench Shoring 1,200 LF $$
9 Construct 10” VCP Sewer Pipe
Main 1,740 LF $$
10 Construct 12” VCP Sewer Pipe
Main 750 LF $$
11 Construct 15” VCP Sewer Pipe
Main 200 LF $$
12 Re-construct Existing Sewer
Lateral 14 EA $$
13 Furnish and Install Sewer
Manhole 14 EA $$
14 Re-construct Existing Sewer
Manhole Base 4 EA $$
15 Construct AC Pavement 14,940 SF $$
16 Construct Aggregate Base 14,940 SF $$
TOTAL AMOUNT BASE BID IN FIGURES $
140
QUANTITIES OF WORK:
The quantities of work or material stated in the Unit Price items of the Bid Schedule are supplied only to
give an indication of the general scope of the Work. The City does not expressly nor by implication agree
that the actual amounts of work or material will correspond therewith,and reserves the right after award to
increase or decrease the quantity of any Unit Price Bid Item,by an amount up to 25 percent of increase or
decrease,without a change in the unit prices,and shall have the right to delete any bid item in its entirety,
and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work.
Name of Bidder or Firm
IN CASE OF DISCREPANCY BETWEEN THE WORDS AND FIGURES, THE WORDS SHALL
PREVAIL.
141
Part 1 BD - 15
INFORMATION REQUIRED OF BIDDER
1.3.3 LIST OF SUBCONTRACTORS
As required under Section 4100 et seq., of the Public Contract Code, the Bidder shall list below the name
and business address of each subcontractor who will perform Work under this Bid in excess of one-half of
one percent of the Contractor's Total Bid Price, or in the case of bids for the construction of streets or
highways, including bridges, in excess of one-half of one percent of the Contractor’s Total Bid Price, or ten
thousand dollars ($10,000), whichever is greater, and shallalso listthe portionof theWork which will be done
by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as
otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed
with the words "and/or" will not bepermitted.
The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of
the Total Bid Price except that any designated “Specialty Items” may be performed by subcontract. The
amount of any such “Specialty Items” so performed may be deducted from the Total Bid Price before
computing the amount required to be performed by the Contractor with its own organization. The City will
identify any "Specialty Items” in the Bid Schedule(s). Where an entire Specialty Item is subcontracted, the
value of work subcontracted will be based on the Contract Unit Price for that item. When a portion of a
Specialty Item is subcontracted, the value of work subcontracted will be based on the estimated percentage
of the Contract Unit Price for that item. This will be determined from information submitted by the
Contractor and subject to approval by the Engineer.
Subcontractor
Contractor's Percent
Work to be Performed
License
Number
of Total
Contract Subcontractor's Name & Address
1.
2.
3.
4.
5.
142
1.3.4 ANTI-TRUST CLAIM
Pursuant to Public Contract Code Section 7103.5, upon acceptance of its bid, Contractor agrees to the
following: “In entering into a public works contract or a subcontract to supply goods, services, or materials
pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the
awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700)
of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services,
or materials pursuant to the public works contract or the subcontract. This assignment shall be made and
become effective at the time the awarding body tenders final payment to the contractor, without further
acknowledgment by the parties.”
RESPECTFULLY SUBMITTED:
Contractor Name
Signature Address
City, State, Zip Telephone (with area code)
Title Date
Contractor's License No.Type of License
Federal I.D. No.
(SEAL--if Bid is by a corporation)
ATTEST
143
Part 1 BD - 17
1.3.5 NON-COLLUSION AFFIDAVIT
(To be Executed by Bidder and Submitted with Bid Pursuant to
Public Contract Code Section 7106)
State of California, County of , being first duly sworn, deposes and
says that he orshe is of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived,
or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding;
that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit,
or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the
public body awarding the contract of anyone interested in the proposed contract; that all statements
contained in the bid are true; and further, that the bidder has not , directly or indirectly, submitted his or
her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Signature
Typed or Printed Name
Title
Contractor / Company / Bidder Name
Subscribed and sworn to before me this day of , 2023
Notary Public in and for the State of California
My Commission Expires:
144
1.3.6 BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, theundersigned,
as Principal, and as Surety, are
hereby held and firmly bound unto the City of Lynwood, a California Municipal Corporation,
(hereinafter referred to as the “City”) in the penal sum of
DOLLARS
($), being not less than ten percent (10%) of the Total Bid Price, for the
payment of which sum in lawful money of the United States, well and truly to be made, we hereby
jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns by
thesepresents.
The Condition of the above obligation is such that whereas the Principal has submitted to City a certain
Bid, attached hereto and hereby made a part hereof, to enter into a contract in writing with City for the
completion / construction / demolition of Project No. 4011.68.104, entitled:
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
NOW, THEREFORE,
a.If said Bid shall be rejected,or
b.If said Bid shall be accepted and the Principal shall execute and deliver to the City a contract
in the form of agreement set forth in the Contract Documents (properly completed in
accordance with said Bid) within ten (10) calendar days after receipt of same from City, and
shall, within the time and manner set forth in the Contract Documents, furnish a Bond for
his/her faithful performance of said contract and for the payment of all persons performing
labor or furnishing materials in connection therewith, the required proof of
insurance/certificates, required insurance endorsements, and shall in all other respects
perform the agreement created by the acceptance of said Bid, then this obligation shall be
void, otherwise the same shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety
and its Bond shall be in no way impaired or affected by any extension of the time within which
the City may accept such Bid; and said Surety does hereby waive notice of any such extension.
In the event suit is brought upon this bond by the City and judgment is recovered, the Surety
shall pay all costs incurred by the City in such suit, including a reasonable attorney's fee to be
fixed by thecourt.
145
Part 1 BD - 19
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers on this day of
,.
PRINCIPAL SURETY
(Legal Company Name)(Legal Company Name)
By:By:
Title Title
(Corporate Seal)(Corporate Seal)
IMPORTANT: Surety companies executing Bonds must possess a certificate of authority
from the California Insurance Commissioner authorizing them to write surety insurance
defined in Section 105 of the California Insurance Code, and if the Work or Project is
financed, in whole or in part, with federal grant or loan funds, must also appear on the
Treasury Department's most current list (Circular 570 as amended). Notary
acknowledgements for Principal and Surety signatures and Power of Attorney for
Surety must be attached. THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety)
(Name and Address of Agent or
Representative in California
if different from above)
(Telephone Number of Suretyand Agent or
Representative in California)
146
1.3.7 BIDDER'S GENERAL INFORMATION
The Bidder shall furnish the following information. Failure to complete and attach all items
may cause the Bid to be rejected asnon-responsive.
1.BIDDER / CONTRACTOR'S Name and Street Address:
2.CONTRACTOR'S Telephone Number:()
Facsimile Number:()
3.CONTRACTOR'S License: Primary Classification
StateLicenseNumber(s)
Supplemental License Classifications
4.Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety:
Address:
Surety CompanyAgent:
Telephone Numbers: Agent ()Surety ()
5.Type of Business Entity (Sole Proprietorship, Partnership, Corporation,etc.):
6.Corporation organized under the laws of the State of:
7.Is your business entity qualified to do business in the State of California?:
Datequalified.
8.List the names, addresses and titles of the principal members/officers of your business entity:
Name Title Address
147
Part 1 BD - 21
1.3.7 BIDDER'S GENERAL INFORMATION (Continued)
9.Number of years’ experience as contractor performing the specific type of construction or
Work required for this Project as set forth in the Contract Documents:
10.List at least three projects completed to date involving construction or Work similar to that
required for the completion of thisProject:
a.Owner Address
Contact Class of Work
Phone ContractAmount
Project DateCompleted
b.Owner Address
Contact Class of Work
Phone ContractAmount
Project DateCompleted
c.Owner Address
Contact Class of Work
Phone ContractAmount
Project DateCompleted
11.Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why:
12.List the name and title of the person who will supervise full-time the proposed work for your firm:
13.Is full-time supervisoran employee or an independent contractor?
14.Please attach resumes of key construction personnel who will be assigned to the Work on
this Project.
Note: Bidder agrees that personnel named on this form and in the attached resumes
will remain on this Project until completion of all relevant Work, unless substituted by
personnel of equivalent experience and qualifications approved in advance by the City.
15.A financial statement or other information and references sufficiently comprehensive to
permitan appraisal of your current financial condition may be required by the Engineer.
148
1.3.8 BIDDER’S INSURANCE STATEMENT
(To Be Submitted with Bid)
BIDDER HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance
requirements set forth in Subsection 1.4.4 of the Bidding and Contractual Documents and Forms,
Subsection 2.7.2 of the Special Provisions and elsewhere in the Contract Documents. Should the
Bidder be awarded the contract for the Work, Bidder further certifies that it can meet all insurance
requirements set forth in the Contract Documents, including, but not limited to, providing or
requiring insurance coverage for subcontractors; naming of City as an additional insured, and
providing waivers of subrogation. Bidder acknowledges and understands that all cost associated
with providing and maintaining the required insurance coverage are the sole responsibility of the
Contractor and that the costs of procuring and maintaining said coverage is included in
Contractor’s Bid.
Bidder further agrees and certifies that if awarded the contract, Bidder will provide the proof of
insurance and endorsements required by the Contract Documents within ten (10) calendar days of
receipt of the Notice of Award. Bidder acknowledges that failure to provide City with the
required insurance coverage, proof of insurance and/or endorsements within ten (10)
calendar days of receipt of the Notice of Award, may result in withdrawal of award and
forfeiture of the Bidder's Bid Security.
Dated:Bidder:
By:_
(Signature of Bidder’s Authorized Representative)
Title:
149
Part 1 BD - 23
1.4.1 CITY OF LYNWOOD AGREEMENT
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
This agreement (the “Agreement”) is made and entered into on this day of
,by and between the City of Lynwood, a California Municipal
Corporation ("City") and , a
("Contractor"). City and Contractor are sometimes
hereinafter referred to individually as a “Party” and collectively as the “Parties.”
R E C I T A LS
City and Contractor, based upon the mutual promises contained herein, do hereby agree
as follows:
I. CONTRACT DOCUMENTS
This Agreement consists of the following Contract Documents, the terms and conditions of
which are expressly incorporated as component parts of this Agreement as if herein set out
in full or attached hereto:
A.Notice Inviting Bids, Dated May 3, 2023
B.Instructions to Bidders.
C.Addenda.
D.Contractor’s Bid Proposal and Workers’ Compensation Certificate dated
,, and all other Bid Documents attached
thereto, including but not limited to:
1.Bid Schedule(s)
2.List of Subcontractors
3.Anti-Trust Claim
4.Non-Collusion Affidavit
5.Bidder’s General Information
6.Bid Bond (Bid Security Form)
7.Bidder’s Insurance Statement
E.Payment Bond.
F.Performance Bond.
G.Certificates/Proof of Insurance and Endorsements.
H.Certified Copy of the Lynwood City Council Resolution, not required.
I.Notice of Award dated .
J.Notice to Proceed dated .
K The Plans (Contract Drawings).
L.Special Provisions
M.Standard Specifications for Public Works Construction, “Greenbook”
latest Edition.
150
N.Appendices A through H of the Contract Documents.
O.Reference Specifications.
P Approved and Fully-Executed Change Orders.
Q.The Director of the Department of Industrial Relations’ Determination of
Prevailing Wage Rates for Public Works for each craft or type of worker
required to perform the Work under this Agreement.
II. CONTRACT PRICE
The City agrees to pay, and the Contractor agrees to accept as full payment for the Work
outlined in the Contract Documents, the Contract Price of
Dollars ($)
subject to additions and deductions, if any, made in accordance with said Contract
Documents. Progress payments shall not be made more often than once each thirty (30)
days, nor shall progress payments paid be in excess of ninety percent (90%) of the
Contract Price at time of completion. Finalpayment to Contractor will be processed thirty-
five (35) days after the City has recorded the Notice of Completion. Contractor may, upon
Contractor's written request, and approved by the City Council, at Contractor's expense,
deposit substitute securities, as stated in Government Code Section 16430, and as
authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to
insure performance.
Payment of undisputed amounts due under this Agreement, including the final payment
due hereunder, is contingent upon the Contractor furnishing to the City an unconditional
release by the Contractor of all claims against the City arising by virtue of this Agreement
related to those amounts. Disputed claims in stated amounts may be specifically excluded
by Contractor from the operation of any release. No payment, final or otherwise, shall
operate to release the Contractor or its sureties from obligations arising under this
Agreement or the bonds and warranties furnished hereunder. No payment shall be
construed as an acceptance of any of the Work or of defective or impropermaterials.
III. BONDS
Within ten (10) calendar days of receiving the Notice of Award and prior to Contractor’s
commencement of the Work, Contractor shall furnish to City, using the forms set forth in
the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one
hundred percent (100%) of the Contract Price, and a Performance Bond in an amount
equal to one hundred percent (100%) of the Contract Price, said bonds to be in
conformance with the Contract Documents, including but not limited to, the General
Specifications and Subsection 2.2.2 of the Special Provisions.
IV. INDEMNITY
Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its
respective elected and appointed boards, officials, officers, agents, employees,
representatives and volunteers (individually and collectively referred to hereinafter as
“Indemnitees”) free and harmless from any and all claims, demands, causes of action,
151
Part 1 BD - 25
costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of
whether the allegations are false, fraudulent, or groundless, to property or persons,
including wrongful death, to the extent arising out of or incident to any acts, omissions or
willful misconduct of Contractor, its officials, officers, employees, agents, consultants and
contractors arising out of or in connection with the performance of the Work or this
Agreement, including claims made by subcontractors for nonpayment, including without
limitation the payment of all consequential damages and attorney fees and other related
costs and expenses. Contractor shall defend, at Contractor’s own cost, expense andrisk,
with counsel of City’s choosing, any and all such aforesaid suits, actions or other legal
proceedings of every kind that may be brought or instituted against Indemnitees. To the
extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that
may be rendered against Indemnitees in any such suit, action or other legal proceeding.
Contractor shall reimburse Indemnitees for any and all legal expenses and costsincurred
by each of them in connection therewith or in enforcing the indemnity herein provided. The
only limitations on this provision shall be those imposed by California Civil Code Section
2782.
This obligation to indemnify and defend Indemnitees as set forth herein shall survive the
termination of this Agreement and is in addition to any rights which City may have under
the law. This indemnity is effective without reference to the existence or applicability of any
insurance coverages which may have been required under this Agreement or any
additional insured endorsements which may extend to City.
V. INSURANCE
Without limiting Contractor’s indemnification of Indemnitees as set forth in Section IV of
this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the
types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions
of the Contract Documents. Such insurance shall be in force prior to Contractor
commencing any Work under this Agreement and shall remain in force for the duration of
this Agreement and for any other such period as may be required herein. Contractor shall
provide proof of the required insurance coverage and the endorsements specified in
Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the
Notice of Award.
VI. INELIGIBLE SUBCONTRACTORS
In accordance with the provisions of Section 6109 of the California Public Contract Code,
Contractor agrees that it shall not perform any work under this Agreement with a
subcontractor who is ineligible to perform work on a public works contract pursuant to
Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further
acknowledges that any contract on a public works project entered into between a
contractor and debarred subcontractor is void as a matter of law, and a debarred
subcontractor may not receive any public money for performing work as a subcontractor
on a public works contract. Any public money that is paid or may have been paid to a
debarred subcontractor by a Contractor for work performed on this Project shall be
152
returned to the City. The Contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who have been allowed to work on the Project.
VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES
The Contractor shall commence the Work required by this Agreement within ten (10)
calendar days of the date specified in the Notice to Proceed from the City and shall
complete all Work as specified in the Contract Documents within EIGHTY (80)
WORKING DAYS from the date in said Notice.
City and Contractor have discussed the provisions of Government Code Section 53069.85
and the damages that may be incurred by City if the Work is not completed within the time
specified in this Agreement. The City and Contractor hereby represent that at the time of
signing this Agreement, it is impracticable and extremely difficult to fix the actual damage
which will be incurred by City if the Work is not completed within the number of working
days allowed. Accordingly, City and Contractor agree that the sum of $500.00 per working
day is a reasonable sum to assess as Liquidated Damages to City by reason of the
failure of Contractor to complete the Work within the time specified.
VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861
By signing this Agreement, Contractor makes the following certification required by
Section 1861 of the California Labor Code:
“I am aware of the provisions of Section 3700 of the California Labor Code
which requires every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of any Work under this Agreement.”
IX. APPRENTICES
The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor
Code, he/she will be held responsible for compliance with the provisions of this Section
for all apprenticeable occupations.
X. SUBSTITUTION OF SUBCONTRACTORS
The Contractor hereby agrees to reimburse the City for costs incurred by the City in the
substitution of subcontractors. Where a hearing is held pursuant to the provisions of
Section 4100 et seq. of the Public Contract Code by the City or a duly appointed hearing
officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs
incurred by the City for investigation and conduct of the hearing, including the costs of any
hearing officer and shorthand reporter appointed.
153
Part 1 BD - 27
The statement shall then be sent to the Contractor, who shall reimburse the City for such
costs. If not paid separately, such reimbursement may be deducted from any money due
and owing to the Contractor prior to the City’s acceptance of the Project.
XI. LICENSES
Contractor acknowledges and agrees that Contractor must have all appropriate
contractor's licenses. Contractor further warrants and represents that he/she/they
has/have the appropriate contractor's license to pursue the work hereunder. Contractor's
failure to have or maintain all appropriate licenses during the entire term of this Agreement
shall be cause for the immediate and summary termination of this Agreement by City.
Contractor shall be liable for all City's costs incurred to complete the Work under this
Agreement in the event of such termination.
XII. EMPLOYMENT DISCRIMINATION PROHIBITED
Pursuant to California Labor Code Section 1735 and other applicable provisions of law,
the Contractor and its subcontractors shall not discriminate against any employee or
applicant for employment because of race, religious creed, color, national origin, ancestry,
physical disability, mental disability, medical condition, marital status, sex, age, political
affiliation or sexual orientation in the performance of Work under this Agreement. The
Contractor will take affirmative action to insure that employees are treated during
employment or training without regard to their of race, religious creed, color, national
origin, ancestry, physical disability, mental disability, medical condition, marital status, sex,
age, political affiliation or sexual orientation.
XIII. PREVAILING WAGES
The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and
1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq.
(“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the
performance of other requirements on certain “public works” and “maintenance” projects.
Since the work covered by this Agreement involves an applicable “public works” or
“maintenance” project, as defined by the Prevailing Wage Laws, and since the total
compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing
Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the
Contract Documents.
XIV. AUTHORITY TO EXECUTE
The person or persons executing this Agreement on behalf of Contractor warrants and
represents he/she/they has/have the authority to execute this Agreement on behalf of
his/her/their corporation, partnership, or business entity and warrants and representsthat
he/she/they has/have the authority to bind Contractor to the performance of its obligations
hereunder.
154
XV. ASSIGNMENT; GOVERNING LAW
This Agreement may not be assigned by Contractor, in whole or in part, without the prior
written consent of the City. This Agreement and any dispute arising hereunder shall be
governed by the law of the state of California.
XVI. NOTICES
Any notices, bills, invoices, or reports required by this Agreement shall be deemed received
on (a) the day of delivery if delivered by hand during Contractor’s regular business hours or
by facsimile before or during Contractor’s regular business hours; or (b) on the third business
day following deposit in the United States mail, postage prepaid, to the addresses set forth
below, or to such other addresses as the Parties may, from time to time, designate in writing
pursuant to the provisions of thisSection.
City Contractor
City of Lynwood
Attn: City Engineer Attn:
11330 Bullis Road
Lynwood, CA 90262
Fax No. (310) 603-0220 Fax No.
XVII. ATTORNEYS FEES
Should either Party bring any action to protect or enforce its rights under this Agreement
or the Contract Documents, the prevailing party in such action shall be entitled to recover,
in addition to all other relief, its reasonable attorney’s fees and costs.
XVIII. WARRANTY
All Work shall be warranted by Contractor against defective workmanship and materials
for a period of one (1) year form the date the Work is accepted as complete by the Lynwood
City Council. The contractor shall replace or repair any such defective work in a manner
satisfactory to Engineer, following notice from Engineer specifying the work to be done
and the time in which replacement or repair shall be completed. If Contractor fails to make
such replacement or repair within the time specified in the notice, the City may perform
the needed repairs and Contractor’s sureties shall be liable for the cost thereof.
XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION
This Agreement contains the completely final, entire, and exclusive agreement between
the Parties with respect to the subject matter hereof, and no waiver, alteration, or
modification of any of the provisions hereof or rights to act hereunder shall be binding
unless made in writing signed by both Parties. Any attempted modification, amendment,
or alteration in violation hereof shall be void.
155
Part 1 BD - 29
IN WITNESS WHEREOF, each of the Parties hereto has caused the Agreement to be
executed in its name on its behalf by a duly authorized officer as of this day and year first
above written.
CITY OF LYNWOOD CONTRACTOR
LEGAL NAME OF FIRM
By:By:
Oscar Flores Signature of Chairman of Board,
Mayor President, or Vice President
Attest:
(Typed/Printed Name)
By:
Maria Quiñónez (Title)
City Clerk
By:
Signature of Secretary, Assistant
Approved as to Form:Secretary, CFO, or Assistant
Treasurer
By:
Noel Tapia (Typed/Printed Name)
City Attorney
(Title)
[NOTARY REQUIRED FOR SIGNATURE(S) OF CONTRACTOR]
156
1.4.2 CONTRACT PERFORMANCE BOND
(CALIFORNIA PUBLIC WORKS)
KNOW ALL MEN BY THESE PRESENTS:
THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City") has entered
into an Agreement dated (referred to hereinafter as the
“Agreement”) with
(hereinafter designated as “Contractor” or "Principal"), for construction of, SEWER
SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT FOR THE CITY OF LYNWOOD
(hereafter referred to as the “Project”).
WHEREAS, the Work to be performed by the Contractor is more particularly set forth in
the Agreement for the Project, the terms and conditions of which, including those set
forth in the Contract Documents incorporated as component parts the of Agreement, are
expressly incorporated herein by this reference; and
WHEREAS, the Contractor is required by the Agreement to perform the terms thereof and
to provide a bond both for the performance and guaranty thereof.
NOW, THEREFORE, we,, the undersigned
Contractor, as Principal, and , a corporation
organized and existing under the laws of the State of , and duly authorized
to transact business under the laws of the State of California, as Surety, are held and firmly
bound unto City in the penal sum of
Dollars ($)
lawful money of the United States, said sum being not less than 100 percent of the total
amount payable by the City under the terms of the Agreement, for which payment well and
truly to be made, we bind ourselves, our heirs, executors and administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or
its heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the undertakings, terms, covenants, conditions
and agreements set forth in the Agreement and any alteration thereof made as therein
provided, on his/her or its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their intent and meaning; and shall faithfully fulfill
the one-year guarantee of all materials and workmanship; and indemnify and save harmless
the City, its officers, officials, employees, authorized agents and volunteers, as stipulated in
the Agreement, then this obligation shall become null and void; otherwise it shall be and
remain in full force and effect. In the event suit is brought on this bond, said Surety will pay
to City a reasonable attorney's fee to be fixed by the Court.
157
Part 1 BD - 31
As a condition precedent to the satisfactory completion of the Agreement, unless otherwise
provided for in the Agreement, the above obligation shall hold good for a period of one (1)
year after the acceptance of the Work by City, during which time if Contractor shall fail to
make full, complete, and satisfactory repair and replacements and totally protect the City
from loss or damage resulting from or caused by defective materials or faulty
workmanship. The obligations of Surety hereunder shall continue so long as any obligation
of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or
Surety’s obligations under the Contract, law or equity, including, but not limited to,
California Code of Civil Procedure section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the
Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall
promptly, at the City’s option:
(1)Take over and complete the Project in accordance with all terms and conditions
in the Agreement; or
(2)Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as Work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total amount
payable to Contractor by the City under the Agreement and any modification
thereto, less any amount previously paid by the City to the Contractor and any other
set offs pursuant to the Contract Documents.
(3)Permit the City to complete the Project in any manner consistent with California
law and make available as Work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Agreement and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs pursuant
to the Contract Documents. Surety expressly agrees that the City may reject any
contractor or subcontractor which may be proposed by Surety in fulfillment of its
obligations in the event of default by the Contractor.
The said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, or addition to the terms of the Agreement, or to the Project or
to the Work to be performed thereunder, or the Specifications accompanying the same,
shall in any way affect its obligations on this bond, and it does hereby waive notice ofany
such change, extension of time, alteration or addition to the terms of the Agreement, or to
the Project, or to the Work or to the Specifications. Said Surety also hereby waives the
provisions of sections 2819 and 2845 of the California Civil Code.
158
No final settlement between the City and the Contractor shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this
day of ,, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
PRINCIPAL:
(seal)
By
SURETY:
(seal)
By
Attorney-in-Fact
The rate of premium on this bond is per thousand. The total amount of premium charged,
$. (These blanks must be filled in by corporate surety.)
IMPORTANT: Surety companies executing Bonds must possess a certificate of authority
from the California Insurance Commissioner authorizing them to write surety insurance
defined in Section 105 of the California Insurance Code, and if the Work or Project is
financed, in whole or in part, with federal grant or loan funds, must also appear on the
Treasury Department's most current list (Circular 570 as amended). Notary
acknowledgements for Principal and Surety signatures and Power of Attorney for
Surety must be attached. THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Addressof Surety)(Name and Address of Agent/Representativein
California if different)
(Telephone Number of Surety/Agent
Or Representative in California
159
Part 1 BD - 33
STATE OF CALIFORNIA )
) ss.
COUNTY OF )
On this day of , in the year , before me,
, a Notary Public in and for said state, personally
appeared , known to me (or proved to me on the
basis of satisfactory evidence) to be the person whose name is subscribed to the within
instrument as the Attorney-in-Factof the (Surety) and acknowledged
to me that he/she subscribed the name of the (Surety)
thereto and his/her own name as Attorney-in-Fact.
Signature of Notary Public in and for said State
(SEAL)
My commission expires on:
NOTE: A copy of the power of attorney to local representatives of the bonding
company must be attached hereto.
CERTIFICATE AS TO CORPORATE PRINCIPAL
I,, certify that I am the
Secretary of the corporation named as Principal
to the within bond; that who signed
the said bond on behalf of the principal was then of said
corporation; that I know his/her signature, and his/her signature thereto is genuine; and
that said bond was duly signed, sealed and attested for and in behalf of said Corporation
by authority of its governing board.
Signature of Corporate Principal
160
1.4.3 CONTRACT PAYMENT BOND
(CALIFORNIA PUBLIC WORKS)
KNOW ALL MEN BY THESE PRESENTS:
THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered into an
agreement dated (referred to hereinafter as the “Agreement”) with
, (hereinafter designated as the "Contractor" or “Principal”), for
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT FOR THE CITY OF LYNWOOD.
WHEREAS, Contractor is required to furnish a bond in connection with the Agreement, and
pursuant to Section 3247 of the California Civil Code.
NOW, THEREFORE, we,, the undersigned
Contractor, as Principal, and , a corporation
organized and existing under the laws of the State of , and duly authorized to
transact business under the laws of the State of California, as Surety, are heldandfirmly bound unto
City and to any and all persons, companies or corporations entitled to file stop noticesunderSection
3181 of the California Civil Code, in the penal sum of Dollars ($ ), lawful
money of the United States, said sum being not less than 100 percent of the total amount payable
by City under the terms of the Agreement, for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally,
firmly by thesepresents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his/her or its heirs,
executors, administrators, successors or assigns, or subcontractors, shall fail to pay for any materials,
provisions, provender or other supplies, items, implements or machinery used in, upon, for or about
the performance of the Work required by the Agreement; or fails to pay (1) any of the persons named
in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code with respect
to work or labor performed under the Agreement, or (3) for any amounts required to be deducted,
withheld, and paid over to the Employment Development Department from the wages of employees
of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code with respect to the work and labor provided pursuant to the Agreement, said Surety will pay for
the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation
shall be void. In the event suit is brought upon this bond, said Surety will pay to City a reasonable
attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this
bond will inure to the benefit of any and all persons, companies and corporations entitled to serve
stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their
assigns in any suit brought upon thisbond.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration, or addition to the terms of the Agreement or to the Work to be performed thereunder or
the Specifications accompanying the same; shall in any way affect its obligations on this bond, and
it does hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the Agreement or to the Work or to the Specifications. Said Surety also hereby waives
the provisions of sections 2819 and2845 of the California Civil Code.
161
Part 1 BD - 35
No final settlement between the City and the Contractor hereunder shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, the above-bounded parties have executed this instrument this
day of , , the name and corporate seal of each corporateparty being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority of
its governing body.
PRINCIPAL:
(seal)
By
SURETY:
(seal)
By
Attorney-in-Fact
IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the
California Insurance Commissioner authorizing them to write surety insurance defined in Section
105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part,
with federal grant or loan funds, must also appear on the Treasury Department's most current list
(Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures
and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety)(Name and Address of Agent/Representative in California if
different)
(Telephone Number of Surety/Agent
or Representative in California)
162
STATE OF CALIFORNIA )
) ss.
COUNTY OF )
On this day of , in the year , before me,
, a Notary Public in and for said state, personally appeared
, known to me (or proved to me on the basis of satisfactory
evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-
Factof the (Surety) and acknowledged to me that
he/she subscribed the name of the (Surety) thereto and his/her
own name as Attorney-in-Fact.
Signature of Notary Public in and for said State
(SEAL)
My commission expires on:
NOTE: A copy of the power of attorney to local representatives of the bonding company must be
attached hereto.
CERTIFICATE AS TO CORPORATE PRINCIPAL
I,, certify that I am the
Secretary of the corporation named as Principal to
the within bond; that who signed
the said bond on behalf of the principal was then of said
corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said
bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its
governing board.
Signature of Corporate Principal
(CORPORATE SEAL)
163
Part 1 BD - 37
1.4.4 CERTIFICATES / PROOF OF INSURANCE
AND ENDORSEMENTS
The Contractor shall not commence any of the Work or begin any performance under the
Agreement until he/she obtains, at his/her own and sole cost and expense, all required insurance
as stipulated by the City. The required insurance shall be provided by the Contractor in
conformance with the requirements of Subsection 2.7.2 of the Special Provisions and may include
the following:
Workers' Compensation Insurance
Commercial General Liability and Business Automobile Liability Insurance
Course of Construction or Builder’s Risk Insurance
Flood Insurance
The insurance company or companies utilized by the Contractor shall be authorized and admitted
to transact business in the State of California and to issue policies in the amounts required pursuant
to the provisions of Subsection 2.7.2 of the Special Provisions. All insurance required shall be
placed with insurers with a current A.M. Best's rating of no less than A:VII, and shall contain the
endorsements specified in Subsection 2.7.2.
Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall furnish to the
City for approval as to sufficiency and form, certificates of insurance and original endorsements
evidencing the required coverage set forth in Subsection 2.7.2 of the Special Provisions.
Endorsements and certificates are to be signed by a person authorized by the insurer to bind
coverage on the insurer’s behalf. If the insurance called for is provided by more than one company,
a separate certificate and the required endorsements shall be provided by each company.
City reserves the right to request complete, certified copies of all required insurance policies and
endorsements at any time.
Failure to provide City with the required insurance coverage, proof of insurance and/or
endorsements within ten (10) calendar days of receipt of the Notice of Award, may result in
withdrawal of award and forfeiture of the Bidder's Bid Security.
164
ADDENDUM
By executing this Addendum, Contractor acknowledges and agrees that the work performed
pursuant to the above referenced Agreement is subjected to all applicable provisions.
Payment of Minimum Compensation to Employees. Contractor shall be obligated to pay not
less than the General Prevailing Wages Rate as required by applicable law.
A.Prevailing Wage Requirements. California Labor Code requires the payment of not less
than the general prevailing rate of per diem wages and rates for holiday and overtime and
adherence to all labor standards and regulations. The General Prevailing Wages Rates
may be adjusted throughout the term of this Agreement. Notwithstanding any other
provision of this Agreement, Contractor shall not be entitled to any adjustment in
compensation rates in the event there are adjustments to the General Prevailing Wages
Rates.
B.Reports. Contractor shall not perform on site work on this contract until labor compliance
documents are filed. Contractor agrees to cooperate with the City to fulfill its notifications
requirement to the DIR, as required by DIR’s PWC-100 form or any other required form,
and Contractor agrees to provide to the City the information required by the DIR, as
generally set forth in Labor Code Section 1773.3. By signing this form, Contractor, and all
of its subcontractors, represents that it has registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions under Labor
Code section 1771.1(a)] and paid the annual fee due to the DIR, unless the Contractor
meets an exception recognized by the DIR or by the law.
C.Furnishing of Electronic Certified Payroll Records to Labor Commissioner.
Contractor and subcontractor agree to furnish the required electronic certified payroll
records directlyto the Labor Commissioner (aka Division of Labor Standards Enforcement),
in the manner and under the time frame required by law.
D.Audit Rights. All records or documents required to be kept pursuant to this Agreement to
verify compliance with the Wage Requirement shall be made available for audit at no cost
to City,at anytime duringregular business hours, upon written request by the City Attorney,
City Auditor, City Manager, or a designated representative of any of these officers. Copies
of such records or documents shall be provided to City for audit at City Hall when it is
practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records or
documents shall be available at CONTRACTOR’s address indicated for receipt of notices
in this Contract.
E.Enforcement.
1.General. CONTRACTOR acknowledges it has read and understands that, pursuant
to the terms and conditions of this Agreement, it is required tocomply
165
Part 1 BD - 39
with the Wage Requirement and to submit certain documentation to the City
establishing its compliance with such requirement. (“Documentation Provision.”)
CONTRACTOR further acknowledges the City has determined that the Wage
Requirement promotes each of the following (collectively “Goals”):
a.It protects public job opportunities and stimulates the City’s economy by
reducing the incentive to recruit and pay a substandard wage to labor from
distant, cheap-labor areas.
b.It benefits the public through the superior efficiency of well-paid employees.
c.It increases competition by promoting a more level playing field among
contractors with regard to the wages paid to workers.
2.CONTRACTOS’s Breach of Prevailing Wage/Living Wage Provisions.
WITHOLDING OF PAYMENT: CONTRACTOR agrees that the Documentation
Provision is critical to the City’s ability to monitor CONTRACTOR’s compliance with the
City’s public wage obligations. CONTRACTORS further agrees its breach of the
Documentation Provision or general public wage obligations results in the need for
additional enforcement action to verify compliance with this Addendum. In light of the
critical importance of the Documentation Provision, the City and CONTRACTOR agree
that CONTRACTOR’s compliance with this Addendum is an express condition of City’s
obligation to make each payment due to the CONTRACTOR pursuant to this
Agreement. THE CITY IS NOT OBLIGATED TO MAKE ANY PAYMENT DUE THE
CONTRACTOR UNTIL CONTRACTOR HAS PERFORMED ALL OF ITS
OBLIGATIONS UNDER THESE PROVISIONS. THIS PROVISION MEANS THAT
CITY CAN WITHOLD ALL OR PART OF A PAYMENT TO CONTRACTOR UNTIL
ALL REQUIRED DOCUMENTATION IS SUBMITTED.
Any payment by the City despite CONTRACTOR’s failure to fully perform its obligations
under these provisions shall not be deemed to be a waiver of any other term or condition
contained in this Agreement or a waiver of the right to withhold payment for any
subsequent breach of this Documentation Provision or public wage obligations of the
Contractor and the City.
166
CITY OF LYNWOOD DEPARTMENT OF PUBLIC WORKS
PART 2 – TECHNICAL PROVISIONS
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT NO. 4011.68.095 and 4011.68.096
Section 2.1 General, Terms, Definitions, Abbreviations, and Symbols
2.2 Scope of theWork
2.3 Control of theWork
2.4 Control of Materials
2.5 Legal Relations and Responsibilities
2.6 Prosecution and Progress of theWork
2.7 Measurement and Payment
2.8 Facilities for Agency Personnel
2.9 Bid Items
2.10 City Standards, Standard Plans andDrawings
* * * * *
167
168
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
PART 2 - TECHNICAL PROVISIONS
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT NO. 4011.68.095 and 4011.68.096
Note:
All features and details required to complete work as shown per the Plans, Specifications
and Special Provisions and not specifically itemized in the Definition of Bid Items shall be
considered included in and a part of the Unit Prices of all Bid Items and an aggregate of
the Total Bid Amount.
CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETE COMPLIANCE WITH LOCAL
NPDES PERMIT REQUIREMENTS IN ATTEMPT TO PROTECT THE STORM DRAIN
SYSTEM AND RECEIVING WATERS.
ALL SURVEY LAYOUT AND CONTROL TO BE PROVIDED BY THE CONTRACTOR AND THE
COST SHALL BE INCLUDED IN RELEVANT ITEMS OF WORK.
SECTION 2.1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
2.1.1 GENERAL
The following additions/modifications are hereby made to the Standard Specifications:
2.1.1.1 Standard Specifications. -The Work hereunder shall be done in accordance with the
Standard Specifications of the City of Lynwood, Standard Specifications for Public
Works Construction ("Greenbook"), latest Edition, including all current supplements,
addenda, and revisions thereof, the City Standard Plans identified in the Appendix, and
the Special Provisions set forth in this Part 2 of the ContractDocuments.
In case of conflict between the technical provisions of the Standard Specifications for
Public Works Construction, latest Edition and these Special Provisions, these Special
Provisions shall take precedence over, and be used in lieu of, such conflicting portions.
2.1.1.2 Supplementary Reference Specifications. -Insofar as references may be made in
these Special Provisions to the Caltrans Standard Specifications, such work shall
conform to the referenced portions of the technical provisions of the Caltrans Standard
Specifications, latest Edition, provided, that wherever the term "Standard
Specifications" is used without the prefix "Caltrans," it shall mean the Standard
Specifications for Public Works Construction ("Greenbook"), latest Edition, as
previously specified in the above Subsection 2.1.1.1.
In case of conflict between the technical provisions of the Standard Specifications for
Public Works Construction, latest Edition and these Special Provisions, these Special
Provisions shall take precedence over, and be used in lieu of, such conflicting portions.
169
Part 2 BD - 3
2.1.2 LEGAL ADDRESS
2.1.2.1 Legal Address of the Agency. -The official address of the Agency shall be the City
of Lynwood, 11330 Bullis Road, Lynwood, California 90262, or such other address as
the City may subsequently designate in written notice to theContractor
2.1.2.2 Legal Address of the Engineer. -The official address of the Engineer shall be 11330
Bullis Road, Lynwood, California 90262, or such other address as the Engineer may
subsequently designate in writing to theContractor.
2.1.2.3 Legal Address of the Agency’s Project Representative. – The name and address
of the Agency’s designated Project Representative shall be Mir T. Fattahi, MsCE, P.E.,
Acting City Engineer, 11330 Bullis Road, Lynwood, California 90262, or such address
as the Project Representative may subsequently designate in writing to the Contractor.
2.1.3 DEFINITIONS AND TERMS
2.1.3.1 Definitions and Terms. -Wherever in the Standard Specifications the following terms
are used, the definitions shall be amended toread:
Agency -The City of Lynwood, a California municipal corporation and general law city,
existing in the County of Los Angeles, State ofCalifornia.
Board – The City Council of the City of Lynwood.
Engineer - The City Engineer of the City of Lynwood or other persons designated by the
City Engineer.
Liquidated Damages - The amount prescribed in these Special Provisions, pursuant to
the authority of Government Code Section 53069.85, to be paid to the City or to be
deducted from any payments due or to become due to theContractor for each day's delay
in completing the whole or any specified portion of the Work beyond the time allowed in
the SpecialProvisions.
Standard Plans -The Standard Drawings and the Special Drawings of the City of
Lynwood.
2.1.3.2 Additional Definitions and Terms. -The following additional terms and definitions
used in the Contract Documents shallapply:
Project – The Work that is the subject of the Contract Documents.
Total Bid Price – The full price for all the Work required to complete the Project
submitted by a Bidder in the Bid Documents.
Unit Price – The amount set forth in a Bid Schedule document for a single unit of an item
of work.
Unit Price Bid Item – An item of work to which a Unit Price applies.
- END OF SECTION -
170
SECTION 2.2 - SCOPE AND CONTROL OF WORK
2.2 SCOPE OF THE WORK
The work to be performed consists of the installation of 10-inch, 12-inch and 15-inch sewer main
pipeline in multiple locations throughout the City of Lynwood. All areas are to be considered and
included in the overall improvement project area and will reflect the contractor’s unit price bid
schedule provided in section 1.3.2. Additionally, sewer improvements include the relocation of
existing sewer laterals, sewer manhole installation, re-construction of existing sewer manhole
bases, existing sewer mains to be plugged, capped and/or abandoned, sewer pipe main trenching
and pipe bedding, backfill and AC Pavement sawcut, removal and re-construction. The materials
noted will be provided and installed by the Contractor. Any appurtenances necessary to make the
connections are the Contractors responsibility and should be included in cost of installation line
items. Work includes potholes of any utilities of concern as well as connections to existing sewer
services, valve installations, paving / sidewalk restoration, and site restoration, including
landscaping and other related work.
2-2.1 PERMITS.
The text of Subsection 2-2 of the Standard Specifications is hereby deleted and replaced with the
following:
Priortothe startofanywork, theContractorshalltakeouttheapplicable AGENCYpermits and make
arrangements for AGENCY inspections. The AGENCY will issue the permitsat no charge to the
Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license
and shall be licensed in accordance with the State Business and Professions Code. The Contractor
shall also obtain any and all other permits, licenses, inspections, certificates, or authorizations
required by any governing body or entity.
2.2.2 CONTRACTOR’S SURETY WAIVER OF RIGHT OF NOTIFICATION
The following shall be added to the Standard Specifications:
"The Contractor shall ensure that its Surety is familiar with all of the terms and conditions of
the Contract Documents, and shall obtain a written acknowledgement by the Surety that
said Surety thereby waives the right of special notification of any changes or modifications of
the Agreement, or of extensions of time, or of decreased or increased Work, or of cancellation
of the Agreement, or of any other act or acts by the City of Lynwood or any of its authorized
representatives."
2.2.3 CHANGES INITIATED BY THE AGENCY
The following sentence shall be added to the Standard Specifications:
All Change Orders shall be subject to the provisions of Subsection 6-3.15 of the Lynwood
Municipal Code.
171
Part 2 BD - 5
2.2.4 EXTRA WORK
The provisions of Section 2-8 of the Standard Specifications shall apply; provided that the provisions
governing markup percentages for overhead and profit for extra work referenced in Subsection 2-8
and 7-4.3 Markup, Paragraph (a) Work by Contractor of the latest edition shall be deleted in their
entirety and the following substituted therefor:
(a)Work byContractor.The following percentagesshallbe added bythe Cityto the Contractor's
costs and shall constitute the markup for all overhead andprofit.
1)Labor 20 percent
2)Materials 15 percent
3)Equipment rental 15 percent
4)Other items & expenditures 15 percent
5)Subcontracts (1st tier only)5 percent
6)Lower Tier subcontractors none
To the sum of costs and markups provided for in this subsection, one percent shall be added
by the City as compensation for bonding.
2.2.5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY
Subsection 2-3 of the Standard Specifications shall be deleted in its entirety and the following
substituted therefor:
All temporary access or construction rights-of-way, other than those shown on the Plans, which
the Contractor may find it requires during progress of the Work, shall be arranged by and paid
for entirely by the Contractor, at its own expense.
2.2.6 TESTING
The Contractor shall provide, at its sole cost and expense, any testing indicated by the Contract
Documents. The testing shall be performed by a company approved by the Engineer. Only initial
compaction tests which produce results meeting the City’s previously specified requirementsshall be
at the City’s expense. All compaction testing which produces results that fail to meet the City’s
previously specified requirements and all retaking of such tests shall be at the Contractor’s expense
and City shall not pay Contractor any compensation therefor.
The Contractor, at its sole expense, shall excavate any holes necessary for compaction tests, backfill
the holes, compact the backfill placed in the holes, and pave the surface, if required, after the test(s)
arecompleted.
2.2.7 SITE EXAMINATION
The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location
of the Work. The submittal of a Bid Proposal shall be conclusive evidence that the Contractor has
investigated and examined the Work site and is satisfied as to the conditions to be encountered,
including but not limited to, locality, uncertainty of weather and all other contingencies, and the
character, quality, quantities, and scope of the Work, materials to be furnished, and all Agreement
requirements which could in any way affect theWorkorthecosts thereof. Thefailureof theContractor
172
to acquaint itself with all available information regarding any applicable existing or future conditions
shall not relieve it from the responsibility for properly estimating the difficulties, responsibilities, or costs
of successfully performing the Work according to the ContractDocuments.
2.2.8 FLOW AND ACCEPTANCE OF WATER
Storm, surface, nuisance, or other waters may be encountered at various times during construction
of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has
investigated the risk arising from such waters, and has prepared its Bid; accordingly, and the
Contractor, by submitting such a Bid, assumes all saidrisk.
2.2.9 RECYCLING AND DIVERSION OF DEBRIS
The Contractor shall adhere to all provisions of Section 9-6, “Recycling and Diversion of Debris
from Construction and Demolition,” of the City of Lynwood Municipal Code.
2.2.10 POLLUTION CONTROL
2.2.10.1 Water Pollution Control
The Contractor shall adhere to all provisions of Section 14-12 of the Lynwood Municipal Code:
“Stormwater and Urban Runoff Pollution Control,” and the Federal Clean Water Act, including
but not limited to, the National Pollutant Discharge Elimination System (NPDES) standards.
The Contractor shall implement all provisions of the Storm Water Pollution Prevention Plan
(SWPPP) as prepared by the Contractor.
2.2.10.2 Sound Pollution Control
The Contractor shall ensure that its operations do not exceed a noise level of 86- decibels
(db) as measured at a distance of 50 feet from all its sources of operation.
2.2.10.3 Air Pollution Control
The Contractor shall adhere to all applicable rules and regulations of the California Air
Resource Board (CARB) and the South Coast Air Quality Management District (SCAQMD).
- END OF SECTION -
173
Part 2 BD - 7
SECTION 2.3 – Control of The Work
2.3-1 SELF-PERFORMANCE.
The whole paragraph of Section 3-2 of the Standard Specifications is hereby deleted and replaced
with the following:
The Contractor shall perform or provide, with its own organization, contract labor, materials, and
equipment amounting to at least 50 percent of the Contract Price. The contract labor performed or
provided by the Contractor shall amount to at least 25 percent of the total contract labor for the
Contract. Contract labor shall exclude the Contractor’s superintendent. Any designated “Specialty
Items” may be performed by subcontract and theamountofanysuch“SpecialtyItems”soperformed
maybedeductedfrom theContract Price before computing the amount of contract labor, materials,
and equipment required to be performed or provided by the Contractor with its own organization.
Where an entire item is subcontracted, the value of contract labor, materials, and equipment
subcontracted will be based on the estimated percentage of the Contract Unit or Lump Sum Price,
determined from information submitted by the Contractor, subject to approval by the Engineer.
The Contractor with the bid package shall submit a list of all subcontractors intended to perform
work on the project. This list shall include the name and location of the place of business of each
subcontractor who will perform work or labor or render service to the prime contractor in or about
the construction of the work or improvement, or a subcontractor licensed by the State of California
who, under subcontract to the prime contractor, speciallyfabricates andinstalls a portionofthe work
or improvement according to detailed drawings contained in the plans and specifications, in an
amount in excess of one-half of one percent of the prime contractors total bid. The prime contractor
shall provide a description by bid item number or otherwise fully designate the portion of work to
be performed by each subcontractor.
2.3.2 PRECEDENCE OF CONTRACT DOCUMENTS
The provisions of Subsection 3-7.2 of the Standard Specifications shall be deleted in their entirety
and the following substituted therefor:
The Contract Documents are complementary, and what is called for by one shall be as binding as
if called for by all.
The Contract Documents are intended to be fully cooperative and to be complementary. If Contractor
observes that any documents are in conflict, the Contractor shall promptly notify the Engineer in
writing.
In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract
Documents, the document highest in precedence shall control. The order of precedence shall be
as listed below:
174
1.Approved and Fully-Executed Change Orders
2.Agreement
3.Addenda
4.Contractor's Bid (Bid Documents)
5.Technical Provisions
6.Special Provisions
7.General Provisions of the StandardSpecifications
8.Notice Inviting Bids
9.Instructions to Bidders
10.Plans (Contract Drawings)
11.Standard Specifications
12.City Standard Plans
13.Reference Specifications
With reference to the Drawings, the order of precedence shall be as follows:
1.Figures govern over scaled dimensions.
2.Detail drawings govern over general drawings.
3.Addenda or Change Order drawings govern over ContractDrawings.
4.Contract Drawings govern over Standard Drawings.
5.Contract Drawings govern over Shop Drawings.
2.3.3 SUBMITTALS
The following provision shall be added at the end of Subsection 3-8.1 of the Standard
Specifications:
On lump sum contracts, the Contractor shall submit, for approval by the Engineer, a Schedule
of Values,orlumpsumpricebreakdown,whichwillserveasthebasisforprogress payments and shall
be incorporated into a form of payment request (or invoice) acceptable to the Engineer. Such
Schedule of Values shall be submitted for approval at the Pre-construction Conference and must
meet the approval of the Engineer before any payments can be made to the Contractor.
2.3.4 SUBSURFACE DATA
The provisions of Subsection 3-9 of the Standard Specifications shall be deleted in their entirety
and following substituted therefor:
Limited Reliance by Contractor. -Soils reports and other reports of subsurface conditionsmay
be made available by the City for inspection by the Contractor. HOWEVER, SUCH REPORTS AND
DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general
accuracy of the "technical data" contained in such reports and drawings only where such "technical
data" are specifically identified in the Special Provisions. Except for such reliance on such "technical
data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any
of the Engineer's Consultants with respect to any of the following:
175
Part 2 BD - 9
Completeness. -The completeness of such reports and drawings for Contractor's purposes,
including, but not limited to, any aspects of the means, methods, techniques, sequences, and
procedures of construction to be employed by Contractor and safety precautions and programs
incident thereto, or
Other Information. -Any other data, interpretations, opinions, and information contained in
such reports or shown or indicated in such drawings, or
Interpretation. -Any interpretation by the Contractor of such "technical data," or any
conclusion drawn from any "technical data" or any such data, interpretations, opinions or
information.
2.3.5 PERMANENT SURVEY MARKERS
The provisions of Subsection 3-10.1 of the Standard Specifications shall be deleted in their entirety
and the following substituted therefor:
It shall be the Contractor's responsibility to protect all the existing survey monuments,
benchmarks, survey marks and stakes. Removal of such monuments, or displacement
thereof, shall require their resetting, including corner record filing, for the existing type of
monument in question at the Contractor's sole expense.
Any existing monument shall not be disturbed. Where the Engineer concurs, in writing, with the
Contractor that protecting an existing monument in place is impractical, the Contractor shall employ
a California Licensed Land Surveyor to establish the location of the monument before it is disturbed.
The Contractor shall have the monument replaced by a California Licensed Land Surveyor no later
than thirty (30) days after construction is completed at the site of the replacement. The California
Licensed Land Surveyor shall file corner record(s) as required by Sections 8772 and 8773, et seq.,
of the California Business and Professions Code.
Payment for the costs of Land Surveyors, replacement of disturbed monuments and the filing of
corner records shall not be considered part of the work necessitating the disturbance of said
monuments and no additional payment will be made by City to Contractor therefor.
2.3.6 SURVEY SERVICE
The provisions of Subsection 3-10 of the Standard Specifications shall be deleted in their entirety
and the following substituted therefor:
The Contractor shall hire and pay for the services of a California Licensed Land Surveyor to perform
all work necessary for establishing control, construction staking, records research, and all other
surveying work necessary to perform the Work; and to provide other surveying services, if required
by the Contract Documents, in accordance with the Land Surveyors Act. The California Licensed
Land Surveyor shall be present on the site during all surveying operations and shall personally
supervise and certify the surveyingwork.
Payment for work performed to satisfy the requirements of surveying shall be included by Contractor
in its bid for any items requiring the survey work and no additional payment will be made by City to
Contractor therefor.
176
2.3.7 INSPECTION
The provisions of Subsection 3-5 of the Standard Specifications shall be deleted in their entirety
and the following substituted therefor:
The Engineer shall have complete and safe access to the Work at all times during construction, and
shall be furnished with every reasonable facility for ascertaining that the materials and the
workmanship are in accordance with the Contract Documents, including but not limited to, the
Standard Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment
furnished shall be subject to the Engineer's inspection. The Contractor shall notify the engineer at
least twenty-four (24) hours before any inspection is required.
If the Contractor is allowed by the Engineer to work outside the hours of operations specified in this
Special Provisions, on weekends, or on days designated as holidays by the City, and if the Engineer
decides that inspection services are required during such times, the costs for those services shall be
borne bythe Contractor. When theWorkissubstantiallycompleted, a representative of the Engineer
will make the finalinspection.
- END OF SECTION -
177
Part 2 BD - 11
SECTION 2.4 - CONTROL OF MATERIALS
2.4.1 MATERIALS
2.4.1.1 GENERAL.
The following is hereby added to this subsection of the Standard Specification:
The Contractor and all subcontractors, suppliers, and vendors shall guarantee that the entire work
will meet all requirements of this contract as to the quality of materials, equipment, and
workmanship.The Contractor, at no cost to the AGENCY, shall make any repairs or
replacements made necessary by defects in materials, equipment, or workmanship that become
evident within one (1) years after the date of recordation of the Notice of Completion. Within this
one-year period, the Contractor shall also restore tofull compliance with requirements of this
contract any portion of the work which is found to not meet those requirements. The Contractor
shall hold the AGENCY harmless from claims of any kind arising from damages due to said
defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations
within thirty (30) days after the date of the City Engineer’s writtennotice.
The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for
any traffic signing, striping, legends, and traffic control facilities within three (3) working days
after the receipt of the Notice of Award from the City. The Contractor shall furnish the Engineer
with a statement from the vendor(s) that the order(s) for said supplies, materials, and
equipment has been received and accepted by said vendor(s) within fifteen (15) working days
from the date of receipt of Notice of Award.
2.4.2 TRADE NAMES OR EQUALS
2.4.2.1 Substitutions. -Paragraph 2 of Subsection 4-6 of the Standard Specifications
shall be amended to read asfollows:
Whenever any particular material, process, or equipment is indicated by a patent,
proprietary, or brand name, or by the name of the manufacturer, such wording is used
for the purpose of facilitating its descriptionandshallbe deemedto befollowedby the
words "orequal." A Bidder may offer any material, process, or equipment considered
as equivalent to that indicated, unless the City Council, or its designee, makes a
finding that is described in the invitation for bids or request for proposal that a
particular material, product, thing, or service is designated by specific brand or trade
name for any of the following purposes:
1.In order that a field test or experiment may be made to determine the product's
suitability for future use.
2.In order to match other products in use on a particular public improvement either
completed or in the course of completion.
3.In order to obtain a necessary item that is only available from one source.
4.In order to respond to an emergency declared by a local agency, but only if the
declaration is approved by a four-fifths vote of the governing board of the local
178
agency issuing the invitation for bid or request for proposals; or in order to respond to
an emergency declared by the state, a state agency, or political subdivision of the
state, but only if the facts setting forth the reasons for the finding of the emergency
are contained in the public records of the authority issuing the invitation for bid or
request forproposals.
Failure of the Bidder to submit requests for substitution with the Bid, using the form
provided in Appendix C of the Contract Documents, shall be deemed to signify that
the Bidder, if awarded the contract, intends to furnish one of the brands named in
these Special Provisions and the Bidder does thereby waive all rights to offer or use
substitute materials, products, or equipment for that which was originally specified.
Data substantiating a request for substitution of an "or equal" item shall be submitted
either with the Bid or not later than ten (10) days following the Bid opening, and will
not be considered until after execution of the Agreement by allparties.
2.4.2.2 Submittals for Approval of "Or Equals." –The first sentence of Paragraph 3 of
Subsection 4-6 of the Standard Specifications shall be amended to read as follows:
Should the Contractor request approval for substitution of "or equal" products, it shall, at its
expense, submit data substantiating such request to the Engineer as per Subsection above.
Data for approval to substitute "or equal" products shall include complete calculations, technical
specifications, samples, or published documents relating to the performance and physical
characteristics of the proposed substitute.
- END OF SECTION -
179
Part 2 BD - 13
SECTION 2.5 – Legal Relations and Responsibilities
2.5.1 LABOR
2.5.1.1 General.
The following is hereby added to this subsection of the Standard Specifications:
The Contractor, and all subcontractors, suppliers, and vendors, shall comply with all AGENCY,
State and Federal orders regarding affirmative action to ensure equal employment opportunities
and fair employment practices. Failure to file any report due under said orders will result in
suspension of periodic progress payments. The Contractor shall ensure unlimited access to the
job site for all equal employment opportunity compliance officers. In accordance with the labor
Code, as provided in Section 1773 et seq., the City has on file in the City Clerk’s office the latest
prevailing rates as established by the Director of Industrial Relations of the State of California. The
Contractor shall not pay less than these rates.
2.5.2 INSURANCE.
2.5.2.1 General Liability Insurance.
The liability insurance coverage values are hereby amended to be: Insurance
Coverage Requirements Limit Requirements
Comprehensive General Liability $2,000,000
Product/Completed Operations Hazard $2,000,000
Comprehensive Automobile Liability $2,000,000
Contractual General Liability $2,000,000
Worker’s Compensation Statute
A combined single limit policy with aggregate limits in the amount of $4,000,000 will be considered
equivalent to the required minimum limits. A pro forma copy of the policy(s) shall be submitted to
the City. A certificate of endorsement naming the City and its Agents as additional insured
identifying the coverage limits, dates of coverage insurance provided, and project number is
required.
180
2.5.3 SAFETY.
2.5.3.1 Work Site Safety.
2.5.3.2 General.
Subsection 2.5.3.2 is hereby added to Section 5 of the Standard Specifications as follows:
It is part of the service required of the Contractor to make whatever provisions are necessary to
protect the public. The Contractor shall use foresight and shall take such steps and precautions as
its operations warrant to protect the public from danger, loss of life or loss of property, which would
resultfrom interruption orcontaminationof public water supply, interruption of other public services,
or from the failure of partly completed work or partially removed facilities. Unusual conditions may
arise on the work, which will require that immediate and unusual provisions be made to protect the
public from danger orloss, or damage to life and property, due directly or indirectly to prosecution
of work under this contract.
Whenever, in the opinion of the Engineer, an emergency exists against which the Contractor has
not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent
structures or property, which may be damaged by the Contractor’s operations and when, in the
opinion of the Engineer, immediate action shall be considered necessary in order to protect the
public or property due to the Contractor’s operations under this contract, the Engineer will order
the Contractor to provide aremedy for the unsafe condition. If the Contractor fails to act on the
situation within a reasonable time period, the Engineer may provide suitable protection to said
interests by causing such work to be done and material to be furnished as, in the opinion of the
Engineer may seem reasonable and necessary.
The cost and expense of said labor and material, together with the cost and expense of such
repairs as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the
AGENCY for emergency repairs will be deducted from the progress payments and the final
payment due to the Contractor. However, if the AGENCY does not take such remedial measures,
the Contractor is not relieved of the full responsibility for public safety.
- END OF SECTION -
181
Part 2 BD - 15
SECTION 2.6 – PROSECUTION AND PROGRESS OF THE WORK
2.6.1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
The following is hereby added to this subsection of the Standard Specifications:
The Contractor’s proposed Construction Schedule shall be submitted to the Engineer within ten
working days after the date of the Agency’s execution of the Contract Agreement. The schedule
shall be supported by written statements from each supplier of materials or equipment indicating
that all orders have been placed and acknowledged and setting forth the dates that each item will
be delivered.
Prior to issuing the Notice to Proceed, the Engineer will schedule a preconstruction meeting with
the Contractor to review the proposed Construction Schedule and delivery dates, arrange utility
coordination, discuss construction methods, and clarify inspection procedures.
The Contractor shall submit periodic Progress Reports to the Engineer by the last day of each
month. The Report shall include an updated Construction Schedule. Any deviations from the
original schedule shall be explained. Progress payments will be withheld pending receipt of any
outstanding reports.
2.6.2 TIME OF COMPLETION
After the Agreement has been executed by all parties, and a written Notice to Proceed has been
issued to the Contractor, the Contractor shall start the Work within forty-five (45) working days after
the date specified in said Notice to Proceed.
Said Work shall be diligently prosecuted to completion before the expiration of:
EIGHTY (80) W DAYS
from the date specified in a written Notice to Proceed from the City.
2.6.3 DEFAULT BY CONTRACTOR
2.6.3.1 The provisions Subsection 6-7 of the Standard Specifications shall be deleted in their
entirety and the following substitutedtherefor:
The Agreement may be cancelled by the City Council without liability for damages, upon
the City Council’s determination that the Contractor is not complying in good faith with the
terms of the Agreement, has become insolvent, or has assigned or subcontracted any part
of the Work without the City Council’s consent. In the event of such cancellation, the
Contractor will be paid the actual amount due based on Unit Prices or lump sums bid and the
quantity of Work completed at the time of cancellation. Any damages sustained by the City
due to acts or omissions of the Contractor will be
182
subtracted from this amount. The Contractor, in having tendered a Bid, shall be deemed to
have waived any and all claims for damages because of cancellation of the Agreement for
any of the reasons specified in this paragraph. If the City declares the Agreement canceled
foranyofthe reasons specified in this paragraph, written notice to that effect shall be served
by the City via personal delivery or by certified mail (return receipt requested) upon
Contractor’s Surety. The Surety shall, within five (5) working days after receiving the written
notice, assume control and perform the work as successor to the Contractor.
If the Contractor fails to: begin delivery of material and equipment; commence work
within time specified; maintain the rate of delivery ofmaterial; execute the work in the
manner and at such locations as specified; maintain a work program which will ensure
the City’s interest; or carry out the intent of the Agreement; written notice may be served
by the City via personal delivery or by certified mail (receipt requested) upon the
Contractor and its Surety on its Performance Bond demanding satisfactory compliance
with theAgreement.
If the Contractor or its Surety does not comply with such notice within five (5) working
days after receiving it, or fails to continue after starting to comply, the City may exclude
the Contractor and/or its Surety from the premises and take possession of all material
and equipment. The City may complete the Work in any manner consistent with
applicable California law, including but not limited to use of its own forces, or by letting
theunfinished work toanother Contractor. In any event, the cost of completing the Work
shall be charged against the Contractor and its Surety and may be deducted from any
money due or becoming due from the City. If the sums due under the Agreement are
insufficient, the Contractor or Surety shall pay to the City, within five (5) working days
after the completion of theunfinished work, all costs in excess of the sums due.
If the Surety assumes any part of the Work, it shall take the Contractor’s place in all
respects for that part and shall be paid by the City for all work performed by it in
accordance with the Agreement. If the Surety assumes the entire Agreement, all
money due the Contractor at the time of its default shall be payable to the Surety as
the work progresses, subject to the terms of the Agreement.
The provisions of this Subsection shall be in addition to all other rights and remedies
available to the City under law.
2.6.4 DAYS DESIGNATED AS HOLIDAYS BY THE CITY OFLYNWOOD
2.6.4.1 Days Designated as Holidays by theCity of Lynwood. -In accordance with the
Standard Specifications, the days designated as holidays by the Cityare:
New Year’s Day Independence Day
Martin Luther King’s Birthday Labor Day
César Chávez’ Birthday Thanksgiving Day
Christmas Day Memorial Day
Any holiday shown above that falls on a Sunday shall be observed the following Monday.
183
Part 2 BD - 17
2.6.4.2 Days Designated as Holidays by BOTH the State of California AND the United
States Federal Government. -In addition to the holidays specified in §2.6.4.1, holidays
observed by BOTH the State of California AND the United States federal government shall
also be granted by the City and are designated as follows:
Presidents’ Day Columbus Day Veterans’ Day
Any holiday shown above that falls on a Sunday shall be observed the following
Monday.
2.6.5 LIQUIDATED DAMAGES
2.6.5.1 Amount. -The amount of Liquidated Damages as specified in Section 6-9 of the
Standard Specifications shall not apply. The applicable amount of Liquidated Damages shall
be specified in theAgreement.
2.6.6 TIMES OF OPERATION
2.6.6.1 Hours of Operation. -No construction activities shall take place and no person shall
operate, permit, use, or cause to operate any of the following, other than between the hours of
7:00 a.m. to 3:30 p.m. (9:00 a.m. to 3:00 p.m. for work involving arterial streets), Monday
through Friday, with no work allowed on City-observed holidays, unless otherwise approved
by theEngineer:
1.Powered Vehicles
2.Construction Equipment
3.Loading and Unloading Vehicles
4.Domestic Power Tools
2.6.7 NOTIFICATION
The Contractor shall notify the City of Lynwood and the owners of all utilities, subsurface installations
and substructures not less than forty-eight (48) hours prior to starting construction. The following list
of names and telephone numbers is intended for the convenience of the Contractor and is not
guaranteed to be complete or correct:
AT&T (310) 515-2419
City of Lynwood (310) 603-0220
City of Lynwood Water & Sewer (310) 603-0220, Ext. 800
Consolidated Disposal Services (trash collection)(562) 577-6277
Los Angeles County Fire Department (Sta. 148)(310) 603-5270
L.A. County Public Works/Flood Control (626) 458-5100
Los Angeles County Sheriff’s Department (323) 508-4800
MV Transportation, Inc. (bus service)(562) 259-9911
Lynwood Unified School District (310) 605-5670
Park Water Company (562) 923-0711
Southern California Edison (800) 655-4555 or (310) 608-5005
Southern California Gas (310) 605-7909
Time Warner Cable (562) 259-2015 or (888) 892-2253
Underground Service Alert (800) 227-2600
U.S. Postal Service (800) 275-8777
184
The Contractor shall notify the U.S. Postal Service and trash collection company of all work areas
affecting service five (5) working days prior to construction and shall coordinate the work so that these
services are not interrupted.
2.6.8 CONSTRUCTION SCHEDULE
The provisions of Subsection 6-1 of the Standard Specifications shall be amended as set forth in
the following Subsections:
2.6.8.1 Schedule of Work. -A schedule of Work as required under Section 6-1 of the
Standard Specifications shall be provided by the Contractor at the pre-construction meeting.
2.6.8.2 Method. -The Contractor shall provide a project management tool in the form of a
Critical Path Method (CPM) network schedule for planning and scheduling of all work required
under the Agreement. All schedule reports shall be in the form of computer printouts. The
Contractor may elect to use bar charts (Gantt charts) as a supplementary on-site scheduling
tool; provided, that all such bar charts shall be generated in the computer from the approved
CPM networkschedule.
CPM schedules may be submitted in either arrow diagram or time-scaled precedence
diagram format, subject to the requirements of these SpecialProvisions.
2.6.8.3 Qualifications. -A statement of computerized CPM capability shall be submitted in
writing prior to the award of the Contract, and shall verify that either the Contractor's
organization has in-house capability to prepare and use CPM scheduling techniques, or that
the Contractor will employ a CPM consulting firm who is so qualified.
Submittal Procedures. -Within twenty (20) working days of execution of the Agreement by
all parties, and within ten (10) working days of the Engineer's written request at any other
time, the Contractor shall submit the schedule and schedule reports in the form specified
herein. The Contractor, if requested by the Engineer, shall provide revised network diagrams
and schedule reports if at any time the Engineer considers the completion date to be in
jeopardy because of "activities behind schedule." Such additional network diagrams and
reports shall include a new arrow or precedence diagram and schedule reports conforming to
the requirements of Subsection 2.6.8.7 of these Special Provisions, showing how the
Contractor intends to accomplish the Work to meet the completion time specified. The form
and method employed by the Contractor shall be the same as that required for the initial
schedule submittal.
2.6.8.4 Schedule Revisions. -The Contractor shall modify any and all portions of the
construction schedule that become infeasible because of activities or procurement behind
schedule, or for any other valid reason. Any activity that cannot be completed by its original
latest completion date shall be deemed to bebehind schedule.
2.6.8.5 Change Orders. -Upon issuance of a Change Order or other Contract modification,
the approved change shall be reflected in the next submittal of the Construction Schedule.
185
Part 2 BD - 19
2.6.8.6 NOT USED
2.6.8.7 Approved Standards. -
2.6.8.7.1 Definition. -CPM scheduling, as required under this Section, shall be
interpreted to be generally as outlined in the Associated General Contractors of
America publication, "The Use of CPM in Construction," as amended by these Special
Provisions.
2.6.8.7.2 Construction Schedules. -Construction schedules shall include
computer-generated graphic networks and computerized construction schedule
reports meeting requirements of thisSection.
2.6.8.7.3 Networks. -The CPM scheduling network shall be in the form of a time-
scaled arrow or time-scaled precedence diagram of the "activity-on- arrow" or the
"activity on node" type and may be divided into separate pages with suitable notation
relating to the interface points between the pages. Individual pages shall not exceed
thirty-six (36) by sixty (60) inch sheet size. Notation on each activity arrow or node
shall include a brief work description and duration estimate.
All construction activities and procurement shall be indicated in a time-scaled format
and calendar scale shall be shown along the entire sheet length. Each activity arrow
or node shall be plotted so that the beginning and completion days and free float time
of said activity can be determined graphically by comparison with the calendar scale.
Allactivitiesshallbeshown using symbols that clearly distinguish between critical path
activities and free float for each non-critical activity. All non-critical path activities shall
show estimated performance time and free float time in scaledformat.
Duration Estimates. -The duration estimates indicated for each activity shall be
computed in working days, converted to calendar days, and shown on the construction
schedule in calendar days, and shall represent the single, best estimate considering
the scope of the Work and resources planned for the activity. Except for certain non-
labor activities, such as curing of concrete, paint drying, procurement, or delivering of
materials, activity duration shall not exceed ten (10) working days [fourteen (14)
calendar days] nor be less than one (1) working day, unless otherwise accepted by
theEngineer.
2.6.8.7.4 Schedule Reports. -Schedule Reports shall be prepared from the initial
construction schedule and from all subsequent revisions of the schedule. As a
minimum, Schedule Reports shall contain the following data for each activity:
1.Activity numbers (or i-jnumbers)
2.Estimated activity duration
3.Activity description (including procurement items)
4.Early Start date (calendar dated)
5.Early Finish date (calendardated)
6.Late Start date (calendar dated)
7.Late Finish date (calendardated)
8.Status (whether critical)
9.Total Float for each activity
10.Free Float for eachactivity
186
2.6.8.7.5 Project Information. -As a minimum, each Schedule Report shall include
the following summarydata:
1.Project name
2.Contractor name
3.Sequence or revision number ordate
4.Project duration
5.Scheduled completion date
6.Date of commencement of theWork
7.Cite new completion date, ifapplicable
2.6.8.8 Schedule Monitoring. –At least once a month, and when specifically requested by the
Engineer, the Contractor shall submit to the Engineer a computer printout of the latest updated
Schedule Report for those activities that remain to becompleted.
- END OF SECTION -
187
Part 2 BD - 21
SECTION 2.7 – MEASUREMENT AND PAYMENT
2.7.1 GENERAL
2.7.1.1 Payment. –Paragraph 2 of Subsection 7-3.1 of the Standard Specifications shall be
amended to read as follows:
Payment for the various items of the Bid Schedule(s) shall include all compensation to be
received by the Contractor for furnishing all tools, equipment, supplies, and manufactured
articles, and for all labor, operations, and incidentals appurtenant to the items of work being
described, as necessary to complete the various items of the Work in accordance with the
requirements of the Contract Documents, including all appurtenances thereto, and including all
costs of permits and costs of complying with the regulations of any public agencies having
jurisdiction over Contractor or the Work, including, but not limited to, the Safety and Health
Requirements of the California Division of Industrial Safety and the Occupational Safety and
Health Administration of the U.S. Department of Labor (OSHA).
No separate or additional payment will be made for any item that is not specifically set forth in
the Bid Schedule(s), unless approved and covered by a subsequent Change Order(s) issued in
accordance with the provisions of the Contract Documents and all costs for any such items shall
be included in the prices named in the Bid Schedule(s) for the various appurtenant items of
Work.
2.7.1.2 Progress and Final Payments. –Paragraphs 2 through 5 of Subsection 7-3.2. of the
Standard Specifications shall be deleted in their entirety and the following substituted therefore:
In order to receive monthly progress payments for Unit Price Bid Schedule(s), for work
performed to the established closure date, the Contractor shall submit to the Engineer a billing
invoice and an attachment containing a correct list of estimated quantitiesand work completed
by the Contractor for the applicable Unit Price Bid Items listed in the Bid Schedule(s). Such
invoice shall also include a statement of accumulated working days. The estimated quantities
and work completed shall be verified by the Engineer prior to processing payment.
In order to receive monthly progress payments for Lump Sum Bid Schedule(s), for work
performed to the established closure date, the Contractor shall submit to the Engineer a
billing invoice and an attachment containing a correct list of estimated quantities and work
completed, in accordance with the Schedule of Values approved by the Engineer. Such
invoice shall also include a statement of accumulated working days. The estimated
quantities and work completed shall be verified by the Engineer prior to processing payment.
When the entire Project has been satisfactorily completed, the Contractor shall submit its final
billing invoice and required detailed attachment to the Engineer for the required verification and
preparation of the finalestimate.
Acceptance of any progress payment accompanying any estimate without written protest shall
be an acknowledgment by the Contractor that the number of accumulated working days shown
on the associated statement of working days is correct. Progress payments made by the City
to the Contractor after the completion date of the Agreement shall not constitute a waiver of
liquidateddamages.
188
Subject to the provisions of Section 22300 of the Public Contract Code, a ten percent (10%)
retention will be withheld from each progress payment. All monthly invoices or payment
requests, together with the required attachments detailing the number of days worked and
estimates of quantities and work completed, shall be directed to and approved by the Engineer
before submittal to the City forpayment.
Pursuant to the provisions of California Public Contract Code Section 20104.50, should City fail
to make any progress payment within thirty (30) days after receipt of an undisputed and properly
submitted payment request (or invoice) from Contractor, City shall be liable to pay interest on
such late payment equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of
the California Code of Civil Procedure. Upon receipt of an invoice or payment request from
Contractor, the City shall: (1) review the invoice as soon as practicable after receipt to determine
that the invoice is a proper payment request / invoice; and (2) return to the Contractor within
seven 7 days of receipt any invoice / payment request the City determines to be improper,
accompanied by a writing setting forth the reasons for City’s determination of impropriety. The
number of days available to City to make a payment without incurring interest as set forth in
this paragraph shall be reduced by the number of days the City exceeds the seven (7) day
return period set forth in the previoussentence.
The Contractor shall submit with each invoice the Contractor's conditional waiver of lien for the
entire amount covered by such invoice and valid unconditional waivers of lien from the
Contractor and all subcontractors and materialmen for all work and materials included in any
prior invoices. Waivers of lienshallbe informs prescribedby California Civil Code Section 3262.
Prior to final payment by City, Contractor shall submit a final waiver of lien for Contractor's
work, together with releases of lien from any subcontractor or materialmen.
2.7.2 SCHEDULING, MEASUREMENTS AND PAYMENTS
2.7.2.1 Initial Mobilization: -The following paragraphs shall be added to the end of
Subsection 7-3.4 of the StandardSpecifications:
Measurement for payment for Mobilization will be based upon completion of such work as
a lump sum, non-proratable pay item, and shall require completion of all of the listed items
during the first twenty-five (25) days following the Notice to Proceed.
Payment for Mobilization will be made at the lump sum allowance named in the Unit Price
Bid Schedule(s) under the Bid Item, “Mobilization,” which price shall constitute full
compensation for all such work. Payment for mobilization will be made in the form of a
single, lump-sum, non-proratable payment. The Bid Item, “Mobilization,” will not be
approved for payment until all mobilization items listed herein have been completed as
specified. The scope of work included under the Bid Item, “Mobilization” shall include,
but not be limited to, the following principal items:
1.Obtaining and paying for all bonds, insurance, andpermits.
2.Moving onto the site allContractor’splantandequipmentrequiredforfirstmonth’s
operations.
3.Installing temporary construction power, wiring, and lighting facilities.
4.Establishing fire protection system.
189
Part 2 BD - 23
5.Developing and installing a construction water supply per the Standard Specifications.
6.Providing on-site sanitary facilities and potable water facilities as specified per Cal-
OSHA.
7.Furnishing, installing, and maintaining all storage buildings or sheds required for
temporary storage of products, equipment, or materials that have not yet been
installed in the Work. All such storage shall meet manufacturer’s specified storage
requirements and the specific provisions of the specifications, including temperature
and humiditycontrol, if recommendedby the manufacturer and for all security.
8.Arranging for and erection of Contractor’s work and storageyard.
9.Posting all OSHA required notices and establishment of safety programs per Cal- OSHA
and as required by the StandardSpecifications.
10.Having the Contractor’s superintendent at the job site full time as requiredunder the
Standard Specifications.
11.Submittal of required Construction Schedule as specified in Subsection 6-1 of the
Standard Specifications.
12.Submittal of Proposed Construction Schedule on or before the Preconstruction
Conference, acceptable to the Engineer, per Subsection 6-1 of the Standard
Specifications and Subsection 2.6.8 of these SpecialProvisions.
13.Submittal of detailed Preliminary Construction Schedule for the Engineer’s approval
within seven (7) calendar days after the commencement datespecified in the Notice to
Proceed.
14.Submittal of an As-Planned Construction Schedule, embodying all corrections required
by the Engineer, within thirty (30) calendar days of the date of the Notice to Proceed. No
payment for mobilization can be made until this has been approved and submitted.
15.Providing and maintaining the field office trailers for theContractor and the
Engineer, complete, with all specified furnishings and utility services including
telephones, telephone appurtenances, computer and printer, and copying machine per
the Special Provisions.
16.Providing on-site communication facilities for the City and the Engineer, including
telephones, radio pagers, and a FAXmachine.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements of the Standard Specifications.
No payment for any of the listed mobilization work items will be made until all of the listed
items have been completed to the satisfaction of the Engineer. The aforementioned
amount will be withheld by the City as the agreed, estimated value of completing all of the
mobilization items listed. Any such withholding of money for failure to complete all such
mobilization items as a lump sum item shall be in addition to the retention of any payments
pursuant to the provisions of the Public Contract Code.
190
2.7.2.2 Demobilization -Measurement for payment for Demobilization will be based upon
completion of such work as a lump sum, non-proratable pay item, and shall require completion of
all of the Demobilization items listedherein.
Payment for Demobilization will be made at the lump sum allowance named in the Bid Schedule(s)
under the Bid Item, “Demobilization,” which price shall constitute full compensation for all such
work. Payment for Demobilization will be made in the form of a single, lump sum, non-proratable
payment, no part of which will be approved for payment under the Agreement until all
Demobilization items listed herein have been completed as specified. The scope of the work
included under the Bid Item, “Demobilization” shall include but not be limited to the following
principal items:
1.Provide and submit to the City a detailed written summary ofthe actual
quantities of each bid item.
2.Complete clean up and remediation of all storage and stagingsites.
3.Complete clean up and remediation, if required, of all haul routesutilized by
Contractor’s vehicles.
4.Comply with all terms of the ConstructionPermit.
5.Submit complete “AS-BUILT” plans.
6.Complete the project punch list.
2.7.2.3 Sheeting, Shoring, and Bracing or Equivalent Method. -Measurement for payment
for temporary sheeting, shoring, and bracing, or equivalent method, will be based upon the
completion of all planning, design, engineering, furnishing, and construction, and the removal and
disposal of all such temporary sheeting, shoring, and bracing as a lump sum item, complete, as
required under the provisions of any permits and in accordance with the requirements of OSHA
and the ConstructionSafetyOrdersof the State of California, pursuant to the provisions of Section
6707 of the California Labor Code.
Payment for temporary sheeting, shoring, and bracing, or equivalent method, will be made at the
lump sum price named in the Bid Schedule(s) under the Item, “Sheeting, Shoring, and Bracing, or
Equivalent Method”, which price shall constitute full compensation for completion of all such work as
required hereunder.
- END OF SECTION –
191
Part 2 BD - 25
SECTION 2.8 -- FACILITIES FOR AGENCY PERSONNEL
(NOT REQUIRED)
- END OF SECTION -
192
SECTION 2.9 - CONSTRUCTION DETAILS (MATERIALS AND METHODS)
TABLE OF CONTENTS
2.9.1 General
2.9.2 Construction Details
2.9.1 GENERAL
Section 2.10, “Construction Details”, includes only technical provisions that add, delete, or revise
that which is already covered in the Standard Specifications, or exercises a choice that is offered
in the Standard Specifications, or adds subjects not covered in the Standard Specifications.
2.9.2 CONSTRUCTION DETAILS
2.9.2.1 VCP Sewer Pipe
DESPRIPTION:
The Contractor shall furnish all labor, material, tools, and equipment required for
the complete construction of pipelines, manholes, clean-outs, and other allied
structures and appurtenances as stated on the Bidding Sheets, shown on the
Contract Drawings, and specified herein, all within the time as stated in the Contract
Documents.
RECORDS:
A true and accurate record of the location of all wye branches, laterals, clean-outs,
and other connections and appurtenances shall be kept by the Contractor, and
such record shall be furnished to the Engineer prior to, or immediately upon,
completion of the work. The location of the end of all laterals and main stub-outs
shall be shown at ground surface by a marker approved by the Engineer.
JOB CONDITIONS:
The Contractor shall familiarize himself and comply with all applicable state, county
and municipal rules and regulations pertaining to sanitation, fire protection and
safety, and all provisions of the Contract Documents.
MATERIALS FURNISHED BY CONTRACTOR:
Vitrified Clay Pipe (VCP): Unless otherwise shown, or when shown as VCP, all
pipes shall be high strength vitrified clay pipe meeting the requirements of Section
207-8 of the Standard Specifications For Public Works Construction, 1991 Edition.
All pipe and fittings shall be clearly marked with the name or trademark of the
manufacturer and the strength designation.
Where ground water is encountered, or when specified on the construction
drawings all pipe will be treated for absorption resistance with one of the following:
193
Part 2 BD - 27
1. Dow-corning 722 silicon, 3% (by weight); or polyvinyl acrylic emulsion, 4%
(by volume).
2. Union Carbide - Silicone water repellent R-20 (Solium methyl silanotate)
5% (by volume).
Application shall be by total immersion.
Pipe Joints: The types of joints approved for use with the types of pipe previously
described in this specification are:
1. Compression Joints. Plastisol, Roll-on, and Ring-tite joints, or their
approved equal, shall be installed on the respective types of pipe in
accordance with the manufacturer's directions.
2. Repair Clamps & Connection Clamps shall be as specified in ASTM 594
Section 5.1.2.3 Test Condition II, with stainless steel A1S1316 bands and
clips, stainless steel A1S1305 bolts and nuts, and stainless steel A1S1304
shear ring; except as otherwise approved by the Engineer.
3. Cast Iron Pipe. Cast iron sewer pipe and fittings, when specifically required,
shall conform to the latest revision of AWWA Spec. C-106, -108, or -151,
with bituminous inside and outside coatings. Joints shall be mechanical or
push-on joints conforming to the latest revision of AWWA Spec. C-111 or
EMWD standard drawings. Ductile Iron Pipe Class 2 (ANSI Thickness Class
52) may be used in lieu of Cast Iron Pipe.
4. Portland Cement Concrete. All concrete shall meet the requirements of the
Detailed Provisions of the District standard specifications, except that only
Type V or Type II Portland Cement shall be used.
5. Portland Cement Mortar. All cement mortar used for construction purposes
shall consist of one (1) part Portland Cement (Type V or Type II) to two (2)
parts of silica sand by volume and moistened with sufficient water to permit
placing, buttering, caulking or coating without crumbling, unless otherwise
approved by the Engineer
6. Manholes. All manholes, covers, frames and steps shall meet the
requirements of the Detailed Provisions of the District standard
specifications, and of the District standard drawings. One-piece cone and
shaft will not be accepted.
Manhole stub-outs shall be included in manhole installations, and shall be of
vitrified clay pipe of the size designated on the drawings. All stub-outs shall be
plugged for future connection, with neoprene stoppers or approved equal.
Manhole frames and covers will be furnished by the Contractor upon prior approval
by the District of shop drawings. Such prior approval by the District shall in no way
nullify the District's right to accept or reject any individual unit as furnished or as
installed.
MATERIALS FURNISHED BY CONTRACTOR:
194
Installation of pipe shall start at the low end of each section and proceed upgrade.
All bell and spigot pipe shall be laid with the bell end upgrade. Assembly of all types
of pipe shall be done in strict conformance with the requirements of the pipe
manufacturer.
Pipe shall be accurately laid to alignment and grade shown on the drawings or
established by the Engineer. Where grade stakes are provided with which to
establish the proper pipeline grade, pipe shall be laid to grade within a tolerance of
0.02', or 0.05' cumulative deviation from elevations set at 100' stations
LATERALS AND CLEAN-OUTS:
Laterals and clean-outs shall be constructed at the points indicated on the plans,
and in accordance with the standard drawings. Connections of house laterals to
sewer mains shall be either wye or tee type connections as shown on standard
drawings except that only one type shall be used universally throughout the project.
Wye branches shall be laid with the axis of the "Y" entering the main sewer at an
angle above the horizontal axis of said main, unless specifically called out
otherwise on the plans or in the Special Conditions, but, unless specifically called
out otherwise, this angle shall not exceed 45°.
Where tee type connections of house laterals to sewer mains are selected in
accordance with the requirements, the Contractor shall provide a 1-foot long
section of lateral sewer pipe out of the tee-type branch.
Wherever any service connection is to be temporarily blanked off, it shall be
plugged with a terra cotta cover secured and made watertight with cement mortar.
Lateral connections to existing mains shall be made pursuant to the provisions of
the appropriate standard drawing for saddle connection to the existing main pipe
material.
Manholes shall be constructed in the locations and to the dimensions as shown on
the drawings. Cast-in-place concrete shall conform to the requirements set forth in
Section "Portland Cement Concrete" in these specifications. Pre-cast units shall be
assembled accurately with full-bed mortar joints.
Unless otherwise shown on the drawings, the sewer pipe shall be laid continuously
through the location of the manhole. After the manhole has been constructed, the
open channel shall be formed by splitting the pipe and removing the top half. If the
open channel cannot be formed in this manner, it shall be formed of concrete with
the depth equal to the diameter of the sewer pipe. The floor of the manhole shall
slope at least 2" from the sides of the manhole to the open channel.
When completed, the top of the manhole cover shall be accurately brought to the
elevation called for on the drawings, or if no elevation is indicated, it shall be brought
flush with the surface of the surrounding ground or pavement. The manholes shall
be constructed so that there is not more than 19" of throat section between the top
of the cone and the top of the frame.
When located in roadway subgrades, manholes shall be constructed up to the
proper elevation preparatory to street paving, and temporarily covered with planks
195
Part 2 BD - 29
or steel plates. After paving operations have been completed the temporary covers
shall be removed and the frames and covers installed flush with pavement grade.
CLEANING SEWER LINES:
All sanitary sewer mains and laterals shall be flushed with water and "balled" or
cleaned by acceptable method prior to testing to ensure that all dirt, debris, and
obstructions are removed. This work must be performed in the presence of and to
the satisfaction of the Engineer, and the Contractor shall notify the Engineer at least
one (1) working day in advance of starting the cleaning work.
The Contractor shall, following backfill compaction and line cleaning provide:
1. 3/8” minimum pull ropes from manhole to manhole.
2. Equipment and traffic control to assist in the T.V. inspection performed by
district's subcontractor.
LEAKAGE TESTS:
All sanitary sewers shall be tested for tightness after they and all appurtenances
have been completed, backfilled (except for test tees) and compacted, and are
ready for service. In shallow systems, leakage testing shall follow placement of road
base material. Tests shall be made on each section, including manholes, from one
manhole or test tee to the next, unless grades are flat enough to permit testing two
or more sections at one time.
The method of required test (water test or air test) shall be determined by the
Inspector.
1. Preparation for Tests. Each section of sewer, including house laterals,
between successive manholes shall be tested by closing the lower end of
the section to be tested, the inlet sewer of the upper manhole, and the ends
of house laterals with stoppers, and filling the pipe and manhole with water
to a level of 4' above the invert of the open sewer in the upper terminal. After
the section has been filled, it shall be allowed to stand for a sufficient length
of time to allow the pipe to absorb what water it will, prior to making the
leakage test described in the following paragraphs (Water Test and Air
Test). This period of time for absorption of water shall not be less than 30
minutes nor greater than 24 hours.
2. Water Test. The leakage test shall consist of measuring the quantity of
water required to maintain the water level at the elevation prescribed in the
above paragraph for a period of one (1) hour. The water used in the test
shall be measured through a meter or by other means satisfactory to the
Engineer. The allowable leakage shall be computed from the following
formula:
E = 0.0015 DL/h
Where E = allowable leakage in gallons
D = inside diameter of the pipe in inches
L = length of line being tested in feet
h = difference in elevation (in feet) between the water surface
in the upper manhole and the invert of the pipe in the lower manhole
196
If the leakage during the test period exceeds the allowable leakage, the sewer
line shall be overhauled and, if necessary, relaid until the joints hold satisfactorily
under the test.
3. Air Test. Installed pipeline shall be field tested in accordance with the air
test specified in the National Clay Pipe Institute 1967 Supplement to
Engineering Manual, and its supplementary tables contained in the NCPI
publication entitled "Low Pressure Air Test for Sanitary Sewers (Procedures
and Tables)." Isolation of defects by air test shall be the Contractor's
responsibility to perform; however, if performed by the District or its agent,
they shall be performed at the Contractor's expense.
4. Alternate Infiltration Test. If excessive groundwater is encountered in the
construction of a section of the sewer, the test for leakage previously
described shall not be used. The end of the sewer at the upper structure
shall be closed sufficiently to prevent the entrance of water and pumping of
groundwater shall be discontinued for at least three (3) days, after which
the section shall be tested for infiltration.
The infiltration into each individual reach of sewer between adjoining
manholes shall not exceed 100 gallons per inch of inside diameter of sewer
per 24 hours per mile. Infiltration in excess of this amount shall be reduced
to a quantity within the specified amount before the sewer will be accepted.
In any case, the Contractor shall stop any individual leaks that may be
observed.
Unless otherwise specified, infiltration will be measured through a meter or
by other means satisfactory to the Engineer
5. Manhole Leakage. Should an initial test show excessive leakage in a
section of line, it is permissible to draw off the water of a water test and test
the manhole that contained water. This test shall be made by plugging all
openings in the manhole, filling same with water to the same elevation as
used for the initial test, and checking the loss in a one hour period. The
leakage so determined may be deducted from the total leakage in the
section of pipe initially tested. If, in the opinion of the Engineer, the manhole
leakage thus determined is excessive, the Contractor shall waterproof the
interior of the manhole by applying a coating of grout or an approved
waterproofing material. Excessive leakage is defined to be 50 gallons per
hour when filled to the top of the barrel sections (not including cone or grade
rings). Shallow rectangular manholes shall be filled to the top of the
manhole sections (not including grade rings), with 50 gallons per hour
leakage allowed.
SEWER PIPE REPAIRS:
Sewer pipe leakage in excess of the allowable maximum shall be corrected by
repairs acceptable to the Engineer, and retesting as required. Mere sealing of leaks
shall not be an acceptable repair.
LATERAL MARKERS:
197
Part 2 BD - 31
It shall be required of the Contractor to place the required markers at the end of
each lateral and to also return after curb construction to place the required mark in
the face of the curb. An "L" may be used in place of the required "S" mark in the
curb face.
SECTION 2.9.2.2 - SITE PREPARATION AND RESTORATION
GENERAL
WORK INCLUDED
This specification covers all of the work to prepare the site for the construction and to restore
the site to its existing condition, or better.
SUBMITTALS
A. Electronic file for documentation of existing conditions
B. Testing agency report for top soil
PRODUCTS
TOP SOIL
Class A, complying with Subsection 212-1.1, "Topsoil", of the Standard Specifications for Public
Works Construction (Greenbook).
EXECUTION
DOCUMENT EXISTING CONDITIONS
Prior to beginning work on the site, the Contractor shall document existing conditions at and in
the vicinity of the work and along access routes, with an emphasis on identifying cracks or other
existing damage to existing improvements. The documentation shall consist of photographs
and/or video and the locations shall be clearly identified.
PORTABLE FACILITES
Move portable facilities in easements and work areas that interfere with the work or access to a
secure location.
CLEARING AND STRIPPING
A. Clear areas to be excavated in easements or work areas of shrubs, grass, debris, etc. which
will interfere with excavation.
B. Strip the upper two to 12 inches of soil containing vegetation and root matter from all areas
to be excavated.
DEMOLITION
Remove existing permanent improvements that interfere with excavations.
Pavement, curbs and gutters: Neatly sawcut to a depth of at least 1.5 inches, preferably at an
existing joint, before breaking the material away.
DISPOSAL
Dispose of all cleared, stripped and demolished materials off site, except that stripped materials
may be stockpiled for reuse as top soil.
SITE RESTORATION
A. Public Right-of Way: Replace pavement, curbs and gutters, driveway, and path as shown on
198
the Drawings and specified.
MEASUREMENT AND PAYMENT
All work done related to Site Work and Site Preparation will be considered as included in the
prices paid for various contract items and no additional compensation will be made therefore.
- END OF SECTION -
SECTION 2.9.2.3 - EARTHWORK
SCOPE OF WORK
Work required under this Section consists of furnishing all necessary labor, materials, tools,
equipment and services in connection with and reasonably incidental to the loosening, removing,
loading, transporting, depositing, and compacting in final location all materials, wet and dry,
necessary to be removed for purposes of construction, excavation of trenches for the installation
of sanitary sewer pipes, laterals, manholes, and other purposes as indicated on the drawings.
The furnishing, placing, and removing of all sheeting and bracing; all pumping and draining of
excavations; the supporting of structures above and below ground; the handling of all water
encountered in the excavations; all backfilling around structures and backfilling of all trenches and
pits; and all other incidental excavation shown on the drawings and as specified.
SOIL CONDITIONS
The Contractor shall familiarize him or herself with the soil conditions at the site.
UNCLASSIFIED EXCAVATION
Excavation is unclassified. The work shall consist of performing work regardless of the character
of subsurface conditions. The Contractor shall make his/her evaluation of the type and extent of
materials that may be encountered in the work site.
COMPACTION
The relative compaction of each finished sub grade under concrete curb & gutter, and pavements
shall not be less than 95 percent; all other areas shall be 90%. These requirements are attained
by Test Method AASHTO T180.
The Engineer shall require density tests of compacted material whenever he deems it necessary.
Tests will be made according to Test Method AASHTO T180, "Moisture-Density Relations of
Soils", or other approved field density testing methods that may include the use of nuclear testing
devices. All compaction tests shall be provided by Town’s geotechnical consultant. Retests
required for failed results will be paid for by the contractor.
CARE OF EXISTING STRUCTURES AND UTILITIES
A. The Utility Companies were contacted to gather information about existing utilities and the
various maps they provided were transferred to the project plans as accurately as possible.
It is essential that the Contractor contact Underground Service Alert at 811 / (800) 227-2600
to confirm the actual location of the existing utilities. Existing power and telephone lines,
fences, water pipes, gas lines, sewers or other conduits, nearby the work shall be prevented
from injury by the Contractor during the construction and until the completion of work. The
Contractor shall be liable for all damages done to such structures, as herein provided.
B. Protect existing facilities adjacent to the Work to avoid damage. Repair or replace existing
structures and improvements located above or below ground which are damaged or removed
as a result of the Contractor's operations wherever such existing improvements are not
199
Part 2 BD - 33
specifically designated to be permanently removed. Structures to protect and repair include,
but are not limited to, pipelines, wires, cables, electrical pullboxes, conduits, vaults, property
fences, and maintenance holes. Repairs and replacements shall be made at Contractor’s
expense and shall be equal to existing improvements and shall match existing in finish and
dimension.
1.Replacement pavement shall be 1 inch greater in thickness than the existing pavement
that was removed.
2.Damaged pipes:
a. Notify owner(s) of the damaged utility pipelines
b. Obtain approval from the owner(s) of the damaged utility pipelines prior to replacement
of damaged pipeline section(s) up to and including the joints at the end of the damaged
section(s). Replacement shall include damaged joint materials.
C. Neither the Property Owner nor the City and Engineer shall in any way be responsible for the
omission on the drawings of any mains or services of whatever nature nor shall they be
responsible for any misrepresentation of size, type, number, location or depth.
D. The Contractor shall repair, in a manner satisfactory to the Engineer, all mains or services
damaged in the progress of his/her work. The Contractor shall notify all utility owners when
his/her work is in progress and shall make such arrangements as deemed necessary to make
any emergency repair to the satisfaction of the owner of the utility. The Contractor shall be
prepared at all times with labor, equipment and materials to make repairs on damaged mains
or utilities.
E. Exercise extreme caution when working in the vicinity of existing power poles and light poles
designated to remain. Support utilities’ poles and guy wires adjacent to excavations in
conformance with the requirements of the utility owners.
F. When excavation is proposed within 10 feet of a high priority subsurface installation, the
operator of the high priority subsurface installation shall notify the excavator of the existence
of the high priority subsurface installation prior to the legal excavation start date and time, as
such date and time are authorized pursuant to paragraph (1) of subdivision (a) of Government
Code Section 4216.2. The excavator and operator or its representative shall conduct an onsite
meeting at a mutually-agreed-on time to determine actions or activities required to verify the
location of the high priority subsurface installations prior to start time. High priority subsurface
installations are high pressure natural gas pipelines with normal operating pressures greater
than 415 kPA gauge (60 p.s.i.g.), petroleum pipelines, pressurized sewage pipelines,
conductors or cables that have a potential to ground of 60,000 volts or more, or hazardous
materials pipelines that are potentially hazardous to employees, or the public, if damaged.
F. No extra compensation will be made for the repair of any services or mains damaged by the
Contractor's labor forces or equipment, nor for any damage incurred through neglect or failure
to provide protective barriers, lights and other devices or means required to protect such
existing utilities.
PROTECTION OF TREES, SHRUBS AND LAWNS
The Contractor shall take every necessary precaution to protect the trees, shrubs, lawns, and
other vegetation in the work site. Only trees and vegetation that directly interfere with the
construction shall be removed with prior approval of the Engineer.
MAINTAINING DRAINAGE
200
The Contractor shall provide and maintain temporary drainage for all excavations, drains, ditches,
trenches and structures at all times. The Contractor shall keep the excavations dry through the
construction operations. Whenever necessary, in order to provide proper drainage, the Contractor
shall, at his/her expense install underdrains, furnish and operate all necessary pumping
equipment, drainage sumps, well-point systems and other drainage facilities.
The Contractor shall dispose of water from the work into a drainage channel without damage to
adjacent property and in such a manner as not to be a menace to the public health. No water
shall be drained into completed work or work under construction without prior consent of the
Engineer.
SEASONAL LIMITS
No fill material shall be placed, spread, or compacted during unfavorable weather. When the work
is interrupted by rain, operations shall not be resumed until field tests indicate that the moisture
content and density of the fill are as specified.
CONTROL OF WATER
The Contractor shall furnish, install and operate all necessary equipment to keep excavations free
from water during construction and shall dispose of the water so as not to cause injury to public
or private property, or to cause nuisance or menace to the public.
The Contractor shall at all times have on hand sufficient pumping equipment and machinery to
meet all ordinary emergencies. Excavations shall be kept free of water during concrete
operations.
DISPOSAL OF EXCESS EXCAVATED MATERIAL
Excess excavated material that the Engineer finds unsuitable shall be disposed of at an approved
disposal site at the Contractor's cost. All material that cannot be utilized in the construction shall
be disposed off site.
NATIVE MATERIAL FOR TOPSOIL
Native soil material contaminated with asphalt concrete, cement concrete and/or other unsuitable
material as determined by the Engineer will not be allowed for use as topsoil.
POTHOLING
Where excavation in excess of 12-inches is to be done, the Contractor shall pothole and verify
the location and depth of existing utility lines and major utility laterals in the field prior to
construction and notify the Engineer of any possible interference with the proposed construction
or error in location and/or as directed by the Engineer.
The Contractor shall call the Underground Service Alert at (800) 227-2600 and cause them to
locate existing underground utility lines through pavement markings. The Contractor, 24 hours
prior to the commencement of potholing work, shall notify the City of Lynwood, Public Works
Department.
The Contractor shall immediately inform the Engineer of potential conflicts. Potential conflicts
shall be cases in which there is less than one-foot of separation between the existing and
proposed utility lines.
At potential conflict location, the Contractor shall coordinate with the Engineer to arrange
verification of the horizontal and vertical location of potential conflict. The Engineer will perform
201
Part 2 BD - 35
such surveys approximately one working day after the Contractor's notification.
INTERFERING SUBSTRUCTURES
Consult the Engineer immediately for directions whenever substructures interfere with or affect
Work. Contractor shall propose means and methods to the Engineer resolve the interferences.
The Engineer will make the final decision on method of correction or protection to be used.
If interfering substructures must be removed, the following procedures must be adopted before
removing or cutting the substructures:
A. Coordinate with the utility owner to determine if the line contains any kind of liquid or
gaseous material.
B. If storm drain or sewer lines are empty or filled with concrete or mud slurry, lines may be cut,
removed, and capped or plugged, in conformance with Subsection 306-5 of the of the
Greenbook.
C. Test conductors in conduits appearing to be abandoned and verify that conductors are de-
energized. Remove de-energized conductors. Report energized conductors to the Engineer
and cease removal work until Engineer authorizes work to resume.
D. Consult the Engineer for methods of handling other substructures.
E. Notify the Engineer to identify contents of unknown line if it is found to contain liquid or
gaseous material. Coordinate with the utility owner to remove contents and dispose in
conformance with applicable regulations.
F. Evacuated lines or remaining portions of abandoned lines shall be capped or removed as
described in this Article for empty lines.
MEASUREMENT AND PAYMENT
All work done related to Earthwork will be considered as included in the prices paid for various
contract items and no additional compensation will be made therefor.
END OF SECTION
202
SECTION 2.9.2.4 - SHEETING, SHORING, AND BRACING
SHEETING, SHORING, AND BRACING
Excavations shall be adequately sheeting, shored, and braced so that the earth will not slide or
settle and so that all existing improvements of any kind will be fully protected from damage. Where
excavation for a trench is greater than five (5) feet, sheeting, shoring, and/or bracing shall be
provided for. All sheeting, shoring, and bracing shall conform to the construction safety order of
the Division of Industrial Safety of the State of California and the Occupation Safety and Health
Administration (OSHA) requirements.
No separate payment for sheeting, shoring, and bracing or equivalent method shall be allowed
therefore.
The contractor shall affect repairs to any property or improvements that occur as a result of a lack
of adequate sheeting, shoring, and bracing. Any incurred costs shall be the sole responsibility of
the contractor and no additional compensation shall be made therefor.
END OF SECTION
203
Part 2 BD - 37
SECTION 2.9.2.5 - ASPHALT CONCRETE PAVEMENT AND RESURFACING WORK
GENERAL
WORK INCLUDED
This section includes all the work necessary to install asphalt concrete pavement to replace
existing pavement at trenches and other excavations including:
A. Spreading and compacting asphalt concrete pavement and surfacing
B. Applying prime and tack coat
C. Dust alleviation and control
D. Adjusting existing utility structures to finish grade
E. Cleanup and disposal of debris
F. Supplying all labor, materials, equipment and apparatus not specifically mentioned herein or
noted on the plans, but which are incidental and necessary to complete the work specified.
REFERENCES
A. Standard Specifications:
Section 26 - Aggregate Bases
Section 39 - Hot Mix Asphalt
Section 84 - Markings
Section 92 - Asphalt Binders
Section 94 - Asphaltic Emulsions
B. State of California Department of Transportation Manual of Test:
Test 304 Method of Test for Preparation of HMA for Test Specimens
Test 375 Determining the In-Place Density and Relative Compaction of Asphalt
Concrete Pavement
Test 367 Method of Test for Optimum Bitumen Content for HMA Type A, B, C,
and RHMA-G
C. The Contractor shall comply with the requirements of the Bay Area Air Quality Management
District concerning cutback asphalt paving materials and application.
SUBMITTALS
A. Mix design including a laboratory report of California Test 367 results covering the specific
materials to be used on this project.
B. Materials suppliers’ certificates of compliance in conformance to the requirements of this
section.
C. A signed verification from each source of supply for each construction material employed on
204
the project, indicating that the materials met the requirements of this section.
D. Certified plant load out slip for each load of material delivered to site.
E. Field compaction test results.
QUALITY CONTROL
A. Testing Service Provided by Contractor. Unless otherwise specified, Contractor shall provide
all testing services in connection with the following:
1.Concrete materials and design mixtures
2.Asphaltic concrete materials and design mixtures
3.Embedment, fill and backfill materials.
4.All other tests and engineering data required for Engineer’s review of materials and
equipment proposed to be used in the Work.
B. Testing Services Provided by Owner. Unless otherwise specified, Owner shall provide for
tests made on the following materials and equipment:
1.Concrete
2.Asphaltic Concrete
3.Moisture-density and relative density tests on embedment and backfill materials
4.In-place field density tests on embedment and backfill
5.Other materials and equipment at the discretion of Owner.
C. Testing, including sampling, will be performed by Engineer or the testing firm’s laboratory
personnel, in the general manner indicated in the Specifications. Engineer shall determine
the exact time, location, and number of tests, including samples.
D. Arrangements for delivery of samples and test specimens to the testing firm’s laboratory will
be made by Owner. The testing firm’s laboratory shall perform all laboratory tests within a
reasonable time consistent with the specified standards and shall furnish a written report of
each test.
E. Contractor shall furnish all sample materials and cooperate in the testing activities, including
sampling. Contractor shall interrupt the Work when necessary to allow testing, including
sampling, to be performed. Contractor shall have no Claim for an increase in Contract Price
or Contract Times due to such interruption. When testing activities, including sampling, are
performed in the field by Engineer or laboratory personnel, Contractor shall furnish personnel
and facilities to assist the activities.
REGULATORY REQUIREMENTS
All work, materials, procedures and practices shall comply with the requirements of California
Air Resources Control Board and the local Air Pollution Control District.
205
Part 2 BD - 39
MEASUREMENT AND PAYMENT
All work done related to installing asphalt concrete pavement to replace existing pavement at
trenches and other excavations will be considered as included in the prices paid for various
contract items and no additional compensation will be made therefor.
MATERIALS
AGGREGATE
Use Type B, 3/4" inch maximum size, medium grading, of the Section 39 the Standard
Specifications.
ASPHALT BINDER
A. Asphalt Concrete Pavement: Grade PG 64-10, Section 92 of the Standard Specifications.
2.3.7.1 Mix Design: Between 4 percent and 6 percent by weight of the dry aggregate. The exact
amount of asphalt binder to be mixed with the aggregate shall be determined by the mix
design.
PRIME COAT
A. Grade SC-70 liquid asphalt, Section 94 of the State Standard Specifications.
TACK COAT
A. Grade SS-1, SS-1h, CSS-1 or CSS-1h asphaltic emulsions, conforming to Section 94 of the
Standard Specifications.
AGGREGATE BASE
A. Class 2 Aggregate Base, ¾ inch size, conforming to Section 26 of the State Standard
Specifications.
EXECUTION
AGGREGATE BASE
A. Spread and compact aggregate base in conformance with Section 26 of Standard
Specifications. Moisture condition aggregate base to within 2 percent of optimum and
compact to at least 95 percent relative compaction.
PRIME COAT AND TACK COAT
A. Apply prime coat to the base course before placing asphalt concrete at the rate of 0.15 to
0.25 gallons per square yard. Blot any excess with sand.
B. Apply tack coat to all horizontal and vertical surfaces of existing pavement and to vertical
surfaces of curbs, gutters, conforms, and construction joints before placing asphalt concrete
on or against them, at the rate of 0.10 gallons per square yard.
C. Take care to avoid tracking the prime and tack coat onto existing pavement surfaces.
ASPHALT CONCRETE
A. Lift Thickness: Where the total thickness of asphalt concrete to be placed is greater than 2-
1/2", place in lifts of equal thickness, none of which shall exceed 2-1/2".
B. Installation: Deliver asphalt concrete to the site at the specified temperature. Spread and
compact asphalt concrete in conformance with Section 39 of the State Standard
Specifications, and adding the following after the fourteenth paragraph:
1.Compact asphalt concrete to at least 93 percent of the maximum theoretical unit weight.
2.Smoothness Tolerance: Comply with Section 39 of the Standard Specifications.
206
COMPACTION TESTING
A. The Testing Laboratory shall obtain a representative sample of the asphalt concrete from the
truck and test in accordance with California Test 304.
B. Following installation of all asphalt concrete, the Testing Laboratory shall use a nuclear gauge
to test the compaction at each location in accordance with California Test 375.
UTILITY STRUCTURES AND MONUMENTS
A. Preserve all survey monuments. Any disturbed monuments shall be replaced, surveyed and
recorded by a surveyor registered in the State of California and in accordance with regulations
by the State of California.
B. Cleaning: Completely remove and clean all frames, covers, grates, and manholes of all
asphaltic material.
END OF SECTION
207
Part 2 BD - 41
SECTION 2.9.2.6 – PAVMENT MARKINGS
GENERAL
WORK INCLUDED
This section includes furnishing transportation, labor, materials, and equipment to layout and
install markings, striping, lettering, and informational and directional markings on pavement and
curbs; and installing pavement markers, including hydrant markers. Work further consists of
covering or removing existing markings on pavements prior to installing new markings.
REFERENCES
A. Standard Specifications:
Section 15 - Existing Facilities
Section 37 - Bituminous Seals
Section 84 - Traffic Stripes and Pavement Markings
Subsection 81-3 - Pavement Markers
Greenbook:
Subsection 214 - Pavement Markers
SUBMITTALS
Submit the following prior to purchasing materials:
A. Equipment to be used for pavement markings
B. Complete list of materials to be used including reflective media
C. Materials test reports and certifications in conformance with Subsection 84-2 of the
Standard Specifications
D. Submit method to remove existing striping and thermoplastic striping material
(thermoplastic paint), including method to recover grindings, paint residue, blast media,
and wastewater.
MEASUREMENT AND PAYMENT
All work done related to PAVEMENT MARKINGS will be considered as included in the prices paid
for various contract items and no additional compensation will be made therefor.
MATERIALS
THERMOPLASTIC PAINT
Thermoplastic paint to be used shall conform to Subsection 84-2.02 of the Standard
Specifications.
REFLECTIVE PAVEMENT MARKERS
Reflective pavement markers to be used shall conform to Subsection 81-3.02C of the Standard
Specifications.
BLUE REFLECTIVE HYDRANT PAVEMENT MARKERS
Blue reflective hydrant pavement markers to be used shall conform to Subsection 214 of the
208
Greenbook.
EXECUTION
LAYOUT OF MARKINGS
A. Perform and establish cat-tracks and dribble lines on the pavement to be approved by the City
prior to placing the stripes and markings. No thermoplastic stripes and pavement markings
shall be installed until the surface and the striping layout has been approved by the Engineer.
B. Layout the markings at the locations and to the dimensions indicated on Drawings.
C. Apply letters, numerals, and symbols using stencils and templates.
D. Layout crosswalk at one-ramp corner in conformance with Caltrans Standard Plans A88A,
Curb Ramp Details
PREPARATION
A. Surfaces which are to receive thermoplastic traffic stripes or pavement markings shall be
thoroughly clean, free from loose materials and dry; and such areas shall be thus prepared
by the Contractor to the satisfactions of and with methods approved by the Engineer.
B. Removal of existing traffic striping, pavement markings, and pavement markers:
1. Removal of existing traffic striping, pavement markings, and pavement markers in
conformance with the provisions in Section 15 of the Standard Specifications.
2. Conflicting striping and pavement markings shall be removed before the installation of
new striping and pavement markings. All traffic striping and pavement markings shall be
removed in a rectangular shape.
3. Remove existing thermoplastic paint in areas of new striping and prior to applying slurry
seal in areas where slurry seal is required on Drawings. Remove thermoplastic paint by
a method that minimizes damage to existing pavement.
4. If grinding or sand-blasting is used for the removal of existing traffic striping and pavement
markings, and such removal operation is being performed within 10 feet of a lane occupied
by public traffic, the residue including dust shall be removed immediately after contact
between the grinding or sandblasting material and the surface being treated. Such
removal shall be by a vacuum attachment operating concurrently with the grinding or sand-
blasting operation. After the removal of existing traffic striping and pavement markings on
the asphalt concrete pavement, a fog seal shall be applied to the surface of grinding or
sand-sand-blasting areas in accordance with the provisions in Section 37 of the Standard
Specifications.
5. New striping and pavement markings shall be installed within 24 hours of removal of
existing striping and pavement marking.
6. Existing pavement markers to be removed, shall be done so in a manner as to leave the
existing asphalt concrete pavement undamaged. Damage to the asphalt concrete resultin
from the removal of pavement markers shall be considered as any depression more than
one-fourth inch (1/4”) deep and shall be patched using type A, No. 4 maximum asphalt
concrete.
7. Recover and dispose of grindings, paint residue, blast media, and waste water from areas
undergoing marking removals
C. The Engineer will inspect surfaces to be painted after Contractor has laid out pavement
markings, and prior to application of paint materials. Correct deficiencies in layout and surface
preparation prior to application of paint.
209
Part 2 BD - 43
D. Thermoplastic traffic stripes and pavement markings shall be placed in accordance with
Subsection 84-2 of the Standard Specifications.
E. Protect existing, adjacent facilities from overspray and spillage
F. Permanent striping and markings shall be installed no sooner than ten (10) calendar days and
no later than fifteen (15) calendar days after final lift of overlay or slurry seal is placed.
Temporary markings shall be installed the same day that the original markings are removed
or destroyed and shall be maintained until permanent striping is placed.
G. Thermoplastic and paint shall be placed as close as possible to existing utility structures and
frames and covers without covering them.
H. Contractor shall protect the newly installed pavement markers, pavement markings, traffic
lines and signs from damage until the materials have cured. Any markers, markings, stripes
or signs broken, misaligned or otherwise disturbed shall be repaired by Contractor prior to
opening the roadway to traffic.
I.Any damage to the new stripes or markings due to the failure of the Contractor to protect his
work shall be repaired by him at no additional cost.
J. Walk-behind striping machine is not allowed
K. Any overlap, dripping or tracking of thermoplastic or paint onto adjacent surfacing shall be
removed to the satisfaction of the Engineer.
WEATHER LIMITATION
Thermoplastic material shall be applied only to dry pavement surfaces and only when the
pavement surface temperature is above 50° F and when the weather is not excessively windy,
dusty, foggy, or humid. Verify suitability of the weather with the Engineer in the field.
APPLICATION
A. Apply thermoplastic paint in conformance with Subsection 84-2.03 of the Standard
Specifications.
B. Install pavement markers in conformance with Subsection 81-3.03 of the Standard
Specifications.
TOLERANCES
Width of stripes shall not vary more than 1/4 inch, plus or minus, from the width shown on
Drawings. The alignment and straightness of stripes shall not deviate more than 1/2 inch in 50
feet. Deviations in excess of the tolerances specified shall be erased by wet sandblasting, and
the painting reapplied.
CLEANUP
Remove paint overspray, drips, and spills from adjacent surfaces by means, which will not
damage the surfaces.
END OF SECTION
210
SECTION 2.9.2.7 – PRECAST CONCRETE MANHOLES
GENERAL
WORK INCLUDED
This section covers the installation of new sanitary sewer manhole, and repair and rehabilitating
existing manholes. Manholes shall be as specified herein and installed and/or repaired and
rehabilitated at the locations shown on the Drawings.
SUBMITTALS
A. Manufacturer’s specifications
B. Certification by the manufacturer that all precast sections furnished under this specification
were manufactured, sampled, tested, and inspected in accordance with ASTM C478 or
ASTM C 361.
C. Mix design of the concrete used for the manhole base
MEASUREMENT AND PAYMENT
All work done related to installing concrete manholes will be considered as included in the prices
paid for various contract items and no additional compensation will be made therefor.
PRODUCTS
GENERAL
Pre Cast Sections See LA County Standard Detail 2003-2
Frame and Cover See APWA Standard Detail 210
SEALING MATERAILS
Patching Perco Patch by Perco Industries or Patch 'n Plug by Xypex
Leak Plug (interior) Rapid-setting cement-based water-stop mortar shall Patch 'n Plug by Xypex
Leak Plug (exterior) Gel type chemical grout shall be by 3M or equal
Seal Coating The seal coating shall be Brush bond as manufactured by Perco Industries or
Xypex Concentrate as produced by Xypex.
COATING MATERAILS
Epoxy Grout Epoxy grout shall be 100% solids epoxy compatible with the specified epoxy liner
and shall be applied in accordance with the manufacturer’s recommendations. Epoxy Grout shall
be by NeoPoxy (NeoPoxy NPR-3501 high tensile elongation epoxy elastomeric grout and sealant
or NeoPoxy NPR-5305 trowelable epoxy filler, grout and sealant.) or equal.
Epoxy Liner Epoxy Coating shall be by NeoPoxy NPR-5300 Series “PureEpoxy” or equal. The
epoxy liner shall be a series of rapid curing reactive epoxy polymers made up of a variety of
viscosities based upon identical reactive ingredients which exhibit excellent cure properties at low
temperatures, in the presence of moisture and underwater. Develops a hard surface in four hours,
or less, under typical ground temperature conditions of 65°F at a liner thickness of 250 mils.
Longer cure time will be allowed for lower surface temperatures or underwater conditions. The
epoxy manufacturer shall provide cure guidelines to the contractor for lower temperature
conditions. The specified physical and chemical properties shall have been demonstrated by
independent third party testing to be resistance to acids, caustics, gasoline and other normal
211
Part 2 BD - 45
municipal sewage chemicals, biological agents and their byproducts. Must be resistant to
saturated hydrogen sulfide gas as found in municipal sewer systems. May be either trowel or
spray applied. Shall be color coded light green, similar to what is generally accepted as “sewer
pipe green”.
Product type Polyamine cured epoxy resin
Component Colors Contrasting colors for part A & B
Mixed Color Light Green
Solids Content (vol. %) 100
Solvent Content (vol. %) 0
Compressive Strength, psi. >10,000
Tensile Elongation, % >4
Flexural Modulus, psi. >450,000
Shore Hardness, Type D >80
Bond Strength – Concrete >Tensile strength of concrete
Primer required: None (self-priming)
EXECUTION
INSTALLATION
Manhole bases shall be poured in a dry trench, using Class 2 concrete. Concrete will sampled
at the Engineer's discretion. Upon Engineer’s approval, pre-cast manhole bases may be used on
straight runs and terminal manholes only. No field medication of pre-cast manhole bases shall be
allowed.
During the pouring of the manhole base, precautions shall be taken to ensure that the sewer pipes
entering and leaving the manhole do not move from the installed alignment and grade. Plugs shall
be placed in open pipes to prevent concrete from entering the lines. In case of straight-through
lines, the pipe may be laid through the manhole excavation with the base being poured around
the pipe. The upper half of the pipe shall then be cut out to form the channel. Water stops shall
be used on all plastic pipe entering the manhole to prevent groundwater from leaking through the
manhole wall. Water stop shall be molded plastic or molded rubber.
Care shall be taken in setting the bottom manhole section at the appropriate time during the cure
of the concrete to ensure penetration (see Standard Drawings) and to allow for two inches of
minimum clearance between the bottom of the manhole section and the top of the highest pipe.
Manholes shall be plumb.
The channels shall be shaped in flowing curves as indicated on the drawings to ensure good
hydraulic characteristics for the flow of wastewater. A smooth, clean, hand rubbed finish shall be
given to the surfaces of the manhole base and to any joint mortar work. Transitions between
different sizes of pipes shall be smooth and regular. Cracks, joints, holes, etc., shall be sealed
with Sika or approved equal non-shrink grout or sealing compounds to ensure watertight
manholes.
No more than twelve (12) vertical inches of grade rings shall be used to adjust the level of the
manhole frame (12 inches maximum between the top of the tapered manhole section and the
bottom of the manhole frame). Manhole steps shall be located on the downstream side of the
manhole. For manholes less than 5 feet in depth, concentric cones shall be used and manhole
steps shall be omitted.
Backfill shall be placed uniformly around the outside of the manhole so as to not create differential
forces and the possibility of dislodging the manhole sections.
212
Where a manhole is constructed on an existing straight-through sewer, the top portion of the
sewer pipe shall not be removed until the manhole has been completed and tested.
TESTING
The Contractor shall conduct an exfiltration test or vacuum test on each manhole constructed.
The test shall be conducted by the Contractor in the presence of the Engineer.
Exfiltration tests shall consist of plugging incoming and outgoing sewer lines and filling the
manhole with water up to the rim. After initial absorption (15 minutes), if the water loss exceeds
one inch in depth in five minutes, the manhole shall have failed the test. Each manhole which fails
the test shall be carefully inspected to determine the problem and then resealed and retested until
the water loss is less than one inch in five minutes.
Vacuum tests shall consist of drawing a vacuum on a sealed manhole and measuring the time for
the vacuum to drop to a predetermined level. The actual test procedure shall be provided by the
manufacturer of the test equipment and approved by the Engineer. Each manhole which fails the
test shall be carefully inspected to determine the problem and then resealed and retested until
the manhole passes.
REHABILITATING EXISTING MANHOLES – STANDARD
A. Repairing and rehabilitating existing manhole and appurtenances consists of sealing of
manhole walls, manhole covers, and annular spaces around the pipe entering and leaving
manholes; repairing and rebuilding bases; eliminating of leakage at junction of walls and base
and at wall and frame; replacing cast iron frames and/or covers; rebuilding manhole walls;
removing of existing steps; and other related miscellaneous work.
B. Contractor shall find, uncover, and recover (if required) missing structures as noted on the
plans or stated herein. Contractor shall utilize sondes, TV equipment, metal detectors,
excavation equipment, and other equipment to locate the sanitary sewer structure. Contractor
shall expose and document the location.
C. Seal Manholes
Sealing manhole structures consists of cleaning, filling voids, grouting joints, stopping leaks,
and coating the interior of the manhole with a sealer. The sealer shall penetrate the existing
concrete and form crystalline structures within the pores of the concrete that will seal the
concrete.
1. Patch holes and cracks using Perco Patch by Perco Industries or Patch ‘n Plug by Xypex
or equal.
2. Stopping leaks shall be done by chemical injection through interior wall of the manhole or
rapid-setting cement-based water-stop mortar to stop the infiltration. Chemical injection
shall be used per manufacturer’s recommendations for the existing site conditions.
3. The seal coating shall be an acrylic modified cemetatious coating that is self curing,
suitable for spray or brush application. The seal coating shall be Brush bond as
manufactured by Perco Industries or Xypex Concentrate as produced by Xypex or equal.
D. Coat Manholes
Coat manholes with a monolithic ultra high-build epoxy lining to rebuild, eliminate infiltration,
provide corrosion protection, and repair voids. Procedures for surface preparation, cleaning,
application and testing are described herein. All application procedures shall follow the
213
Part 2 BD - 47
manufacturer’s guidelines and meet the following minimum requirements:
1. Surface Preparation
a. Clean Surface
Clean the surface by removing any laitance, dust, unsound, loose, or contaminated
material, plaster, oil, paint, grease, corrosion deposits or bacteriological growths.
Chemical cleaning aids may be used with water blast equipment, however, Engineer
must approve detergents or degreasers proposed by the contractor and they must be
suitable for the water temperature used in any pressure washer system employed.
Where breaking out mortar is not required, roughen the surface and remove any
laitance by mechanical means, low-pressure hot water blast (minimum 3500 psi. pump
pressure at 4 gpm), or high-pressure cold water blast (>5000 psi. pump pressure at 4
gpm) with or without sand injection as is appropriate, abrasive (sand) blasting, acid
etching and water cleaning, or shotblasting to a sound profile surface. Follow surface
cleaning procedures with a soaking rinse of chlorinated water to destroy remaining
biologicals and neutralize the surface. The chlorine solution shall be rinsed with fresh
water after not less than fifteen minutes dwell time. Test the wet surface pH with
universal pH indicator paper with a range of pH 0 –10, or other suitable test instrument.
Acceptable surface pH for epoxy grouting repairs and lining shall be not less than 6 or
more than 9.
b. Stop Leaks/Fill
Seal leaks with epoxy grout on the surface that is coated. Fill any voids with epoxy
patching material or grout according to the manufacturer’s recommendations. For
flowing or weeping water conditions, rapid setting cementitious “plug” materials may
be used instead of epoxy grouts. Exterior injection of a gel type chemical grout shall
be used, if necessary.
2. Apply Coating
After the surface is properly prepared to apply the coating, apply the epoxy liner by trowel
or spray. The epoxy liner thickness shall be a minimum of 125 mils over the entire surface.
Manholes shall be coated from the frame and cover to the pipe in the channel. If the pipe
does not go through the manhole, the coating shall extend to at least the springline of the
pipe. The applicator shall be certified by the coating manufacturer to apply the coating
E. Certification
The Contractor shall provide a third party NACE certified inspector to inspect each phase of the
work. The inspector shall verify that the surface preparation, coating application, and final product
meet the requirements specified herein and the manufacturer’s requirements. A manufacturer’s
representative shall also be available for consultation and site visits, if requested by the City.
F. Testing
After rehabilitation work has been completed, the Contractor shall test all manholes for leakage
by vacuum testing. Vacuum Testing shall be performed in accordance with ASTM C1244-93,
“Standard Test Method for Concrete Sewer Manholes by Negative Air Pressure (Vacuum) Test
Prior to Backfill” and meet the following minimum requirements.
1. Preparation of the manhole prior to testing shall include plugging all lift holes and
temporarily plugging all pipes entering and existing the manhole, taking care to securely
brace the pipes and plugs to prevent them from being drawn into the manhole.
214
2. The test head shall be placed at the inside top of the cone section and the seal inflated
in accordance with the manufacturer’s recommendation.
3. A vacuum of 10 inches of mercury shall be drawn and the vacuum pump shut off. With
the valve closed, the time shall be measured for the vacuum to drop to 9 inches.
4. The manhole shall pass if the elapsed time is greater than 60 seconds for a 48” diameter
manhole, 75 seconds for 60” diameter, and 90 seconds for 72” diameter.
5. Manholes that fail the test shall be patched as required and retested as necessary until a
satisfactory test is achieved.
6. A vacuum regulator shall be provided on the vacuum pump such that no greater than 10
psi can be applied to the manhole during the test. All manholes that do not meet the
leakage test shall be repaired to the satisfaction of the Engineer.
REHABILITATING EXISTING MANHOLES WITH FLOWING LEAKS
A. Repairing and rehabilitating existing manhole with flowing leaks and appurtenances
consists of sealing of manhole walls, manhole covers, and annular spaces around the
pipe entering and leaving manholes; repairing and rebuilding bases; eliminating of
leakage at junction of walls and base and at wall and frame; replacing cast iron frames
and/or covers; rebuilding manhole walls; removing of existing steps; and other related
miscellaneous work.
B. Contractor shall find, uncover, and recover (if required) missing structures as noted on
the plans or stated herein. Contractor shall utilize sondes, TV equipment, metal
detectors, excavation equipment, and other equipment to locate the sanitary sewer
structure. Contractor shall expose and document the location.
C. Seal and Coat Manholes
1. Surface Preparation
a.Prepare surfaces to be repaired by low pressure water cleaning (LP WC, 4,000 psi
minimum), abrasive blasting, hand, or power tool cleaning to remove all unsound
concrete, contaminants, dirt, debris, and/or deteriorated reinforcing steel. Refer to
the International Concrete Repair Institute (ICRI) technical guideline titled Surface
Preparation Guidelines For The Repair Of Deteriorated Concrete Resulting From
Reinforcing Steel Oxidation.
b.Surface should have a minimum profile of 1/16" (preferably with aggregate exposed)
2. Materials
a. MAINSTAY ML-10 Hydraulic Cement Mortar by Madewell or equal
b. MAINSTAY ML-72 Sparyable Microsilica Restoration Mortar by Madewell or equal
c. MAINSTAY DS-5 High Build Epoxy Coating or equal
215
Part 2 BD - 49
3. Application
a. MAINSTAY ML-10 Hydraulic Cement Mortar by Madewell
1. Stop the leak thorough cracks and holes by applying the MAINSTAY ML-10 by
hand in small quantities or with a trowel. Press the mixed material firmly into
place starting at the top of the leak, and work downward. Numerous small
applications are typically required to completely seal large leaks.
2. Working time: approximately 45 to 90 seconds at 77° Fahrenheit (F). The
working time will be extended somewhat at lower temperatures and shortened
at higher temperatures.
3. Finish with a sponge or brush
4. If applicable, MAINSTAY ML-10 should be topcoated immediately after
finishing or as soon as the surface becomes firm to the touch. If not topcoated,
MAINSTAY ML-10 should be kept moist for the first 72 hours after placement
or treated with a curing compound to slow the evaporation of mix water.
b. MAINSTAY ML-72 Sparyable Microsilica Restoration Mortar by Madewell
1. Apply minimum of 1/4 inch and up to 3/4 inch of MAINSTAY ML-72 by low to
medium velocity wet mix shotcrete equipment (pneumatic spray) or by hand
using a trowel.
2. Working Time: Approximately 30 minutes at 80° Fahrenheit (F). The working
time will be extended at lower temperatures and shortened when higher
3. Finish using a steel trowel, wood float, sponge float, broom, or brush,
depending on the surface texture desired. Surface be finished to a smooth,
somewhat grainy texture using a sponge or wood float.
4. If applicable, MAINSTAY ML-72 should be topcoated immediately after
finishing or as soon as the surface becomes firm to the touch. If not topcoated,
MAINSTAY ML-72 should be kept moist with clean water for the first 72 hours
after placement.
c. MAINSTAY DS-5 High Build Epoxy Coating
1. Apply MAINSTAY DS-5 by trained workmen using specialized equipment. Both
components must be preheated between 70º F and 90º F prior to application.
A 56:1 airless spray pump with an air input pressure of ~90 pounds per square
inch (psi) is used to feed material through up to 50' of 3/8" diameter hose to a
standard airless spray gun with a 0.031" to 0.035" reversible tip. It is
recommended that 60 mesh in line strainers/filters be used. Other equipment,
such as whip hoses, heaters, or plural component equipment may be
employed.
2. Spray 100 mils of MAINSTAY DS-5
3. Finalized with Madewell 806, a 100% solids flexible epoxy joint sealant. Apply
it with trowel to the joint beween the chimney and the manhole frame at a
216
thickness of 1/4 inch.
4. Create a smooth transition between the bench and that walls of the manholes
to avoid debris accumulation.
5. MAINSTAY DS-5 can be applied to MAINSTAY ML-72 within one to two hours
after the MAINSTAY ML-72 has been placed and finished (when the
MAINSTAY ML-72 has just become firm to the touch).
6. Working Time: Approximately 45 minutes at 80° F. The working time will be
extended somewhat at lower temperatures and shortened at higher
temperatures.
7. Material thinning is not allowed.
d. Testing
After rehabilitation work has been completed, the Contractor shall test all manholes
for leakage by vacuum testing. Vacuum Testing shall be performed in accordance
with ASTM C1244-93, “Standard Test Method for Concrete Sewer Manholes by
Negative Air Pressure (Vacuum) Test Prior to Backfill” and meet the following minimum
requirements.
1. Preparation of the manhole prior to testing shall include plugging all lift holes
and temporarily plugging all pipes entering and existing the manhole, taking
care to securely brace the pipes and plugs to prevent them from being drawn
into the manhole.
2. The test head shall be placed at the inside top of the cone section and the seal
inflated in accordance with the manufacturer’s recommendation.
3. A vacuum of 10 inches of mercury shall be drawn and the vacuum pump shut
off. With the valve closed, the time shall be measured for the vacuum to drop
to 9 inches.
4. The manhole shall pass if the elapsed time is greater than 60 seconds for a
48” diameter manhole, 75 seconds for 60” diameter, and 90 seconds for 72”
diameter.
5. Manholes that fail the test shall be patched as required and retested as
necessary until a satisfactory test is achieved.
6. A vacuum regulator shall be provided on the vacuum pump such that no
greater than 10 psi can be applied to the manhole during the test. All manholes
that do not meet the leakage test shall be repaired to the satisfaction of the
Engineer.
- END OF SECTION -
217
Part 3 BD - 1
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
PART 3 – SPECIAL PROVISIONS
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT NO. 4011.68.095
and 4011.68.096
IN THE CITY OF LYNWOOD
218
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT NO. 4011.68.095 and 4011.68.096 SPECIAL PROVISIONS
All Bid Items shall be in accordance with the Greenbook Standard Specifications for Public Works
Construction (SSPWC) and Standard Plans for Public Works Construction (SPPWC), Latest
Edition including supplements, State of California Caltrans Standard Plans and Specifications,
Latest Edition, and the Special Provisions and General Conditions of these specifications.
Bid Item No. 1 – Mobilization/Demobilization (Not to exceed 3% of total of all other Prime
Contract Bid Items)
Mobilization shall conform to the provisions of Sections 7-3.4 of the Standard Specifications.
Mobilization and demobilization shall consist of preparatory work and operations including, but not
limited to, those necessary for the movement of personnel, equipment, materials, and incidentals
to the project site necessary for work on the project and for all other work and operations which
must be performed, or costs incurred including bonds, insurance, and financing prior to beginning
work on the various contract items on the project site. Mobilization shall also include the time,
materials, and labor to move the necessary construction equipment to and from the site,
supervisory time on the job by the Contractor’s personnel to keep the construction site in a safe
condition, and all other related work as required at all times and for all non-working days during
the construction period. The Contractor is responsible for securing an adequate storage site for
equipment and materials. Demobilization includes removal of all equipment and materials from
the site, clean up and restoration of the work site at the end of project.
No additional amounts shall be paid for erosion control, Best Management Practices (BMP),
erosion damage clean-up, and removal of debris from the project site, NPDES requirements, or
removal of soil deposited on public streets by construction traffic.
Best Management Practices (BMP) shall be defined as any program, technology, process, citing
criteria, operating method, measure, or device, which controls, prevents, removes, or reduce
pollution. A Storm Water Pollution Prevention Plan will be included in this scope items as well as
the fees payable to the State Water Resources Control Board for a NOI.
The Contractor shall have a minimum of two readily accessible copies of each publication on the
Contract site at all times plus any copies of applicable environmental mitigation plans.
Additional BMPs may be required as a result of a change in actual field conditions, Contractor
activities, or construction operation. When more than one BMP is listed under each specific BMP
category, the Contractor shall select the appropriate and necessary number of BMPs within each
category in order to achieve the BMP objective.
BMPs for Contractor activities shall be continuously implemented throughout the year and project
time period. BMPs for erosion control and sedimentation shall be implemented during the period
from October 15 to April 15, and whenever the National Weather Service predicts rain within 24
hours. BMPs for erosion control and sedimentation shall also be implemented prior to the
commencement of any Contractor activity or construction operation, which may produce run-off,
and whenever run-off from other sources may occur.
219
Part 3 BD - 3
The Agency (City), as a permittee thereto, is subject to enforcement actions by the State Water
Resources Control Board, Environmental Protection Agency, and private citizens. The Agency
will pass through to the Contractor any penalty assessed by these entities for each calendar day
that the Contractor has not fully implemented the BMPs specified for the Contract and/or is
otherwise in noncompliance with these provisions. In addition, the Agency will deduct from the
final payment due the Contractor, the total amount of any fines levied on the Agency, plus legal
and staff costs, as a result of the Contractor’s lack of compliance with these provisions and/or
less than complete implementation of the specified BMPs.
Payment for Mobilization/Demobilization shall be included in the Lump Sum (LS) Price bid and
shall be considered full compensation for obtaining all business licenses and permits, as required
for the entire project, from all related agencies, including, but not limited to, utility companies,
private and public agencies and the City of Lynwood; and complying with the requirements
specified in those licenses and permits; coordination, field office facility, implementation of Best
Management Practices, and incidentals necessary to perform all related items of work. Progress
payments for this bid item shall be paid for in accordance with the completion percentage of the
project to the Contractor and shall include the cost of such mobilization administration during the
entire contract period and demobilization. No additional compensation will be allowed therefor.
The sum total of this Bid Item shall not exceed 3% of the total of all other Bid Items.
Bid Item No. 2 – Traffic Control
Traffic control, Traffic control plan, construction signing and traffic maintenance shall comply with
the provisions of Subsection 5-7, 600 and 601 of the Standard Specification, Subsection 56-2 of
the Caltrans Standard Specifications, and the current requirements set forth in the “Manual of
Traffic Controls for Construction and Maintenance Work Zones” published by the Department of
Transportation, State of California, and latest California Manual on Uniform Traffic Control
Devices (CA-MUTCD), the traffic control plans and these Special Provisions.
The Contractor shall maintain the following clearances from the edge of traffic lanes:
1)5 feet to any excavation,
2)2 feet to curbs or temporary concrete barriers,
3)10 feet to poles and other obstructions on uncurbed roadways.
If determined by the City Engineer that it is necessary to decrease these minimum distances to
allowfor the prosecution of the work, the Contractor shallprovide all protective devices required by
the City Engineer to adequately protect the public.
PUBLIC CONVENIENCE
At least ten (10) calendar days prior to commencing paving work, the Contractor shall submit a
pavement spreading schedule to the City for approval. Based on the pavement spreading
schedule, the Contractor is to notify residents and businesses of the proposed work and post
temporary “NO PARKING” signs at no cost to the City. Signs shall be posted at all intersections,
and on each side of the street a maximum of 200 feet between signs. Signs shall not be attached
to existing poles, street light standards or trees. All signs must be posted on delineators or stakes
provided by the Contractor. The “NO PARKING” signs shall be in place not less than seventy-two
(72) hours prior to performing the work; therefore a request for changes in the schedule requiring
additional posting shall be submitted by the Contractor for approval by the City Engineer at least
seventy-two (72) hours prior to reconstruction and overlaying the street. All conflicting parking
signage shall be covered.
Due the nature of this project involving major inconvenience to residents andbusinesses, a good
Public Relations Program is mandatory and evidence of satisfactory past performance in this area
220
will be required.
The Contractor is to distribute a minimum of two (2) “Public Notice” to each resident and business
affected by the project. The first notice shall be distributed ten (10) calendar days prior to the start
of any work. The second notice shall be distributed at least seventy two (72) hours (3 working
days) prior to the start of work. A sample copy of the notice must be approved by the City Engineer.
Said notice shall be attached to a red information hanger provided by the Contractor and hung on
the front door knob and/or gate. The Contractor shall also coordinate with the bus services to
ensure the safe operation of buses and access to bus stops in the construction area.
The Contractor shall also coordinate with the trash disposal and postal services agencies to
ensure the safe operation of their vehicle and access in the construction area. Notices shall be in
English and Spanish language.
All complaints received by the City associated with the construction project alleging damage to
private property and vehicles shall be responded to by the Contractor within one working day (24)
hours of notification. Failure to comply with this provision may result in a penalty of One Hundred
dollars ($100.00) per occurrence.
All trucks, which the Contractor proposes to use, that exceed the legal load limit when loaded will
be required to have overweight permits issued by the City for which there is a fee.
The Contractor shall be responsible for adequate barricading of the work area and controlling of
traffic in the vicinity of the project as specified in Subsection 7-10 of the General Provisions
PROTECTION OF WORK AND PUBLIC
The Contractor shall take all necessary measures to protect work and prevent accidents during
any and all phases of the work. The Contractor shall repair all damaged pavement as a result of
damage (i.e., vehicle tracks, footprints, graffiti, etc.) If deemed necessary by the City, the
Contractor shall repair the defective area in accordance with these special provisions.
CONSTRUCTION SIGNING
Construction signing shall consist of furnishing, installing, maintaining and removing construction
signs and barricades as required by the “Manual of Traffic Controls for Construction and
Maintenance Work Zones”. The traffic control system shall be installed on a road prior to starting
work for that road and shall not be removed until all work has been completed on that road.
Existing speed limit signs, which conflict with the work zone speed limit, shall be covered during
the entire construction period.
TRAFFIC MAINTENANCE
The Contractor shall be responsible for handling vehicular and pedestrian traffic in accordance
with Subsection 601 of the Standard Specifications and these Special Provisions.
The Contractor shall prepare all necessary traffic control plans and submit to the City for approval
at the pre-construction meeting. The traffic control plans shall be prepared by a Traffic Engineer
Licensed in the State of California and shall show:
1.Notification Signs.
2.Existing and temporary lane lines.
3.Dimensions of the work zone and street improvements.
221
Part 3 BD - 5
4.Advance warning signs.
5.Delineators
The plans shall be submitted to the City no later than the Pre-Construction meeting and shall
incorporate a complete and separate plan for each stage of construction proposed by the
Contractor. Thisplanshallindicatethesequenceof lanesorportionsof lanesbeing closed for each
phase. The traffic control plans shall indicate the travel plan for each phase of construction. The
traffic control plans shall state:
1.That the plan will conform to the “California Manual on Uniform Traffic Control Devices
(CA-MUTCD)” Latest Edition.
2.Emergency contact person and phone number.
3.Minimum lane widths and minimum clearance to obstructions.
The traffic control plan shall be reviewed and accepted by the City Engineer prior to beginning
any removals.
The Contractor shall cooperate with the City Engineer relative to handling traffic through all work
areas and shall make his own arrangements relative to keeping the working area clear of parked
vehicles and maintaining clear access to driveways.
The Contractor shall furnish and install construction notification signs as shown on traffic control
plans and as specified by the City of Lynwood.
The Contractor shall provide for controlled pedestrian crossings through the work. Crossings shall
provide pedestrians a means of passing over or through the work without tracking tack coat or
hot asphalt on existing concrete work or endangering pedestrian safety. At intersections, if a cross
road needs to be temporarily closed when work is in progress through the intersection and the
anticipated traffic delay is more than five (5) minutes, a detour sign shall be installed on the cross
street and shall include the installation of advance signing displaying the anticipated delay time.
The signing of the detour route shall be approved by the City Engineer prior to installation of the
detour and closure of the road.
The Contractor shall provide for one lane of travel in each direction at all times unless approved
by the City Engineer. When two-way traffic is restricted to one lane in each direction, and when
applying an overlay past intersecting roads, traffic shall be controlled as required by the “Manual
of Traffic Controls for Construction and Maintenance Work Zones”. A pilot car and driver will be
required at various locations if control by flaggers and/or control devices proves deficient in the
opinionof the CityEngineer. In nocaseshall the Contractor provide less than one (1) lane of travel
in each direction through the construction zone including cross-streets, except if an alternative
plan is approved by the City Engineer.
Contractor’s equipment and personal vehicles of the Contractor’s employees shall not be parked
on the traveled way at any time. Overnight parking of construction equipment shall be confined to
an approved storage site selected by the Contractor and approved by the City.
FLUORESCENT TRAFFIC CONES
Provide lighted flashers and lighting for night time. Fluorescent traffic cones shall be new or
reconditioned and of good commercial quality, flexible material suitable for the purpose intended.
The outer section of the portion above the base of the cone shall be highly pigmented fluorescent
orange polyvinyl compound. The cone shall be anchored in a manner such that the traffic cone
will remain in an upright position.
222
The fluorescent traffic cones shall be spaced as necessary for proper delineation; however, in no
case shall the spacing between fluorescent cones exceed thirty (30) feet on tangents or twenty
(20) feet on curves.
RESTRICTIONS ON CLOSURE OF STREETS AND TRAFFIC LANES
The Contractor shall conduct all operations so as to provide access to the adjoining properties
and have no greater length or quantity of work under construction that can be properly prosecuted
with a minimum of inconvenience to the public.
The Contractor shall construct temporary A.C. ramps or equal to provide safe and drivable access
to residents and business properties daily. If steel plates are required, they shall be provided by
the Contractor at no additional cost to the City.
The Contractor shall coordinate all shipments and deliveries to businesses.
The Contractor shall be responsible for furnishing, placing and maintaining barricades and lights
as necessary to protect the public from danger due to the work beingdone.
No additional amounts shall be paid for erosion control, erosion damage clean-up, and removal
of debris from the project site, NPDES requirements, or removal of soil deposited on public streets
by construction traffic.
Payment for Traffic Control shall be included in the Lump Sum (LS) Price bid and shall be
considered full compensation for providing and maintaining safe traffic control including all
temporary signs, striping and delineation, preparing and providing traffic control plan during the
project, obtaining all approvals and permits, as required, from all related agencies, including, but
not limited to, public agencies and the City of Lynwood; and complying with the requirements
specified in those licenses and permits, coordination, field office facility; and incidentals necessary
to perform all related items of work.
Bid Item No. 3 – Confined Space Safety - Sheeting, Shoring, and Bracing or Equivalent
Method, as needed
This Bid Item shall conform to Section 401-2 of the Standard Specifications and shall include all
labor, material and equipment required to include the following items of work:
includes, but is not limited to: adequate sheeting, shoring and bracing or equivalent methods for
the protection of life and limb, planning, designing, engineering, furnishing, constructing, and
removing temporary sheeting, shoring and bracing, and any other work necessary to conform to
the requirements of any permits, OSHA and the Construction Safety Orders of the State of
California, pursuant to the provisions of Section 6707 of California Labor Code, and all labor,
tools, materials and appurtenances complete in place per the plans and specifications.
The CONTRACTOR’S payment for this item shall be by the lump sum.
Bid Item No. 4 – Construction BMPs and Erosion Control
Includes, but is not limited to: installing, protecting and removal of BMPs, with measures
acceptable to the City, inspecting and maintaining BMPs on a regular basis during the course of
the work, dewatering of trenches, placing stockpiled materials in areas that are not subjected to
washout, flooding, or natural drainage areas.
The CONTRACTOR’S payment for this item shall be by the lump sum.
223
Part 3 BD - 7
Bid Item No. 5 – Sawcut Pavement to a Clean Edge
Sawcut Existing Pavement shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
Compensation for this item shall be per linear foot, and in addition to the provisions of Section
300-1 shall include but not be limited to providing all labor, equipment, and materials, traffic
control, dust and erosion control, use of BMP’s, cleanup, and disposal of all surplus materials.
Bid Item No. 6 – AC Pavement Removal and Disposal
Remove Existing AC Pavement shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
This work includes removal of the existing AC pavement to a smooth line at the line and grade
indicated on the approved plans including jack hammering, and other means to break the AC into
easily removable sections along with removal of any other of the road materials below the AC that
may be in conflict with the proposed improvements. Contractor shall remove AC to a
predetermined location approved by the Engineer. AC Pavement Removal and Disposal shall
also include haul off and disposal of the AC and related road materials.
The thickness, strength, and other details of the AC sections are not known and are assumed to
be inconsistent. The Contractor is responsible to remove these AC sections regardless of what
is existing, and this shall be included in his bid.
Compensation for this items shall be per square foot, and shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved
in AC Pavement Removal and Disposal, complete in place, as shown on the plans, as specified
in the Standard Specifications for Public Works Construction and these Special Provisions, and
as directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
Bid Item No. 7 – Cut, Plug and Abandon VCP Existing Sewer Main
Cut, Plug and Abandon VCP Existing Sewer Main shall be per the Standard Specifications for
Public Works Construction, the plans, the Los Angeles County Department of Public Works
standard drawings, and these Special Provisions.
This work includes excavation, sawcut and removal of existing pipe indicated on the approved
plans including jack hammering, and other means to break the pipe into easily removable sections
along, installation of plug materials, including grout and other means of securing pipe and sand
backfill of pipe abandonment. Contractor shall remove AC to a predetermined location approved
by the Engineer. Cut, Plug and Abandon VCP Existing Sewer Main shall also include haul off and
disposal of the pipe and related materials.
Compensation for this items shall be shall be per each site, and shall include full compensation
for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work
involved in Cut, Plug and Abandon VCP Existing Sewer Main, complete in place, as shown on
the plans, as specified in the Standard Specifications for Public Works Construction and these
Special Provisions, and as directed by the Engineer for this item to be completed-in-place with no
additional compensation allowed.
224
Bid Item No. 8 – Sewer Main Trench Shoring
Sewer Main Trench Shoring shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes furnishing and installing shoring devices and all other work for or incidental to
the completion of this item.
Compensation for this items shall be shall be per lineal foot and shall include full compensation
for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work
involved in Sewer Main Trench Shoring, complete in place, as shown on the plans, as specified
in the Standard Specifications for Public Works Construction and these Special Provisions, and
as directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
Bid Item No. 9 – Construct 10” VCP Sewer Pipe
Construct 10” VCP Sewer Pipe shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes furnishing and installing pipe, excavation, bedding, blanket, backfill, couplings,
bends, testing, furnishing and placing temporary pavement trench patch, sheeting, dewatering,
maintaining sewage flow, restoration, and all other work required for or incidental to the
completion of this item, except as noted.
Compensation for this items shall be shall be per lineal foot and shall include full compensation
for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work
involved in Construct 10” VCP Sewer Pipe, complete in place, as shown on the plans, as specified
in the Standard Specifications for Public Works Construction and these Special Provisions, and
as directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
Bid Item No. 10 – Construct 12” VCP Sewer Pipe
Construct 12” VCP Sewer Pipe shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes furnishing and installing pipe, excavation, bedding, blanket, backfill, couplings,
bends, testing, furnishing and placing temporary pavement trench patch, sheeting, dewatering,
maintaining sewage flow, restoration, and all other work required for or incidental to the
completion of this item, except as noted.
Compensation for this items shall be shall be per lineal foot and shall include full compensation
for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work
involved in Construct 12” VCP Sewer Pipe, complete in place, as shown on the plans, as specified
in the Standard Specifications for Public Works Construction and these Special Provisions, and
as directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
225
Part 3 BD - 9
Bid Item No. 11 – Construct 15” VCP Sewer Pipe
Construct 15” VCP Sewer Pipe shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes furnishing and installing pipe, excavation, bedding, blanket, backfill, couplings,
bends, testing, furnishing and placing temporary pavement trench patch, sheeting, dewatering,
maintaining sewage flow, restoration, and all other work required for or incidental to the
completion of this item, except as noted.
Compensation for this items shall be shall be per lineal foot and shall include full compensation
for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work
involved in Construct 15” VCP Sewer Pipe, complete in place, as shown on the plans, as specified
in the Standard Specifications for Public Works Construction and these Special Provisions, and
as directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
Bid Item No. 12 – Re-Construct Existing Sewer Lateral
Re-Construct Existing Sewer Lateral shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes furnishing and installing pipe, excavation, bedding, blanket, backfill, couplings,
bends, testing, furnishing and placing temporary pavement trench patch, sheeting, dewatering,
maintaining sewage flow, restoration, and all other work required for or incidental to the
completion of this item, except as noted.
Compensation for this items shall be shall be per each and shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved
in Re-Construct Existing Sewer Lateral, complete in place, as shown on the plans, as specified in
the Standard Specifications for Public Works Construction and these Special Provisions, and as
directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
Bid Item No. 13 – Furnish and Install Sewer Manhole
Furnish and Install Sewer Manhole shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes furnishing and installing sewer manhole, excavation, bedding, blanket, backfill,
couplings, bends, testing, furnishing and placing temporary pavement trench patch, sheeting,
dewatering, maintaining sewage flow, restoration, and all other work required for or incidental to
the completion of this item, except as noted.
Compensation for this items shall be shall be per each and shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved
in Furnish and Install Sewer Manhole, complete in place, as shown on the plans, as specified in
the Standard Specifications for Public Works Construction and these Special Provisions, and as
directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
226
Bid Item No. 14 – Reconstruct Manhole Base
Reconstruct Manhole Base shall be per the Standard Specifications for Public Works
Construction, the plans, the Los Angeles County Department of Public Works standard drawings,
and these Special Provisions.
The work includes reconstructing sewer manhole base, excavation, bedding, blanket, backfill,
couplings, bends, testing, furnishing and placing temporary pavement trench patch, sheeting,
dewatering, maintaining sewage flow, restoration, and all other work required for or incidental to
the completion of this item, except as noted.
Compensation for this items shall be shall be per each and shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved
in Reconstruct Manhole Base, complete in place, as shown on the plans, as specified in the
Standard Specifications for Public Works Construction and these Special Provisions, and as
directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
Bid Item No. 15 – Construct AC Pavement
Construct AC pavement shall be in conformance with the Standard Specifications for Public
Works Construction, the plans, the Los Angeles County Department of Public Works standard
drawings, and these Special Provisions; however, the AC shall be in compliance with the State of
California (Caltrans) Standard Specifications.
Prior to placement of the AC pavement, the subgrade shall be graded and compacted to a
minimum relative compaction of 95%. The Crushed Aggregate Base shall then be placed,
graded, and compacted to a minimum of 95% relative compaction. The asphalt concrete shall
also be compacted to a minimum of 95% relative compaction.
The new asphalt concrete (AC) section may be placed in two lifts and shall conform to Caltrans
Standard Specifications Section 39 Type A ½” HMA. Tack coat shall be applied to all existing
pavement surfaces and concrete areas to be overlaid and/or joined. Asphalt binder emulsion for
use as a binder (tack coat) shall be SS-1h, and shall be applied at the rate of 0.08 gallons per
square yard to the entire area designated for pavement. Asphalt emulsion shall comply with
Section 203-3.
Compensation for this items shall be per square foot and hall include full compensation for all
labor, materials, tools, and equipment (including tack) and for doing all work involved in hauling,
placing and compacting the asphalt concrete, complete in place, as shown on the plans, as
specified in the Standard Specifications for Public Works Construction and these Special
Provisions, and as directed by the Engineer for this item to be completed-in-place with no
additional compensation allowed.
Bid Item No. 16 – Construct Aggregate Base
Construct Aggregate Base pavement shall be in conformance with the Standard Specifications
for Public Works Construction, the plans, the Los Angeles County Department of Public Works
standard drawings, and these Special Provisions; however, the Aggregate Base shall be in
compliance with the State of California (Caltrans) Standard Specifications.
Prior to placement of the Aggregate Base pavement, the subgrade shall be graded and
compacted to a minimum relative compaction of 95%. The Crushed Aggregate Base shall then
227
Part 3 BD - 11
be placed, graded, and compacted to a minimum of 95% relative compaction.
Compensation for this items shall be per square foot and hall include full compensation for all
labor, materials, tools, and equipment and for doing all work involved in hauling, placing and
compacting the aggregate base, complete in place, as shown on the plans, as specified in the
Standard Specifications for Public Works Construction and these Special Provisions, and as
directed by the Engineer for this item to be completed-in-place with no additional compensation
allowed.
- END OF SECTION -
228
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
PART 4 - APPENDICES
SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT NO. 4011.68.095 and 4011.68.096
4.1 Appendix A – Department of Industrial Relations(DIR)
Contractor Registration Number Form
4.2 Appendix B – City of Lynwood Design Standards for Sewer Facilities
4.3 Appendix C – Contract Change Order (CCO)Form
4.4 Appendix D – Substitution RequestForm
4.5 Appendix E – Labor Code Sections 1771, 1775, 1776, 1777.5, 1813 and 1815
4.6 Appendix F – Sewer Survey
229
230
APPENDIX “A”
Department of Industrial Relations (DIR)
Contractor Registration Number Form
231
Part 4 BD - 3
Department of Industrial Relations (DIR)
Contractor Registration Number
Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR)
before bidding on public works contracts in California. For more information, please refer to this
section of the Department of Industrial Relations Website: http://www.dir.ca.gov/Public-
Works/PublicWorks.html.
Per this requirement, provide the following information:
Contractor Name
Contractor Department of Industrial Relations Registration Number:
Expiration Date of Registration Number
*(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID) *
232
APPENDIX “B”
LYNWOOD STANDARD PLANS
233
234
APPENDIX “C”
CONTRACT CHANGE ORDER (CCO) FORM
235
Part 4 BD - 7
CONTRACT CHANGE ORDER (CCO) FORM
CITY OF LYNWOOD
DEPARTMENT OF PUBLIC WORKS
Date:CCO No.PROJECT No. 4011.68.095 and
4011.68.096
Project Title: SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT FOR THE CITY OF
LYNWOOD
Plan Reference:Item Reference:
Contractor:
Show as separate numbered paragraphs:
(1) Reason for Change;
(2) Description of Change;
(3) Location of change (Stations, etc.);
(4) Change in Contract Cost;
(5) Extension of Contract, if warranted;
(6) New Contract Total Including All Change Orders.
236
APPENDIX “D”
SUBSTITUTION REQUEST FORM
237
Part 4 BD - 9
TO:
SUBSTITUTION REQUEST FORM
PROJECT: SEWER SYSTEM IMPROVEMENTS FOR FY 2023 PROJECT
FOR THE CITY OF LYNWOOD
PROJECT NO: 4011.68.095
and 4011.68.096 OWNER:
CITY OF LYNWOOD
SPECIFIED ITEM:
Section Page Paragraph Description
The undersigned requests consideration of the following:
PROPOSED SUBSTITUTION:
Attached data includes product description, specifications, drawings, photographs, performance and test data
adequate for evaluation of the request. Applicable portions of the data are clearly identified.
The undersigned states that the following paragraphs, unless modified on attachments, are correct:
1.The proposed substitution does not affect dimensions shown on Drawings and will not require a change in any of
the Contract Documents.
2.The undersigned will pay for changes to the design, including engineering design, detailing, and construction costs
caused by the requested substitution which is estimated to be
$.
3.The proposed substitution will have no adverse effect on other contractors, the construction schedule (specifically
the date of substantial completion), or specified warranty requirements.
4.Maintenance and service parts will be locally available for the proposed substitution.
5.The incorporation or use of the substitute in connection with the work is not subject to payment of any license fee or
royalty.
The undersigned further states that the function, appearance, and quality of the Proposed Substitution are equivalent
or superior to the Specified Item.
Submitted by Contractor:Reviewed by Engineer:
SIGNATURE:□ACCEPTED
FIRM:□ ACCEPTED AS NOTED
□ NOT ACCEPTED
DATE:□ RECEIVED TOO LATE
TELEPHONE:BY:
TITLE:
DATE:
238
ATTACHMENTS:REMARKS:
239
Part 4 BD - 11
APPENDIX “E”
Labor Code Sections 1771, 1775, 1776, 1777.5, 1813 and 1815
240
Labor Code Section 1771
Requirement of prevailing local rate for work under contract
Except for public works projects of one thousand dollars ($1,000) or less, not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which the public work is
performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work
fixed as provided in this chapter, shall be paid to all workers employed on public works.
This section is applicable only to work performed under contract, and is not applicable to work carried out
by a public agency with its own forces. This section is applicable to contracts let for maintenance work.
Labor Code Section 1775
Forfeiture for paying less than prevailing wage rates; Amount of penalty; Payments to workers;
Liability of prime contractor; Notification of complaint
(a)
(1)The contractor and any subcontractor under the contractor shall, as a penalty to the state or political
subdivision on whose behalf the contract is made or awarded, forfeit not more than fifty dollars ($50) for
each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as
determined by the director for the work or craft in which the worker is employed for any public work done
under the contract by the contractor or, except as provided in subdivision (b), by any subcontractorunder
the contractor.
(2)
(A)The amount of the penalty shall be determined by the Labor Commissioner based on consideration
of both of the following:
(i)Whether the failure of the contractor or subcontractor to pay the correct rate of per diem wageswas
a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the
attention of the contractor or subcontractor.
(ii)Whether the contractor or subcontractor has a prior record of failing to meet its prevailing wage
obligations.
(B)
(i)The penalty may not be less than ten dollars ($10) for each calendar day, or portion thereof, for each
worker paid less than the prevailing wage rate, unless the failure of the contractor or subcontractor to pay
the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and
voluntarily corrected when brought to the attention of the contractor or subcontractor.
(ii)The penalty may not be less than twenty dollars ($20) for each calendar day, or portion thereof, for
each worker paid less than the prevailing wage rate, if the contractor or subcontractor has been assessed
penalties within the previous three years for failing to meet its prevailing wage obligations on a separate
contract, unless those penalties were subsequently withdrawn or overturned.
(iii)The penalty may not be less than thirty dollars ($30) for each calendar day, or portion thereof,for
each worker paid less than the prevailing wage rate, if the Labor Commissioner determines that the
violation was willful, as defined in subdivision (c) of Section 1777.1.
(C)When the amount due under this section is collected from the contractor or subcontractor, any
outstanding wage claim under Chapter 1 (commencing with Section 1720) of Part 7 of Division 2against
that contractor or subcontractor shall be satisfied before applying that amount to the penalty imposedon
241
Part 4 BD - 13
that contractor or subcontractor pursuant to this section.
(D)The determination of the Labor Commissioner as to the amount of the penalty shall bereviewable
only for abuse of discretion.
(E)The difference between the prevailing wage rates and the amount paid to each worker for each
calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shallbe
paid to each worker by the contractor or subcontractor, and the body awarding the contract shall cause to
be inserted in the contract a stipulation that this section will be complied with.
(b)If a worker employed by a subcontractor on a public works project is not paid the general prevailing
rate of per diem wages by the subcontractor, the prime contractor of the project is not liable for any
penalties under subdivision (a) unless the prime contractor had knowledge of that failure of the
subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime contractor
fails to comply with all of the following requirements:
(1)The contract executed between the contractor and the subcontractor for the performance of work on
the public works project shall include a copy of the provisions of Sections 1771, 1775, 1776, 1777.5, 1813,
and 1815.
(2)The contractor shall monitor the payment of the specified general prevailing rate of per diem wages by
the subcontractor to the employees, by periodic review of the certified payroll records of thesubcontractor.
(3)Upon becoming aware of the failure of the subcontractor to pay his or her workers the specified
prevailing rate of wages, the contractor shall diligently take corrective action to halt or rectify thefailure,
including, but not limited to, retaining sufficient funds due the subcontractor for work performed on the
public works project.
(4)Prior to making final payment to the subcontractor for work performed on the public works project, the
contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the
subcontractor has paid the specified general prevailing rate of per diem wages to his or her employeeson
the public works project and any amounts due pursuant to Section 1813.
(c)The Division of Labor Standards Enforcement shall notify the contractor on a public works projectwithin
15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a
subcontractor on that public works project to pay workers the general prevailing rate of per diem wages
Labor Code Section 1777.5
Employment of apprentices on public works
(a)Nothing in this chapter shall prevent the employment of properly registered apprentices upon public
works.
(b)Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for
apprentices in the trade to which he or she is registered and shall be employed only at the work of thecraft
or trade to which he or she is registered.
(c)Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that
have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to
written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible
to be employed at the apprentice wage rate on public works. The employment and training of each
apprentice shall be in accordance with either of the following:
(1)The apprenticeship standards and apprentice agreements under which he or she is training.
(2)The rules and regulations of the California Apprenticeship Council.
242
(d)When the contractor to whom the contract is awarded by the state or any political subdivision, in
performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the
contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any
apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a
certificate approving the contractor under the apprenticeship standards for the employment and training of
apprentices in the area or industry affected. However, the decision of the apprenticeship program to
approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The
apprenticeship program or programs, upon approving the contractor, shall arrange for the dispatch of
apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be
required to submit any additional application in order to include additional public works contracts under that
program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an
apprenticeable occupation in accordance with rules and regulations prescribed by the California
Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor
who performs any public works not excluded by subdivision (o).
(e)Prior to commencing work on a contract for public works, every contractor shall submit contract award
information to an applicable apprenticeship program that can supply apprentices to the site of the public
work. The information submitted shall include an estimate of journeyman hours to be performed under the
contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices
would be employed. A copy of this information shall also be submitted to the awarding body if requestedby
the awarding body. Within 60 days after concluding work on the contract, each contractor and
subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified
statement of the journeyman and apprentice hours performed on the contract. The information under this
subdivision shall be public. The apprenticeship programs shall retain this information for 12 months.
(f)The apprenticeship program that can supply apprentices to the area of the site of the public workshall
ensure equal employment and affirmative action in apprenticeship for women and minorities.
(g)The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the
public work may be no higher than the ratio stipulated in the apprenticeship standards under which the
apprenticeship program operates where the contractor agrees to be bound by those standards, but, except
as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice workfor
every five hours of journeyman work.
(h)This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when
any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during
the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per
day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ apprentices
for the number of hours computed as above before the end of the contract or, in the case of a
subcontractor, before the end of the subcontract. However, the contractor shall endeavor, to the greatest
extent possible, to employ apprentices during the same time period that the journeymen in the same craft
or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular
craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an apprenticeship
program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or
trade classification.
(i)A contractor covered by this section that has agreed to be covered by an apprenticeship program's
standards upon the issuance of the approval certificate, or that has been previously approved for an
apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of
apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event lessthan
the 1-to-5 ratio required by subdivision (g).
(j)Upon proper showing by a contractor that he or she employs apprentices in a particular craft or tradein
the state on all of his or her contracts on an annual average of not less than one hour of apprentice work
for every five hours of labor performed by journeymen, the Chief of the Division of Apprenticeship
Standards may grant a certificate exempting the contractor from the 1-to-5 hourly ratio, as set forth in this
section for that craft or trade.
243
Part 4 BD - 15
(k)An apprenticeship program has the discretion to grant to a participating contractor or contractor
association a certificate, which shall be subject to the approval of the Administrator ofApprenticeship,
exempting the contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the
following conditions is met:
(1)Unemployment for the previous three-month period in the area exceeds an average of 15 percent.
(2)The number of apprentices in training in the area exceeds a ratio of 1 to 5.
(3)There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its
journeymen annually through apprenticeship training, either on a statewide basis or on a localbasis.
(4)Assignment of an apprentice to any work performed under a public works contract would create a
condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the
public at large, or the specific task to which the apprentice is to be assigned is of a nature that training
cannot be provided by a journeyman.
(l)When an exemption is granted pursuant to subdivision (k) to an organization that representscontractors
in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be
required to submit individual applications for approval to local joint apprenticeship committees, if they are
already covered by the local apprenticeship standards.
(m)
(1)A contractor to whom a contract is awarded, who, in performing any of the work under the contract,
employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California
Apprenticeship Council the same amount that the director determines is the prevailing amount of
apprenticeship training contributions in the area of the public works site. A contractor may take as acredit
for payments to the council any amounts paid by the contractor to an approved apprenticeship program
that can supply apprentices to the site of the public works project. The contractor may add the amount of
the contributions in computing his or her bid for the contract.
(2)At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California
Apprenticeship Council shall distribute training contributions received by the council under this subdivision,
less the expenses of the Division of Apprenticeship Standards for administering this subdivision, bymaking
grants to approved apprenticeship programs for the purpose of training apprentices. The funds shall be
distributed as follows:
(A)If there is an approved multiemployer apprenticeship program serving the same craft or trade and
geographic area for which the training contributions were made to the council, a grant to that programshall
be made.
(B)If there are two or more approved multiemployer apprenticeship programs serving the same craft or
trade and geographic area for which the training contributions were made to the council, the grant shallbe
divided among those programs based on the number of apprentices registered in each program.
(C)All training contributions not distributed under subparagraphs (A) and (B) shall be used to defraythe
future expenses of the Division of Apprenticeship Standards.
(3)All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship
Training Contribution Fund, which is hereby created in the State Treasury. Notwithstanding Section 13340
of the Government Code, all money in the Apprenticeship Training Contribution Fund is hereby
continuously appropriated for the purpose of carrying out this subdivision and to pay the expenses of the
Division of Apprenticeship Standards.
(n)The body awarding the contract shall cause to be inserted in the contract stipulations to effectuatethis
244
section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable
occupations with the prime contractor.
(o)This section does not apply to contracts of general contractors or to contracts of specialtycontractors
not bidding for work through a general or prime contractor when the contracts of general contractors or
those specialty contractors involve less than thirty thousand dollars ($30,000).
(p)All decisions of an apprenticeship program under this section are subject to Section 3081.
Labor Code Section 1776
Payroll record of wages paid; Inspection; Forms; Effect of noncompliance; Penalties
(a)Each contractor and subcontractor shall keep accurate payroll records, showing the name, address,
social security number, work classification, straight time and overtime hours worked each day and week,
and the actual per diem wages paid to each journeyman, apprentice, worker, or other employeeemployed
by him or her in connection with the public work. Each payroll record shall contain or be verified by a
written declaration that it is made under penalty of perjury, stating both of the following:
(1)The information contained in the payroll record is true and correct.
(2)The employer has complied with the requirements of Sections 1771, 1811, and 1815 for anywork
performed by his or her employees on the public works project.
(b)The payroll records enumerated under subdivision (a) shall be certified and shall be availablefor
inspection at all reasonable hours at the principal office of the contractor on the following basis:
(1)A certified copy of an employee's payroll record shall be made available for inspection or furnishedto
the employee or his or her authorized representative on request.
(2)A certified copy of all payroll records enumerated in subdivision (a) shall be made available for
inspection or furnished upon request to a representative of the body awarding the contract, the Divisionof
Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of
Industrial Relations.
(3)A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon
request by the public for inspection or for copies thereof. However, a request by the public shall be made
through either the body awarding the contract, the Division of Apprenticeship Standards, or the Divisionof
Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to
paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of
preparation by the contractor, subcontractors, and the entity through which the request was made. The
public may not be given access to the records at the principal office of the contractor.
(c)The certified payroll records shall be on forms provided by the Division of Labor Standards
Enforcement or shall contain the same information as the forms provided by the division. The payroll
records may consist of printouts of payroll data that are maintained as computer records, if theprintouts
contain the same information as the forms provided by the division and the printouts are verified in the
manner specified in subdivision (a).
(d)A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a)with
the entity that requested the records within 10 days after receipt of a written request.
(e)Any copy of records made available for inspection as copies and furnished upon request to the public
or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of
Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual'sname,
address, and social security number. The name and address of the contractor awarded the contract or the
subcontractor performing the contract shall not be marked or obliterated. Any copy of records made
245
Part 4 BD - 17
available for inspection by, or furnished to, a joint labor-management committee established pursuant to
the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a) shall be marked or
obliterated only to prevent disclosure of an individual's name and social security number. A joint labor
management committee may maintain an action in a court of competent jurisdiction against an employer
who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages
and may award the joint labor management committee reasonable attorney's fees and costs incurred in
maintaining the action. An action under this subdivision may not be based on the employer's
misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits
any other available remedies for a violation of this chapter.
(f)The contractor shall inform the body awarding the contract of the location of the recordsenumerated
under subdivision (a), including the street address, city, and county, and shall, within five working days,
provide a notice of a change of location and address.
(g)The contractor or subcontractor has 10 days in which to comply subsequent to receipt of a written
notice requesting the records enumerated in subdivision (a). In the event that the contractor or
subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political
subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each
calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the requestof
the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties
shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment
pursuant to this section due to the failure of a subcontractor to comply with this section.
(h)The body awarding the contract shall cause to be inserted in the contract stipulations to effectuatethis
section.
(i)The director shall adopt rules consistent with the California Public Records Act (Chapter 3.5
(commencing with Section 6250) of Division 7 of Title 1 of the Government Code) and the InformationPractices
Act of 1977 (Title 1.8 (commencing with Section 1798) of Part 4 of Division 3 of the Civil Code) governing
the release of these records, including the establishment of reasonable fees to be charged for reproducing
copies of records required by this section.
Labor Code Section 1813
Penalty when workman required to work excess hours; Stipulation in contract; Cognizance and
report of violations
The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the
contract is made or awarded, forfeit twenty-five dollars ($25) for each worker employed in the execution of
the contract by the respective contractor or subcontractor for each calendar day during which the worker is
required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of this article. In awarding any contract for public work, the awarding
body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take
cognizance of all violations of this article committed in the course of the execution of the contract, and shall
report them to the Division of Labor Standards Enforcement.
Labor Code Section 1815
Work performed in excess of specified hour limitations; Compensation
Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of this code, and notwithstanding any
stipulation inserted in any contract pursuant to the requirements of said sections, work performed by
employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be
permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not
less than 11/2 times the basic rate of pay.
246
APPENDIX “F”
Sewer Survey
Available Upon Request
247
RESOLUTION NO.__________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING
THE PLANS AND SPECIFICATIONS AND AUTHORIZING STAFF TO SOLICIT A
NOTICE INVITING BIDS FOR SEWER SYSTEM IMPROVEMENTS FY 2023
WHEREAS, the City recently completed its Sewer Master Plan, which identified
multiple sewer pipelines that were either structurally unsound or were at maximum
capacity; and
WHEREAS, the Sewer System Improvement FY 2023 Project addresses areas
outlined in the Sewer Master Plan for upgrade and/or replacement; and
WHEREAS, on August 02, 2022, City Council awarded a contract to Valued
Engineering, Inc. for the design of Sewer System Improvements FY 2023; and
WHEREAS, the design has been completed and staff is ready to issue a notice
inviting bids (NIB) for the improvement project; and
WHEREAS, staff recommends that the City Council authorize the issuance of a
Notice of Inviting Bids to obtain bids from a qualified contractor to complete the Sewer
System Improvements FY 2023.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1.The City Council of the City of Lynwood hereby finds and declares
that the foregoing recitals are true and correct, and incorporates them herein as findings
and as a substantive part of this Resolution.
Section 2.That the City Council approve both the plans and specifications for
the Sewer System Improvement FY 2023 project.
Section 3.That the City Council authorizes staff to release a Notice of Inviting
Bid (NIB) for the Sewer System Improvement FY 2023 project with work in general
consisting of, but not limited to the following work: construct VCP sewer pipe main,
reconstruct existing sewer lateral, furnish, install new and re-construct sewer manholes.
Section 4.Authorize the Mayor to execute the Resolution for and on behalf of
the City of Lynwood.
Section 5.This Resolution shall take effect immediately upon its adoption.
Section 6.The City Clerk shall certify as to the adoption of this City Council
Resolution.
248
2
PASSED, APPROVED and ADOPTED this 2nd day of May 2023.
______________________________
Oscar Flores
Mayor
ATTEST:
_________________________________________________________
María Quiñónez Ernie Hernandez
City Clerk City Manager
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
________________________________________________________
Noel Tapia Julian Lee
City Attorney Director of Public Works
249
3
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
foregoing Resolution was passed and adopted by the City Council of the City of Lynwood
at a regular meeting held on the 2nd day of May 2023, and passed by the following votes:
AYES:
NOES:
ABSTAIN:
ABSENT:
________________________
Maria Quiñónez, City Clerk
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City
Council of said City, do hereby certify that the above foregoing is a full, true and correct
copy of Resolution No. ____________ on file in my office and that said Resolution was
adopted on the date and by the vote therein stated. Dated this 2nd day of May 2023.
________________________
Maria Quiñónez, City Clerk
250
AGENDA STAFF REPORT
DATE:May 2, 2023
TO:Honorable Mayor and Members of the City Council
APPROVED BY:Ernie Hernandez, City Manager
PREPARED BY:Julian Lee, Director of Public Works
Mir Fattahi, MsCE, PE, Acting City Engineer
SUBJECT:PROJECT ACCEPTANCE OF THE LYNWOOD URBAN BIKE TRAIL
PROJECT (CIP NO’s. 4011.68.046 AND 4011.68.084)
Agenda Item # 8.5.
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: “A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING THE
LYNWOOD URBAN BIKE TRAIL AS COMPLETE; AUTHORIZING THE FILING OF THE
NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFCE
AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE.”
Background:
As part of the City of Lynwood’s 5-year Capital Improvement Plan, the all-new Lynwood Urban
Bike Trail was proposed, designed, and constructed. The project scope consisted of an HMA
bike path, curb and gutters, curb ramps, retaining walls, concrete swales, concrete box
culverts, chain link fence, permeable pavers, installation of removable bollards, gates,
landscaping, planting of trees, signage, installation of drinking fountains, traffic signage and
striping, and monuments along Caltrans excess land adjacent to I-105 Freeway from Birch
Street to Wright Road.
Discussion and Analysis:
On February 1, 2022, the City awarded the contract to the second lowest and responsible
City Council City Council Regular Meeting 251
bidder which came from Los Angeles Engineering, Inc. at $5,340,000. The lowest bidder
withdrew their bid due to a mathematical error within 5 days of the bid opening. On April 4,
2022, a partial Notice to Proceed was issued for a limited land area owned by the city of
Lynwood. The Full Notice to Proceed was issued for June 6, 2022. The project completion
date was on February 03,2023.
Approved Budget
The project is funded with a variety of sources including California Natural Resources Agency
(CNRA) grant, San Gabriel and Lower Los Angeles Rivers ad Mountains Conservancy (RMC)
grant, Prop C, Measure R Bonds and Measure M Bonds.
The Project was funded under two separate Capital Improvement Projects, Urban Greening
(4011.68.046) and Bike Trail Extension (4011.68.084).
The City received grant funding in the amount of $2,853,000 from the State of California
Natural Resources Agency (CNRA) and grant funding in the amount of $841,180 from the San
Gabriel and Lower Los Angeles Rivers and Mountains Conservancy (RMC) for the extension
of the bike trail from Atlantic Avenue to Wright Road.
This Project’s FY22 Adopted Budget was $4,113,395.00 whereas the FY23 Adopted Budget is
$788,444.89, resulting in the original total adopted two-year budget of $4,901,839.89. An
additional $2,788,660 was appropriated to be split into 2 years including Prop C
$1,000,000.00 for each of FY 22 and FY 23; Measure M $291,156.00 FY 23 and Measure M
Bonds $497,504.34 FY 23 for a total budgeted amount of $7,690,500.23.
The original contract amount with Los Angeles Engineering, Inc. for construction was
$5,340,000.00; ($4,163,944.90 for West of Atlantic Avenue and $1,176,055.10 for East of
Atlantic Avenue). During the construction phase, staff made adjustments in the field to
accommodate the discrepancies in the working conditions of the project. There were nineteen
(19) change orders issued and executed in the amount of $420,022.67 for the West of Atlantic
Avenue Bike Trail and three (3) change orders issued and executed in the amount of
$710,763.08 for the East of Atlantic Avenue Bike Trail including a redesign of plans to include
a retaining wall.
The new contract amount including change orders was $4,583,967.57 for the West side of
Atlantic Avenue and $1,886,818.18 for the East side of Atlantic Avenue, for a total of
City Council City Council Regular Meeting 252
Attachment A - LA Engineering W of Atlantic Change Orders.pdf
Attachment B - LA Engineering E of Atlantic Change Orders.pdf
Resolution Urban Bike Trail Project Acceptance.docx
$6,470,785.75. The increase to the contract amount was due to site conditions and additional
improvements on both sides of Atlantic Avenue.
Construction Management and Inspections services were provided by Infrastructure
Engineers for a contract amount of $371,056.00 and Labor Compliance was provided by
Casamar Group Inc, for a contract price of $12,815.00 Additional cost for materials testing,
CIP tracking and geotechnical support brought the total cost of this project to $7,534,617
which was within the budget amount of $7,690,500.23.
Construction was completed on February 3, 2023, and the Project is now ready for
acceptance by the City Council. Once accepted, Staff will record the Notice of Completion at
the County Recorder’s Office. Staff will then release retention 35 days after the project
acceptance.
Fiscal Impact:
No additional funding is needed.
Coordinated With:
City Manager’s Office
Department of Recreation and Community Services
Department of Finance and Administration Services
ATTACHMENTS:
Description
City Council City Council Regular Meeting 253
CONTRACT CHANGE ORDERS DESCRIPTION AMOUNT
Change Order #1 Remove existing concrete from back of curb along Fernwood Ave between Atlantic Ave., and Birch St.
(West of Atlantic).$ 18,309.68
Change Order #2 Remove existing water meter boxes and install new water meter boxes along Fernwood Ave between
Atlantic Ave., and Birch St. (West of Atlantic).$ 12,612.43
Change Order #3 Furnish and install a second project sign on Muriel Dr and Fernwood Ave $ 2,690.97
Change Order #4 Open trench across Atlantic Ave instead of boring across Atlantic Ave $ 29,157.08
Change Order #5 Install concrete instead of irrigation and landscaping on Fernwood Ave and Lugo Park Ave $ 1,462.73
Change Order #6 Install Concrete in existing planter on Fernwood Ave between El Granada Ave and Vieta Ave $ 422.33
Change Order #7 Remove any and all existing trees in bike path and V-ditch in various locations within the project.$ 39,743.40
Change Order #8 Contractor had to hand water plant material on various locations West of Atlantic Ave $ 15,258.47
Change Order #9 Plants were redesigned West of Atlantic Ave $ 69,775.98
Change Order #10 Open trench to install electrical confuit instead of boring on Fernwood Ave at Spruce St and Gertrude
Dr.$ 69,963.86
Change Order #11 Re-grading per field directive $ 16,774.18
Change Order #12 Extend the new box culvert to match the existing box culvert on Fernwood Ave and Ernestine Ave $ 23,533.02
Change Order #13 Add 15Gal Tree, adjust existing plants, and adjust existing dripline at 4357 Fernwood Ave $ 2,723.97
Change Order #14 Furnish and install (2) two monument plaques $ 13,300.94
Change Order #15 Construct a transition structure between headwall and end of pipe at Fernwood Ave between Harris
Ave and Elm Street $ 3,166.35
Change Order #16 Build structural pavement section with rebar and 2-sac slurry over the existing CMP $ 6,951.22
Change Order #17 Water lateras connection from main line to three drinking fountains at Fernwood Ave between Bullis
Rd. and Harris Ave.$ 27,568.08
Change Order #18 Demo existing AC and base, regrade, install base, repave, and restripe at Fernwood Ave and Gertrude
Dr $ 54,940.26
Change Order #19 Furnish and Install theft deterrent equipment in pullboxes within the jobsite $ 11,667.72
TOTAL CONTRACT CHANGE ORDER AMOUNT:$ 420,022.67
ORIGINAL CONTRACT AMOUNT:$ 4,163,944.90
TOTAL NEW CONTRACT AMOUNT:$ 4,583,967.57
ATTACHMENT A - LOS ANGELES ENGINEERING, INC. WEST OF ATLANTIC CHANGE ORDERS
LYNWOOD URBAN BIKE TRAIL (CIP NO. 4011.68.46 AND CIP NO. 4011.68.084)
254
CONTRACT CHANGE ORDERS DESCRIPTION AMOUNT
Change Order #1 Plans were redesigned to add a retaining wall East of Atlantic $ 547,027.46
Change Order #2 Plans were redesigned to add a retaining wall East of Atlantic, etc.$ 98,395.94
Change Order #3 Plans were redesigned to add a decomposed granite, etc.$ 65,339.68
TOTAL CONTRACT CHANGE ORDER AMOUNT:$ 710,763.08
ORIGINAL CONTRACT AMOUNT:$ 1,176,055.10
TOTAL NEW CONTRACT AMOUNT:$ 1,886,818.18
ATTACHMENT B - LOS ANGELES ENGINEERING, INC. EAST OF ATLANTIC CHANGE ORDERS
LYNWOOD URBAN BIKE TRAIL (CIP NO. 4011.68.46 AND CIP NO. 4011.68.084)
255
1
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
ACCEPTING THE LYNWOOD URBAN BIKE TRAIL AS COMPLETE;
AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH
THE LOS ANGELES COUNTY RECORDER’S OFFCE AND THE RELEASE
OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE.
WHEREAS,the City of Lynwood adopted the all-new Lynwood Urban Bike trail as
part of their 5-Year Capital Improvement Plan; and
WHEREAS,the Project consisted of an HMA bike path, curb and gutters, curb
ramps, retaining walls, concrete swales, concrete box culverts, chain link fence,
permeable pavers, installation of removable bollards, gates, landscaping, planting of
trees, signage, installation of drinking fountains, traffic signage and striping, and
monuments along Caltrans excess land adjacent to I-105 Freeway from Birch Street to
Wright Road; and
WHEREAS, on February 1, 2022, the City awarded the contract to the second
lowest and responsible bidder which came from Los Angeles Engineering, Inc. at
$5,340,000 for the project; and
WHEREAS, on February 1, 2022, the Urban Bike Trail was budgeted at
$4,113,395.00 for FY22 and $788,444.89 for FY23. The total combined two-year budget
was $4,901,839.89.; and
WHEREAS, an additional $2,788,660 was appropriated to be split into 2 years
including Prop C $1,000,000.00 for each of FY 22 and FY 23; Measure M $291,156.00
FY 23 and Measure M Bonds $497,504.34 FY 23 for a total budgeted amount of
$7,690,500.23.; and
WHEREAS, the construction of the Project started partially on April 4, 2022 and
fully on June 6, 2022; and
WHEREAS, there were nineteen (19) change orders issued and executed in the
amount of $420,022.67 for the West of Atlantic Avenue Bike Trail and three (3) change
orders issued and executed in the amount of $710,763.08 for the East of Atlantic Avenue
Bike Trail; and
WHEREAS, the final date of construction was on February 3, 2023 for the
Lynwood Urban Bike Trail and found that all work was completed in accordance with the
project plans and specifications; and
WHEREAS, the total construction cost including change orders, project
management, and inspection is $7,534,617.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
256
1
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. The City Council for the City of Lynwood finds and declares that the forgoing
recitals are true and correct, and incorporates said recitals fully into this Resolution as
substantive findings.
Section 2.That the City Council of the City of Lynwood accepts the Lynwood Urban
Bike Trail Project (CIP NO’S. 4011.68.046 AND 4011.68.084) (“Project”) as complete in
accordance with contract documents and authorizes the Director of Public Works or his
designee to process the recordation of the Notice of Completion, and the release of the
5% retention 35 days after the acceptance.
Section 3.The total cost of this project was $7,534,617 which was within the budget
amount of $7,690,500.23.
Section 4.Authorize the Mayor to execute the Resolution for and on behalf of the City
of Lynwood.
Section 5. This Resolution shall take effect immediately upon its adoption.
Section 6. The City Clerk shall certify to the adoption of this resolution and hereafter the
same shall be in full force and effect.
(Signatures on Next Page)
257
3
PASSED, APPROVED and ADOPTED this 2nd day of May 2023.
Oscar Flores
Mayor
ATTEST:
Maria Quinonez Ernie Hernandez
City Clerk City Manager
APPROVED AS TO FORM:APPROVED AS TO CONTENT:
Noel Tapia Julian Lee
City Attorney Director of Public Works
258
4
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
foregoing Resolution was passed and adopted by the City Council of the City of Lynwood
at a regular meeting held on the 2nd day of May 2023, and passed by the following votes:
AYES:
NOES:
ABSTAIN:
ABSENT:
Maria Quinonez, City Clerk
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City
Council of said City, do hereby certify that the above foregoing is a full, true, and correct
copy of Resolution No.on file in my office and that said Resolution was
adopted on the date and by the vote therein stated. Dated this 2nd day of May 2023.
Maria Quinonez, City Clerk
259
AGENDA STAFF REPORT
DATE:May 2, 2023
TO:Honorable Mayor and Members of the City Council
APPROVED BY:Ernie Hernandez, City Manager
PREPARED BY:
Julian Lee, Director of Public Works
George Cambero, Interim Utility Manager
SUBJECT:APPROVAL AND AWARD OF CONTRACT TO NATIONAL PLANT
SERVICES FOR THE CITY OF LYNWOOD ANNUAL SANITARY SEWER
MAINTENANCE SERVICES
Agenda Item # 9.1.
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: “A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO NATIONAL PLANT SERVICES AS THE LOWEST RESPONSIBLE BIDDER,
IN THE AMOUNT OF $744,183.57 FOR FY 2023/24 THROUGH FY 2026/27 ANNUAL
SEWER MAINTENANCE; AUTHORIZING THE CITY MANAGER TO APPROVE
AGREEMENT AMENDMENTS RELATED TO THE PROJECT; AND AUTHORIZING THE
MAYOR TO EXECUTE THE AGREEMENT.”
Background:
The City’s wastewater collection system is managed by the City of Lynwood Public Works
Department. The sewer utility provides sewer collection services to its residential, commercial,
and industrial customers within the City’s boundary. The wastewater collection system
consists of approximately 80 miles of gravity sewer pipe, 1,800 manholes, 30 inverted siphons
and about 10,000 sewer lateral connections. The City’s system conveys untreated wastewater
into various County Sanitation Districts’ trunk sewers for transmission, treatment and
disposal. It is estimated that approximately 3.8 million gallons per day of waste water is
collected within the City’s service area.
City Council City Council Regular Meeting 260
The Public Works Department, Utility Division assigns City staff to clean sewer lines. The
Utility Division staff handles both potable water as well as sewer maintenance tasks. It is
important that the City’s sewer system is properly operated, maintained and managed to
reduce frequency and severity of sanitary sewer over flows and their potential impacts on the
public health, safety and on the environment. However, due to increased responsibilities in
required potable water operation tasks and reduction in staffing, the tasks of sewer cleaning
have been delayed and behind in the regular scheduled tasks.
Discussion and Analysis:
On February 7, 2023, City Council approved advertisement of a Request for Proposals (RFP)
for Annual Sewer Maintenance for the tasks of sewer cleaning for the next four (4) fiscal years.
On February 13, 2023, the RFP was advertised on the City’s web site (PlanetBids) for Annual
Sewer Maintenance Services. The Bid opening took place in the PlanetBids platform on
Thursday, April 05, 2023, at 10:00 am (PST).
The following five (5) bids were received:
Company Proposal
1.National Plant Services $744,183.57
2.Empire Pipe Cleaning and Equipment, Inc $1,294,600.00
3.Downstream Services, Inc.$2,533,698.93
4.Pipe Tec, Inc.$3,402,160.00
5.RedZone $4,584,836.83
An analysis of all proposals was conducted, including a review of their bid schedule, license,
references, and documents. National Plant Services was the lowest responsible proposal with
a multi-year proposal of $744,183.57 for the next four (4) fiscal years.
Staff recommended that the City obtain the services of a contractor to maintain the sewer lines
in a phased approach to reduce sanitary sewer overflows (SSO) and at the same time
maintain fiscal responsibility. The phasing includes sewer cleaning of the one-half of entire
pipeline system and manholes each year, CCTV one-fourth of entire sewer system each year,
review and report of five manholes integrity each year, and respond up to five (5) emergency
City Council City Council Regular Meeting 261
5-2-2023 Award of Annual Sewer Maintenance PSA - final.docx
National Plant Services Proposal.pdf
Resolution Award_of_Annual_Sewer_Maintenance.docx
SSO per year.
Annual Sewer Maintenance Costs Amount
FY 2023/24 $177,880.00
FY 2024/25 $183,216.40
FY 2025/26 $188,712.89
FY 2026-27 $194,374.28
Total Sewer Maintenance Costs (4 Years)$744,183.57
Staff recommends that National Plant Services be awarded the contract to complete the entire
annual sewer maintenance tasks from FY2023/24 to FY 2026/27 as noticed in the Request for
Proposal.
Upon authorization, staff will circulate the contract documents, set up a meeting, and schedule
work to commence after July 1, 2023.
Fiscal Impact:
This maintenance contract item will not require additional appropriations for the current FY
2022/23 budget. However, subsequent years noted above for the annual sewer maintenance
services will be included in the future fiscal year budgets starting FY2023/24.
Coordinated With:
City Manager’s Office
Department of Finance and Administration Services
ATTACHMENTS:
Description
City Council City Council Regular Meeting 262
1
PROFESSIONAL SERVICES AGREEMENT
This agreement (“Agreement”) is made as of May 2nd, 2023 by and between the
City of Lynwood, a municipal corporation ("City") and National Plant Services
(“Consultant”). City and Consultant are sometimes hereinafter individually referred to
as a “Party” and collectively referred to as the “Parties.”
R E C I T A L S
WHEREAS, City desires to utilize the services of Consultant as an independent
contractor to perform Annual Sewer Maintenance tasks as set forth in the Scope of
Services attached hereto as Exhibit A; and
WHEREAS, Consultant represents that it is fully qualified to perform such services by
virtue of its experience and the training, education and expertise of its principals and
employees.
NOW, THEREFORE, in consideration of performance by the parties of the
covenants and conditions herein contained, the parties hereto agree as follows:
1.Company's Scope of Services. The nature and scope of the specific services to
be performed by Consultant are as described in Exhibit A.
2.Term of Agreement. This Agreement shall commence on July 01, 2023, (the
“Commencement Date”) and shall remain and continue in effect until tasks described
in Exhibit A are completed, but in no event later than June 30, 2027, unless sooner
terminated pursuant to the provisions of this Agreement.
3.Compensation.
A. City agrees to compensate Consultant for services under this Agreement in
compliance with the schedule set forth in Exhibit A. Consultant shall submit proper
monthly invoices in the form and manner specified by City. Each invoice shall include a
monthly breakdown of all monthly services performed together with the hours spent on
each service. Consultant shall maintain appropriate and necessary documentation
supporting the monthly invoices detailing the type of service provided. It shall be
available for review by the City at all reasonable times upon request.
B. Total payment to Consultant pursuant to this Agreement shall not exceed
Seven Hundred Forty-Four Thousand, One Hundred Eighty-Three and Fifty Seven Cents
($744,183.57) to be broken down as follows;
Fiscal Year 2023/24 - $177,880.00
Fiscal Year 2024/25 - $183,216.40
Fiscal Year 2025/26 - $188,712.89
Fiscal Year 2025/27 - $194,374.28
C. If at the request of the City, Consultant is required to incur out of pocket
expenses (including but not limited to, out-of-town travel and lodging) which are above
263
2
and beyond the ordinary expenses associated with performance of this Agreement,
Consultant shall be entitled to reimbursement of such expenses. Consultant shall only be
reimbursed for those expenses which: (I) appear on Consultant’s monthly invoices; (II) are
accompanied by a copy of the City’s written authorization for Consultant to incur such
expenses; and (III) receipts documenting such expenses.
4.General Terms and Conditions. The General Terms and Conditions set forth in
Exhibit B are incorporated as part of this Agreement. In the event of any inconsistency
between the General Terms and Conditions and any other exhibit to this Agreement, the
General Terms and Conditions shall control unless it is clear from the context that both
parties intend the provisions of the other exhibit(s) to control.
5.Addresses.
City of Lynwood
City of Lynwood
11330 Bullis Road
Lynwood, CA 90262
Attn: Ernie Hernandez, City Manager
Company
National Plant Services
1461 Harbor Avenue
Long Beach, CA 90813-2741
Attn: Jeff Garcia, Vice President
6.Exhibits. All exhibits referred to in this Agreement are listed here and are
incorporated and made part of this Agreement by this reference.
Exhibit A – Scope of Work/Services and Compensation Schedule
Exhibit B – General Terms and Conditions
SIGNATURES ON FOLLOWING PAGE
264
3
IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates
written below.
CITY
CITY OF LYNWOOD
By:____________________________________________________
Mayor Date
CONSULTANT
National Plant Services
By:_______________________________________________________
Jeff Garcia, Vice President Date
ATTEST:
By:______________________________________________________
Maria Quinonez, City Clerk Date
APPROVED AS TO FORM:
By:______________________________________________________
Noel Tapia, City Attorney Date
265
4
EXHIBIT A
SCOPE OF WORK/SERVICES
266
EXHIBIT B
GENERAL TERMS AND CONDITIONS
1.Status as Independent Contractor.
A. Consultant is, and shall at all times remain as to City, an independent contractor.
Consultant shall have no power to incur any debt, obligation, or liability on behalf of the
City of Lynwood or otherwise act on behalf of Lynwood as an agent. Neither the City of
Lynwood nor any of its agents shall have control over the conduct of Consultant or any of
Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any
time, or in any manner, represent that it or any of its agents or employees are in any manner
agents or employees of the City of Lynwood.
B. Consultant agrees to pay all required taxes on amounts paid to Consultant under
this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interests asserted against City by reason of the independent
Consultant relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent status of Consultant and the audit in
any way fails to sustain the validity of an independent Consultant relationship between City
and Consultant, then Consultant agrees to reimburse City for all costs, including accounting
and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Consultant shall fully comply with the workers' compensation law regarding
Consultant and Consultant’s employees. Consultant further agrees to indemnify and hold
City harmless from any failure of Consultant to comply with applicable worker's
compensation laws. City shall have the right to offset against the amount of any fees due
to Consultant under this Agreement any amount due to City from Consultant as a result of
Consultant’s failure to promptly pay to City any reimbursement or indemnification arising
under this Section 1.
D. Consultant represents to the City, and City relies on Consultant’s
representations, that Consultant shall serve solely in the capacity of an independent
contractor to the City. Neither the City nor any of its agents will have control over the
conduct of Consultant or any of Consultant’s employees, except as otherwise set forth in
the Agreement. Consultant may not, at any time or in any manner, represent that it or
any of its agents or employees are in any manner agents or employees of the City. The
City has no duty, obligation, or responsibility to the Consultant’s agents or employees,
including the Affordable Care Act coverage requirements. Consultant is solely
responsible for any tax penalties associated with the failure to offer affordable coverage
to its agents and employees under the Affordable Care Act with respect to Consultant’s
agents and employees. Consultant warrants and represents that the City will not be
responsible and will not be held liable for issues related to Consultant’s status as an
independent contractor, including Consultant’s failure to comply with Consultant’s
duties, obligations, and responsibilities under the Affordable Care Act. Consultant further
agrees to defend, indemnify, and hold the City harmless for any and all taxes, claims,
and penalties against the City related to Consultant’s obligations under the Affordable
Care Act.
267
2.Standard of Performance
Consultant shall perform all work to the highest professional standards and in a
manner satisfactory to the City Manager or his/her designee. No additional or different
tasks or services shall be performed by Consultant other than those specified in Exhibit A.
3.Indemnification.
A. Consultant is skilled in the professional calling necessary to perform the services
and duties agreed to be performed under this Agreement, and City is relying upon the skill
and knowledge of Consultant to perform said services and duties.
B. City and its respective elected and appointed boards, officials, officers, agents,
employees and volunteers (individually and collectively, "Indemnities") shall have no
liability to Consultant or any other person for, and Consultant shall indemnify, defend,
protect and hold harmless Indemnities from and against, any and all liabilities, claims,
actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and
expenses of whatever nature, including reasonable attorneys' fees and disbursements
(collectively "Claims"), which Indemnities may suffer or incur or to which Indemnities may
become subject by reason of or arising out of any injury to or death of any person(s),
damage to property, loss of use of property, economic loss or other loss occurring as a
result of or allegedly caused by Consultant’s performance of or failure to perform any
services under this Agreement or by the negligent or willful acts or omissions of Consultant,
its agents, officers, directors, subcontractor, sub consultant or employees, committed in
performing any of the services under this Agreement. Notwithstanding the foregoing, the
provisions of this subsection shall not apply to Claims occurring as a result of the City’s
sole negligence or willful acts or omissions.
C. Consultant agrees to obtain executed indemnity agreements with provisions
identical to those set forth in this Section from each and every subcontractor, sub
consultant or any other person or entity involved by, for, with or on behalf of Consultant
in the performance of this Agreement. In the event Consultant fails to obtain such
indemnity obligations from others as required in this Section, Consultant agrees to be fully
responsible according to the terms of this Section. Failure of the City to monitor
compliance with these requirements imposes no additional obligations on City and will
in no way serve as a waiver of any rights hereunder. This obligation to indemnify and
defend Indemnities as set forth herein shall survive the termination of this Agreement and
is in addition to any rights which City may have under the law. This indemnity is effective
without reference to the existence or applicability of any insurance coverage which may
have been required under this Agreement or any additional insured endorsements which
may extend to City.
4.Insurance.
A. Without limiting Consultant’s indemnification of Indemnities pursuant to Section
3 of this Agreement, Consultant shall obtain and provide and maintain at its own expense
during the term of this Agreement the types and amounts of insurance as described
below:
268
(I)Consultant shall maintain Commercial General Liability Insurance with
coverage at least as broad as Insurance Services Office Commercial General
Liability Form CG 00 01 in an amount not less than $2,000,000 per occurrence,
$4,000,000 general aggregate, for bodily injury, personal injury, and property
damage. Defense costs must be paid in addition to limits. There shall be no cross-
liability exclusion for claims or suits by one insured against another. The policy must
include contractual liability that has not been amended. Any endorsement
restricting standard ISO “insured contract” language will not be accepted.
(II)Consultant shall maintain Business Auto Coverage on ISO Business Auto
Coverage Form CA 00 01 covering bodily injury and property damage for all
activities of the Consultant arising out of or in connection with Work to be performed
under this Agreement, including coverage for any owned, hired, non-owned or
rented vehicles, in an amount not less than $1,000,000 combined single limit for each
accident.
(III)Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits)
and Employer’s Liability Insurance with on a state approved policy form providing
statutory benefits as required by law with employer’s liability limits no less than
$1,000,000 per accident for all covered losses;
(IV)Consultant shall maintain Professional Liability or Errors and Omissions
Insurance that covers the services to be performed in connection with this
Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate.
Any policy inception date, continuity date, or retroactive date must be before the
effective date of this Agreement and Consultant agrees to maintain continuous
coverage through a period no less than three (3) years after completion of the
services required by this Agreement.
B. City, its officers, officials, employees, and volunteers shall be named as additional
insureds on the policy(ies) as to commercial general liability and automotive liability.
C. All insurance policies shall be issued by an insurance company currently
authorized by the Insurance Commissioner to transact business of insurance or is on the List
of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’
Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with
the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk
Manager.
D. All insurance policies shall provide that the insurance coverage shall not be non-
renewed, canceled, reduced, or otherwise modified (except through the addition of
additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City thirty (30) days' prior written notice thereof. Any such thirty (30) day notice shall
be submitted to CITY via certified mail, return receipt requested, addressed to “Director
of Human Resources & Risk Management,” City of Lynwood, 11330 Bullis Road, Lynwood,
California, 90262. Consultant agrees that it will not cancel, reduce, or otherwise modify
said insurance coverage.
269
E. Consultant shall submit to City (I) insurance certificates indicating compliance with
the minimum worker's compensation insurance requirements above, and (II) insurance
policy endorsements indicating compliance with all other minimum insurance requirements
above, not less than one (1) day prior to beginning of performance under this Agreement.
Endorsements shall be executed on City’s appropriate standard forms entitled "Additional
Insured Endorsement".
F. Consultant’s insurance shall be primary as respects the City, its officers, officials,
employees, and volunteers. Any insurance or self-insurance maintained by the City, its
officers, officials, employees and volunteers shall be excess of Consultant’s insurance and
shall not contribute with it.
G. Consultant agrees that if it does not keep the aforesaid insurance in full force and
effect, and such insurance is available at a reasonable cost. City may take out the
necessary insurance and pay the premium thereon, and the repayment thereof shall be
deemed an obligation of Consultant’s and the cost of such insurance may be deducted,
at the option of City, from payments due Consultant.
5.Release of Information/Confidentiality.
A.Consultant in the course of its duties may have access to confidential data of
City, private individuals, or employees of the City. Consultant covenants that all data,
documents, discussion, or other information developed or received by Consultant or
provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Consultant without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Consultant, its officers, employees, agents, or
subconsultants, shall not without written authorization from the City Manager, voluntarily
provide declarations, letters of support, testimony at depositions, response to
interrogatories, or other information concerning the work performed under this Agreement
or relating to any project or property located within the City. Response to a subpoena or
court order shall not be considered "voluntary" provided Consultant gives City notice of such
court order or subpoena. Consultant’s covenant under this section shall survive the
termination of this Agreement.
B.Consultant shall promptly notify City should Consultant, its officers, employees,
agents, or subconsultants be served with any summons, complaint, subpoena, notice of
deposition, request for documents, interrogatories, request for admissions, or other discovery
request, court order, or subpoena from any person or party regarding this Agreement and
the work performed thereunder. City retains the right, but has no obligation, to represent
Consultant and/or be present at any deposition, hearing, or similar proceeding. Consultant
agrees to cooperate fully with City and to provide the opportunity to review any response
to discovery requests provided by Consultant. However, City's right to review any such
response does not imply or mean the right by City to control, direct, or rewrite said response
6.Ownership of Work Product.
A.Consultant shall maintain complete and accurate records with respect to
270
sales, costs, expenses, receipts, and other such information required by the City that relate
to the performance of services under this Agreement. Consultant shall maintain adequate
records of services provided in sufficient detail to permit an evaluation of services. All such
records shall be maintained in accordance with accepted accounting principles and shall
be clearly identified and readily accessible. Consultant shall provide free access to the
representatives of the City or its designees at reasonable times to such books and records;
shall give the City the right to examine and audit said books and records; shall permit the
City to make transcripts therefrom as necessary; and shall allow inspection of all work, data,
documents, proceedings, and activities related to this Agreement. Such records, together
with supporting documents, shall be maintained for a period of three (3) years after receipt
of final payment.
B.Upon completion of, or in the event of termination or suspension of this
Agreement, all original documents, designs, drawings, maps, models, computer files,
surveys, notes, and other documents prepared in the course of providing the services to
be performed pursuant to this Agreement shall become the sole property of the City and
may be used, reused, or otherwise disposed of by the City without the permission of the
Consultant. With respect to computer files, Consultant shall make available to the City,
at the Consultant's office and upon reasonable written request by the City, the necessary
computer software and hardware for purposes of accessing, compiling, transferring, and
printing computer files.
7.Conflict of Interest.
A. Consultant covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the services to be performed by
Consultant under this Agreement, or which would conflict in any manner with the
performance of its services hereunder. Consultant further covenants that, in performance
of this Agreement, no person having any such interest shall be employed by it. Furthermore,
Consultant shall avoid the appearance of having any interest which would conflict in any
manner with the performance of its services pursuant to this Agreement.
B. Consultant covenants not to give or receive any compensation, monetary or
otherwise, to or from the ultimate vendor(s) of services to City as a result of the performance
of this Agreement, or the services that may be procured by the City as a result of the
recommendations made by Consultant’s covenants under this section shall survive the
termination of this Agreement.
8.Termination. Notwithstanding any other provision, this Agreement may be duly
terminated at any time by the City at its sole discretion with or without cause by serving
upon the consultant at least ten (10) days prior written notice (“Notice of Termination”).
Upon receipt of said notice, the Consultant shall immediately cease all work under this
Agreement, unless the notice provides otherwise. Unless expressly agreed upon in writing
by the City, the City shall not be obligated to pay for any services rendered nor any costs
or expenses paid or incurred after the date of termination. The effective date of termination
shall be upon the date specified in the written Notice of Termination. Consultant agrees that
in the event of such termination, Consultant must refund the City its prorated share, except
for services satisfactorily rendered prior to the effective date of termination. Immediately
271
upon receiving written Notice of Termination, Consultant shall discontinue performing
services, preserve the product of the services and upon payment for services, turn over to
City the product of the services in accordance with written instructions of City.
In the event this Agreement is terminated pursuant to this Section, the City shall pay to
Consultant the actual value of the work performed up to the time of termination, provided
that the work performed is of value to the City. Upon termination of the Agreement pursuant
to this Section, the Consultant will submit an invoice to the City.
9.Personnel. Consultant represents that it has, or will secure at its own expense, all
personnel required to perform the services under this Agreement. All of the services required
under this Agreement will be performed by Consultant or under its supervision, and all
personnel engaged in the work shall be qualified to perform such services. Consultant
reserves the right to determine the assignment of its own employees to the performance of
Consultant’s services under this Agreement, but City reserves the right, for good cause, to
require Consultant to exclude any employee from performing services on City's premises.
10.Non-Discrimination and Equal Employment Opportunity.
A. Consultant shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this Agreement
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion,
transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship.
B. Consultant will, in all solicitations or advertisements for employees placed by or
on behalf of Consultant state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race,
color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental
handicap, medical condition, or sexual orientation.
C. Consultant will cause the foregoing provisions to be inserted in all subcontracts
for any work covered by this Agreement except contracts or subcontracts for standard
commercial supplies or raw materials.
11.Assignment. Consultant shall not assign or transfer any interest in this Agreement nor
the performance of any of Consultant obligations hereunder, without the prior written
consent of City, and any attempt by Consultant to assign this Agreement or any rights,
duties, or obligations arising hereunder shall be void and of no effect.
12.Performance Evaluation. For any Agreement in effect for twelve months or longer,
the City Manager may require a written annual administrative performance evaluation
within ninety (90) days of the first anniversary of the effective date of this Agreement, and
each year thereafter throughout the term of this Agreement. The work product required by
this Agreement shall be utilized as the basis for review, and any comments or complaints
received by City during the review period, either orally or in writing, shall be considered.
272
City shall meet with Consultant prior to preparing the written report. If any noncompliance
with the Agreement is found, City may direct Consultant to correct the inadequacies, or, in
the alternative, may terminate this Agreement as provided herein.
13.Compliance with Laws. Consultant shall keep itself informed of State, Federal and
Local laws, ordinances, codes and regulations which in any manner affect those employed
by it or in any way affect the performance of its service pursuant to this Agreement.
Consultant shall at all times comply with such laws, ordinances, codes and regulations. The
City, its officers and employees shall not be liable at law or in equity occasioned by failure
of Consultant to comply with this Section.
14.Licenses. At all times during the term of this Agreement, Consultant shall have in full
force and effect all licenses (including a City business license) required of it by law for
performance of the services hereunder.
15.Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or
more of the conditions of performance under this Agreement shall not be a waiver of any
other condition of performance under this Agreement. In no event shall the making by City
of any payment to Consultant constitute or be construed as a waiver by City of any breach
of covenant, or any default which may then exist on the part of Consultant, and the making
of any such payment by City shall in no way impair or prejudice any right or remedy
available to City with regard to such breach or default.
16.Attorney's Fees. In the event that either party to this Agreement shall commence
any legal or equitable action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney's fees and costs, including costs of expert
witnesses and Consultant.
17.Notices. Any notices, bills, invoices, or reports required by this Agreement shall be
deemed received on (a) the day of delivery if delivered by hand during Consultant regular
business hours or by facsimile before or during Consultant regular business hours; or (b) on
the third business day following deposit in the United States mail, postage prepaid, to the
addresses heretofore set forth in the Agreement, or to such other addresses as the parties
may, from time to time, designate in writing pursuant to the provisions of this section.
18.Governing Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the Parties in accordance with the laws of the State of
California. Legal actions concerning any dispute, claim or matter arising out of or in relation
to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State
of California. However, the Parties may agree to submit any dispute to non-binding
arbitration.
19.Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be the original, and all of which together shall constitute
one and the same instrument.
20.Severability. If any provision or any part of any provision of this Agreement is found
273
to be invalid or unenforceable, the balance of this Agreement shall remain in full force
and effect.
21.Entire Agreement. This Agreement, and any other documents incorporated herein
by specific reference, represents the entire and integrated agreement between Consultant
and City. This Agreement supersedes all prior oral or written negotiations, representations
or agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the Parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by the Mayor and attested by
the City Clerk.
22.Authority. The person or persons executing this Agreement on behalf of Consultant
warrants and represents that he/she has the authority to execute this Agreement on behalf
of Consultant and has the authority to bind Consultant to the performance of its obligations
hereunder.
23.Force Majeure.A Party’s performance of any obligation under this
Agreement shall be suspended if, and to the extent that, the Party is unable to perform
because of any event of Force Majeure. In any such event, the Party unable to perform
shall be required to resume performance of its obligations under this Agreement upon
the termination of the event or cause that excused performance hereunder. “Force
Majeure” herein means an event which is beyond the reasonable control of a Party,
including without limitation, (a) acts of God including flood, fire, earthquake, hurricane
or explosion, pandemic; (b) war, invasion, hostilities (whether war is declared or not),
terrorist threats or acts, riot or other civil unrest; (c) government order or law that prevents
either Party from performing its obligations as set forth in this Agreement; (d) actions,
embargoes or blockades in effect on or after the date of this Agreement; (e) action by
any governmental authority that prevents either Party from performing its obligations as
set forth in this Agreement; (f) national or regional emergency; (g) strikes, labor stoppages
or slowdowns or other industrial disturbances, other than those involving the affected
parties employees; (h) shortage of adequate power or transportation facilities.
Neither Party shall be liable for any delay or default in, or failure of, performance resulting
from or arising out of any Force Majeure event, and no such delay, default in, or failure
of performance shall constitute a breach by either Party hereunder. Where a Force
Majeure event gives rise to a failure or delay in either Party performing its obligations
under this Agreement (other than obligations to make payment), those obligations will
be suspended for the duration of the Force Majeure event. A Party who becomes aware
of a Force Majeure event which gives rise to, or which is likely to give rise to, any failure
or delay in performing its obligations under this Agreement, will forthwith notify the other
and inform the other of the period for which it is estimated that such failure or delay will
continue. The affected Party shall take reasonable steps to mitigate the effects of the
Force Majeure event.
274
Proposal Presented By:
National Plant Services, Inc.
1461 Harbor Avenue
Long Beach, CA 90813
Main Office: 562-436-7600 Email: JeffG@NationalPlant.com
Contact: Jeff Garcia, Vice President
Cell: 310-505-2578
Request for Proposals
Annual Sanitary Sewer Maintenance Services
April 5, 2023
275
April 5, 2023
City of Lynwood
George Cambero, Interim Utility Manager
RE: Annual Sanitary Sewer Maintenance Services
Request for Proposals
Dear Mr. Cambero,
National Plant Services is pleased to present this submittal in response to the City of
Lynwood’s invitation to propose on the above referenced project. National Plant Services,
a wholly owned subsidiary of Carylon Corporation, has been serving cities and
municipalities throughout California since 1981.
National Plant Services currently employs twenty-one NASSCO PACP/MACP certified
camera technicians, seventeen of whom have over six years of experience. We also
maintain a fifteen-truck cleaning fleet with eighteen experienced cleaning operators. Our
Project Manager, Patty Peña, has over 10 years of experience with municipal public works
projects. The Company’s President, Dennis Keene, has been with the Carylon Corporation
since 1972. The vast amount of field, office, and technological experience that National
Plant Services can provide is unmatched in the industry.
If you have any questions during the review process, please contact me directly at
310-505-2578 or at JeffG@NationalPlant.com. We would welcome an interview to further
demonstrate how we can assist the City of Lynwood in meeting and exceeding its sewer-
related goals. We appreciate the opportunity to present our services to you.
Sincerely,
Jeff Garcia
Vice President
*All information and pricing provided in this proposal is valid for sixty (60) days.
276
Organization Credentials and Background
National Plant Services, Inc., an Illinois incorporated company since 1977, operates as a
full-service sewer and storm drain cleaning, inspection, rehabilitation, and maintenance
contractor. National Plant Services, Inc. has been providing these services to cities,
counties, sanitation districts, and contractors in 11 Western States since 1981. Local
clients include the City of Alhambra, City of South Gate, City of Monrovia, and the City of
Stanton. National Plant Services, Inc. operates 24 hours per day, 7 days per week,
providing emergency vacuum, jetting and other cleaning and inspection services.
National Plant Services owns all the equipment and employs all the personnel to perform
the work necessary to meet the specifications and requirements for the department.
National Plant Service’s corporate office is headquartered in Long Beach, CA and has a
northern California branch in Hayward.
In addition to cleaning and inspection, National Plant Services provides laser inspection,
sonar inspection, LiDAR inspection, industrial plant cleaning, specialty
cleaning/mechanical cleaning, smoke testing, flow monitoring, line grouting, spot repairs,
lateral lining from the mainline, and top hats (lateral seals).
California Contractor's License No. 351503, A and C42 Classifications. National Plant
Services’ DIR # is 1000002703. National Plant Services’ EIN is 36-2819728.
National Plant Services is a fiscally strong company with the significant backing of our
parent company, Carylon Corporation. NPS has no pending bankruptcies, liens, stop-
payment notices, judgments, foreclosures, or any similar action filed or resolved in the
past seven years period. A client has never terminated a contract with National Plant
Services for breach of contract or poor performance.
We hereby guarantee that we have the financial resources to effectively manage and
complete this project. We maintain a staff of regular employees and can demonstrate
that the equipment for this work is sufficient, adequate and suitable.
Approach to Scope of Services
NPS will ensure that the necessary equipment and personnel are available for the
project scope of work. We guarantee that the key personnel described in this proposal
will be available and assigned to this project. Field personnel will be assigned based on
availability on the project start date.
277
The project will begin with a kickoff meeting at city offices to review the scope of work.
Sewer maps, pipeline database, GIS, and all avaliable information will be reviewed so the
field crews and the project manager get a complete picture of the project and
surrounding area.
National Plant Services will perform work with trained, competent, professional CCTV
Inspection Technicians. The lead technician chosen to work on this project will have a
minimum of 5 years of NASSCO PACP experience. All our technicians have been trained
in Confined Space Entry and have received basic traffic control training. Most of our CCTV
Inspection Technicians also have OSHA 10 Hour training. NPS has developed and
implemented a specific Job Safety Analysis (JSA) and a Safety Procedure for performing
closed circuit television inspections and will institute that plan (with necessary additions)
to this project.
All National Plant Services’ trucks and equipment carry our name and logo. Our
employees wear uniforms with their name and the company name. We work in the public
sector every day and take a great deal of pride in our work. Public safety is of paramount
importance. Our crews are trained to recognize situations which might be a hazard to the
public and to eliminate or mitigate the hazard immediately. All our technicians have
received Basic First Aid and CPR training.
National Plant Services considers Traffic Safety a primary element in the performance of
cleaning and inspecting sewers. National Plant Services sets up all traffic control
measures in accordance with the WATCH Book. All field equipment has its own truck-
mounted arrow board. Additionally, crews utilize cones and signs in accordance with
proper traffic control procedures.
Cleaning of Sewer Lines
National Plant Services, Inc (NPS) will use a combination jet/vacuum machine capable of
generating nozzle pressure at a minimum of 2,000 pounds per square inch to clean the
sewer lines. NPS will determine the correct pressure to be used for cleaning in each
specific situation, such that all debris is removed, however, avoiding back pressure that
will cause water to travel up any residential or business laterals along the sewer line that
is being cleaned.
NPS will remove debris generated during the cleaning of all sewer lines at the first
downstream manhole. NPS will then pull the jetting nozzles back downstream, pulling the
debris down to the manhole where the debris shall be removed. Debris will not be moved
through multiple lines prior to being collected. NPS will install debris traps in downstream
278
maintenance holes when cleaning pipe sizes ranging from 15” to 24” in diameter. NPS will
properly dispose of all debris removed from the sewer line as specified in the RFP.
All jetting operations shall be performed with nozzles and skids appropriate for the size
of the pipe to be cleaned. Nozzles include spinners, Warthogs, Dolphin, sand nozzle, and
bottom sweepers as manufactured by NozzTeq, StoneAge, and KEG. All lines will be
cleaned to 95% clean, apart from broken pipes.
Inspection
The intent is to inspect the pipe using closed circuit television equipment is to inspect and
record the internal condition of the pipe. A camera will be driven or pulled through each
section of the pipe. The operator will stop the movement of the camera to look at any
abnormality or defect spotted as well as note laterals and waterline marks. Each lateral,
defect, or other abnormality will be classified and documented per NASSCO PACP
standards.
NPS owns and operates fifteen (15) CCTV Inspection vehicles. Each truck is equipped with
two (2) cameras and repair parts. Our technicians are trained to diagnose problems and
can make minor repairs in the field. We also maintain a fleet repair staff of five employees
who are trained to make field repairs or can bring a new truck to use while the other is
being repaired.
National Plant Services will use data capture software, pre-approved by the agency and
use NASSCO PACP coding when performing inspections. All cameras used will be able to
pan 360 degrees of the pipe and have a minimum resolution of 720 x 480. Cameras will
have auto focus and zoom as well as sufficient lighting. NPS will notify the agency’s Project
Manager whenever the camera will not pass or finds an imminent pipe failure.
Quality Control/Quality Assurance
Our Quality Control team will take the maps provided by the agency and develop an
inspection schedule with milestones that ensure the agency timeline is met. Data will be
compiled and reviewed by our QA/QC team in the office on a weekly basis. They will
ensure that the video is captured in the correct format, that all the defects are properly
noted per NASSCO PACP standards, that the overlays display the correct information, and
that we are providing a quality product. Any inspections that do not pass our Quality
Control standards will be re-inspected at our cost. The data will be transferred to the
appropriate media and presented in accordance with the specifications in the RFP.
The Quality Control Department will then gather all the data and merge it into one
database. This database along with corresponding videos, pictures, and log sheets will be
279
submitted per the agency’s specifications. Along with the data, a summary will be
provided using log sheets detailing the inspection. Each line segment will be represented
along with the footage of defects, laterals, etc. An Excel sheet will be provided that has
the line segments with their ‘Quickscore’ rating and can be sorted to show all the ‘5’s, ‘4’s,
etc. This will assist the agency with laying out future CIP projects and determining
immediate needs.
Experience
Below references were completed within project schedule and budget.
1. City of Maywood
Dan Garcia, 310-968-7263 dgarcia@interwestgrp.com
Clean and CCTV inspection of 132,629 LF of sewer lines in Maywood, including
traffic control, debris disposal, and submittals.
Contract: $181,000 Completed: 2018
2. City of Compton
205 S Willowbrook Ave, Compton, CA 90220
John Strickland, 310-605-5505 jstrickland@compton.org
Clean and CCTV of various diameter sewer lines, including traffic control, debris
disposal, and CCTV submittal for City to comply with State Consent Judgment.
Contract: $400,000.00 (per contract year) Completed: 2022
3. City of Simi Valley
2929 Tapo Canyon Rd, Simi Valley, CA 93063
Ramona Mejia, 805-583-6795 rmejia@simivalley.org
Clean and CCTV of 12’ to 48” diameter sewer lines, including traffic control, debris
disposal, and GIS CCTV submittal used for sewer rehabilitation preparation.
Contract amount: $ 164,737.20 Completed: 2022 Contract SV21-15
Commence Services
National Plant Services can begin the pre-project process within 5 business days of
award of contract. Mobilization of field crews can begin within 10 business days of
obtaining necessary City documentation requirements i.e., business license, traffic
control plans and permits.
280
Qualifications of Project Team
Jeff Garcia – Vice President
National Plant Services, Inc., Long Beach, CA
Oversees entire project including technicians, equipment, schedule, QA/QC, data
submittal, and achieving agreed upon milestones. Mr. Garcia has worked in the underground service industry since 2002. He has
functioned in the role of Superintendent, Operations Manager, and Project Manager.
He has experience executing projects in excess of $25,000,000 and has a firm
understanding of the various software and hardware technologies available in the
industry.
In addition to his work with National Plant Services, Mr. Garcia is 40 Hour Hazwoper
trained, OSHA 30 trained, NASSCO/PACP/MACP trained and has received professional
training in Confined Space Entry, C.P.R. and First Aid.
Patty Peña – Project Manager
National Plant Services, Inc., Long Beach, CA
Acts as liaison between Agency and National Plant Services. Coordinates pre-construction
meeting, document fulfillment (insurance, permits, etc.), schedule, data submittal, and
other peripheral work necessary for a successful project.
Ms. Peña has worked for National Plant Services since 2018. Joining us from the Public
Sector where she worked as a Management Analyst, she brings knowledge in sanitary
sewer and MS4 projects. Her work includes FOG programs, Consent Judgement
Management, SSO Response and Asset Management Program with GIS understanding.
Ms. Peña has received professional training in C.P.R. and First Aid, Stormwater Inspection,
is a certified CalEOS Emergency Specialist and is NASSCO PACP/LACP/MACP certified
since 2017. She has a full and clear understanding of what municipalities and sanitary
districts expect from their contractors. Will serve as a day-to-day contact for the Agency.
Jorge Salas – Senior Field Superintendent
National Plant Services, Inc., Long Beach, CA
281
Responsible for the day-to-day field operations. Will have daily contact with the crew. Will
inform the Agency of progress, address any issues that may arise, and ensure that weekly
and monthly inspection goals are met.
Mr. Salas has worked for National Plant Services since 2006. He has functioned in the role
of Foreman, Superintendent, Assistant Project Manager and Project Superintendent. He
has a full and clear understanding of what cities and sanitary districts expect from their
contractors.
In addition to his work with National Plant Services, Mr. Salas is 40 Hour Hazwoper trained
and has received professional training in, Confined Space Entry, C.P.R. and First Aid. Mr.
Salas is NASSCO-certified and is an expert with WinCan software.
Paola Guerrero – Project Manager/ Quality Control Manager
National Plant Services, Inc., Long Beach, CA
Ms. Guerrero oversees our Quality Control Department. She implements systems and
databases to access and store data for the client. With extensive knowledge of NASSCO
approved software’s, she creates digital maps using geospatial data and analyzes spatial
and non-spatial information.
Ms. Guerrero will gather the data from the crews, perform a quality review, and merge all
the data for agency submittals. She will act as a liaison between the field crew, the field
superintendent and project manager. Will serve as a day-to-day resource for the Agency.
References
City of Simi Valley
Ramona Mejia, Associate Engineer
Project Manager
805-583-6795 rmejia@simivalley.org
Project Name: SV-21-15
City of Cypress
Nick Mangkalakiri, P.E
Project Manager
(714) 229-6729 nmangkal@cypressca.org
Project Name: 236
282
City of Mountain View
Bob Bleisner, Wastewater Supervisor
Project Manager
650-903-6270 bob.bleisner@mountainview.gov
Project Name: RFB No. R220549
Company Statements
• National Plant Services hereby affirms its ability to execute the City’s Professional
Services Agreement.
• National Plant Services affirms that it can secure insurance that meets the City’s
requirements.
• National Plant Services shall adhere to all federal laws, state, and local laws and
regulations.
• National Plant Services hereby allows federal, state, county, and city officials
access to place of work, books, documents, papers, fiscal, payroll materials, and
relevant contract records pertinent to the Project as outlined in the RFP. All
relevant records shall be retained for at least three years.
• National Plant Services will not discriminate against any employee or applicant
for employment because of race, color, religion, sex or national origin.
283
FEE SCHEDULE
ITEM QTY UNIT PRICE
Note:
1 Per Hour $325.00
2 Per Hour $370.00
3 Per Hour $275.00
4 Per Hour $320.00
5 Per Hour $300.00
6 Per Hour $345.00
7 Per Hour $250.00
8 Per Hour $295.00
9 Additional Tech Labor Per Hour $165.00
10 Additional Tech Labor, OT Rates Per Hour $210.00
11 Flex Hose, 100' roll Per Each $300.00
on an hourly basis per the rates below:
DESCRIPTION
National Plant Services will provide equipment and labor
Vactor/Hydro-Jetter Combo with Operator
Vactor/Hydro-Jetter Combo with Operator, OT Rates
Hydro Truck with Operator
CCTV Truck with Operator
Trailer Jetter (Towable) with Operator, OT Rates
CCTV Truck with Operator, OT Rates
Trailer Jetter (Towable) with Operator
1 Hour will be charged per day, per piece, for travel time.
Hydro Truck with Operator, OT Rates
284
Page 1 of 10
NOTICE TO ALL PROSPECTIVE BIDDERS:
ADDENDUM NO. 1
City of Lynwood Project
REQUEST FOR PROPOSAL ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS UTILITY DEPARTMENT
The following modification/clarification is hereby made a part of the Request for Proposal and supersedes,
replaces, and/ or amends the provisions included in the original Request for Proposal:
The City of Lynwood has added the following information to the Request for Proposal.
This is a prevailing wage project and current DIR documentation must be provided.
Please review Appendix A: Labor Code and submit the following document with the proposal.
Appendix B: Department of Industrial Relations (DIR) Contractor Registration
Number Form with proposal.
The rest of sections in the Request for Proposal shall remain unchanged.
BY ORDER OF THE CITY OF LYNWOOD, CALIFORNIA:
By: _______________________________________
Julian Lee
City of Lynwood, Director of Public Works
Date:________2-27-2023______________________________
285
Page 2 of 10
APPENDIX “A”
Labor Code Sections 1771, 1775, 1776, 1777.5, 1813 and 1815
Labor Code Section 1771
Requirement of prevailing local rate for work under contract
Except for public works projects of one thousand dollars ($1,000) or less, not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which the public work is
performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work
fixed as provided in this chapter, shall be paid to all workers employed on public works.
This section is applicable only to work performed under contract, and is not applicable to work carried out
by a public agency with its own forces. This section is applicable to contracts let for maintenance work.
Labor Code Section 1775
Forfeiture for paying less than prevailing wage rates; Amount of penalty; Payments to workers;
Liability of prime contractor; Notification of complaint
(a)
(1) The contractor and any subcontractor under the contractor shall, as a penalty to the state or political
subdivision on whose behalf the contract is made or awarded, forfeit not more than fifty dollars ($50) for
each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as
determined by the director for the work or craft in which the worker is employed for any public work done
under the contract by the contractor or, except as provided in subdivision (b), by any subcontractor under
the contractor.
(2)
(A) The amount of the penalty shall be determined by the Labor Commissioner based on consideration
of both of the following:
(i) Whether the failure of the contractor or subcontractor to pay the correct rate of per diem wages was
a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the
attention of the contractor or subcontractor.
(ii) Whether the contractor or subcontractor has a prior record of failing to meet its prevailing wage
obligations.
(B)
(i) The penalty may not be less than ten dollars ($10) for each calendar day, or portion thereof, for each
worker paid less than the prevailing wage rate, unless the failure of the contractor or subcontractor to pay
the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and
voluntarily corrected when brought to the attention of the contractor or subcontractor.
(ii) The penalty may not be less than twenty dollars ($20) for each calendar day, or portion thereof, for
each worker paid less than the prevailing wage rate, if the contractor or subcontractor has been assessed
penalties within the previous three years for failing to meet its prevailing wage obligations on a separate
286
Page 3 of 10
contract, unless those penalties were subsequently withdrawn or overturned.
(iii) The penalty may not be less than thirty dollars ($30) for each calendar day, or portion thereof, for
each worker paid less than the prevailing wage rate, if the Labor Commissioner determines that the
violation was willful, as defined in subdivision (c) of Section 1777.1.
When the amount due under this section is collected from the contractor or subcontractor, any outstanding
wage claim under Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 against that contractor
or subcontractor shall be satisfied before applying that amount to the penalty imposed on that contractor or
subcontractor pursuant to this section.
(C) The determination of the Labor Commissioner as to the amount of the penalty shall be reviewable
only for abuse of discretion.
(D) The difference between the prevailing wage rates and the amount paid to each worker for each
calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be
paid to each worker by the contractor or subcontractor, and the body awarding the contract shall cause to
be inserted in the contract a stipulation that this section will be complied with.
(b) If a worker employed by a subcontractor on a public works project is not paid the general prevailing
rate of per diem wages by the subcontractor, the prime contractor of the project is not liable for any
penalties under subdivision (a) unless the prime contractor had knowledge of that failure of the
subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime contractor
fails to comply with all of the following requirements:
(1) The contract executed between the contractor and the subcontractor for the performance of work on
the public works project shall include a copy of the provisions of Sections 1771, 1775, 1776, 1777.5, 1813,
and 1815.
(2) The contractor shall monitor the payment of the specified general prevailing rate of per diem wages by
the subcontractor to the employees, by periodic review of the certified payroll records of the subcontractor.
(3) Upon becoming aware of the failure of the subcontractor to pay his or her workers the specified
prevailing rate of wages, the contractor shall diligently take corrective action to halt or rectify the failure,
including, but not limited to, retaining sufficient funds due the subcontractor for work performed on the
public works project.
(4) Prior to making final payment to the subcontractor for work performed on the public works project, the
contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the
subcontractor has paid the specified general prevailing rate of per diem wages to his or her employees on
the public works project and any amounts due pursuant to Section 1813.
(c) The Division of Labor Standards Enforcement shall notify the contractor on a public works project within
15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a
subcontractor on that public works project to pay workers the general prevailing rate of per diem wages
Labor Code Section 1777.5 Employment of apprentices on public works
(a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public
works.
(b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for
apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft
287
Page 4 of 10
or trade to which he or she is registered.
(c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that
have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to
written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible
to be employed at the apprentice wage rate on public works. The employment and training of each
apprentice shall be in accordance with either of the following:
(1) The apprenticeship standards and apprentice agreements under which he or she is training.
(2) The rules and regulations of the California Apprenticeship Council.
(d) When the contractor to whom the contract is awarded by the state or any political subdivision, in
performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the
contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any
apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a
certificate approving the contractor under the apprenticeship standards for the employment and training of
apprentices in the area or industry affected. However, the decision of the apprenticeship program to
approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The
apprenticeship program or programs, upon approving the contractor, shall arrange for the dispatch of
apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be
required to submit any additional application in order to include additional public works contracts under that
program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an
apprenticeable occupation in accordance with rules and regulations prescribed by the California
Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor
who performs any public works not excluded by subdivision (o).
(e) Prior to commencing work on a contract for public works, every contractor shall submit contract award
information to an applicable apprenticeship program that can supply apprentices to the site of the public
work. The information submitted shall include an estimate of journeyman hours to be performed under the
contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices
would be employed. A copy of this information shall also be submitted to the awarding body if requested by
the awarding body. Within 60 days after concluding work on the contract, each contractor and
subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified
statement of the journeyman and apprentice hours performed on the contract. The information under this
subdivision shall be public. The apprenticeship programs shall retain this information for 12 months.
(f) The apprenticeship program that can supply apprentices to the area of the site of the public work shall
ensure equal employment and affirmative action in apprenticeship for women and minorities.
(g) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the
public work may be no higher than the ratio stipulated in the apprenticeship standards under which the
apprenticeship program operates where the contractor agrees to be bound by those standards, but, except
as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice work for
every five hours of journeyman work.
(h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when
any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during
the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per
day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ apprentices
for the number of hours computed as above before the end of the contract or, in the case of a
subcontractor, before the end of the subcontract. However, the contractor shall endeavor, to the greatest
extent possible, to employ apprentices during the same time period that the journeymen in the same craft
or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular
craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an apprenticeship
program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or
288
Page 5 of 10
trade classification.
(i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's
standards upon the issuance of the approval certificate, or that has been previously approved for an
apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of
apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event less than
the 1-to-5 ratio required by subdivision (g).
(j) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in
the state on all of his or her contracts on an annual average of not less than one hour of apprentice work
for every five hours of labor performed by journeymen, the Chief of the Division of Apprenticeship
Standards may grant a certificate exempting the contractor from the 1-to-5 hourly ratio, as set forth in this
section for that craft or trade.
(k) An apprenticeship program has the discretion to grant to a participating contractor or contractor
association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship,
exempting the contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the
following conditions is met:
(1) Unemployment for the previous three-month period in the area exceeds an average of 15 percent.
(2) The number of apprentices in training in the area exceeds a ratio of 1 to 5.
(3) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its
journeymen annually through apprenticeship training, either on a statewide basis or on a local basis.
(4) Assignment of an apprentice to any work performed under a public works contract would create a
condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the
public at large, or the specific task to which the apprentice is to be assigned is of a nature that training
cannot be provided by a journeyman.
(l) When an exemption is granted pursuant to subdivision (k) to an organization that represents contractors
in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be
required to submit individual applications for approval to local joint apprenticeship committees, if they are
already covered by the local apprenticeship standards.
(m)
(1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract,
employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California
Apprenticeship Council the same amount that the director determines is the prevailing amount of
apprenticeship training contributions in the area of the public works site. A contractor may take as a credit
for payments to the council any amounts paid by the contractor to an approved apprenticeship program
that can supply apprentices to the site of the public works project. The contractor may add the amount of
the contributions in computing his or her bid for the contract.
(2) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California
Apprenticeship Council shall distribute training contributions received by the council under this subdivision,
less the expenses of the Division of Apprenticeship Standards for administering this subdivision, by making
grants to approved apprenticeship programs for the purpose of training apprentices. The funds shall be
distributed as follows:
(A) If there is an approved multiemployer apprenticeship program serving the same craft or trade and
geographic area for which the training contributions were made to the council, a grant to that program shall
be made.
289
Page 6 of 10
(B) If there are two or more approved multiemployer apprenticeship programs serving the same craft or
trade and geographic area for which the training contributions were made to the council, the grant shall be
divided among those programs based on the number of apprentices registered in each program.
(C) All training contributions not distributed under subparagraphs (A) and (B) shall be used to defray the
future expenses of the Division of Apprenticeship Standards.
(3) All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship
Training Contribution Fund, which is hereby created in the State Treasury. Notwithstanding Section 13340
of the Government Code, all money in the Apprenticeship Training Contribution Fund is hereby
continuously appropriated for the purpose of carrying out this subdivision and to pay the expenses of the
Division of Apprenticeship Standards.
The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable
occupations with the prime contractor.
(n) This section does not apply to contracts of general contractors or to contracts of specialty contractors
not bidding for work through a general or prime contractor when the contracts of general contractors or
those specialty contractors involve less than thirty thousand dollars ($30,000).
(o) All decisions of an apprenticeship program under this section are subject to Section 3081.
Labor Code Section 1776
Payroll record of wages paid; Inspection; Forms; Effect of noncompliance; Penalties
(a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address,
social security number, work classification, straight time and overtime hours worked each day and week,
and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed
by him or her in connection with the public work. Each payroll record shall contain or be verified by a
written declaration that it is made under penalty of perjury, stating both of the following:
(1) The information contained in the payroll record is true and correct.
(2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work
performed by his or her employees on the public works project.
(b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for
inspection at all reasonable hours at the principal office of the contractor on the following basis:
(1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to
the employee or his or her authorized representative on request.
(2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for
inspection or furnished upon request to a representative of the body awarding the contract, the Division of
Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of
Industrial Relations.
(3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon
request by the public for inspection or for copies thereof. However, a request by the public shall be made
through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of
290
Page 7 of 10
Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to
paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of
preparation by the contractor, subcontractors, and the entity through which the request was made. The
public may not be given access to the records at the principal office of the contractor.
(c) The certified payroll records shall be on forms provided by the Division of Labor Standards
Enforcement or shall contain the same information as the forms provided by the division. The payroll
records may consist of printouts of payroll data that are maintained as computer records, if the printouts
contain the same information as the forms provided by the division and the printouts are verified in the
manner specified in subdivision (a).
(d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with
the entity that requested the records within 10 days after receipt of a written request.
Any copy of records made available for inspection as copies and furnished upon request to the public or
any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of
Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual's name,
address, and social security number. The name and address of the contractor awarded the contract or the
subcontractor performing the contract shall not be marked or obliterated. Any copy of records made
available for inspection by, or furnished to, a joint labor-management committee established pursuant to
the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a) shall be marked or
obliterated only to prevent disclosure of an individual's name and social security number. A joint labor
management committee may maintain an action in a court of competent jurisdiction against an employer
who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages
and may award the joint labor management committee reasonable attorney's fees and costs incurred in
maintaining the action. An action under this subdivision may not be based on the employer's
misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits
any other available remedies for a violation of this chapter.
(e) The contractor shall inform the body awarding the contract of the location of the records enumerated
under subdivision (a), including the street address, city, and county, and shall, within five working days,
provide a notice of a change of location and address.
(f) The contractor or subcontractor has 10 days in which to comply subsequent to receipt of a written
notice requesting the records enumerated in subdivision (a). In the event that the contractor or
subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political
subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each
calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of
the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties
shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment
pursuant to this section due to the failure of a subcontractor to comply with this section.
(g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section.
(h) The director shall adopt rules consistent with the California Public Records Act (Chapter 3.5
(commencing with Section 6250) of Division 7 of Title 1 of the Government Code) and the Information Practices
Act of 1977 (Title 1.8 (commencing with Section 1798) of Part 4 of Division 3 of the Civil Code) governing
the release of these records, including the establishment of reasonable fees to be charged for reproducing
copies of records required by this section.
Labor Code Section 1813
Penalty when workman required to work excess hours; Stipulation in contract; Cognizance and
report of violations
291
Page 8 of 10
The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the
contract is made or awarded, forfeit twenty-five dollars ($25) for each worker employed in the execution of
the contract by the respective contractor or subcontractor for each calendar day during which the worker is
required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of this article. In awarding any contract for public work, the awarding
body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take
cognizance of all violations of this article committed in the course of the execution of the contract, and shall
report them to the Division of Labor Standards Enforcement.
Labor Code Section 1815
Work performed in excess of specified hour limitations; Compensation
Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of this code, and notwithstanding any
stipulation inserted in any contract pursuant to the requirements of said sections, work performed by
employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be
permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not
less than 11/2 times the basic rate of pay.
292
Page 9 of 10
APPENDIX “B”
Department of Industrial Relations (DIR)
Contractor Registration Number Form
Beginning July 1, 2014, contractors must register with the Department of Industrial Relations
(DIR) before bidding on public works contracts in California. For more information, please refer
to this section of the Department of Industrial Relations Website: http://www.dir.ca.gov/Public-
Works/PublicWorks.html.
Per this requirement, provide the following information:
_______________________________________________________________________
Contractor Name
_______________________________________________________________________
Contractor Department of Industrial Relations Registration Number:
_______________________________________________________________________
Expiration Date of Registration Number
*(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID) *
National Plant Services, Inc.
1000002703
06/30/2025
293
Page 10 of 10
City of Lynwood Project
REQUEST FOR PROPOSAL ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS UTILITY DEPARTMENT
ADDENDUM NO. 1
Statement of Acknowledgment
_________________________________ ________________________________
Full Name (Print) Signature
_________________________________ ________________________________
Date Title
CC: Office of City Clerk
Jeff Garcia
4/4/2023 Vice President
294
Page 1 of 3
NOTICE TO ALL PROSPECTIVE BIDDERS:
ADDENDUM NO. 2
City of Lynwood Project
REQUEST FOR PROPOSAL ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS DEPARTMENT
The following are additions, deletions, substitutions, modification/clarification to the Contract Documents
for the above project is hereby made a part of the Request for Proposal and supersedes, replaces, and/
or amends the provisions included in the original Request for Proposal:
The deadline to submit a proposal is April 5, 2023 - 10:00 a.m. (PST). Proposals received after
the deadline will not be considered. Proposer is required to submit an “ebid” through PlanetBids
online platform.
Response to RFI submitted via PlanetBids by March 20, 2023
Reviewed virtually on March 22, 2023 at 2:30 p.m. with the following in attendance: Julian Lee, Director
of Public Works, Mir T. Fattahi, MsCE, PE, Acting City Engineer, George Cambero, Interim Utility
Manager, Kristan Lloyd, Administrative Management Specialist.
1. Will the client please clarify the total quantities on the said RFP? The bid solicitation cover page
showed 1.1M ft of scope, the total footage in the RFP background shows 427,000 LF, but the
line item is at 107,000 LF.
Total lines are actually 427,000 LF. CCTV line item is for 25% (107,000 LF) of the system per
year for four years.
2. Will the City accept a Class A General engineering contractor's license for the said RFP?
Change to RFP Language: A Class “C-34 Pipeline Contractor, C-36 Plumbing Contractor, C-42
Sanitation System Contractor” or Class A License issued by the California Contractor’s State
License Board will be required at the time the Proposer’s proposal documentation are submitted
unless otherwise required by state or federal law.
3. Will NASSCO PACP be required for all CCTV collected?
Yes
4. What will be the working hours permitted on the job?
7:00 a.m.-3:30 p.m. on residential streets or 8:00 a.m. - 3:30 p.m. on arterial roads (unless there
is an emergency).
5. What asset management software will the City require?
infraMAP CMMS system or equivalent.
6. Does the City have a GIS database showing all locations?
Yes, infraMAP CMMS.
7. Will traffic control plans be required? Engineered stamped plans?
Contractors are to adhere to the Watch Manual and reviewed by City Engineer.
8. For cleaning how many passes will be required?
As many passes as necessary and will depend on the result of the cleaning. (City inspection will
approve the cleaning.)
9. Can the City provide the bid results for the previous Annual Sanitary Sewer Maintenance
Services contract?
This is the first Sanitary Sewer Maintenance contract by the City of Lynwood. Five.
10. Can the City confirm the last time the sewer pipes were cleaned and inspected?
The system was cleaned in calendar year 2018 and 2019.
295
Page 2 of 3
11. Can the City confirm how many Emergency Response callouts were issued for the previous
contract? If no previous contract, can the City confirm how many Emergency Response callouts
occurred within the past year?
This is the first Sanitary Sewer Maintenance contract by the City of Lynwood. Five.
12. Would the City be willing to issue the Contractor a “no fee” traffic control permit?
A No-fee permit will be issued for traffic control. However, review by the City is required.
13. Would the City be willing to provide the Contractor with a water meter at no cost?
The contractor needs to obtain a flooding meter from the City: however water usage will not be
charged. The contractor will need to provide the water usage on a weekly basis.
14. Does the City have any requirements for the software used to collect the CCTV data?
We utilize infraMAP CMMS system and collection data should be accessible
15. Can the City provide a temporary staging area or laydown yard for the contractor to place a few
Transportable Treatment Units (disposal/dewatering bins)?
No. Contractor will be responsible for temporary staging.
16. Would the City be willing to include an additional line item for disposal of hazardous waste per
cubic yard or per ton?
No. Contractor will be responsible for disposal of hazardous waste.
17. Can the City provide clarification to the information needed for the manhole structural reports?
Contractor needs to provide the detailed plans and specs by the registered engineer to repair
the manhole.
Note to Question 2. Include and Addition to the RFP: A Class “C-34 Pipeline Contractor, C-36
Plumbing Contractor, C-42 Sanitation System Contractor” or Class A License issued by the
California Contractor’s State License Board will be required at the time the Proposer’s proposal
documentation are submitted unless otherwise required by state or federal law.
The rest of sections in the Request for Proposal shall remain unchanged.
BY ORDER OF THE CITY OF LYNWOOD, CALIFORNIA:
By: _______________________________________
Julian Lee
City of Lynwood, Director of Public Works
Date:________03-22-2023______________________________
296
Page 3 of 3
City of Lynwood Project
REQUEST FOR PROPOSAL ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
Statement of Acknowledgment
_________________________________ ________________________________
Full Name (Print) Signature
_________________________________ ________________________________
Date Title
CC: Office of City Clerk
National Plant Services, Inc.
4/4/2023 Vice President
297
Page 1 of 4
NOTICE TO ALL PROSPECTIVE BIDDERS:
ADDENDUM NO. 3
City of Lynwood Project
REQUEST FOR PROPOSAL ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS UTILITY DEPARTMENT
The following are additions, deletions, substitutions, modification/clarification to the Contract Documents
for the above project is hereby made a part of the Request for Proposal and supersedes, replaces, and/
or amends the provisions included in the original Request for Proposal:
Line Item 2 was incorrectly stated as 1,107,000 – Please note change to 107,000 LF
Due to the limits of PlanetBids Line Item submissions, please note that the verbiage for Line Items 5, 6,
and 7 for percentile (%) on PlanetBids has been changed to Each (EA). Please calculate each annual
increase for items as a total cost increase per year and then add those total costs to the subsequent
Total Annual Sewer Maintenance Costs per Fiscal Year.
Note: Attachment C has been included as an updated item to reflect the change. Please do note
percentage and also the cost increase for Line Items 5, 6, and 7.
The rest of sections in the Request for Proposal shall remain unchanged.
BY ORDER OF THE CITY OF LYNWOOD, CALIFORNIA:
By: _______________________________________
Julian Lee
City of Lynwood, Director of Public Works
Date:________4-4-2023______________________________
298
Page 2 of 4
ATTACHMENT C
BID SCHEDULE
REQUEST FOR PROPOSAL (RFP)
ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS UTILITY DEPARTMENT
Description of Work Estimated
Quantity
Unit Unit
Cost
Total
Year 1
1 Hydraulic flushing/cleaning for
both sewer main and associated
manholes designated areas within
the existing city limits as directed
by the City including, but not
limited to: traffic control, water,
water meter(s), hauling, disposal
of materials, reports and dump
fees.
214,000 LF $ $
2 CCTV and Condition Assessment
Inspection: Include all fees for
services. Inspections shall include,
but are not limited to, system-wide;
as-needed blockage responses,
quality control and high
maintenance area inspections as
directed by the City.
107,000 LF $ $
3 Manhole Structural Report 5 EA $ $
4 Emergency call-out for sewer
spills including, but not limited to,
clean-up, hauling, disposal, and
traffic control.
5 EA $ $
5 Annual Increase of Sewer
Maintenance Cost – FY 2024/25 % ______ $
6 Annual Increase of Sewer
Maintenance Cost – FY 2025/26 % ______ $
7 Annual Increase of Sewer
Maintenance Cost – FY 2026/27 % ______ $
8 Total Annual Sewer Maintenance Cost – FY 2023/24
(Sum of Items 1 thru 4) $
9 Total Annual Sewer Maintenance Cost – FY 2024/25
(Sum of Items 1 thru 4 plus annual increase of Item 5) $
10 Total Annual Sewer Maintenance Cost – FY 2025/26
(Sum of Items 1 thru 4 plus annual cost of Item 6) $
3
3
3
177,880.00
183,216.40
188,712.89
0.46 98,440.00
0.71 75,970.00
129.00 645.00
565.00 2,825.00
299
Page 3 of 4
11 Total Annual Sewer Maintenance Cost – FY 2026/27
(Sum of Items 1 thru 4 plus annual cost of Item 7) $
Total Annual Sewer Maintenance Contract Amount
(Sum of Items 8 thru 11) $
Total Annual Sewer Maintenance Contract Amount in Words
DOLLARS
Note: Please attach unit price and hourly rate sheet for all other sewer cleaning work or
as needed call-outs provided by the Proposer as part of the submittal.
The quantities estimated above are for the purpose of evaluation of the proposal
submitted by the Proposer, not guaranteed work. The City reserves the right to
assign more or less quantities/work for the same unit or crew hourly rate price
provided by the contractor herein. The City is not obligated to any minimum or
maximum quantities/work under the contract. Nothing in these documents are
elsewhere in the contract documents shall be construed as obligating the city to do
so.
PROPOSER’S INFORMATION
PROPOSER certifies that the following information is true and correct:
Proposer’s Name: __________________________________________________
Business Address: __________________________________________________
_________________________________________________
Telephone: __________________________________________________
State Contractor’s License No. and Class ________________________________
Original Date Issued: _______________ Expiration Date: _______________
Proposer Name/Title: ________________________________________________
Authorized Signature: ________________________________________________
Phone: ____________________________________
Email: _____________________________________
194,374.28
744,183.57
Seven hundred forty-four thousand, one hundred eighty-three and fifty seven cents
National Plant Services, Inc.
1461 Harbor AvenueLong Beach, CA 90813
562-436-7600
351503 A, C-42
11/30/2023
Jeff Garcia, Vice President
310-505-2578
jeffg@nationalplant.com
300
Page 4 of 4
City of Lynwood Project
REQUEST FOR PROPOSAL ANNUAL SANITARY SEWER MAINTENANCE SERVICES
FOR THE CITY OF LYNWOOD PUBLIC WORKS UTILITY DEPARTMENT
ADDENDUM NO. 3
Statement of Acknowledgment
_________________________________ ________________________________
Full Name (Print) Signature
_________________________________ ________________________________
Date Title
CC: Office of City Clerk
4/5/23
Jeff Garcia
Vice President
301
30
2
30
3
30
4
30
5
Yoni Mervis
Ari Mervis
30
6
RESOLUTION NO.__________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING
A CONTRACT TO NATIONAL PLANT SERVICES AS THE LOWEST RESPONSIBLE
BIDDER, IN THE AMOUNT OF $744,183.57 FOR FY 2023/24 THROUGH FY 2026/27
ANNUAL SEWER MAINTENANCE; AUTHORIZING THE CITY MANAGER TO
APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT; AND
AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT
WHEREAS, the City’s wastewater collection system is managed by the City of
Lynwood Public Works Department Utility Division; and
WHEREAS, the City has increased potable water responsibilities and has a
reduction in staffing in the Public Works Department, Utility Division; and
WHEREAS, it is important that the City’s sewer system is properly operated,
maintained and managed to reduce frequency and severity of sanitary sewer overflows
and their potential impacts on the public health and safety and on the environment; and
WHEREAS, on February 13, 2023, the RFP was advertised on the City’s web site
(PlanetBids) for Annual Sewer Maintenance Services for the next four (4) fiscal years and
the bid opening took place in the PlanetBids platform on Thursday, April 05, 2023, at
10:00 am (PST); and
WHEREAS, five proposals were received with National Plant Services submitting
the lowest responsible proposal of $744,183.57 for annual sewer maintenance for Fiscal
Years 2023/24 through 2026/27; and
WHEREAS, Staff recommends that National Plant Services be awarded the
contract to complete the annual sewer maintenance tasks from FY2023/24 to FY 2026/27
as noticed in the Request for Proposal.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1.The City Council of the City of Lynwood hereby finds and declares
that the foregoing recitals are true and correct, and incorporates them herein as findings
and as a substantive part of this Resolution.
Section 2.The City Council of the City of Lynwood authorizes the Mayor to
execute the agreement between the City of Lynwood and National Plant Services for a
not-to-exceed contract amount of $774,183.57.
Section 3.The City Council of the City of Lynwood authorizes the City Manager
under LMC 6-3.15(d) to exceed the specific dollar amounts or percentage limitations
under LMC 6-3.15(a) and authorizes the City Manager to approve consultant, vendor
agreements, modifications, change orders or agreement amendments related to the
Project up to the available Project Budget.
307
2
Section 4.Authorize the Mayor to execute the Resolution for and on behalf of
the City of Lynwood.
Section 5.This Resolution shall take effect immediately upon its adoption.
Section 6. The City Clerk shall certify to the adoption of this Resolution and
hereafter the same shall be in full force and effect.
PASSED, APPROVED and ADOPTED this 2nd day of May 2023.
______________________________
Oscar Flores
Mayor
ATTEST:
_________________________________________________________
María Quiñónez Ernie Hernandez
City Clerk City Manager
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
________________________________________________________
Noel Tapia Julian Lee
City Attorney Director of Public Works
308
3
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
foregoing Resolution was passed and adopted by the City Council of the City of Lynwood
at a regular meeting held on the 2nd day of May 2023, and passed by the following votes:
AYES:
NOES:
ABSTAIN:
ABSENT:
________________________
Maria Quiñónez, City Clerk
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City
Council of said City, do hereby certify that the above foregoing is a full, true and correct
copy of Resolution No. ____________ on file in my office and that said Resolution was
adopted on the date and by the vote therein stated. Dated this 2nd day of May 2023.
________________________
Maria Quiñónez, City Clerk
309
AGENDA STAFF REPORT
DATE:May 2, 2023
TO:Honorable Mayor and Members of the City Council
APPROVED BY:Ernie Hernandez, City Manager
PREPARED BY:Julian Lee, Director of Public Works
Mir Fattahi, MsCE, PE, Acting City Engineer
SUBJECT:UPDATE OF AN EMERGENCY ACTION PER PUBLIC CONTRACT CODE
SECTION 22050 FOR THE EMERGENCY ACTION AT THE
NATATORIUM
Agenda Item # 9.2.
Recommendation:
Staff recommends that the City Council receives and files the report.
Background:
On March 1, 2022, the City Council was presented with a list of recommendations for repairs
at the Natatorium. The recommended repairs included:
1. Upgrade and repair of the electrical systems
2. Repair of the entire filed area surrounding the pool
3. Repair of the exit and entrance doors
4. Repair of the roof
5. Checking the pool for leakage and cracks
6. Repair of the plumbing system for the pool and restrooms
7. Repair of the sewer system
8. Evaluation of the structural integrity of the entire facility and making repairs as needed
9. Replacement of broken bathroom stalls and fixtures
10. Remediation of safety issues
11. Removal of the south patio wall and replacement of the decorative fencing
12. Reconfiguration of the patio area
13. Painting of the entire facility
The City Council by minute action approved the required repairs and adopted a budget of
City Council City Council Regular Meeting 310
$5,000,000 for repairs and future improvements for the Natatorium.
After an assessment of the repairs, staff found evidence of emergency repairs such as patio
walls showing signs of compromised structural deficiencies, pool deck showing signs of
detaching and cracking throughout the surface of the pool deck, electrical systems requiring
replacement to prevent electrical shorts and potential fires. On April 5, 2022, the City Council
found that an emergency exists at the Natatorium and under public contract code Section
22050(a)(1), the City Manager directed staff to proceed with the emergency repairs.
The Natatorium was shut down in September 2022. When the repair work began on the pool,
staff requested a video surveillance or closed-circuit television (CCTV) of the pool drain and
pipes to check the integrity of the infrastructure. The CCTV found that there were several
collapsed areas around the pool drain and found several compaction voids throughout the
outlet piping that would need to be repaired and replaced.
In addition, since the emergency closure, at least 10 acts of vandalism have occurred at the
Natatorium. The front desk and locker rooms were damaged and graffiti was written on
several walls and fixtures. Existing back doors and windows for the pool and the front desk
were broken. Fixtures, equipment, debris and glass were thrown into the pool. Chains were
put on the front doors, broken windows and door were boarded up and the debris was
removed from the pool. A fence was placed around the Natatorium and security was hired to
patrol the area in order to deter vandals from re-entering the facility.
Discussion and Analysis:
Natatorium Update:
The piping and valves have been cleaned and replaced. Existing steel pipe was replaced with
PVC pipe on the plumbing system and sewer connections. The pool drain has been replaced
where needed and has been cleaned. All pavement has been restored for the pool drain. The
deck area flooring is currently being cleaned and replaced and will be completed by May 4,
2023. The interior doors and windows for the front entrance have been removed and replaced.
The front desk, the men’s and women’s locker rooms and restrooms have all been cleaned
and disinfected. New front doors have been fabricated and installed and windows and door in
the pool area have been replaced. The swimming pool will be ready to reopen after the pool
deck equipment has been installed and the deck flooring has been cleaned and replaced. The
pool will be acid washed prior to reopening. The Natatorium is projected to be back in service
to the community on May 17, 2023.
City Council City Council Regular Meeting 311
Cost:
Below is a list for the cost associated with repairs, clean up and security of the Natatorium to
date:
Scope of Work Repair Cost
Electrical work for main panel $49,001
Cleaning of patio $6,700
Pool drainage repair $146,007
Pool drainage inspection $4,900
Pool deck floor $63,892
Door and window replacement $36,000
Structural Engineering inspection $4,620
Fence rental $16,175
Security $13,256
Total Repair Cost (as of 4/15/2023)$340,551
As of April 15, 2023, the total repair cost of the Natatorium is $340,551.
Plans for Future:
The Natatorium is expected to be closed in the fall of 2023 for the second phase of the
improvements. The second phase of the project will include the Natatorium locker rooms and
restrooms improvements during winter 2023. The swimming pool improvements are projected
for completion by spring 2024. The electrical repairs for the transformer phasing will be
completed during the second phase due to a delay in the delivery of the necessary parts. The
boiler and sand separator are malfunctioning due to wear and tear and are projected to be
repaired in spring 2024. The Natatorium roof has been inspected for repairs and staff will
award a contract for roof repairs in the future. roof repair is expected to cost $500,000.
Fiscal Impact:
The Project has an approved budget of $5,000,000. No additional funding is needed.
City Council City Council Regular Meeting 312
Coordinated With:
City Manager’s Office
Department of Recreation and Community Services
Department of Finance and Administration Services
City Council City Council Regular Meeting 313
City of Lynwood
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE
STREET TO WRIGHT ROAD
Project No. 4011.68.106.62015
Public Works Department
Bid opening date: June 5, 2023
PREPARED BY:
Michael Hynes, P.E.
HDR|WKE
314
Oscar Flores
Rita Soto
Gabriela Camacho
Juan Munoz-Guevara
José Luis Solache
Oscar Flores
MAYOR
Rita Soto Gabriela Camacho
Mayor Pro-Tempore Council Person
Juan Munoz-Guevara Jose Luis Solache
Council Person Council Person
Ernie Hernandez
City Manager
Julian Lee, P.E.
Director of Public Works
315
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR CONSTRUCTION OF THE
IMPERIAL HIGHWAY CORRIDOR CAPACITY
ENHANCEMENTS FROM STATE STREET TO WRIGHT ROAD
IN THE CITY OF LYNWOOD, CALIFORNIA
PROJECT NO. 4011.68.106.62015
Bids Due: June 5, 2023 at 10:00
AM (Date of authorization to solicit
bids)
Prepared By:
Michael Hynes, P.E.
Project Manager
HDR|WKE
316
CITY OF LYNWOOD PROJECT TITLE:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
The Special Provisions contained in these Contract Documents have been
prepared by, or under the direct supervision of, the following Registered
Civil Engineer:
Engineer: Michel Hynes, P.E.
Title: Project Manager
Name of Firm or Agency: HDR|WKE
Civil Engineer C 67872
__________________________
(SEAL)
Approved By:
_____________________________________________________
Julian Lee, P.E.
Director of Public Works
Department of Public Works
317
CITY OF LYNWOOD
CONTRACT DOCUMENTS
TABLE OF CONTENTS
PART 1 -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
Section 1.1 Notice Inviting Bids
1.2 Instructions to Bidders
1.3 Bid Documents
1.3.1 Bid (Proposal and Workers’ Compensation Certificate)
1.3.2 Bid Schedule
1.3.3 List of Subcontractors
1.3.4 Anti-Trust Claim
1.3.5 Non-Collusion Affidavit
1.3.6 Bid Bond (Bid Security Form)
1.3.7 Bidder’s General Information
1.3.8 Bidder’s Insurance Statement
1.4 Agreement and Bonds
1.4.1 Agreement Form
1.4.2 Performance Bond
1.4.3 Payment Bond
1.4.4 Certificates/Proof of Insurance and Endorsements
PART 2 -- SPECIAL PROVISIONS
Section 2.1 Terms, Definitions, Abbreviations, and Symbols
2.2 Scope and Control of Work
2.3 Changes in Work
2.4 Control of Materials
2.5 Utilities
2.6 Prosecution, Progress, and Acceptance of the Work
2.7 Responsibilities of the Contractor
2.8 Facilities for Agency Personnel
2.9 Measurement and Payment
2.10 Construction Details (Materials and Methods)
PART 3 -- TECHNICAL PROVISIONS
Section 3.1 Technical Provisions
3.2 Special Provisions
318
PART 4 -- APPENDICES
Section 4.1 APP. A – Department of Industrial Relations (DIR) Contractor
Registration Number Form
4.2 APP. B – Standard Plans
4.3 APP. C – Contract Change Order (CCO) Form
4.4 APP. D – Substitution Request Form
4.5 APP. E – Labor Code Sections 1771, 1775, 1777.5, 1813 and 1815
4.6 APP. F – Engineering and / or Architectural Plans (Contract
Drawings)
319
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
PART 1 - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Section 1.1 Notice Inviting Bids
1.2 Instructions to Bidders
1.3 Bid Documents
1.3.1 Bid (Proposal and Workers’ Compensation Certificate)
1.3.2 Bid Schedule
1.3.3 List of Subcontractors
1.3.4 Anti-Trust Claim
1.3.5 Non-Collusion Affidavit
1.3.6 Bid Bond (Bid Security Form)
1.3.7 Bidder's General Information
1.3.8 Bidder’s Insurance Statement
Section 1.4 Agreement and Bonds
1.4.1 Agreement Form
1.4.2 Performance Bond
1.4.3 Payment Bond
1.4.4 Certificates/Proof of Insurance and Endorsements
****************
320
CITY OF LYNWOOD
1.1 NOTICE INVITING BIDS
For Construction of IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
Project No. 4011.68.106.62015
1.1.1 NOTICE IS HEREBY GIVEN that sealed bids for the IMPERIAL HIGHWAY CORRIDOR
CAPACITY ENHANCEMENTS FROM STATE STREET TO WRIGHT ROAD will be received at
the City Clerk’s Office of the City of Lynwood, 11330 Bullis Road, Lynwood, California 90262 until
10:00 A.M., on June 5, 2023 at 10:00 AM, at which time they will be published on PlanetBids. You
can access the PlanetBids Portal at the following link:
https://www.planetbids.com/portal/portal.cfm?CompanyID=39486
The form of the bids shall be in accordance with the Instructions to Bidders, and any bids received
after the time and date specified above will not be accepted.
1.1.2 WITHDRAWAL OF BIDS. No Bidder shall withdraw its bid for a period of sixty (60) days
after the Bids have been publicly opened, subject to the exceptions set forth in Section 5103 of
the California Public Contract Code. This sixty (60) day review period may be extended upon
the written request of the Engineer, and written approval of the affected Bidders.
1.1.3 DESCRIPTION OF THE WORK: The Work encompassed by the Project is more specifically
defined in the Contract Documents, but in general consists of, but is not limited to, the following
Work: Construction of AC pavement, removal of existing pavement and raised median, curbs,
traffic signals, traffic loops, signing and striping, and landscape improvements. The Work is to be
completed before the expiration of ONE HUNDRED AND EIGHTY WORKING DAYS from the
date specified in a written “Notice to Proceed” from the City. The Engineer’s Cost Estimate is
$2,593,000.00.
1.1.4 AWARD OF CONTRACT:
(a)The City of Lynwood shall award the Contract to the lowest responsible Bidder
submitting a responsive Bid. Whenever additive or deductive items are included in a bid, the
lowest bid shall be the lowest Total Bid Price on the Base Bid without consideration of the bid
prices on any additive or deductive items. The City of Lynwood reserves the right to reject any
or all bids or to waive any irregularities or informalities in any bids or in the bidding process to
the extent permitted by law.
(b)As a condition of award, the successful bidder will be required to submit payment and
performance bonds and proof of insurance and endorsements as specified in the Contract
Documents.
1.1.5 BID SECURITY: Each bid shall be accompanied by a certified or cashier's check or Bid
Bond in the amount of ten percent (10%) of the Total Bid Price, payable to the City of Lynwood.
321
1.1.6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid,
unexpired Class A Contractor’s license approved by the State of California Contractors State
License Board at the time of submitting bids.
1.1.7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor and all subcontractors shall
pay the general prevailing rate of per diem wages as determined by the Director of the Department
of Industrial Relations of the State of California for the locality where the work is to be performed. A
copy of said wage rates and the latest revisions thereto are on file at the City Engineer’s Office of
the City of Lynwood located at 11330 Bullis Road, Lynwood, California 90262. The Contractor and
any subcontractors shall pay not less than said specified rates and shall post a copy of said wage
rates at the project site.
1.1.8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of
payments due under the Contract Documents from time to time, without retention of any portion of
the payment by the City by depositing securities of equivalent value with the City in accordance
with the provisions of Section 22300 of the Public Contract Code.
1.1.9 START OF CONSTRUCTION: The Contractor must begin construction within 45 days from
the date the contract has been approved by the City Council.
1.1.10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
Contract Documents shall be downloaded from the City of Lynwood website, www.lynwood.ca.us
1.1.11 SUBMITING BID ON PLANETBIDS: The Contractor is required to submit an “ebid” through
the PlanetBids online platform. It is the Contractor’s responsibility to ensure that the most complete
and current version of the solicitation, including addenda, has been downloaded.
BY ORDER OF THE CITY COUNCIL, CITY OF LYNWOOD, CALIFORNIA
Maria Quinonez, CITY CLERK
Date: June 5, 2023 at 10:00 AM, City of Lynwood
____________________________________________________
Julian Lee, P.E.
Director of Public Works
Department of Public Works
322
CITY OF LYNWOOD
1.2 INSTRUCTIONS TO BIDDERS
1.2.1 DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids
and not defined herein shall have the meanings assigned to them in the General Provisions of the
Standard Specifications for Public Works Construction (the “Greenbook”) latest Edition and the
Special Provisions of the Contract Documents. The term "Bidder" shall mean one who submits a
Bid directly to the City of Lynwood as distinct from a sub-bidder, who submits a Bid to a Bidder.
The term "Engineer" shall be as defined in the Special Provisions. “Bid Documents” shall consist
of those documents listed in Section 1.3 hereof.
1.2.2 COMPETENCY OF BIDDERS - In selecting the Lowest Responsible Bidder under the
procedure set forth in Subsection 1.2.18 of these Instructions, consideration will be given not only
to the financial standing of the Bidder, but also to the general competency of the Bidder for the
performance of the Work covered by the Bid. To this end, each Bid shall be supported by a
statement of the Bidder's recent experience on the form entitled "Bidder's General Information,"
bound herein. Résumés of key construction personnel who will be assigned to the Work shall
also be required. Except as otherwise provided under Public Contract Code §20103.5, no Bid for
the Work will be accepted from a contractor who does not hold a valid contractor's license in the
State of California for the classifications named in the Notice Inviting Bids at the time of opening
Bids.
1.2.3 DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm,
partnership, corporation, or association under the same or different names will not be considered.
If the City believes that any Bidder is interested in more than one Bid for the Work contemplated,
all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists
among the Bidders, all Bids will be rejected.
1.2.4 BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE -
(a)It is the responsibility of each Bidder before submitting a Bid to examine the Contract
Documents thoroughly; visit the site to become familiar with local conditions that may affect cost,
progress, or performance of the Work; consider federal, state, and local laws and regulations that
may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's
observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or
discrepancies noted in the Contract Documents.
(b)Reference is made to the Special Provisions for identification of those reports of
explorations and tests of subsurface conditions at the site which may have been utilized by the
Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of
the Contract Documents. The interpretation of such technical data, including any interpolation or
extrapolation thereof, together with non-technical data, interpretations, and opinions contained
therein or the completeness thereof is the responsibility of the Bidder.
(c)Copies of such reports and drawings will be made available for inspection by the City to
any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents,
but any technical data contained therein upon which the Bidder is entitled to rely is limited to that
set forth in the Special Provisions.
(d)Subject to the provisions of Section 4215 of the California Government Code,
information and data reflected in the Contract Documents with respect to underground utilities at
or contiguous to the site is based upon information and data furnished to the City and the
Engineer by the owners of such underground utilities or others, and the City does not assume
323
responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in
the Special Provisions.
(e) Provisions concerning responsibilities for the adequacy of data furnished to prospective
Bidders on subsurface conditions, underground utilities and other physical conditions, and
possible changes in the Contract Documents due to differing conditions appear in the Standard
Specifications and Special Provisions.
(f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain
any additional examinations and investigations which pertain to the physical conditions (surface,
subsurface, and underground utilities) at or contiguous to the site or which otherwise may affect
cost, progress, or performance of the Work and which the Bidder deems necessary to determine
its Bid for performing the Work in accordance with the time, price, and other terms and conditions
of the Contract Documents.
(g) Where feasible, upon request in advance, the City will provide each Bidder access to
the site to conduct such investigations and tests as each Bidder deems necessary for submittal of
a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair
damage, clean up, and restore the site to its former condition upon completion of such
exploration.
(h)The lands upon which the Work is to be performed, the rights-of-way and easements
for access thereto, and other lands designated for use by the Contractor in performing the Work
are identified in the Plans (Contract Drawings) of the Contract Documents. All additional lands
and access thereto required for temporary construction facilities or storage of materials and
equipment are to be provided by the Contractor. Easements for permanent structures or
permanent changes in existing structures will be obtained and paid for by the City unless
otherwise specified in the Contract Documents.
(i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder
that the Bidder has complied with every requirement of this Section; that without exception the Bid
is premised upon performing the Work required by the Contract Documents and such means,
methods, techniques, sequences, or procedures of construction as may be indicated in or
required by the Contract Documents; and that the Contract Documents are sufficient in scope and
detail to indicate and convey understanding of all the terms and conditions for performance of the
Work.
1.2.5 INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents
shall be in writing and submitted through PlanetBids. Faxes and e-mails will not be accepted.
Interpretations or clarifications considered necessary by the Engineer in response to such
questions will be resolved by the issuance of Addenda and/or Questions/Answers on PlanetBids.
Questions received less than 7 days prior to the date of opening Bids may not be answered. Only
questions that have been resolved by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal or contractual effect.
1.2.6 BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a
certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids.
Said check or bond shall be made payable to the City of Lynwood and shall be given as a
guarantee that the Bidder, if awarded the Contract to perform the Work will enter into an
Agreement with the City in the form provided in the Contract Documents, and will furnish the
necessary proof of insurance/certificates and endorsements, Payment Bond, and Performance
Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the
Standard Specifications or Special Provisions. In case of refusal or failure of the successful
Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited
324
to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid
Bond form bound herein, or one conforming substantially to it in form.
1.2.7 RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will
return all bid securities accompanying such of the Bids that are not considered in making the
award. All other Bid securities will be held until the Agreement has been finally executed. They
will then be returned to the respective Bidders whose Bids they accompanied.
1.2.8 BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein and the
pages shall not be removed from the bound volume. Unless otherwise provided in the Notice
Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any
individual schedule or on any combination of schedules. All bid items shall be properly filled out.
Where so indicated in the Bid Documents, Bid prices shall be shown in words and figures, and in
the event of any conflict between the words and figures, the words shall govern. The envelope
enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and
address of the Bidder and shall bear the words "BID FOR," followed by the title and number of the
Project and the date and hour of opening of bids. The Bid Security shall be enclosed in the same
envelope with the Bid.
1.2.9 SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated
in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in
proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what
the reason.
1.2.10 NON-RESPONSIVE BIDS – Non-responsive bids will be rejected. A bid shall be
considered non-responsive for reasons including, but not limited to, the following:
1. The Bidder fails to furnish a price for all Bid Items in the Bid Schedule when there is
more than one Bid Item in the Bid Schedule.
2. The Bidder attaches unauthorized modifications, conditions, limitations, or provisions
to the Bid.
3.The Bidder fails to list the percentage of work to be performed by subcontractors.
4.The percentage of work to be performed by subcontractors exceeds 50% of the Total
Bid Price.
5. The Bidder fails to attend a required pre-bid walk-through.
6. The Bidder fails to provide written acknowledgement of receipt of all Bid Addenda.
7 Other reasons as permitted by applicable law.
A bid may be considered non-responsive for reasons including, but not limited to the following:
The Bidder fails to complete all items in Subsection 1.3.7 of the Bid Documents, Bidder’s General
Information.
1.2.11 DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid
Schedule, the Bidder shall furnish a price for all Bid Items in the Bid Schedule, and failure to do so
shall render the Bid non-responsive and shall cause its rejection. In the event that there are Unit
Price Bid Items in a Bid Schedule and the Item Amount listed for a Unit Price Bid Item does not
equal the product of the Unit Price and the Estimated Quantity listed, the Unit Price shall govern,
and the Item Amount will be adjusted accordingly. In the event that there is more than one Bid
Item in a Bid Schedule and the amount listed in the “Total Bid Price for Unit Price Bid Schedule”
box does not agree with the sum of prices listed in the “Item Amount” column, the prices listed in
325
the “Item Amount” column on the Bid Schedule shall govern, and the amount listed in the “Total
Bid Price for Unit Price Bid Schedule” box will be adjusted accordingly. The Contractor shall be
bound by the foregoing adjustments, subject to the provisions of Section 5100 et seq. of the
California Public Contract Code.
1.2.12 QUANTITIES OF WORK - (a) The quantities of work or materials stated in unit price items
of the Bid are supplied only to give an indication of the general scope of the Work; the City does
not expressly or by implication agree that the actual amount of work or materials will correspond
therewith.
(b) In the event of an increase or decrease in the quantity of a unit price bid item, the total
amount of work actually done or materials or equipment furnished shall be paid for according to
the unit prices established for such work under the Contract Documents; provided, that for unit
price items, increases of more than 25 percent, decreases of more than 25 percent, and
eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and
Special Provisions.
1.2.13 WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written
request, signed by the Bidder or its properly authorized representative. Such written request must
be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time
for receipt of Bids.
1.2.14 RELIEF OF BIDDERS. – A Bidder shall be permitted to withdraw a Bid after the opening of
Bids only if the bidder established to the satisfaction of the Engineer, all of the elements set forth
in Section 5103 of the California Public Contract Code, including, but not limited to the following:
1. A clerical error was made by the Bidder in filling out the Bid, and the error was not due
to error in judgment or carelessness in inspecting the site of the Work, or in reading the
Plans or Specifications.
2. The clerical error caused the Bid to be materially different than the Bidder intended the
Bid to be.
3. The Bidder gave the City Clerk written notice within five (5) days after the opening of
Bid of the mistake, specifying in detail the nature of the mistake and how the mistake
occurred.
1.2.15 MODIFICATIONS - The completed Bid forms shall be without interlineations, alterations, or
erasures. Oral, FAX, telegraphic, e-mail, or telephone Bids or modifications will not be
considered.
1.2.16 LIQUIDATED DAMAGES - Provisions for Liquidated Damages, if any, shall be as set forth
in the Agreement and the Special Provisions.
1.2.17 SUBSTITUTE OR "OR-EQUAL" ITEMS - The Work, if awarded, will be on the basis of
materials and equipment described in the Plans or specified in the Special Provisions without
consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Plans or
specified in the Special Provisions that a substitute or "or-equal" item of material or equipment
may be furnished or used by the Contractor if acceptable to the Engineer, data substantiating a
request for a substitution of an “or equal” item or items will not be considered by the Engineer until
after the Effective Date of the Agreement. The procedure for submittal of any such application by
the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard
Specifications, as amended by Section 2.4 of the Special Provisions. The form in Appendix C of
the Contract Documents shall be used to request substitutions.
326
1.2.18 DETERMINATION OF LOWEST RESPONSIBLE BIDDER –
(a) The Engineer shall first establish the “Apparent Lowest Bidder,” using the Total Bid
Price set forth in the applicable Bid Schedule(s), subject to the calculation adjustment
criteria set forth in Section 1.2.11 of these Instructions.
(b) After the Apparent Lowest Bidder has been established, the Engineer shall review the
balance of the Bid Documents submitted by the Apparent Lowest Bidder to ascertain if
that Bidder’s bid is responsive. In general, a bid is considered responsive if it has
been completed and submitted in accordance with all of the requirements of the Bid
Documents, Notice Inviting Bids, Instructions to Bidders, Special Provisions and any
Bid Addenda.
(c) If the Bid submitted by the Apparent Lowest Bidder is responsive, that Bidder’s
qualifications will be reviewed by the Engineer to ascertain if the Bidder is responsible.
A responsible bidder is one who has demonstrated the attribute of trustworthiness, as
well as quality, fitness, capacity, and experience to satisfactorily perform the Work
required by the Contract Documents. Consideration will be given to the quality and
performance of work on past contracts, including previous work (if any) performed by
the Bidder for the City.
(d) If the Engineer ascertains that the Apparent Lowest Bidder is responsible and has
submitted a responsive bid, the Engineer shall report his findings to the City Council
with a recommendation that the Bidder be awarded the contract for the work as the
Apparent Lowest Responsible Bidder.
(e) Should the Engineer determine that the Bid submitted by the Apparent Lowest Bidder
is not responsive or that such Bidder is not responsible, the Engineer shall review the
responsiveness and responsibility of the next Apparent Lowest Bidder. This process
shall continue until an apparent Lowest Responsible Bidder is determined and the
Engineer’s findings and recommendations for award are reported to the City Council.
If one or more Apparent Lowest Bidders are found by the Engineer to be non-
responsive or non-responsible, those bidders shall be notified and given a reasonable
opportunity to present additional relevant evidence bearing on their responsibility or bid
responsiveness within seven (7) calendar days after the Bidder(s) receive such notice.
(f) Determinations and findings of the Engineer shall be reported as recommendations to
the City Council. The City Council reserves the right reject any or all bids, and to waive
any informalities or irregularities to the extent permitted by law.
1.2.19 BID PROTEST PROCEDURES.
(a) Any protest of a proposed award to the Apparent Lowest Bidder must be submitted
in writing to the City Engineer no later than 5:00 p.m. on the third (3rd) business day
following the date of the bid opening.
(b) The initial protest must contain a complete statement of the basis for the protest.
The protest must state the facts and refer to the specific portion of the document or
the specific statute that forms the basis for the protest. The protest must include the
name, address, and telephone number of the protesting party and the name, address
and telephone number of any person representing the protesting party.
(c) The party filing the protest must concurrently transmit a copy of the initial protest to
the Apparent Lowest Bidder.
327
(d) The party filing the protest must have actually submitted a bid on the project. A
subcontractor of a party filing a bid on this project may not submit a Bid Protest. A
party may not rely on the Bid Protest submitted by another bidder, but must timely
pursue its own protest.
(e) The procedure and time limits set forth in this Section are mandatory and are the
bidder’s sole and exclusive remedy in the event of a Bid Protest. A Bidder’s failure to
fully comply with these procedures shall constitute a waiver of any right to further
pursue the Bid Protest, including filing of a challenge of the award pursuant to the
California Public Contract Code, filing of a claim pursuant to the California
Government Code, or filing of any other legal proceedings.
(f) The City shall review all timely protests prior to award of the Bid by the City Council.
The City shall not be required to hold an administrative hearing to consider a timely
protest, but may do so at the option of the Engineer, or if otherwise legally required.
At the time of the City Council’s consideration of the recommendation for award of
the bid, the City Council shall also consider the merits of any timely protests and the
Engineer’s recommendation thereon. The City Council may either accept the protest
and award the bid to the next Lowest Responsible Bidder, or reject the protest and
award to the Lowest Responsible Bidder.
(g) Nothing in this Section shall be construed as a waiver of the City Council’s right to
reject all bids.
1.2.20 AWARD OF CONTRACT - Award of Contract, if it is awarded, shall be made to the Lowest
Responsible Bidder as determined by the City Council, and a Notice of Award shall be sent to
such Bidder. Unless otherwise specified, any such award will be made within the period stated in
the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of
the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid
Items of an individual Bid Schedule. In the event the Work is contained in more than one (1) Bid
Schedule, the City may award schedules individually or in combination. In the case of two (2) or
more Bid Schedules which are alternative to each other, only one of such alternative schedules
will be awarded. Once the award is made, the successful Bidder shall secure all insurance, and
shall furnish all proof of insurance/certificates with original endorsements attached and bonds
required by the Contract Documents within ten (10) calendar days after receipt of the Notice of
Award from the City. Failure to provide City with the required bonds, insurance coverage,
proof of insurance and/or endorsements within ten (10) calendar days of receipt of the
Notice of Award may result in withdrawal of award and forfeiture of the Bidder's Bid
Security.
1.2.21 EXECUTION OF AGREEMENT - The Bidder to whom the proposed award is to be made
shall execute a written agreement with the City in the form of Agreement set forth in Subsection
1.4.1 of the Contract Documents within ten (10) calendar days after receipt of the Agreement form
from the City. Failure or refusal to enter into an Agreement as herein provided or failure to
conform to any of the stipulated requirements in connection therewith shall be just cause for an
annulment of the proposed award and forfeiture of the Bid Security. If the lowest responsible
bidder refuses or fails to execute the Agreement, the City may award the Contract to the second
lowest responsible Bidder. If the second lowest responsible Bidder refuses or fails to execute the
Agreement, the City may award the Contract to the third lowest responsible Bidder. On the failure
or refusal of such second or third lowest responsible bidder to execute the Agreement, each such
bidder's Bid Security shall be likewise forfeited to the City.
328
1.2.22 WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in
accordance with the laws of the State of California, the Bidder will, if awarded the Contract, be
required to secure the payment of compensation to its employees pursuant to the Worker's
Compensation Certification executed by Bidder as part of the Bid Proposal.
- END OF INSTRUCTIONS TO BIDDERS -
329
1.3 BID DOCUMENTS
The following listed documents, identified in the lower right corner as "Bid
Document", bound herein and reproduced on colored paper, shall be
fully executed and submitted with the Bid prior to the time of the opening of
Bids.
1.3.1 Bid (Proposal and Workers’ Compensation Certificate)
1.3.2 Bid Schedule(s)
1.3.3 List of Subcontractors
1.3.4 Anti-Trust Claim
1.3.5 Non-Collusion Affidavit
1.3.6 Bid Bond (Bid Security Form)
1.3.7 Bidder's General Information
1.3.8 Bidder’s Insurance Statement
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid may
result in the Bid being rejected as non-responsive.
330
1.3.1 BID
(PROPOSAL AND WORKERS’ COMPENSATION CERTIFICATE)
BID TO: CITY OF LYNWOOD, CALIFORNIA
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with the City in the form of agreement included in Subsection 1.4.1 of the
Contract Documents (the “Agreement”) to perform the Work as specified or indicated in
said Contract Documents entitled:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE
STREET TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Bidder accepts all of the terms and conditions of the Contract Documents, including
without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing
with the disposition of the Bid Security.
This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise
required by law. Bidder will enter into the Agreement within the time and in the manner
required in the Instructions to Bidders, and will furnish the proof of insurance/certificates,
insurance endorsements, Payment Bond, Performance Bond, and all Licenses and
Permits within the time and in the manner required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following
ADDENDA (receipt of which is hereby acknowledged):
Number 1 ____________________ Date ____________________
Number 2 ____________________ Date ____________________
Number 3 ____________________ Date ____________________
Number 4 ____________________ Date ____________________
Number 5 ____________________ Date ____________________
Number 6 ____________________ Date ____________________
Bidder has familiarized itself with the nature and extent of the Contract Documents, the
Work, the site, the locality where the Work is to be performed, the legal requirements
(federal, state, and local laws, ordinances, rules, and regulations), and the conditions
331
affecting cost, progress, or performance of the Work, and has made such independent
investigations as Bidder deems necessary.
In conformance with the current statutory requirements of California Labor Code
Section 1860, et seq., the undersigned confirms the following as its certification:
I am aware of the provisions of Section 3700 of the Labor Code, which
require every employer to be insured against liability for Workers’
Compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of the Work of this Contract.
Attached hereto are the following completed and fully-executed documents:
(1) Bid Schedule(s) “A” and “B,” consisting of 5 pages;
(2) List of Subcontractors;
(3) Anti-Trust Claim;
(4) Non-Collusion Affidavit;
(5) Bid Bond (Bid security Form);
(6) Bidder’s General Information; and
(7) Bidder’s Insurance Statement.
Bidder agrees to complete the Work required under the Contract Documents within the
time stipulated in said Contract Documents, and to accept as full payment therefor the
Total Bid Price based on the Lump Sum or Unit Bid Price(s) set forth in the attached Bid
Schedule(s).
I hereby certify under penalty of perjury under the laws of the State of California that all
of the information submitted in connection with this Bid and all of the representations
made herein are true and correct.
Dated: ______________________________Bidder: _______________________________________
By: __________________________________________
(Signature of Bidder’s Authorized Representative)
Title: _________________________________________
332
____________________________________
Name of Bidder or Firm
1.3.2 UNIT PRICE BID SCHEDULE
(Page 1 of 5)
Schedule of Prices for the Construction of the:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE STREET
TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Item
No.
Unit Price Bid Item Estimated
Quantity
Unit Unit
Price
Item Amount
1 TRAFFIC CONTROL 1 LS $ $
2 REMOVE EXISTING AC PAVEMENT 480 CY $ $
3 CONSTRUCT AC PAVEMENT 3300 TON $ $
4 CONSTRUCT AC PAVEMENT
(LEVELING COURSE) 1750 TON $ $
5 CONSTRUCT REWORKED SUBGRADE 450 CY $ $
6 COLD MILL EXISTING AC PAVEMENT 15100 SY $ $
7 REMOVE AND RECONSTRUCT
AGGREGATE BASE 160 CY $ $
8 REMOVE AND CONSTRUCT CURB
TYPE A1-6 670 LF $ $
9 REMOVE AND CONSTRUCT CURB
TYPE B1-6 635 LF $ $
10 CONSTRUCT CURB TYPE A1-6 965 LF $ $
11 REMOVE ROADSIDE SIGN 4 EA $ $
12 INSTALL ROADSIDE SIGN 5 EA $ $
13 REMOVE AND INSTALL SIGN
(MOUNTED ON GANTRY) 4 EA $ $
14 TRAFFIC SIGNING, STRIPING,
MARKINGS AND CURB PAINTING 1 LS $ $
15
ADJUST EXISTING STORM
DRAIN/SEWER/UTILITY MANHOLE
FRAMES AND COVERS TO FINISHED
GRADE
10 EA $ $
333
1.3.2 UNIT PRICE BID SCHEDULE ‐ Continued
(Page 2 of 5)
Schedule of Prices for the Construction of the:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE STREET
TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Item
No.
Unit Price Bid Item Estimated
Quantity
Unit Unit
Price
Item Amount
16 ADJUST EXISTING WATER/RECLAIMED
WATER VALVE CAN AND COVER TO
FINISHED GRADE
17 EA $ $
17 RELOCATE TRAFFIC SIGNAL HEAD 2 EA $ $
18 REMOVE EXISTING CONTROLLER
CABINET AND FOUNDATION 2 EA $ $
19 REMOVE 5-SECTION SIGNAL HEAD 4 EA $ $
20 FURNISH AND INSTALL TYPE 332
CABINET WITH 2070E CONTROLLER
AND FOUNDATION
2 EA $ $
21 FURNISH AND INSTALL BATTERY
BACKUP SYSTEM 2 EA $ $
22 FURNISH AND INSTALL LED 3-SECTION
LEFT TURN ARROW SIGNAL HEAD 4 EA $ $
23 FURNISH AND INSTALL LED 3-SECTION
SIGNAL HEAD 1 EA $ $
24 INSTALL TYPE E LOOP 55 EA $ $
25 INSTALL BICYCLE LOOP 21 EA $ $
26 REMOVE EXISTING TRAFFIC SIGN
FROM SIGNAL MAST ARM 2 EA $ $
27 FURNISH AND INSTALL TRAFFIC SIGN
TO SIGNAL MAST ARM 2 EA $ $
28 CLEARING AND GRUBBING 1 LS $ $
____________________________________
Name of Bidder or Firm
334
________________________________________
Name of Bidder or Firm
1.3.2 UNIT PRICE BID SCHEDULE ‐ Continued
(Page 3 of 5)
Schedule of Prices for the Construction of the:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE STREET
TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Item
No.
Unit Price Bid Item Estimated
Quantity
Unit Unit
Price
Item Amount
29 COMMERCIAL FERTILIZER (TABLET) 2087 EA $ $
30 IMPORT TOPSOIL (CY) 445 CY $ $
31 SOIL AMENDMENT 11 CY $ $
32 IRON SULFATE (LB) 66 LB $ $
33 FURNISH AND INSTALL 1-GALLON SIZE
SHRUBS 174 EA $ $
34 FURNISH AND INSTALL 5-GALLON SIZE
SHRUBS 150 EA $ $
35 FURNISH AND INSTALL 24"- BOX SIZE
TREES 14 EA $ $
36 90-DAY MAINTENANCE & PLANT
ESTABLISHMENT 1 LS $ $
37 ROOT BARRIER 336 LF $ $
38 ALUMINIUM EDGING 573 LF $ $
39 CHECK AND TEST EXISTING
IRRIGATION FACILITIES 1 LS $ $
40 OPERATE EXISTING IRRIGATION
FACILITIES 1 LS $ $
41 2" GATE VALVE 1 EA $ $
42 2" MASTER REMOTE CONTROL VALVE 2 EA $ $
43 1" FLOW SENSOR 2 EA $ $
335
________________________________________
Name of Bidder or Firm
1.3.2 UNIT PRICE BID SCHEDULE ‐ Continued
(Page 4 of 5)
Schedule of Prices for the Construction of the:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE STREET
TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Item
No.
Unit Price Bid Item Estimated
Quantity
Unit Unit
Price
Item Amount
44 16 STATION IRRIGATION CONTROLER
(ENCLOSED MOUNTED) 3 EA $ $
45 IRRIGATION CONTROLLER
ENCLOSURE CABINET 3 EA $ $
46 1" REMOTE CONTROL VALVE 4 EA $ $
47 1-1/2" REMOTE CONTROL VALVE 2 EA $ $
48 QUICK COUPLER VALVE 4 EA $ $
49 CONTROL AND NEUTRAL
CONDUCTORS 1 LS $ $
50 RISER SPRINKLER ASSEMBLY -
BUBBLER 352 EA $ $
51 3/4" - PLASTIC PIPE (SCH 40) (SUPPLY
LINE) 3179 EA $ $
52 1-1/2" - PLASTIC PIPE (SCH 40) (MAIN
LINE) 239 EA $ $
53 2" - PLASTIC PIPE (CLASS 315) (MAIN
LINE) 138 LF $ $
54 FURNISH STABLIZED DECOMPOSED
GRANITE PAVEMENT 7320 SF $ $
55 FURNISH STAMPED CONCRETE 631 SF $ $
56 FURNISH AND INSTALL 3-FT BOULDER 29 EA $ $
57 FURNISH AND INSTALL 2-FT BOULDER 25 EA $ $
58 MOBILIZATION 1 LS $ $
336
1.3.2 UNIT PRICE BID SCHEDULE ‐ Continued
(Page 5 of 5)
Schedule of Prices for the Construction of the:
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE STREET
TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Item
No.
Unit Price Bid Item Estimated
Quantity
Unit Unit
Price
Item Amount
TOTAL BID PRICE FOR UNIT PRICE BID SCHEDULE ______:
$ (Price in Figures)
______________________________________________________________(Price in Words)
QUANTITIES OF WORK:
The quantities of work or material stated in the Unit Price items of the Bid Schedule are
supplied only to give an indication of the general scope of the Work. The City does not
expressly nor by implication agree that the actual amounts of work or material will
correspond therewith, and reserves the right after award to increase or decrease the
quantity of any Unit Price Bid Item, by an amount up to 25 percent of increase or decrease,
without a change in the unit prices, and shall have the right to delete any bid item in its
entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item
of Work.
_____________________________________________
Name of Bidder or Firm
337
INFORMATION REQUIRED OF BIDDER
1.3.3 LIST OF SUBCONTRACTORS
As required under Section 4100 et seq., of the Public Contract Code, the Bidder shall list
below the name and business address of each subcontractor who will perform Work under
this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or in the
case of bids for the construction of streets or highways, including bridges, in excess of
one-half of one percent of the Contractor’s Total Bid Price, or ten thousand dollars
($10,000), whichever is greater, and shall also list the portion of the Work which will be
done by such subcontractor. After the opening of Bids, no changes or substitutions will be
allowed except as otherwise provided by law. The listing of more than one subcontractor
for each item of Work to be performed with the words "and/or" will not be permitted.
The Contractor shall perform, with its own organization, Contract work amounting to at
least 50 percent of the Total Bid Price except that any designated “Specialty Items” may
be performed by subcontract. The amount of any such “Specialty Items” so performed
may be deducted from the Total Bid Price before computing the amount required to be
performed by the Contractor with its own organization. The City will identify any
"Specialty Items” in the Bid Schedule(s). Where an entire Specialty Item is
subcontracted, the value of work subcontracted will be based on the Contract Unit Price
for that item. When a portion of a Specialty Item is subcontracted, the value of work
subcontracted will be based on the estimated percentage of the Contract Unit Price for
that item. This will be determined from information submitted by the Contractor and
subject to approval by the Engineer.
Work to be Performed Subcontractor
Contractor's License
Number
Percent of
Total Contract
Subcontractor's Name & Address
1.___________________ _______________ ____________ ___________________________
___________________________
___________________________
2.___________________ _______________ ____________ ___________________________
___________________________
___________________________
3.___________________ _______________ ____________ ___________________________
___________________________
___________________________
4.___________________ _______________ ____________ ___________________________
___________________________
___________________________
5.___________________ _______________ ____________ ___________________________
___________________________
___________________________
6.___________________ _______________ ____________ ___________________________
___________________________
___________________________
338
1.3.4 ANTI-TRUST CLAIM
Pursuant to Public Contract Code Section 7103.5, upon acceptance of its bid,
Contractor agrees to the following: “In entering into a public works contract or a
subcontract to supply goods, services, or materials pursuant to a public works contract,
the contractor or subcontractor offers and agrees to assign to the awarding body all
rights, title, and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing
with Section 16700) of Part 2 of Division 7 of the Business and Professions Code),
arising from purchases of goods, services, or materials pursuant to the public works
contract or the subcontract. This assignment shall be made and become effective at
the time the awarding body tenders final payment to the contractor, without further
acknowledgment by the parties. “
RESPECTFULLY SUBMITTED:
________________________________
Contractor Name
________________________________ ______________________________
Signature Address
________________________________ ______________________________
City, State, Zip Telephone (with area code)
________________________________ ______________________________
Title Date
________________________________ ______________________________
Contractor's License No. Type of License
________________________________
Federal I.D. No.
(SEAL--if Bid is by a corporation)
ATTEST ____________________________
339
1.3.5 NON-COLLUSION AFFIDAVIT
(To be Executed by Bidder and Submitted with Bid Pursuant to Public
Contract Code Section 7106)
State of California, County of _____________________________
______________________________________, being first duly sworn, deposes and
says that he or she is ______________________________________ of
___________________________________________ the party making the foregoing
bid that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine
and not collusive or sham; that the bidder has not directly or indirectly induced or
solicited any other bidder to put in a false or sham bid, and has not directly or indirectly
colluded, conspired, connived, or agreed with any bidder or anyone else to put in a
sham bid, or that anyone shall refrain from bidding; that the bidder has not in any
manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any
advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and further, that the
bidder has not , directly or indirectly, submitted his or her bid price or any breakdown
thereof, or the contents thereof, or divulged information or data relative thereto, or paid,
and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive
or sham bid.
________________________________________
Signature
________________________________________
Typed or Printed Name
________________________________________
Title
________________________________________
Contractor / Company / Bidder Name
Subscribed and sworn to before me this ______ day of _______________________,
20____
________________________________________
Notary Public in and for the State of California
My Commission Expires: __________________
340
1.3.6 BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, _______________
as Principal, and
____ as Surety,
are hereby held and firmly bound unto the City of Lynwood, a California Municipal
Corporation, (hereinafter referred to as the “City”) in the penal sum of
______________________________________________________________ DOLLARS
($ ________________ ), being not less than ten percent (10%) of the Total Bid Price, for
the payment of which sum in lawful money of the United States, well and truly to be made,
we hereby jointly and severally bind ourselves, our heirs, executors, administrators,
successors and assigns by these presents.
The Condition of the above obligation is such that whereas the Principal has submitted to
City a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract
in writing with City for the completion / construction / demolition of Project No.
4011.68.106.62015, entitled: IMPERIAL HIGHWAY CORRIDOR CAPACITY
ENHANCEMENTS FROM STATE STREET TO WRIGHT ROAD.
NOW, THEREFORE,
a. If said Bid shall be rejected, or
b. If said Bid shall be accepted and the Principal shall execute and deliver to the
City a contract in the form of agreement set forth in the Contract Documents (properly
completed in accordance with said Bid) within ten (10) calendar days after receipt of
same from City, and shall, within the time and manner set forth in the Contract
Documents, furnish a Bond for his/her faithful performance of said contract and for the
payment of all persons performing labor or furnishing materials in connection therewith,
the required proof of insurance/certificates, required insurance endorsements, and shall
in all other respects perform the agreement created by the acceptance of said Bid,
then this obligation shall be void, otherwise the same shall remain in force and effect; it
being expressly understood and agreed that the liability of the Surety for any and all
claims hereunder shall, in no event, exceed the penal amount of this obligation as
herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligation of said
Surety and its Bond shall be in no way impaired or affected by any extension of the time
within which the City may accept such Bid; and said Surety does hereby waive notice of
any such extension. In the event suit is brought upon this bond by the City and judgment
is recovered, the Surety shall pay all costs incurred by the City in such suit, including a
reasonable attorney's fee to be fixed by the court.
341
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be
hereto affixed and these presents to be signed by their proper officers on this _________
day of _______________________, _______.
PRINCIPAL SURETY
_______________________________ ___________________________
(Legal Company Name) (Legal Company Name)
By: ____________________________ By: ________________________
Title ___________________________ Title _______________________
(Corporate Seal) (Corporate Seal)
IMPORTANT: Surety companies executing Bonds must possess a certificate of authority
from the California Insurance Commissioner authorizing them to write surety insurance
defined in Section 105 of the California Insurance Code, and if the Work or Project is
financed, in whole or in part, with federal grant or loan funds, must also appear on the
Treasury Department's most current list (Circular 570 as amended). Notary
acknowledgements for Principal and Surety signatures and Power of Attorney for
Surety must be attached. THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety) _______________________________
_______________________________
_______________________________
(Name and Address of Agent _______________________________
or Representative in California
if different from above) _______________________________
_______________________________
(Telephone Number of Surety and Agent _______________________________
or Representative in California)
342
1.3.7 BIDDER'S GENERAL INFORMATION
The Bidder shall furnish the following information. Failure to complete and attach all items may
cause the Bid to be rejected as non-responsive.
1. BIDDER/CONTRACTOR'S Name and Street Address:
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
2. CONTRACTOR'S Telephone Number: ( ) ______________________
Facsimile Number: ( ) ______________________
Email Address _____________________________
3. CONTRACTOR'S License: Primary Classification ______________________________________
State License Number(s) __________________________________________________________
Supplemental License Classifications _________________________________________________
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety: _________________________________________________________________
Address: _______________________________________________________________________
_______________________________________________________________________________
Surety Company Agent: ___________________________________________________________
Telephone Numbers: Agent ( ) _________________ Surety ( ) ______________
5. Type of Business Entity (Sole Proprietorship, Partnership, Corporation, etc.):
_____________________________________
6. Corporation organized under the laws of the State of:
_____________________________________
7. Is your business entity qualified to do business in the State of California?: ________
Date qualified. _______________
8. List the names, addresses and titles of the principal members/officers of your business entity:
Name Title Address
______________________ ______________ ________________________________________
______________________ ______________ ________________________________________
______________________ ______________ ________________________________________
343
1.3.7 BIDDER'S GENERAL INFORMATION (Continued)
9. Number of years’ experience as contractor performing the specific type of construction or Work
required for this Project as set forth in the Contract Documents: ______________
10. List at least three projects completed to date involving construction or Work similar to that required for
the completion of this Project:
a. Owner ___________________________Address _______________________________
Contact __________________________Class of Work __________________________
Phone ___________________________Contract Amount ________________________
Project ___________________________Date Completed _________________________
b. Owner ___________________________Address _______________________________
Contact __________________________Class of Work __________________________
Phone ___________________________Contract Amount ________________________
Project ___________________________Date Completed _________________________
c. Owner ___________________________Address _______________________________
Contact __________________________Class of Work __________________________
Phone ___________________________Contract Amount ________________________
Project ___________________________Date Completed _________________________
11. Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why:
_______________________________________________________________________________
_________________________________________________________________________
12. List the name and title of the person who will supervise full-time the proposed work for your firm:
________________________________________________________________________________
13. Is full-time supervisor an employee ___________ or an independent contractor? __________
14. Please attach resumes of key construction personnel who will be assigned to the Work on this Project.
Note: Bidder agrees that personnel named on this form and in the attached resumes will remain on
this Project until completion of all relevant Work, unless substituted by personnel of equivalent
experience and qualifications approved in advance by the City.
15. A financial statement or other information and references sufficiently comprehensive to permit an
appraisal of your current financial condition may be required by the Engineer.
344
1.3.8 BIDDER’S INSURANCE STATEMENT
(To Be Submitted with Bid)
BIDDER HEREBY CERTIFIES that the Bidder has reviewed and understands the
insurance requirements set forth in Subsection 1.4.4 of the Bidding and Contractual
Documents and Forms, Subsection 2.7.2 of the Special Provisions and elsewhere in the
Contract Documents. Should the Bidder be awarded the contract for the Work, Bidder
further certifies that it can meet all insurance requirements set forth in the Contract
Documents, including, but not limited to, providing or requiring insurance coverage for
subcontractors; naming of City as an additional insured, and providing waivers of
subrogation. Bidder acknowledges and understands that all cost associated with
providing and maintaining the required insurance coverage are the sole responsibility of
the Contractor and that the costs of procuring and maintaining said coverage is included
in Contractor’s Bid.
Bidder further agrees and certifies that if awarded the contract, Bidder will provide the
proof of insurance and endorsements required by the Contract Documents within ten (10)
calendar days of receipt of the Notice of Award. Bidder acknowledges that failure to
provide City with the required insurance coverage, proof of insurance and/or
endorsements within ten (10) calendar days of receipt of the Notice of Award, may
result in withdrawal of award and forfeiture of the Bidder's Bid Security.
Dated: ______________________________ Bidder: __________________________________
By: ____________________________________
(Signature of Bidder’s Authorized Representative)
Title: ___________________________________
345
1.4.1 CITY OF LYNWOOD AGREEMENT
FOR CONSTRUCTION OF PROJECT NO. 4011.68.106.62015,
ENTITLED “IMPERIAL HIGHWAY CORRIDOR CAPACITY
ENHANCEMENTS FROM STATE STREET TO WRIGHT ROAD”
This agreement (the “Agreement”) is made and entered into on this ______ day of
_______________, _____ by and between the City of Lynwood, a California Municipal
Corporation ("City") and __________________________________________________, a
______________________________ ("Contractor"). City and Contractor are sometimes
hereinafter referred to individually as a “Party” and collectively as the “Parties.”
R E C I T A LS
City and Contractor, based upon the mutual promises contained herein, do hereby agree
as follows:
I. CONTRACT DOCUMENTS
This Agreement consists of the following Contract Documents, the terms and conditions of
which are expressly incorporated as component parts of this Agreement as if herein set
out in full or attached hereto:
A.Notice Inviting Bids, Dated June 5, 2023 at 10:00 AM
B.Instructions to Bidders.
C.Addenda.
D.Contractor’s Bid Proposal and Workers’ Compensation Certificate dated
________________, _______, and all other Bid Documents attached
thereto, including but not limited to:
1.Bid Schedule(s)
2.List of Subcontractors
3.Anti-Trust Claim
4.Non-Collusion Affidavit
5.Bidder’s General Information
6.Bid Bond (Bid Security Form)
7.Bidder’s Insurance Statement
E.Payment Bond.
F.Performance Bond.
G.Certificates/Proof of Insurance and Endorsements.
H.Certified Copy of the Lynwood City Council Resolution No. ________
awarding the contract to Contractor.
I.Notice of Award dated ________________.
J.Notice to Proceed dated ______________.
346
K The Plans (Contract Drawings entitled “IMPERIAL HIGHWAY CORRIDOR
CAPACITY ENHANCEMENTS FROM STATE STREET TO WRIGHT
ROAD”).
L. Special Provisions
M. Standard Specifications for Public Works Construction, “Greenbook”
latest Edition.
N. Appendices A through E of the Contract Documents.
O. Reference Specifications.
P Approved and Fully-Executed Change Orders.
Q.The Director of the Department of Industrial Relations’ Determination of
Prevailing Wage Rates for Public Works for each craft or type of worker required to
perform the Work under this Agreement.
II. CONTRACT PRICE
The City agrees to pay, and the Contractor agrees to accept as full payment for the Work
outlined in the Contract Documents, the Contract Price of
_____________________________________________ Dollars ($_______________)
subject to additions and deductions, if any, made in accordance with said Contract
Documents. Progress payments shall not be made more often than once each thirty (30)
days, nor shall progress payments paid be in excess of ninety percent (90%) of the
Contract Price at time of completion. Final payment to Contractor will be processed thirty-
five (35) days after the City has recorded the Notice of Completion. Contractor may, upon
Contractor's written request, and approved by the City Council, at Contractor's expense,
deposit substitute securities, as stated in Government Code Section 16430, and as
authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to
insure performance.
Payment of undisputed amounts due under this Agreement, including the final payment
due hereunder, is contingent upon the Contractor furnishing to the City an unconditional
release by the Contractor of all claims against the City arising by virtue of this Agreement
related to those amounts. Disputed claims in stated amounts may be specifically
excluded by Contractor from the operation of any release. No payment, final or
otherwise, shall operate to release the Contractor or its sureties from obligations arising
under this Agreement or the bonds and warranties furnished hereunder. No payment
shall be construed as an acceptance of any of the Work or of defective or improper
materials.
III. BONDS
Within ten (10) calendar days of receiving the Notice of Award and prior to Contractor’s
commencement of the Work, Contractor shall furnish to City, using the forms set forth in
the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one
hundred percent (100%) of the Contract Price, and a Performance Bond in an amount
equal to one hundred percent (100%) of the Contract Price, said bonds to be in
conformance with the Contract Documents, including but not limited to, the General
Specifications and Subsection 2.2.2 of the Special Provisions.
347
IV. INDEMNITY
Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its
respective elected and appointed boards, officials, officers, agents, employees,
representatives and volunteers (individually and collectively referred to hereinafter as
“Indemnitees”) free and harmless from any and all claims, demands, causes of action,
costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of
whether the allegations are false, fraudulent, or groundless, to property or persons,
including wrongful death, to the extent arising out of or incident to any acts, omissions or
willful misconduct of Contractor, its officials, officers, employees, agents, consultants and
contractors arising out of or in connection with the performance of the Work or this
Agreement, including claims made by subcontractors for nonpayment, including without
limitation the payment of all consequential damages and attorneys fees and other related
costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk,
with counsel of City’s choosing, any and all such aforesaid suits, actions or other legal
proceedings of every kind that may be brought or instituted against Indemnitees. To the
extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that
may be rendered against Indemnitees in any such suit, action or other legal proceeding.
Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred
by each of them in connection therewith or in enforcing the indemnity herein provided.
The only limitations on this provision shall be those imposed by California Civil Code
Section 2782.
This obligation to indemnify and defend Indemnitees as set forth herein shall survive the
termination of this Agreement and is in addition to any rights which City may have under
the law. This indemnity is effective without reference to the existence or applicability of
any insurance coverages which may have been required under this Agreement or any
additional insured endorsements which may extend to City.
V. INSURANCE
Without limiting Contractor’s indemnification of Indemnitees as set forth in Section IV of
this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the
types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions
of the Contract Documents. Such insurance shall be in force prior to Contractor
commencing any Work under this Agreement and shall remain in force for the duration of
this Agreement and for any other such period as may be required herein. Contractor shall
provided proof of the required insurance coverage and the endorsements specified in
Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the
Notice of Award.
VI. INELIGIBLE SUBCONTRACTORS
In accordance with the provisions of Section 6109 of the California Public Contract Code,
Contractor agrees that it shall not perform any work under this Agreement with a
subcontractor who is ineligible to perform work on a public works contract pursuant to
Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further
acknowledges that any contract on a public works project entered into between a
348
contractor and debarred subcontractor is void as a matter of law, and a debarred
subcontractor may not receive any public money for performing work as a subcontractor
on a public works contract. Any public money that is paid or may have been paid to a
debarred subcontractor by a Contractor for work performed on this Project shall be
returned to the City. The Contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who have been allowed to work on the Project.
VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES
The Contractor shall commence the Work required by this Agreement within ten (10)
calendar days of the date specified in the Notice to Proceed from the City, and shall
complete all Work as specified in the Contract Documents within ONE HUNDRED
AND EIGHTY WORKING DAYS from the date in said Notice.
City and Contractor have discussed the provisions of Government Code Section
53069.85 and the damages that may be incurred by City if the Work is not completed
within the time specified in this Agreement. The City and Contractor hereby represent
that at the time of signing this Agreement, it is impracticable and extremely difficult to fix
the actual damage which will be incurred by City if the Work is not completed within the
number of working days allowed. Accordingly, City and Contractor agree that the sum of
$1,000.00 per calendar day is a reasonable sum to assess as Liquidated Damages
to City by reason of the failure of Contractor to complete the Work within the time
specified.
VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861
By signing this Agreement, Contractor makes the following certification required by
Section 1861 of the California Labor Code:
“I am aware of the provisions of Section 3700 of the California Labor Code
which requires every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of any Work under this Agreement.”
IX. APPRENTICES
The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor
Code, he/she will be held responsible for compliance with the provisions of this Section
for all apprenticeable occupations.
X. SUBSTITUTION OF SUBCONTRACTORS
The Contractor hereby agrees to reimburse the City for costs incurred by the City in the
substitution of subcontractors. Where a hearing is held pursuant to the provisions of
Section 4100 et seq. of the Public Contract Code by the City or a duly appointed hearing
officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs
349
incurred by the City for investigation and conduct of the hearing, including the costs of
any hearing officer and shorthand reporter appointed.
The statement shall then be sent to the Contractor, who shall reimburse the City for such
costs. If not paid separately, such reimbursement may be deducted from any money due
and owning to the Contractor prior to the City’s acceptance of the Project.
XI. LICENSES
Contractor acknowledges and agrees that Contractor must have all appropriate
contractor's licenses. Contractor further warrants and represents that he/she/they
has/have the appropriate contractor's license to pursue the work hereunder. Contractor's
failure to have or maintain all appropriate licenses during the entire term of this
Agreement shall be cause for the immediate and summary termination of this Agreement
by City. Contractor shall be liable for all City's costs incurred to complete the Work under
this Agreement in the event of such termination.
XII. EMPLOYMENT DISCRIMINATION PROHIBITED
Pursuant to California Labor Code Section 1735 and other applicable provisions of law,
the Contractor and its subcontractors shall not discriminate against any employee or
applicant for employment because of race, religious creed, color, national origin, ancestry,
physical disability, mental disability, medical condition, marital status, sex, age, political
affiliation or sexual orientation in the performance of Work under this Agreement. The
Contractor will take affirmative action to insure that employees are treated during
employment or training without regard to their of race, religious creed, color, national
origin, ancestry, physical disability, mental disability, medical condition, marital status,
sex, age, political affiliation or sexual orientation.
XIII. PREVAILING WAGES
The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and
1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq.
(“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the
performance of other requirements on certain “public works” and “maintenance” projects.
Since the work covered by this Agreement involves an applicable “public works” or
“maintenance” project, as defined by the Prevailing Wage Laws, and since the total
compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing
Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the
Contract Documents.
XIV. AUTHORITY TO EXECUTE
The person or persons executing this Agreement on behalf of Contractor warrants and
represents he/she/they has/have the authority to execute this Agreement on behalf of
his/her/their corporation, partnership, or business entity and warrants and represents that
he/she/they has/have the authority to bind Contractor to the performance of its obligations
hereunder.
350
XV. ASSIGNMENT; GOVERNING LAW
This Agreement may not be assigned by Contractor, in whole or in part, without the prior
written consent of the City. This Agreement and any dispute arising hereunder shall be
governed by the law of the state of California.
XVI. NOTICES
Any notices, bills, invoices, or reports required by this Agreement shall be deemed received
on (a) the day of delivery if delivered by hand during Contractor’s regular business hours or
by facsimile before or during Contractor’s regular business hours; or (b) on the third
business day following deposit in the United States mail, postage prepaid, to the addresses
set forth below, or to such other addresses as the Parties may, from time to time, designate
in writing pursuant to the provisions of this Section.
City Contractor
City of Lynwood _______________________________
Attn: City Engineer Attn: ___________________________
11330 Bullis Road _______________________________
Lynwood, CA 90262 __________________________________
Fax No. (310) 635-0493 Fax No.________________________
XVII. ATTORNEYS FEES
Should either Party bring any action to protect or enforce its rights under this Agreement
or the Contract Documents, the prevailing party in such action shall be entitled to recover,
in addition to all other relief, its reasonable attorneys fees and costs.
XVIII. WARRANTY
All Work shall be warranted by Contractor against defective workmanship and materials
for a period of one (1) year form the date the Work is accepted as complete by the
Lynwood City Council. The contractor shall replace or repair any such defective work in a
manner satisfactory to Engineer, following notice from Engineer specifying the work to be
done and the time in which replacement or repair shall be completed. If Contractor fails
to make such replacement or repair within the time specified in the notice, the City may
perform the needed repairs and Contractor’s sureties shall be liable for the cost thereof.
XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION
This Agreement contains the completely final, entire, and exclusive agreement between
the Parties with respect to the subject matter hereof, and no waiver, alteration, or
modification of any of the provisions hereof or rights to act hereunder shall be binding
unless made in writing signed by both Parties. Any attempted modification, amendment,
or alteration in violation hereof shall be void.
351
IN WITNESS WHEREOF, each of the Parties hereto has caused the Agreement to be
executed in its name on its behalf by a duly authorized officer as of this day and year first
above written.
CITY OF LYNWOOD CONTRACTOR
____________________________
LEGAL NAME OF FIRM
By: _____________________________ By:__________________________
Oscar Flores Signature of Chairman of Board,
Mayor President, or Vice President
Attest:
_____________________________
(Typed/Printed Name)
By: ____________________________ _____________________________
Maria Quinonez (Title)
City Clerk
By:___________________________
Signature of Secretary, Assistant
Approved as to Form: Secretary, CFO, or Assistant Treasurer
By: ____________________________ ______________________________
Noel Tapia (Typed/Printed Name)
City Attorney
______________________________
(Title)
[NOTARY REQUIRED FOR SIGNATURE(S) OF CONTRACTOR]
352
1.4.2 CONTRACT PERFORMANCE BOND
(CALIFORNIA PUBLIC WORKS)
KNOW ALL MEN BY THESE PRESENTS:
THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City") has entered
into an Agreement dated _________________ (referred to hereinafter as the
“Agreement”) with ________________________________________________________
(hereinafter designated as “Contractor” or "Principal"), for construction of IMPERIAL
HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM STATE STREET TO
WRIGHT ROAD, Project No. 4011.68.106.62015 (hereafter referred to as the “Project”).
WHEREAS, the Work to be performed by the Contractor is more particularly set forth in the
Agreement for the Project, the terms and conditions of which, including those set forth in the
Contract Documents incorporated as component parts the of Agreement, are expressly
incorporated herein by this reference; and
WHEREAS, the Contractor is required by the Agreement to perform the terms thereof and
to provide a bond both for the performance and guaranty thereof.
NOW, THEREFORE, we, , the
undersigned Contractor, as Principal, and ,
a corporation organized and existing under the laws of the State of , and
duly authorized to transact business under the laws of the State of California, as Surety,
are held and firmly bound unto City in the penal sum of
_______________________________________________ Dollars ($_______________)
lawful money of the United States, said sum being not less than 100 percent of the total
amount payable by the City under the terms of the Agreement, for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or
its heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the undertakings, terms, covenants,
conditions and agreements set forth in the Agreement and any alteration thereof made as
therein provided, on his/her or its part, to be kept and performed at the time and in the
manner therein specified, and in all respects according to their intent and meaning; and shall
faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and
save harmless the City, its officers, officials, employees, authorized agents and volunteers,
as stipulated in the Agreement, then this obligation shall become null and void; otherwise it
shall be and remain in full force and effect. In the event suit is brought on this bond, said
Surety will pay to City a reasonable attorney's fee to be fixed by the Court.
353
As a condition precedent to the satisfactory completion of the Agreement, unless
otherwise provided for in the Agreement, the above obligation shall hold good for a period
of one (1) year after the acceptance of the Work by City, during which time if Contractor
shall fail to make full, complete, and satisfactory repair and replacements and totally
protect the City from loss or damage resulting from or caused by defective materials or
faulty workmanship. The obligations of Surety hereunder shall continue so long as any
obligation of Contractor remains. Nothing herein shall limit the City’s rights or the
Contractor or Surety’s obligations under the Contract, law or equity, including, but not
limited to, California Code of Civil Procedure section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the
Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall
promptly, at the City’s option:
(1) Take over and complete the Project in accordance with all terms and conditions
in the Agreement; or
(2) Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as Work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Agreement and any
modification thereto, less any amount previously paid by the City to the Contractor
and any other set offs pursuant to the Contract Documents.
(3) Permit the City to complete the Project in any manner consistent with California
law and make available as Work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Agreement and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents. Surety expressly agrees that the City may
reject any contractor or subcontractor which may be proposed by Surety in
fulfillment of its obligations in the event of default by the Contractor.
The said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, or addition to the terms of the Agreement, or to the Project or
to the Work to be performed thereunder, or the Specifications accompanying the same,
shall in any way affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Agreement, or to
the Project, or to the Work or to the Specifications. Said Surety also hereby waives the
provisions of sections 2819 and 2845 of the California Civil Code.
354
No final settlement between the City and the Contractor shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this
_____ day of _______________, ________, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
PRINCIPAL:
(seal)
_______________________________
By ____________________________
SURETY:
(seal)
_______________________________
By ____________________________
Attorney-in-Fact
The rate of premium on this bond is ____ per thousand. The total amount of premium
charged, $_______________. (These blanks must be filled in by corporate surety.)
IMPORTANT: Surety companies executing Bonds must possess a certificate of authority
from the California Insurance Commissioner authorizing them to write surety insurance
defined in Section 105 of the California Insurance Code, and if the Work or Project is
financed, in whole or in part, with federal grant or loan funds, must also appear on the
Treasury Department's most current list (Circular 570 as amended). Notary
acknowledgements for Principal and Surety signatures and Power of Attorney for
Surety must be attached. THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety) (Name and Address of Agent/Representative in California if different)
_______________________________ ___________________________________________________
_______________________________ ___________________________________________________
_______________________________ ___________________________________________________
(Telephone Number of Surety/Agent ___________________________________________________
or Representative in California)
355
STATE OF CALIFORNIA )
) ss.
COUNTY OF _______________ )
On this _____ day of _______________, in the year _____, before me,
__________________________, a Notary Public in and for said state, personally
appeared , known to me (or proved to me on the
basis of satisfactory evidence) to be the person whose name is subscribed to the within
instrument as the Attorney-in-Fact of the (Surety) and
acknowledged to me that he/she subscribed the name of the
(Surety) thereto and his/her own name as Attorney-in-Fact.
_____________________________________
Signature of Notary Public in and for said State
(SEAL)
My commission expires on: _____________
NOTE: A copy of the power of attorney to local representatives of the bonding
company must be attached hereto.
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, _______________________________________, certify that I am the
________________________________ Secretary of the corporation named as Principal
to the within bond; that _________________ _________________________ who signed
the said bond on behalf of the principal was then ___________________________ of
said corporation; that I know his/her signature, and his/her signature thereto is genuine;
and that said bond was duly signed, sealed and attested for and in behalf of said
Corporation by authority of its governing board.
_______________________________
Signature of Corporate Principal
(CORPORATE SEAL)
356
1.4.3 CONTRACT PAYMENT BOND
(CALIFORNIA PUBLIC WORKS)
KNOW ALL MEN BY THESE PRESENTS:
THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered
into an agreement dated __________ (referred to hereinafter as the “Agreement”) with
_____ ________ , (hereinafter designated as the "Contractor" or “Principal”),
for construction of IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS
FROM STATE STREET TO WRIGHT ROAD, Project No. 4011.68.106.62015.
WHEREAS, Contractor is required to furnish a bond in connection with the Agreement,
and pursuant to Section 3247 of the California Civil Code.
NOW, THEREFORE, we, , the
undersigned Contractor, as Principal, and , a
corporation organized and existing under the laws of the State of , and duly
authorized to transact business under the laws of the State of California, as Surety, are
held and firmly bound unto City and to any and all persons, companies or corporations
entitled to file stop notices under Section 3181 of the California Civil Code, in the penal
sum of Dollars ($____________),
lawful money of the United States, said sum being not less than 100 percent of the total
amount payable by City under the terms of the Agreement, for which payment well and
truly to be made, we bind ourselves, our heirs, executors and administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his/her or its
heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay
for any materials, provisions, provender or other supplies, items, implements or machinery
used in, upon, for or about the performance of the Work required by the Agreement; or fails
to pay (1) any of the persons named in Civil Code Section 3181, (2) amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
Agreement, or (3) for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the Contractor and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to the work and labor provided pursuant to the Agreement, said Surety will pay for
the same in an amount not exceeding the sum specified in this bond, otherwise the above
obligation shall be void. In the event suit is brought upon this bond, said Surety will pay to
City a reasonable attorney's fee to be fixed by the Court. In addition to the provisions
hereinabove, it is agreed that this bond will inure to the benefit of any and all persons,
companies and corporations entitled to serve stop notices under Section 3181 of the Civil
Code, so as to give a right of action to them or their assigns in any suit brought upon this
bond.
The Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration, or addition to the terms of the Agreement or to the Work to be performed
357
thereunder or the Specifications accompanying the same; shall in any way affect its
obligations on this bond, and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845
of the California Civil Code.
No final settlement between the City and the Contractor hereunder shall abridge the right
of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, the above-bounded parties have executed this instrument this
_____ day of ____________, _____, the name and corporate seal of each corporate
party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
PRINCIPAL:
(seal)
_______________________________
By _____________________________
SURETY:
(seal)
_______________________________
By _____________________________
Attorney-in-Fact
IMPORTANT: Surety companies executing Bonds must possess a certificate of authority
from the California Insurance Commissioner authorizing them to write surety insurance
defined in Section 105 of the California Insurance Code, and if the Work or Project is
financed, in whole or in part, with federal grant or loan funds, must also appear on the
Treasury Department's most current list (Circular 570 as amended). Notary
acknowledgements for Principal and Surety signatures and Power of Attorney for
Surety must be attached. THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety) (Name and Address of Agent/Representative in California if different)
________________________________ ___________________________________________________________
___________________________________ ___________________________________________________________________
__________________________________ _________________________________________________________________
(Telephone Number of Surety/Agent _________________________________________________________________
or Representative in California)
358
STATE OF CALIFORNIA )
) ss.
COUNTY OF _______________ )
On this _____ day of _______________, in the year _____, before me,
__________________________, a Notary Public in and for said state, personally
appeared , known to me (or proved to me on the
basis of satisfactory evidence) to be the person whose name is subscribed to the within
instrument as the Attorney-in-Fact of the (Surety) and
acknowledged to me that he/she subscribed the name of the
(Surety) thereto and his/her own name as Attorney-in-Fact.
_____________________________________
Signature of Notary Public in and for said State
(SEAL)
My commission expires on: _____________
NOTE: A copy of the power of attorney to local representatives of the bonding company
must be attached hereto.
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, _______________________________________, certify that I am the
________________________________ Secretary of the corporation named as
Principal to the within bond; that _________________ _________________________
who signed the said bond on behalf of the principal was then
___________________________ of said corporation; that I know his/her signature, and
his/her signature thereto is genuine; and that said bond was duly signed, sealed and
attested for and in behalf of said Corporation by authority of its governing board.
_______________________________
Signature of Corporate Principal
(CORPORATE SEAL)
359
1.4.4 CERTIFICATES / PROOF OF INSURANCE
AND ENDORSEMENTS
The Contractor shall not commence any of the Work or begin any performance under
the Agreement until he/she obtains, at his/her own and sole cost and expense, all
required insurance as stipulated by the City. The required insurance shall be provided
by the Contractor in conformance with the requirements of Subsection 2.7.2 of the
Special Provisions and may include the following:
Workers' Compensation Insurance
Commercial General Liability and Business Automobile Liability Insurance
Course of Construction or Builder’s Risk Insurance
Flood Insurance
The insurance company or companies utilized by the Contractor shall be authorized and
admitted to transact business in the State of California and to issue policies in the
amounts required pursuant to the provisions of Subsection 2.7.2 of the Special
Provisions. All insurance required shall be placed with insurers with a current A.M.
Best's rating of no less than A:VII, and shall contain the endorsements specified in
Subsection 2.7.2.
Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall
furnish to the City for approval as to sufficiency and form, certificates of insurance and
original endorsements evidencing the required coverage set forth in Subsection 2.7.2 of
the Special Provisions. Endorsements and certificates are to be signed by a person
authorized by the insurer to bind coverage on the insurer’s behalf. If the insurance
called for is provided by more than one company, a separate certificate and the required
endorsements shall be provided by each company.
City reserves the right to request complete, certified copies of all required insurance
policies and endorsements at any time.
Failure to provide City with the required insurance coverage, proof of insurance
and/or endorsements within ten (10) calendar days of receipt of the Notice of
Award, may result in withdrawal of award and forfeiture of the Bidder's Bid
Security.
360
CITY OF LYNWOOD
DEPARTMENT OF PUBLIC WORKS
_____________________
PART 2 - SPECIAL PROVISIONS
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
Section 2.1 Terms, Definitions, Abbreviations, and Symbols
2.2 Scope and Control of Work
2.3 Changes in Work
2.4 Control of Materials
2.5 Utilities
2.6 Prosecution, Progress, and Acceptance of the Work
2.7 Responsibilities of the Contractor
2.8 Facilities for Agency Personnel
2.9 Measurement and Payment
2.10 Construction Details (Materials and Methods)
* * * * *
361
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
_____________________
PART 2 - SPECIAL PROVISIONS
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
SECTION 2.1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
2.1.1 GENERAL
2.1.1.1 Standard Specifications. - The Work hereunder shall be done in accordance
with the Standard Specifications for Public Works Construction ("Greenbook"), latest
Edition, including all current supplements, addenda, and revisions thereof, the City
Standard Plans identified in the Appendix, and the Special Provisions set forth in this
Part 2 of the Contract Documents.
In case of conflict between the Standard Specifications for Public
Works Construction ("Greenbook"), latest Edition and these Special
Provisions, these Special Provisions shall take precedence over,
and be used in lieu of, such conflicting portions.
2.1.1.2 Supplementary Reference Specifications. - Insofar as references may be
made in these Special Provisions to the Caltrans Standard Specifications, such work
shall conform to the referenced portions of the technical provisions of the Caltrans
Standard Specifications, latest Edition, provided, that wherever the term "Standard
Specifications" is used without the prefix "Caltrans," it shall mean the Standard
Specifications for Public Works Construction ("Greenbook"), latest Edition, as
previously specified in the above Subsection 2.1.1.1.
In case of conflict between the technical provisions of the Caltrans
Standard Specifications, latest Edition and these Special Provisions,
these Special Provisions shall take precedence over, and be used in
lieu of, such conflicting portions.
362
2.1.2 LEGAL ADDRESS
2.1.2.1 Legal Address of the Agency. - The official address of the Agency shall be
the City of Lynwood, 11330 Bullis Road, Lynwood, California 90262, or such other
address as the City may subsequently designate in written notice to the Contractor.
2.1.2.2 Legal Address of the Engineer. - The official address of the Engineer shall
be 11330 Bullis Road, Lynwood, California 90262, or such other address as the
Engineer may subsequently designate in writing to the Contractor.
2.1.2.3 Legal Address of the Agency’s Project Representative. – The name and
address of the Agency’s designated Project Representative shall be Julian Lee, P.E.,
Project Manager, 11330 Bullis Road, Lynwood, California 90262, or such address as
the Project Representative may subsequently designate in writing to the Contractor.
2.1.3 DEFINITIONS AND TERMS
2.1.3.1 Definitions and Terms. - Wherever in the Standard Specifications the
following terms are used, the definitions shall be amended to read:
Agency - The City of Lynwood, a California municipal corporation and general
law city, existing in the County of Los Angeles, State of California.
Board – The City Council of the City of Lynwood.
Engineer - The City Engineer of the City of Lynwood or other persons
designated by the City Engineer.
Liquidated Damages - The amount prescribed in these Special Provisions,
pursuant to the authority of Government Code Section 53069.85, to be paid to
the City or to be deducted from any payments due or to become due to the
Contractor for each day's delay in completing the whole or any specified portion
of the Work beyond the time allowed in the Special Provisions.
Standard Plans - The Standard Drawings and the Special Drawings of the City
of Lynwood.
2.1.3.2 Additional Definitions and Terms. - The following additional terms and
definitions used in the Contract Documents shall apply:
Project – The Work that is the subject of the Contract Documents.
Total Bid Price – The full price for all the Work required to complete the Project
submitted by a Bidder in the Bid Documents.
Unit Price – The amount set forth in a Bid Schedule document for a single unit
of an item of work.
363
Unit Price Bid Item – An item of work to which a Unit Price applies.
- END OF SECTION -
364
SECTION 2.2 - SCOPE AND CONTROL OF WORK
2.2.1 SCOPE OF THE WORK
Construction of AC pavement, removal of existing pavement and raised median, curbs,
traffic signals, traffic loops, signing and striping, and landscape improvements
2.2.2 CONTRACTOR’S SURETY WAIVER OF RIGHT OF NOTIFICATION
The following shall be added at the end of Subsection 3-7 of the Standard Specifications:
"The Contractor shall ensure that its Surety is familiar with all of the terms
and conditions of the Contract Documents, and shall obtain a written
acknowledgement by the Surety that said Surety thereby waives the right of
special notification of any changes or modifications of the Agreement, or of
extensions of time, or of decreased or increased Work, or of cancellation of
the Agreement, or of any other act or acts by the City of Lynwood or any of
its authorized representatives."
2.2.3 PRECEDENCE OF CONTRACT DOCUMENTS
The provisions of Subsection 3-7.2 of the Standard Specifications shall be deleted in their
entirety and the following substituted therefor:
The Contract Documents are complementary, and what is called for by one shall
be as binding as if called for by all.
The Contract Documents are intended to be fully cooperative and to be
complementary. If Contractor observes that any documents are in conflict, the
Contractor shall promptly notify the Engineer in writing.
In resolving disputes resulting from conflicts, errors, or discrepancies in any of the
Contract Documents, the document highest in precedence shall control. The order
of precedence shall be as listed below:
1. Approved and Fully-Executed Change Orders
2. Agreement
3. Addenda
4. Contractor's Bid (Bid Documents)
5. Technical Provisions
6. Special Provisions
7. General Provisions of Caltrans
8. General Provisions of the SSPWC
9. Notice Inviting Bids
10. Instructions to Bidders
11. Plans (Contract Drawings)
12. Caltrans Standard Specifications
365
13. City Standard Plans
14. Reference Specifications
With reference to the Drawings, the order of precedence shall be as follows:
1. Figures govern over scaled dimensions.
2. Detail drawings govern over general drawings.
3. Addenda or Change Order drawings govern over Contract Drawings.
4. Contract Drawings govern over Standard Drawings.
5. Contract Drawings govern over Shop Drawings.
2.2.4 SUBMITTALS
The following provision shall be added at the end of Subsection 3-8.1 of the Standard
Specifications:
On lump sum contracts, the Contractor shall submit, for approval by the
Engineer, a Schedule of Values, or lump sum price breakdown, which will
serve as the basis for progress payments and shall be incorporated into a
form of payment request (or invoice) acceptable to the Engineer. Such
Schedule of Values shall be submitted for approval at the Pre-construction
Conference and must meet the approval of the Engineer before any
payments can be made to the Contractor.
2.2.5 SUBSURFACE DATA
The provisions of Subsection 3-9 of the Standard Specifications shall be deleted in their
entirety and following substituted therefor:
Limited Reliance by Contractor. - Soils reports and other reports of
subsurface conditions may be made available by the City for inspection by
the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE
NOT CONTRACT DOCUMENTS. The Contractor may rely upon the
general accuracy of the "technical data" contained in such reports and
drawings only where such "technical data" are specifically identified in the
Special Provisions. Except for such reliance on such "technical data," the
Contractor may not rely upon or make any claim against the City, the
Engineer, nor any of the Engineer's Consultants with respect to any of the
following:
Completeness. - The completeness of such reports and drawings for
Contractor's purposes, including, but not limited to, any aspects of the
means, methods, techniques, sequences, and procedures of construction to
be employed by Contractor and safety precautions and programs incident
thereto, or
366
Other Information. - Any other data, interpretations, opinions, and
information contained in such reports or shown or indicated in such
drawings, or
Interpretation. - Any interpretation by the Contractor of such "technical
data," or any conclusion drawn from any "technical data" or any such data,
interpretations, opinions or information.
2.2.6 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY
The following provision shall be added at the end of Subsection 2-3 of the Standard
Specifications:
All temporary access or construction rights-of-way, other than those shown on the
Plans, which the Contractor may find it requires during progress of the Work, shall
be arranged by and paid for entirely by the Contractor, at its own expense.
2.2.7 PERMANENT SURVEY MARKERS
The provisions of Subsection 400-2 of the Standard Specifications shall be deleted in their
entirety and the following substituted therefor:
It shall be the Contractor's responsibility to protect all the existing survey
monuments, benchmarks, survey marks and stakes. Removal of such monuments,
or displacement thereof, shall require their resetting, including corner record filing,
for the existing type of monument in question at the Contractor's sole expense.
Any existing monument shall not be disturbed. Where the Engineer concurs, in
writing, with the Contractor that protecting an existing monument in place is
impractical, the Contractor shall employ a California Licensed Land Surveyor to
establish the location of the monument before it is disturbed. The Contractor shall
have the monument replaced by a California Licensed Land Surveyor no later than
thirty (30) days after construction is completed at the site of the replacement. The
California Licensed Land Surveyor shall file corner record(s) as required by
Sections 8772 and 8773, et seq., of the California Business and Professions Code.
Payment for the costs of Land Surveyors, replacement of disturbed monuments
and the filing of corner records shall not be considered part of the work
necessitating the disturbance of said monuments and no additional payment will be
made by City to Contractor therefor.
2.2.8 SURVEY SERVICE
The following provision shall be added at the end of Subsection 400-2 of the Standard
Specifications:
367
The Contractor shall hire and pay for the services of a California Licensed Land
Surveyor to perform all work necessary for establishing control, construction staking,
records research, and all other surveying work necessary to perform the Work; and
to provide other surveying services, if required by the Contract Documents, in
accordance with the Land Surveyors Act. The California Licensed Land Surveyor
shall be present on the site during all surveying operations and shall personally
supervise and certify the surveying work.
Payment for work performed to satisfy the requirements of surveying shall be
included by Contractor in its bid for any items requiring the survey work and no
additional payment will be made by City to Contractor therefor.
2.2.9 INSPECTION
The provisions of Subsection 3-5 of the Standard Specifications shall be deleted in their
entirety and the following substituted therefor:
The Engineer shall have complete and safe access to the Work at all times during
construction, and shall be furnished with every reasonable facility for ascertaining
that the materials and the workmanship are in accordance with the Contract
Documents, including but not limited to, the Standard Specifications, the Special
Provisions, and the Plans. All labor, materials, and equipment furnished shall be
subject to the Engineer's inspection. The Contractor shall notify the engineer at
least twenty-four (24) hours before any inspection is required.
If the Contractor is allowed by the Engineer to work outside the hours of operations
specified in Subsection 2.6 of these Special Provisions, on weekends, or on days
designated as holidays by the City, and if the Engineer decides that inspection
services are required during such times, the costs for those services shall be borne
by the Contractor. When the Work is substantially completed, a representative of
the Engineer will make the final inspection.
2.2.10 SITE EXAMINATION
The Contractor shall have the sole responsibility of satisfying itself concerning the nature
and location of the Work. The submittal of a Bid Proposal shall be conclusive evidence
that the Contractor has investigated and examined the Work site and is satisfied as to
the conditions to be encountered, including but not limited to, locality, uncertainty of
weather and all other contingencies, and the character, quality, quantities, and scope of
the Work, materials to be furnished, and all Agreement requirements which could in any
way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself
with all available information regarding any applicable existing or future conditions shall not
relieve it from the responsibility for properly estimating the difficulties, responsibilities, or
costs of successfully performing the Work according to the Contract Documents.
368
2.2.11 FLOW AND ACCEPTANCE OF WATER
Storm, surface, nuisance, or other waters may be encountered at various times during
construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby
acknowledges that it has investigated the risk arising from such waters, and has prepared
its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk.
2.2.12 RECYCLING AND DIVERSION OF DEBRIS
The Contractor shall adhere to all provisions of Section 9-6, “Recycling and Diversion of
Debris from Construction and Demolition,” of the City of Lynwood Municipal Code.
2.2.13 POLLUTION CONTROL
2.2.13.1 Water Pollution Control
The Contractor shall adhere to all provisions of Section 14-12 of the Lynwood
Municipal Code: “Stormwater and Urban Runoff Pollution Control,” and the Federal
Clean Water Act, including but not limited to, the National Pollutant Discharge
Elimination System (NPDES) standards. The Contractor shall implement all
provisions of the Storm Water Pollution Prevention Plan (SWPPP) prepared by the
City.
2.2.13.2 Sound Pollution Control
The Contractor shall ensure that its operations do not exceed a noise level of 86-
decibels (db) as measured at a distance of 50 feet from all its sources of operation.
2.2.13.3 Air Pollution Control
The Contractor shall adhere to all applicable rules and regulations of the California
Air Resource Board (CARB) and the South Coast Air Quality Management District
(SCAQMD).
- END OF SECTION -
369
SECTION 2.3 - CHANGES IN WORK
2.3.1 CHANGES INITIATED BY THE AGENCY
The following sentence shall be added to the end of the second paragraph of Subsection
2-7.1 of the Standard Specifications:
All Change Orders shall be subject to the provisions of Subsection 6-3.15 of the Lynwood
Municipal Code.
2.3.2 EXTRA WORK
The provisions of Section 2-8 of the Standard Specifications shall apply; provided that the
provisions governing markup percentages for overhead and profit for extra work
referenced in Subsection 7-4.3.1 Markup, Work by Contractor of the latest Edition shall be
deleted in their entirety and the following substituted therefor:
(a) Work by Contractor. The following percentages shall be added by the City to
the Contractor's costs and shall constitute the markup for all overhead and profit.
1) Labor 15 percent
2) Materials 15 percent
3) Equipment rental 15 percent
4) Other items & expenditures 15 percent
5) Subcontracts (1st tier only) 5 percent
6) Lower Tier subcontractors none
To the sum of costs and markups provided for in this subsection, one percent shall
be added by the City as compensation for bonding.
- END OF SECTION -
370
SECTION 2.4 - CONTROL OF MATERIALS
2.4.1 MATERIALS
2.4.1.1 Placing Orders. – The following paragraph shall be added to Subsection 4-
1 of the Standard Specifications:
The Contractor shall place the order(s) for all long-lead supplies,
materials, and equipment, for any traffic signing, striping, legends,
and traffic control facilities within three (3) working days after the
receipt of the Notice of Award from the City. The Contractor shall
furnish the Engineer with a statement from the vendor(s) that the
order(s) for said supplies, materials, and equipment has been
received and accepted by said vendor(s) within fifteen (15) working
days from the date of receipt of Notice of Award.
2.4.2 TRADE NAMES OR EQUALS
2.4.2.1 Substitutions. - Paragraph 2 of Subsection 4-6 of the Standard
Specifications shall be amended to read as follows:
Whenever any particular material, process, or equipment is indicated
by a patent, proprietary, or brand name, or by the name of the
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 Bidder may offer any material, process, or equipment
considered as equivalent to that indicated, unless the City Council,
or its designee, makes a finding that is described in the invitation
for bids or request for proposal that a particular material, product,
thing, or service is designated by specific brand or trade name for
any of the following purposes:
1. In order that a field test or experiment may be made to determine
the product's suitability for future use.
2. In order to match other products in use on a particular public
improvement either completed or in the course of completion.
3. In order to obtain a necessary item that is only available from
one source.
4. In order to respond to an emergency declared by a local agency,
but only if the declaration is approved by a four-fifths vote of the
governing board of the local agency issuing the invitation for bid or
request for proposals; or in order to respond to an emergency
declared by the state, a state agency, or political subdivision of the
state, but only if the facts setting forth the reasons for the finding of
the emergency are contained in the public records of the authority
issuing the invitation for bid or request for proposals.
371
Failure of the Bidder to submit requests for substitution with the Bid,
using the form provided in Appendix C of the Contract Documents,
shall be deemed to signify that the Bidder, if awarded the contract,
intends to furnish one of the brands named in these Special
Provisions and the Bidder does thereby waive all rights to offer or
use substitute materials, products, or equipment for that which was
originally specified. Data substantiating a request for substitution of
an "or equal" item shall be submitted either with the Bid or not later
than ten (10) days following the Bid opening, and will not be
considered until after execution of the Agreement by all parties.
Should the Contractor request approval for substitution of "or equal"
products, it shall, at its expense, submit data substantiating such
request to the Engineer as per Subsection 2.4.1.1, above. Data for
approval to substitute "or equal" products shall include complete
calculations, technical specifications, samples, or published
documents relating to the performance and physical characteristics
of the proposed substitute.
- END OF SECTION -
372
SECTION 2.5 – UTILITIES
2.5.1 UTILITY LOCATION AND PROTECTION
The following text shall replace the provisions of paragraph 2 of Subsection 402-1.1 of the
Standard Specifications:
Locations of existing utilities shown on the Plans are approximate and may
not be complete. Therefore, the Contractor shall notify Underground Service
Alert at 1-800-227-2600 and obtain an inquiry identification number a
minimum of two (2) working days, but not more than fourteen (14) calendar
days, prior to any excavation in the vicinity of any potentially existing
underground facilities in order to verify the location of all utilities prior to the
commencement of the Work.
The Contractor shall be responsible for coordinating its work with all utility
companies during the construction of the Work.
All water meters, water valves, fire hydrants, electrical utility vaults,
telephone vaults, gas utility valves, and other subsurface structures shall be
relocated or adjusted to grade by the Contractor. The Contractor shall notify
each utility owner a minimum of two (2) working days before commencing
the Work.
2.5.2 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES
The following text shall replace Subsection 402-2 to 402-4 of the Standard Specifications:
In accordance with the provisions of Section 4215 of the California
Government Code, any contract to which a public agency as defined in
Section 4401 is a party, the public agency shall assume the responsibility,
between the parties to the contract, for the timely removal, relocation, or
protection of existing main or trunkline utility facilities located on the site of
any construction project that is a subject of the contract, if such utilities are
not identified by the public agency in the plans and specifications made a
part of the invitation for bids. The agency will compensate the Contractor for
the costs of locating, repairing damage not due to the failure of the
Contractor to exercise reasonable care, and removing or relocating such
utility facilities not indicated in the plans and specifications with reasonable
accuracy, and for equipment on the project necessarily idled during such
work.
The Contractor shall not be assessed liquidated damages for delay in
completion of the project, when such delay was caused by the failure of the
public agency or the owner of the utility to provide for removal or relocation
of such utility facilities.
373
Nothing herein shall be deemed to require the public agency to indicate the
presence of existing service laterals or appurtenances whenever the
presence of such utilities on the site of the construction project can be
inferred from the presence of other visible facilities, such as buildings, meter
and junction boxes, on or adjacent to the site of the construction; provided,
however, nothing herein shall relieve the public agency from identifying
main or trunk lines in the plans and specifications.
Nothing herein shall preclude the public agency from pursuing any
appropriate remedy against the utility for delays which are the responsibility
of the utility.
Nothing herein shall be construed to relieve the utility from any obligation as
required either by law or by contract to pay the cost of removal or relocation
of existing utility facilities.
If the Contractor while performing the contract discovers utility facilities not
identified by the public agency in the contract plans or specifications, he or
she shall immediately notify the public agency and utility in writing.
The public utility, where they are the owner, shall have the sole discretion to
perform repairs or relocation work or permit the Contractor to do such
repairs or relocation work at a reasonable price.
2.5.3 TEMPORARY SUPPORT OF UTILITIES
The following paragraph shall be added to Subsection 402-4 of the Standard
Specifications:
The Plans identify the approximate locations of existing utilities that parallel or cross the
Work. These locations are based on the best information available to the City. The
Contractor shall verify these locations prior to commencing any work that may affect such
utilities. During construction of the Work, some of the existing utilities may fall within the
prism of trenches. If the existing utility does fall within the Contractor's trenches, the utility
involved shall be supported properly by the Contractor to the satisfaction of the utility
owner. The method of support of the utility, precautions to be taken during trench backfill
and compaction, etc., shall be in accordance with the utility owner's requirements. The
Contractor shall contact the utility owner should it anticipate such exposure of any of the
existing utilities.
2.5.4 EXCAVATING NEAR SUBSURFACE INSTALLATION
The following paragraph shall be added to Subsection 402-4 of the Standard
Specifications:
The excavator shall determine the exact location of subsurface installations that may be
affected by the excavation by excavating with hand tools within the area of the
374
approximate location of subsurface installations as determined by the field marking
performed by the operator of the subsurface installation (hereinafter the “Operator”) in
conjunction with the excavator pursuant to the provisions of Government Code Section
4216.3, before using any power-operated or power-driven excavating or boring equipment
within the approximate location of the subsurface installation, except that power-operated
or power-driven excavating or boring equipment may be used for the removal of any
existing pavement if there are no subsurface installations contained in the pavement. If
mutually agreed upon by the Operator and excavator, the excavator may utilize power-
operated or power-driven excavating or boring equipment within the approximate location
of a subsurface installation and to any depth.
If the exact location of the subsurface installation cannot be determined by hand
excavating in accordance with the first paragraph of this subsection, the excavator shall
request the Operator to provide additional information to the excavator, to the extent that
information is available to the operator, to enable the excavator to determine the exact
location of the installation.
Under no conditions should a contractor proceed with excavation if the contractor has
been unable to locate a marked utility line through hand excavation. In the event the
contractor has been unable to locate the marked utility line by hand excavation, then the
contractor is required to immediately stop work and notify the City, the property owner (if
other than the City) and utility owner and request further information and instructions
before proceeding with excavation.
- END OF SECTION -
375
SECTION 2.6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK
2.6.1 GENERAL
Particular attention is directed to the following provisions of the Standard Specifications as
amended by these Special Provisions: Subsection 6-1, "Construction Schedule and
Commencement of Work,” Subsection 6-3, "Time of Completion,” Subsection 6-7,
“Termination of the Contract for Default,” and Subsection 6-9, "Liquidated Damages."
2.6.2 TIME OF COMPLETION
After the Agreement has been executed by all parties, and a written Notice to Proceed has
been issued to the Contractor, the Contractor shall start the Work within ten (10) working
days after the date specified in said Notice to Proceed.
Said Work shall be diligently prosecuted to completion before the expiration of:
ONE HUNDRED AND EIGHTY WORKING DAYS
from the date specified in a written Notice to Proceed from the City.
2.6.3 DEFAULT BY CONTRACTOR
2.6.3.1 The provisions Subsection 6-7 of the Standard Specifications shall be
deleted in their entirety and the following substituted therefor:
The Agreement may be cancelled by the City Council without liability for
damages, upon the City Council’s determination that the Contractor is not
complying in good faith with the terms of the Agreement, has become
insolvent, or has assigned or subcontracted any part of the Work without the
City Council’s consent. In the event of such cancellation, the Contractor will
be paid the actual amount due based on Unit Prices or lump sums bid and
the quantity of Work completed at the time of cancellation. Any damages
sustained by the City due to acts or omissions of the Contractor will be
subtracted from this amount. The Contractor, in having tendered a Bid, shall
be deemed to have waived any and all claims for damages because of
cancellation of the Agreement for any of the reasons specified in this
paragraph. If the City declares the Agreement canceled for any of the
reasons specified in this paragraph, written notice to that effect shall be
served by the City via personal delivery or by certified mail (return receipt
requested) upon Contractor’s Surety. The Surety shall, within five (5)
working days after receiving the written notice, assume control and perform
the work as successor to the Contractor.
If the Contractor fails to: begin delivery of material and equipment;
commence work within time specified; maintain the rate of delivery of
material; execute the work in the manner and at such locations as specified;
376
maintain a work program which will ensure the City’s interest; or carry out
the intent of the Agreement; written notice may be served by the City via
personal delivery or by certified mail (receipt requested) upon the Contractor
and its Surety on its Performance Bond demanding satisfactory compliance
with the Agreement.
If the Contractor or its Surety does not comply with such notice within five (5)
working days after receiving it, or fails to continue after starting to comply,
the City may exclude the Contractor and/or its Surety from the premises and
take possession of all material and equipment. The City may complete the
Work in any manner consistent with applicable California law, including but
not limited to use of its own forces, or by letting the unfinished work to
another Contractor. In any event, the cost of completing the Work shall be
charged against the Contractor and its Surety and may be deducted from
any money due or becoming due from the City. If the sums due under the
Agreement are insufficient, the Contractor or Surety shall pay to the City,
within five (5) working days after the completion of the unfinished work, all
costs in excess of the sums due.
If the Surety assumes any part of the Work, it shall take the Contractor’s
place in all respects for that part and shall be paid by the City for all work
performed by it in accordance with the Agreement. If the Surety assumes
the entire Agreement, all money due the Contractor at the time of its default
shall be payable to the Surety as the work progresses, subject to the terms
of the Agreement.
The provisions of this Subsection shall be in addition to all other rights and
remedies available to the City under law.
2.6.4 DAYS DESIGNATED AS HOLIDAYS BY THE CITY OF LYNWOOD
2.6.4.1 Days Designated as Holidays by the City of Lynwood. - The days
designated as holidays by the City are:
New Year’s Day Independence Day
Martin Luther King’s Birthday Labor Day
César Chávez’ Birthday Thanksgiving Day
Cinco De Mayo Christmas Day
Memorial Day
Any holiday shown above that falls on a Sunday shall be observed the following
Monday.
377
2.6.4.2 Days Designated as Holidays by BOTH the State of California AND the
United States Federal Government. - In addition to the holidays specified in
§2.6.4.1, holidays observed by BOTH the State of California AND the United States
federal government shall also be granted by the City and are designated as follows:
Presidents’ Day Columbus Day
Veterans’ Day
Any holiday shown above that falls on a Sunday shall be
observed the following Monday.
2.6.5 LIQUIDATED DAMAGES
2.6.5.1 Amount. - The amount of Liquidated Damages as specified in Section 6-9
of the Standard Specifications shall not apply. The applicable amount of Liquidated
Damages shall be specified in the Agreement.
2.6.6 TIMES OF OPERATION
2.6.6.1 Hours of Operation. - No construction activities shall take place and no
person shall operate, permit, use, or cause to operate any of the following, other
than between the hours of 7:00 a.m. to 3:30 p.m. (9:00 a.m. to 3:00 p.m. for work
involving arterial streets), Monday through Friday, with no work allowed on City-
observed holidays, unless otherwise approved by the Engineer:
1. Powered Vehicles
2. Construction Equipment
3. Loading and Unloading Vehicles
4. Domestic Power Tools
2.6.7 NOTIFICATION
The Contractor shall notify the City of Lynwood and the owners of all utilities, subsurface
installations and substructures not less than forty-eight (48) hours prior to starting
construction. The following list of names and telephone numbers is intended for the
convenience of the Contractor and is not guaranteed to be complete or correct:
AT&T (310) 515-4099
City of Lynwood (310) 603-0220
City of Lynwood Water & Sewer (310) 603-0220, Ext. 801
Consolidated Disposal Services (trash collection) (562) 577-6277
Los Angeles County Fire Department (Sta. 147) (310) 605-5670
Los Angeles County Fire Department (Sta. 148) (310) 603-5270
L.A. County Public Works/Flood Control (818) 896-0594
Los Angeles County Sheriff’s Department (310) 537-6111
MV Transportation, Inc. (bus service) (562) 259-9911
378
Lynwood Unified School District (310) 886-1600
Park Water Company (562) 923-0711
Southern California Edison (800) 655-4555
Southern California Gas (310) 605-7909
Spectrum (833) 267-6097
Underground Service Alert (800) 227-2600
U.S. Postal Service (800) 275-8777
The Contractor shall notify the U.S. Postal Service and trash collection company of all
work areas affecting service five (5) working days prior to construction and shall coordinate
the work so that these services are not interrupted.
2.6.8 CONSTRUCTION SCHEDULE
The provisions of Subsection 6-1 of the Standard Specifications shall be amended as set
forth in the following Subsections:
2.6.8.1 Schedule of Work. - A schedule of Work as required under Section 6-1 of
the Standard Specifications shall be provided by the Contractor at the pre-
construction meeting.
2.6.8.2 Method. - The Contractor shall provide a project management tool in the
form of a Critical Path Method (CPM) network schedule for planning and scheduling
of all work required under the Agreement. All schedule reports shall be in the form
of computer printouts. The Contractor may elect to use bar charts (Gantt charts) as
a supplementary on-site scheduling tool; provided, that all such bar charts shall be
generated in the computer from the approved CPM network schedule.
CPM schedules may be submitted in either arrow diagram or time-scaled
precedence diagram format, subject to the requirements of these Special
Provisions.
2.6.8.3 Qualifications. - A statement of computerized CPM capability shall be
submitted in writing prior to the award of the Contract, and shall verify that either the
Contractor's organization has in-house capability to prepare and use CPM
scheduling techniques, or that the Contractor will employ a CPM consulting firm
who is so qualified.
2.6.8.4 Submittal Procedures. - Within twenty (20) working days of execution of
the Agreement by all parties, and within ten (10) working days of the Engineer's
written request at any other time, the Contractor shall submit the schedule and
schedule reports in the form specified herein. The Contractor, if requested by the
Engineer, shall provide revised network diagrams and schedule reports if at any
time the Engineer considers the completion date to be in jeopardy because of
"activities behind schedule." Such additional network diagrams and reports shall
include a new arrow or precedence diagram and schedule reports conforming to
the requirements of Subsection 2.6.8.7 of these Special Provisions, showing how
379
the Contractor intends to accomplish the Work to meet the completion time
specified. The form and method employed by the Contractor shall be the same as
that required for the initial schedule submittal.
2.6.8.5 Schedule Revisions. - The Contractor shall modify any and all portions of
the construction schedule that become infeasible because of activities or
procurement behind schedule, or for any other valid reason. Any activity that cannot
be completed by its original latest completion date shall be deemed to be behind
schedule.
2.6.8.6 Change Orders. - Upon issuance of a Change Order or other Contract
modification, the approved change shall be reflected in the next submittal of the
Construction Schedule.
2.6.8.7 Approved Standards. -
2.6.8.7.1 Definition. - CPM scheduling, as required under this Section, shall
be interpreted to be generally as outlined in the Associated General
Contractors of America publication, "The Use of CPM in Construction," as
amended by these Special Provisions.
2.6.8.7.2 Construction Schedules. - Construction schedules shall include
computer-generated graphic networks and computerized construction
schedule reports meeting requirements of this Section.
2.6.8.7.3 Networks. - The CPM scheduling network shall be in the form of a
time-scaled arrow or time-scaled precedence diagram of the "activity-on-
arrow" or the "activity on node" type and may be divided into separate pages
with suitable notation relating to the interface points between the pages.
Individual pages shall not exceed thirty-six (36) by sixty (60) inch sheet size.
Notation on each activity arrow or node shall include a brief work description
and duration estimate.
All construction activities and procurement shall be indicated in a time-
scaled format and calendar scale shall be shown along the entire sheet
length. Each activity arrow or node shall be plotted so that the beginning
and completion days and free float time of said activity can be determined
graphically by comparison with the calendar scale. All activities shall be
shown using symbols that clearly distinguish between critical path activities
and free float for each non-critical activity. All non-critical path activities shall
show estimated performance time and free float time in scaled format.
2.6.8.7.4 Duration Estimates. - The duration estimates indicated for each
activity shall be computed in working days, converted to calendar days, and
shown on the construction schedule in calendar days, and shall represent
the single, best estimate considering the scope of the Work and resources
planned for the activity. Except for certain non-labor activities, such as
380
curing of concrete, paint drying, procurement, or delivering of materials,
activity duration shall not exceed ten (10) working days [fourteen (14)
calendar days] nor be less than one (1) working day, unless otherwise
accepted by the Engineer.
2.6.8.7.5 Schedule Reports. - Schedule Reports shall be prepared from
the initial construction schedule and from all subsequent revisions of the
schedule. As a minimum, Schedule Reports shall contain the following data
for each activity:
1. Activity numbers (or i-j numbers)
2. Estimated activity duration
3. Activity description (including procurement items)
4. Early Start date (calendar dated)
5. Early Finish date (calendar dated)
6. Late Start date (calendar dated)
7. Late Finish date (calendar dated)
8. Status (whether critical)
9. Total Float for each activity
10. Free Float for each activity
2.6.8.7.6 Project Information. - As a minimum, each Schedule Report shall
include the following summary data:
1. Project name
2. Contractor name
3. Sequence or revision number or date
4. Project duration
5. Scheduled completion date
6. Date of commencement of the Work
7. Cite new completion date, if applicable
2.6.8.8 Schedule Monitoring. – At least once a month, and when specifically
requested by the Engineer, the Contractor shall submit to the Engineer a computer
printout of the latest updated Schedule Report for those activities that remain to be
completed.
- END OF SECTION -
381
SECTION 2.7 - RESPONSIBILITIES OF THE CONTRACTOR
2.7.1 LAWS TO BE OBSERVED - The provisions of Subsection 5-1 of the Standard
Specifications shall be deleted in their entirety and the following substituted therefor:
The Contractor shall keep itself fully informed of all existing and future State and Federal
laws, and county and municipal ordinances and regulations, 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, and of all such orders and decrees of bodies or
tribunals having any jurisdiction or authority over the same. Contractor shall at all times
observe and comply with all such existing and future laws, ordinances, regulations, orders,
and decrees of bodies or tribunals having any or all authority over the Work, and shall
indemnify the City and all its officers and employees connected with the Work, including,
but not limited to, the Director of Public Works and the City Engineer, against any claim or
liability arising from, or based on, the violation of any such law, ordinance, regulation,
order, or decree, whether by Contractor or its employees. If any discrepancy or
inconsistency is discovered in the Contract Documents for the Work in relation to any such
law, ordinance, regulation, order, or decree, the Contractor shall immediately report the
same to the Engineer in writing.
2.7.2 INSURANCE REQUIREMENTS - The insurance requirements set forth in Sections
5-4.2 to 5-4.4 of the Standard Specifications shall be replaced in their entirety by the
following provisions of this Subsection:
2.7.2.1 Workers' Compensation and Employer’s Liability. - At its sole expense,
Contractor shall procure, provide and maintain during the life of the Agreement and
for any other such period as may be required to cover warranty periods or other
claims arising from the Work, Workers’ Compensation Insurance and Employer’s
Liability Insurance for all Contractor’s employees on the Project.
Workers’ Compensation Insurance shall be in the amount required by
California law. Employers’ Liability Insurance shall be provided in amounts
not less than $1,000,000 per accident, per employee for bodily injury or
disease.
The Workers’ Compensation Policy shall be endorsed to contain a waiver
of subrogation in favor of the City of Lynwood.
Contractor shall require all subcontractors to provide Contractor with
evidence of Workers’ Compensation and Employer’s Liability Insurance
which complies with California law and the provisions of this Subsection
2.7.2.1. Contractor shall provide City with copies of such evidence of
insurance before commencing performance of any of the Work specified in
the Contract Documents.
2.7.2.2 Commercial General Liability Insurance. - At its sole expense,
Contractor shall procure, provide and maintain during the life of the Agreement and
382
for any other such period as may be required to cover warranty periods or other
claims arising from the Work, Commercial General Liability Insurance against
claims for injuries to persons, damages to property or such other liabilities as may
arise directly or indirectly from Contractor’s operations, use and management of the
Project site or the performance of the Work or any of Contractor’s obligations under
the Contract Documents.
Contractor’s Commercial General Liability Insurance shall provide coverage
at least as broad as ISO “Occurrence” form CG 00 01, including, but not
limited to, coverage for the following: (1) premises and operations; (2)
contractual liability, insuring the obligations assumed by Contractor under
the provisions of any of the Contract Documents; (3) products and
completed operations; (4) broad form property damage (including completed
operations); (5) explosion, collapse and underground hazards; (6) bodily
injury; (7) property damage; and (8) personal and advertising injury.
Policy limits shall not be less than $2,000,000 per occurrence for all covered
losses and no less than $4,000,000 general aggregate. If the policy
includes a general aggregate limit, the policy shall be endorsed to state that
the general aggregate limit shall apply separately to this Project, or the
general aggregate limit shall be twice the required per occurrence limit.
Defense costs must be paid in addition to limits and there shall be no cross
liability exclusion for claims or suits by one insured against another.
The limits set forth in the paragraph above shall apply separately to each
insured against whom claims are made or suits are brought except with
respect to limits of liability. The limits set forth herein shall not be construed
to relieve the Contractor from liability in excess of such coverage, nor shall it
limit Contractor’s indemnification obligations to the City.
The City of Lynwood, its elected and appointed boards, officers, officials,
employees, agents, representatives and volunteers shall be named as
additional insureds on the Commercial General Liability Policy using
Additional Insured Endorsement form CG 20 10 11 85 or exact equivalent.
This endorsement shall be attached to insurance certificates or contained
in certified copies of policies.
2.7.2.3 Business Automobile Liability Insurance. At its sole expense,
Contractor shall procure, provide and maintain during the life of the Agreement and
for any other such period as may be required to cover warranty periods or other
claims arising from the Work, Business Automobile Liability Insurance using ISO
Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto), or the
exact equivalent. Limits shall be no less than $1,000,000 each occurrence,
combined single limit for bodily injury and property damage liability, including
coverage for (1) owned automobiles; (2) hired or borrowed automobiles; and (3)
non-owned automobiles.
383
The limits set forth in the paragraph above shall apply separately to each
insured against whom claims are made or suits are brought except with
respect to limits of liability. The limits set forth herein shall not be
construed to relieve the Contractor from liability in excess of such
coverage, nor shall it limit Contractor’s indemnification obligations to the
City.
The City of Lynwood, its elected and appointed boards, officers, officials,
employees, agents, representatives and volunteers shall be named as
additional insureds on the Business Automobile Liability Policy. This
endorsement shall be attached to insurance certificates or contained in
certified copies of policies.
2.7.2.4 Course of Construction / Builder’s Risk - Not Applicable to this Project.
2.7.2.5 Reserved.
2.7.2.6 Additional Required Insurance Endorsements.
2.7.2.6.1 All Policies. - In addition to the specific requirements set forth for
the individual types of policies set forth above, all insurance policies required
under the provisions of Subsection 2.7.2 shall be endorsed to contain the
following provision:
This insurance policy shall not be suspended, voided,
cancelled, reduced in coverage or in limits except after thirty
(30) days prior written notice has been given to the City of
Lynwood. Such thirty (30) day notice shall be submitted to
the City via certified mail, return receipt requested, and
addressed to: City Engineer, City of Lynwood, 11330 Bullis
Road, Lynwood, California, 90262.
2.7.2.6.2 Commercial General Liability and Business Auto Liability
Policies. In addition to the specific requirements set forth for the individual
types of policies set forth above, the Commercial General Liability and
Business Auto Liability policies required under the provisions of Subsection
2.7.2 shall be endorsed as follows:
The Contractor’s insurance is primary with respect to the City
of Lynwood, its elected and appointed boards, officers,
officials, employees, agents, representatives and volunteers.
Any insurance or self-insurance maintained by The City of
Lynwood, its elected and appointed boards, officers, officials,
employees, agents, representatives and volunteers shall be
excess of the Contractor's insurance and shall not contribute
with it.
384
The subrogation condition as to the City of Lynwood, its
elected and appointed boards, officers, officials, employees,
agents, representatives and volunteers shall be deleted, or
must specifically allow the named insured to waive
subrogation prior to a loss. This endorsement shall be
obtained regardless of existing policy wording that may
appear to allow such waivers.
2.7.2.7 Acceptability of Insurers. - All insurance required by the Contract
Documents shall be placed with insurers with a current A.M. Best's rating of no
less than A:VII, and only with insurers that are admitted and authorized to do
business in California as insurance carriers.
2.7.2.8 Verification of Coverage. - Contractor shall furnish the City with original
certificates of insurance and original endorsements evidencing the coverage
required by these specifications. The certificates and endorsements are to be
signed by a person authorized by that insurer to bind coverage on its behalf. The
certificates and endorsements are to be in form and substance satisfactory to the
City and shall be furnished to the City Engineer within ten (10) calendar days of
Contractor’s receipt of the Notice of Award, and approved by the City Engineer
and/or the City Attorney before any Work commences. At the request of the City,
the Contractor shall provide complete, certified copies of all required insurance
policies, including endorsements effecting the coverage required by these
specifications.
2.7.2.9 Subcontractors. - The Contractor shall include all subcontractors as
insureds under its policies or shall furnish to the City for review and approval,
separate certificates and endorsements for each subcontractor. All coverages
for subcontractors shall be subject to all of the insurance requirements set forth
in the various provisions of Subsection 2.7.2.
2.7.2.10 Other Required Insurance Provisions. - In the event any breach of
any of the insurance provisions required under the Contact Documents, City
may, at is sole discretion, procure and maintain at Contractor’s expense, the
necessary insurance and may deduct the costs from any sum to which contractor
is entitled or may become entitled under the Contract Documents.
No endorsement limiting or excluding a standard coverage is permitted
and claims-made coverage or modified occurrence is not acceptable.
The cost of procuring and maintaining all insurance required by the
provisions of Subsection 2.7.2 shall be included in the Contractor’s bid.
Pursuant to Section 7105 of the California Public Contract Code, Contractor
shall not be responsible for cost of repairing or restoring damage to the Work
385
which damage is determined to have been proximately caused by an Act of
God, in excess of five percent (5%) of the contracted amount, provided,
that the work damaged is built in accordance with accepted and applicable
building standards and the plans and specifications of the City.
Contractor shall obtain insurance to indemnify the City for any damage
caused by an Act of God if the insurance premium is listed as a separate
bid item in the Bid Schedule(s) for the Work. As used in this paragraph,
an “Act of God” includes only earthquakes in excess of a magnitude 3.5
on the Richter scale, and tidal waves.
2.7.3 LABOR LAWS –
The provisions Subsection 5-3.4 of the Standard Specifications shall be deleted in
their entirety and the following substituted therefor:
2.7.3.1 Hours of Labor. - The Contractor shall comply with all applicable
provisions of California Labor Code Sections 1810 to 1815, inclusive, relating to
working hours. The Contractor shall, as a penalty to the City, forfeit $25.00 for each
worker employed in the execution of the Work pursuant to the Contract Documents
by the Contractor or by any subcontractor for each calendar day during which such
worker is required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week, unless such worker receives
compensation for all hours worked in excess of 8 hours at not less than 1-1/2 times
the basic rate of pay. Upon notification by the Division of Apprenticeship
Standards (the “DAS”) or the Division of Labor Standards Enforcement of the
Department of Industrial Relations (the “DLSE”), the City shall withhold penalties
due under this Subsection from the Contractor's progress payments then due.
The provisions Subsection 5-3.2 of the Standard Specifications shall be deleted in
their entirety and the following substituted therefor:
2.7.3.2 Prevailing Wage. - As required by Section 1770 et seq. of the California
Labor Code, the Contractor shall pay not less than the prevailing rate of per diem
wages as determined by the Director of the California Department of Industrial
Relations (the “Director”). Copies of such prevailing rate of per diem wages are on
file at the office of the City Engineer, which copies shall be made available to any
interested party on request. The Contractor shall post a copy of such determination
at each job site.
Pursuant to the provisions and exceptions set forth in Labor Code Section
1775, Contractor, and any subcontractor under Contractor, shall, as a
penalty to the City, forfeit the sum of not more than $50.00 (actual amount
of penalty to be determined by the Labor Commissioner pursuant to the
provisions of Labor Code Section 1775(a)(2)) for each calendar day, or
portion thereof, for each worker paid less than the prevailing rates as
determined by the Director for such work or craft in which such worker is
employed for any public work done under the Contract Documents by it or
386
by any subcontractor under it. Upon notification by the DAS or the DLSE,
the City shall withhold penalties due under this Subsection from the
Contractor's progress payments then due. The difference between the
prevailing wage rates and the amount paid to each worker for each
calendar day or portion thereof for which each worker was paid less than
the prevailing wage rate shall be paid to each worker by the Contractor or
the subcontractor.
Any contract executed between the Contractor and a subcontractor for
performance of work under the Contract Documents shall include a copy of
the provisions of Section 1771, 1775, 1776, 1777.5, 1813 and 1815 of the
California Labor Code.
2.7.3.3 Apprentices on Public Works. - Prior to commencing work, the
Contractor shall submit to the City a copy of the information submitted to the
applicable apprenticeship program(s) that can supply apprentices to the site of
the Work. The information shall include an estimate of journeyman hours to be
performed under the contract, the number of apprentices proposed to be
employed, and the approximate dates the apprentices would be employed.
Within 60 days after concluding the Work under the Agreement,
Contractor and its subcontractors shall submit to the City a verified
statement of the journeyman and apprenticeship hours performed on the
contract.
2.7.4 OTHER PROVISIONS
2.7.4.1 Unpaid Claims. - If, at any time prior to the expiration of the period for
service of a Stop Notice, there is served upon the City a Stop Notice, as provided in
Sections 3179 through 3210 of the California Civil Code, the City shall, until the
discharge thereof, withhold from the moneys under its control so much of said
moneys due or to become due the Contractor under the Agreement as shall be
sufficient to answer the claim stated in such Stop Notice, and to provide for the
reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in
its discretion, permit the Contractor to file with the City the bond referred to in
Section 3196 of the California Civil Code, said moneys shall not thereafter be
withheld on account of such Stop Notice.
2.7.4.2 Retainage from Monthly Payments. - Pursuant to Section 22300 of the
California Public Contract Code, the Contractor may substitute securities for any
money withheld by the City to ensure performance under the Agreement. At the
request and expense of the Contractor, securities equivalent to the amount withheld
shall be deposited with the City or with a state or federally chartered bank as the
escrow agent, who shall return such securities to the Contractor upon satisfactory
completion of the Agreement. Deposit of securities with an escrow agent shall be
subject to a written agreement for in-lieu construction payment retention, provided
by the City between the escrow agent and the City, which provides that no portion
387
of the securities shall be paid to the Contractor until the City has certified to the
escrow agent, in writing, that the Contract has been satisfactorily completed. The
City will not certify that the Agreement has been satisfactorily completed until at
least 35 days after filing by the City of a Notice of Completion. Securities eligible for
investment under Public Contract Code Section 22300 shall be limited to those
listed in Section 16430 of the Government Code, and to bank or savings and loan
certificates of deposit.
2.7.4.3 Contracts for Trenches or Excavations; Notice on Discovery of
Hazardous Waste or Other Unusual Conditions; Investigations; Change
Orders; Effect on Contract.
2.7.4.3.1 As required under Section 7104 of the Public Contract Code, any
public works contract of a local public entity, which involves the digging of
trenches or other excavations that extend deeper than 4 feet (1.2 meters)
below the surface, shall be subject to the following provisions:
The Contractor shall promptly, and before the following conditions
are disturbed, notify the City, in writing, of any: (1) Material that the
contractor believes may be material that is hazardous waste, as
defined in Section 25117 of the California Health and Safety Code,
that is required to be removed to a Class I, Class II, or Class III
disposal site in accordance with provisions of existing law; (2)
subsurface or latent physical conditions at the site differing from
those indicated by information about the site made available to
bidders prior to the deadline for submitting bids; and (3) Unknown
physical conditions at the site of any unusual nature, different
materially from those ordinarily encountered and generally
recognized as inherent in work of the character provided for in the
Contract Documents.
The City shall promptly investigate the conditions, and if it finds that
the conditions do materially so differ, or do involve hazardous
waste, and cause a decrease or increase in the Contractor's cost
of, or the time required for, performance of any part of the Work
shall issue a change order under the procedures described in the
Contract Documents.
In the event that a dispute arises between the City and the
Contractor whether the conditions materially differ, or involve
hazardous waste, or cause a decrease or increase in the
Contractor's cost of, or time required for, performance of any part of
the work, the Contractor shall not be excused from any scheduled
completion date provided for by the Contract Documents, but shall
proceed with all work to be performed under the contract. The
Contractor shall retain any and all rights provided either by contract
388
or by law which pertain to the resolution of disputes and protests
between the contracting parties.
2.7.4.3.2 In accordance with California Labor Code Section 6705,
Contractor shall not commence any excavation over five (5) feet in depth
until he/she has submitted to the City a detailed plan showing the design
of shoring, bracing, sloping, or other provisions to be made for worker
protection from the hazard of caving ground during any such excavation
and such plan has been accepted by the City or by a registered civil or
structural engineer, employed by the City, to whom authority to accept has
been delegated. If such plan varies from the shoring system standards
promulgated by the Department of Industrial Safety, the plan shall be
prepared by a registered civil or structural engineer employed and paid by
the Contractor. Nothing in this Subsection shall be deemed to allow the
use of a shoring, sloping, or protective system less effective than that
required by the Construction Safety Orders. Nothing contained in this
Subsection shall be construed as relieving the Contractor of the full
responsibility for providing shoring, bracing, sloping, or other provisions
which are adequate for worker protection.
2.7.4.4 Resolution of Construction Claims. - In accordance with Public
Contract Code Section 20104 et seq., and other applicable law, public works
claims of $375,000 or less which arise between the Contractor and the City shall
be resolved under the following the statutory procedure:
1. All Claims: All claims shall be submitted in writing and accompanied by
substantiating documentation. Claims must be filed on or before the date of final
payment unless other notice requirements are provided in the Contract
Documents. "Claim" means a separate demand by the Contractor for (1) a time
extension, (2) payment of money or damages arising from work done by or on
behalf of the Contractor and payment of which is not otherwise expressly
provided for or the Contractor is not otherwise entitled, or (3) an amount the
payment of which is disputed by the City.
2. Claims Under $50,000. The City shall respond in writing to the claim
within forty-five (45) days of receipt of the claim, or, the City may request, in
writing, within thirty (30) days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses or claims the City
may have. If additional information is needed thereafter, it shall be provided
upon mutual agreement of the City and the Contractor. The City's written
response shall be submitted fifteen (15) days after receiving the additional
documentation, or within the same period of time taken by the Contractor to
produce the additional information, whichever is greater.
3. Claims over $50,000 but less than or equal to $375,000. The City shall
respond in writing within sixty (60) days of receipt, or, may request in writing
within 30 days of receipt of the claim, any additional documents supporting the
389
claim or relating to defenses or claims the City may have against the Contractor.
If additional information is needed thereafter, it shall be provided pursuant to
mutual agreement between the City and the Contractor. The City's response
shall be submitted within thirty (30) days after receipt of the further documents, or
within the same period of time taken by the Contractor to produce the additional
information or documents, whichever is greater. The Contractor shall make
these records and documents available at all reasonable times, without any
direct charge.
5. If the Contractor disputes the City's response, or if the City fails to respond
within the times prescribed herein, the Contractor may so notify the City within
fifteen (15) days of the receipt of the response or within fifteen (15) days of the
City’s failure to respond within the time prescribed, respectively, and demand an
informal conference to meet and confer for a settlement of the issues in dispute.
Upon such demand, the City shall schedule a meet and confer conference within
thirty (30) days.
6. Following the meet and confer conference, if the claim or any portion
thereof remains in dispute, the Contractor may file a claim pursuant to
Government Code 900 et seq. and Government Code 910 et seq. For purposes
of those provisions, the time within which a claim must be filed shall be tolled
from the time the Contractor first submits its written claim pursuant to these
provisions until the time the claim is denied as a result of the meet and confer
process, including any time utilized for the meet and confer conference.
7. Submission of a written claim (with appropriate supporting documentation
attached) signed by the Contractor, and a written rejection or denial of all or part
of the claim by City, is a condition precedent to any action, proceeding, litigation,
suit, general conditions claim, or demand for arbitration by Contractor.
2.7.4.5 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply
fully with the requirements of Section 1717 of Title 8 of the California Code of
Regulations (Construction Safety Orders of the California Department of Industrial
Relations) regarding the design of concrete forms, falsework, and shoring, and the
inspection of same prior to the placement of concrete. Where Section 1717
requires the services of a civil engineer registered in the State of California to
approve design calculations and working drawings of the falsework or shoring
system, or to inspect such system prior to the placement of concrete, the
Contractor shall employ a registered civil engineer for these purposes, and all costs
therefor shall be included in the Bid item price named in the Agreement for
completion of the Work as set forth in the Contract Documents.
2.7.4.6 Payroll Records; Retention; Inspection; Noncompliance Penalties;
Rules and Regulations. – Pursuant to Labor Code Section 1776, the Contractor
and each subcontractor shall keep accurate payroll records, showing the name,
address, social security number, work classification, straight time and overtime
hours worked each day and week, and the actual per diem wages paid to each
390
journeyman, apprentice, worker, or other employee employed by him or her in
connection with the Work. Each payroll record shall contain or be verified by a
written declaration that it is made under penalty of perjury, stating that both (1)
the information contained in the payroll record is true and correct; and (2) the
Contractor has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees on the public
works project.
The payroll records enumerated in the first paragraph of this Subsection 2.7.4.6,
shall be certified and made available for inspection at all reasonable hours at the
principal office of the Contractor on the following basis:
A certified copy of an employee's payroll record shall be made
available for inspection, or furnished to the employee, or his or
her authorized representative on request.
A certified copy of all payroll records enumerated herein shall
be made available for inspection, or furnished upon request to
a representative of the City, the DLSE and the DAS.
A certified copy of all payroll records enumerated herein shall
be made available upon request to the public for inspection, or
for copies thereof. However, a request by the public shall be
made through among the City, the DAS, or the DLSE. If the
requested payroll records have not been provided pursuant to
the preceding paragraph, the requesting party shall, prior to
being provided the records, reimburse the costs of preparation
by the Contractor, subcontractors, and the entity through
which the request was made, subject to the provisions of Title
8, Sections 16400 and 16402 of the California Code of
Regulations. The public shall not be given access to the
records at the principal office of the Contractor.
The certified payroll records shall be on forms provided by the DLSE or shall
contain the same information as the forms provided by the DLSE. The payroll
records may consist of printouts of payroll data that are maintained as computer
records, if the printouts contain the same information as the DLSE forms and such
printouts are verified in the manner specified in the first paragraph of this
Subsection 2.7.4.6.
The Contractor and each subcontractor shall file a certified copy of the records,
enumerated in the first paragraph of this Subsection 2.7.4.6, with the entity that
requested the records within ten (10) days after receipt of a written request.
Any copy of records made available for inspection as copies, and furnished upon
request to the public or any public agency by the City, the DAS, or the DLSE, shall
be marked or obliterated in such a manner as to prevent disclosure of an
391
individual's name, address, and social security number. The name and address of
the Contractor awarded the contract or performing the Work under the Contract
Documents shall not be marked or obliterated. Any copy of records made available
for inspection by or furnished to, a joint labor-management committee established
pursuant to the provisions of Labor Code Section 1776(e) shall be marked or
obliterated only to prevent disclosure of individuals’ names and social security
numbers.
The Contractor shall inform the City of the location of the records enumerated
under the first paragraph of this Subsection 2.7.4.6, including the street address,
city and county, and shall, within 5 working days, provide a notice of any change of
location and address.
The Contractor or subcontractor has ten (10) days in which to comply subsequent
to receipt of a written notice requesting the certified payroll records set forth in in the
first paragraph of this Subsection 2.7.4.6. In the event that the Contractor or
subcontractor fails to comply within the ten (10) day period, he or she shall, as a
penalty to the state or political subdivision on whose behalf the contract is made or
awarded, forfeit twenty-five dollars ($25.00) for each calendar day, or portion
thereof, for each worker, until strict compliance is effectuated. Upon the request of
the DAS or the DLSE, these penalties shall be withheld from progress payments
then due.
A copy of all certified payrolls shall be submitted weekly to the Engineer. Payrolls
shall contain the full name, address and social security number of each employee,
his or her correct classification, rate of pay, daily and weekly number of hours
worked, itemized deductions made, and actual wages paid. They shall also
indicate all apprentices and ratio of apprentices to journeymen. The payroll shall be
accompanied by a "Statement of Compliance," signed by the employer or its agent,
indicating that the payrolls are correct and complete, and that the wage rates
contained therein are not less than those required by the Contract Documents. The
"Statement of Compliance" shall be on forms furnished by the City, or on any form
with identical wording. The Contractor shall be responsible for the submission of
copies of payrolls from all subcontractors.
By the fifteenth (15th) day of the month, if the Contractor has not submitted
satisfactory payrolls for all work performed during the monthly period ending on or
before the 1st of that month, the City will retain an amount equal to ten (10) percent
of the estimated value of the work performed during that month from the next
monthly progress payment, except that such retention shall not exceed $10,000,
nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall
be in addition to all other retentions provided for in the Contract Documents. The
retention for failure to submit certified payrolls for any monthly period will be
released for payment with the next progress payment made following the date that
all the satisfactory payrolls for which the retention was made are submitted.
392
2.7.5 PERMITS – The following shall be added to the end of Subsection 2-2 of the
Standard Specifications:
2.7.5.1 The following permit(s) shall be required for the Project:
1. *Construction/Excavation Permit - City of Lynwood Department of
Public Works
2. Business License – City of Lynwood Business License Department
*The Contractor is required to obtain a “No-Fee” Construction / Excavation Permit from
the City prior to commencing any work.
- END OF SECTION -
393
SECTION 2.8 -- FACILITIES FOR AGENCY PERSONNEL
(NOT REQUIRED)
- END OF SECTION -
394
SECTION 2.9 - MEASUREMENT AND PAYMENT
2.9.1 GENERAL
2.9.1.1 Payment. – Paragraph 1 of Subsection 7-3.1 of the Standard Specifications
shall be amended to read as follows:
Payment for the various items of the Bid Schedule(s) shall include all compensation
to be received by the Contractor for furnishing all tools, equipment, supplies, and
manufactured articles, and for all labor, operations, and incidentals appurtenant to
the items of work being described, as necessary to complete the various items of the
Work in accordance with the requirements of the Contract Documents, including all
appurtenances thereto, and including all costs of permits and costs of complying with
the regulations of any public agencies having jurisdiction over Contractor or the
Work, including, but not limited to, the Safety and Health Requirements of the
California Division of Industrial Safety and the Occupational Safety and Health
Administration of the U.S. Department of Labor (OSHA).
No separate or additional payment will be made for any item that is not specifically
set forth in the Bid Schedule(s), unless approved and covered by a subsequent
Change Order(s) issued in accordance with the provisions of the Contract
Documents and all costs for any such items shall be included in the prices named in
the Bid Schedule(s) for the various appurtenant items of Work.
2.9.1.2 Progress and Final Payments. – Paragraphs 2 through 5 of Subsection 7-3.2.
of the Standard Specifications shall be deleted in their entirety and the following
substituted therfor:
In order to receive monthly progress payments for Unit Price Bid Schedule(s), for
work performed to the established closure date, the Contractor shall submit to the
Engineer a billing invoice and an attachment containing a correct list of estimated
quantities and work completed by the Contractor for the applicable Unit Price Bid
Items listed in the Bid Schedule(s). Such invoice shall also include a statement of
accumulated working days. The estimated quantities and work completed shall be
verified by the Engineer prior to processing payment.
In order to receive monthly progress payments for Lump Sum Bid Schedule(s), for
work performed to the established closure date, the Contractor shall submit to the
Engineer a billing invoice and an attachment containing a correct list of estimated
quantities and work completed, in accordance with the Schedule of Values
approved by the Engineer. Such invoice shall also include a statement of
accumulated working days. The estimated quantities and work completed shall be
verified by the Engineer prior to processing payment.
395
When the entire Project has been satisfactorily completed, the Contractor shall
submit its final billing invoice and required detailed attachment to the Engineer for the
required verification and preparation of the final estimate.
Acceptance of any progress payment accompanying any estimate without written
protest shall be an acknowledgment by the Contractor that the number of
accumulated working days shown on the associated statement of working days is
correct. Progress payments made by the City to the Contractor after the completion
date of the Agreement shall not constitute a waiver of liquidated damages.
Subject to the provisions of Section 22300 of the Public Contract Code, a ten percent
(10%) retention will be withheld from each progress payment. All monthly invoices or
payment requests, together with the required attachments detailing the number of
days worked and estimates of quantities and work completed, shall be directed to
and approved by the Engineer before submittal to the City for payment.
Pursuant to the provisions of California Public Contract Code Section 20104.50,
should City fail to make any progress payment within thirty (30) days after receipt of
an undisputed and properly submitted payment request (or invoice) from Contractor,
City shall be liable to pay interest on such late payment equivalent to the legal rate
set forth in subdivision (a) of Section 685.010 of the California Code of Civil
Procedure. Upon receipt of an invoice or payment request from Contractor, the City
shall: (1) review the invoice as soon as practicable after receipt to determine that the
invoice is a proper payment request / invoice; and (2) return to the Contractor within
seven 7 days of receipt any invoice / payment request the City determines to be
improper, accompanied by a writing setting forth the reasons for City’s determination
of impropriety. The number of days available to City to make a payment without
incurring interest as set forth in this paragraph shall be reduced by the number of
days the City exceeds the seven (7) day return period set forth in the previous
sentence.
The Contractor shall submit with each invoice the Contractor's conditional waiver of
lien for the entire amount covered by such invoice and valid unconditional waivers of
lien from the Contractor and all subcontractors and materialmen for all work and
materials included in any prior invoices. Waivers of lien shall be in forms prescribed
by California Civil Code Section 3262. Prior to final payment by City, Contractor shall
submit a final waiver of lien for Contractor's work, together with releases of lien from
any subcontractor or materialmen.
2.9.1.3 Release of Retention - The following shall be added to the end of Subsection
7-3.2 of the Standard Specifications:
At the expiration of thirty-five (35) days after the Notice of Completion has been
recorded by the City, or as prescribed by law, the amount deducted from the
final estimate and retained by the City will be processed for payment to the
Contractor, except for such amounts as are required by law to be withheld by
properly executed and filed notices to stop payment, or as may be authorized
by the Agreement to be further retained.
396
2.9.2 SCHEDULING, MEASUREMENTS AND PAYMENTS
2.9.2.2 Initial Mobilization: - The following paragraphs shall be added to the end of
Subsection 7-3.4 of the Standard Specifications:
Measurement for payment for Mobilization will be based upon completion of
such work as a lump sum, non-proratable pay item, and shall require completion
of all of the listed items during the first twenty-five (25) days following the Notice
to Proceed.
Payment for Mobilization will be made at the lump sum allowance named in the
Unit Price Bid Schedule(s) under the Bid Item, “Mobilization,” which price shall
constitute full compensation for all such work. Payment for mobilization will be
made in the form of a single, lump-sum, non-proratable payment. The Bid Item,
“Mobilization,” will not be approved for payment until all mobilization items listed
herein have been completed as specified. The scope of work included under the
Bid Item, “Mobilization” shall include, but not be limited to, the following principal
items:
1. Obtaining and paying for all bonds, insurance, and permits.
2. Moving onto the site all Contractor’s plant and equipment required for first
month’s operations.
3. Installing temporary construction power, wiring, and lighting facilities.
4. Establishing fire protection system.
5. Developing and installing a construction water supply.
6. Providing on-site sanitary facilities and potable water facilities as specified
per Cal-OSHA.
7. Furnishing, installing, and maintaining all storage buildings or sheds
required for temporary storage of products, equipment, or materials that
have not yet been installed in the Work. All such storage shall meet
manufacturer’s specified storage requirements and the specific
provisions of the specifications, including temperature and humidity
control, if recommended by the manufacturer and for all security.
8. Arranging for and erection of Contractor’s work and storage yard.
9. Posting all OSHA required notices and establishment of safety programs
per Cal-OSHA.
397
10. Having the Contractor’s superintendent at the job site full time as required
under Subsection 3-6 of the Standard Specifications.
11. Submittal of Proposed Construction Schedule on or before the
Preconstruction Conference, acceptable to the Engineer, per Subsection 6-
1 of the Standard Specifications and Subsection 2.6.8 of these Special
Provisions.
12. Submittal of detailed Preliminary Construction Schedule for the Engineer’s
approval within seven (7) calendar days after the commencement date
specified in the Notice to Proceed.
13. Submittal of an As-Planned Construction Schedule, embodying all
corrections required by the Engineer, within thirty (30) calendar days of the
date of the Notice to Proceed. No payment for mobilization can be made
until this has been approved and submitted.
In addition to the requirements specified above, all submittals shall conform to
the applicable requirements of the Standard Specifications.
No payment for any of the listed mobilization work items will be made until all of
the listed items have been completed to the satisfaction of the Engineer. The
aforementioned amount will be withheld by the City as the agreed, estimated
value of completing all of the mobilization items listed. Any such withholding of
money for failure to complete all such mobilization items as a lump sum item
shall be in addition to the retention of any payments pursuant to the provisions of
the Public Contract Code.
2.9.2.3 Demobilization - Measurement for payment for Demobilization will be based
upon completion of such work as a lump sum, non-proratable pay item, and shall
require completion of all of the Demobilization items listed herein.
Payment for Demobilization will be made at the lump sum allowance named in the Bid
Schedule(s) under the Bid Item, “Demobilization,” which price shall constitute full
compensation for all such work. Payment for Demobilization will be made in the form
of a single, lump sum, non-proratable payment, no part of which will be approved for
payment under the Agreement until all Demobilization items listed herein have been
completed as specified. The scope of the work included under the Bid Item,
“Demobilization” shall include but not be limited to the following principal items:
1 Provide and submit to the City a detailed written summary of the actual
quantities of each bid item.
2 Complete clean up and remediation of all storage and staging sites.
3 Complete clean up and remediation, if required, of all haul routes utilized by
Contractor’s vehicles.
398
4 Comply with all terms of the Construction Permit.
5 Submit complete “AS-BUILT” plans.
6 Complete the project punch list.
2.9.2.4 Sheeting, Shoring, and Bracing or Equivalent Method. - Measurement for
payment for temporary sheeting, shoring, and bracing, or equivalent method, will be
based upon the completion of all planning, design, engineering, furnishing, and
construction, and the removal and disposal of all such temporary sheeting, shoring,
and bracing as a lump sum item, complete, as required under the provisions of any
permits and in accordance with the requirements of OSHA and the Construction Safety
Orders of the State of California, pursuant to the provisions of Section 6707 of the
California Labor Code.
Payment for temporary sheeting, shoring, and bracing, or equivalent method, will be
made at the lump sum price named in the Bid Schedule(s) under the Item, “Sheeting,
Shoring, and Bracing, or Equivalent Method”, which price shall constitute full
compensation for completion of all such work as required hereunder.
- END OF SECTION -
399
SECTION 2.10 - CONSTRUCTION DETAILS (MATERIALS AND METHODS)
TABLE OF CONTENTS
2.10.1 General
2.10.2 Construction Materials
2.10.3 Construction Methods
______________________________________________________________________
2.10.1 GENERAL
Section 2.10, “Construction Details”, includes only technical provisions that add, delete, or
revise that which is already covered in the Standard Specifications, or exercises a choice
that is offered in the Standard Specifications, or adds subjects not covered in the
Standard Specifications.
2.10.2 CONSTRUCTION MATERIALS
2.10.3 CONSTRUCTION METHODS
- END OF SECTION -
400
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
_________________________________
PART 3 – TECHNICAL PROVISIONS
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
PROJECT NO.: 4011.68.106.62015
All Bid Items shall be in accordance with the Greenbook Standard Specifications for
Public Works Construction (SSPWC) and Standard Plans for Public Works Construction
(SPPWC), latest Edition including supplements, State of California Caltrans Standard
Plans and Specifications, latest Edition, and the Special Provisions and General
Conditions of these specifications.
Bid Item No. 1 – Traffic Control
Traffic control, Traffic control plan, construction signing and traffic maintenance shall
comply with the provisions of Subsections 5-7, 600 and 601 of the Standard
Specification, and the current requirements set forth in the “Manual of Traffic Controls
for Construction and Maintenance Work Zones” published by the Department of
Transportation, State of California, and latest California Manual on Uniform Traffic
Control Devices (CA-MUTCD) by the Federal Highway Administration (California
Supplement), the traffic control plans and these Special Provisions.
The Contractor shall maintain the following clearances from the edge of traffic lanes:
1) 5 feet to any excavation,
2) 2 feet to curbs and 1 foot to temporary concrete barriers when feasible,
3) 10 feet to poles and other obstructions on uncurbed roadways.
If determined by the Engineer that it is necessary to decrease these minimum distances
to allow for the prosecution of the work, the Contractor shall provide all protective
devices required by the Engineer to adequately protect the public.
PUBLIC CONVENIENCE
At least ten (10) calendar days prior to commencing paving work, the Contractor shall
submit a pavement spreading schedule to the City for approval. Based on the
pavement spreading schedule, the Contractor is to notify residents and businesses of
401
the proposed work and post temporary “NO PARKING” signs at no cost to the City.
Signs shall be posted at all intersections, and on each side of the street a maximum of
200 feet between signs. Signs shall not be attached to existing poles, street light
standards or trees. All signs must be posted on delineators or stakes provided by the
Contractor. The “NO PARKING” signs shall be in place not less than seventy-two (72)
hours prior to performing the work; therefore, a request for changes in the schedule
requiring additional posting shall be submitted to the Contractor for approval by the
Engineer at least seventy-two (72) hours prior to reconstruction and overlaying the
street. All conflicting parking signage shall be covered.
Due to the nature of this project involving major inconvenience to residents and
businesses, a good Public Relations Program is mandatory and evidence of satisfactory
past performance in this area will be required.
The Contractor is to distribute a minimum of two (2) “Public Notice” to each residence,
business, and other properties such as schools affected by the project. The first notice
shall be distributed ten (10) calendar days prior to the start of any work. The second
notice shall be distributed at least seventy-two (72) hours (3 working days) prior to the
start of work. A sample copy of the notice must be approved by the City. Said notice
shall be attached to a red information hanger provided by the Contractor and hung on
the front doorknob and/or gate. The Contractor shall also coordinate with the bus
services to ensure the safe operation of buses and access to bus stops in the
construction area.
The Contractor shall also coordinate with the trash disposal and postal services
agencies to ensure the safe operation of their vehicle and access in the construction
area.
All complaints received by the City associated with the construction project alleging
damage to private property and vehicles shall be responded to by the Contractor within
one working day (24) hours of notification. Failure to comply with this provision may
result in a penalty of One Hundred dollars ($100.00) per occurrence.
All trucks, which the Contractor proposes to use, that exceed the legal load limit when
loaded will be required to have overweight permits issued by the City.
The Contractor shall be responsible for adequate barricading of the work area and
controlling of traffic in the vicinity of the project as specified in Subsection 601 of the
General Provisions.
PROTECTION OF WORK AND PUBLIC
The Contractor shall take all necessary measures to protect work and prevent accidents
during any and all phases of the work. The Contractor shall repair all damaged
pavement as a result of vandalism (i.e., vehicle tracks, footprints, graffiti, etc.) If
deemed necessary by the City, the Contractor shall repair the defective area in
accordance with these special provisions.
402
CONSTRUCTION SIGNING
Construction signing shall consist of furnishing, installing, maintaining and removing
construction signs and barricades as required by the “Manual of Traffic Controls for
Construction and Maintenance Work Zones”. The traffic control system shall be
installed on a road prior to starting work for that road and shall not be removed until all
work has been completed on that road. Existing speed limit signs, which conflict with
the work zone speed limit, shall be covered during the entire construction period.
TRAFFIC MAINTENANCE
The Contractor shall be responsible for handling vehicular and pedestrian traffic in
accordance with Subsection 601 of the Standard Specifications and these Special
Provisions.
The Contractor shall prepare all necessary traffic control plans and submit to the City for
approval at the pre-construction meeting. The traffic control plans shall be prepared by
a Traffic Engineer Licensed in the State of California and shall show:
1. Notification Signs.
2. Existing and temporary lane lines.
3. Dimensions of the work zone and street improvements.
4. Advance warning signs.
5. Delineators
The plans shall be submitted to the City at the Pre-Construction meeting and shall
incorporate a complete and separate plan for each stage of construction proposed by
the Contractor. This plan shall indicate the sequence of lanes or portions of lanes being
closed for each phase. The traffic control plans shall indicate the travel plan for each
phase of construction. The traffic control plans shall state:
1. That the plan will conform to the “California Manual on Uniform Traffic Control
Devices (CA-MUTCD)” latest edition.
2. Emergency contact person and phone number.
3. Minimum lane widths and minimum clearance to obstructions.
The traffic control plan shall be reviewed and accepted by the City Engineer prior to
beginning any removals.
The Contractor shall cooperate with the City Engineer relative to handling traffic through
all work areas and shall make his own arrangements relative to keeping the working
area clear of parked vehicles and maintaining clear access to driveways.
The Contractor shall furnish and install construction notification signs as shown on
traffic control plans and as specified by the City of Lynwood.
403
The Contractor shall provide for controlled pedestrian crossings through the work.
Crossings shall provide pedestrians a means of passing over or through the work
without tracking tack coat or hot asphalt concrete or P.C.C. work or endangering
pedestrian safety.
At intersections, if a cross street needs to be temporarily closed when work is in
progress through the intersection and the anticipated traffic delay is more than five (5)
minutes, a detour sign shall be installed on the cross street and shall include the
installation of advance signing displaying the anticipated delay time. The signing of the
detour route shall be approved by the Engineer prior to installation of the detour and
closure of the road.
The Contractor shall provide for one lane of travel in each direction at all times unless
approved by the Engineer. When two-way traffic is restricted to one lane in each
direction, and when applying an overlay past intersecting roads, traffic shall be
controlled as required by the “Manual of Traffic Controls for Construction and
Maintenance Work Zones”. A pilot car and driver will be required at various locations if
control by flaggers and/or control devices proves deficient in the opinion of the
Engineer. In no case shall the Contractor provide less than one (1) lane of travel in
each direction through the construction zone including cross-streets, except if an
alternative plan is approved by the City Engineer.
Contractor’s equipment and personal vehicles of the Contractor’s employees shall not
be parked on the traveled way at any time. Overnight parking of construction
equipment shall be confined to City approved storage site selected by the Contractor.
TEMPORARY GUIDE MARKERS
Temporary guide markers shall be portable Caltrans Standard Specifications approved
delineators. Only one type of temporary guide marker shall be used on any road at any
one time.
Temporary guide markers shall be placed adjacent to the edge of all vertical lips or
excavations that exceed 1 inch. If the temporary guide markers are damaged, or are
not in an up-right position, from any cause, said markers should immediately be
replaced or restored to their original locations, in an upright position by the Contractor.
PORTABLE DELINEATORS
The vertical portion of the portable delineators shall be brilliant orange or predominantly
orange in color. The posts shall be not less than 100 square inches, measured through
the vertical axis of the delineator, normal to the roadway. The minimum height shall be
thirty-seven (37) inches above the traveled way.
Two 4-inch nominal width reflective bands shall be mounted a minimum of 1 ½ inches
apart and at a height on the post so that one reflective band will be between 2.5 feet
and 3 feet above the roadway surface.
404
Reflective bands shall be flexible vinyl plastic, either white or yellow, and shall have not
less than the following dry reflective values at a 0.2 degree divergence angle,
expressed in units of candlepower per foot-candle per square foot. The wet reflective
values shall not be less than ninety percent (90%) of the dry values.
Dry Reflective Value
Angle of Incidence 4º 5º 30º
White 250 165 50
Yellow 10 110 50
All tests for reflective values shall be performed in accordance with Test Method No.
Calif. 642.
The portable delineators shall be spaced as necessary for proper delineation; however,
in no case shall the spacing between portable delineators exceed thirty (30) feet on
tangents or twenty (20) feet on curves.
FLUORESCENT TRAFFIC CONES
Provide lighted flashers and lighting for night time. Fluorescent traffic cones shall be
new or reconditioned and of good commercial quality, flexible material suitable for the
purpose intended. The outer section of the portion above the base of the cone shall be
highly pigmented fluorescent orange polyvinyl compound. The cone shall be anchored
in a manner such that the traffic cone will remain in an upright position.
The fluorescent traffic cones shall be spaced as necessary for proper delineation;
however, in no case shall the spacing between fluorescent cones exceed thirty (30) feet
on tangents or twenty (20) feet on curves.
STRIPING
Temporary striping and marking for traffic control shall conform to Section 314-4 of the
Standard Specifications. Temporary striping and marking which has no further use shall
be removed by wet sandblasting, and all sand used in sandblasting shall be removed
without delay as the sandblasting operation progresses.
RESTRICTIONS ON CLOSURE OF STREETS AND TRAFFIC LANES
The Contractor shall conduct all operations so as to provide access to the adjoining
properties and have no greater length or quantity of work under construction that can be
properly prosecuted with a minimum of inconvenience to the public.
The Contractor shall assure that access to schools is reasonable for vehicles and
pedestrians for morning and afternoon times that schools are in session.
The Contractor shall construct temporary A.C. ramps or equal to provide safe and
405
drivable access to residents and business properties daily.
Upon advanced Notice to the Contractor of a pending delivery to a business the
Contractor is to endeavor to coordinate all shipments and deliveries to businesses. If
steel plates are required, they shall be provided by the Contractor at no additional cost
to the City.
The Contractor shall be responsible for furnishing, placing and maintaining barricades
and lights as necessary to protect the public from danger due to the work being done.
No additional amounts shall be paid for erosion control, erosion damage clean-up, and
removal of debris from the project site, NPDES requirements, or removal of soil
deposited on public streets by construction traffic.
Payment for Traffic Control shall be at the contract unit price per Lump Sum (LS) and
shall be considered full compensation for providing safe traffic control, preparing and
providing traffic control plan during the project, obtaining all approvals and permits, as
required, from all related agencies, including, but not limited to, public agencies and the
City of Lynwood; and complying with the requirements specified in those licenses and
permits, coordination, field office facility; and incidentals necessary to perform all related
items of work.
Bid Item No. 2 – Remove Existing AC Pavement
This Bid Item shall conform to Subsection 404 of the Standard Specifications and shall
include all labor, material and equipment required to include the following items of work:
A. Sawcutting and removal of existing asphalt concrete (AC) pavement by cold milling
to the depth required for the placement of new pavement as shown on the project
drawings. All work shall be completed in accordance with the lines and grades, and
typical cross-sections shown on the drawings. Any excavation beyond the limits not
approved by the Engineer shall be at the Contractor's expense.
B. All materials removed shall be lawfully disposed of at a site secured by the
Contractor. The Contractor shall make effort to recycle the milled materials. The
Contractor shall provide the City Engineer with a letter indicating the final disposition of
all excavated and demolition materials from the project within five (5) working days after
project completion.
C. Maintaining dust control at all times by watering.
D. Clean-up of the site.
E. Providing for traffic control and maintenance of access to the driveways, security
and safety including signs, barricades, covers, steel plates and/or chain link fencing as
necessary.
F. Protecting in place of existing water mains, sewers, storm drains, meters, valve
406
covers, walls, fences, curbs, fire hydrant, telephone and power poles, and other existing
structures.
G. Removing and relocating all sprinkler lines, heads, valves, etc. interfering with
construction of improvements.
H. No excavated or demolished materials shall be left in the public right of way
overnight.
The base elevations shall be confirmed by survey elevations per standard specification.
All existing asphalt concrete (AC) pavement to join new construction shall be saw-cut in
a straight line. Contractor shall exercise due caution to avoid any damage to the existing
improvements to be protected in-place. It is the Contractor's responsibility to perform
whatever additional subsurface exploration is necessary to avoid causing any damage
to the existing utilities under the work area. Any damage done by the Contractor shall
be repaired or replaced as called out in Section 402-1 and 402-2 of the Standard
Specifications at the Contractor's expense.
This work shall consist of cutting existing asphalt concrete to facilitate its removal.
Sawcutting shall be accomplished by the use of a power driven saw to provide a clean,
straight break without loosening, cracking, or damaging adjoining asphalt or concrete. A
clean sawcut edge shall be maintained until surface course AC is constructed. Under
this item, the use of a grinder will not be allowed in lieu of power-driven saw.
Payment for Remove Existing AC Pavement shall be on a Cubic Yard (CY) and
considered full compensation for furnishing labor, materials, equipment, sawcutting,
removals, hauling and disposal of asphalt concrete materials excavated or grinded,
grade for the base, compaction and no additional compensation will be allowed
therefore.
Bid Item No. 3 – Construct AC Pavement
The work in this section shall include all labor, materials, and equipment required to
complete all asphalt concrete paving work to following grade:
• C2 (PG 64-10) -depth as indicated on the plans.
This bid item includes the placement of asphalt concrete (AC) overlay as specified on
plans.
Work shall conform to Sections 203-1 and 203-6 of the Standard Specifications for
Public Works Construction., these Specifications and as directed by the Engineer.
The Contractor shall submit to the City Engineer a written Construction Plan for the
project that include; street sweeping equipment, paving equipment and speed, and
finish roller type, and number of passes required, amplitude and period of roller vibration
(if used) and truck haul route.
407
Pneumatic rollers shall not be used. Placement of asphalt concrete shall be installed
with a 3 or 5-ton tandem roller. Either vibratory or static will be determined by the City
Engineer.
All asphalt concrete work shall be performed in accordance with Subsection 302-5
"Asphalt Concrete Pavement" and Section 302-9 the Standard Specifications for Public
Works Construction and these Specifications.
Prior to the placement of asphalt concrete, contractor shall clean up milled surface by
sweeping or washing before any overlay pavement takes place. Otherwise the dirt and
dust will decrease the bond between the new overlay and the existing pavement. When
sweeping, more than one pass is needed to remove all the dirt and dust. If the milled
surface is washed, the pavement must be allowed to dry prior to pavement. All debris,
dirt, and gravel from the surface should be removed and a tack coat of grade SS-1 H
emulsified asphalt conforming to the provision in Subsection 203-3 "Emulsified Asphalt"
of the Standard Specifications of Public Works Construction shall be uniformly applied
to all existing pavement surfaces and contact surface edges.
A Certificate of Compliance shall be required from the supplier of the asphalt concrete
and delivered to the Engineer not less than Ten (10) working days prior to any
scheduled asphalt concrete work. Asphalt concrete shall be placed, compacted to 95%
relative density.
The field density of compacted Asphalt Concrete (AC) pavement shall be determined by
a nuclear asphalt testing device, tested and calibrated in conformance with California
Test 375, in the field designed to measure the density of pavement of the thickness
being constructed. All test sections (and any such areas where cores are taken for
calibration) shall have compactions consistently in excess of 95% based on the nuclear
gauge.
Mix designs submitted for review shall have been performed within Fifteen (15) days
from Award of Contract. At the beginning of the paving operation, Contractor shall
cooperate with City Engineer and establish a rolling pattern to obtain acceptable density
in the compacted asphalt concrete surface. Once the rolling pattern is established,
Contractor shall follow this pattern unless otherwise directed by the Engineer:
• Tack Coat (Asphalt Emulsion Binder)
Asphalt emulsion binder shall comply with Section 302-5.4, "Tack Coat, of Standard
Specification for Public Works Construction and these Specifications, and as directed by
the Engineer.
When asphalt concrete is placed in contact with existing pavement, the surface shall be
completely dry of water, clean of dirt and debris, and a tack coat of asphaltic emulsion
shall be applied to insure proper bond. Asphaltic emulsion shall be applied to all vertical
surfaces of existing pavement, curbs, and gutters, and construction joints against which
408
asphalt concrete material is to be placed, to pavement to be surfaced and to other
surfaces designated in the specifications or as directed by the City Engineer.
The overlay shall not be placed until the binder has cured to the point where it is tacky
to the touch and as directed by the Engineer. Asphalt emulsion binder shall be applied
so far in advance of placing the surfacing as permitted by the City Engineer.
Immediately in advance of placing the overlay, additional asphalt emulsion binder shall
be applied as directed by the Engineer to areas where the asphalt emulsion binder has
been damaged, and loose or extraneous material shall be removed, and additional
compensation will be not be allowed.
The area to which asphalt emulsion binder has been applied shall be closed to public
traffic. Care shall be taken to avoid tracking binder material onto existing pavement
surfaces beyond the limits of the construction.
A tack coat shall be applied to all concrete or gutter surfaces that will be in contact with
the asphalt surfacing. The tack coat shall consist of PG-64-16 paving asphalt. It shall be
furnished and applied in accordance with the requirements of Section 203, and 302-5 of
the SSPWC.
Apply tack coat at a rate not to exceed one-tenth (1/10) gallon per square yard uniformly
in one coat on all vertical joins of AC patching and PCC surfaces and edges against
which AC is to be placed. The surface to be covered shall be thoroughly cleaned of all
dirt and loose materials prior to application of the asphalt binder.
Payment for Construct AC Pavement shall be made at the contract unit price per ton
(TON) and the measurement shall be based on the quantity actually placed
accompanied by weight certificates which shall be furnished by the Contractor to the
Engineer at the job site upon delivery of the material. Certificates shall be a legible copy
of a licensed weigh master's certificate showing gross tare, and net weight of each
truckload of asphalt concrete. Measurement shall conform to Section 7-1 of Standard
Specifications of Public Works Construction.
The contract unit price paid for "Asphalt Concrete Pavement", shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals and for
doing all the work involved in constructing asphalt concrete overlay complete in place as
shown on the project plans and as specified in these specifications.
Quantities of material wasted or disposed of in a manner not called for under the
contract, or rejected loads of material, including material rejected after it has been
placed by reason of the failure of the Contractor to conform to the specifications of the
contract, or materials placed outside the lines indicated from the transporting vehicle, or
material remaining on hand after completion of the work, will not be paid for and such
quantities will be deducted from the final total quantities. No compensation will be
allowed for hauling rejected material.
Payment for asphalt emulsion binder (Tack Coat) and preparation for overlay shall be
409
included in the contract unit price paid for Asphalt concrete pavement.
Bid Item No. 4 – Construct AC Pavement (Leveling Course)
The work in this section shall include all labor, materials, and equipment required to
complete placement of all AC leveling to following grade:
• C2 (PG 64-10) -depth as indicated on the plans.
This bid item includes the placement of asphalt concrete (AC) leveling course as
specified on plans. The subgrade, where exposed, and the base material shall be
compacted to a minimum of 95 % relative compaction as shown on the project plans.
Work shall conform to Sections 203-1 and 203-6 of the Standard Specifications for
Public Works Construction., these Specifications and as directed by the Engineer.
The Contractor shall submit to the City Engineer a written Construction Plan for the
project that include; street sweeping equipment, paving equipment and speed, and
finish roller type, and number of passes required, amplitude and period of roller vibration
(if used) and truck haul route.
Pneumatic rollers shall not be used. Placement of asphalt concrete shall be installed
with a 3 or 5-ton tandem roller. Either vibratory or static will be determined by the City
Engineer.
All asphalt concrete work shall be performed in accordance with Subsection 302-5
"Asphalt Concrete Pavement" and Section 302-9 the Standard Specifications for Public
Works Construction and these Specifications.
Prior to the placement of asphalt concrete, contractor shall clean up milled surface by
sweeping or washing before any overlay pavement takes place. Otherwise the dirt and
dust will decrease the bond between the new overlay and the existing pavement. When
sweeping, more than one pass is needed to remove all the dirt and dust. If the milled
surface is washed, the pavement must be allowed to dry prior to pavement. All debris,
dirt, and gravel from the surface should be removed and a tack coat of grade SS-1 H
emulsified asphalt conforming to the provision in Subsection 203-3 "Emulsified Asphalt"
of the Standard Specifications of Public Works Construction shall be uniformly applied
to all existing pavement surfaces and contact surface edges.
A Certificate of Compliance shall be required from the supplier of the asphalt concrete
and delivered to the Engineer not less than Ten (10) working days prior to any
scheduled asphalt concrete work. Asphalt concrete shall be placed, compacted to 95%
relative density.
The field density of compacted Asphalt Concrete (AC) pavement shall be determined by
a nuclear asphalt testing device, tested and calibrated in conformance with California
Test 375, in the field designed to measure the density of pavement of the thickness
410
being constructed. All test sections (and any such areas where cores are taken for
calibration) shall have compactions consistently in excess of 95% based on the nuclear
gauge.
Mix designs submitted for review shall have been performed within Fifteen (15) days
from Award of Contract. At the beginning of the paving operation, Contractor shall
cooperate with City Engineer and establish a rolling pattern to obtain acceptable density
in the compacted asphalt concrete surface. Once the rolling pattern is established,
Contractor shall follow this pattern unless otherwise directed by the Engineer:
• Tack Coat (Asphalt Emulsion Binder)
Asphalt emulsion binder shall comply with Section 302-5.4, "Tack Coat, of Standard
Specification for Public Works Construction and these Specifications, and as directed by
the Engineer.
When asphalt concrete leveling course is placed in contact with existing asphalt
concrete, the surface shall be completely dry of water, clean of dirt and debris, and a
tack coat of asphaltic emulsion shall be applied to insure proper bond. Asphaltic
emulsion shall be applied to all vertical surfaces of existing pavement, curbs, and
gutters, and construction joints against which asphalt concrete material is to be placed,
to pavement to be surfaced and to other surfaces designated in the specifications or as
directed by the City Engineer.
The overlay shall not be placed until the binder has cured to the point where it is tacky
to the touch and as directed by the Engineer. Asphalt emulsion binder shall be applied
so far in advance of placing the surfacing as permitted by the City Engineer.
Immediately in advance of placing the overlay, additional asphalt emulsion binder shall
be applied as directed by the Engineer to areas where the asphalt emulsion binder has
been damaged, and loose or extraneous material shall be removed, and additional
compensation will be not be allowed.
The area to which asphalt emulsion binder has been applied shall be closed to public
traffic. Care shall be taken to avoid tracking binder material onto existing pavement
surfaces beyond the limits of the construction.
A tack coat shall be applied to all concrete or gutter surfaces that will be in contact with
the asphalt surfacing. The tack coat shall consist of PG-64-16 paving asphalt. It shall be
furnished and applied in accordance with the requirements of Section 203, and 302-5 of
the SSPWC.
Apply tack coat at a rate not to exceed one-tenth (1/10) gallon per square yard uniformly
in one coat on all vertical joins of AC patching and PCC surfaces and edges against
which AC is to be placed. The surface to be covered shall be thoroughly cleaned of all
dirt and loose materials prior to application of the asphalt binder.
Payment for Construct AC Pavement (Leveling Course) shall be made at the
411
contract unit price per ton (TON) and the measurement shall be based on the quantity
actually placed accompanied by weight certificates which shall be furnished by the
Contractor to the Engineer at the job site upon delivery of the material. Certificates shall
be a legible copy of a licensed weigh master's certificate showing gross tare, and net
weight of each truckload of asphalt concrete. Measurement shall conform to Section 7-1
of Standard Specifications of Public Works Construction.
The contract unit price paid for "Asphalt Concrete Pavement", shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals and for
doing all the work involved in constructing asphalt concrete overlay complete in place as
shown on the project plans and as specified in these specifications.
Quantities of material wasted or disposed of in a manner not called for under the
contract, or rejected loads of material, including material rejected after it has been
placed by reason of the failure of the Contractor to conform to the specifications of the
contract, or materials placed outside the lines indicated from the transporting vehicle, or
material remaining on hand after completion of the work, will not be paid for and such
quantities will be deducted from the final total quantities. No compensation will be
allowed for hauling rejected material.
Payment for asphalt emulsion binder (Tack Coat) and preparation for overlay shall be
included in the contract unit price paid for Asphalt concrete pavement.
Bid Item No. 5 – Construct Reworked Subgrade
This Bid Item include all labor, material and equipment required to include the following
items of work:
A. Scarify and recompact the entire existing base course to the depth required as
shown on the project drawings. All work shall be completed in accordance with the lines
and grades, and typical cross-sections shown on the drawings. Any excavation beyond
the limits not approved by the Engineer shall be at the Contractor's expense.
B. Maintaining dust control at all times by watering.
C. Reworking and recompacting the subgrade soils to at least 95% percent of the
maximum dry density obtained per ASTM D1557.
D. Clean-up of the site.
E. Providing for traffic control and maintenance of access to the driveways, security
and safety including signs, barricades, covers, steel plates and/or chain link fencing as
necessary.
F. Protecting in place of existing water mains, sewers, storm drains, meters, valve
covers, walls, fences, curbs, fire hydrant, telephone and power poles, and other existing
structures.
412
G. No excavated or demolished materials shall be left in the public right of way
overnight.
H. Place back well-compacted layer of base material.
The base elevations shall be confirmed by survey elevations per standard specification.
All existing asphalt concrete (AC) pavement to join new construction shall be saw-cut in
a straight line. Contractor shall exercise due caution to avoid any damage to the existing
improvements to be protected in-place. It is the Contractor's responsibility to perform
whatever additional subsurface exploration is necessary to avoid causing any damage
to the existing utilities under the work area. Any damage done by the Contractor shall
be repaired or replaced as called out in Section 402-1 of the Standard Specifications at
the Contractor's expense.
Payment for Construct Reworked Subgrade shall be on a Cubic Yard (CY) and
considered full compensation for furnishing labor, materials, equipment, removals,
reworking and recompacting of base materials excavated or grinded, grade for the
base, compaction and no additional compensation will be allowed therefore.
Bid Item No. 6 – Cold Mill Existing AC Pavement
This Bid Item shall conform to Subsection 404 of the Standard Specifications and shall
include all labor, material and equipment required to include the following items of work:
A. Sawcutting and removal of existing asphalt concrete (AC) pavement by cold milling
to the depth required for the placement of new pavement as shown on the project
drawings. All work shall be completed in accordance with the lines and grades, and
typical cross-sections shown on the drawings. Any excavation beyond the limits not
approved by the Engineer shall be at the Contractor's expense.
B. All materials removed shall be lawfully disposed of at a site secured by the
Contractor. The Contractor shall make effort to recycle the milled materials. The
Contractor shall provide the City Engineer with a letter indicating the final disposition of
all excavated and demolition materials from the project within five (5) working days after
project completion.
C. Maintaining dust control at all times by watering.
D. Clean-up of the site.
E. Providing for traffic control and maintenance of access to the driveways, security
and safety including signs, barricades, covers, steel plates and/or chain link fencing as
necessary.
F. Protecting in place of existing water mains, sewers, storm drains, meters, valve
413
covers, walls, fences, curbs, fire hydrant, telephone and power poles, and other existing
structures.
G. Removing and relocating all sprinkler lines, heads, valves, etc. interfering with
construction of improvements.
H. No excavated or demolished materials shall be left in the public right of way
overnight.
The base elevations shall be confirmed by survey elevations per standard specification.
All existing asphalt concrete (AC) pavement to join new construction shall be saw-cut in
a straight line. Contractor shall exercise due caution to avoid any damage to the existing
improvements to be protected in-place. It is the Contractor's responsibility to perform
whatever additional subsurface exploration is necessary to avoid causing any damage
to the existing utilities under the work area. Any damage done by the Contractor shall
be repaired or replaced as called out in Section 402-1 of the Standard Specifications at
the Contractor's expense.
This work shall consist of cutting existing asphalt concrete to facilitate its removal.
Sawcutting shall be accomplished by the use of a power-driven saw to provide a clean,
straight break without loosening, cracking, or damaging adjoining asphalt or concrete. A
clean sawcut edge shall be maintained until surface course AC is constructed. Under
this item, the use of a grinder will not be allowed in lieu of power-driven saw.
Payment for Cold Mill Existing AC pavement shall be on a Square Yard (SY) and
considered full compensation for furnishing labor, materials, equipment, sawcutting,
removals, hauling and disposal of asphalt concrete materials excavated or grinded,
grade for the base, compaction and no additional compensation will be allowed
therefore.
Bid Item No. 7 – Remove and Reconstruct Aggregate Base
Work shall conform to Sections 300-2 and 301-2 of the Standard Specifications for
Public Works Construction., these Specifications and as directed by the Engineer.
After the removal of AC pavement, the contractor shall examine the thickness of the
existing base layer. The thickness measurement shall be observed by the inspector. If
the thickness of the base layer in a localized area is less than 4 inches, the base layer
within the area shall be removed; the subgrade shall be excavated to accommodate 4
inches of the compacted base layer, and compacted to 90% of the maximum density of
the subgrade materials determined per ASTM D1557. Then, the base layer shall be
placed and compacted to 95% of the maximum density of the base materials
determined per ASTM D1557.
Payment for Remove and Reconstruct Aggregate Base shall be on a Cubic Yard
(CY) and considered full compensation for furnishing labor, materials, equipment,
sawcutting, removals, hauling and disposal of asphalt concrete materials excavated or
414
grinded, grade for the base, compaction and no additional compensation will be allowed
therefore.
Bid Item No. 8 – Remove and Construct Curb Type A1-6
This Bid Item shall include all labor, material and equipment required to sawcut,
remove, haul away and properly dispose of existing concrete curb and construction of
new curb as specified on the drawings. Removal of concrete curb as shown on the
Contract Drawings, shall conform to Subsection 401-3.2 of the Standard Specifications
for Public Works Construction. This item shall also include removal and disposal of
unsuitable subgrade soil excavated for placement of gravel base. All limits of work
under this item will be approved by the Engineer prior to saw-cutting. The Contractor
shall exercise care in removing existing concrete so as not to damage adjoining areas
which are to remain in place and any damage so caused shall be replaced by the
Contractor at his own expense.
Actual limit of concrete removal shall extend to nearest score mark or joint, if within 3'
limit of removal. Residual from any saw-cutting shall be removed by vacuum. The
downstream drain inlet shall be protected. In no case shall the residual be allowed to
enter the storm drain system.
All necessary sawcutting of existing concrete curb shall be to the lines as required by
the City Engineer and shall be accomplished by the use of a power-driven saw. The
depth of the cut shall be deep enough to provide a clean, straight break without
loosening, cracking, or damaging adjoining asphalt or concrete. A clean sawcut edge
shall be maintained until new concrete curb and gutter is constructed.
It is Contractor's responsibility to protect all existing adjacent features such as
landscaping, irrigation system, curb and gutter, pullboxes, utility boxes, and etc. in place
per section 400-1. All damages to these items shall be fixed to the satisfaction of City
Engineer without any additional compensation.
Concrete shall be Type 520-C-2500 as specified in Section 201-1.1.2 and shall conform
to the provisions of Section 303-5 of the Standard Specifications for Public Works
Construction, Standard Plans for Public Works Construction and the Street
Improvement Plans made part of these Specifications. Concrete curb shall be per
Standard Plans for Public Works Construction, Standard Plan 120-3 type A1-6.
The subgrade preparation shall conform to Section 301-1 of the Standard
Specifications. Unless otherwise specified, soil in subgrade shall be compacted to a
relative compaction of ninety-five (95) percent in the top six (6) inches of subgrade.
Concrete curb shall be constructed to the line, grades and design shown on the plans or
as ordered by the City Engineer. Existing curb to be joined shall be sawcut on a neat,
straight line at the join location. The Contractor shall remove and replace any new
concrete work with graffiti markings and blemishes at no additional cost to the City.
415
The curing of concrete curb shall conform to the provisions of Section 303-1.10 of the
Standard Specifications for Public Works Construction.
Payment for Remove and Construct Curb Type A1-6 shall be paid for at the contract
unit price per Linear Foot (LF) and shall be considered full compensation for complying
with the above requirements and shall include furnishing of labor, materials, equipment,
sawcutting, removal, excavation, hauling, properly disposing, protection of facilities,
grading, sub-grade compaction, restoration and incidentals for placing and curing new
concrete complete in place and no additional compensation will be allowed. Payment
shall conform to the provisions of Subsection 303-5.9 of the Standard Specifications for
Public Works Construction.
Bid Item No. 9 – Remove and Construct Curb Type B1-6
This Bid Item shall include all labor, material and equipment required to sawcut,
remove, haul away and properly dispose of existing concrete curb and construction of
new curb as specified on the drawings. Removal of concrete curb as shown on the
Contract Drawings, shall conform to Subsection 401-3.2 of the Standard Specifications
for Public Works Construction. This item shall also include removal and disposal of
unsuitable subgrade soil excavated for placement of gravel base. All limits of work
under this item will be approved by the Engineer prior to saw-cutting. The Contractor
shall exercise care in removing existing concrete so as not to damage adjoining areas
which are to remain in place and any damage so caused shall be replaced by the
Contractor at his own expense.
Actual limit of concrete removal shall extend to nearest score mark or joint, if within 3'
limit of removal. Residual from any saw-cutting shall be removed by vacuum. The
downstream drain inlet shall be protected. In no case shall the residual be allowed to
enter the storm drain system.
All necessary sawcutting of existing concrete curb shall be to the lines as required by
the City Engineer and shall be accomplished by the use of a power-driven saw. The
depth of the cut shall be deep enough to provide a clean, straight break without
loosening, cracking, or damaging adjoining asphalt or concrete. A clean sawcut edge
shall be maintained until new concrete curb and gutter is constructed.
It is Contractor's responsibility to protect all existing adjacent features such as
landscaping, irrigation system, curb and gutter, pullboxes, utility boxes, and etc. in place
per section 400-1. All damages to these items shall be fixed to the satisfaction of City
Engineer without any additional compensation.
Concrete shall be Type 520-C-2500 as specified in Section 201-1.1.2 and shall conform
to the provisions of Section 303-5 of the Standard Specifications for Public Works
Construction, Standard Plans for Public Works Construction and the Street
Improvement Plans made part of these Specifications. Concrete curb shall be per
Standard Plans for Public Works Construction, Standard Plan 121-3 type B1-6.
416
The subgrade preparation shall conform to Section 301-1 of the Standard
Specifications. Unless otherwise specified, soil in subgrade shall be compacted to a
relative compaction of ninety-five (95) percent in the top six (6) inches of subgrade.
Concrete curb shall be constructed to the line, grades and design shown on the plans or
as ordered by the City Engineer. Existing curb to be joined shall be sawcut on a neat,
straight line at the join location. The Contractor shall remove and replace any new
concrete work with graffiti markings and blemishes at no additional cost to the City.
The curing of concrete curb shall conform to the provisions of Section 303-1.10 of the
Standard Specifications for Public Works Construction.
Payment for Remove and Construct Curb Type B1-6 shall be paid for at the contract
unit price per Linear Foot (LF) and shall be considered full compensation for complying
with the above requirements and shall include furnishing of labor, materials, equipment,
sawcutting, removal, excavation, hauling, properly disposing, protection of facilities,
grading, sub-grade compaction, restoration and incidentals for placing and curing new
concrete complete in place and no additional compensation will be allowed. Payment
shall conform to the provisions of Subsection 303-5.9 of the Standard Specifications for
Public Works Construction.
Bid Item No. 10 – Construct Curb Type A1-6
This Bid Item shall include all labor, material and equipment required to sawcut,
remove, haul away and properly dispose of existing concrete curb and construction of
new curb as specified on the drawings. Removal of concrete curb as shown on the
Contract Drawings, shall conform to Subsection 401-3.2 of the Standard Specifications
for Public Works Construction.
Actual limit of concrete removal shall extend to nearest score mark or joint, if within 3'
limit of removal. Residual from any saw-cutting shall be removed by vacuum. The
downstream drain inlet shall be protected. In no case shall the residual be allowed to
enter the storm drain system.
All necessary sawcutting of existing concrete curb shall be to the lines as required by
the City Engineer and shall be accomplished by the use of a power-driven saw. The
depth of the cut shall be deep enough to provide a clean, straight break without
loosening, cracking, or damaging adjoining asphalt or concrete. A clean sawcut edge
shall be maintained until new concrete curb and gutter is constructed.
It is Contractor's responsibility to protect all existing adjacent features such as
landscaping, irrigation system, curb and gutter, pullboxes, utility boxes, and etc. in place
per section 400-1. All damages to these items shall be fixed to the satisfaction of City
Engineer without any additional compensation.
Concrete shall be Type 520-C-2500 as specified in Section 201-1.1.2 and shall conform
to the provisions of Section 303-5 of the Standard Specifications for Public Works
417
Construction, Standard Plans for Public Works Construction and the Street
Improvement Plans made part of these Specifications. Concrete curb shall be per
Standard Plans for Public Works Construction, Standard Plan 120-3 type A1-6.
The subgrade preparation shall conform to Section 301-1 of the Standard
Specifications. Unless otherwise specified, soil in subgrade shall be compacted to a
relative compaction of ninety-five (95) percent in the top six (6) inches of subgrade.
Concrete curb shall be constructed to the line, grades and design shown on the plans or
as ordered by the City Engineer. Existing curb to be joined shall be sawcut on a neat,
straight line at the join location. The Contractor shall remove and replace any new
concrete work with graffiti markings and blemishes at no additional cost to the City.
The curing of concrete curb shall conform to the provisions of Section 303-1.10 of the
Standard Specifications for Public Works Construction.
Payment for Construct Curb Type A1-6 shall be paid for at the contract unit price per
Linear Foot (LF) and shall be considered full compensation for complying with the
above requirements and shall include furnishing of labor, materials, equipment,
sawcutting, removal, excavation, hauling, properly disposing, protection of facilities,
grading, sub-grade compaction, restoration and incidentals for placing and curing new
concrete complete in place and no additional compensation will be allowed. Payment
shall conform to the provisions of Subsection 303-5.9 of the Standard Specifications for
Public Works Construction.
Bid Item No. 11 – Remove Roadside Sign
This Bid Item shall include all labor, material and equipment required to remove the sign
panel and transport to the City Yard (located at 11750 Alameda St, Lynwood, CA
90262) existing traffic sign. Refer to the plans for the locations of the sign to be
removed. The Contractor shall exercise care in removing the item referenced above so
as not to damage adjoining areas which are to remain in place and any damage so
caused shall be replaced by the Contractor at his own expense.
It is Contractor's responsibility to protect all existing and adjacent improvements such as
landscaping, irrigation system, fence/wall/gates, curb and gutter, pull boxes, utility
boxes, and etc. in place per section 400-1. All damages to these items shall be fixed to
the satisfaction of Engineer without any additional compensation.
Payment for Remove Roadside Sign shall be made at the contract unit price per Each
(EA) and, shall be considered full compensation for complying with the above
requirements and shall include furnishing of labor, materials, equipment, for performing
all the work as described above complete and no additional compensation will be
allowed.
418
Bid Item No. 12 – Install Roadside Sign
This Bid Item shall include all labor, material and equipment required to install the
roadside sign. Refer to the plans for the locations of the sign to be stalled. Installation of
the new sign shall have diamond grade sheeting and be per the California MUTCD
latest edition and shall be standard size unless otherwise indicated.
All signs shall be installed with theft proof mounting hardware.
It is Contractor's responsibility to protect all existing and adjacent improvements such as
landscaping, irrigation system, fence/wall/gates, curb and gutter, pull boxes, utility
boxes, and etc. in place per section 400-1. All damages to these items shall be fixed to
the satisfaction of Engineer without any additional compensation.
Signs shall be kept a minimum distance of fifteen feet (15’) in from of trees, power
poles, etc. Signs shall be kept far away from trees so that tree growth will not obstruct
the visibility of the traffic sign.
Sign posts shall be installed twenty-four inches (24”) behind curb face. Sign posts
installed within the sidewalk must maintain a minimum of four-feet (4’) horizontal
clearance for pedestrians.
All new signs and posts shall be anti-graffiti coated.
Payment for Install Roadside Sign shall be at the contract unit price per Each (EA)
and shall be considered full compensation for furnishing all labor, materials, tools,
equipment and incidentals necessary to perform all work, involved in, or appurtenant to
the installation of traffic signs as indicated, complete in place for the width specified, and
as shown on the plans and as required by the Project Specifications and no additional
compensation will be allowed.
Bid Item No. 13 – Remove and Install Sign (Mounted on Gantry)
This Bid Item shall include all labor, material and equipment required to remove and
install the sign on the existing sign gantry. Refer to the plans for the locations of the sign
to be stalled. Installation of the new sign shall have diamond grade sheeting and be per
the California MUTCD latest edition and shall be standard size unless otherwise
indicated.
It is Contractor's responsibility to protect all existing and adjacent improvements such as
landscaping, irrigation system, fence/wall/gates, curb and gutter, pull boxes, utility
boxes, and etc. in place per section 400-1. All damages to these items shall be fixed to
the satisfaction of Engineer without any additional compensation.
419
Signs shall be kept a minimum distance of fifteen feet (15’) in from of trees, power
poles, etc. Signs shall be kept far away from trees so that tree growth will not obstruct
the visibility of the traffic sign.
All new signs and posts shall be anti-graffiti coated. Contractor will submit cut sheet
details of specialty signs to the City for review and approval.
Payment for Remove and Install Sign (Mounted on Gantry) shall be at the contract
unit price per Each (EA) and shall be considered full compensation for furnishing all
labor, materials, tools, equipment and incidentals necessary to perform all work,
involved in, or appurtenant to the installation of traffic signs as indicated, complete in
place for the width specified, and as shown on the plans and as required by the Project
Specifications and no additional compensation will be allowed.
Bid Item No. 14 – Traffic Signing, Striping, Markings and Curb Painting
Before removal of AC surface, the Contractor shall video the surface markings, striping,
painted curbs, etc. so as to be able to restore them in kind on the new pavement.
Traffic stripes, pavement markings of arrows, symbols, numbers and words, shall
conform to the California Department of Transportation Standard Specifications: Section
84-2 Traffic Stripes and Pavement Markings, current edition. Markings, as used in these
Specifications, include both lines and miscellaneous markings applied to the pavement
surfaces, painting of the curbs and the installation of raised pavement markers.
Materials and installation for painted and raised pavement marking shall conform to
Section 84 of Caltrans Standard Specifications, current edition. See City of Lynwood
notes regarding painting, City forms for signing and re-striping at all intersections.
Raised pavement markers shall conform to the California Department of Transportation
Standard Specifications Section 81-3, current edition, and shall be of type as called for
on the plans.
Traffic signs shall conform to the California Department of Transportation Standard
Specifications: Section 82-2 Sign Panels, current edition and California MUTCD current
edition. The existing signs shall remain protected in place.
The Contractor shall furnish the necessary control points for all striping and markings,
and shall be responsible for the completeness and accuracy thereof to the satisfaction
of the City Engineer.
Painted markings and raised pavement marker removal shall conform to Section 84-9 of
the Caltrans Standard Specifications, current edition. All striping required to be removed
shall be removed by a method approved by the City Engineer. All residue remaining as
a part of the removal operations shall be removed from the site.
Layout shall be approved, in writing, by the City Engineer prior to installing.
420
Existing paint removal shall conform to Section 15 of the Caltrans Standard
Specifications, current edition. All residues remaining as a part of the removal
operations shall be immediately removed from the site.
The Contractor shall provide cat tracking for the centerline and lane lines the same day,
following paving operations. Reflectorized "slurry tabs" may be used in lieu of painted
cat tracking.
All paint shall be top-quality fast drying, non-drip street pavement marking paint and
shall confirm with Section 210-1 and be applied per Section 310-5 of Standard
Specification for Public Works Construction, these Specifications and City Engineer's
direction. Glass spheres (beads) complying with the State of California Standard
Specification 8010-21 C-22 shall be forcefully applied to the entire area while the paint
is still tacky.
Payment for Traffic Signing, Striping, Markings and Curb Painting shall be a Lump
Sum (LS) amount and shall be considered full compensation for videography of the
existing surface paint, furnishing all labor, materials (including adhesives, glass beads,
and paint), tools, equipment and incidentals necessary to perform all work, involved in,
or appurtenant to the installation of pavement striping, raised reflective pavement
markers, painting curbs, grinding-off concrete surface, including removal and installation
of traffic signs and posts as indicated, complete in place for the width specified, and
pavement markings of arrows, symbols, numbers and words , as shown on the plans
and as required by the Project Specifications and no additional compensation will be
allowed.
Bid Item No. 15 – Adjust Existing Storm Drain/Sewer/Utility Manhole Frames and
Covers to Finished Grade
This Bid Item shall include all labor, equipment and materials to adjust existing
sewer/storm drain/utility manhole/vault frames and covers within the project limits to
match finished grade if required. The work shall be performed in accordance with the
provisions of Subsection 403-3 of the Standard Specifications for Public Works
Construction and per Standard Plans for Public Works Construction.
All existing covers that can be lowered and raised shall be lowered prior to cold
milling/removal and adjusted to finished grade by the Contractor or by the Utility Owner
for the Contractor. For utility frames and covers under the jurisdiction of Verizon, AT&T,
Edison, Los Angeles County Flood Control District, Los Angeles County Sanitation
Districts, and County Sewer Maintenance Districts, the Contractor shall contact these
organizations to arrange for adjustment of their respective facilities a minimum of seven
(7) working days prior to cold milling/paving operations in accordance with Section 403-
3 of the Standard Specifications.
The adjustment of existing manholes/vaults to finished grade shall be performed after
finish paving. The removal or addition of grade rings shall be required to facilitate
adjustment. Frame and covers shall be thoroughly cleaned and reset to finished grade
421
by cutting pavement one foot outside the limits of the frame and cover. Said cut shall
be neat and uniform.
Payment for Adjust Existing Storm Drain/Sewer/Utility Manhole/Vault Frames and
Covers to Finished Grade shall be at the contract unit price per Each (EA) and shall
be considered full compensation for labor and furnishing and placing all forms,
materials, construction and expansion joints, curing compounds and equipment to
complete the construction is considered as included in the price paid, and no additional
compensation will be allowed therefor. Where the manhole frame and cover is
performed by the utility owner, no compensation will be made to Contractor.
Bid Item No. 16 – Adjust Existing Water/Reclaimed Water Valve Can and Cover to
Finished Grade
Adjusting of water valve cans and covers shall be in accordance with Section 403-3 of
the Standard Specifications, with applicable modifications for water valve cans and
covers. The Contractor is to contact the water utility and determine if the utility wants
the Contractor to lower and raise the water valves sleeves and covers or the water utility
will do so on its own. In the latter case the Contractor will not be paid for this work.
All existing water utility covers that can be lowered and raised shall be lowered prior to
cold milling/removal and adjusted to finished grade by the Contractor or the Utility
Owner. The Contractor shall contact the utility or substructure owner organizations to
arrange for adjustment of their respective facilities a minimum of seven (7) working days
prior to paving operations in accordance with Section 403-3 of the Standard
Specifications.
Adjustment of existing water valve sleeves shall also be performed after finish paving
and covers are to be painted should the Utility Owner want the cover to be painted. The
Utility Owner will let the City know what color is to be used.
Payment for Adjustment Existing Water/Reclaimed Water Valve Can and Cover to
Finished Grade shall be based on Each (EA) Unit Price basis and shall be considered
full compensation of all costs associated with their adjustment including labor, materials,
equipment, tools, traffic control and incidentals for doing all the work involved complete
in place.
Bid Item No. 17 – Relocate Traffic Signal Head
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Relocate the existing traffic signal head to the
new location as shown on the plans.
Payment for Relocate Traffic Signal Head shall be made at the contract unit price per
Each (EA) and shall be considered full compensation for furnishing all labor, materials,
tools, equipment, and incidentals necessary to perform all work, involved in, or
422
appurtenant to the relocation of the traffic signal head as shown on the project plans
and no additional compensation will be allowed.
Bid Item No. 18 – Remove Existing Controller Cabinet and Foundation
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Remove the existing controller cabinet and its
foundation from the current location as shown on the plans and reuse the existing
conduits. The Contractor shall remove all BSP equipment and return it to the City Yard
located at 11750 Alameda Street, Lynwood, CA 90262. The BSP equipment includes
the antenna on the cabinet, the terminal server, and associated power supply.
Payment for Remove Existing Controller Cabinet and Foundation shall be made at
the contract unit price per Each (EA) and shall be considered full compensation for
furnishing all labor, materials, tools, equipment, and incidentals necessary to perform all
work, involved in, or appurtenant to the removal of the existing controller cabinet and its
foundation, including the salvaging of the BSP equipment, as shown on the project
plans and as required by the Project Specifications and no additional compensation will
be allowed.
Bid Item No. 19 – Remove 5-Section Signal Head
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Remove the existing 5-section traffic signal
head as shown on the plans.
Payment for Remove 5-Section Signal Head shall be made at the contract unit price
per Each (EA) and shall be considered full compensation for furnishing all labor,
materials, tools, equipment, and incidentals necessary to perform all work, involved in,
or appurtenant to the removal of the 5-section signal head as shown on the project
plans and no additional compensation will be allowed.
Bid Item No. 20 – Furnish and Install New Type 332 Cabinet with 2070E Controller
and Foundation
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, the latest Caltrans Standard Plans, and any referenced Standard
Plans for additional requirements that are not shown on the traffic signal plans. The
Contractor shall supply the controller cabinet and all auxiliary equipment required to
provide a complete functioning controller unless otherwise specified on the plans.
Furnish and install new Type 332 cabinet with anti-graffiti coating and foundation
complete per Caltrans Standard Plan ES-3C with 2070E controller, D4 program, 4 ped
isolation modules and 12 switch packs. Furnish and install Type 2010 conflict monitor
and 2070-7G GPS module and antenna. Install all necessary equipment and
appurtenances to provide the intended operation shown on the plans.
423
Payment for Furnish and Install New Type 332 Cabinet with 2070E Controller and
Foundation shall be made at the contract unit price per Each (EA) and shall be
considered full compensation for furnishing all labor, materials, tools, equipment, and
incidentals necessary to perform all work, involved in, or appurtenant to the furnishing
and installation of the new Type 332 cabinet with anti-graffiti coating with 2070E
controller and its foundation as shown on the project plans and as required by the
Project Specifications and to provide the intended operation shown on the plans in the
signal phase diagram and no additional compensation will be allowed.
Bid Item No. 21 – Furnish and Install Battery Backup System
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Furnish and install Clary battery backup
system, or a complete equivalent, in a separate cabinet with anti-graffiti coating
mounted to the Type 332 cabinet. Install all necessary equipment and appurtenances to
provide the intended operation shown on the plans.
Payment for Furnish and Install Battery Backup System shall be made at the
contract unit price per Each (EA) and shall be considered full compensation for
furnishing all labor, materials, tools, equipment, and incidentals necessary to perform all
work, involved in, or appurtenant to the furnishing and installation of the Clary battery
backup system, or a complete equivalent, in a separate cabinet with anti-graffiti coating
mounted to the Type 332 cabinet as shown on the project plans and as required by the
Project Specifications and no additional compensation will be allowed.
Bid Item No. 22 – Furnish and Install LED 3-Section Left Turn Arrow Signal Head
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Furnish and install three (3) 12’’ LED left turn
arrow traffic signal head (RA, YA, GA) on the existing mast/standard as shown on the
plans. Signal head indications shall be 12-inch and visors are required.
Payment for Furnish and Install LED 3-Section Left Turn Arrow Signal Head shall
be made at the contract unit price per Each (EA) and shall be considered full
compensation for furnishing all labor, materials, tools, equipment, and incidentals
necessary to perform all work, involved in, or appurtenant to the furnishing and
installation of the LED 3-section left turn arrow signal head as shown on the project
plans and as required by the Project Specifications and no additional compensation will
be allowed.
Bid Item No. 23 – Furnish and Install LED 3-Section Signal Head
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
424
are not shown on the traffic signal plans. Furnish and install three (3) 12’’ LED traffic
signal head on the existing mast/standard as shown on the plans. Signal head
indications shall be 12-inch and visors are required.
Payment for Furnish and Install LED 3-Section Signal Head shall be made at the
contract unit price per Each (EA) and shall be considered full compensation for
furnishing all labor, materials, tools, equipment, and incidentals necessary to perform all
work, involved in, or appurtenant to the furnishing and installation of the LED 3-section
traffic signal head as shown on the project plans and as required by the Project
Specifications and no additional compensation will be allowed.
Bid Item No. 24 – Install Type E Loop
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, the latest Caltrans Standard Plans, and any referenced Standard
Plans for additional requirements that are not shown on the traffic signal plans. Install
Type E loops as shown on the plans. All new loops shall be round (6’ diameter), unless
otherwise noted. Loops shall be centered in lane unless otherwise noted. See the
Caltrans Standard Plan ES-5B for Circular “Type E” Loops.
Payment for Install Type E Loop shall be made at the contract unit price per Each
(EA) and shall be considered full compensation for furnishing all labor, materials, tools,
equipment, and incidentals necessary to perform all work, involved in, or appurtenant to
the installation of Type E loops as shown on the project plans and as required by the
Project Specifications and no additional compensation will be allowed.
Bid Item No. 25 – Install Bicycle Loop
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Install bicycle loops as shown on the plans. All
new loops shall be round (6’ diameter), unless otherwise noted. Loops shall be centered
in lane unless otherwise noted. See the bicycle/vehicle loop detector installation
standard plan in the Special Provisions.
Payment for Install Bicycle Loop shall be made at the contract unit price per Each
(EA) and shall be considered full compensation for furnishing all labor, materials, tools,
equipment, and incidentals necessary to perform all work, involved in, or appurtenant to
the installation of bicycle loops as shown on the project plans and as required by the
Project Specifications and no additional compensation will be allowed.
Bid Item No. 26– Remove Existing Traffic Sign From Signal Mast Arm
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Remove the existing traffic sign panel from the
signal mast arm as shown on the plans.
425
Payment for Remove Existing Traffic Sign From Signal Mast Arm shall be made at
the contract unit price per Each (EA) and shall be considered full compensation for
furnishing all labor, materials, tools, equipment, and incidentals necessary to perform all
work, involved in, or appurtenant to the removal of the existing traffic sign panel from
the signal mast arm as shown on the project plans and no additional compensation will
be allowed.
Bid Item No. 27 – Furnish and Install Traffic Sign To Signal Mast Arm
Refer to the Standard Specifications for Public Works Construction, 2021 Edition, the
Special Provisions, and any referenced Standard Plans for additional requirements that
are not shown on the traffic signal plans. Furnish and install the R73-5(CA) traffic sign,
per the California MUTCD latest edition, to the signal mast arm as shown on the plans.
The sign panel shall be standard size unless otherwise indicated.
Payment for Furnish and Install Traffic Sign To Signal Mast Arm shall be made at
the contract unit price per Each (EA) and shall be considered full compensation for
furnishing all labor, materials, tools, equipment, and incidentals necessary to perform all
work, involved in, or appurtenant to the furnishing and installation of the R73-5(CA)
traffic sign panel to the signal mast arm as shown on the project plans and as required
by the Project Specifications and no additional compensation will be allowed.
BID ITEM NO. 28 – Clearing and Grubbing
Materials to be removed under this bid item shall generally consist of existing pavement,
concrete curbs, trees and their tree roots, irrigation equipment, miscellaneous grass and
weeds, rubbish, and other objectionable material from the median islands. Utilities,
traffic signs, and street improvements which are to remain shall be protected in place by
barricades, signs, or other methods as specified or approved by the City Engineer.
Equipment, stockpiles, etc. shall not be permitted within tree branch spread. Limits of
clearing shall be all areas within the median islands, except as otherwise shown.
Damage outside these limits caused by Contractor's operations shall be corrected at
Contractor's expense. Contractor shall remove from the site and satisfactorily dispose of
all grass, shrubs, stumps, roots, brush, debris, weeds, old irrigation equipment, and
miscellaneous materials not covered under other sections of specifications, shown on
plans or otherwise required to permit construction of the work.
Prior to starting any work under this item, the Contractor shall contact the utility
companies involved including Southern California Edison with power line extending into
the Work, so they are notified of this project and the construction activities to get
underway. All fees and costs incurred by Southern California Edison, if their facilities are
damaged as a result of Contractor's operations, shall be paid by the contractor.
Root Removal of Existing Trees: Contractor shall excavate soil and roots to a depth as
necessary for improvements to be constructed. If excavated material is required to bring
subgrade to the required level, the Contractor shall screen excavated material to
426
remove roots, rocks, and other unsuitable materials. The Contractor shall replace the
soil in its previous location and proceed with subgrade preparation. Alternatively, the
Contractor may replace excavated material with imported Class "A" topsoil at no
additional cost.
This Bid Item shall include all labor, material and equipment required to cut, remove,
haul away and properly dispose of all unsuitable materials for the improvements of
median landscaping and irrigation systems. The Contractor shall exercise care in
removing existing irrigation lines and the trees to be removed so as not to damage
adjoining areas which are to remain in place and any damage so caused shall be
replaced by the Contractor at his own expense.
Payment for Clearing and Grubbing shall be paid for at the Contract Lump Sum (LS)
price and shall include full compensation for furnishing all labor, materials, tools,
equipment, trimming, hauling, disposing and incidentals and for doing all the work
involved complete in place and no additional compensation will be allowed.
Bid Item Nos. 29 to 53 – Install Landscape and Irrigation System
Landscape Irrigation
General Requirements: Work in this section includes but is not limited to: layout and
staking of the irrigation system and all connections and components, trenching, laying of
pipes and control wires, installation of valves, backflow prevention devices, backfill,
testing, adjustments, and all components of the water service complete and ready for
operation.
All local, municipal and state laws, rules and regulations governing any portion of this
work shall be made a part of these specifications and their provisions carried out.
However, if specifications or drawings describe materials, workmanship or construction
of better quality, or larger size, they shall take precedence over rules and regulations.
Before submitting a bid, each bidder shall carefully examine the irrigation drawings and
specifications. Bidder shall visit the site and note all existing conditions and limitations
applying to the work and include in the bid a sum sufficient to cover the cost of all items.
The Contractor shall be responsible to cover all pipe openings, valves, etc., before and
after setting in place to prevent obstructions in pipe and valves.
Any existing buildings, roads, equipment, piping, pipe coverings, electrical systems,
sewers, curbs, sidewalks, landscaping, etc., damaged by irrigation installation or leaks
during the course of the work shall be replaced or repaired in a manner satisfactory to
the City Engineer and at the Contractor's expense, and before final payment.
Scope of Work: The work included in these specifications shall consist of furnishing all
labor, tools, survey layout & staking, materials, appliances, tests, permits, taxes, etc.,
necessary for the installation of a landscape irrigation system, backflow prevention
devices and the removal of all debris legally from the site. The system shall irrigate all
427
areas and shall be left ready for operation to the satisfaction of the City Engineer.
Workmanship and maintenance shall be to the satisfaction of the City Engineer.
Guarantee: The entire irrigation system constructed under this Contract shall be
guaranteed against all defects in materials and workmanship, including leaks, and shall
remain in working order for one (1) year from date of completion accepted by the City
Council at no expense to the City. Materials used shall carry a minimum one (1) year
manufacturer's guarantee over and above Contractor's guarantee. If during guarantee
or maintenance period, settlement occurs and adjustments in pipes, valves in planting
areas or under paving are necessary to bring the system to the proper level of the
permanent grades, the Contractor shall make all adjustments without cost to the City.
After the system and the maintenance periods have been completed, the Contractor
shall provide operation manuals, and instruct the City in the operation and maintenance
of all components of each system. In the event the Contractor does not respond to the
City's request for repair work under this guarantee within a period of 48 hours, the City
may make such repairs as deemed necessary at the full expense of the Contractor.
Materials: All materials shall be new and of size and type as called out in the drawings.
All materials of like-kind shall be of one manufacturer.
List of Materials for Approval: Within 10 days after award of contract, the Contractor
shall submit to the City for approval five (5) copies of a complete materials list, together
with manufacturers' name and model numbers covering all material to be furnished
under this contract. Contractor shall also furnish 5 copies of descriptive literature or
catalog cuts marked with highlighter pen for all items to be used on this project. No work
shall be commenced before receipt of approved material list and descriptive material.
List shall cover items listed below and all items indicated on drawings:
Gate valves and boxes
Pipe, pipe compound, and fittings
Plastic pipe & fittings
Plastic pipe primer & solvent
Teflon tape
Control wire & connectors
Valve operating wrenches
Filter assemblies
Automatic controller
Controller Cabinet
Remote Control Valve
Quick Coupler
Sprinkler Bubbler
Flow Sensor
Gate Valves and Boxes: Gate valves shall be line size, brass, model as called out on
the approved Plans, installed per manufacturer's details and specifications. Valve boxes
for gate valves shall be green PVC, size as required to accommodate valve assembly,
428
with lid marking to identify type of valve contained.
Backflow Preventer: Existing- Protect in Place
Pipe and Fittings - Red Brass: Red brass pipe shall be Federal Specification Number
WWP-351, medium weight, IPS, with threads to conform to ASA Specification B2.
Galvanized Steel Pipe: Galvanized steel pipe shall be schedule 40; ASTM (A 120) and
steel fittings shall be schedule 40 hot dipped, double banded malleable steel.
Pipe Compound: Pipe compound for galvanized steel pipe shall be pure approved type
for metal-to-metal joints. Pipe compound for PVC pipe for threaded connections,
including PVC to steel make-up, shall be best grade Teflon tape.
PVC Pipe: All PVC pipe shall be permanently and continuously marked with
manufacturer's name, pipe size (IPS), ASTM (D-1785-68 for Schedule pipe),
manufacturer's lot number and NSF approval. Pipe with dents, wrinkles, die or heat
marks is not acceptable. Pipe shall be delivered to the site in 20-foot lengths.
PVC Sleeves: All irrigation sleeves under street paving shall be PVC 1120/1220 normal
impact, Schedule 80, solvent weld type PVC pipe, 4" diameter. All irrigation sleeves
within medians under decomposed granite pathways shall be PVC 1120/1220 normal
impact, Schedule 40, solvent weld type PVC pipe, 3" diameter.
PVC Main Line and Lateral Line (pressure and non-pressure piping): All lateral lines and
mainlines shall be 1120/1220 normal impact, schedule 40, solvent weld type PVC pipe,
size as indicated on the drawings.
Threaded PVC Nipples: Threaded PVC nipples are to be of Schedule 80, Type 1, 4"
minimum length, except where detailed otherwise on drawings.
PVC Fittings: For make-up shall be of same chemical compound as pipe on which it is
installed. Use Schedule 40 medium-wall fittings for any "all socket" connections. Use
Schedule 40 heavy-wall fittings for all fittings with one or more threaded outlets.
Primer and Solvent: Primer for PVC solvent weld connections shall be as recommended
by the manufacturer of the PVC pipe, to be chemically compatible with the pipe, fittings
and solvent. Solvent for PVC solvent weld connections shall be as recommended by the
manufacturer of the PVC pipe, to be chemically compatible with the pipe, fittings and
primer.
Remote Control Valves and Valve Boxes: Remote control valves are to be diaphragm
type, slow closing, 150 lb., 24 volt electrically operated, epoxy encapsulated waterproof
solenoid to be an integral part of the unit, throttling device with cross arm on top,
manual operating device to cause valve to open and close without use of electricity.
Manual operator shall be provided by the factory and not fabricated by the Contractor.
Diaphragms shall be reinforced neoprene. Body and bonnet shall be of construction as
429
called out in the drawings. Valve boxes for remote control valves shall be green PVC,
size as required to accommodate valve assembly, with lid marking to identify valve
number as shown on detail on the approved Plans.
Automatic Controller and Enclosure: Automatic controller shall be manufactured by
Rainbird Corporation. Model number per plan or approved equal. Controller enclosure
shall design to fit over controller unit as shown on the detail on the drawings.
Electrical Requirements from Automatic Controller (24 volts) to Remote Control Valves:
Shall be U.F. type, U.L. approved, AWG number 14 solid strand copper wire with
minimum 4/64" PVC coating, 600 volt, 75 degrees centigrade. All pilot wires from
automatic controller shall be of one color; common wire from same controller shall be
white coated and color striped same color as pilot wires used. Each remote control
valve shall have different color wires. Use direct burial wire only.
Wire Connectors for Direct Burial Conductors (24 volts): Connectors shall be 600 volt,
60 degrees centigrade, AWG-UF type, waterproof, epoxy or PVC compound filled
containers, Rainbird #ST-03 U.L. Snap-Tite connectors with Pt-S5 sealer.
Execution: Comply with all governing construction ordinances for all work under this
contract. All work shall be assembled to conform to details and notes in the drawings,
whether or not mentioned in this section of the specifications. Observe installed work of
other trades and verify that it is complete to the point where irrigation work may properly
commence. Provide at least one qualified person who shall be present at all times
during execution of the work. He shall be familiar with the type of materials being
installed and the material manufacturers' recommended methods of installation and
direct all work performed under this section.
Connection to Water Supply (POC): Connect to Class 315 PVC service line stub out
downstream of the water meter at location shown on the drawings. Minor changes
caused by field conditions shall be made at no additional cost. In the event of
discrepancies, immediately notify the City Engineer. Do not proceed with installation in
this area until discrepancies have been resolved.
Verification of Dimensions: Verify all horizontal and vertical site dimensions prior to
staking of heads. In the event of discrepancies, immediately notify the City Engineer. Do
not proceed with installation in these areas until discrepancies have been resolved.
Trenching: Check all grades so that work may proceed, keeping materials at specified
depth. Do all excavation for installation of work included in contract. Mechanical
trenching machines shall be of approved type to cut trenches with straight sides.
Trenches shall be only wide enough to lay the pipe and control wires. Perform minor
adjustments to avoid existing utilities as directed without additional cost. "Pulling" of
pipe and/or control wires will not be permitted. Obtain City Engineer's approval before
jacking, boring, or hydraulic driving. Hydraulic driving will not be permitted under asphalt
paving. If cutting or breaking of any paving is necessary, it shall be done and replaced
with like material at the expense of the Contractor after obtaining approval of the City
Engineer.
430
Assembly of Pipes: Metal Pipe: Do not bend or spring pipe, make all offsets or changes
in direction with fittings. Cut threads with sharp, clean dies to conform to ASA
Specification 82. Assemble pipes free from dirt and scale, ream and deburr. Make up
joints by applying oil base compound to male threads only. Remove excessive
compound after make-up.
PVC Plastic Pipe: Handle with care when loading, unloading, transporting and storing
material to avoid damage. Store pipe and fittings under cover before using. Transport in
vehicle with bed of sufficient length to carry pipe flat and fully supported. Store pipe in
same manner. Notify City Engineer when each pipe and fittings shipment reaches the
site for his observation. Rejected materials shall be immediately removed from the site
and replaced with new shipment of different batch number.
Wire Connectors for Direct Burial Conductors (24 volts): Connectors shall be 600 volt,
60 degrees centigrade, AWG-UF type, waterproof, epoxy or PVC compound filled
containers, Rainbird #ST-03 U.L. Snap-Tite connectors with Pt-S5 sealer.
Solvent welding: Use non-synthetic brush to spread primer and solvent using no larger
than pint-sized cans. Clean and refill cans daily. Cut pipe square, ream, chamfer outside
end at 10 degrees. Clean and dry pipe and fitting socket. Scrub full length of inside
socket and pipe end with primer, prime inside socket again. Immediately apply solvent
to pipe end and to socket, then again to pipe end. Bottom pipe in socket and turn 90
degrees. Hold joint together 30 seconds. Wipe off excess solvent. Allow to set 30
minutes before moving. Centerload pipe with small amount of backfill to prevent arching
and whipping under pressure, leaving joints exposed.
Threaded connections - Use Teflon tape on plastic threaded joints. Screw hand tight
and another half turn by wrench. On PVC to metal pipe, work metal connection first.
Laying of Lines: All lines set in place under paving shall extend 18" minimum beyond
such paving and be capped hand tight. No fittings, including couplings, will be permitted
under surfaces to be paved except where the length of the line under the paving
exceeds 20 feet or where shown on the drawings. Snake PVC plastic pipes side to side
in trench bottom keeping 4" horizontal clearance between two pipes in same trench. Do
not lay pipe in trench containing water or at less than 32 degrees F. Centerload
immediately, leaving joints exposed. Minimum depth of PVC pressurized irrigation
mainline shall be 18" in open soil and 24" under paving, unless otherwise approved in
specific situations by the City Engineer. No trench to be covered before City Engineer
has inspected completed piping, flushing, and pressure test.
Laying of Control Wires (24 volt): Lay wires in common trench or sleeve with main line
wherever possible. Splicing allowed with 24" expansion loop only in electrical junction
box with bolt down lid. Common wire and pilot wire to be tagged with 1/4" wide
embossed plastic labeling tape indicating controller and station number. Bind all control
wires in bundles at 1 O' intervals with plastic electrical tape; all splices to be waterproof.
No trench to be covered before City Engineer has inspected wire runs. Remote control
431
wire shall be continuous without splices between controller and valves; any field splices
shall be located in separate valve box marked on record drawings.
Flushing of Lines: Main lines shall be flushed before attaching remote control valves or
quick coupler valves and with pipe centerloaded. All water being discharged shall be
temporarily pumped up and out of trenches. Trenches shall be kept dry for pressure
tests to follow. Install all valves after approval of flushing procedure by City Engineer.
Laterals shall be flushed before sprinkler heads are installed. Cap all risers, apply
pressure, remove caps in sequence starting at cap nearest the control valve. Replace
caps before removing caps to follow. Continue to end of each lateral. Flush until all
foreign matter and mud is cleared of the system. Contractor to provide all materials
needed for flushing operations.
Pressure Tests: Perform all hydrostatic tests in presence of City Engineer after flushing
lines. Maintain 125 PSI without any pressure drop on main lines for minimum 2 hours
with all air expelled from line and with all valves in place. All leaks shall be corrected in
mechanical manner without use of epoxy fillers or other filler compounds. Contractor
shall provide all equipment for tests including force pump and pressure gauges.
Backfill: After the work has been installed, flushed, tested, and proven tight in the
presence of the City Engineer's Representative, backfill with fine materials. Allow no
rocks or other objects larger than one-inch diameter to fall in the first 6" of cover. Backfill
in 4" layers and tamp properly to avoid any voids. Flooding of trenches shall be done
only with the approval of the City Engineer. However, all sandy soils, as determined by
the City Engineer, shall be flooded during the backfill-compaction operation. Compact
backfill over lateral lines to equal density of adjoining undisturbed soils, and compact to
90 percent over main lines. All trenches shall be left flush to the adjoining undisturbed
grades. All backfill under surfaces to be paved for vehicular use shall be compacted to
95%. Any work covered prior to observations by the City Engineer shall be uncovered at
the expense of the Contractor to allow for such observations if demanded by the City
Engineer. Any surplus soil shall be distributed on site as directed by the City Engineer.
Controller Maintenance Charts: Provide hermetically sealed plastic covered charts in
each automatic controller, showing only the systems operated by that controller. Charts
to be as large as possible to fit door and meet approval of the City Engineer before
being acceptable for insertion in plastic. Charts to be in controllers for the final
observation by the City Engineer. Two duplicate charts shall be provided to the City.
Lowering of Valve Boxes, Quick Coupler Valves, and Other Equipment: All of the above
and any other equipment that may be damaged by maintenance operations shall be set
flush to finished grade, or as called out on the drawings, prior to final acceptance.
Contractor shall replace all equipment damaged prior to final acceptance of the
Construction work, and any equipment damaged by Contractor's operations during the
extended maintenance period(s), at no cost to the City.
Adjusting System: Adjust entire system prior to coverage test, and a minimum of once
432
per month throughout the contractor's maintenance period.
Coverage Test: When installation of the irrigation system is completed, perform a
coverage test in the presence of the City Engineer to determine that coverage for
planting areas is complete and adequate. Where inadequate coverage occurs due to
deviations from plans, or where site condition differs and the system has been installed
without notifying the City Engineer, the Contractor shall provide necessary material and
perform work to correct all inadequacies without additional cost. These tests and
corrections shall be accomplished before any ground cover is planted.
Site Cleaning: Clean and legally dispose of all debris from site. Remove all storage
rooms and all other constructions at Contractor's cost, and make site ready for planting
work. The cost for removing debris not cleared as a result of landscape work may be
charged to the Contractor.
Observations: Observations will be performed by the Landscape Architect or City staff
at the following times, and at random visits when the observer may be on the site.
Contractor shall keep a record of when and by whom these observations were made,
and direction given.
Prework conference, to be conducted prior to any irrigation work under contract.
Layout of pressurized main lines.
Layout of landscape drip lines.
Observation of flushing of lines.
Observation of pressure tests.
Observation of coverage performance.
Final observations of the completed installation.
Contractor shall not cover any work prior to observation by the City Engineer. All
observances shall be requested at least 48 hours in advance. All work shall meet the
City Engineer's approval, or be rectified at no additional cost to the City. Contractor shall
be financially responsible for all members of the team of observers for unprepared
observation appointments.
Items Furnished: At time of completion of the six (6) month maintenance period as
awarded as part of this contract, Contractor shall deliver to the City:
One control valve key, 30" long, for every six remote control valves installed. One
coupler key with hose bib attached for every six quick coupler valves.
One loose key for every six quick coupler valves installed.
Two special wrenches suitable for operating each type of shut-off valve installed.
Two tools for disassembly and assembly, or adjustment, of each type equipment
used in this installation requiring such special tools.
Two valve box keys for every 12 locking lid valve boxes used in this installation.
Operating instructions and parts lists, as printed by each manufacturer of each
type equipment installed. Refer to "Materials" section of the specifications and
433
legend on drawings.
List of equipment with names and contact information for local manufacturer
representatives.
"As-built" drawings and controller charts.
Acceptance of Installation: All equipment shall be checked and adjusted in depth,
layout, location, performance and appearance at completion of installation work. All
damaged portions shall be replaced with new materials of like-kind or approved equal.
Maintenance: Maintenance of irrigation systems, including repair and replacement of
equipment, adjustments to systems for plant health and to prevent nuisance water on
paving, modification of controller programming, and all other routine irrigation
maintenance shall be included in the work described and required under the
Contractor's Maintenance Period for a period of six (6) months, and no additional
compensation will be made therefore.
Quick-Coupling Valves and Assemblies. Quick-coupling valves shall be brass or bronze
with built-in flow control and self-closing valve and supplied in 3/4 inch (19 mm) size
unless otherwise required. When a quick-coupler assembly is specified, it shall consist
of the valve, quick-coupler connection and hose swivel.
Sprinkler Equipment Sprinkler heads, bubbler heads and spray nozzles shall be of the
types and sizes shown on the Plans. Such equipment shall be brass, bronze and
stainless steel except for minor components. Equipment of one type and flow
characteristic shall be from the same manufacturer and all equipment shall bear the
manufacturer’s name and identification code in a position where they can be identified
in the installed position. Fixed head sprinklers shall have a one-piece housing with
provision for interior parts replacement. Pop-up sprinklers shall rise at least 1 inch (25
mm) during operation. Shrubbery and bubbler heads shall be adjustable from full-flow
to shutoff.
Landscape Planting
General Requirements:
Scope - Planting work includes, but not limited to, the following:
Layout and Staking of all landscape areas, items, etc. Placing topsoil or site soil
Soil preparation and finish grading
Fertilizers and Soil Conditioners
Furnishing, installation, and staking of trees
Furnishing and installation of shrubs, perennials, succulents, ground covers, and
ornamental grasses
Furnishing and installing root barrier
Furnishing and installing edging
Maintenance of planting areas for six (6) months (in calendar days) as part of this
contract.
434
Verification of Dimensions and Quantities: All scaled dimensions are approximate.
Before proceeding with any work, the Contractor shall carefully check and verify all
dimensions and quantities and shall immediately inform the City Engineer of any
discrepancies between the drawings and/or the specifications and the actual conditions.
No work shall be done in any area where there is such discrepancy until approval for
same has been given by the City Engineer.
Delivery, Storage, and Handling: All plant materials shall be approved upon delivery by
the City Engineer or Landscape Architect; any plants rejected shall be immediately
removed from the site and replaced with approved materials at the Contractor's
expense. Plants shall be stored in an approved, secured area to prevent damage or
theft, and shall be hand watered as necessary to keep in a healthy condition until
planting. Any plants that show dieback or damage shall be replaced in kind at no
expense to the City.
Layout of Landscape Areas, Items, and Staking: Landscape areas, items, etc. shall be
laid out, staked and installed by the Contractor in the locations shown on the drawings.
Contractor shall call for Observation as outlined below after layout and staking, and
prior to installation. Discrepancies between drawings and site shall be brought to the
attention of the City Engineer prior to work. If spacing demands additional or less
materials, notify City Engineer before commencing work.
Observation: All observations herein specified shall be made by the City Engineer or
Landscape Architect. Contractor shall request observation at least 48 hours in advance
of the time observation is required. Observation will be required on the following parts of
the work:
During preliminary grading, soil preparation, and initial weeding.
When trees are spotted for planting, before planting holes are excavated.
When finish grading has been completed, and prior to planting of shrubs,
perennials, and ground covers.
When planting and all other indicated or specified work has been completed. Prior
to start of maintenance period.
Final observation at completion of maintenance periods.
The contractor shall be on the project site at the time of each observation.
Guarantee: All trees, shrubs, ground covers, and other plant materials shall be
guaranteed to take root and grow within 12 months after final acceptance of plantings
by the City Council, when such plants have received normal care and maintenance. Any
trees or other plant materials that die back and lose the form and size as originally
specified shall be replaced even though they may have taken root and are growing after
the die-back. Contractor, within 15 days of written notification by City Engineer, shall
remove and replace all guaranteed plant material that for any reason fail to meet the
requirements of the guarantee. Replacement material and plantings shall be to the
same specifications as required for the original planting and all replacements shall be
435
guaranteed as specified for the original guaranteed materials at the Contractor's
expense. Any trees or other plant materials that are destroyed or severely damaged by
vandalism or vehicle accident shall be replaced in kind by the Contractor for a
pre-negotiated unit price agreed upon by the City and the Contractor.
Materials: Contractor shall, at own expense, submit at least three samples of site soil
from proposed landscape areas for agricultural suitability and fertility analysis and
amendment recommendation to an approved soils laboratory. All samples to be taken
from the top 6" of site soil after completion of rough grading.
Fertilizers and Soil Conditioners: All material shall be first grade analysis, with quantity
or weight attached to each sack or container. Delivery certificates shall be given to the
City Engineer as each material is delivered. A list of materials used, together with typical
certificates of each material, shall be submitted to the City prior to the final acceptance
of the job.
Bulk humus shall be nitrogen stabilized ground fir or pine bark containing 1 % nitrogen
(dry weight basis), made by Sequoia Humus Products, Vita Bark, or equal.
Slow-release fertilizer shall be commercial type, derived from organic materials such as
decomposed animal, vegetable and mineral matter, or chemically manufactured by an
approved fertilizer manufacturer. Material shall be relatively dry, friable, and pass a one
inch sieve; shall not contain poultry, animal or human waste, pathogenic viruses, fly
larvae, insecticides, herbicides, fungicides, or poisonous chemicals that would inhibit
plant growth; and shall have the guaranteed chemical analysis as recommended by an
approved soil testing laboratory.
Plant Materials: Plant materials indicated shall be furnished to size, quantities, and
spacing as indicated or noted for each location and shall be of the species, kind, size,
etc., as shown and described on the drawings.
Quality: Healthy, shapely, well-rooted, disease and insect free, not root bound. Grown in
nurseries inspected by the State Department of Agriculture. Free of abrasions, knots,
injuries, or disfigurements. Plants not approved are to be removed from site immediately
and replaced with suitable plants of like species and container size.
Miscellaneous Materials: Stakes shall be lodgepole not less than 1 O' in height for 15-
gallon and 24" box trees. Contractor shall utilize two stakes per tree. Contractor shall
provide tree supports as noted on the drawings.
Contractor shall provide decomposed granite in quantity as required to install a 4" thick
layer in all median landscape areas. A sample of all decomposed granite material shall
be submitted to the City Engineer for approval prior to delivery to the site.
Root Barrier. (Refer to Section 801-3.1.2) Root control barrier shall be 24-inches by
0.080-inches thick high impact polyethylene or polypropylene sheeting with reinforced
436
double top edge, manufactured for root barrier purposes. Sheeting shall have integrally
molded root deflector ribbing and integrally molded joiner strip
Aluminum Edging. Edging shall be 6 inch, 14 ga aluminum. Edging stock shall be
supplied in lengths of at least 10 feet. Stakes for edging shall be per manufacturer’s
recommendation.
Execution:
Grading: Soil shall not be worked when moisture content is so great that excess
compaction will occur nor when it is so dry that dust will form in the air or clods will not
break readily. Water shall be applied if necessary to provide ideal moisture content for
filling and planting as herein specified. Preliminary grading shall be done in such a
manner as to anticipate finish grading. Excess soil shall be removed or redistributed
before the application of amendments. Where soil is to be replaced by plants and
decomposed granite, allowance shall be made so that when finish grading has begun,
there shall be no deficiency in the specified depth of planted beds. Finish grading shall
consist of smoothing out the grade to eliminate depressions or protrusions, and result in
a smooth, clean soil surface ready for landscaping, bringing all ground areas to uniform
slopes, meeting grades of curbs, paving, walkways, etc., and drainage at a 2% slope
toward rock dry stream beds/ infiltration swales, unless otherwise existing or indicated
on the drawings. Maintain existing drainage flow lines and grades where they occur,
and make sure drainage remains unobstructed by soil, rocks, or debris throughout and
upon completion of installation and during maintenance period. Finish grade is the
ground surface grade after all loosening, soil conditioning, fertilizing, and planting has
been completed. Ground shall be 2" below curbs in ground cover and shrub areas.
Accurate flow lines shall be set by instrument to catch basins or other points of drainage
flow. Modeling of finish grade shall be done as directed by the City Engineer.
Soil Conditioning: For all trees and shrub planting, the following prepared soil mix shall
be used for bidding purposes for backfill in tree and shrub pits:
Site Soil - 2/3 by volume
Organic Amendment - 1/3 by volume
Slow-release Fertilizer - 1 lb. per cubic yard of mix Iron Sulfate - 2 lbs. per cubic
yard of mix
Contractor shall thoroughly blend and mix prior to placement, not mix in plant pit. This
mix is for bidding purposes and shall be superseded by recommendations of soil
analysis report. The cost of soil analysis report shall be borne by the Contractor.
Weed Control: All areas designated for planting shall receive the following weed
eradication procedures after final grading and acceptance, and subsurface drip irrigation
installation, but prior to planting:
1. Manually remove and dispose of all existing weeds off-site.
2. Fertilize all planting areas with a 35-0-0 commercial fertilizer at the rate of 20 lbs.
per acre and begin the watering process.
3. Water all planting areas thoroughly and continuously for a period of three weeks.
437
The Contractor shall provide a specific watering duration and frequency program
designed to germinate all residue weed seeds.
4. Discontinue the watering process for two days and then apply a systemic weed
killer at a maximum label rate. Protect existing trees from spray; do not apply weed
killer if raining or rain is predicted. No irrigation water shall be applied for a minimum
of four days following application of the contact weed killer.
Planting of Shrubs and Trees: All materials shall be set so when settled the top of root
crown shall be 1" above the surrounding finish grade. The City Engineer or Landscape
Architect shall approve all materials as to quality and placement before holes are dug.
Contractor shall dig pits minimum 2-1/2 times the size of the plant container and backfill
native site soil (unamended) to the bottom of the plant root ball, and prepared soil
specified in this section around the root ball. Install stakes on all trees per the planting
details on the plans. If soil settles away from plant root ball after planting, Contractor
shall fill topsoil around same to bring to proper level with finish grades. After all trees
have been planted, Contractor shall build good-sized basins around each tree and
install a landscape mulch of shredded bark. Upon completion of all planting operations,
soil between plants shall be lightly cultivated and neatly raked. An average 4" thick layer
of decomposed granite shall be uniformly spread over all landscape areas after
completion of planting.
Watering: Apply water to all planted areas and plants during operations and thereafter
until acceptance of work. Plants that cannot be watered efficiently with the existing
irrigation system shall be watered by means of a hose, until problem is corrected.
Immediately after planting, apply water to each tree and plant by means of a hose, in a
moderate stream in the planting hole until the material about the roots is completely
saturated from the bottom of the hole to the top of the ground. Apply water in sufficient
quantities, and as often as seasonal conditions require to keep the ground and plantings
moist. Protect landscape areas against damage, including erosion and trespass and
provide proper safeguards as may be needed. Replant damaged areas promptly.
Special care shall be taken to prevent erosion from surface drainage from other areas.
Any damages from same shall be the Contractor's responsibility.
Root Barrier Installation. Install root barrier in all tree wells to form a continuous barrier
at the perimeter and where shown on drawings. Install and join sections in strict
accordance with manufacturer's printed instructions.
Clean-Up: Just prior to clean-up, additional decomposed granite shall be added as
necessary to achieve the thickness specified on the drawings. Upon completion of all
planting operations, the project site shall be cleaned of all debris, superfluous materials,
and equipment. All such materials and equipment shall be entirely removed from the
project site. Curbs and pavement shall be swept or washed clean upon completion of
the work of this section. During the entire contract period, plant containers that have
been cut or removed from plant materials shall be removed from the project site.
Payment for Median Landscape and Irrigation Improvements shall be paid for at the
Contract Lump Sum (LS) price and shall include full compensation for furnishing all
438
labor, materials, tools, equipment, trimming, hauling, disposing and incidentals and for
doing all the work involved complete in place, and no additional compensation will be
allowed therefore.
Bid Item Nos. 54 to 57 - Install Inert Materials-Stabilized Decomposed Granite
Pavement, Stamped Concrete, and Landscape Boulder
Specification for Stabilized
Decomposed Granite Pavement
1. General. Decomposed Granite Pavement as indicated herein this section shall
consist of a thoroughly pre-blended mixture (before placement) of Decomposed
Granite Materials (fines) and Binder ("stabilizer''), that is, when reacted with water
and compacted in place, creates a Stabilized Decomposed Granite Pavement
surface.
A. Material Data. Submit all available product data and manufacturing sources
for each type of material and product listed herein this Article to the Engineer. All
product data shall also include source, Manufacturer's and Distributor's name,
address, and telephone numbers. Submit the following:
1. Decomposed Granite Material.
2. Stabilizer Binder.
3. Soil Sterilizer
4. PCC Header (applicable only to Circulation Element trails)
B. Samples. Submit three (3) physical samples of each surfacing material and/or
system herein to the Engi neer. Submit samples of Decomposed Granite Material
for approval to ensure color will be compatible with the Project. Each sample shall
be clearly labeled in reseal able 1-gallon bags, and in a sufficiently large quantity
(one (1) pound minimum per bag) that clearly illustrates the functional
characteristics and full range of color and texture of the material.
C. Sieve Analysis. Submit sieve analysis of each type of Decomposed
Granite material to ensure it meets the proper grading requirements. Sieve
analysis and coloring of the Decomposed Granite Material shall be approved,
in writing, by the Engineer/Park Planner, before any material is delivered to the
Project Site.
D. Material test Reports. Submit certified copies of the field tests
performed (testing the comprehensive strengths) of the
Decomposed Granite Material.
E. Quality Assurance and Control. Installer-provide evidence to indicate
successful experience in providing decomposed granite or crushed 3/8" or
439
1/4" minus aggregate paving containing Stabilizer binder additive.
F. Source Limitations. Obtain each type of Decomposed Granite Material
from the same manufacturer's Plant.
G. Single-Source Limitations. Obtain each color, type, and/or variety of the
Decomposed Granite Material from a single source with resources to provide
products and materials of consistent quality in appearance and physical
properties without delaying the Work.
H. Field Constructed Mock-Ups. Accepted Mock-Ups are a prerequisite to
commencing Work under this section. Prior to the installation of any Work as
Indicated herein this section, the Contractor shall erect Field-Constructed Mock-Ups
for each type of Decomposed Granite Pavement to verify selections made under
the Submittals Article and the to demonstrate Stabilized DG Pavement aesthetic
effects as well as qualities of materials and execution.
Build Field Constructed Mock-Ups to comply with the following requirements,
using materials and some base construction including special features for
surface finish, compaction within lifts, color(s), and contiguous work, as indicated
for the final unit of work.
Locate Field-Constructed Mock-Ups in a location and of the size indicated or, if not
indicated, as directed by the Engineer.
Notify the Engineer, in writing, at least on (1) week in advance of the dates and
times when Field-Constructed Mock-Ups will be erected.
Demonstrate quality and range of aesthetic effects and workmanship in the Field
Constructed Mock-Ups that will be produced in the final unit of Work. Obtain the
Engineer's acceptance of the Field-Constructed Mock-Ups, in writing, before the start
of Work.
Each Field-Constructed Mock-Up in this section shall measure six (6') feet wide and
eight (8') feet long, and at the equal thickness of the Decomposed Granite
Pavement as indicated in the Contract Drawings and as provided herein, to
compare the aesthetics of material colors, textures, and finishes.
Mobility Element Trails - Include an 8" depth, x 6" wide Cast-in-Place Concrete
Header as part of the Mock-Up when construction of trails is part of roadway
improvements.
Retain and maintain all Field-Constructed Mock-Ups during construction in an
undisturbed condition. The Accepted Field-Constructed Mock-Ups shall be the
standard for judging the completed work under this section.
440
When the Engineer determines that a Field-Constructed Mock-Up does not meet
requirements, retain it for reference and create another Field-Constructed Mock-
Up until the Field-Constructed Mock-Up is accepted by the Engineer.
When directed by the Engineer, the Contractor shall demolish and remove Field-
Constructed Mock-Up samples from the Project Site.
I. Substitutions. Any pavement to be considered equal to the Decomposed
Granite Pavement indicated herein this section shall be reviewed by the
Engineer. Decomposed Granite Pavement with equal use characteristics
produced by other Manufactures and/or Distributors may be considered,
providing deviations in dimensional size, color, composition, operation, and/or
other characteristics do not change the design concept, aesthetic appearance, or
intended performance, as solely judged by the Engineer. The burden of proof on
product equality is on the Contractor.
Obtain approval for all pavement options and/or substitutions, in writing, by the
Engineer, prior to the Bid Date. No substitutions of Products indicated herein
this section shall be allowed after the Bid Date.
2. Products
A. Decomposed Granite Material. Clean, hard, durable particles or fragments of
minus select crushed granite, river rock, or basalt. Material fines shall be evenly
mixed throughout the aggregate. When produced from gravel, fifty percent (50%)
by weight of the material retained on a No.4 sieve shall have (1) fractured
surface.
The portion retained on the No. 4 sieve shall have a maximum percentage of
wear of 50 at 500 revolutions as determined by AASHTO T96-77. The portion
passing a No. 4 sieve shall have a maximum liquid limit of 25 and a maximum
plasticity index of 7 as determined by AASHTO T89-81 and AASHTO 90-81
respectively.
The Decomposed Granite Material shall be free from clay lumps, or any other
deleterious material.
441
Grading Requirements:
Percentage of Weight Passing a Square Mesh
Sieve AASHTO T11-82 and T27-82
Sieve Size Percentage Sieve Size Percent
Passing Passing
3/8" 100% No. 30 40-50%
No.4 95-100% No. 50 25-35%
No.8 75-80% No. 100 20-25%
No. 16 55-65% No. 200 5-15%
B. Stabilizer Binder: A non-toxic, colorless, odorless, non-staining,
concentrated organic powder that binds decomposed granite or crushed 3/8"
or minus aggregate together, creating a natural-appearing, firm surface.
Material: "Versilock", Stabilizer Solutions, Inc., 205 South 2 8t h
St. Phoenix, AZ85034, (800) -336-2468, or approved equal.
Supplier: Southwest Boulder and Stone, 2418 Cypress Way,
Fullerton, CA 92831, 714.882.1 010 or approved equal.
Application Rate: Per Manufacturer's written recommendations.
Minimum application rate of 13 lbs./ton.
C. Soil Sterilant. Apply selective pre-emergence herbicide in accordance
with the City of Lynwood’s latest edition of the Integrative Pest Management
Plan.
3. Execution
A. Blending Stabilizer - Blend 12-151bs of Stabilizer per ton of decomposed granite
or crushed 3/8" or ¼" minus aggregate screenings. It is critical that Stabilizer be
thoroughly and uniformly mixed throughout decomposed granite or crushed
aggregate screenings. Blending shall be performed at the batch plant that will
supply both the aggregate and the stabilizer.
B. Placement of Decomposed Granite Screenings or crushed 3 / 8 ” or ¼”
minus aggregate screenings: Place aggregate in lifts and depths shown on
standard drawings. Upon thorough moisture penetration, compact aggregate
screenings to 95% relative compaction with a double drum roller (2-4 tons) or
single drum roller (1000 lbs.) or vibratory plate tamp. Do not begin compaction
for 6 hours after placement and moisture penetration. However,
compaction must be completed within 48 hours of placement and moisture
penetration.
442
C. Repairs and Protection - Remove and replace stabilized decomposed
granite crushed 3/8" or ¼" minus aggregate paving that is damaged, defective
or does not meet requirements of this section. Repairs can be made by the
following steps:
1. Rototill damaged area to the depth of the stabilized aggregate and
square upside walls.
2. If area is dry, moisten damaged portion lightly.
3. Pre-blend the dry required amount of stabilizer powder with the proper
amount of aggregate in a concrete mixer. (12 lbs. per ton)
4. Add water to the pre-blended aggregate and stabilizer. Thoroughly
moisten mix to 25 to 35 gallons per ton of pre-blended material to
approximately 10% moisture content.
5. Apply moistened pre-blended aggregate to rutted or excavated area to finish
grade.
6. Compact with a vibrating plate compactor or 1000 lb. drum roller. Keep
traffic off areas for 12 to 48 hours after repair has been completed.
D. Maintenance - Remove debris, such as grass clippings, leaves or other
materials by mechanically blowing or hand raking the surface as needed.
During the first year a minor amount of loose aggregate will appear on the surface
(1/16" to
¼"). If this material exceeds a ¼" depth, redistribute the material over the entire
surface. Water thoroughly to the depth of 1". Compact with power roller of no less
than 1000 lbs.
SECTION 300 - EARTHWORK
303-6 STAMPED CONCRETE.
303-6.1 General. Stamped concrete shall be imprinted with special tools to provide the
pattern specified. Colored stamped concrete shall also conform to 303-7.
The Contractor shall construct a sample for each pattern included in the Work. The
sample shall be a minimum of 10 square feet (1 m2) which shall be subject to inspection
and approval by the Engineer.
All other areas to be installed shall match the texture of the approved area.
All coloring and curing compounds used in the Work shall be from the same
manufacturer.
303-6.2 Concrete Placement. Placing of concrete shall conform to 302-6 and 303-5.
The
443
minimum slab thickness shall be 4 inches (100 mm). The maximum size aggregate in
the top 2 inches (50 mm) shall be 3/8 inch (9.5 mm).
303-6.3 Pattern. The pattern of stamped concrete shall be implanted, indented,
imprinted, or stamped into the surface by means of forms, molds, or other approved
devices. The impressions shall be approximately 3/8 inch (9.5 mm) in width, not to
exceed 1/2 inch (12.5 mm) in depth and be ungrouted unless otherwise specified.
Expansion joints and control joints shall be located so as not to disrupt the pattern.
Joints shall conform to 303-5.4.
303-6.4 Curing. Curing shall conform to 303-1.10. Curing compound used in the Work
shall be of a single type and manufacturer.
303-7 COLORED CONCRETE.
303-7.1 General. Colored concrete shall be produced by Method A or B as specified
below. The
Contractor shall provide a sample in the Work for each color specified of a size
satisfactory to the Engineer. The sample shall be inspected and approved by the
Engineer before proceeding with the Work.
303-7.2 Method A (Dry Shake). Color hardener shall be applied evenly to the plastic
surface by a dry shake method using approved manufacturer’s printed instructions,
otherwise, it shall be applied in two applications, wood floated after each, and troweled
only after the final floating.
303-7.3 Method B (Integral Color).
a) Color Conditioning Admixture. Color conditioning admixture shall be added to the
concrete in accordance with approved manufacturer’s printed instructions. No calcium
chloride shall be added to the concrete. Other non-chloride admixtures may be added
subject to approval of the Engineer.
b) Pure Mineral Pigments. Pure mineral pigments shall be added to the concrete in
accordance with approved manufacturer’s printed instructions. Other admixtures
specified or approved by the Engineer shall be added to the concrete in accordance
with 201-1.2.4, except that no calcium chloride, or other admixture containing chloride
ions shall be used.
303-7.4 Curing. Colored concrete shall be cured with a liquid curing compound in
matching color and complying with the requirements of ASTM C309. The curing
compound shall be applied in accordance with approved manufacturer’s printed
instructions. Curing with clear, white-pigmented or fugitive-dye curing compounds, or
with plastic or other waterproof membranes will not be allowed.
When approved by the Engineer, colored concrete may be cured by a continuous
indirect fine spray of water for a minimum of 10 Days.
303-5.9 Measurement and Payment. Payment for concrete walks with stamped and
colored concrete will be made as shown in the Bid.
444
SECTION 200 – ROCK MATERIALS
LANDSCAPE BOULDER
Section 200 of the Standard Specifications is hereby revised for this project as follows:
Section 200-1 Description shall include the following:
This work consists of furnishing and placing boulders in accordance with these
specifications and in conformity with the details shown on the plans, or as directed.
Section 200-1 materials shall include the following:
Landscape Boulder (Special) shall be three-foot to four-foot nominal size boulders,
angular in shape, and having a specific gravity of at least 2.2, that is developed on the
project site during blasting operations.
Contractor shall locate suitable boulders and obtain the Engineer’s approval of the
selected boulders prior to transport. The Contractor shall deliver the boulders to a
stockpile area designated by Southwest Boulder and Stone.
Section 200-1 shall include the following:
The pay item “Landscape Boulder (Special)” will be measured by the number delivered
to and stockpiled at the site approved by the city representative.
Section 200-1 shall include the following:
Pay Item Pay Unit
Landscape Boulder (Special) Each
The pay item Landscape Boulder (Special) will include locating suitable boulders,
obtaining Engineer approval, moving boulders to the approved stockpile area and
unloading at the approved stockpile area.
Bid Item No. 58 – Mobilization
Mobilization shall conform to the provisions of Sections 7-3.4 of the Standard
Specifications.
Mobilization and demobilization shall consist of preparatory work and operations
including, but not limited to, those necessary for the movement of personnel,
equipment, materials, and incidentals to the project site necessary for work on the
project and for all other work and operations which must be performed or costs incurred
including bonds, insurance, and financing prior to beginning work on the various
contract items on the project site. Mobilization shall also include the time, materials,
and labor to move the necessary construction equipment to and from the site,
445
supervisory time on the job by the Contractor’s personnel to keep the construction site
in a safe condition, and all other related work as required at all times and for all non-
working days during the construction period. The Contractor is responsible for securing
an adequate storage site for equipment and materials. Demobilization includes removal
of all equipment and materials from the site, clean up and restoration of the work site at
the end of project.
No additional amounts shall be paid for erosion control, Best Management Practices
(BMP), erosion damage clean-up, and removal of debris from the project site, NPDES
requirements, or removal of soil deposited on public streets by construction traffic.
Best Management Practices (BMP) shall be defined as any program, technology,
process, citing criteria, operating method, measure, or device, which controls, prevents,
removes, or reduce pollution.
The Contractor shall have a minimum of two readily accessible copies of each
publication on the Contract site at all times plus any copies of applicable environmental
mitigation plans.
Additional BMPs may be required as a result of a change in actual field conditions,
Contractor activities, or construction operation. When more than one BMP is listed
under each specific BMP category, the Contractor shall select the appropriate and
necessary number of BMPs within each category in order to achieve the BMP objective.
BMPs for Contractor activities shall be continuously implemented throughout the year
and project time period. BMPs for erosion control and sedimentation shall be
implemented during the period from October 15 to April 15, and whenever the National
Weather Service predicts rain within 24 hours. BMPs for erosion control and
sedimentation shall also be implemented prior to the commencement of any Contractor
activity or construction operation, which may produce run-off, and whenever run-off from
other sources may occur.
The Agency (City), as a permittee thereto, is subject to enforcement actions by the
State Water Resources Control Board, Environmental Protection Agency, and private
citizens. The Agency will pass through to the Contractor any penalty assessed by these
entities for each calendar day that the Contractor has not fully implemented the BMPs
specified for the Contract and/or is otherwise in noncompliance with these provisions.
In addition, the Agency will deduct, from the final payment due the Contractor, the total
amount of any fines levied on the Agency, plus legal and staff costs, as a result of the
Contractor’s lack of compliance with these provisions and/or less than complete
implementation of the specified BMPs.
Payment for Mobilization shall be included in the Lump Sum (LS) Price bid and shall
be considered full compensation for obtaining all business licenses and permits, as
required for the entire project, from all related agencies, including, but not limited to,
utility companies, private and public agencies and the City of Lynwood; and complying
with the requirements specified in those licenses and permits; coordination, field office
446
facility, implementation of Best Management Practices, and incidentals necessary to
perform all related items of work. Progress payments for this bid item shall be paid for
in accordance with the completion percentage of the project to the Contractor and shall
include the cost of such mobilization administration during the entire contract period and
demobilization. No additional compensation will be allowed therefor.
447
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
_________________________________
PART 4 - APPENDICES
IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS FROM
STATE STREET TO WRIGHT ROAD
CITY OF LYNWOOD PROJECT NO. 4011.68.106.62015
4.1 Appendix A – Department of Industrial Relations (DIR)
Contractor Registration Number Form
4.2 Appendix B – Standard Plans
4.3 Appendix C – Contract Change Order (CCO) Form
4.4 Appendix D – Substitution Request Form
4.5 Appendix E – Labor Code Sections 1771, 1775, 1776, 1777.5, 1813 and 1815
4.6 Appendix F – Engineering and / or Architectural Plans (Contract Drawings)
* * * *
448
APPENDIX A
Department of Industrial Relations (DIR)
Contractor Registration Number Form
449
Department of Industrial Relations (DIR)
Contractor Registration Number
Beginning July 1, 2014, contractors must register with the Department of Industrial
Relations (DIR) before bidding on public works contracts in California. For more
information, please refer to this section of the Department of Industrial Relations
Website: http://www.dir.ca.gov/Public-Works/PublicWorks.html.
Per this requirement, provide the following information:
______________________________________________________________________
Contractor Name
Contractor Department of Industrial Relations Registration Number:
______________________________________________________________________
Expiration Date of Registration Number
*(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID) *
450
APPENDIX B
STANDARD PLANS
451
LIST OF STANDARD PLANS
Plan No. Description
CALTRANS:
RSP A20A Striping Details 9 & 22
A20B Striping Detail 29
RSP A20D Striping Details 38 & 40
A24A Thermoplastic Pavement Marking Arrow
A24F Thermoplastic Continental Crosswalk
RSP A24G Thermoplastic Limit Line
ES-3C Electrical Systems (Controller Cabinet Foundation and Pad Details)
ES-4A Electrical Systems (Signal Heads and Mountings)
ES-4B Electrical Systems (Pedestrian Signal Heads)
ES-4E Electrical Systems (Signal Heads and Optical Detector Mountings)
ES-5C Electrical Systems (Accessible Pedestrian Signal and Push Button
Assemblies)
ES-7A Electrical Systems (Signal and Lighting Standard)
ES-7F Electrical Systems (Signal and Lighting Standard)
Standard Plans for Public Works Construction:
SPPWC 120-3 Curb Type A1-6
SPPWC 121-3 Curb Type B1-6
SPPWC 140-3 Median Taper
452
45
3
45
4
45
5
45
6
45
7
45
8
45
9
46
0
46
1
46
2
46
3
46
4
46
5
For individual use only by elsa.moreno@hdrinc.com as per copyright law. Order ID: bni11069
466
For individual use only by elsa.moreno@hdrinc.com as per copyright law. Order ID: bni11069
467
For individual use only by elsa.moreno@hdrinc.com as per copyright law. Order ID: bni11069
468
APPENDIX C
CONTRACT CHANGE ORDER (CCO) FORM
469
APPENDIX C
CONTRACT CHANGE ORDER (CCO) FORM
CITY OF LYNWOOD
DEPARTMENT OF PUBLIC WORKS
Date: _____________________________ CCO No. _______ Project No.
Project Title: ___________________
Plan Reference: ________________________________
Item Reference:______________________________
Contractor:
_________________________________________________________________________________
Show as separate numbered paragraphs: (1) Reason for Change; (2) Description of Change; (3) Location
of change (Stations, etc.); (4) Change in Contract Cost; (5) Extension of Contract, if warranted; (6) New
Contract Total Including All Change Orders.
470
APPENDIX D
SUBSTITUTION REQUEST FORM
471
APPENDIX D
SUBSTITUTION REQUEST FORM
TO:
_____________________________________________________________________________________________
PROJECT: LYNWOOD URBAN BIKE TRAIL
PROJECT NO:
OWNER: CITY OF LYNWOOD
SPECIFIED ITEM:
__________________ ____ _________ _____________________________________________________
Section Page Paragraph Description
The undersigned requests consideration of the following:
PROPOSED SUBSTITUTION: ______________________________________________________________
Attached data includes product description, specifications, drawings, photographs, performance and test data
adequate for evaluation of the request. Applicable portions of the data are clearly identified.
The undersigned states that the following paragraphs, unless modified on attachments, are correct:
1. The proposed substitution does not affect dimensions shown on Drawings and will not require a change in any of
the Contract Documents.
2. The undersigned will pay for changes to the design, including engineering design, detailing, and construction costs
caused by the requested substitution which is estimated to be
$______________________________________________.
3. The proposed substitution will have no adverse effect on other contractors, the construction schedule (specifically
the date of substantial completion), or specified warranty requirements.
4. Maintenance and service parts will be locally available for the proposed substitution.
5. The incorporation or use of the substitute in connection with the work is not subject to payment of any license fee
or royalty.
The undersigned further states that the function, appearance, and quality of the Proposed Substitution are equivalent
or superior to the Specified Item.
Submitted by Contractor: Reviewed by Engineer:
SIGNATURE: ____________________________________ □ ACCEPTED
FIRM: __________________________________________ □ ACCEPTED AS NOTED
_______________________________________________ □ NOT ACCEPTED
DATE: _________________________________________ □ RECEIVED TOO LATE
TELEPHONE: ______________________________ BY: ___________________________________________
TITLE: ________________________________________
DATE: ________________________________________
ATTACHMENTS: ___________________________ REMARKS: ___________________________________
472
APPENDIX E
Labor Code Sections 1771, 1775, 1775.5, 1813 and 1815
473
APPENDIX E
Labor Code Section 1771
Requirement of prevailing local rate for work under contract
Except for public works projects of one thousand dollars ($1,000) or less, not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which the public work is
performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work
fixed as provided in this chapter, shall be paid to all workers employed on public works.
This section is applicable only to work performed under contract, and is not applicable to work carried out
by a public agency with its own forces. This section is applicable to contracts let for maintenance work.
Labor Code Section 1775
Forfeiture for paying less than prevailing wage rates; Amount of penalty; Payments to workers;
Liability of prime contractor; Notification of complaint
(a)
(1) The contractor and any subcontractor under the contractor shall, as a penalty to the state or political
subdivision on whose behalf the contract is made or awarded, forfeit not more than fifty dollars ($50) for
each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as
determined by the director for the work or craft in which the worker is employed for any public work done
under the contract by the contractor or, except as provided in subdivision (b), by any subcontractor under
the contractor.
(2)
(A) The amount of the penalty shall be determined by the Labor Commissioner based on consideration
of both of the following:
(i) Whether the failure of the contractor or subcontractor to pay the correct rate of per diem wages was
a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the
attention of the contractor or subcontractor.
(ii) Whether the contractor or subcontractor has a prior record of failing to meet its prevailing wage
obligations.
(B)
(i) The penalty may not be less than ten dollars ($10) for each calendar day, or portion thereof, for
each worker paid less than the prevailing wage rate, unless the failure of the contractor or subcontractor
to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and
voluntarily corrected when brought to the attention of the contractor or subcontractor.
(ii) The penalty may not be less than twenty dollars ($20) for each calendar day, or portion thereof, for
each worker paid less than the prevailing wage rate, if the contractor or subcontractor has been assessed
penalties within the previous three years for failing to meet its prevailing wage obligations on a separate
contract, unless those penalties were subsequently withdrawn or overturned.
(iii) The penalty may not be less than thirty dollars ($30) for each calendar day, or portion thereof, for
each worker paid less than the prevailing wage rate, if the Labor Commissioner determines that the
violation was willful, as defined in subdivision (c) of Section 1777.1.
474
(C) When the amount due under this section is collected from the contractor or subcontractor, any
outstanding wage claim under Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 against
that contractor or subcontractor shall be satisfied before applying that amount to the penalty imposed on
that contractor or subcontractor pursuant to this section.
(D) The determination of the Labor Commissioner as to the amount of the penalty shall be reviewable
only for abuse of discretion.
(E) The difference between the prevailing wage rates and the amount paid to each worker for each
calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be
paid to each worker by the contractor or subcontractor, and the body awarding the contract shall cause to
be inserted in the contract a stipulation that this section will be complied with.
(b) If a worker employed by a subcontractor on a public works project is not paid the general prevailing
rate of per diem wages by the subcontractor, the prime contractor of the project is not liable for any
penalties under subdivision (a) unless the prime contractor had knowledge of that failure of the
subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime
contractor fails to comply with all of the following requirements:
(1) The contract executed between the contractor and the subcontractor for the performance of work on
the public works project shall include a copy of the provisions of Sections 1771, 1775, 1776, 1777.5,
1813, and 1815.
(2) The contractor shall monitor the payment of the specified general prevailing rate of per diem wages
by the subcontractor to the employees, by periodic review of the certified payroll records of the
subcontractor.
(3) Upon becoming aware of the failure of the subcontractor to pay his or her workers the specified
prevailing rate of wages, the contractor shall diligently take corrective action to halt or rectify the failure,
including, but not limited to, retaining sufficient funds due the subcontractor for work performed on the
public works project.
(4) Prior to making final payment to the subcontractor for work performed on the public works project, the
contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the
subcontractor has paid the specified general prevailing rate of per diem wages to his or her employees on
the public works project and any amounts due pursuant to Section 1813.
(c) The Division of Labor Standards Enforcement shall notify the contractor on a public works project
within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure
of a subcontractor on that public works project to pay workers the general prevailing rate of per diem
wages
Labor Code Section 1777.5
Employment of apprentices on public works
(a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public
works.
(b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for
apprentices in the trade to which he or she is registered and shall be employed only at the work of the
craft or trade to which he or she is registered.
(c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that
have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to
written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible
to be employed at the apprentice wage rate on public works. The employment and training of each
475
apprentice shall be in accordance with either of the following:
(1) The apprenticeship standards and apprentice agreements under which he or she is training.
(2) The rules and regulations of the California Apprenticeship Council.
(d) When the contractor to whom the contract is awarded by the state or any political subdivision, in
performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the
contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any
apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for
a certificate approving the contractor under the apprenticeship standards for the employment and training
of apprentices in the area or industry affected. However, the decision of the apprenticeship program to
approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The
apprenticeship program or programs, upon approving the contractor, shall arrange for the dispatch of
apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be
required to submit any additional application in order to include additional public works contracts under
that program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined
as an apprenticeable occupation in accordance with rules and regulations prescribed by the California
Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a
contractor who performs any public works not excluded by subdivision (o).
(e) Prior to commencing work on a contract for public works, every contractor shall submit contract award
information to an applicable apprenticeship program that can supply apprentices to the site of the public
work. The information submitted shall include an estimate of journeyman hours to be performed under the
contract, the number of apprentices proposed to be employed, and the approximate dates the
apprentices would be employed. A copy of this information shall also be submitted to the awarding body if
requested by the awarding body. Within 60 days after concluding work on the contract, each contractor
and subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a
verified statement of the journeyman and apprentice hours performed on the contract. The information
under this subdivision shall be public. The apprenticeship programs shall retain this information for 12
months.
(f) The apprenticeship program that can supply apprentices to the area of the site of the public work shall
ensure equal employment and affirmative action in apprenticeship for women and minorities.
(g) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on
the public work may be no higher than the ratio stipulated in the apprenticeship standards under which
the apprenticeship program operates where the contractor agrees to be bound by those standards, but,
except as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice
work for every five hours of journeyman work.
(h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when
any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked
during the day by journeymen so employed. Any work performed by a journeyman in excess of eight
hours per day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ
apprentices for the number of hours computed as above before the end of the contract or, in the case of a
subcontractor, before the end of the subcontract. However, the contractor shall endeavor, to the greatest
extent possible, to employ apprentices during the same time period that the journeymen in the same craft
or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular
craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an apprenticeship
program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or
trade classification.
(i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's
standards upon the issuance of the approval certificate, or that has been previously approved for an
apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of
476
apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event less than
the 1-to-5 ratio required by subdivision (g).
(j) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in
the state on all of his or her contracts on an annual average of not less than one hour of apprentice work
for every five hours of labor performed by journeymen, the Chief of the Division of Apprenticeship
Standards may grant a certificate exempting the contractor from the 1-to-5 hourly ratio, as set forth in this
section for that craft or trade.
(k) An apprenticeship program has the discretion to grant to a participating contractor or contractor
association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship,
exempting the contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the
following conditions is met:
(1) Unemployment for the previous three-month period in the area exceeds an average of 15 percent.
(2) The number of apprentices in training in the area exceeds a ratio of 1 to 5.
(3) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its
journeymen annually through apprenticeship training, either on a statewide basis or on a local basis.
(4) Assignment of an apprentice to any work performed under a public works contract would create a
condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the
public at large, or the specific task to which the apprentice is to be assigned is of a nature that training
cannot be provided by a journeyman.
(l) When an exemption is granted pursuant to subdivision (k) to an organization that represents
contractors in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors
shall not be required to submit individual applications for approval to local joint apprenticeship
committees, if they are already covered by the local apprenticeship standards.
(m)
(1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract,
employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California
Apprenticeship Council the same amount that the director determines is the prevailing amount of
apprenticeship training contributions in the area of the public works site. A contractor may take as a credit
for payments to the council any amounts paid by the contractor to an approved apprenticeship program
that can supply apprentices to the site of the public works project. The contractor may add the amount of
the contributions in computing his or her bid for the contract.
(2) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California
Apprenticeship Council shall distribute training contributions received by the council under this
subdivision, less the expenses of the Division of Apprenticeship Standards for administering this
subdivision, by making grants to approved apprenticeship programs for the purpose of training
apprentices. The funds shall be distributed as follows:
(A) If there is an approved multiemployer apprenticeship program serving the same craft or trade and
geographic area for which the training contributions were made to the council, a grant to that program
shall be made.
(B) If there are two or more approved multiemployer apprenticeship programs serving the same craft or
trade and geographic area for which the training contributions were made to the council, the grant shall
be divided among those programs based on the number of apprentices registered in each program.
(C) All training contributions not distributed under subparagraphs (A) and (B) shall be used to defray the
477
future expenses of the Division of Apprenticeship Standards.
(3) All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship
Training Contribution Fund, which is hereby created in the State Treasury. Notwithstanding Section
13340 of the Government Code, all money in the Apprenticeship Training Contribution Fund is hereby
continuously appropriated for the purpose of carrying out this subdivision and to pay the expenses of the
Division of Apprenticeship Standards.
(n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable
occupations with the prime contractor.
(o) This section does not apply to contracts of general contractors or to contracts of specialty contractors
not bidding for work through a general or prime contractor when the contracts of general contractors or
those specialty contractors involve less than thirty thousand dollars ($30,000).
(p) All decisions of an apprenticeship program under this section are subject to Section 3081.
Labor Code Section 1776
Payroll record of wages paid; Inspection; Forms; Effect of noncompliance; Penalties
(a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address,
social security number, work classification, straight time and overtime hours worked each day and week,
and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee
employed by him or her in connection with the public work. Each payroll record shall contain or be verified
by a written declaration that it is made under penalty of perjury, stating both of the following:
(1) The information contained in the payroll record is true and correct.
(2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work
performed by his or her employees on the public works project.
(b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for
inspection at all reasonable hours at the principal office of the contractor on the following basis:
(1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to
the employee or his or her authorized representative on request.
(2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for
inspection or furnished upon request to a representative of the body awarding the contract, the Division of
Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of
Industrial Relations.
(3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon
request by the public for inspection or for copies thereof. However, a request by the public shall be made
through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of
Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to
paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of
preparation by the contractor, subcontractors, and the entity through which the request was made. The
public may not be given access to the records at the principal office of the contractor.
(c) The certified payroll records shall be on forms provided by the Division of Labor Standards
Enforcement or shall contain the same information as the forms provided by the division. The payroll
records may consist of printouts of payroll data that are maintained as computer records, if the printouts
contain the same information as the forms provided by the division and the printouts are verified in the
478
manner specified in subdivision (a).
(d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a)
with the entity that requested the records within 10 days after receipt of a written request.
(e) Any copy of records made available for inspection as copies and furnished upon request to the public
or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of
Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual's
name, address, and social security number. The name and address of the contractor awarded the
contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of
records made available for inspection by, or furnished to, a joint labor-management committee
established pursuant to the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a)
shall be marked or obliterated only to prevent disclosure of an individual's name and social security
number. A joint labor management committee may maintain an action in a court of competent jurisdiction
against an employer who fails to comply with Section 1774. The court may award restitution to an
employee for unpaid wages and may award the joint labor management committee reasonable attorney's
fees and costs incurred in maintaining the action. An action under this subdivision may not be based on
the employer's misclassification of the craft of a worker on its certified payroll records. Nothing in this
subdivision limits any other available remedies for a violation of this chapter.
(f) The contractor shall inform the body awarding the contract of the location of the records enumerated
under subdivision (a), including the street address, city, and county, and shall, within five working days,
provide a notice of a change of location and address.
(g) The contractor or subcontractor has 10 days in which to comply subsequent to receipt of a written
notice requesting the records enumerated in subdivision (a). In the event that the contractor or
subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political
subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each
calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request
of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these
penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty
assessment pursuant to this section due to the failure of a subcontractor to comply with this section.
(h) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this
section.
(i) The director shall adopt rules consistent with the California Public Records Act (Chapter 3.5
(commencing with Section 6250) of Division 7 of Title 1 of the Government Code) and the Information
Practices Act of 1977 (Title 1.8 (commencing with Section 1798) of Part 4 of Division 3 of the Civil Code)
governing the release of these records, including the establishment of reasonable fees to be charged for
reproducing copies of records required by this section.
Labor Code Section 1813
Penalty when workman required to work excess hours; Stipulation in contract; Cognizance and
report of violations
The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the
contract is made or awarded, forfeit twenty-five dollars ($25) for each worker employed in the execution of
the contract by the respective contractor or subcontractor for each calendar day during which the worker
is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one
calendar week in violation of the provisions of this article. In awarding any contract for public work, the
awarding body shall cause to be inserted in the contract a stipulation to this effect. The awarding body
shall take cognizance of all violations of this article committed in the course of the execution of the
contract, and shall report them to the Division of Labor Standards Enforcement.
479
Labor Code Section 1815
Work performed in excess of specified hour limitations; Compensation
Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of this code, and notwithstanding any
stipulation inserted in any contract pursuant to the requirements of said sections, work performed by
employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be
permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not
less than 11/2 times the basic rate of pay.
480
APPENDIX F
PLANS (CONTRACT DRAWINGS)
Under Separate Cover
Project Title: IMPERIAL HIGHWAY CORRIDOR CAPACITY ENHANCEMENTS
FROM STATE STREET TO WRIGHT ROAD .
Project Number: 4011.68.106.62015 .
481
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
TITLE SHEET
P
L
A
N
C
H
E
C
K
D
A
T
E
S
:
P
R
O
J
E
C
T
L
O
C
A
T
IO
N
:
C
IT
Y
O
F
L
Y
N
W
O
O
D
P
U
B
L
IC
W
O
R
K
S
T
IT
L
E
S
H
E
E
T
C
IT
Y
O
F
L
Y
N
W
O
O
D
F
R
O
M
S
T
A
T
E
S
T
R
E
E
T
T
O
W
R
IG
H
T
R
O
A
D
C
A
P
A
C
IT
Y
E
N
H
A
N
C
E
M
E
N
T
S
IM
P
E
R
IA
L
H
IG
H
W
A
Y
C
O
R
R
ID
O
R
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
NO SCALEDESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
F
IN
IS
H
D
A
T
E
:
P
L
A
N
C
H
E
C
K
E
R
:
P
L
A
N
C
H
E
C
K
N
O
.:
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
R
D
B
U
L
L
IS
IMPERIAL HIGHWAY
A
T
L
A
N
T
IC W
R
IG
H
T
R
D
A
V
E
LYNWOOD
CITY OF
SHEET 12 SHEET 13
SHEET 14
GATE
SOUTH
CITY OF
S
T
L
O
N
G
B
E
A
C
H
B
LV
D
C
A
L
IF
O
R
N
IA
A
V
E
M
AR
TIN
LU
TH
ER
KIN
G
JR
BLVD
HIGHWAY
HIGHWAY
IMPERIAL
IMPERIAL
S
T
A
T
E
SHEET 10
SHEET 9 SHEET 11
DEPARTMENT OF PUBLIC WORKS
PROJECT TYPE
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LOCATION MAP
VICINITY MAP SHEET INDEX
ABBREVIATIONS
LEGEND
TITLE SHEET1
LAYOUT PLANS
DESCRIPTIONSHEET NO.
NOT TO SCALE
AGGREGATE BASE
ASPHALT CONCRETE
CURB FACE
CENTERLINE
END CURVE
EXISTING
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
AB
AC
CF
EC
EXIST
SPPWC
MANHOLE
VALVE COVER
ELECTRICAL LINE
FIBER OPTIC LINE
FIBER OPTIC OVERHEAD LINE
NATURAL GAS LINE
OIL LINE
RECLAIMED WATER LINE
SEWER LINE
TELECOMMUNICATION OVERHEAD LINETELECOMMUNICATION OVERHEAD LINE
TELECOMMUNICATION LINE
WATER LINE
RIGHT-OF-WAY
NTS NOT TO SCALE
SW SIDEWALK
EG EXISTING GRADE
BEG BEGIN
STA STATION
RT RIGHT
LT LEFT
TYPICALTYP
TC TOP OF CURB
S
E
E
A
B
O
V
E
R
IG
H
T
RD ROAD
AVE AVENUE
BLVD BOULEVARD
TYPICAL SECTION PLANS
PCC
PORTLAND CEMENT CONCRETE
COLD MILL AND OVERLAY
SPEC SPECIALTY
FREEWAYFRWY
VARYINGVAR
L
R RADIUS
R/W RIGHT OF WAY
ST STREET
W WIDTH
CITY BOUNDARY
TOTAL SHEETS = 65
3-8
9-14
15-17
18-23
STD STANDARD
PI POINT OF INTERSECTION
HIGHWAYHWY
DR DRIVE
RIGHT
S
E
E
B
E
L
O
W
L
E
F
T
LENGTH
LEFT
2 GENERAL NOTES
1
RS REWORKED SUBGRADE
ABANDONED OIL LINE
FLOWLINEFL
POINT OF COMPOUND CURVE
RS REWORKED SUBGRADE
SNS STREET NAME SIGN
24-52
STRIPING AND SIGNING PLANS
CONSTRUCTION DETAILS
TRAFFIC SIGNAL PLANS53-54
55-65
FULL DEPTH PAVEMENT
TRAFFIC CONTROL PLANS
LANDSCAPE PLANS
WM WATER METER
BEGIN CURVEBC
BPA BACKFLOW PREVENTER
FS FLOW SENSOR
SCH SCHEDULE
RCV REMOTE CONTROL VALVE
ELL ELBOW
SQFT SQUARE FEET
GAL GALLON
EA EACH
MIN
MAX
MINIMUM
MAXIMUM
(FY 2023 - 2024)
PROJECT NO. 4011.68.106.62015
482
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
GENERAL NOTES
GENERAL NOTES (CONTINUED):
NOTICE TO CONTRACTOR:
ARISING FROM SOLE NEGLIGENCE OF THE OWNER OR ENGINEER.
PERFORMANCE OF WORK ON THIS PROJECT, EXCEPTING LIABILITY
LIABILITY, REAL OR ALLEGED, IN CONNECTION WITH THE
OWNER, THE CITY AND CITY ENGINEER HARMLESS FROM ANY AND ALL
AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY AND HOLD THE
CONTINUOUSLY AND NOT BE LIMITED TO THE NORMAL WORKING HOURS,
PERSONS AND PROPERTY. THIS REQUIREMENT SHALL APPLY
OF CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL
RESPONSIBILITY FOR THE JOB SITE CONDITIONS DURING THE COURSE
FURTHER AGREES THAT HE/SHE SHALL ASSUME SOLE COMPLETE
COMPLIANCE WITH SAID REGULATIONS AND ORDERS. CONTRACTOR
RESPONSIBLE IN ANY WAY FOR THE CONTRACTOR OR SUBCONTRACTOR'S
"CONSTRUCTION SAFETY ORDERS". THE CITY ENGINEER SHALL NOT BE
OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS
REGULATIONS THE U.S. DEPARTMENT OF LABOR, AND WITH THE STATE
SHALL COMPLY WITH THE "OCCUPATIONAL SAFETY AND HEALTH
PUBLIC IS PROTECTED. ALL CONTRACTORS AND SUBCONTRACTORS
THAT EMPLOYEES ARE PROVIDED A SAFE PLACE TO WORK AND THE
OR RELATED TO THESE PLANS SHALL CONDUCT THEIR OPERATIONS SO
ALL CONTRACTORS AND SUBCONTRACTORS PERFORMING WORK SHOWN IN
STORM WATER POLLUTION REQUIREMENT:
LIST OF STANDARD DRAWINGS:
CALTRANS STANDARD DRAWINGS LATEST EDITION
SPPWC STANDARD PLANS LATEST EDITION:
GENERAL NOTES:
2
TRAFFIC STRIPING & SIGNING GENERAL NOTES:
PAVING WORK.
USE IN RESTORING STRIPING AND CURB MARKING UPON COMPLETION OF
CURB MARKINGS BEFORE REMOVAL SO AS TO PROVIDE A RECORD FOR
CONTRACTOR SHALL PHOTOGRAPH/VIDEO THE EXISTING STRIPING AND 11.
INSURANCE.
HAVE ON FILE WITH THE CITY ENGINEER A CERTIFICATION OF
CONTRACTOR/ SUBCONTRACTOR TO DO THE WORK. CONTRACTOR MUST
LYNWOOD BUSINESS LICENSE, SUFFICIENT TO QUALIFY THE
VALID STATE OF CALIFORNIA CONTRACTOR'S LICENSE AND CITY OF
RIGHT-OF-WAY MUST BE PERFORMED BY A CONTRACTOR HOLDING A
OBTAINED FROM THE CITY OF LYNWOOD. ALL WORK WITHIN THE PUBLIC
PERMITS TO PERFORM WORK WITHIN THE PUBLIC RIGHT-OF-WAY MUST BE 10.
LYNWOOD.
A STATE LICENSE THEREFOR MUST BE APPROVED BY THE CITY OF
CONTRACTOR SPECIALIZING IN TRAFFIC SIGNAL CONSTRUCTION WHO HAS
ANY TRAFFIC SIGNAL WORK TO BE DONE BY AN ELECTRICAL 9.
REPLACED TO THE SATISFACTION OF THE CITY TRAFFIC ENGINEER.
PAVEMENT THAT MAY BE DAMAGED DURING CONSTRUCTION, SHALL BE
ANY EXISTING TRAFFIC LOOP DETECTORS OR TRAFFIC STRIPING ON 8.
SPECIFICATIONS.
OPERATIONAL TO MEET CITY OF LYNWOOD TRAFFIC SIGNAL
ALL TRAFFIC SIGNALS AND SAFETY LIGHTING ARE TO BE MAINTAINED 7.
OF THE CITY'S TRAFFIC ENGINEER.
SIGNAL, SIGN, STRIPING, ETC. SHALL BE DONE ONLY UPON APPROVAL
REMOVAL, ADJUSTMENT, AND/OR RELOCATION OF EXISTING TRAFFIC 6.
OF UNIFORM TRAFFIC CONTROL DEVICES (CA/MUTCD) (LATEST EDITION).
ALL ROADSIDE SIGN PANELS SHALL CONFORM TO CALIFORNIA MANUAL5.
OR EDGE OF PAVEMENT AS APPROPRIATE.
ADJACENT SINGLE OR DOUBLE STRIPE OR TOP OF CURB, FLOW LINE
LANE WIDTHS SHALL BE MEASURED BETWEEN CENTERLINES OF EACH4.
BE BY GRINDING.
SANDBLASTING. REMOVAL OF RAISED PAVEMENT MARKER SHALL
REMOVAL OF ALL CONFLICTING LINES AND MARKINGS SHALL BE BY WET3.
BE INSTALLED WITH THERMOPLASTIC.
ALL TRAFFIC LINES AND PAVEMENT MARKINGS FOR ROADWAYS SHALL2.
CALTRANS STANDARD PLANS AND SPECIFICATIONS (LATEST EDITION).
ALL TRAFFIC LINES AND PAVEMENT MARKINGS SHALL CONFORM TO1.
MEDIAN TAPER140-3
CURB AND GUTTER MOUNTABLE 121-3
CURB AND GUTTER BARRIER120-3
NO SCALE
THEREFOR FROM THAT AGENCY. THERE MAY BE A FEE THEREFORE.
INFRASTRUCTURE A PERMIT AND INSPECTION SHOULD BE OBTAINED
CONTRACTOR OPERATION INVOLVE ANOTHER AGENCY'S JURISDICTION OR
WILL ISSUE A "NO FEE" PERMIT TO THE CONTRACTOR. SHOULD THE
A PERMIT IS REQUIRED FOR ALL WORK ON CITY STREET. THE CITY 19.
END OF EACH DAY AS REQUIRED.
ENGINEER. THE CONTRACTOR SHALL RAMP OR PLATE DRIVEWAYS AT THE
THEIR PROPERTY UNLESS OTHERWISE APPROVED BY THE CITY
AT NO TIME IS ANY BUSINESS OR RESIDENT TO BE WITHOUT ACCESS TO 18.
SAFTEY ORDERS.
SECTION 5-7.2 OF THE STANDARD SPECIFICATIONS IN REGARD TO
THE CONTRACTOR. THE CONTRACTOR'S ATTENTION IS DIRECTED TO
ACCESS. PEDESTRIAN ACCESS IS TO BE PROVIDED AND MAINTAINED BY
PROPERTY IMMEDIATELY PRIOR TO BLOCKING ENTRY/DRIVEWAY/GARAGE
SHALL GIVE COURTEOUS NOTICE (KNOCK ON DOOR) TO AN ADJACENT
DAYS TO THE SATISFACTION OF THE ENGINEER. THE CONTRACTOR
ENTRIES/DRIVEWAYS/GARAGES AND PARKING LOTS DURING THE WORKING
CONTRACTOR SHALL ESTABLISH ADEQUATE ACCESS TO ALL
WORK TO PROVIDE FOR PUBLIC SAFTEY AND CONVENIENCE. THE
THE CONTRACTOR SHALL BE RESPONSIBLE DURING ALL PHASES OF THE 17.
ALL EXISTING FACILITIES IN-PLACE UNLESS OTHERWISE NOTED.
THE CONTRACTOR IS ADVISED TO USE EXTREME CAUTION AND PROTECT 16.
MAINTENANCE DEPARTMENT AND COORDINATE THE WORK.
CITY ENGINEER AND/OR THE LOS ANGELES COUNTY'S TRAFFIC SIGNAL
TRENCH AND PROTECT IN-PLACE. CONTRACTOR SHOULD CONTACT THE
TRAFFIC SIGNAL UNDERGROUND FACILITIES BEFORE EXCAVATION OF THE
PLOTTED ON THE PLANS. THE CONTRACTOR IS ADVISED TO LOCATE THE
OF LOOPS, CONDUITS, ETC. NOR HAVE SUCH FACILITIES BEEN FULLY
HDR|WKE HAS NOT OBTAINED PLANS FOR THE UNDERGROUND FACILITIES 15.
TO LOCATE SUCH AND TO PROTECT IN-PLACE.
LATERALS AND VAULTS AND BOXES. CONTRACTOR SHOULD BE PREPARED
SERVICE CONNECTIONS AND OTHER FEATURES SUCH AS FIRE HYDRANT
SHOWN. HOWEVER, PLANS FROM UTILITIES MAY NOT HAVE INCLUDED ALL
FROM THE UTILITIES. IN SOME CASES SERVICE CONNECTIONS ARE
IN SHOWING UTILITIES, HDR|WKE HAS PROVIDED INFORMATION RECEIVED 14.
SYSTEM.
PROPERLY. NO SLURRY SHALL BE ALLOWED TO ENTER THE STORM DRAIN
SLURRY SHALL BE REMOVED WITH A VACUUM MACHINE AND DISPOSED OF
EDGE OF PAVEMENT. NO "FLOATER" SLABS WILL BE PERMITTED. SAWCUT
(A.C.) SHALL BE REMOVED TO A SAWCUT, COLD JOINT, SCORE MARK OR
ALL PORTLAND CEMENT CONCRETE (P.C.C.) AND ASPHALT CONCRETE 13.
PREVENTION BMP, ETC.
AND/OR CONSTRUCTION-RELATED DEBRIS/WASTE, STORMWATER POLLUTION
INCLUDING, BUT NOT LIMITED TO: STREET/SITE SWEEPING, TRASH
THE CONTRACTOR IS RESPONSIBLE FOR OVERALL JOBSITE MAINTENANCE, 12.
PROPOSED WORK AREA.
THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEARING OF THE 11.
OF THE WORK.
ANY DAMAGE DONE TO THE EXISTING FACILITIES DURING THE PROGRESS
PRESERVING THE SAME INTACT AND WILL BE HELD RESPONSIBLE FOR
CONSTRUCTION, THE CONTRACTOR SHALL USE PROPER CARE IN
CULVERTS, OR OTHER PIPES OR STRUCTURES ARE ENCOUNTERED DURING
WHENEVER EXISTING SEWER LINES, WATER LINES, GAS MAINS, 10.
WORKING DAYS) PRIOR TO START OF CONSTRUCTION.
ALSO NOTIFY UNDERGROUND SERVICE ALERT (811) 48 HOURS (TWO
CONFLICTS WITH PROPOSED IMPROVEMENTS. THE CONTRACTOR SHALL
CITY. THE CONTRACTOR SHALL NOTIFY THE CITY ENGINEER OF ANY
BE IN CONFLICT WITH THIS PROJECT, AT NO ADDITIONAL COST TO THE
TO POTHOLE AND LOCATE ALL EXISTING UTILITIES WHICH APPEAR TO
PRIOR TO ANY CONSTRUCTION, THE CONTRACTOR SHALL BE PREPARED 9.
THIS PROJECT.
ANY UNDERGROUND UTILITY, PIPE OR STRUCTURE WITHIN THE LIMITS OF
ACCURACY OF THE LOCATION, OR THE EXISTENCE OR NONEXISTENCE OF
PLANS BY THE CITY DOES NOT CONSTITUTE A REPRESENTATION TO THE
REQUIRED TO PROTECT THE EXISTING FACILITIES. APPROVAL OF THESE
LOCATIONS SHOWN ARE APPROXIMATE AND EXTREME CAUTION IS
UNDERGROUND UTILITIES. THE CONTRACTOR IS ADVISED THAT
RECONSTRUCTION WORK WILL BE IN CLOSE PROXIMITY OF THE EXISTING
AGENCIES AND FIELD INVESTIGATION. SOME OF THE STREET
BASED ON INFORMATION FROM VARIOUS UTILITY COMPANIES, LOCAL
LOCATIONS OF EXISTING SURFACE UTILITIES SHOWN ON THE PLANS ARE 8.
REACHED 24 HOURS A DAY, SEVEN DAYS A WEEK.
THE CONTRACTOR'S SUPERVISOR IN CHARGE OF THIS PROJECT CAN BE
DEVICES. THE CONTRACTOR SHALL PROVIDE A PHONE NUMBER WHERE
SERVICE TO REMOVE, INSTALL, RELOCATE AND MAINTAIN WARNING
APPROVED TRAFFIC CONTROL PLANS. HE/SHE SHALL PROVIDE 24-HOUR
THE CONTRACTOR SHALL MAINTAIN TRAFFIC IN CONFORMANCE WITH THE 7.
CONSTRUCTION.
PLANS TO BE APPROVED BY THE CITY ENGINEER PRIOR TO START OF
CONTROL SHALL BE PROVIDED ALL THE TIME PER TRAFFIC CONTROL
EDITION TO THE SATISFACTION OF THE CITY ENGINEER. TRAFFIC
MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CAMUTCD) LATEST
COMPLETION OF THE PROPOSED IMPROVEMENTS PER CALIFORNIA
THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN FOR THE 6.
PLANS.
OPERATIONS, WHETHER OR NOT SUCH FACILITIES ARE SHOWN ON THESE
FACILITIES RESULTING DIRECTLY OR INDIRECTLY FROM HIS/HER
AND SHALL BE SOLELY RESPONSIBLE FOR ANY DAMAGE TO EXISTING
THE CONTRACTOR SHALL FAMILIARIZE HIMSELF/HERSELF WITH THE SITE 5.
DRIVEWAY AND OR IMPACT ON FRONTAGE BUSINESSES.
CONSTRUCTION PHASING PLAN THAT MITIGATES THE ACCESS TO ANY
SUBMIT FOR APPROVAL BY THE ENGINEER A COMPREHENSIVE
PRIOR TO START OF ANY WORK, THE CONTRACTOR SHALL PREPARE AND 4.
ENGINEER OF ANY DISCREPANCIES.
ALL DIMENSIONS AS SHOWN ON THE PLANS AND NOTIFY THE CITY
THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING IN THE FIELD 3.
NPDES REQUIREMENTS.
REQUIREMENTS PERTINENT TO THE PRODUCT CONSTRUCTION INCLUDING
SPECIFICATIONS, AND ALL SAFETY REGULATION CODES AND
SPECIFICATIONS (LATEST EDITION), THESE PLANS, THE PROJECT
AND ITS SUPPLEMENTS, CALTRANS STANDARD PLANS AND
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (LATEST EDITION)
PLANS AND SPECIFICATIONS OF THE CITY OF LYNWOOD, THE STANDARD
ALL WORK, LABOR AND MATERIALS SHALL CONFORM TO THE STANDARD 2.
SHEETS.
ALL NOTES STATED HEREIN APPLY TO THE PROJECT AND ALL THE 1.
SANITARY/SEPTIC WASTE MANAGEMENT WASTE MANAGEMENT AND MATERIAL POLLUTION-9
CONCRETE WASTE MANAGEMENT WASTE MANAGEMENT AND MATERIAL POLLUTION-8
CONTAMINATED SOIL MANAGEMENT WASTE MANAGEMENT AND MATERIAL POLLUTION-7
HAZARDOUS WASTE MANAGEMENT WASTE MANAGEMENT AND MATERIAL POLLUTION-6
SOLID WASTE MANAGEMENT WASTE MANAGEMENT AND MATERIAL POLLUTION-5
SPILL PREVENTION AND CONTROL WASTE MANAGEMENT AND MATERIAL POLLUTION-4
STOCKPILE MANAGEMENT WASTE MANAGEMENT AND MATERIAL POLLUTION-3
MATERIAL USE WASTE MANAGEMENT AND MATERIAL POLLUTION-2
MATERIAL DELIVERY AND STORAGE WASTE MANAGEMENT AND MATERIAL POLLUTION-1
WIND EROSION CONTROL WIND EROSION CONTROL-1
ENTRANCE/OUTLET TIRE WASH TEMPORARY TRACKING CONTROL-3
STABILIZED CONSTRUCTION ENTRANCE/EXIT TEMPORARY TRACKING CONTROL-1
VEHICLE AND EQUIPMENT REPAIRS SEDIMENT CONTROL-22
VEHICLE AND EQUIPMENT CLEANING SEDIMENT CONTROL-21
VEHICLE AND EQUIPMENT FUELING SEDIMENT CONTROL-20
STORM DRAIN INLET PROTECTION SEDIMENT CONTROL-10
SAND BAG BARRIER SEDIMENT CONTROL-8
STREET SWEEPING AND VACUUMING SEDIMENT CONTROL-7
CONCRETE FINISHING NON-STORMWATER MANAGEMENT-13
CONCRETE CURING NON-STORMWATER MANAGEMENT-12
VEHICLE AND EQUIPMENT MAINTENANCE NON-STORMWATER MANAGEMENT-10
VEHICLE AND EQUIPMENT FUELING NON-STORMWATER MANAGEMENT-9
VEHICLE AND EQUIPMENT CLEANING NON-STORMWATER MANAGEMENT-8
POTABLE WATER/IRRIGATION NON-STORMWATER MANAGEMENT-7
PAVING OPERATIONS NON-STORMWATER MANAGEMENT-3
WATER CONSERVATION PRACTICES NON-STORMWATER MANAGEMENT-1
PRESERVATION OF EXISTING VEGETATION EROSION CONTROL-2
SCHEDULING EROSION CONTROL-1
EMPLOYEE/SUBCONTRACTOR TRAINING CONTRACTOR ACTIVITY 40
BE REQUIRED IF DEEMED APPROPRIATE BY CITY INSPECTORS).
EDITION), MAY APPLY DURING THE CONSTRUCTION OF THIS PROJECT (ADDITIONAL MEASURES MAY
HANDBOOK, CALIFORNIA STORM WATER QUALITY TASK FORCE, SACRAMENTO, CALIFORNIA (LATEST
THE FOLLOWING BMPS AS OUTLINED IN, BUT NOT LIMITED TO: THE BEST MANAGEMENT PRACTICES B.
AS TO INHIBIT EROSION BY WIND AND WATER.
ANY SLOPES WITH DISTURBED SOILS OR DENUDED OF VEGETATION MUST BE STABILIZED SO 7.
BE SWEPT UP IMMEDIATELY AND MAY NOT BE WASHED DOWN BY RAIN OR OTHER MEANS.
SEDIMENTS FROM BEING DEPOSITED INTO THE PUBLIC WAY. ACCIDENTAL DEPOSITIONS MUST
TRAFFIC. THE CONSTRUCTION ENTRANCE ROADWAYS MUST BE STABILIZED SO AS TO INHIBIT
SEDIMENTS AND OTHER MATERIALS MAY NOT BE TRACKED FROM THE SITE BY VEHICLE 6.
RECEPTACLE TO PREVENT CONTAMINATION OF RAINWATER AND DISPERSAL BY WIND.
TRASH AND CONSTRUCTION RELATED SOLID WASTES MUST BE DEPOSITED INTO A COVERED 5.
CAN BE DISPOSED OF AS SOLID WASTE.
DRAINAGE SYSTEM. PROVISIONS SHALL BE MADE TO RETAIN CONCRETE WASTES UNTIL THEY
EXCESS OR WASTE CONCRETE SHALL NOT BE WASHED INTO THE PUBLIC WAY OR ANY OTHER 4.
NOT BE WASHED INTO THE DRAINAGE SYSTEM.
APPROVED STORAGE CONTAINERS ARE TO BE PROTECTED FROM THE WEATHER. SPILLS SHALL
WITH THEIR LISTING AND ARE NOT TO CONTAMINATE THE SOIL AND SURFACE WATERS. ALL
FUELS, OILS, SOLVENTS, AND OTHER TOXIC MATERIALS MUST BE STORED IN ACCORDANCE 3.
FROM BEING TRANSPORTED FROM THE SITE BY THE FORCES OF WIND OR WATER.
STOCKPILES OF EARTH AND OTHER CONSTRUCTION RELATED MATERIALS MUST BE PROTECTED 2.
COURSES OR WIND.
TRANSPORTED FROM THE SITE VIA SHEETFLOW, SWALES, AREA DRAINS, NATURAL DRAINAGE
ERODED SEDIMENTS AND OTHER POLLUTANTS MUST BE RETAINED ON-SITE AND MAY NOT BE 1.
CONSTRUCTION SITES, REGARDLESS OF SIZE.
MINIMUM STANDARDS OF GOOD HOUSEKEEPING WHICH MUST BE IMPLEMENTED ON ALL
THE FOLLOWING IS INTENDED AS AN ATTACHMENT FOR CONSTRUCTION AND REPRESENTS THE
BEST MANAGEMENT PRACTICES FOR CONSTRUCTION ACTIVITIES
CONSTRUCTION
STORM WATER POLLUTION CONTROL REQUIREMENTS FOR STREET, SEWER AND STORM DRAIN A.
APPROVAL OF THE CITY ENGINEER.
AS-BUILTS OF THE COMPLETED PROJECT SHALL BE SUBMITTED FOR 35.
(310) 515-4099AT & T
(833) 267-6097SPECTRUM
(818) 896-0594LA COUNTY FLOOD CONTROL
(310) 603-0220, Ext 801LYNWOOD WATER / UTILITY DEPT.
(800) 655-4555SOUTHERN CALIFORNIA EDISON
(310) 605-7909GAS COMPANY
(310) 537-6111COUNTY OF L.A. SHERIFF'S DEPARTMENT
(310) 605-5670COUNTY OF L.A. FIRE DEPARTMENT
WORKING DAYS PRIOR TO STARTING ANY WORK:
THE CONTRACTOR SHALL NOTIFY THE FOLLOWING AGENCIES 2 FULL 34.
ISSUED BY THE STATE OF CALIFORNIA.
THE PRIME CONTRACTOR MUST HOLD A VALID CLASS "A" LICENSE 33.
PREPARED BY CONTRACTOR AND APPROVED BY CITY.
WITH THE LATEST CAMUTCD AND A TRAFFIC CONTROL PLAN SHALL BE
TRAFFIC CONTROL SHALL BE PROVIDED AT ALL TIMES IN ACCORDANCE 32.
PROPERTY WITHIN THE LYNWOOD CITY LIMITS DURING DAY TIME.
TO STORAGE OF ANY EQUIPMENT OF MATERIALS ON PUBLIC OR PRIVATE
(T.U.P.) APPLICATION MUST BE FILED TO THE CITY ENGINEER PRIOR
OVERNIGHT WITHIN PUBLIC RIGHT-OF-WAY. A TEMPORARY USE PERMIT
NO STORAGE OF MATERIALS OR EQUIPMENT SHALL BE ALLOWED 31.
ANY SPECIFIED CONSTRUCTION.
IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS BEFORE START OF
CONTRACTOR SHALL NOTIFY ALL AFFECTED BUSINESSES AND RESIDENTS 30.
IMPROVEMENTS, PUBLIC OR PRIVATE, SHALL BE REPLACED IN KIND.
SHALL BE PROTECTED IN-PLACE AND ANY DAMAGE TO EXISTING
TREES, FOLIAGE, SIGNS, PARKING METERS AND OTHER IMPROVEMENTS 29.
PROPERTY.
OCCUPANTS OF THE PROPOSED IMPROVEMENTS FRONTING THEIR
THE CONTRACTOR SHALL NOTIFY ADJACENT PROPERTY OWNERS OR 28.
DELAY SO AS TO PROVIDE MINIMAL INCONVENIENCE TO THE PUBLIC.
WORK IN PUBLIC STREETS, ONCE BEGUN, SHALL BE COMPLETED WITHOUT 27.
LABORATORY APPROVED BY THE CITY, PER BID ITEM.
STREET WORK IS TO BE ARRANGED FOR THE CITY USING A TESTING
ALL NECESSARY MATERIALS & COMPACTION TESTING RELATED TO 26.
AND THE COUNTY SURVEYOR.
BY THE CONTRACTOR'S SURVEYOR AND FILED WITH THE CITY ENGINEER
ARE TO BE REPLACED AND A RECORD OF SURVEY IS TO BE PREPARED
MONUMENTS SHALL BE PROTECTED AND PERPETUATED. IF DAMAGED, THEY
STREETS AND HIGHWAY CODE REQUIRE THAT EXISTING SURVEY
PROFESSIONAL CODE, AND SECTIONS 732.05, 1492-5, 1810-5 OF THE
THE LAND SURVEYORS ACT, SECTION 8771 OF THE BUSINESS & 25.
OR OTHER DEBRIS SHALL ENTER THE STORM DRAIN SYSTEM.
RECLAIMED WATER, IF AVAILABLE. NO WATER USED FOR CONSTRUCTION
EXPOSED UNPAVED AREAS SHALL BE CONTROLLED BY WATERING USING
PREVENTION AT ALL TIMES BY SWEEPING PAVED AREAS. DUST FROM
CONTRACTOR SHALL MAINTAIN DUST CONTROL AND DIRT TRACKING 24.
AT THE END OF EACH WORKING DAY.
ALL EXISTING STREET INTERSECTIONS ARE TO BE OPEN FOR TRAFFIC 23.
MAKE NECESSARY REPAIRS TO PAVEMENT.
SHALL RAISE SAID STRUCTURES TO FINISHED GRADE AFTER PAVING AND
SHALL BE LEFT BELOW SUBGRADE DURING PAVING AND THE CONTRACTOR
ALL MANHOLES, VALVE BOXES AND SIMILAR APPURTENANT STRUCTURES 22.
REQUIREMENTS.
DISPOSAL IN ACCORDANCE WITH LOCAL, STATE AND FEDERAL
SEPARATED FROM POTENTIAL STORM WATER RUN-OFF, WITH ULTIMATE
SPECIFIED AND CONTROLLED TEMPORARY AREA ON-SITE, PHYSICALLY
CONSTRUCTION, DISPOSAL OF SUCH MATERIALS SHOULD OCCUR IN A
AND SUPERCHLORINATED POTABLE WATER LINE FLUSHING. DURING
ANY ENGINE/ EQUIPMENT STEAM CLEANING OR CHEMICAL DEGREASING;
WATER; CONCRETE, DETERGENT OR FLOATABLE WASTES; WASTES FROM
FERTILIZERS, VEHICLE/ EQUIPMENT WASH WATER AND CONCRETE WASH
LUBRICANTS, AND HYDRAULIC, RADIATOR OR BATTERY FLUIDS;
ASBESTOS FIBERS, PAINT FLAKES OR STUCCO FRAGMENTS; FUELS, OILS,
LIMES, PESTICIDES, HERBICIDES, WOOD PRESERVATIVES AND SOLVENTS;
CHEMICAL SPILLS; WASTES FROM PAINTS, STAINS, SEALANTS, GLUES,
POLLUTANTS INCLUDE BUT ARE NOT LIMITED TO: SOLID OR LIQUID
FEDERAL REGULATIONS 40 CFR PARTS 117 AND 302. POTENTIAL
CONTAIN A HAZARDOUS SUBSTANCE IN A QUANTITY REPORTABLE UNDER
OR THREATEN TO CAUSE POLLUTION, CONTAMINATION, OR NUISANCE; OR
CONTRIBUTE TO A VIOLATION OF ANY WATER QUALITY STANDARD; CAUSE
CONSTRUCTION PRACTICES AND WHERE THEY DO NOT: CAUSE OR
ALLOWED ONLY WHEN NECESSARY FOR PERFORMANCE AND COMPLETION OF
THE SITE. DISCHARGES OF MATERIAL OTHER THAN STORM WATER ARE
AN ANTICIPATED STORM DOES NOT CARRY WASTES OR POLLUTANTS OFF
CONSTRUCTION SITE SHALL BE MAINTAINED IN SUCH A CONDITION THAT 21.
REJECTION.
WORK NOT DONE IN THE PRESENCE OF CITY INSPECTOR IS SUBJECT TO
THE PROJECT. ALL WORK SHALL BE SUBJECT TO CITY INSPECTION.
AT LEAST 48 HOURS (TWO WORKING DAYS) PRIOR TO STARTING WORK ON
THE CONTRACTOR SHALL NOTIFY THE CITY PUBLIC WORKS DEPARTMENT 20.
ARM MPH AND SIGNAL ARM LENGTHS 25' TO 45')
ELECTRICAL SYSTEMS (SIGNAL AND LIGHTING STANDARD, CASE 4 SIGNAL MAST ES-7F
ELECTRICAL SYSTEMS (SIGNAL AND LIGHTING STANDARD)ES-7A
ASSEMBLIES) ES-7A STREET SWEEPING AND VACUUMING
ELECTRICAL SYSTEMS (ACCESSIBLE PEDESTRIAN SIGNAL AND PUSH BUTTON ES-5C
ELECTRICAL SYSTEMS (SIGNAL HEADS AND OPTICAL DETECTOR MOUNTINGS)ES-4E
ELECTRICAL SYSTEMS (PEDESTRIAN SIGNAL HEADS)ES-4B
ELECTRICAL SYSTEMS (SIGNAL HEADS AND MOUNTINGS)ES-4A
ELECTRICAL SYSTEMS (CONTROLLER CABINET FOUNDATION AND PAD DETAILS)ES-3C
PAVEMENT MARKINGS LIMIT LINERSP A24G
PAVEMENT MARKINGS CROSSWALKSA24F
PAVEMENT MARKINGS ARROWSA24A
PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS RSP A20D
PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS A20B
PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILSRSP A20A
483
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
TYPICAL SECTION PLAN
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2022
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
50'
13'
R/WR/W
TYPICAL CROSS SECTION
NTS
IMPERIAL HIGHWAYGUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
EG
EG
JOIN EXIST
SAWCUT &
JOIN EXIST
SAWCUT &
SW SW
M
E
D
I
A
N
2'2'TC TC TC TC
VAR
2.00% &
VAR
2.00% &
(2.00% & VAR)(3.00% & VAR)
26' & VAR 13' & VAR
TYPICAL CROSS SECTION
NTS
100'
IMPERIAL HIGHWAY
R/W R/W
TC TC
TCTC
50'50'
EGEG
SW SW
JOIN EXIST
SAWCUT &
JOIN EXIST
SAWCUT &
M
E
D
I
A
N
13'13'VAR 2'-12'VAR 29'-39'
(3.00% & VAR)
(4.00% & VAR)VAR
2.00% &
VAR
2.00% &
VAR 29'-31.5'
17
(6.00% & VAR)
GUTTER
EXISTING CURB &GUTTER
EXISTING CURB &
2' & VAR 2' & VAR
2' & VAR 2' & VAR
FROM STA-16+17 TO STA-19+50
FROM STA-30+96 TO STA-31+22
8'36' & VAR
1'
VAR 2'-9.7'
EXISTING 5" AC OVER PCC
EXISTING 5" AC OVER PCC
EXISTING PCC PAVEMENT EXISTING PCC PAVEMENT
17
24
8
4
1515
24
6
VAR 1.8'-4.5'
50'
100'
3
484
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
TYPICAL SECTION PLAN
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2022
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
13'13'
100'
TYPICAL CROSS SECTION
IMPERIAL HIGHWAY
NTS
R/WR/W
EG
EG
GUTTER
EXISTING CURB &GUTTER
EXISTING CURB &
SAWCUT SAWCUT
SW SWMEDIAN
50'50'
TCTCTCTCVAR 26'-28'VAR 2'-15'
VAR 14'-26'
2.00% & VAR 2.00% & VAR
100'
50'50'
8'5'37'37'
R/WR/W
13'
EG
GUTTER
EXISTING CURB &
SW SW
EG
GUTTER
EXISTING CURB &
TYPICAL CROSS SECTION
NTS
IMPERIAL HIGHWAY
TCTC
2.00% & VAR
2.00% & VAR
2' & VAR 2' & VAR
2' & VAR 2' & VAR
FROM STA-31+22 TO STA-35+79
FROM STA-35+79 TO STA-38+55.58
100'
12'14'
R/WR/W
SW SW
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
TYPICAL CROSS SECTION
NTS
EG EG
TCTC
IMPERIAL HIGHWAY
50'50'
2.00% & VAR 2.00% & VAR
3' & VAR
FROM STA-71+70 TO STA-73+80
VAR 2'-10'VAR 25'-36'
VAR 33.8'-38.7'
36'38'
EXISTING 7.5" AC OVER 6.5" PCC
EXISTING 7.5" AC OVER 6.5" PCC
EXISTING 7.5" AC OVER 6.5" PCC
EXISTING 1.5" AC OVER 7" PCC OVER 6.5" AB
EXISTING 7" AC OVER PCC
21A
21
21A
21
21A
21
23A
23
15 15
24
6 6
VAR 3'-19'
4
485
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
TYPICAL SECTION PLAN
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2022
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
100'
12'14'43'31'
R/WR/W
SW SW
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
TYPICAL CROSS SECTION
NTS
EG
EG
TCTC
IMPERIAL HIGHWAY
50'50'
2.00% & VAR 2.00% & VAR
50'
13'
R/W R/W
SW SW
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
EG EG
TYPICAL CROSS SECTION
IMPERIAL HIGHWAY
NTS
TC TCVAR 10'-13'
VAR 50'-55'
VAR 100'-105'
2.00% & VAR
VAR 37'-45'
2.00% & VAR
37'
3' & VAR 3' & VAR
3' & VAR
FROM STA-75+02 TO STA-79+00
EXISTING 1.5" AC OVER 7" PCC OVER 6.5" AB
EXISTING 7" AC OVER PCC
EXISTING 8.5" AC OVER 7" PCC OVER 3" AB
3' & VAR
23A
23
19A
19
FROM STA-114+50 TO STA-116+53
5
486
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
TYPICAL SECTION PLAN
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2022
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
120'
10'15'
120'
10'10'
R/W R/W
R/WR/W
TC TC TC TC
TC TC TC TC
EG EG
EGEG
10'
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
48'37'
SW SW
SW SWMEDIAN
MEDIAN
GUTTER
EXISTING CURB &
SAWCUT
SAWCUT
NTS
STATE STREET
TYPICAL CROSS SECTION
NTS
STATE STREET
TYPICAL CROSS SECTION
60'60'
60'60'
2'-13'
VAR VAR 2'-13'
VAR 35'-46'VAR 35'-46'
2.00% & VAR 2.00% & VAR
2.00% & VAR 2.00% & VAR
VAR 4.3' TO 15'
2' & VAR 2' & VAR
2' & VAR
EXISTING CURB
EXISTING CURB
FROM STA-15+09 TO STA-16+00
FROM STA-16+00 TO STA-17+34.50
EXISTING 5.5" AC OVER 5" AB
EXISTING 5.5" AC OVER 4.5" AB
EXISTING 5.5" AC OVER 4.5" AB EXISTING 5.5" AC OVER 5" AB
2' & VAR
21A
2121A
21
21A
21
21A
21
1616
24
5
58
2525
25
25
6
487
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
TYPICAL SECTION PLAN
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2022
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
15'35'
50'
R/W R/W
SW SW
EG
EG
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
TYPICAL CROSS SECTION
NTS
ATLANTIC AVENUE
TCTC
VAR 50'-57.5'
VAR 10'-15'VAR 35'-47.5'
VAR 100'-107.5'
2.00% & VAR 2.00% & VAR
100'
15'15'28.5'28'
R/WR/W
SWSW
EG EG
ATLANTIC AVENUE
TYPICAL CROSS SECTION
NTS
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
M
E
D
I
A
N
SAWCUT
SAWCUT
TC TC TC TC
50'50'2'-10'
VAR
2'-2.5'
VAR
2.00% & VAR 2.00% & VAR
2' & VAR
2' & VAR 2' & VAR
FROM STA-14+38 TO STA-16+32
FROM STA-16+32 TO STA-18+10
2'-10.5'
VAR
EXISTING 5" AC OVER 7" AB
EXISTING 5" AC OVER 7" AB
2' & VAR
19A
19
1717
19A
19
19A
19
58
24
EXISTING 5.5" AC OVER 2" AB
EXISTING 5.5" AC OVER 2" AB
25
25 25
7
488
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
TYPICAL SECTION PLAN
DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2022
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
78'
45'33'
22.5'
34'
TYPICAL CROSS SECTION
NTS
WRIGHT ROAD
GUTTER
EXISTING CURB &
GUTTER
EXISTING CURB &
SW SW
EGEG
TCTC
R/W R/W
2.00% & VAR 2.00% & VAR
7.5'
33'45'
15'13'21'
78'
TYPICAL CROSS SECTION
NTS
WRIGHT ROAD
GUTTER
EXISTING CURB &GUTTER
EXISTING CURB &
SWSW
EGEG
TC TC
R/WR/W
2.00% & VAR 2.00% & VAR
(2.00% & VAR)(2.00% & VAR)
2' & VAR 2' & VAR
2' & VAR 2' & VAR
11'10.5'
10.5'11'
FROM STA-12+86.71 TO STA-14+17
FROM STA-15+28 TO STA-17+75
TYPICAL CROSS SECTION
NTS
WRIGHT ROAD
FROM STA-14+17 TO STA-15+28
33'45'
13'21'
78'
GUTTER
EXISTING CURB &GUTTER
EXISTING CURB &
SWSW
EGEG
TC TC
R/WR/W
2.00% & VAR
2' & VAR 2' & VAR
10.5'11'22.5'
EXISTING 6" AC OVER 8" AB
EXISTING 5" AC OVER 10" AB
EXISTING 5" AC OVER 10" ABEXISTING 6" AC OVER 8" AB
EXISTING PCC
EXISTING 8.5" AC OVER 7" PCC OVER 3" AB
21A
21
21A
21
21A
21
23A
23
23A
23
2525
25
25
2.00% & VAR 2.00% & VAR
8
489
11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00
1
2+
0
0
1
3+
0
0
1
4
+
0
0
15
+
00
16
+
0
0
17
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LAYOUT PLAN
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
5
7
7
21
4
717
21
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/WEXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
S
T
A
T
E
S
T
BEECHWOOD AVE
OAKWOOD AVE
EXIST R/W EXIST R/W
EXIST R/WEXIST R/W
5
0
'
5
0
'
1
3
'
1
3
'
3
7
'
3
7
'
10'10'
62'58'
52'48'
P
5
0
'
5
0
'
1
3
'
1
3
'
3
7
'
3
7
'
CURB
60'60'
10'10'50'50'
W=9.5'
L=60'
W=11'
L=60'
W=11'
L=60'
R=7.5'
R=1'
11
9
P
P
10
8
P
CURBIMPERIAL HWY
16
16
17
STA 14+60.55 "STATE ST"
STA 15+54.39 "IMPERIAL HWY" =
1A
STA 16+65.00 "STATE ST", 2.00' LT
STA 16+20.00 "STATE ST", 15.00' LT
STA 16+20.00 "STATE ST", 4.00' LT
STA 16+00.00 "STATE ST", 4.00' LT
STA 16+00.00 "STATE ST", 2.21' LT
STA 16+75.00 "STATE ST", 15.00' RT
STA 16+75.00 "STATE ST", 4.00' RT
STA 16+75.00 "STATE ST", 2.00' RT
STA 16+15.00 "STATE ST", 13.00' RT
STA 16+00.00 "STATE ST", 15.00' RT
STA 16+00.00 "STATE ST", 13.45' RT
STA 17+34.50 "STATE ST", 15.00' LT STA 17+34.50 "STATE ST", 4.00' RT
BC STA 17+25.00 "STATE ST", 13.00' LT
STA 19+50.00 "IMPERIAL HWY", 3.72' RT
STA 19+50.00 "IMPERIAL HWY", 5.50' RT
STA 19+37.50 "IMPERIAL HWY", 5.50' RT
STA 19+37.50 "IMPERIAL HWY", 8.00' RT
STA 16+17.00 "IMPERIAL HWY", 8.00' RT
STA 19+37.50 "IMPERIAL HWY", 3.50' RT
STA 18+70.00 "IMPERIAL HWY", 6.00' RT
BEG TAPER
JOIN EXIST
END TAPER
END TAPER
BEG TAPER
JOIN EXIST
EC STA 17+25.00 "STATE ST", 2.00' RT
"IMPERIAL HWY", 2.00' RT
STA 16+17.00
"IMPERIAL HWY", 4.00' RT
EC STA 16+20.00
"IMPERIAL HWY", 8.00' LT
STA 17+56.46
"IMPERIAL HWY", 2.00' RT
STA 17+56.46
BC STA 16+20.00 "IMPERIAL HWY", 6.00' RT
BEG TAPER
END TAPER
JOIN EXIST
JOIN EXIST
"IMPERIAL HWY", 4.00' RT
STA 18+70.00
BEG TAPER
END TAPER
"IMPERIAL HWY", 5.50' LT
STA 19+30.00
"IMPERIAL HWY", 8.00' LT
STA 19+50.00
"IMPERIAL HWY", 5.98' LT
STA 19+50.00
STA 11+55.40 "STATE ST" PI
"STATE ST" +34.50
"STATE ST" +09.00
JOIN EXIST
END OVERLAY
SAWCUT & JOIN EXIST
SAWCUT & JOIN EXIST
SAWCUT
SAWCUT
JOIN EXIST
BEG OVERLAY
8
P
P
8
1A
1A
1A
9
24
24
21A
21A
25
25
490
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LAYOUT PLAN
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
24+00
25+00
26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00
35+00
36+00
1
2
+
0
0
1
3
+
0
0
1
4+
0
0
1
5+
0
0
1
6+
0
0
1
7
+
0
0
13+00
M
A
T
C
H
L
IN
E
S
T
A
3
6
+
5
0
5
0
'
3
7
'
57'
42'
1
3
'
3
7
'
1
3
'
5
0
'
1
3
'
3
7
'
3
7
'
1
3
'
5
0
'
5
5
'
1
8
'
3
7
'
1
3
'
5
0
'
5
0
'
5'10'35'
45'47'
8'43'8'
65'51'
IMPERIAL HWY
L
O
N
G
B
E
A
C
H
B
L
V
D
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/WEXIST R/W
EXIST R/W
R=1'
R=2'
9
9
9
10
10
10
10
6
10
21
21
7 W=16'
L=100'
P
3
7
'
PEAC
H
ST
OAKWOOD AVE
J
O
IN
E
X
IS
T
B
E
G
O
V
E
R
L
A
Y
"IM
P
E
R
IA
L
H
W
Y
"
+
2
1
.8
3
"IMPERIAL HWY", 5.00' RT
STA 30+96.00
"IMPERIAL HWY", 11.00' RT
STA 30+96.00
BC STA 30+99.21 "IMPERIAL HWY", 9.00' RT
EC STA 30+99.21 "IMPERIAL HWY", 7.00' RT
STA 33+23.00 "IMPERIAL HWY", 9.00' RT
BEG TAPER
BC STA 33+90.05 "IMPERIAL HWY", 6.52' RT
END TAPER
STA 33+90.05 "IMPERIAL HWY", 9.00' RT
STA 33+90.05 "IMPERIAL HWY", 11.00' RT
BC STA 35+74.57 "IMPERIAL HWY", 1.06' LT
STA 35+79.00 "IMPERIAL HWY", 9.00' RT
STA 33+10.00 "IMPERIAL HWY", 7.00' RT
BEG TAPER
STA 33+10.00 "IMPERIAL HWY", 1.00' LT
STA 33+10.00 "IMPERIAL HWY", 12.00' LT
"IMPERIAL HWY", 9.04' LT
BC STA 34+10.00
END TAPER "IMPERIAL HWY", 12.00' LT
STA 35+79.00
EC STA 35+74.07 "IMPERIAL HWY", 5.00' LT
9
15
15
STA 30+36.27 "IMPERIAL HWY" =
STA 14+69.38 "LONG BEACH BLVD"
STA 14+00.00 "OAKWOOD AVE" =
STA 16+94.38 "LONG BEACH BLVD"
P
EXIST R/W
EXIST R/W
BC STA 24+62.63 "IMPERIAL HWY"
EC STA 26+57.43 "IMPERIAL HWY"
R=547.35'
R=565.30'
"IMPERIAL HWY"
EC STA 35+91.33
"IMPERIAL HWY"
BC STA 33+90.05
R=570.30'
R=572.78'
S
E
E
S
H
E
E
T
1
1
1A
1A
R=560.30'R=559.54'
10
PRC STA 35+39.43 "IMPERIAL HWY", 5.00' RT
EC STA 35+60 "IMPERIAL HWY", 2.50' RT
SAWCUT
SAWCUT
STA 30+96 "IMPERIAL HWY", 1.00' LT
21A
21 24
21A
21A
EC/BC STA 34+99.00 "IMPERIAL HWY", 5.00' LT
EC/BC STA 34+31.00 "IMPERIAL HWY", 5.00' RT
491
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LAYOUT PLAN
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
1
9
+
0
0
37+00 38+00 39+00 40+00 41+00 42+00
5
0
'
1
3
'
3
7
'
3
7
'
1
3
'
5
0
'
5
0
'
3
7
'
1
3
'
3
8
'
1
2
'
4'16'16'4'
C
A
L
IF
O
R
N
IA
A
V
E
5
0
'
20'20'
40'40'
10'30'30'10'
EXIST R/W EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
21
10
9
9
LOS FLORES BLVD
IMPERIAL HWY
"IMPERIAL HWY", 38.11' LT
STA 38+45.37
"IMPERIAL HWY", 35.15' RT
STA 38+65.00
JOIN EXIST
END OVERLAY
JOIN EXIST
END OVERLAY
STA 38+96.59 "IMPERIAL HWY" =
STA 39+16.59 "IMPERIAL HWY" =
STA 14+55.46 "CALIFORNIA AVE"
STA 14+55.46 "CALIFORNIA AVE"
STA 38+55.58 "IMPERIAL HWY"
JOIN EXIST
END OVERLAY
M
A
T
C
H
L
I
N
E
S
T
A
3
6
+
5
0
11
S
E
E
S
H
E
E
T
1
0
21A
492
18+
00
19
+00
2
0+00
70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LAYOUT PLAN
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
IMPERIAL HWY
BU
LLIS R
D
5
0
'
5
0
'
1
4
'
3
6
'
3
8
'
1
2
'
25'
40'
4'21'
27'
13'
1
2
'
1
4
'
5
0
'
5
0
'3
6
'
3
8
'
23 23
12
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
O
T
IS
S
T
M
C
N
E
R
N
E
Y
A
V
E
F
R
A
C
A
R
A
V
E
A
L
E
X
A
N
D
E
R
A
V
E
C
AR
SO
N
D
R
LYNDORA ST
"IM
P
E
R
IA
L
H
W
Y
"
+
0
2
.0
0
"IM
P
E
R
IA
L
H
W
Y
"
+
0
0
.0
0
STA 74+40.37 "IMPERIAL HWY" =
STA 20+20.00 "BULLIS RD"
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
12
J
O
IN
E
X
IS
T
E
N
D
M
IL
L
&
O
V
E
R
L
A
Y
J
O
IN
E
X
IS
T
B
E
G
M
IL
L
&
O
V
E
R
L
A
Y
J
O
IN
E
X
IS
T
B
E
G
M
IL
L
&
O
V
E
R
L
A
Y
"
IM
P
E
R
IA
L
H
W
Y
" +
7
0
.
0
0
2
8
'
J
O
IN
E
X
I
S
T
E
N
D
M
I
L
L
&
O
V
E
R
L
A
Y
"IM
P
E
R
IA
L
H
W
Y
"
+
8
0
.0
0
10
23
3
3
'
23A
23A 23A
493
113+00 114+00 115+00 116+00 117+00
118+00
119+00
120+00
121+00
13
+00
14+00
15+
00
16+0
0
1
7+00
18
+00
19
+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LAYOUT PLAN
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
11+
00
12+0
0
IMPERIAL HWY
ATLAN
TIC
AVE
5
0
'
1
3
'
3
7'
1
3
'
37
'
5
0
'
50'
40'
10'
14'
3
6
'
57.5'
50'
50'
50'
50'
50'
10'
47.5'
35'
15'
15'
35'
35'
15'
15'
35'
40'
10'
LIN
D
E
N
S
T
ST JAM
ES AVE
5
0
'9
9
10
19
7
W=8.5'
L=60'
58
R=1'
CITY OF SOUTH GATE
CITY OF LYNWOOD
EXIST R/WEXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
J
O
IN
E
X
IS
T
B
E
G
O
V
E
R
L
A
Y
"I
M
P
E
R
IA
L
H
W
Y
"
+
5
0
.0
0
"ATLANTIC AVE" +10.00
STA 16+32.00 "ATLANTIC AVE", 6.50' LT STA 16+32.00 "ATLANTIC AVE", 8.00' RT
EC STA 16+35.00 "ATLANTIC AVE", 4.00' RT
BC STA 16+35.00 "ATLANTIC AVE", 6.00' RT
STA 17+80.00 "ATLANTIC AVE", 6.00' RT
BEG TAPER
STA 18+10.00 "ATLANTIC AVE", 5.61' RT
JOIN EXIST
END TAPER
STA 17+40.00 "ATLANTIC AVE", 4.00' RT
BEG TAPER
STA 18+00.00 "ATLANTIC AVE", 4.50' LT
END TAPER
STA 18+10.00 "ATLANTIC AVE", 4.95' LT
JOIN EXIST
STA 13+49.29 "ATLANTIC AVE"
STA 117+21.75 "IMPERIAL HWY" =
STA 13+62.92 "ATLANTIC AVE"
STA 117+40.00 "IMPERIAL HWY" =
S
E
E
S
H
E
E
T
1
4
M
A
T
C
H
L
IN
E
S
T
A
1
2
1
+
5
0
13
19A
19A19
JOIN EXIST
END PAVEMENT RECONSTRUCTION
1A17
24
JOIN EXIST
END OVERLAY
SEE ABOVE RIGHT
MATCH LINE STA 12+10
SEE BELOW LEFT
MATCH LINE STA 12+10
LOS FLORES BLVD
ATLAN
TIC
AVE
50'
50'
40'
35'
15'
10'
EXIST R/W
EXIST R/W
25
JOIN EXIST
END OVERLAY
"IMPERIAL HWY" +53.00
JOIN EXIST
END OVERLAY
"IMPERIAL HWY", 43.73' LT
STA 116+61.76
"IMPERIAL HWY", 39.41' RT
STA 116+45.11
JOIN EXIST
END OVERLAY
"ATLANTIC AVE", 45.68' LT
STA 14+15.36
JOIN EXIST
END OVERLAY
"ATLANTIC AVE", 40.77' RT
STA 14+59.32
JOIN EXIST
END OVERLAY
"ATLANTIC AVE" +38.59
STA 18+10.00 "ATLANTIC AVE", 6.50' LT
STA 18+10.00 "ATLANTIC AVE", 8.00' RT
SAWCUT
SAWCUT
494
122+00 123+00 124+00 125+00 126+00 127+00
1
1
+00
12+0
0
1
3
+00
1
4
+00
15+0
0
1
6
+00
17+
0
0
1
8+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
LAYOUT PLAN
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
PROTECT IN PLACE
TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
TYPE B1-6 CURB PER SPPWC STD PLAN 121-3
REMOVE EXISTING MEDIAN AND CONSTRUCT
CONSTRUCT TYPE A1-6 CURB PER SPPWC STD PLAN 120-3
L AND W AS SHOWN
CONSTRUCT MEDIAN TAPER PER SPPWC STD 140-3,
ADJUST TO GRADE WATER VALVE
ADJUST TO GRADE SEWER MANHOLE
ADJUST TO GRADE TELEPHONE MANHOLE
ADJUST TO GRADE ELECTRIC MANHOLE
ADJUST TO GRADE RECLAIMED WATER VALVE
ADJUST TO GRADE STORM DRAIN MANHOLE
CONSTRUCTION NOTES:
P
4
5
6
7
8
9
10
11
12
13
14
1A REMOVE EXISTING AC PAVEMENT
15 CONSTRUCT 12.5" AC OVER 12" RS
16 CONSTRUCT 10" AC OVER 12" RS
17 CONSTRUCT 11.5" AC OVER 12" RS
19
19A CONSTRUCT 3" OF AC OVER 2" AC LEVELING COURSE
21A
21
CONSTRUCT 2" OF AC OVER 2" AC LEVELING COURSE
23
23A CONSTRUCT 5" OF AC OVER 2" AC LEVELING COURSE
FOR REMOVAL LIMITS AND ITEMS TO PROTECT IN PLACE
REFER TO LANDSCAPE DEMOLITION AND REMOVAL PLAN
24
PROPOSED DESIGN
REFER TO PLANTING PLANS AND IRRIGATION PLANS FOR
COLD MILL 5" EXISTING AC PAVEMENT
COLD MILL 4" EXISTING AC PAVEMENT
COLD MILL 7" EXISTING AC PAVEMENT
25 REMOVE AND RECONSTRUCT 4" AGGREGATE BASE
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
W
R
IG
H
T R
D
IMPERIAL HWY
5
0
'
5
0
'
3
6
.5
'
4
0
.5
'
9
.5
'
1
3
.5
'
30'
30'
10'20'20'10'
33'
45'
34'
11'
10.5'22.5'
CITY OF SOUTH GATECITY OF LYNWOOD
PENDLETON AVE
ST JAM
ES AVE
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
23
13
21
9
9
21
JOIN EXIST
END OVERLAY
"WRIGHT RD", 19.30' LT
STA 12+85.12
"WRIGHT RD" +75.00
"WRIGHT RD", 24.30' RT
STA 12+88.72
STA 125+52.80 "IMPERIAL HWY" =
STA 13+50.00 "WRIGHT RD"
STA 125+68.01 "IMPERIAL HWY" =
STA 13+32.37 "WRIGHT RD"
JOIN EXIST
BEG OVERLAY
JOIN EXIST
BEG OVERLAY
EXIST R/W
EXIST R/W
JOIN EXIST
BEG OVERLAY
"WRIGHT RD"
STA 12+86.71
"WRIGHT RD" +28.44
STA 13+87.39 "WRIGHT RD", 21.24' LT
STA 14+22.93 "WRIGHT RD", 46.05' RT
JOIN EXIST
JOIN EXIST
M
A
T
C
H
L
I
N
E
S
T
A
1
2
1
+
5
0
S
E
E
S
H
E
E
T
1
3
"IMPERIAL HWY", 37.65' RT
STA 126+12.63
JOIN EXIST
BEG OVERLAY
14
13'
15'
21A
21A
23A
23
23A
13
14
21A21
STA 14+16.87 "WRIGHT RD", 13.26' RT
25
25
25 25
495
PUBLIC WORKS DEPARTMENT
BENCHMARK
NO.DESCRIPTION
REVISIONS
DATE
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
CONSTRUCTION DETAILSUNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
DRAWN BY:
DESIGNED BY:
DATE:
OF
PLAN FILE NO.:
65SHEET
SCALE:
1" = 10'FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
16+00 17+00
17+00 18+00
5'10'0'20'
SCALE: 1" = 10'
STA 16+00.00 "STATE ST", 2.21' LT
JOIN EXIST
ELEV 90.88 TC 90.38 FL
SAWCUT
SAWCUT
STATE STREET MEDIAN ISLAND
STA 16+20.00 "STATE ST", 2.00' LT
STA 16+40.00 "STATE ST", 2.00' LT
STA 16+60.00 "STATE ST", 2.00' LT
STA 16+80.00 "STATE ST", 3.53' LT
STA 17+00.00 "STATE ST", 8.88' LT
STA 17+20.00 "STATE ST", 12.83' LT
STA 16+00.00 "STATE ST", 13.45' RT
JOIN EXIST
ELEV 91.69 TC 90.19 FL
STA 17+32.50 "STATE ST", 5.50' LT
STA 16+20.00 "STATE ST", 12.83' RT STA 16+40.00 "STATE ST", 8.88' RT
STA 16+60.00 "STATE ST", 3.53' RT
STA 17+20.00 "STATE ST", 2.00' RT
STA 16+80.00 "STATE ST", 2.00' RT
STA 17+00.00 "STATE ST", 2.00' RT
ELEV 90.95 TC 90.45 FL
ELEV 91.04 TC 90.54 FL
ELEV 91.15 TC 90.65 FL
ELEV 91.14 TC 90.64 FL
ELEV 91.23 TC 90.73 FL
ELEV 91.13 TC 90.63 FL
ELEV 91.20 TC 90.70 FL
ELEV 91.12 TC 90.62 FL
ELEV 91.33 TC 90.83 FL
ELEV 91.36 TC 90.86 FL
ELEV 91.37 TC 90.87 FL
ELEV 91.39 TC 90.89 FL
ELEV 91.37 TC 90.87 FL
ELEV 90.76 TC 90.26 FL
ELEV 91.15 TC 90.65 FL
ELEV 91.14 TC 90.64 FL
ELEV 91.10 TC 90.60 FL
ELEV 91.06 TC 90.56 FL
ELEV 90.79 TC 90.29 FL
ELEV 91.22 TC 90.72 FL
ELEV 90.92 TC 90.42 FL
ELEV 90.94 TC 90.44 FL
STA 16+65.00 "STATE ST", 2.00' LT BC
STA 16+85.00 "STATE ST", 4.75' LT EC
STA 17+05.00 "STATE ST", 10.25' LT BC
STA 17+25.00 "STATE ST", 13.00' LT PCC
STA 17+25.00 "STATE ST", 2.00' RT EC
STA 16+15.00 "STATE ST", 13.00' RT BC
STA 16+34.64 "STATE ST", 10.35' RT EC
STA 16+55.36 "STATE ST", 4.65' RT BC
STA 16+75.00 "STATE ST", 2.00' RT EC
15
ATLANTIC AVENUE MEDIAN ISLAND
"STATE ST"
"ATLANTIC AVE"
STA 16+00.00 "STATE ST", 4.00' LT
STA 16+20.00 "STATE ST", 4.00' LT
STA 16+20.00 "STATE ST", 15.00' LT
STA 17+34.50 "STATE ST", 15.00' LT
STA 17+34.50 "STATE ST", 4.00' RT
STA 16+75.00 "STATE ST", 15.00' RT
STA 16+75.00 "STATE ST", 4.00' RT
STA 16+00.00 "STATE ST", 15.00' RT
ELEV 94.65 TC 94.15 FL
ELEV 94.66 TC 94.16 FL
STA 16+40.00 "ATLANTIC AVE", 4.00' RT
ELEV 94.72 TC 94.22 FL
STA 16+60.00 "ATLANTIC AVE", 4.00' RT
ELEV 94.68 TC 94.18 FL
STA 16+80.00 "ATLANTIC AVE", 4.00' RT
ELEV 94.69 TC 94.19 FL
STA 17+00.00 "ATLANTIC AVE", 4.00' RT
ELEV 94.72 TC 94.22 FL
STA 17+20.00 "ATLANTIC AVE", 4.00' RT
ELEV 94.79 TC 94.29 FL
ELEV 94.82 TC 94.32 FL
STA 17+40.00 "ATLANTIC AVE", 4.00' RT BC
ELEV 94.84 TC 94.34 FL
ELEV 94.91 TC 94.41 FL
STA 18+10.00 "ATLANTIC AVE", 4.95' LT
JOIN EXIST
ELEV 94.90 TC 94.40 FL
ELEV 94.58 TC 94.08 FL
ELEV 94.59 TC 94.09 FL
STA 16+40.00 "ATLANTIC AVE", 6.00' RT
ELEV 94.58 TC 94.08 FL
STA 16+60.00 "ATLANTIC AVE", 6.00' RT
ELEV 94.60 TC 94.10 FL
STA 16+80.00 "ATLANTIC AVE", 6.00' RT
ELEV 94.61 TC 94.11 FL
STA 17+00.00 "ATLANTIC AVE", 6.00' RT
ELEV 94.64 TC 94.14 FL
STA 17+20.00 "ATLANTIC AVE", 6.00' RT
STA 17+40.00 "ATLANTIC AVE", 6.00' RT
STA 17+60.00 "ATLANTIC AVE", 6.00' RT
STA 17+80.00 "ATLANTIC AVE", 6.00' RT
STA 18+00.00 "ATLANTIC AVE", 6.00' RT
STA 18+10.00 "ATLANTIC AVE", 5.61' RT
ELEV 94.68 TC 94.18 FL
ELEV 94.72 TC 94.22 FL
ELEV 94.77 TC 94.27 FL
ELEV 94.84 TC 94.34 FL
STA 18+10.00 "ATLANTIC AVE", 6.50' LT
STA 18+10.00 "ATLANTIC AVE", 8.00' RT
STA 16+32.00 "ATLANTIC AVE", 6.50' LT
STA 16+32.00 "ATLANTIC AVE", 8.00' RT
SAWCUT
SAWCUT
JOIN EXIST
ELEV 94.88 TC 94.38 FL
1
2
3
4 5
6
STA 16+35.00 "ATLANTIC AVE", 6.00' RT BC
STA 16+35.00 "ATLANTIC AVE", 4.00' RT EC
STA 17+60.00 "ATLANTIC AVE", 1.88' RT EC
7
STA 17+80.00 "ATLANTIC AVE", 2.38' LT BC
STA 18+00.00 "ATLANTIC AVE", 4.50' LT EC
8
No.R
CURVE DATA
T L
152
152
153
153
1
2
3
4
5
6
7
8
74.08'
74.08'
74.10'
74.10'
7.50'
1.00'
95.18'
95.18'
1800
1800
120
120
--
--
10.00'
10.00'
10.19'
10.19'
10.11'
10.11'20.15'
20.15'
3.14'
23.56'
20.25'
20.25'
19.88'
19.88'
STA 16+10.00 "STATE ST", 2.00' LT
ELEV 90.91 TC 90.41 FL
STA 16+10.00 "STATE ST", 13.00' RT
ELEV 90.74 TC 90.24 FL
496
PUBLIC WORKS DEPARTMENT
BENCHMARK
NO.DESCRIPTION
REVISIONS
DATE
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
CONSTRUCTION DETAILSUNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
DRAWN BY:
DESIGNED BY:
DATE:
OF
PLAN FILE NO.:
65SHEET
SCALE:
1" = 10'FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
17+00
18+00 19+00
5'10'0'20'
SCALE: 1" = 10'
16
ELEV 90.84 TC 90.34 FL
STA 17+80.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.84 TC 90.34 FL
ELEV 90.87 TC 90.37 FL
STA 16+40.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.90 TC 90.40 FL
STA 16+60.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.92 TC 90.42 FL
STA 16+80.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.95 TC 90.45 FL
STA 17+00.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.98 TC 90.48 FL
STA 17+20.00 "IMPERIAL HWY", 4.00' RT
ELEV 91.01 TC 90.51 FL
STA 17+40.00 "IMPERIAL HWY", 4.00' RT
ELEV 91.00 TC 90.50 FL
STA 17+60.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.82 TC 90.32 FL
STA 16+19.00 "IMPERIAL HWY", 5.00' RT
ELEV 90.81 TC 90.31 FL
ELEV 90.83 TC 90.33 FL
STA 16+40.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.90 TC 90.40 FL
STA 16+60.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.95 TC 90.45 FL
STA 16+80.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.93 TC 90.43 FL
STA 17+00.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.85 TC 90.35 FL
STA 17+20.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.85 TC 90.35 FL
STA 17+40.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.91 TC 90.41 FL
STA 17+60.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.81 TC 90.31 FL
STA 18+00.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.86 TC 90.36 FL
STA 18+20.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.88 TC 90.38 FL
STA 18+40.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.86 TC 90.36 FL
STA 18+60.00 "IMPERIAL HWY", 4.00' RT
ELEV 90.84 TC 90.34 FL
ELEV 90.84 TC 90.34 FL
STA 18+80.00 "IMPERIAL HWY", 3.38' RT
ELEV 90.87 TC 90.37 FL
ELEV 90.93 TC 90.43 FL
STA 19+00.00 "IMPERIAL HWY", 1.00' LT
ELEV 90.99 TC 90.49 FL
ELEV 90.88 TC 90.38 FL
STA 19+20.00 "IMPERIAL HWY", 5.00' LT
ELEV 90.76 TC 90.26 FL
ELEV 90.80 TC 90.30 FL
STA 17+80.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.77 TC 90.27 FL
STA 18+00.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.80 TC 90.30 FL
STA 18+20.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.81 TC 90.31 FL
STA 18+40.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.80 TC 90.30 FL
STA 18+60.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.78 TC 90.28 FL
STA 18+70.00 "IMPERIAL HWY", 6.00' RT
ELEV 90.77 TC 90.27 FL
STA 18+80.00 "IMPERIAL HWY", 5.63' RT
ELEV 90.75 TC 90.25 FL
STA 19+00.00 "IMPERIAL HWY", 4.89' RT
ELEV 90.76 TC 90.26 FL
STA 19+20.00 "IMPERIAL HWY", 4.15' RT
ELEV 90.74 TC 90.24 FL
STA 19+37.50 "IMPERIAL HWY", 3.50' RT
ELEV 90.69 TC 90.19 FL
STA 19+40.00 "IMPERIAL HWY", 3.50' RT
IMPERIAL HIGHWAY AT STATE STREET MEDIAN ISLAND
SAWCUT
SAWCUT
SAWCUT
SAWCUT
STA 16+20.00 "IMPERIAL HWY", 4.00' RT EC
STA 16+20.00 "IMPERIAL HWY", 6.00' RT BC
STA 18+70.00 "IMPERIAL HWY", 4.00' RT BC
STA 18+90.00 "IMPERIAL HWY", 1.50' RT EC
STA 19+10.00 "IMPERIAL HWY", 3.50' LT BC
STA 19+30.00 "IMPERIAL HWY", 5.50' LT EC
"IMPERIAL HWY"
"IMPERIAL HWY"
M
A
T
C
H
L
I
N
E
(
B
E
L
O
W
L
E
F
T
)
M
A
T
C
H
L
I
N
E
(
A
B
O
V
E
R
I
G
H
T
)
STA 16+17.00 "IMPERIAL HWY", 2.00' RT
STA 17+56.46 "IMPERIAL HWY", 8.00' LT
STA 16+17.00 "IMPERIAL HWY", 8.00' RT
STA 19+50.00 "IMPERIAL HWY", 8.00' LT
STA 19+50.00 "IMPERIAL HWY", 5.50' RT
STA 19+37.50 "IMPERIAL HWY", 8.00' RT
STA 19+37.50 "IMPERIAL HWY", 5.50' RT
1
2 3
No.R
CURVE DATA
T L
112
--1.00'
81.25'
101.00'
1800
141 10.16'
10.10'
3.14'
20.21'
20.13'
1
2
3
STA 19+50.00 "IMPERIAL HWY", 5.98' LT
JOIN EXIST
ELEV 90.56 TC 90.06 FL
STA 19+50.00 "IMPERIAL HWY", 3.72' RT
JOIN EXIST
ELEV 90.66 TC 90.16 FL
ELEV 90.67 TC 90.17 FL
STA 19+40.00 "IMPERIAL HWY", 5.50' LT
497
PUBLIC WORKS DEPARTMENT
BENCHMARK
NO.DESCRIPTION
REVISIONS
DATE
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
CONSTRUCTION DETAILSUNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
DRAWN BY:
DESIGNED BY:
DATE:
OF
PLAN FILE NO.:
65SHEET
SCALE:
1" = 10'FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
31+00 32+00 33+00
34+00
35+00
36+00
5'10'0'20'
SCALE: 1" = 10'
17
ELEV 90.39 TC 89.89 FL
SAWCUT
ELEV 90.27 TC 89.77 FL
STA 31+20.00 "IMPERIAL HWY", 7.00' RT
ELEV 90.68 TC 90.18 FL
STA 31+40.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.01 TC 90.51 FL
STA 31+60.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.12 TC 90.62 FL
STA 31+80.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.22 TC 90.72 FL
STA 32+00.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.29 TC 90.79 FL
STA 32+20.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.36 TC 90.86 FL
STA 32+40.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.42 TC 90.92 FL
STA 32+60.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.47 TC 90.97 FL
STA 32+80.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.52 TC 91.02 FL
STA 33+00.00 "IMPERIAL HWY", 7.00' RT
ELEV 91.58 TC 91.08 FL
ELEV 91.64 TC 91.14 FL
STA 33+40.00 "IMPERIAL HWY", 3.77' RT
ELEV 90.37 TC 89.87 FL
ELEV 90.29 TC 89.79 FL
STA 31+20.00 "IMPERIAL HWY", 9.00' RT
ELEV 90.56 TC 90.06 FL
STA 31+40.00 "IMPERIAL HWY", 9.00' RT
ELEV 90.86 TC 90.36 FL
STA 31+60.00 "IMPERIAL HWY", 9.00' RT
ELEV 90.99 TC 90.49 FL
STA 31+80.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.09 TC 90.59 FL
STA 32+00.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.16 TC 90.66 FL
STA 32+20.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.22 TC 90.72 FL
STA 32+40.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.25 TC 90.75 FL
STA 32+60.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.26 TC 90.76 FL
STA 32+80.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.31 TC 90.81 FL
STA 33+00.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.33 TC 90.83 FL
STA 33+20.00 "IMPERIAL HWY", 9.00' RT
ELEV 91.37 TC 90.87 FL
STA 33+40.00 "IMPERIAL HWY", 8.37' RT
STA 33+23.00 "IMPERIAL HWY", 9.00' RT
STA 33+10.00 "IMPERIAL HWY", 1.00' LT
STA 33+10.00 "IMPERIAL HWY", 12.00' LT
ELEV 91.53 TC 91.03 FL
STA 30+96.00 "IMPERIAL HWY", 1.00' LT
ELEV 91.57 TC 91.07 FL
STA 33+80.00 "IMPERIAL HWY", 5.80' LT
ELEV 91.53 TC 91.03 FL
STA 34+00.00 "IMPERIAL HWY", 8.99' LT
ELEV 91.57 TC 91.07 FL
STA 34+20.00 "IMPERIAL HWY", 8.59' LT
ELEV 91.63 TC 91.13 FL
STA 34+40.00 "IMPERIAL HWY", 7.68' LT
ELEV 91.69 TC 91.19 FL
STA 34+60.00 "IMPERIAL HWY", 6.77' LT
ELEV 91.72 TC 91.22 FL
STA 34+80.00 "IMPERIAL HWY", 5.86' LT
ELEV 91.76 TC 91.26 FL
ELEV 91.78 TC 91.28 FL
STA 35+20.00 "IMPERIAL HWY", 5.00' LT
ELEV 91.83 TC 91.33 FL
STA 35+40.00 "IMPERIAL HWY", 5.00' LT
ELEV 91.84 TC 91.34 FL
STA 35+60.00 "IMPERIAL HWY", 5.00' LT
ELEV 91.82 TC 91.32 FL
ELEV 91.50 TC 91.00 FL
STA 33+80.00 "IMPERIAL HWY", 6.89' RT
ELEV 91.55 TC 91.05 FL
STA 34+00.00 "IMPERIAL HWY", 6.15' RT
ELEV 91.60 TC 91.10 FL
STA 34+20.00 "IMPERIAL HWY", 5.41' RT
ELEV 91.66 TC 91.16 FL
STA 34+40.00 "IMPERIAL HWY", 5.00' RT
ELEV 91.70 TC 91.20 FL
STA 34+60.00 "IMPERIAL HWY", 5.00' RT
ELEV 91.72 TC 91.22 FL
STA 34+80.00 "IMPERIAL HWY", 5.00' RT
ELEV 91.73 TC 91.23 FL
STA 35+00.00 "IMPERIAL HWY", 5.00' RT
ELEV 91.75 TC 91.25 FL
STA 35+20.00 "IMPERIAL HWY", 5.00' RT
ELEV 91.83 TC 90.33 FL
ELEV 91.91 TC 91.41 FL
ELEV 91.64 TC 91.14 FL
ELEV 91.43 TC 90.93 FL
ELEV 91.56 TC 91.06 FL
ELEV 91.54 TC 91.04 FL
ELEV 91.53 TC 91.03 FL
ELEV 91.72 TC 91.22 FL
ELEV 91.76 TC 91.26 FL
STA 30+96.00 "IMPERIAL HWY", 11.00' RT
STA 35+79.00 "IMPERIAL HWY", 12.00' LT
STA 35+79.00 "IMPERIAL HWY", 9.00' RT
STA 33+90.05 "IMPERIAL HWY", 9.00' RT
STA 33+90.05 "IMPERIAL HWY", 11.00' RT
STA 33+10.00 "IMPERIAL HWY", 7.00' RT BC
ELEV 91.33 TC 90.83 FL
STA 33+60.00 "IMPERIAL HWY", 1.00' LT
STA 33+60.00 "IMPERIAL HWY", 7.63' RT
STA 30+99.21 "IMPERIAL HWY", 9.00' RT BC
STA 30+99.21 "IMPERIAL HWY", 7.00' RT EC
ELEV 91.65 TC 91.15 FL
STA 33+43.33 "IMPERIAL HWY", 3.00' RT EC
STA 33+83.22 "IMPERIAL HWY", 6.57' LT BC
STA 34+10.00 "IMPERIAL HWY", 9.04' LT PCC
STA 35+74.57 "IMPERIAL HWY", 1.06' LT ECSTA 33+90.05 "IMPERIAL HWY", 6.52' RT BC
STA 34+31.00 "IMPERIAL HWY", 5.00' RT EC / BC
STA 34+39.43 "IMPERIAL HWY", 5.00' RT PRC
STA 34+60.00 "IMPERIAL HWY", 2.50' RT EC
SAWCUT
SAWCUT
SAWCUT
"IMPERIAL HWY"
"IMPERIAL HWY"
M
A
T
C
H
L
I
N
E
(
B
E
L
O
W
L
E
F
T
)
M
A
T
C
H
L
I
N
E
(
A
B
O
V
E
R
I
G
H
T
)
STA 33+20.00 "IMPERIAL HWY", 6.64' RT
1
2
3 4
STA 34+99.00 "IMPERIAL HWY", 5.00' LT EC / BC
STA 35+74.00 "IMPERIAL HWY", 5.00' LT PCC
5
6
7
8
9
No.R
CURVE DATA
T L
1
2 134 16.91'33.65'
3 86.47'13.76'27.29'
4 45.19'90.20'
5 37.92'75.74'
6 1653 15.78'
7 20.29'40.56'
8 105 53.90'
9 99.56'115 10.35'20.62'
1.00'
140.86'
572.78'
570.30'
2.00'
559.54'
560.30'
--3.14'
5.78'
107.47'
1800
180
090
073
040
IMPERIAL HIGHWAY AT LONG BEACH BLVD MEDIAN ISLAND
498
11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00
1
2+
0
0
1
3+
0
0
1
4
+
0
0
15
+
00
16
+
0
0
17
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
BE 2' WIDE.
SPACE BETWEEN MARKINGS SHALL BE 3', MARKINGS SHALL
CALTRANS STD PLAN A24F. CROSSWALKS SHALL BE 15' WIDE,
PLACE WHITE THERMOPLASTIC CONTINENTAL CROSSWALK, PER
ON EACH END.
INSTALL 6" SOLID WHITE LINE, WITH RETROREFLECTIVE MARKER
ARROW PER CALTRANS STD A24A PER PLAN.
PLACE WHITE THERMOPLASTIC PAVEMENT MARKING
1
2
3
4
5
6
7
8
9
10
11
PER CALTRANS STD PLAN A20B DETAIL 29.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
12 REMOVE EXISTING CITY OF LYNWOOD SPECIALTY SIGN (MOUNTED ON GANTRY).
TRAFFIC STRIPING, MARKING, AND SIGNING NOTES:
STRIPING & SIGNING PLAN
INSTALL YELLOW CURB MARKING.
INSTALL RED CURB MARKING.
13
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
14 REMOVE EXISTING CONTROLLER AND FOUNDATION, REUSE EXISTING CONDUIT(S).
15
PER THE SPECIFICATIONS.
PROVIDE THE INTENDED OPERATION SHOWN ON THIS PLAN IN THE SIGNAL PHASE DIAGRAM AND
332 CABINET. CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO
SYSTEMS OR EQUAL COMPLETE IN SEPARATE CABINET WITH ANTI-GRAFFITI COATING MOUNTED TO
MONITOR AND 270 7G GPS MODULE AND ANTENNA. FURNISH AND INSTALL CLARY BATTERY BACKUP
ISOLATION MODULE AND (12) SWITCH PACKS. FURNISH AND INSTALL TYPE 2010 CONFLICT
COMPLETE PER CALTRANS STANDARD PLAN ES-3C WITH 2070E CONTROLLER, D4 PROGRAM. (4) PED
FURNISH AND INSTALL NEW TYPE 332 CABINET WITH ANTI-GRAFFITI COATING AND FOUNDATION
INSTALL ROADSIDE SIGN (MOUNTED ON GANTRY), SEE DETAIL A.
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
CALTRANS STD PLAN RSP A20D DETAIL 38.
INSTALL 8" SOLID WHITE CHANNELIZING LINE, PER
CALTRANS STD PLAN RSP A24G 5' BEHIND BACK OF CROSSWALK.
PLACE 12" WIDE WHITE THERMOPLASTIC LIMIT LINE, PER
MARKERS PER CALTRANS STD PLAN RSP A20A DETAIL 9.
PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
PER CALTRANS STD PLAN RSP A20A DETAIL 22.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
PER CALTRANS STD PLAN RSP A20D DETAIL 40.
PLACE 6" WHITE EXTENSION LINE THROUGH THE INTERSECTION
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
1
0
'
1
0
'
1
0
'
1
0
'
1
1
'
1
1
'
1
1
'
2
0
'
1
1
'
2
0
'
11'
11'
OAKWOOD AVE
BEECHWOOD AVE
(2
0
')
(
2
0
')
(
2
0
')
5
0
'
58'
S
T
A
T
E
S
T
5
0
'
5
0
'
62'
(
2
0
')
(
1
2
')
(
1
2
')
(
2
0
')
(2
0
')
(1
2
')
(
1
2
')
11'
13'24'
13'24'
5
0
'
1
0
0
'
1
0
0
'
120'
60'60'
7
L=388'
TYPE IV(L)
2 TYP.
5
1
1
2
2
2
24
L=322'6
L=241'
3
L=50'
4
L=245'
5
2 TYP.
TYPE IV(L)
3
L=50'
4
L=149'
3
L=50'
6
L=118'
3
L=50'
6
L=123'
4
L=63'
3
L=50'
TYPE IV(L)
1 TYP.
5
2 TYP.
5
TYPE IV(L)
1
2
'
1
2
'
(2
1
.
5
')
(
1
9
.5
')
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
MATCH EXIST STRIPING
BEG TAPER
STA 11+00.00 "IMPERIAL HWY", 5.00' RT
STA 11+60.00 "IMPERIAL HWY", 5.00' LT
END TAPER
STA 18+70.00 "IMPERIAL HWY", 17.00' RT
STA 19+10.50 "IMPERIAL HWY", 15.50' RT
BEG TAPER
MATCH EXIST STRIPING
END TAPER
STA 17+34.50 "STATE ST", 26.00' RT
W=10'
L=60'
10
24.5'12.5'
12.5'
120'
24.5'
10
L=23.6'
ONE
WAY
LIMIT
SPEED
45
STOP
EXISTING ROADSIDE SIGN TO REMAIN
PROPOSED ROADSIDE SIGN AND POST
REMOVE ROADSIDE SIGN AND POST
EXISTING ROADSIDE SIGN (1 POST)
EXISTING ROADSIDE SIGN (2 POSTS)
PROPOSED ROADSIDE SIGN (1 POST)
PROPOSED ROADSIDE SIGN (2 POSTS)
LEGEND
EXISTING SIGN ON POLE ARM
18
SR4-1(CA)
MARKERS PER CALTRANS STD PLAN A20A DETAIL 9.PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
R30(CA)
R30(CA)
R5-2
R9-3bP
R30(CA)
R9-3bP
R9-3
R30(CA)
R30(CA)
R30(CA)
R30(CA)R5-2
R30(CA)
R1-1
R30(CA)
R30(CA)
R2-1(40)
R30(CA)R30(CA)N-1
R6-2
R4-7
R30(CA)
R30(CA)
R30(CA)
SPEC
SPEC
R2-1(35)
SNS
SNS
R1-1
R2-1(45)
R3-5(R)
R3-7
R4-7
R5-2-SPEC
R6-2
W4-2R
SIGN LEGEND
OM1-1
R6-2
R4-7
OM1-1
N-1
R10-12
SW24-2(CA)
SW24-3(CA)
W11-8
W11-8
R49(CA)
R10-7
R30(CA)
R9-3
R36(CA)
R14-1
SR-56(CA)
SR4-1(CA)
RIGHT LANE
MUST
TURN RIGHT
COMMERCIAL
VEHCILES
PROHIBITED
OVER 5 TONS
TRUCK
ROUTE
INTERSECTION
BLOCK
NOTDO
NO
ITME
YNA
STOPPING
PARKING
TIME
YNA
YIELD
ON GREEN
LEFT TURN
AHEAD
IMPERIAL HWY
R30(CA)
L=3.1'
R26(CA)
SPEC
R30(CA)
R1-1
R30(CA)
R49(CA) SPEC
R1-1
SPECR49(CA)
6
L=337'
6
L=332'
3
L=50'
6
L=195'
3
L=50'
3
L=50'
D9-6
ONLY
OVER 5 TONS
PHOTO
ENFORCED
SCHOOL
SPEED
LIMIT
25
WHEN
CHILDREN
ARE PRESENT
R26(CA)
R26(S)(CA)
..
6
TO 9
G
MA7
TO4
P
MP..
N
TP USXEEC
RAIK
DN YA
USE CROSSWALK
NO PED CROSSING
+5.37
+96.16
+21.41
+2.15
STA 18+70.00 "IMPERIAL HWY", 17.00' LT
MATCH EXIST STRIPING
499
24+00
25+00
26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00
35+00
36+00
1
2
+
0
0
1
3
+
0
0
1
4+
0
0
1
5+
0
0
1
6+
0
0
1
7
+
0
0
13+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
BE 2' WIDE.
SPACE BETWEEN MARKINGS SHALL BE 3', MARKINGS SHALL
CALTRANS STD PLAN A24F. CROSSWALKS SHALL BE 15' WIDE,
PLACE WHITE THERMOPLASTIC CONTINENTAL CROSSWALK, PER
ON EACH END.
INSTALL 6" SOLID WHITE LINE, WITH RETROREFLECTIVE MARKER
ARROW PER CALTRANS STD A24A PER PLAN.
PLACE WHITE THERMOPLASTIC PAVEMENT MARKING
1
2
3
4
5
6
7
8
9
10
11
PER CALTRANS STD PLAN A20B DETAIL 29.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
12 REMOVE EXISTING CITY OF LYNWOOD SPECIALTY SIGN (MOUNTED ON GANTRY).
TRAFFIC STRIPING, MARKING, AND SIGNING NOTES:
STRIPING & SIGNING PLAN
INSTALL YELLOW CURB MARKING.
INSTALL RED CURB MARKING.
13
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
14 REMOVE EXISTING CONTROLLER AND FOUNDATION, REUSE EXISTING CONDUIT(S).
15
PER THE SPECIFICATIONS.
PROVIDE THE INTENDED OPERATION SHOWN ON THIS PLAN IN THE SIGNAL PHASE DIAGRAM AND
332 CABINET. CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO
SYSTEMS OR EQUAL COMPLETE IN SEPARATE CABINET WITH ANTI-GRAFFITI COATING MOUNTED TO
MONITOR AND 270 7G GPS MODULE AND ANTENNA. FURNISH AND INSTALL CLARY BATTERY BACKUP
ISOLATION MODULE AND (12) SWITCH PACKS. FURNISH AND INSTALL TYPE 2010 CONFLICT
COMPLETE PER CALTRANS STANDARD PLAN ES-3C WITH 2070E CONTROLLER, D4 PROGRAM. (4) PED
FURNISH AND INSTALL NEW TYPE 332 CABINET WITH ANTI-GRAFFITI COATING AND FOUNDATION
INSTALL ROADSIDE SIGN (MOUNTED ON GANTRY), SEE DETAIL A.
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
CALTRANS STD PLAN RSP A20D DETAIL 38.
INSTALL 8" SOLID WHITE CHANNELIZING LINE, PER
CALTRANS STD PLAN RSP A24G 5' BEHIND BACK OF CROSSWALK.
PLACE 12" WIDE WHITE THERMOPLASTIC LIMIT LINE, PER
MARKERS PER CALTRANS STD PLAN RSP A20A DETAIL 9.
PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
PER CALTRANS STD PLAN RSP A20A DETAIL 22.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
PER CALTRANS STD PLAN RSP A20D DETAIL 40.
PLACE 6" WHITE EXTENSION LINE THROUGH THE INTERSECTION
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
5
0
'
5
0
'
5
0
'
5
5
'
5
0
'
5
0
'
45'47'
65'51'
IMPERIAL HWY
L
O
N
G
B
E
A
C
H
B
L
V
D
116'
92'
1
0
0
'
1
0
0
'
1
0
5
'
1
1
2
2
2
2
3
L=50'
3
L=50'
3
L=50'
3
L=50'
4
L=100'
4
L=164'
4
L=208'
4
L=207'
1 TYP.
5 5
4 TYP.
TYPE IV(L)
TYPE IV(L)
2 TYP.
5
TYPE IV(R)
1 TYP.
5
6
L=304'
6
L=311'
6
L=656'
6
L=647'
7
L=410'
8
L=242'
9
L=98'
9
L=110'
9
L=98'
1
0
'
1
1
'
1
9
'
1
1
'
1
1
'
1
2
'1
8
'
1
0
'
1
0
'
1
0
'
1
0
'
1
4
'
20'
1
2'
2
3
'
1
1
'
1
1
'
1
9
'
4
L=250'
8
L=26'
7
L=279'
2 TYP.
5
TYPE IV(L)
R=70'
PEAC
H
ST
OAKWOOD AVE
TYPE VII(R)
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
STA 33+10.00 "IMPERIAL HWY", 23.00' LT
BEG TAPER STA 35+00.00 "IMPERIAL HWY", 17.00' LT
END TAPER
STA 33+23.00 "IMPERIAL HWY", 19.00' RT
BEG TAPER
STA 36+00.00 "IMPERIAL HWY", 17.00' RT
END TAPER
STA 36+00.00 "IMPERIAL HWY", 5.00' LT
END TAPER
W=10'
L=60'
W=10'
L=60'
STA 27+35.00 "IMPERIAL HWY", 3.00' RT
BEG TAPER
STA 27+95.00 "IMPERIAL HWY", 7.00' LT
END TAPER
M
A
T
C
H
L
IN
E
S
T
A
3
6
+
5
0
S
E
E
S
H
E
E
T
2
0
11
L=38'
11
L=155'
10
L=3.14'
19
SR-56
SR-56
SR-56
R5-2
R30(CA)
R30(CA)
R30(CA)
R2-1(40)
SR-56
SR-56
R14-1
R14-1
R30(CA)
R3-7
R30(CA)
R30(CA)
R30(CA)
SR-56
SNS
R30(CA)
R5-2
W4-2
R2-1(35)
W4-2
R26(S)(CA)
R26K(CA)
R1-1
R26K(CA)
SNS
R5-2 SPEC
SPEC
SPEC
R26(S)(CA)
R30(CA)D9-6
R5-2
R30(CA)
SNS
3
L=50'
3
L=50'
STA 35+74.57 "IMPERIAL HWY", 1.06' LT
BEG TAPER
12'
1
0
'
+24.43
+80.03
+14.55
+83.33
STA 25+55.00 "IMPERIAL HWY", 7.00' LT
500
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
1
9
+
0
0
37+00 38+00 39+00 40+00 41+00 42+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
BE 2' WIDE.
SPACE BETWEEN MARKINGS SHALL BE 3', MARKINGS SHALL
CALTRANS STD PLAN A24F. CROSSWALKS SHALL BE 15' WIDE,
PLACE WHITE THERMOPLASTIC CONTINENTAL CROSSWALK, PER
ON EACH END.
INSTALL 6" SOLID WHITE LINE, WITH RETROREFLECTIVE MARKER
ARROW PER CALTRANS STD A24A PER PLAN.
PLACE WHITE THERMOPLASTIC PAVEMENT MARKING
1
2
3
4
5
6
7
8
9
10
11
PER CALTRANS STD PLAN A20B DETAIL 29.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
12 REMOVE EXISTING CITY OF LYNWOOD SPECIALTY SIGN (MOUNTED ON GANTRY).
TRAFFIC STRIPING, MARKING, AND SIGNING NOTES:
STRIPING & SIGNING PLAN
INSTALL YELLOW CURB MARKING.
INSTALL RED CURB MARKING.
13
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
14 REMOVE EXISTING CONTROLLER AND FOUNDATION, REUSE EXISTING CONDUIT(S).
15
PER THE SPECIFICATIONS.
PROVIDE THE INTENDED OPERATION SHOWN ON THIS PLAN IN THE SIGNAL PHASE DIAGRAM AND
332 CABINET. CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO
SYSTEMS OR EQUAL COMPLETE IN SEPARATE CABINET WITH ANTI-GRAFFITI COATING MOUNTED TO
MONITOR AND 270 7G GPS MODULE AND ANTENNA. FURNISH AND INSTALL CLARY BATTERY BACKUP
ISOLATION MODULE AND (12) SWITCH PACKS. FURNISH AND INSTALL TYPE 2010 CONFLICT
COMPLETE PER CALTRANS STANDARD PLAN ES-3C WITH 2070E CONTROLLER, D4 PROGRAM. (4) PED
FURNISH AND INSTALL NEW TYPE 332 CABINET WITH ANTI-GRAFFITI COATING AND FOUNDATION
INSTALL ROADSIDE SIGN (MOUNTED ON GANTRY), SEE DETAIL A.
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
CALTRANS STD PLAN RSP A20D DETAIL 38.
INSTALL 8" SOLID WHITE CHANNELIZING LINE, PER
CALTRANS STD PLAN RSP A24G 5' BEHIND BACK OF CROSSWALK.
PLACE 12" WIDE WHITE THERMOPLASTIC LIMIT LINE, PER
MARKERS PER CALTRANS STD PLAN RSP A20A DETAIL 9.
PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
PER CALTRANS STD PLAN RSP A20A DETAIL 22.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
PER CALTRANS STD PLAN RSP A20D DETAIL 40.
PLACE 6" WHITE EXTENSION LINE THROUGH THE INTERSECTION
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
5
0
'
5
0
'
5
0
'
C
A
L
IF
O
R
N
IA
A
V
E
5
0
'
20'20'
40'40'
1
0
0
'
40'
1
0
0
'
80'
1
1
2
2
2
2
3
L=50'
4
L=113'
4
L=93'
4
L=196'
2 TYP.
5
TYPE IV(L)
2 TYP.
5
TYPE IV(L)
TYPE IV(R)
1 TYP.
5
6
L=163'
7
L=262'
7
L=119'
8
L=60'
1
0
'
1
2
'
2
0
'
1
2
'
2
0
'
1
2
'
1
0
'
1
2
'
VAR 11'10'VAR
19'11'10'20'
(20')(10')(10')(20')
(
2
1
')
(2
0
')
(
1
2
')
(1
2
')
LOS FLORES BLVD
IMPERIAL HWY
STA 40+70.00 "IMPERIAL HWY", 4.00' RT
BEG TAPER
STA 41+30.00 "IMPERIAL HWY", 6.00' LT
MATCH EXIST STRIPING
END TAPER
STA 15+14.34 "CALIFORNIA AVE", 16.39' RT
BEG TAPER
STA 16+45.00 "CALIFORNIA AVE", 10.00' RT
END TAPER
STA 17+15.00 "CALIFORNIA AVE", 10.00' RT
BEG TAPER
STA 17+75.00 "CALIFORNIA AVE"
MATCH EXIST STRIPING
END TAPER
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/WEXIST R/W
W=10'
L=60'
W=10'
L=60'
M
A
T
C
H
L
I
N
E
S
T
A
3
6
+
5
0
S
E
E
S
H
E
E
T
1
9
3
L=50'
20
R2-1(25)
R1-1
SPEC
R30(CA)
R30(CA)
R30(CA)
R30(CA)
R30(CA)
R30(CA)
R30(CA)
R1-1
R1-1
R30(CA)
R26(S)(CA)
SPEC
R30(CA)
6
L=123'
6
L=129'
3
L=50'
3
L=50'
BEG TAPER
STA 17+15.00 "CALIFORNIA AVE", 11.00' LT
STA 17+75.00 "CALIFORNIA AVE"
MATCH EXIST STRIPING
END TAPER
2
1
'
2
0
'
+69.74
+98.58
+36.40
+17.85
501
18+
00
19
+00
2
0+00
70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
BE 2' WIDE.
SPACE BETWEEN MARKINGS SHALL BE 3', MARKINGS SHALL
CALTRANS STD PLAN A24F. CROSSWALKS SHALL BE 15' WIDE,
PLACE WHITE THERMOPLASTIC CONTINENTAL CROSSWALK, PER
ON EACH END.
INSTALL 6" SOLID WHITE LINE, WITH RETROREFLECTIVE MARKER
ARROW PER CALTRANS STD A24A PER PLAN.
PLACE WHITE THERMOPLASTIC PAVEMENT MARKING
1
2
3
4
5
6
7
8
9
10
11
PER CALTRANS STD PLAN A20B DETAIL 29.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
12 REMOVE EXISTING CITY OF LYNWOOD SPECIALTY SIGN (MOUNTED ON GANTRY).
TRAFFIC STRIPING, MARKING, AND SIGNING NOTES:
STRIPING & SIGNING PLAN
INSTALL YELLOW CURB MARKING.
INSTALL RED CURB MARKING.
13
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
14 REMOVE EXISTING CONTROLLER AND FOUNDATION, REUSE EXISTING CONDUIT(S).
15
PER THE SPECIFICATIONS.
PROVIDE THE INTENDED OPERATION SHOWN ON THIS PLAN IN THE SIGNAL PHASE DIAGRAM AND
332 CABINET. CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO
SYSTEMS OR EQUAL COMPLETE IN SEPARATE CABINET WITH ANTI-GRAFFITI COATING MOUNTED TO
MONITOR AND 270 7G GPS MODULE AND ANTENNA. FURNISH AND INSTALL CLARY BATTERY BACKUP
ISOLATION MODULE AND (12) SWITCH PACKS. FURNISH AND INSTALL TYPE 2010 CONFLICT
COMPLETE PER CALTRANS STANDARD PLAN ES-3C WITH 2070E CONTROLLER, D4 PROGRAM. (4) PED
FURNISH AND INSTALL NEW TYPE 332 CABINET WITH ANTI-GRAFFITI COATING AND FOUNDATION
INSTALL ROADSIDE SIGN (MOUNTED ON GANTRY), SEE DETAIL A.
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
CALTRANS STD PLAN RSP A20D DETAIL 38.
INSTALL 8" SOLID WHITE CHANNELIZING LINE, PER
CALTRANS STD PLAN RSP A24G 5' BEHIND BACK OF CROSSWALK.
PLACE 12" WIDE WHITE THERMOPLASTIC LIMIT LINE, PER
MARKERS PER CALTRANS STD PLAN RSP A20A DETAIL 9.
PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
PER CALTRANS STD PLAN RSP A20A DETAIL 22.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
PER CALTRANS STD PLAN RSP A20D DETAIL 40.
PLACE 6" WHITE EXTENSION LINE THROUGH THE INTERSECTION
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
BU
LLIS R
D
5
0
'
5
0
'
5
0
'
1
0
0
'
5
0
'
65'
25'
40'
1
2
2
3
3
L=50'
3
L=50'
4
L=201'
4
L=201'
4
L=100
4
L=110'
L=58'
5
TYPE IV(L)
4 TYP.
5
3 TYP.
TYPE VI
6
L=367'
6
L=353'
6
L=156'
7
L=206'
8
L=204'
8
L=227'
5
1 TYP.
TYPE IV(L)
V
A
R
1
2
'
1
0
'
1
1
'
1
0
'
1
1
'
V
A
R
1
1
'
1
2
'
1
1
.
5
'
1
1
'
(2
0
.5
')
(1
2
')
(
2
0
')
(1
1
')
14'10'
(2
0
.5
')
R=1.5'
1
0
0
'
(11')(12')
O
T
IS
S
T
C
AR
SO
N
D
R
M
C
N
E
R
N
E
Y
A
V
E
F
R
A
C
A
R
A
V
E
A
L
E
X
A
N
D
E
R
A
V
E
LYNDORA ST
9
L=83'
9
L=57'
IMPERIAL HWY
STA 73+25.55 "IMPERIAL HWY", 19.67' LT
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
BC STA 73+25.77 "IMPERIAL HWY", 7.68' LT
STA 74+67.10 "IMPERIAL HWY", 23.96' LT
END TAPER
STA 18+57.29 "BULLIS RD", 6.20' LT
STA 77+88.29 "IMPERIAL HWY", 6.00' LT
END TAPER
STA 77+28.34 "IMPERIAL HWY", 6.50' RT
BEG TAPER
STA 76+88.29 "IMPERIAL HWY", 6.50' RT
BEG TAPER
STA 76+88.29 "IMPERIAL HWY", 24.50' LT
BEG TAPER
END TAPER
"IMPERIAL HWY", 17.00' LT
STA 78+90.38
MATCH EXIST STRIPING
END TAPER
W=12'
L=60'
W=16'
L=100'
EXIST R/W
EXIST R/W
11
L=78'
11
L=35'
EC STA 73+94.37 "IMPERIAL HWY", 4.26' RT
PCC STA 73+94.78 "IMPERIAL HWY", 1.31' RT
R=235.29'
R=59.66'
21
R36(CA)
R2-1(35)
R10-12
R26(CA)
R1-1
R30(CA)
SNS
R10-7
R26(CA)
R2-1(40)
SNSSPECR26(CA)
SPEC
R30(CA)
SPEC
R1-1
R30(CA)
R36(CA)
SNS
R1-1
R30(CA)
R36(CA)
R30(CA)
R26(CA)
SNS
R36(CA)
R30(CA)
R3-3
R1-1
SNS
R30(CA)
R1-1
R26(CA)
R26(CA)
R1-1
SNS
R30(CA)
R30(CA)
SPEC
SNS
R30(CA)
R3-3
R30(CA)
"IMPERIAL HWY", 9.79' LT
STA 77+88.29
R26(S)(CA)
R30(CA)
R26(S)(CA)
STA 71+70.00 "IMPERIAL HWY"
MATCH EXIST STRIPING
BEG TAPER
STA 72+50.00 "IMPERIAL HWY", 6.24' LT
1
4
'
1
8
'
1
8
'
+67.09
+83.59
502
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
BE 2' WIDE.
SPACE BETWEEN MARKINGS SHALL BE 3', MARKINGS SHALL
CALTRANS STD PLAN A24F. CROSSWALKS SHALL BE 15' WIDE,
PLACE WHITE THERMOPLASTIC CONTINENTAL CROSSWALK, PER
ON EACH END.
INSTALL 6" SOLID WHITE LINE, WITH RETROREFLECTIVE MARKER
ARROW PER CALTRANS STD A24A PER PLAN.
PLACE WHITE THERMOPLASTIC PAVEMENT MARKING
1
2
3
4
5
6
7
8
9
10
11
PER CALTRANS STD PLAN A20B DETAIL 29.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
12 REMOVE EXISTING CITY OF LYNWOOD SPECIALTY SIGN (MOUNTED ON GANTRY).
TRAFFIC STRIPING, MARKING, AND SIGNING NOTES:
STRIPING & SIGNING PLAN
INSTALL YELLOW CURB MARKING.
INSTALL RED CURB MARKING.
13
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
14 REMOVE EXISTING CONTROLLER AND FOUNDATION, REUSE EXISTING CONDUIT(S).
15
PER THE SPECIFICATIONS.
PROVIDE THE INTENDED OPERATION SHOWN ON THIS PLAN IN THE SIGNAL PHASE DIAGRAM AND
332 CABINET. CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO
SYSTEMS OR EQUAL COMPLETE IN SEPARATE CABINET WITH ANTI-GRAFFITI COATING MOUNTED TO
MONITOR AND 270 7G GPS MODULE AND ANTENNA. FURNISH AND INSTALL CLARY BATTERY BACKUP
ISOLATION MODULE AND (12) SWITCH PACKS. FURNISH AND INSTALL TYPE 2010 CONFLICT
COMPLETE PER CALTRANS STANDARD PLAN ES-3C WITH 2070E CONTROLLER, D4 PROGRAM. (4) PED
FURNISH AND INSTALL NEW TYPE 332 CABINET WITH ANTI-GRAFFITI COATING AND FOUNDATION
INSTALL ROADSIDE SIGN (MOUNTED ON GANTRY), SEE DETAIL A.
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
CALTRANS STD PLAN RSP A20D DETAIL 38.
INSTALL 8" SOLID WHITE CHANNELIZING LINE, PER
CALTRANS STD PLAN RSP A24G 5' BEHIND BACK OF CROSSWALK.
PLACE 12" WIDE WHITE THERMOPLASTIC LIMIT LINE, PER
MARKERS PER CALTRANS STD PLAN RSP A20A DETAIL 9.
PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
PER CALTRANS STD PLAN RSP A20A DETAIL 22.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
PER CALTRANS STD PLAN RSP A20D DETAIL 40.
PLACE 6" WHITE EXTENSION LINE THROUGH THE INTERSECTION
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
113+00 114+00 115+00 116+00 117+00
118+00
119+00
120+00
121+00
13
+00
14+00
15+
00
16+0
0
1
7+00
18
+00
19
+00
11+
00
12+0
0
IMPERIAL HWY
ATLAN
TIC
AVE
ATLAN
TIC
AVE
LOS FLORES BLVD
5
0
'
5
0
'
50'
57.5'
50'
50'
50'
50'
50'
50'
50'
LIN
D
E
N
S
T
5
0
'
10
0
'
100'
100'
107.5'
100'
100'
12.5'17'12'12'12'17'
17'12'10'12'17'
(17')(12')
(17')
12'10'12'13'10'
18'
10'
13'
12'
10'
12'
18'
3
L=50'3
L=50'
4
L=70'
4
L=300'
3
L=50'
3
L=50'
4
L=151'
4
L=225'
TYPE IV(L)
2 TYP.
5
1 TYP.
5
TYPE IV(R)
TYPE IV(L)
2 TYP.
5
2 TYP.
5
TYPE IV(R)
6
L=326'
6
L=315'
6
L=186'
6
L=173'
7
L=231'
7
L=195'
4
L=18'
2
2
2
3
L=50'
3
L=50'
4
L=138'
TYPE IV(L)
2 TYP.
5
1 TYP.
5
TYPE VII(R)
6
L=162'
6
L=146'
7
L=207'
V
A
R
1
2
'
1
2
'
1
2
'
1
9
'
(1
2
')(
1
2
')
(1
9
')
(1
2
')
(1
9
')
(1
7')
(12')
(1
1')
(22
')
(10
)
EXIST R/WEXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/WEXIST R/W
"IMPERIAL HWY", 6.00' RT
STA 114+54.87
MATCH EXIST STRIPING
BEG TAPER
"IMPERIAL HWY", 6.00' LT
STA 115+14.87
END TAPER
STA 18+10.00 "ATLANTIC AVE", 18.00' RT
"ATLANTIC AVE", 5.00' RT
STA 10+80.00
BEG TAPER
"ATLANTIC AVE", 5.00' LT
STA 11+40.00
END TAPER
W=10'
L=60'
MATCH LINE STA 12+10
SEE BELOW LEFT
MATCH LINE STA 12+10
SEE ABOVE RIGHT
M
A
T
C
H
L
IN
E
S
T
A
1
2
1
+
5
0
S
E
E
S
H
E
E
T
2
3
ST JAM
ES AVE
SOUTH GATECITY OF
LYNWOODCITY OF
10
L=3.14'
EXIST R/W
22
R10-12
R30(CA)
R30(CA)
SR-56
SNS
R1-1
SR-56
R10-12
R3-7
R30(CA)
SR-56
SPECR30(CA)SPEC
R30(CA)
SPEC
R30(CA)
SR-56
R1-1
R30(CA)
SPEC
R3-7
SR-56
R30(CA)
R2-1(35)
R30(CA)
SPEC
R1-1
R30(CA)
SPEC
SPEC
R30(CA)
"ATLANTIC AVE", 17.00' RT
STA 10+62.00
(12')
503
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
1851 E First Street, Suite 1400
Santa Ana, CA 92705
Tel. (714) 442-2800
BE 2' WIDE.
SPACE BETWEEN MARKINGS SHALL BE 3', MARKINGS SHALL
CALTRANS STD PLAN A24F. CROSSWALKS SHALL BE 15' WIDE,
PLACE WHITE THERMOPLASTIC CONTINENTAL CROSSWALK, PER
ON EACH END.
INSTALL 6" SOLID WHITE LINE, WITH RETROREFLECTIVE MARKER
ARROW PER CALTRANS STD A24A PER PLAN.
PLACE WHITE THERMOPLASTIC PAVEMENT MARKING
1
2
3
4
5
6
7
8
9
10
11
PER CALTRANS STD PLAN A20B DETAIL 29.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
12 REMOVE EXISTING CITY OF LYNWOOD SPECIALTY SIGN (MOUNTED ON GANTRY).
TRAFFIC STRIPING, MARKING, AND SIGNING NOTES:
STRIPING & SIGNING PLAN
INSTALL YELLOW CURB MARKING.
INSTALL RED CURB MARKING.
13
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
65SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
14 REMOVE EXISTING CONTROLLER AND FOUNDATION, REUSE EXISTING CONDUIT(S).
15
PER THE SPECIFICATIONS.
PROVIDE THE INTENDED OPERATION SHOWN ON THIS PLAN IN THE SIGNAL PHASE DIAGRAM AND
332 CABINET. CONTRACTOR SHALL INSTALL ALL NECESSARY EQUIPMENT AND APPURTENANCES TO
SYSTEMS OR EQUAL COMPLETE IN SEPARATE CABINET WITH ANTI-GRAFFITI COATING MOUNTED TO
MONITOR AND 270 7G GPS MODULE AND ANTENNA. FURNISH AND INSTALL CLARY BATTERY BACKUP
ISOLATION MODULE AND (12) SWITCH PACKS. FURNISH AND INSTALL TYPE 2010 CONFLICT
COMPLETE PER CALTRANS STANDARD PLAN ES-3C WITH 2070E CONTROLLER, D4 PROGRAM. (4) PED
FURNISH AND INSTALL NEW TYPE 332 CABINET WITH ANTI-GRAFFITI COATING AND FOUNDATION
INSTALL ROADSIDE SIGN (MOUNTED ON GANTRY), SEE DETAIL A.
FEBRUARY/2023
DATE:
APPROVED BY:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
DATE ADJ.QUAD.
ELEV.NO.Y7199 93.249
2013 SOUTH GATE
CALTRANS STD PLAN RSP A20D DETAIL 38.
INSTALL 8" SOLID WHITE CHANNELIZING LINE, PER
CALTRANS STD PLAN RSP A24G 5' BEHIND BACK OF CROSSWALK.
PLACE 12" WIDE WHITE THERMOPLASTIC LIMIT LINE, PER
MARKERS PER CALTRANS STD PLAN RSP A20A DETAIL 9.
PLACE 6" WHITE SKIP LANE LINES WITH RETROREFLECTIVE
PER CALTRANS STD PLAN RSP A20A DETAIL 22.
PLACE DOUBLE YELLOW NO PASSING ZONE-TWO DIRECTION
PER CALTRANS STD PLAN RSP A20D DETAIL 40.
PLACE 6" WHITE EXTENSION LINE THROUGH THE INTERSECTION
H. TONG
M. HYNES
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
CIVIL
06-30-23
C 67872
MICHAEL HYNES
122+00 123+00 124+00 125+00 126+00 127+00
1
1
+00
12+0
0
1
3
+00
1
4
+00
15+0
0
1
6
+00
17+
0
0
1
8+00
W
R
IG
H
T R
D
IMPERIAL HWY
5
0
'
5
0
'
30'
30'
33'
45'
CITY OF SOUTH GATECITY OF LYNWOOD
PENDLETON AVE
ST JAM
ES AVE
1
1
2
2
2
4
L=346'
7
L=347'
TYPE IV(L)
4 TYP.
5
TYPE IV(R)
1 TYP.
5
TYPE IV(L)
1 TYP.
5
1 TYP.
5
TYPE VII(R)
9
L=94'
9
L=86'
1 TYP.
5
TYPE VIII
1
0
0
'
60'
78'
16.5'
10'10'20'
16.5'10'10'20'
25'
10'
21.5'
STA 16+10.00 "WRIGHT RD", 14.00' RT
BEG TAPER
END TAPER
STA 17+12.50 "WRIGHT RD", 9.00' RT
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/WEXIST R/W
EXIST R/W
EXIST R/W
STA 17+66.87 "WRIGHT RD", 9.00' RT
M
A
T
C
H
L
I
N
E
S
T
A
1
2
1
+
5
0
S
E
E
S
H
E
E
T
2
2
1 TYP.
13
1 TYP.
13
1 TYP.
13
1 TYP.
13
R3-6(R)
HOSPITAL
SPEC SIGN
4
L=194'
4 TYP.
12
SPEC SIGN
FWY ONLY(L)
SPEC SIGN
R3-5(L)
23
R3-7
R30(CA)
R30(CA)
SPEC SNS
R30(CA)
R2-1(25)
R4-7
SPEC
SPEC
R5-2
SPEC
R9-3bP
R9-3
SNS
R14-1
R3-7
R49(CA)
SW24-3(CA)
SPEC
R30(CA)
SW24-2(CA)
R30(CA)
R49(CA)
R49(CA)
R30(CA)
R30(CA)
R49(CA)
SNS
SNS
R1-1
R2-1(35)
R30(CA)
R30(CA)
SPEC
SNS
SNS
SW24-2(CA)
R4-7
R30(CA)
1514
DETAIL A
R3-5(L)ONLY(L)
FWY
SIGN
SPEC
HOSPITAL
SPEC SIGN
Š" Á Galv BOLT, NUT AND
FIBER WASHER
SLOT Galv STEEL OR ALUMINUM CHANNEL
1†" x 1…" x 0.105" CONTINUOUS
DRILL AND TAP FOR …" Á
CAP SCREW WITH LOCK WASHER
LOCK WASHER
INSTALL THRU CHANNEL
HEAD BOLT, NUT AND LOCK WASHER.
SAFETY STOP-‚" Á Galv Hex
Š" Á Galv Hex HEAD BOLT, NUT AND
1‚ NPS x 0.105" Galv PIPE CLAMP
GANTRY MAST ARM
2
"
"
SIGN PANEL
TOP OF SIGN LEVEL
3
"
2
"
4"
4
"
3
'-
9
"
M
a
x
2
'-
6
" M
a
x
SIGN AREA
14 SQFT
SIGN WEIGHT
44 lb
Max
Max
3'-9" Max
SIDE VIEWREAR VIEW
SIGN MOUNTING DETAILS
AA
SECTION A-A
PIPE CLAMP
CHANNEL
ONLY ONLY
FWY
R3-6(R)
HOSPITAL EXISTING SIGN GANTRY
10'10'16.5'ETW ETW
NO SCALE
+96.29
+89.25
+32.81
504
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
CONSTRUCTION NOTES:
TRAFFIC HANDLING PLAN - TITLE SHEET
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
A. MARTINEZ
11+00
12+00
13+00
14+00
15+00
16+00
17+00
18+00
19+00
20+00
11+00
12+00
13+00
14+00
15+00
16+00
17+00
18+00
19+00
11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00
26+00
27+00
28+00
29+00
30+00
31+00
32+00
33+00
34+00
35+00
36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 46+00 47+00 48+00
49+00
50+00
51+00
52+00
53+00
54+00
55+00
56+00
57+00
58+00
59+00
60+00
61+00
62+00
63+00
64+00
65+00 66+00 67+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 90+00 91+00 92+00 93+00 94+00 95+00 96+00 97+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00
118+00
119+00
120+00
121+00
122+00
123+00
124+00
125+00
126+00
127+00
11+00
12+00
13+00
14+00
15+00
16+00
17+00
18+00
11+00
12+00
13+00
11+00
12+00
13+00
14+00
15+00
16+00
17+00
11+00
12+00
13+00
14+00
15+00
16+00
17+00
18+00
11+00
12+00
13+00
14+00
15+00
16+00
17+00
18+00
19+00
18+00
24
TRAFFIC HANDLING GENERAL NOTES:
VICINITY MAP
NO SCALE
IMPERIAL HIGHWAY
IMPERIAL HIGHWAY
ATLAN
TIC
AVE
S
T
A
T
E
S
T
C
A
L
IF
O
R
N
IA
A
V
E
P
E
A
C
H
S
T
LO
N
G
BEACH BLVD
MARTIN LUTHER
KING JR BLVD
BU
LLIS R
D
W
R
IG
H
T R
D
MARKOUT CENTERLINE OR SCAR OF A SANDBLASTED CENTERLINE, AS APPLICABLE.
TEMPORARY REFLECTIVE RAISED PAVEMENT MARKERS SHALL BE MAINTAINED ADJACENT TO ANY TEMPORARY CENTERLINE, 34.
THERMOPLASTIC STRIPING MAY PROCEED ONLY AFTER APPROVAL OF MARKOUT BY THE AGENCY AND INSPECTOR.
MARKOUT. THE CONTRACTOR SHALL CORRECT ALL ERRORS IN MARKOUT REQUESTED BY THE INSPECTOR. THE INSTALLATION OF
33. THE CONTRACTOR SHALL CONTACT THE AGENCY AND INSPECTOR AT LEAST TEN (10) WORKING DAYS BEFORE BEGINNING
THE INSPECTOR. PRIMER AND SEALERS ARE REQUIRED AS APPROVED BY THE INSPECTOR.
OF THE PROPOSED STRIPING. STRIPING AND PAVEMENT MARKINGS SHALL BE IN HOT APPLIED ALKYD THERMOPLASTIC APPROVED BY
MARKOUT SHALL BE BY HEAVY PAINT BRUSH MARKINGS OVER A PULLED ROPE IN THE RESPECTIVE WHITE AND YELLOW COLORS 32.
DURING THE CONSTRUCTION PROCESS.
THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REPAINTING OF ALL EXISTING STRIPING THAT HAS BEEN DAMAGED 31.
STRIPING PLANS SEVEN (7) DAYS PRIOR TO PROJECT COMPLETION.
STRIPING. IF THERE IS NO RESTORATION PLAN IN THIS PACKAGE, CONTRACTOR SHALL CONTACT THE INSPECTOR FOR THE LATEST
WTCP STRIPING, SIGNING, AND OTHER WTCP-RELATED TRAFFIC CONTROL DEVICES PRIOR TO THE INSTALLATION OF THE FINAL
RESTORATION STRIPING/PAVEMENT MARKINGS. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR REMOVAL OF ALL CONFLICTING
THE CONTRACTOR SHALL BE RESPONSIBLE FOR LABOR AND MATERIAL INVOLVED IN THE MARKOUT, AND INSTALLATION OF ALL 30.
CONSTRUCTION AREA
FOR REVIEW AND ACCEPTANCE.
ANY CHANGES TO CONSTRUCTION AREAS, WORK HOURS, AND/OR APPROVED PLANS SHALL BE SUBMITTED TO THE INSPECTOR 14.
THAT IS NOT INDICATED OR SPECIFIED ON THESE PLANS, REGARDLESS OF DURATION OR TIME PERIOD.
HOURS; 9AM-3PM. CONTRACTOR SHALL REQUEST APPROVAL FROM THE INSPECTOR FOR ANY ADDITIONAL TEMPORARY LANE CLOSURES
INSTALLATION OF ALL TRAFFIC CONTROLS, INCLUDING SIGNAL WORK AND STRIPING SHALL ONLY TAKE PLACE DURING OFF-PEAK
THE IMPLEMENTATION OF TRAFFIC HANDLING PLANS, INCLUDING PAINT REMOVAL/GRINDING, MARK-OUT, LAYOUT AND 13.
OF THE DESIGNATED "CONSTRUCTION AREA" WHICH IS NEEDED FOR CONSTRUCTION AT ANY GIVEN TIME.
CONTRACTOR SHALL PERFORM WORK IN ONLY ONE STAGE AT A TIME. THE CONTRACTOR SHALL ONLY UTILIZE THAT PORTION 12.
AFFECTED RESIDENTS AND BUSINESSES.
CONTRACTOR SHALL MAINTAIN ACCESS TO ALL FUNCTIONAL DRIVEWAYS AT ALL TIMES AND SHALL COORDINATE WITH ALL 11.
REMOVED IMMEDIATELY FROM THE SITE.
NOT BE STORED IN PUBLIC STREETS UNLESS OTHERWISE PERMITTED. AFTER PLACING BACKFILL, ALL EXCESS MATERIAL SHALL BE
BY THE ENGINEER. EXCAVATED MATERIAL, EXCEPT THAT WHICH IS TO BE USED AS BACKFILL IN THE ADJACENT TRENCH, SHALL
FIVE (5) DAYS AFTER IT IS NO LONGER NEEDED. TIME NECESSARY FOR REPAIR OR ASSEMBLY OF EQUIPMENT MAY BE AUTHORIZED
CONSTRUCTION EQUIPMENT SHALL NOT BE STORED AT THE WORK SITE BEFORE ITS ACTUAL USE ON THE WORK NOR FOR MORE THAN
SHALL BE STORED ELSEWHERE BY THE CONTRACTOR AT THEIR EXPENSE UNLESS AUTHORIZED ADDITIONAL STORAGE TIME.
UNLOADING. ALL MATERIALS OR EQUIPMENT NOT INSTALLED OR USED IN CONSTRUCTION WITHIN FIVE (5) DAYS AFTER UNLOADING
CONSTRUCTION MATERIALS SHALL NOT BE STORED IN STREETS, ROADS, OR HIGHWAYS FOR MORE THAN FIVE (5) DAYS AFTER 10.
REPLACED OR CLEANED AS NECESSARY TO PRESERVE THEIR APPEARANCE AND CONTINUITY.
ALL TRAFFIC CONTROL DEVICES SHALL BE KEPT IN THEIR PROPER POSITION AT ALL TIMES, AND SHALL BE REPAIRED, 9.
WHETHER OR NOT IT IS DEPICTED ACCURATELY ON THESE PLANS.
IMPLEMENTATION OF A CONSTRUCTION STAGE. THE CONTRACTOR SHALL REMOVE ALL CONFLICTING SIGNAGE AND STRIPING,
THE STRIPING AND SIGNAGE SHOWN FOR REMOVAL ON THESE PLANS MAY BE DIFFERENT THAN WHAT EXISTS AT TIME OF 8.
PRIOR TO PLAN ACCEPTANCE.
IS RESPONSIBLE TO NOTIFY ALL AFFECTED AGENCIES, UTILITIES, AND PROPERTY OWNERS AT LEAST TEN (10) BUSINESS DAYS
FOR ALL CONSTRUCTION INVOLVING STREET CLOSURES, DIRECTIONAL STREET CLOSURES, AND ALLEY CLOSURES, CONTRACTOR 7.
THE CITY OF LYNWOOD SHALL APPROVE ALL STREET, ALLEY, AND SIDEWALK CLOSURES. 6.
WITHIN ANY PRIVATE PROPERTY.
OTHER CITIES, COUNTY, AND/OR STATE RIGHT OF WAY, AND FROM PROPERTY OWNERS FOR STRIPING/TRAFFIC CONTROL DEVICES
CONTRACTOR SHALL OBTAIN APPROVAL FROM OTHER GOVERNMENT AGENCIES FOR STRIPING/TRAFFIC CONTROL DEVICES WITHIN
THE CITY OF LYNWOOD HAS JURISDICTION FOR STRIPING/TRAFFIC CONTROL DEVICES WITHIN CITY RIGHT OF WAY. 5.
REPAIRED IMMEDIATELY BY THE CONTRACTOR AT THEIR OWN EXPENSE.
ANY DAMAGE TO TRAFFIC SIGNAL DETECTOR LOOPS, CONDUITS, INTERCONNECTS, OR FIBER OPTIC CABLE SHALL BE 4.
OR ATSAC FIBER OPTIC CABLE.
ANY EXCAVATION OR CONSTRUCTION WITHIN 10-FEET OF EXISTING TRAFFIC SIGNAL DETECTOR LOOPS, CONDUIT, INTERCONNECTS,
CONTRACTOR SHALL NOTIFY THE AFFECTED AGENCY'S SIGNAL MAINTENANCE SUPERVISOR FIVE (5) WORKING DAYS PRIOR TO 3.
NOTICE FOR POSSIBLE RELOCATION/ABANDONMENTS OF A BUS STOP.
BUS STOP WILL BE AFFECTED BY CONSTRUCTION ACTIVITIES OR THE PROPOSED IMPROVEMENTS. PROVIDE TWO-WEEK ADVANCE
PERMITTEE SHALL COORDINATE WITH THE IMPACTED TRANSIT OPERATOR(S) PRIOR TO PLAN SUBMISSION WHEN ANY EXISTING 2.
TRAFFIC CONTROL DEVICES NECESSARY TO ENSURE PUBLIC SAFETY AT ALL TIMES DURING CONSTRUCTION.
CHANGES SHALL SUPERSEDE THESE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PLACEMENT OF ANY ADDITIONAL
OBSERVE THESE TRAFFIC CONTROL PLANS IN USE AND TO MAKE NECESSARY CHANGES AS FIELD CONDITIONS WARRANT. ANY
INSTALLATION OF ANY TEMPORARY STRIPING FOR ALL CONSTRUCTION STAGES. THE CITY OF LYNWOOD RESERVES THE RIGHT TO
CONTRACTOR SHALL CONTACT THE INSPECTOR AT LEAST FIVE (5) WORKING DAYS (TO INSPECT MARK OUT) PRIOR TO THE 1.
AROUND THE WORK AREA. PEDESTRIAN DETOURS SHALL BE CLEARLY MARKED WITH SIGNAGE AND BARRICADES PER CA MUTCD.
WHERE PEDESTRIAN ACCESS IS NOT FEASIBLE, CONTRACTOR SHALL PROVIDE A PEDESTRIAN DETOUR WITHIN REASONABLE DISTANCE
CONTRACTOR SHALL PROVIDE ADA COMPLIANT AND MINIMUM 5FT WIDE CONTINUOUS ACCESS FOR PEDESTRIAN PASSAGEWAYS. 29.
CONTRACTOR SHALL PROVIDE ACCESS TO ALL FIRE HYDRANTS WITHIN AND ADJACENT TO THE WORK AREA AT ALL TIMES.28.
BARRICADE SUPPORT.
27. CONTRACTOR SHALL PROVIDE REFLECTORIZED CONES AT TYPE III BARRICADE SUPPORTS TO ALERT PEDESTRIANS OF THE
SIMULTANEOUSLY.
WHEN REMOVAL IS REQUIRED BY CONSTRUCTION, CROSSWALK MARKINGS AND PEDESTRIAN SIGNAL HEADS SHALL BE COVERED 26.
ALL TEMPORARY SIGNAGE INSTALLED ADJACENT TO PEDESTRIAN TRAVEL WAY MUST ALLOW FOR ADA-COMPLIANT PASSAGEWAYS.25.
CONDITIONS/DETOURS WARRANT AND AS DEEMED NECESSARY BY THE INSPECTOR, EVEN IF THEY ARE NOT SHOWN ON THESE PLANS.
CONTRACTOR SHALL PROVIDE CHANGEABLE MESSAGE SIGNS/FLASHING ARROW BOARDS AND CONES/BARRICADES AS FIELD 24.
EDITION) AND AS DIRECTED BY THE INSPECTOR.
LOCATION AND SPACING OF TEMPORARY SIGNS AND DELINEATORS SHALL CONFORM TO THE CALIFORNIA MUTCD (LATEST 23.
CONVENIENCE AND SAFETY," AND 302-4.5 "PUBLIC CONVENIENCE AND TRAFFIC CONTROL."
RELATED SECTIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, INCLUDING SECTION 7-10 "PUBLIC
FOLLOW THE CALIFORNIA MUTCD (LATEST EDITION) AND WATCH MANUAL (LATEST EDITION) ADOPTED BY THE AGENCY, AND ALL
FOR OTHER REQUIREMENTS RELATED TO TRAFFIC HANDLING PLANS AND WORK AREA MAINTENANCE, THE CONTRACTOR SHALL 22.
ALL SIGNS, DELINEATORS, BARRICADES, ETC., SHALL CONFORM TO THE CALIFORNIA MUTCD (LATEST EDITION).21.
PERFORMING THE WORK SAFELY. APPROPRIATE ADVANCE SIGNS MUST ALSO BE INSTALLED, PER THE WATCH MANUAL.
WORK) AND HARD HAT, AS REQUIRED BY THE WATCH MANUAL, AND MUST BE PROPERLY TRAINED BY THE CONTRACTOR IN
OCTAGONAL STOP/ SLOW PADDLE, SHALL WEAR AN ORANGE SAFETY VEST (PADDLE AND VEST MUST BE REFLECTORIZED FOR NIGHT
CONTRACTORS SHALL PROVIDE FLAGGERS AS DEEMED NECESSARY BY CITY. A FLAGGER SHALL USE ONLY THE APPROVED 20.
WITH THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA M.U.T.C.D.) LATEST EDITION.
ALL CONSTRUCTION RELATED WARNING SIGNS SHALL BE IN BLACK LEGEND WITH ORANGE BACKGROUND AND IN CONFORMANCE 19.
LESS THAN 6 MONTHS. DETOUR TAPE IS NOT PERMITTED.
LONGER THAN 6 MONTHS, AND/OR AS REQUIRED BY THE INSPECTOR. PAINT MAY BE USED ON SMOOTH SURFACES FOR INSTALLATION
CENTERLINE OR TAPED-OVER CENTERLINE. THERMOPLASTIC SHALL BE USED FOR ALL ROUGH OR UNEVEN SURFACES, INSTALLATIONS
REFLECTIVE PAVEMENT MARKERS SHALL BE MAINTAINED BY THE CONTRACTOR ADJACENT TO THE SCAR OF THE SANDBLASTED
SANDBLASTING/GRINDING. PAINTING THE EXISTING STRIPING OVER WITH BLACK PAINT IS NOT PERMITTED. TEMPORARY
AND AS CONSTRUCTION STAGING NECESSITATES. STRIPING AND PAVEMENT MARKINGS SHALL BE REMOVED BY WET
MAINTENANCE OF ALL STRIPING, PAVEMENT MARKINGS, SIGNS, BARRICADES, DELINEATORS, ETC., SHOWN ON THESE THP PLANS
THE CONTRACTOR SHALL BE RESPONSIBLE FOR LABOR AND MATERIAL INVOLVED IN THE REMOVAL, INSTALLATION, AND 18.
THP IMPLEMENTATION.
CONTRACTOR MAY BE REQUIRED TO SUBMIT A REVISED THP TO THE INSPECTOR AND THE AUTHORITY FOR ACCEPTANCE PRIOR TO
CONDITIONS ARE DIFFERENT, THE CONTRACTOR SHALL COORDINATE WITH THE INSPECTOR BEFORE IMPLEMENTING THE THP. THE
FIELD CONDITIONS MAY VARY FROM THOSE SHOWN ON THE TRAFFIC HANDLING PLAN (THP). IN THE EVENT FIELD 17.
ACCORDING TO THE LATEST CA MUTCD SPECIFICATIONS.
16.THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPLACING ANY MISSING OR DAMAGED SIGNS (DUE TO CONSTRUCTION)
BY THE INSPECTOR.
(THP) TO BE IN GOOD CONDITION AND VISIBLE. THE CONTRACTOR SHALL REPAINT ANY FADED EXISTING STRIPING AS DIRECTED
15.THE CONTRACTOR SHALL BE RESPONSIBLE FOR STRIPING (PROPOSED AND EXISTING) SHOWN ON THIS TRAFFIC HANDLING PLAN
505
11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00
11+00
1
2
+
0
0
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
S
T
A
T
E
S
T
BEECHWOOD AVE
EXIST R/W
EXIST R/W
EXIST R/W
5
0
'
5
0
'
1
3
'
1
3
'
3
7
'
3
7
'
IMPERIAL HWY
STAGE 1 - MEDIAN WORK COMPLETED IN THIS STAGE.
ETW
"STATE ST"
CL
BOUND
NORTH SW
ETW
Exist
ETW
Exist
ETW
SW
BOUND
SOUTH
ACTIVE LANE IN EACH DIRECTION.
SHIFT LANES AWAY FROM MEDIAN. AT LEAST ONE
B B
A
A
SECTION B-B (STAGE 1)
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
NO SCALE
SW
ETW
BOUND
EAST SW
ETW
Exist
ETW
BOUND
WEST
"IMPERIAL HWY"
CL
SECTION A-A (STAGE 1)
5
0
'
5
0
'
1
3
'
1
3
'
3
7
'
3
7
'
10'10'
62'58'
52'48'
60'
10'10'50'50'
1
0
'
(
2
0
'
)
(
1
2
'
)
(
2
0
'
)
1
2
'
1
2
'
1
2
'
1
0
'
2
0
'
2
40' O.C.
STA 13+09 "IMPERIAL HWY", 5' LT
STA 11+78 "IMPERIAL HWY"
STA 11+78 "IMPERIAL HWY"
STA 14+88 "IMPERIAL HWY", 5' RT
STA 14+88 "IMPERIAL HWY", 17' RT
1
12.5' O.C.
21 EA
M
A
T
C
H
L
I
N
E
S
T
A
1
0
+
5
0
1
2 EA
25' O.C.
STA 13+38 "IMPERIAL HWY", 5' RT
11
11'
OAKWOOD AVE
STA 16+17 "IMPERIAL HWY", 13' LT
MATCH LINE STA 18+00
STA 17+84 "STATE ST", 27' LT
R3-2
10
40' O.C.
7 EA
2
STA 16+17 "IMPERIAL HWY", 13' RT
STA 14+07 "STATE ST", 13' RT
STA 14+07 "STATE ST", 25' RT
12'
11.33'
22'
22'
(21.67')(13.27')
MATCH LINE STA 11+00.00
EXIST R/W
2
12.5' O.C.
(22.25')(13')
(22.25')
(12.5')
(11.25')
(
1
9
'
)
2
3 EA
STA 21+17 "IMPERIAL HWY", 13' LT
8
SEE SHEET 26
1
12.5' O.C.
16 EA
2
12.5' O.C.
3 EA
12.5' O.C.
3 EA
2
12.5' O.C.
1
16 EA
1
12.5' O.C.
2 EA
S
E
E
S
H
E
E
T
2
6
M
A
T
C
H
L
I
N
E
S
T
A
2
1
+
5
0
11'24'9.5'±
Temp CHANNELIZER
15'15'
30'9.5'±24'
AREA
Const
25
SEE SHEET 26
NO SCALE
M
A
T
C
H
L
I
N
E
S
T
A
1
0
+
5
0
S
E
E
L
E
F
T
A
B
O
V
E
S
E
E
R
I
G
H
T
B
E
L
O
W
1
11 EA
25' O.C.
EXIST R/W
STA 8+32 "IMPERIAL HWY"
EXIST R/W
IMPERIAL HIGHWAY10
W20-1
10
10
10
G20-2
24'
2
0
'
2
0
'
2
0
'
2
0
'
(
1
9
'
)
8
9
2
0
'
Const AREA
10
10
W20-1
G20-2
8
R4-7
320'
320'
10
R3-7(L)
8
C30
8
8
C30
13'
Temp CHANNELIZER Temp CHANNELIZER
ETW
Exist
Temp CHANNELIZER
STA 21+17 "IMPERIAL HWY", 13.00' RT
12.5' O.C.
1
12.5' O.C.
1
12.5' O.C.
37 EA
12.5' O.C.
2
3 EA
37 EA
W20-5(L)
W4-2(L)
BEGIN MERGING TAPER
5' RT
R
8
C30
10 EA
100'
250'250'250'
6
6
6
6
16 EA
10
W12-1
17' RT
5' RT
12.5' O.C.
4 EA
1
12.5' O.C.
5 EA
1
8
C30
10
W20-1
10
G20-2
END MERGING TAPER
STA 11+17 "IMPERIAL HWY", 17' RT
24'
24'
24'
R3-2
8
STA 15+09 "STATE ST", 26' LT
STA 17+41 "STATE ST", 26' LT
STA 17+41 "STATE ST", 26' RT
STA 15+09 "STATE ST", 26' RT
R4-7
R3-2
8
7
10
W12-1
10 R3-7(L)
12.5' O.C.
1
5 EA
11'
60'
STA 15+60 "STATE ST", 26' LT
6
STA 16+20 "STATE ST", 2' LT
STA 15+60 "STATE ST", 26' LT
100'
10
W20-1
G20-2
10
G20-2
10
W20-1
10
11'
5'20'13'±13'20'5'13'±
100'
506
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
1
1
+00
1
8
+
0
0
22+00 23+00 24+00 25+00
26+00
27+00
1
10
11
10
W20-1
EXIST R/W
1
9 EA
12.5' O.C.
MATCH LINE STA 11+16.85
EXIST R/W
STATE ST
1
12.5' O.C.
MATCH LINE STA 18+00
10
W20-1
11
10
G20-2
STATE ST
LOS FLORES BLVD
9 EA
1
12.5' O.C.
3 EA
SEE SHEET 25
SEE SHEET 25
S
E
E
S
H
E
E
T
2
7
M
A
T
C
H
L
I
N
E
S
T
A
2
7
+
5
0
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
2
8 EA
40' O.C.
2
3 EA
40' O.C.
1
7 EA
12.5' O.C.
1
12.5' O.C.
13 EA
12.5' O.C.
1
8 EA
12.5' O.C.
STA 25+55.78 "IMPERIAL HWY", 15.65' RT
IMPERIAL HIGHWAY
IMPERIAL HIGHWAY
S
E
E
S
H
E
E
T
2
5
M
A
T
C
H
L
I
N
E
S
T
A
2
1
+
5
0
26
22'
22'
22'
1
8
'
1
8
'
1
8
'
1
2
'
1
0
'
1
2
'
1
8
'
(18')
(12')
18'
12'
24'
24'
1
12.5' O.C.
3 EA
1
5 EA
12.5' O.C.
10
R3-7(L)
10
R3-7(L)
10
W12-1
1
12.5' O.C.
16 EA 10
W12-1
10
10
12.5' O.C.
15 EA
10
10
W20-1
G20-2
10
W12-1
10
W12-1
"STATE ST", 6.80' RT
10
W20-1
DBL
R3-7(L)
BEGIN MERGING TAPER
END MERGING TAPER
STA 10+67 "STATE ST", 26' RT
R
FERNWOOD AVE
W4-2(L)
W20-5(L)
12'
P
E
A
C
H
S
T
10
W20-1
10
G20-2
10
G20-2 W20-1
10
11R
1
8'
60'
STA 26+24"IMPERIAL HWY", 18' RT
15 EA
BEGIN MERGING TAPER
G20-2
10
9
1
9
250'
250
'
250'
100'
250'
2
5
0
'
2
4
5
'
1
0
0
'
1
0
0
'
320'
507
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
13+00
14+00
15+00
16+0028+00 29+00 30+00 31+00 32+00 33+00 34+00
35+00
36+00
37+00
38+00
39+00
40+00
1
2
+
0
0
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
13+00
5
0
'
3
7
'
57'
42'
1
3
'
3
7
'
1
3
'
5
0
'
1
3
'
3
7
'
3
7
'
1
3
'
5
0
'
5
5
'
1
8
'
3
7
'
1
3
'
5
0
'
5
0
'
5'10'35'
45'47'
8'43'8'
65'51'
IMPERIAL HWY
L
O
N
G
B
E
A
C
H
B
L
V
D
EXIST R/W
EXIST R/W
EXIST R/W
3
7
'
OAKWOOD AVE
A
A
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
C
ALIFO
R
N
IA AVE
NO SCALENO SCALE
SW
ETW
Exist
SW
ETW
Exist "IMPERIAL HWY"
CL
13'±13'±
AREA
Const BOUND
EAST
BOUND
EAST
ETW
17'5'11'14'14'11'
BOUND
WEST ON WB IMPERIAL HWY.
STAGE 1 - PARTIAL PAVEMENT REHAB COMPLETED
SECTION A-A (STAGE 1)
MEDIAN
LANE IN WB DIRECTION.
ACTIVE LANES IN EB DIRECTION. MAINTAIN ONE ACTIVE
OF IMPERIAL HWY, AND REMOVE TWLTL. MAINTAIN TWO
SHIFT EB AND WB TRAFFIC TOWARDS THE SOUTH SIDE
Temp CHANNELIZER
2'
L
O
N
G
B
E
A
C
H
B
L
V
D
1
0
'
1
1
'
1
9
'
1
2
'
1
4
'
1
4
'
14
'2
3
'
1
1
'
1
9
'
OAKWOOD AVE
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
M
A
T
C
H
L
I
N
E
S
T
A
4
0
+
0
0
2
40' O.C.
8 EA
ANGLE POINT
1
12.5' O.C.
14 EA
STA 28+35 "IMPERIAL HWY", 5' RT
STA 29+65 "IMPERIAL HWY", 5' RT
STA 29+62 "IMPERIAL HWY", 17' RT
STA 36+43 "IMPERIAL HWY", 17' LT
W20-1
10
G20-2
G20-2
W20-1
1
4
'
STA 28+05 "IMPERIAL HWY", 5' LT
S
E
E
S
H
E
E
T
2
8
2
12.5' O.C.
1
12.5' O.C.
57 EA3 EA
10
1
12.5' O.C.
4 EA
M
A
T
C
H
L
I
N
E
S
T
A
2
7
+
5
0
S
E
E
S
H
E
E
T
2
6
27
1
1
'
1
1'
14'
11'
11'
14'
18'
12'
10
10
10
STA 29+44 "IMPERIAL HWY", 4.90' LT
1
12.5' O.C.
16 EA
10
C30
10
10
W20-1
G20-2
10
G20-2
10
W20-1
R3-7(R)
3
4
4
15
7
7
7
5
7
14
15
15
7
7
7
5
7
2
5
0
'
2
5
0
'
END MERGING TAPER
9
9
9
C30(CA)
250'
250'
100'
W20-1
10
G20-2
10
STA 31+00 "IMPERIAL HWY", 23' RT
STA 30+99 "IMPERIAL HWY", 12' RT
STA 30+97 "IMPERIAL HWY", 1' RT
STA 38+56 "IMPERIAL HWY", 1' LT
STA 38+60 "IMPERIAL HWY", 12' RT
STA 38+62 "IMPERIAL HWY", 24' RT
STA 15+19 "LONG BEACH BLVD", 34' RT
508
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
40+00 41+00 42+00 43+00 44+00 45+00 46+00 47+00 48+00
49+00
49+00
50+00
51+00 52+00 53+00 54+00 55+00 56+00 57+00 58+00
10
1
12.5' O.C.
23 EA
10 W20-1
10
1
12.5' O.C.
16 EA
STA 44+51 "IMPERIAL HWY", 17.64' LT
STA 47+71 "IMPERIAL HWY", 32.52' LT
M
A
T
C
H
L
I
N
E
S
T
A
4
9
+
0
0S
E
E
S
H
E
E
T
2
7
M
A
T
C
H
L
I
N
E
S
T
A
4
0
+
0
0 S
E
E
B
E
L
O
W
L
E
F
T
M
A
T
C
H
L
I
N
E
S
T
A
4
9
+
0
0
S
E
E
A
B
O
V
E
R
I
G
H
T
IMPERIAL HWY
IMPERIAL HWY
BIR
C
H
ST
LO
S FLO
R
ES BLV
D
28
(
1
0
'
)
1
8
'
1
2
'
1
2
'
1
8
'
1
2
'
1
8
'
1
2
'
1
8
'
320'250'
3
R3-7(R)
W20-1
10
G20-2
10
M
A
T
C
H
L
I
N
E
S
T
A
5
8
+
5
0
S
E
E
S
H
E
E
T
2
9
W20-1
10
G20-2
10
300'
11
L
270'
10
W20-5(R)W4-2(R)
1
0
0
'
1
0
0
'
KIN
G
JR
BLVD
M
AR
TIN
LU
TH
ER
10
W20-1
2
5
0
'
2
5
0
'
W20-1
10
G20-2
10
BEGIN MERGING TAPER
END MERGING TAPER
10
G20-2
509
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
59+00
60+00
61+00
62+00
63+00
64+00
65+00 66+00 67+00 68+00 69+00
S
E
E
S
H
E
E
T
3
0
M
A
T
C
H
L
I
N
E
S
T
A
6
9
+
5
0
M
A
L
L
IS
O
N
A
V
E
IMPERIAL HWY
NORTON AVE
R
U
T
H
A
V
E
BEN
W
ELL D
R
5
3
.
5
'
5
0
'
EXIST R/WEXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
29
1
4
'
1
2
'
(
1
7
'
)
(
1
7
.
5
'
)
(
1
1
.
5
'
)
(
1
0
'
)
(
1
2
'
)
(
1
7
'
)
1
26 EA
12.5' O.C.
1
13 EA
12.5' O.C.
STO
C
KW
ELL D
R
10
G20-2
10
W20-1
MATCH LINE STA 58+50
SEE SHEET 28
320'
10
G20-2
250'
250'
10
W4-2(R)
10
W4-2(R)
1
0
0
'1
0
0
'
10
G20-2
10
W20-1
10
W20-1
W20-1
10
1
0
0
'
G20-2
10
W20-1
10
1
0
0
'
G20-2
10
11 L
BEGIN MERGING TAPER
STA 65+46 "IMPERIAL HWY", 27' RT
END MERGING TAPER
STA 68+66 "IMPERIAL HWY", 15' RT
510
18+00
19+0
0
2
0
+
0
0
70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
81+00 82+00 83+00 84+00 85+00 86+00 87+0081+00 82+00 83+00 84+00 85+00 86+00 87+00
IMPERIAL HWY
BU
LLIS R
D
5
0
'
1
4
'
3
6
'
3
8
'
1
2
'
25'
40'
4'21'
27'
13'
1
2
'
1
4
'
5
0
'
5
0
'3
6
'
3
8
'
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
O
T
IS
S
T
M
C
N
E
R
N
E
Y
A
V
E
F
R
A
C
A
R
A
V
E
A
L
E
X
A
N
D
E
R
A
V
E
C
AR
SO
N
D
R
LYNDORA ST
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
A
A
B
B
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
NO SCALENO SCALE
SWSW
12'±
"IMPERIAL HWY"
CL
ETW
Exist
ETW
Exist
14'±
NO SCALENO SCALE
SWSW
12'±
"IMPERIAL HWY"
CL
ETW
Exist
ETW
Exist
14'±
BOUND
EAST
BOUND
WEST
2
8
'
3
3
'
SECTION A-A (STAGE 1)SECTION B-B (STAGE 1)
5
0
'
AREA
Const
12'5'17'
AREA
ConstBOUND
WEST
19'5'12'2'17'5'12'2'12'5'19'
BOUND
EAST
Temp CHANNELIZER Temp CHANNELIZER
ON NORTH AND SOUTH SIDES OF ROADWAY.
ON EB AND WB IMPERIAL HWY ALONG CURB
STAGE 1 - PARTIAL PAVEMENT REHAB COMPLETED
MAINTAIN ONE LANE ACTIVE IN EACH DIRECTION.
SHIFT TRAFFIC TOWARDS CENTER OF IMPERIAL HWY, AND
CLOSE OUTSIDE LANES ALONG EB AND WB IMPERIAL HWY.
1
12.5' O.C.
39 EA
1
12.5' O.C.
17 EA
1
11 EA
12.5' O.C.
2'2'
1
12.5' O.C.
31 EA
1
12.5' O.C.
37 EA
2
3 EA
12.5' O.C.
S
E
E
S
H
E
E
T
2
9
M
A
T
C
H
L
I
N
E
S
T
A
6
9
+
5
0
M
A
T
C
H
L
I
N
E
S
T
A
8
0
+
5
0
IMPERIAL HWY
5
0
'
5
0
'
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
W20-1
10
L
E
W
IS
R
D
S
T
A
N
D
A
R
D
A
V
E
M
A
T
C
H
L
I
N
E
S
T
A
8
0
+
5
0
S
E
E
A
B
O
V
E
R
I
G
H
T
S
E
E
B
E
L
O
W
L
E
F
T
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
1
2
'
R3-7(R)
10
W20-1
10
ABBOTT RDR11-4
8
G20-2
10
G20-2
10
W20-1
10
W20-1
10
G20-2
10
W20-1
10 G20-2
10
G20-2
10
30
W20-1
10
W20-3
10 G20-2
10
10 10
W20-5(R)W4-2(R)
1
0
0
'
1
0
0
'
320'160'250'250'250'
G20-2
10
50'160'
7
7 5 15
7
7
7
7
75 15
7
9
C30
W12-1
10
1
16 EA
12.5' O.C.
1
12.5' O.C.
9 EA
1
0
0
'
R11-2
9
10
R3-2
8
R3-19
C30
R11-2
9
9
C30
9
C30
W1-4(R)
10
W1-4(R)
10
10
R3-2
1
0
0
'
1
0
0
'
2
5
0
'
10
W20-1
W20-1
10
100'W20-1
10
1
0
0
'
G20-2
10
W20-1
10
1
0
0
'
G20-2
10
STA 80+09 "IMPERIAL HWY", 16' LT
9
BEGIN SHIFT TAPER
END MERGING TAPER
STA 84+89 "IMPERIAL HWY", 37' LT
STA 81+70 "IMPERIAL HWY", 21' LT
BEGIN MERGING TAPER
END SHIFT TAPER,
1
4
'
3
6
'
3
8
'
1
2
'
STA 71+53 "IMPERIAL HWY", 14' LT STA 74+80 "IMPERIAL HWY", 2' LT STA 79+00 "IMPERIAL HWY", 2' LT
2
'
2
'
2
'
2
'
2
'
0' LT
STA 73+95 "IMPERIAL HWY",
1
0
0
'
11 L
511
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
106+00 107+00 108+00 109+00 110+00 111+00
CITY OF SOUTH GATE
CITY OF LYNWOOD
111+00 112+00 113+00 114+00 115+00 116+00 117+00
118+00
119+00
120+00
121+00
122+00
13+
0
0
14+00
15+00
1
6
+00
1
7
+
0
0
18
+
0
0
19+00
IMPERIAL HWY
ATLAN
TIC
AVE
5
0
'
1
3
'
3
7
'
1
3
'
3
7
'
5
0
'
50
'
4
0
'
10'
15'
3
5
'
57.5'
50'
50'
50'
50'
50'
10'
47.5'
35'
15'
15'
35'
35'
15'
15'
35'
40'
10'
LIN
D
E
N
S
T
ST JAM
ES AVE
5
0
'
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
MATCH LINE STA 12+10
A
A
NO SCALENO SCALE
SW
ETW
SW
ETW
Exist
ETW
"ATLANTIC AVE"
CL
ETW
Exist
BOUND
NORTH
SECTION A-A (STAGE 1)
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
15'±
BOUND
SOUTH
Temp CHANNELIZERTemp CHANNELIZER
MATCH LINE STA 19+05
SEE SHEET 32
1
12.5' O.C.
2
3 EA
12.5' O.C.
1
2
6 EA
12.5' O.C.
12.5' O.C.36 EA
27 EA
1
12.5' O.C.
14 EA
SEE SHEET 32
12'5'12'
AREA
CONSTRUCTION
12.5'5'15'12'
31
12'
12'
12'
12'
(13')
(
1
5
.
5
'
)
(
1
2
'
)
(
1
2
'
)
(
1
2
'
)
(
1
5
.
5
'
)
(
1
5
.
5
'
)
(13.5')
IMPERIAL HWY
ELM
S
T
P
IN
E
AVE
P
IN
E
AVE
MAINTAIN AT LEAST ONE ACTIVE LANE IN EACH DIRECTION.
AND AWAY FROM SOUTH SIDE OF IMPERIAL HWY.
SHIFT TRAFFIC LANE AWAY FROM ROAD CENTER OF ATLANTIC AVE
B
B
NO SCALENO SCALE
SECTION B-B (STAGE 1)
SW
ETW
Exist
SW
"IMPERIAL HWY"
CL
ETW
Exist
13'±
BOUND
WEST
BOUND
WEST
16'12'5'20'12'6'
BOUND
EAST
AREA
Const
Temp CHANNELIZER
3'13'±
160'100'80'
320'
250'250'250'
10
W20-1
10
W20-5(R)
10
W4-2(R)
10
W1-4(L)
10
G20-2
10
W20-1
10
W20-1
10
W20-1
10
G20-2
10
G20-2
10
W20-1
11
121212
5
0
'
1
3
'
3
7
'
3
7
'
5
0
'
1
3
'
2
3 EA
12.5' O.C.
8
C30(CA)
8
C30(CA)
1
12.5' O.C.
23 EA
1
45 EA
12.5' O.C.
8
R3-7(R)
10
W12-1
1
17 EA
12.5' O.C.
1
12 EA
12.5' O.C.
1
12.5' O.C.
5 EA
R3-7(R)
10
250'
STA 107+68 "IMPERIAL HWY", 35' RT
STA 110+88 "IMPERIAL HWY", 18' RT
STA 111+67"IMPERIAL HWY", 15'RT
STA 116+58"IMPERIAL HWY", 15'RT
STA 116+63"IMPERIAL HWY", 7'LT
10
G20-2
10
G20-2
9
R4-7
9
C30(CA)
STA 14+40 "ATLANTIC AVE", 21'RT
STA 14+29 "ATLANTIC AVE", 20'LT
STA 114+08"IMPERIAL HWY", 15'RT
6
76
14
6
6
9
C30(CA)
9
C30(CA)
S
E
E
B
E
L
O
W
L
E
F
T
M
A
T
C
H
L
I
N
E
S
T
A
1
1
1
+
0
0
M
A
T
C
H
L
I
N
E
S
T
A
1
1
1
+
0
0
S
E
E
A
B
O
V
E
R
I
G
H
T
1
2
5
'
5
2
'
END SHIFT TAPER
STA 13+09 "ATLANTIC AVE", 26'RT
STA 12+65 "ATLANTIC AVE", 26'RT
12'
12'
10'
L
PAVEMENT.
STAGE 1 - DEMOLISH EXISTING MEDIAN. CONSTRUCT TEMPORARY
IMPERIAL HWY.
OF ATLANTIC AVE AND SOUTH SIDE OF
STAGE 1 - PAVEMENT REHAB COMPLETED ON ROAD CENTER
Temp CHANNELIZER
10
W20-1
END SHIFT TAPER
BEGIN SHIFT TAPER
END MERGING TAPER,
BEGIN MERGING TAPER
10
R3-2
10.5'
1
0
0
'
1
0
0
'
1
0
0
'
1
0
0
'
512
1
9
+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
1
1
+
0
0
12+
0
0
ATLAN
TIC
AVE
EXIST R/W
EXIST R/W
MATCH LINE STA 12+10
LOS FLORES BLVD
ATLAN
TIC
AVE
50'
50'
40'
35'
15'
10'
EXIST R/W
MATCH LINE STA 19+05
SEE SHEET 31
1
12.5' O.C.
1
8
W20-1
SEE SHEET 31
3 EA
"ATLANTIC AVE", 5.5' LT
"ATLANTIC AVE", 16.5' LT
EXIST R/W
11 EA
12.5' O.C.
50'
50'
15'
35'
35'
15'
"ATLANTIC AVE", 5.5' RT
1
9 EA
25' O.C.
"ATLANTIC AVE", 17' RT
10
10
10
EXIST R/W
EXIST R/W
1
12.5' O.C.
1
8 EA
12.5' O.C.
1
12.5' O.C.
13 EA
W20-1
250'
250'
2
50'
32
10'
15.75'
10'
26.75'
10'
22'
16'
16'
16'
10'
10'
(18.5')
(12')
(12')
(18.5')
1
21 EA
12.5' O.C.
2
5
0
'
2
5
0
'
2
5
0
'
STA 11+40 "ATLANTIC AVE", 17'RT
BEGIN SHIFT TAPER
W4-2(L)
W20-5(L)
BEGIN MERGING TAPER
END MERGING TAPER
R3-7(L)
21'
W1-4(R)
8
10 EA
W12-1
11R
W20-5(L)
W4-2(L)
10
10
10
1
3
6
'
2
4
5
'
11R
2
4
5
'
W20-1
10
G20-2
10
W20-1
10
EXIST R/W
G20-2
10
PENDLETON AVE
R3-7(R)
10
10
W12-1
END MERGING TAPER
BEGIN MERGING TAPER
G20-2
10
10
W20-1
EXIST R/W
G20-2
10
10
W20-1
1
6
0
'
10
10
6
G20-2
10
G20-2
10
10'19'
100'
100'
100'
100'
513
CITY OF SOUTH GATE
CITY OF LYNWOOD
123+00 124+00 125+00 126+00 127+00
12+
0
0
1
3
+
0
0
1
4
+
0
0
15+00
1
6
+
0
0
17+00
1
8
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 1
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
13
PLASTIC TRAFFIC DRUMS
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
14
15
FLASHING ARROW BOARD (L/R/DBL)
DIRECTION OF TRAVEL
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
W
R
IG
H
T R
D
IMPERIAL HWY
5
0
'
5
0
'
3
6
.
5
'
4
0
.
5
'
9
.
5
'
1
3
.
5
'
30'
30'
10'20'20'10'
33'
45'
34'
11'
10.5'22.5'
PENDLETON AVE
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
13'
15'
A
A
NO SCALE
SW
ETW
Exist
SW
ETW
Exist
"WRIGHT RD"
CL
AREA
Const
WRIGHT RD.
STAGE 1 - PAVEMENT REHAB COMPLETED ON SB
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
SECTION A-A (STAGE 1)
Temp CHANNELIZER
6.5'
BOUND
NORTH
12'14'6'
BOUND
SOUTH
ETW
11'±
IN NB DIRECTION.
MAINTAIN ONE ACTIVE LANE IN SB DIRECTION, AND ONE ACTIVE LANE
SHIFT SB AND NB TRAFFIC TOWARDS THE EAST SIDE OF WRIGHT RD.
10.5'±
10
10
10
EXIST R/W
1
12.5' O.C.
19 EA
EXIST R/W
SEE RIGHT BELOW
MATCH LINE STA 18+50
STA 17+75 "WRIGHT RD", 20.86' LT
JOIN EXIST
END OVERLAY
8
12.5' O.C.
1
32 EA
3 EA
2
12.5' O.C.
12.5' O.C.
1
2 EA
MATCH LINE STA 18+50
SEE LEFT ABOVE
W20-1
11
2
5
0
'
2
5
0
'
250'
33
12'20'
12'
(
1
0
'
)
(
1
1
'
)
(
1
1
'
)
(
1
2
'
)
(
1
2
'
)
(
2
1
'
)
(
2
1
'
)
(
1
2
'
)
(
1
1
'
)
(
1
0
.
5
'
)
(12.5')
(12')(12')
(19')
10
10
G20-2
W20-1
10
W20-1
10
G20-2
10
W20-1
10
G20-2
10
W20-1
10
W20-1
10
G20-2
BEGIN MERGING TAPER
W20-5(R)
W4-2(R)
L
12'19.5'
22.5'
14'
6'
12'
14'
6'
12'
15
7
6
6
"WRIGHT RD", 22' LT
END MERGING TAPER
12'
22.5'
19.5'
34'
10
G20-2
2
5
0
'
250'
250'
9
STA 14+17 "IMPERIAL HWY", 14' RT
START SHIFT TAPER
STA 15+08 "IMPERIAL HWY", 20' RT
END SHIFT TAPER
STA 16+84 "IMPERIAL HWY", 20' RT
BEGIN SHIFT TAPER
STA 17+74 "IMPERIAL HWY", 14' RT
END SHIFT TAPER
100'
W
R
IG
H
T R
D
1
8
0
'
B
B
NO SCALE
SW
ETW
Exist
SW
ETW
Exist
"WRIGHT RD"
CL
AREA
Const
Temp CHANNELIZER
19'
BOUND
NORTH
12'5'14'6'
BOUND
SOUTH
ETW
11'±10.5'±
SECTION B-B (STAGE 1)
17.5'
1
12.5' O.C.
26 EA
10
SC20(CA)
"WRIGHT RD"
514
11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00
11+00
1
2
+
0
0
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
S
T
A
T
E
S
T
BEECHWOOD AVE
EXIST R/W
EXIST R/W
EXIST R/W
5
0
'
5
0
'
1
3
'
1
3
'
3
7
'
3
7
'
IMPERIAL HWY
B B
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
5
0
'
5
0
'
1
3
'
1
3
'
3
7
'
3
7
'
10'10'
62'58'
52'48'
60'
10'10'50'50'
(
2
0
'
)
(
2
0
'
)
(
1
2
'
)
(
2
0
'
)
1
2
'
1
0
'
24.5'
11'
OAKWOOD AVE
(
2
0
'
)
24'
24.5'
MATCH LINE STA 18+00
3
24.5'
9 EA
1
12'
11.33'
22'
22'
(21.67')(13.27')
EXIST R/W
(22.25')(13')
(22.25')
(12.5')
(11.25')
2
0
'
(
2
0
'
)
(
1
9
.
5
'
)
(
1
9
'
)
SEE SHEET 35
1
12.5' O.C.
16 EA
2
12.5' O.C.
3 EA
12.5' O.C.
3 EA
2
12.5' O.C.
1
16 EA
1
12.5' O.C.
1 EA
S
E
E
S
H
E
E
T
3
5
M
A
T
C
H
L
I
N
E
S
T
A
2
1
+
5
0
12.5' O.C.
10
10
NO SCALENO SCALE
ETW
"STATE ST"
CL
9.5'±
SW
ETW
Exist
9.5'±
ETW
Exist
ETW
SW
SECTION B-B (STAGE 2)
BOUND
NORTH
18'
SEE SHEET 35
AREA
Construction BOUND
SOUTH
AREA
Construction
34
EXIST R/W
EXIST R/W
(
1
2
'
)
(
1
0
'
)
(
2
0
'
)
(
1
2
'
)
(
2
0
'
)
(
1
2
'
)
(
1
0
'
)
(
1
2
'
)
13'
12'12'
12'12'
MATCH LINE STA 11+00
11
2 EA
1
12.5' O.C.
W20-1
10
G20-2
R3-7(R)
10
W20-1
G20-2
10
10
W20-1
10
G20-2
10
G20-2
10
W20-1
1
12.5' O.C.
14 EA
ETW ETW
Temp Channelizer Temp Channelizer
STA 11+16.85 "STATE ST", 14.00' RT
AND NB STATE ST.
STAGE 2 - PAVEMENT REHAB COMPLETED ON SB
DIRECTION.
MAINTAIN AT LEAST ONE ACTIVE LANE IN EACH
SHIFT TRAFFIC TOWARDS CENTER OF STATE ST.
L
END MERGING TAPER
100'
10
W20-1
G20-2
10
7
7
9
C30
9
9
9
C30
7
7
9
C30
STA 15+21 "STATE ST", 26' RT
STA 15+09 "STATE ST", 26' LT
STA 16+26 "IMPERIAL HWY", 33' RT
STA 17+35 "STATE ST", 26' RT
STA 17+27 "STATE ST", 26' LT
STA 17+53 "STATE ST", 63' LT
W4-2(R)
10
W20-5(R)
10
12'5'18'5'12'28'
14'14'
250'
100'
100'
250'250'
515
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
11+00
1
8
+
0
0
22+00 23+00 24+00 25+00
26+00
27+00
EXIST R/W
EXIST R/W
STATE ST
1
12.5' O.C.
MATCH LINE STA 18+00
52 EA
STATE ST
LOS FLORES BLVD
"STATE ST", 27.55' RT
M
A
T
C
H
L
I
N
E
S
T
A
2
1
+
5
0
S
E
E
S
H
E
E
T
3
4
SEE SHEET 34
SEE SHEET 34
S
E
E
S
H
E
E
T
3
6
M
A
T
C
H
L
I
N
E
S
T
A
2
7
+
5
0
1
20 EA
12.5' O.C.
1
22 EA
12.5' O.C.
1
11 EA
12.5' O.C.
1
12.5' O.C.
6 EA
EXIST R/W
EXIST R/W
EXIST R/WEXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
9
11
35
1
2
'
1
2
'
(
1
8
')
(
1
2
'
)(
1
0
'
)
(
1
2
'
)
1
2
'
1
0
'
(
1
8
'
)
(
1
2
'
)
1
2
'
14'
12'
13.5'
(13')
(12')
(23')
(23')(12')
23'
14'10'(12')(24')
MATCH LINE STA 11+00
IMPERIAL HWY
P
E
A
C
H
S
T
10
10
W20-1
10
W20-1
10
G20-2
10
W20-1
10
G20-2
10
G20-2
10
FERNWOOD AVE
W4-2(R)
W20-5(R)
BEGIN MERGING TAPER
G20-2
10
W20-1
10
10
W20-1
10
W20-1
L
10
G20-2
"STATE ST" - BEGIN SHOULDER TAPER
BEGIN SHIFT TAPER
"STATE ST" - END SHOULDER TAPER
"STATE ST" - END SHIFT TAPER
14'
14'
12'
26'
12'
24'
10
W1-4(L)
9
C30
10
W20-1
STA 22+75 "IMPERIAL HWY", 35' RT
BEGIN MERGING TAPER
STA 25+12 "IMPERIAL HWY", 16' RT
END MERGING TAPER
G20-2
10
DBL
11
2
5
0
'
2
5
0
'
2
5
0
'
2
4
5
'
100'
250'
1
2
5
'
85'
1
0
0
'
1
0
0
'
250'245'
516
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
14+00
15+00
16+0028+00 29+00 30+00 31+00 32+00 33+00 34+00
35+00
36+00
37+00
38+00
39+00
40+00
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
5
0
'
3
7
'
57'
42'
1
3
'
3
7
'
1
3
'
5
0
'
1
3
'
3
7
'
3
7
'
1
3
'
5
0
'
5
5
'
1
8
'
3
7
'
1
3
'
5
0
'
5
0
'
5'10'35'
45'47'
8'43'8'
65'51'
IMPERIAL HWY
L
O
N
G
B
E
A
C
H
B
L
V
D
EXIST R/W
EXIST R/W
3
7
'
A
A
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
C
ALIFO
R
N
IA AVE
1
8
'
1
4
'
1
4
'
14'
12'
21
'
2
3
'
1
1
'
1
9
'
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
1
10
W20-1
10
G20-2
10
10
G20-2
W20-1
1
2
'
2
12.5' O.C.
1
12.5' O.C.
56 EA
3 EA
M
A
T
C
H
L
I
N
E
S
T
A
2
7
+
5
0
S
E
E
S
H
E
E
T
3
5
NO SCALENO SCALE
AREA
Const
SW
ETW ETW
Exist
SW
ETW
Exist
BOUND
WEST
"IMPERIAL HWY"
CL
13'±13'±
BOUND
WEST
BOUND
EAST
5'14'11'11'14'
SECTION A-A (STAGE 2)
MEDIAN
Temp CHANNELIZER
ON EB IMPERIAL HWY.
STAGE 2 - PARTIAL PAVEMENT REHAB COMPLETED
12.5' O.C.
12 EA
2'17'
36
14'
14'
12'
14'
(
1
9
'
)
(
1
1
'
)
(
1
0
'
)
1
8
'
1
1
.
5
'
1
1
.
5
'
LANE IN EB DIRECTION.
ACTIVE LANES IN WB DIRECTION. MAINTAIN ONE ACTIVE
OF IMPERIAL HWY, AND REMOVE TWTL. MAINTAIN TWO
SHIFT EB AND WB TRAFFIC TOWARDS THE NORTH SIDE
R3-7(R)
15
7
5
5
7
15
7
5
5
7
10
W20-1
10
W20-1
G20-2
10
G20-2
10
W20-1
10
G20-2
10
3
10
2
5
0
'
250'
250'
2
5
0
'
STA 38+59 "IMPERIAL HWY", 13' RT
STA 38+56 "IMPERIAL HWY", 1' LT
STA 38+53 "IMPERIAL HWY", 12' LT
STA 38+50 "IMPERIAL HWY", 23' LT
250'
STA 30+97 "IMPERIAL HWY", 23' LT
STA 30+97 "IMPERIAL HWY", 12' LT
STA 30+97 "IMPERIAL HWY", 1' LT
STA 30+99 "IMPERIAL HWY", 13' RT
9 C30
517
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
59+00
60+00
61+00
62+00
63+00
64+00
65+00 66+00 67+00 68+00 69+00
S
E
E
S
H
E
E
T
3
8
M
A
T
C
H
L
I
N
E
S
T
A
6
9
+
5
0
M
A
L
L
IS
O
N
A
V
E
IMPERIAL HWYNORTON AVE
R
U
T
H
A
V
E
BEN
W
ELL D
R
5
3
.
5
'
5
0
'
EXIST R/WEXIST R/W EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/WEXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
1
12.5' O.C.
25 EA
37
STO
C
KW
ELL D
R
STA 69+00.00 "IMPERIAL HWY", 6.92' LT
10
1
12.5' O.C.
5 EA
W20-1
BEGIN MERGING TAPER
W4-2(L)
10
W20-5(L)
10
250'
250'
250'
1
0
0
'
10
W20-1
G20-2
10
1
0
0
'
W20-1
10
10
G20-2
1
0
0
'
W20-1
G20-2
10
10
G20-2
10
10
W20-1
1
0
0
'
10
W20-1
G20-2
10
1
4
'
1
4
'
1
4
'
STA 67+41.39 "IMPERIAL HWY", 1' RT
R3-5(R)
10
R3-5(R)10
1
8
'
1
8
'
1
8
'
EXIST R/W
320'EXIST R/W
518
1
7
+
00
18+00
19+0
0
2
0
+
0
0
70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
81+00 82+00 83+00 84+00 85+00 86+00
IMPERIAL HWY
BU
LLIS R
D
5
0
'
1
4
'
3
6
'
3
8
'
1
2
'
25'
40'
4'21'
27'
13'
1
2
'
1
4
'
5
0
'
5
0
'3
6
'
3
8
'
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
O
T
IS
S
T
M
C
N
E
R
N
E
Y
A
V
E
F
R
A
C
A
R
A
V
E
A
L
E
X
A
N
D
E
R
A
V
E
C
AR
SO
N
D
R
LYNDORA ST
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
A
A
B
B
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
5
0
'
1
12.5' O.C.
1
31 EA
12.5' O.C.
1
12.5' O.C.
30 EA
1
12.5' O.C.
30 EA
2
3 EA
12.5' O.C.
S
E
E
S
H
E
E
T
3
7
M
A
T
C
H
L
I
N
E
S
T
A
6
9
+
5
0
M
A
T
C
H
L
I
N
E
S
T
A
8
0
+
5
0
OF IMPERIAL HWY ROADWAY.
ON EB AND WB IMPERIAL HWY ALONG MIDDLE
STAGE 2 - PARTIAL PAVEMENT REHAB COMPLETED
MAINTAIN ONE LANE ACTIVE IN EACH DIRECTION.
SHIFT WB TRAFFIC TOWARDS NORTH SIDE OF IMPERIAL HWY.
SHIFT EB TRAFFIC TOWARDS SOUTH SIDE OF IMPERIAL HWY.
CLOSE INSIDE LANES ALONG EB AND WB IMPERIAL HWY.
NO SCALENO SCALE
SWSW
12'±
"IMPERIAL HWY"
CL
ETW
Exist
ETW
Exist
14'±
NO SCALENO SCALE
SWSW
12'±
"IMPERIAL HWY"
CL
ETW
Exist
ETW
Exist
14'±
BOUND
EAST
BOUND
WEST
SECTION A-A (STAGE 2)SECTION B-B (STAGE 2)
AREA
Const
AREA
ConstBOUND
WEST
14'5'12'5'
BOUND
EAST
17'5'14'14'5'17'2'17'5'14'2'
Temp CHANNELIZERTemp CHANNELIZERTemp CHANNELIZER Temp CHANNELIZER
2
12.5' O.C.
3 EA
EXIST R/W
EXIST R/WEXIST R/W
EXIST R/WEXIST R/W
EXIST R/W EXIST R/W EXIST R/W
8
8
8 8
1
12.5' O.C.
6 EA
STA 79+05.98 "IMPERIAL HWY", 22.00' RT
STA 79+05.98 "IMPERIAL HWY", 24.00' LT
38
M
A
T
C
H
L
I
N
E
S
T
A
8
0
+
5
0
S
E
E
L
E
F
T
B
E
L
O
W
S
E
E
R
I
G
H
T
A
B
O
V
E
IMPERIAL HWY 5
0
'
5
0
'
EXIST R/W
EXIST R/W EXIST R/W EXIST R/W
EXIST R/WL
E
W
IS
R
D
S
T
A
N
D
A
R
D
A
V
E
1
12.5' O.C.
14 EA
W20-1
10
250'250'
STA 85+14.65 "IMPERIAL HWY", 6.34' LT
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
(
1
4
'
)
(
1
6
'
)
1
9
.
3
6
'
10
W20-1
10
G20-2
10
W20-1
10
G20-2
R3-5(R)
10
8
R3-2
11
R3-5(R)
10
8
R3-2
8
R3-2
R3-5(R)
10
10
W20-1
10
G20-2
10
W20-1
10
G20-2
L
END MERGING TAPER
BEGIN MERGING TAPER
STA 79+59 "IMPERIAL HWY", 20' LT
STA 82+79 "IMPERIAL HWY", 7' LT
323'320'
W20-1
10 G20-2
10
1
0
0
'
1
0
0
'
10
W20-1
G20-2
10
10
W20-1
100'
2
5
0
'
STA 73+94 "IMPERIAL HWY", 22.00' RT
STA 74+80 "IMPERIAL HWY", 22.00' RT
1
0
0
'
1
0
0
'1
0
0
'
W20-1
10
1
0
0
'
W20-1
10
1
0
0
'
W4-2(L)W20-5(L)10 10
11 R
6
66
6
10
R3-5(R)
8
R3-2
G20-2
10G20-2
10
STA 73+95 "IMPERIAL HWY", 24.24' LT
STA 74+80 "IMPERIAL HWY", 24.00' LT
STA 69+73 "IMPERIAL HWY", 22.00' RT
STA 73+72 "IMPERIAL HWY", 24' LT
8
C30
8
C30
8
C30
35 EA
10
G20-2
EXIST R/W
EXIST R/W
320'
519
CITY OF SOUTH GATE
CITY OF LYNWOOD
113+00 114+00 115+00 116+00 117+00
118+00
119+00
120+00
121+00
13+
0
0
14+00
15+00
1
6
+00
1
7
+
0
0
18
+
0
0
19+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
IMPERIAL HWY
ATLAN
TIC
AVE
5
0
'
1
3
'
3
7
'
1
3
'
3
7
'
5
0
'
50'
40'
10'
15'
3
5
'
57.5'
50'
50'
50'
50'
50'
10'
47.5'
35'
15'
15'
35'
35'
15'
15'
35'
40'
10'
LIN
D
E
N
S
T
ST JAM
ES AVE
5
0
'
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
S
E
E
S
H
E
E
T
4
1
M
A
T
C
H
L
I
N
E
S
T
A
1
2
1
+
5
0
MATCH LINE STA 12+10
A
A
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
MATCH LINE STA 19+05
SEE SHEET 40
1
12.5' O.C.
1
12.5' O.C.28 EA
27 EA
1
12.5' O.C.
SEE SHEET 40
8 EA
ATLANTIC AVE.
MAINTAIN AT LEAST 1 LANE ACTIVE IN EACH DIRECTION ALONG
ATLANTIC AVE TRAFFIC TOWARDS THE CENTER OF THE ROAD.
AND 1 LANE ACTIVE ON WB IMPERIAL HWY. SHIFT NB AND SB
ROAD. MAINTAIN AT LEAST 2 LANES ACTIVE ON EB IMPERIAL HWY,
SHIFT WB IMPERIAL HWY TRAFFIC TOWARDS THE CENTER OF THE
CLOSURE OF CURB LANE OF WB IMPERIAL HWY.
CLOSURE OF CURB LANE OF NB AND SB ATLANTIC AVE.
ATLANTIC AVE.
IMPERIAL HWY, AND NB AND SB
STAGE 2 - PAVEMENT REHAB COMPLETED ON WB
B
B
NO SCALE
SECTION A-A (STAGE 2)
SW
ETW
SW
ETW
Exist "ATLANTIC AVE"
CL
ETW
Exist
BOUND
NORTH
15'±15'±
NO SCALENO SCALE
SW
ETW
Exist
SW
"IMPERIAL HWY"
CL
ETW
Exist
13'±
SECTION B-B (STAGE 2)
BOUND
EAST
BOUND
EAST
16'12'5'20'12'6'
BOUND
WEST
AREA
CONST
Temp CHANNELIZER
1
12.5' O.C.
25 EA
1
12.5' O.C.
10 EA
8
8
9
1
12.5' O.C.
11
BEGIN TAPER
STA 118+16.33 "IMPERIAL HWY", 18.27' LT
STA 119+31.83 "IMPERIAL HWY", 18.30' LT
STA 13+05.48 "ATLANTIC AVE", 17.14' RT
STA 114+50.00 "IMPERIAL HWY", 13.00' LT
STA 116+63.93 "IMPERIAL HWY", 13.00' LT
STA 14+29.12 "ATLANTIC AVE", 12.00' LT
STA 14+41.84 "ATLANTIC AVE", 13.00' RT
12'5'17'
AREA
CONST
Temp CHANNELIZER
BOUND
SOUTH
ETW
17'5'13'
Temp CHANNELIZER
AREA
CONST
3'13'±
39
1
2
'
1
2
'
2
0
'
1
2
'
1
2
'
2
0
'
13'
12'
12'13'
12'13'
13'
12'
8'
ETW
3
1
12.5' O.C.
6 EA
10
W20-1
10
G20-2
3
R3-7(R)
10
R3-7(R)
10
R3-7(R)
10
C30(CA)
9
NIGHT TIME CLOSURE
CONSTRUCT DURING
1
12.5' O.C.
7 EA
12 EA
L
6
'
STA 121+22.14 "IMPERIAL HWY", 39.10' LT
STA 120+23.75 "IMPERIAL HWY", 34.60' LT
1
12.5' O.C.
6 EA
STA 120+57.05 "IMPERIAL HWY", 18.29' LT
NIGHT TIME CLOSURE
CONSTRUCT DURING
5
7
7
7
7
15
15
5
7
7
7
STA 113+83 "IMPERIAL HWY", 4' LT
9
9
5
5
1
0
0
'
END MERGING TAPER
320'
1
0
0
'
10
W20-1
ATLANTIC DURING NIGHT TIME CLOSURES.
STAGE 2 - PAVEMENT REHAB COMPLETED ON NB AND SB
520
1
9
+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
1
1
+
0
0
12+
0
0
ATLAN
TIC
AVE
EXIST R/W
EXIST R/W
MATCH LINE STA 12+10
LOS FLORES BLVD
ATLAN
TIC
AVE
50'
50'
40'
35'
15'
10'
EXIST R/W
MATCH LINE STA 19+05
SEE SHEET 39
1
12.5' O.C.
1
W20-1
10
SEE SHEET 39
5 EA
"ATLANTIC AVE", 16.5' LT
EXIST R/W
EXIST R/W
12.5' O.C.
50'
50'
15'
35'
35'
15'
EXIST R/W
EXIST R/W
1
1 EA
12.5' O.C.
1
8 EA
12.5' O.C.
1
12.5' O.C.
9 EA
10
"ATLANTIC AVE", 16.5' LT
"ATLANTIC AVE", 16.50' LT
11
"ATLANTIC AVE", 34.64' LT
5 EA
40
R3-7(R)
10
R3-7(R)
10
R3-7(R)
R3-7(R)
10
3
3
L
1
12.5' O.C.
21 EA
W4-2(R)
10
10
W20-5(R)
END MERGING TAPER
BEGIN MERGING TAPER
2
4
5
'
2
5
0
'
2
5
0
'
2
5
0
'
7
5
'
1
1
0
'
10
W20-1
G20-2
10
G20-2
10
PENDLETON AVE
10
W20-1
7
10
10
10
W20-1
250'
2
5
0
'
250'
W4-2(R)
W20-5(R)
2
4
5
'
1
0
2
'
6
0
'
G20-2
10
G20-2
10
9
C30
10
G20-2
W20-1
10
10
G20-2
W20-1
10
11
L
"ATLANTIC AVE", 33' LT
BEGIN MERGING TAPER
"ATLANTIC AVE", 17' LT
END MERGING TAPER
100'
100'
100'
100'
521
CITY OF SOUTH GATE
CITY OF LYNWOOD
CITY OF SOUTH GATE
CITY OF LYNWOOD
122+00 123+00 124+00 125+00 126+00 127+00
11
+
0
0
1
2
+
0
0
13+00
14+00
1
5
+
0
0
16+00
1
7
+
0
0
18+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 2
CONSTRUCTION NOTES:
Y7199
2013
93.249
SOUTH GATE
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24
A. MARTINEZ
C. TISCARENO
W
R
IG
H
T R
D
IMPERIAL HWY 5
0
'
5
0
'
3
6
.
5
'
4
0
.
5
'
9
.
5
'
1
3
.
5
'
30'
30'
10'20'20'10'
33'
45'
34'
11'
10.5'22.5'
PENDLETON AVE
ST JAM
ES AVE
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
M
A
T
C
H
L
I
N
E
S
T
A
1
2
1
+
5
0
S
E
E
S
H
E
E
T
3
9
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
MATCH LINE STA 18+50
STA 17+75 "WRIGHT RD", 13.00' RT
9
WRIGHT RD ONLY.
STAGE 2 - PAVEMENT REHAB COMPLETED ON NB
IN NB DIRECTION.
MAINTAIN ONE ACTIVE LANE IN SB DIRECTION, AND ONE ACTIVE LANE
SHIFT SB AND NB TRAFFIC TOWARDS THE WEST SIDE OF WRIGHT RD.
NO SCALE
SW
ETW
Exist
SW
ETW
Exist"WRIGHT RD"
CL
11'±
SECTION B-B (STAGE 2)
BOUND
NORTH
AREA
Const
20'5'12'5'14'
BOUND
SOUTH
Temp CHANNELIZER
ETW
B
B
10.5'±
2
12.5' O.C.
1
12.5' O.C.
26 EA
3 EA
10
250'
STA 13+48.80 "WRIGHT RD", 13.23' RT
1
12.5' O.C.
1
12.5' O.C.
1
12.5' O.C.
2 EA2 EA
41
G20-2
11
STA 121+94 "IMPERIAL HWY", 20.40' LT
13 EA
10
W20-1
12
1312
10
G20-2
10
G20-2
250'
4
13
9
14'12'
14'12'
1
12.5' O.C.
2 EA
10
10
10
W20-1
10
SC20(CA)
MATCH LINE STA 18+50
SEE ABOVE LEFT
SEE BELOW RIGHT
7
7
5
15
BEGIN MERGING TAPER
END MERGING TAPER
320'
L
STA 125+14 "IMPERIAL HWY", 35' LT
W4-2(R)
W20-5(R)
15
1
8
0
'
2
5
0
'
2
5
0
'
2
5
0
'
10
G20-2
10
W20-1
10
10
W20-5(L)
W4-2(L)
2
5
0
'
END MERGING TAPER
"WRIGHT RD", 4' RT
"WRIGHT RD", 7' LT
BEGIN MERGING TAPER
11R
1
12.5' O.C.
16 EA
5
0
'
5
0
'
5'
5'
10
W20-1
100'
10
G20-2
10
G20-2
10
W20-1
5
0
'
250'
15
522
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
IMPERIAL HIGHWAY
STATE S
T
AA
NO SCALENO SCALE
"STATE ST"
CL
9.5'±
SW
ETW
Exist
9.5'±
ETW
Exist
SW
Construction AREA
SECTION A-A (STAGE 3)
BOUND
SOUTH
BOUND
NORTH
Temp CHANNELIZER Temp CHANNELIZER
10
W20-1
10
10
G20-2
8
C30(CA)
11
250'250'
10
250'
MATCH LINE STA 13+29
ACTIVE LANE IN EACH DIRECTION.
SHIFT LANES AWAY FROM MEDIAN. AT LEAST ONE
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
C30(CA)
8
8
R4-7
C30(CA)
8
STA 17+40 "STATE ST", 37' LT
10
W12-1
10
W12-1
W1-4(R)
10
W20-1
10
W20-1
8
R4-7
8
C30(CA)
STA 17+01 "IMPERIAL HWY", 5' RT
STA 20+21 "IMPERIAL HWY", 16' RT
STA 21+21 "IMPERIAL HWY", 16' RT
100'320'
1
12.5' O.C.
32 EA
1
12.5' O.C.
16 EA
12.5' O.C.
12 EA
1
12.5' O.C.
14 EA
10
G20-2
1
12.5' O.C.
16 EA
2
12.5' O.C.
3 EA
2
12.5' O.C.
3 EA
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
2
12.5' O.C.
3 EA
2
3 EA
40' O.C.
8
8
8
9
13'24'11'(24')(13')
STA 14+08 "STATE ST", 36' RT
13'5'64'5'13'
S
E
E
S
H
E
E
E
T
4
4
M
A
T
C
H
L
I
N
E
S
T
A
2
1
+
8
0
LOS FLORES BLVD
42
OAKWOOD AVE
10
W20-1
10
W20-110
G20-2
10
G20-2
END MERGING TAPER
BEGIN MERGING TAPER
R
W4-2(L)W20-5(L)
END SHIFT TAPER
R3-7(L)
1
8
8
6
6
9
8
8
STAGE 3 - PAVEMENT REHAB WORK COMPLETED IN THIS STAGE.
6
STA 15+08 "STATE ST", 37' RT
STA 13+59 "STATE ST", 36' RT
STA 15+10 "IMPERIAL HWY", 16' RT
STA 17+42 "STATE ST", 37' RT
1
12.5' O.C.
5 EA
"STATE ST" - BEGIN SHIFT TAPER
"STATE ST" - END SHIFT TAPER
8
1
2
'
2
0
'
2
0
'
2
0
'
2
0
'
1
2
'
2
0
'
1
2
'
9
'
2
0
'
1
2
'
9
'
1
2
'
2
0
'
P
O
S
T
T
E
M
P
O
R
A
R
Y
"
N
O
-
P
A
R
K
I
N
G
"
P
O
S
T
T
E
M
P
O
R
A
R
Y
"
N
O
-
P
A
R
K
I
N
G
"
13'13'
16.5'
24'
15'
SEE SHEET 43
5'13'13'5'64'
9
0
'
250'
100'
100'
5
0
'
5
0
'
5
0
'
1
2
.
6
7
'
3
7
.
3
3
'
3
6
.
9
1
'
1
3
.
1
7
'
5
0
'
5
0
'
1
2
.
7
9
'
3
7
.
2
1
'
3
7
.
2
2
'
1
2
.
7
8
'
523
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
1
1
+
0
0
1
2
+
0
0
1
3
+
0
0
STATE ST
11
10
W12-1
8C30(CA)
8
10
W20-1
10
10
W20-1
10
G20-2
10
W20-1
10
G20-2
10
W20-1
10
W20-1
10
G20-2
8
W1-4(R)
8W12-1
2
5
0
'
250'
2
5
0
'
10
100'
BEECHWOOD AVE
MATCH LINE STA 13+29
43
R
R3-7(L)
W4-2(L)
W20-5(L)
FERNWOOD AVE
1
12.5' O.C.
12 EA
STA 12+34 "STATE ST", 24' RT
BEGIN SHIFT TAPER
1
12.5' O.C.
13 EA
BEGIN MERGING TAPER
"STATE ST"
STA 10+67 "STATE ST", 19' RT
STA 11+17 "STATE ST", 19' RT
END MERGING TAPER
SEE SHEET 42
15'
11'
24'
11'
24'
12'
5
0
'
2
4
5
'
1
2
5
'
100'
100'
524
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
22+00 23+00 24+00 25+00
26+00
27+00
28+00
29+00
30+00
31+00
32+00
33+00
34+00
13+00
14+00
15+00
16+00
NO SCALE
SW
ETW ETW
Exist
BOUND
EAST SW
ETW
Exist
BOUND
WEST
"IMPERIAL HWY"
CL
14'13'±
ETW
Temp CHANNELIZER
14'13'±
Temp CHANNELIZER
AREA
CONSTRUCTION
SECTION A-A (STAGE 3)
5'36'5'
A
A
8
C30(CA)
8
W12-1
8
C30(CA)
8
10 W12-1
8
C30(CA)
10
W20-1
10
G20-2
R3-5(R)
C30(CA)
8
10
W20-1
10
G20-2
10
W20-1
10
G20-2
IMPERIAL HWY
STA 22+75 "IMPERIAL HWY", 17' RT
S
E
E
S
H
E
E
E
T
4
2
M
A
T
C
H
L
I
N
E
S
T
A
2
1
+
8
0
STA 25+57 "IMPERIAL HWY", 7' LT
STA 25+55 "IMPERIAL HWY", 15'RT
STA 27+00 "IMPERIAL HWY", 17' RT
STA 28+60 "IMPERIAL HWY", 24' RT
STA 29+63 "IMPERIAL HWY", 23' RT
STA 29+64 "IMPERIAL HWY", 5' RT
STA 30+88 "IMPERIAL HWY", 23' LT
STA 30+89 "IMPERIAL HWY", 23' RT
R3-5(R)
R3-5(R)
S
E
E
S
H
E
E
E
T
4
5
M
A
T
C
H
L
I
N
E
S
T
A
3
4
+
1
9
250'
250'
R3-5(R)
R3-5(R)
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
LO
N
G
BEAC
H
BLVD
44
PEAC
H
S
T
10
G20-2
W20-1
10
10
R3-5(R)
10
R3-5(R)
IN WB DIRECTION.
MAINTAIN ONE ACTIVE LANE IN EB DIRECTION, AND ONE ACTIVE LANE
OF IMPERIAL HWY.
SHIFT EB AND WB TRAFFIC TOWARDS THE NORTH SIDE AND SOUTH SIDE
LONG BEACH BLVD AND CALIFORNIA AVE.
ISLAND COMPLETED THRU CENTER OF IMPERIAL HWY BTWN
STAGE 3 - PAVEMENT REHAB AND CONSTRUCTION OF MEDIAN
R3-7(L)
R3-7(L)
BEGIN SHIFT TAPER
END SHIFT TAPER
6
6
1
12.5' O.C.
27 EA
12.5' O.C.
1
27 EA
2
8 EA
35' O.C.
12.5' O.C.
24 EA
12.5' O.C.
31 EA
1 12.5' O.C.
13 EA
10
1 12.5' O.C.
10 EA
1
1
8
9
14'
14'
14'
14'
14'
10'
1
0
'
2
0
'
2
0
'
2
0
'
1
2
'
1
0
'
1
0
'
8
1
2
'1
2
'
2
0'
12'
20'
100'
160'
1
0
0
'
R3-5(R)
10
1
0
0
'
POST TEMPORARY "NO-PARKING"
5'
POST TEMPORARY "NO-PARKING"
10
10
10
10
10
1
5
.
9
7
'
3
4
.
0
3
'
3
7
.
3
7
'
1
2
.
6
3
'
5
0
'
5
0
'
5
0
'
5
0
'
525
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
35+00
36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 46+00
46+00 47+00 48+00
49+00
50+00
51+00
A
A
NO SCALE
SW
ETW ETW
Exist
BOUND
EAST SW
ETW
Exist
BOUND
WEST
"IMPERIAL HWY"
CL
14'13'±
ETW
Temp CHANNELIZER
14'13'±
Temp CHANNELIZER
AREA
CONSTRUCTION
SECTION A-A (STAGE 3)
5'36'5'
M
A
T
C
H
L
I
N
E
S
T
A
3
4
+
1
9
S
E
E
S
H
E
E
E
T
4
4
M
A
T
C
H
L
I
N
E
S
T
A
4
6
+
0
0
S
E
E
B
E
L
O
W
-
L
E
F
T
M
A
T
C
H
L
I
N
E
S
T
A
4
6
+
0
0
S
E
E
A
B
O
V
E
-
R
I
G
H
T
IMPERIAL HIGHWAY
IMPERIAL HIGHWAY
C
A
L
IF
O
R
N
IA
A
V
E
BIR
C
H
ST
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
IN WB DIRECTION.
MAINTAIN ONE ACTIVE LANE IN EB DIRECTION, AND ONE ACTIVE LANE
SHIFT EB AND WB TRAFFIC TOWARDS THE CENTER OF IMPERIAL HWY.
45
10
W20-1
10
W4-2(L)
1
C30(CA)
G20-2
10
W20-1
10
10
G20-2
10
W20-1
1
0
0
'
W20-5(L)
10
10
G20-2
10
G20-2
10
W20-1
10
0
'
11
8W1-4(R)
8R3-7(L)
10
W12-1
10
C30(CA)
10
R4-7
10
C30(CA)
R3-5(R)
10
R3-5(R)
10
R3-5(R)
10
R3-5(R)
10
BLVD AND CALIFORNIA AVE.
COMPLETED THRU CENTER OF IMPERIAL HWY BTWN LONG BEACH
STAGE 3 - MEDIAN CONSTRUCTION AND PAVEMENT REHAB
R
6
6
9
1 12.5' O.C.
36 EA
1 12.5' O.C.
36 EA
12.5' O.C.
13 EA
2
1
6 EA
35' O.C.12.5' O.C.
83 EA
1
12.5' O.C.
18 EA
1
STA 47+05 "IMPERIAL HWY", 6' LT
POST TEMPORARY "NO-PARKING"
POST TEMPORARY "NO-PARKING"
STA 38+50 "IMPERIAL HWY", 23' LT
STA 39+50 "IMPERIAL HWY", 24' LT
STA 39+50 "IMPERIAL HWY", 8' LT
STA 38+62 "IMPERIAL HWY", 23' RT STA 41+52 "IMPERIAL HWY", 4' RT
STA 42+25 "IMPERIAL HWY", 24' LT
STA 43+85 "IMPERIAL HWY", 18' LT
R
STA 41+25 "IMPERIAL HWY", 24' LT
END MERGING TAPER
END SHIFT TAPER, START MERGING TAPER
START SHIFT TAPER
14'
14'
1
4
'
1
4
'
1
4
'
2
0
'
1
2
'
1
2
'
1
4
'
1
4
'2
0
'
1
2
'
2
0
'
2
0
'
1
2
'
2
0
'
1
2
'
2
0
'
1
0
'
2
5
0
'
250'
250'
250'
320'
320'160'100'175'
POST TEMPORARY "NO-PARKNG"
5
0
'
5
0
'
1
2
.
3
4
'
3
7
.
6
6
'
3
6
.
9
3
'
1
3
.
0
7
'
526
CITY OF SOUTH GATE
CITY OF LYNWOOD
114+00 115+00 116+00 117+00
118+00
119+00
120+00
121+00
122+00
13+
0
0
14+00
15+00
1
6
+00
1
7
+
0
0
18
+
0
0
19+00
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
ATLAN
TIC
AVE
5
0
'
50
'
4
0
'
10'
15'
3
5
'
57.5'
50'
50'
50'
50'
50'
10'
47.5'
35'
15'
15'
35'
35'
15'
15'
35'
40'
10'
ST JAM
ES AVE
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
MATCH LINE STA 12+10
A
A
CONSTRUCTION NOTES:TRAFFIC HANDLING NOTES:
MATCH LINE STA 19+05
SEE SHEET 47
1
12.5' O.C.
2
3 EA
12.5' O.C.
1
2
6 EA
12.5' O.C.
12.5' O.C.36 EA
27 EA
1
12.5' O.C.
14 EA
SEE SHEET 47
NO SCALE
SECTION A-A (STAGE 3)
ACTIVE LANE IN EACH DIRECTION.
SHIFT TRAFFIC LANE AWAY FROM MEDIAN. MAINTAIN AT LEAST ONE
SW
ETW
SW
ETW
Exist
ETW
"ATLANTIC AVE"
CL
ETW
Exist
BOUND
NORTH
15'±
BOUND
SOUTH
Temp CHANNELIZERTemp CHANNELIZER
12'5'18'17'5'15'12'
6.5'8'
AREA
Const
46
12'
12'
12'
12'
(13')
(
1
2
'
)
(
1
2
'
)
(
1
2
'
)
(
1
5
.
5
'
)
(
1
5
.
5
'
)
(13.5')8
C30(CA)
250'
10
G20-2
9
R4-7
9
C30(CA)
STA 14+40 "ATLANTIC AVE", 21'RT
STA 14+29 "ATLANTIC AVE", 20'LT
6
6
9
C30(CA)
9
C30(CA)
1
2
5
'
5
2
'
END SHIFT TAPER
STA 13+09 "ATLANTIC AVE", 26'RT
STA 12+65 "ATLANTIC AVE", 26'RT
12'
12'
10'
10
W20-1
CENTER OF ATLANTIC AVE.
STAGE 3 - MEDIAN CONSTRUCTED ON ROAD
250'
10
W20-1
10
G20-2
IMPERIAL HWY
5
0
'
5
0
'
1
6
.
0
3
'
3
4
.
0
2
'
3
3
.
6
9
'
1
6
.
1
6
'
527
1
9
+00
1
1
+
0
0
12+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
ATLAN
TIC
AVE
EXIST R/W
EXIST R/W
MATCH LINE STA 12+10
LOS FLORES BLVD
ATLAN
TIC
AVE
50'
50'
40'
35'
15'
10'
EXIST R/W
EXIST R/W
MATCH LINE STA 19+05
SEE SHEET 46
1
12.5' O.C.
1
8
W20-1
SEE SHEET 46
3 EA
"ATLANTIC AVE", 5.5' LT
"ATLANTIC AVE", 16.5' LT
EXIST R/W
11 EA
12.5' O.C.
50'
50'
15'
35'
35'
15'
"ATLANTIC AVE", 5.5' RT
1
9 EA
25' O.C.
"ATLANTIC AVE", 17' RT
10
10
10
EXIST R/W
EXIST R/W
1
12.5' O.C.
1
8 EA
12.5' O.C.
1
12.5' O.C.
13 EA
W20-1
250'
250'
2
50'
47
10'
15.75'
10'
10'
22'
18'
18'
18'
10'
10'
(18.5')
(12')
(12')
(18.5')
1
21 EA
12.5' O.C.
2
5
0
'
2
5
0
'
2
5
0
'
STA 11+40 "ATLANTIC AVE", 17'RT
BEGIN SHIFT TAPER
W4-2(L)
W20-5(L)
BEGIN MERGING TAPER
END MERGING TAPER
R3-7(L)
10
21'
W1-4(R)
8
10 EA
10
W12-1
11R
W20-5(L)
W4-2(L)
10
10
10
1
3
6
'
2
4
5
'
11R
2
4
5
'
W20-1
10
G20-2
10
W20-1
10
EXIST R/W
G20-2
10
PENDLETON AVE
R3-7(R)
10
10
W12-1
END MERGING TAPER
BEGIN MERGING TAPER
12'
18'
18'
11'
11'
19'
10'
21'
21'11'
11'11'11'18'18'
W20-1
10
W20-1
10
10
G20-2
10
G20-2
1
2
5
'
100'
100'
100'
100'
528
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 3
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
125+00
126+00
127+00
1
1
+
0
0
1
2
+
0
0
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
NO SCALE
SW
ETW
Exist
SW
ETW
Exist"WRIGHT RD"
CL
10.5'±11'±
BOUND
SOUTH
SECTION B-B (STAGE 3)
Temp CHANNELIZER
14'6'17'5'14'
Temp CHANNELIZER
BOUND
NORTH
ETW ETW
BB
MATCH LINE STA 15+00
SEE ABOVE RIGHT
MATCH LINE STA 15+00
SEE BELOW LEFT
IMPERIAL HIGHWAY
W
R
IG
H
T R
D
W
R
IG
H
T R
D
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
IN SB DIRECTION.
MAINTAIN ONE ACTIVE LANE IN NB DIRECTION, AND ONE ACTIVE LANE
TRAFFIC TOWARDS THE WEST SIDE OF WRIGHT RD.
SHIFT NB TRAFFIC TOWARDS THE EAST SIDE OF WRIGHT RD AND SB
WRIGHT RD BTWN IMPERIAL HWY AND PENDLETON AVE.
STAGE 3 - PAVEMENT REHAB COMPLETED THRU CENTER OF
10
G20-2
10
R3-5(R)
8
C30(CA)
PENDLETON AVE
10
W20-1
8
8
R4-7
C30(CA)
10
R3-5(R)
8
C30(CA)
8C30(CA)
8
C30(CA)
10W20-1
10G20-2
10
10
10
10
R3-5(R)
R3-5(R)
R3-5(R)
R3-5(R)
R3-5(R)
10
R3-5(R)
10
10G20-2
10
W20-1
8
R4-7
10
G20-2
10W20-1
10W20-1
10
10
R3-6
R3-6
10
G20-2
R3-5(R)
10
48
12 4
12 4 13
12 4 13
66
6
6
2
5
0
'
10
10
10
W20-1
2
5
0
'
2
5
0
'
W4-2(R)
W20-5(R)
"WRIGHT RD", 6' RT
STA 18+82 "WRIGHT RD", 9' LT
10
G20-2
STA 18+32 "WRIGHT RD", 9' LT
STA 17+65 "WRIGHT RD", 7' LT
STA 15+28 "WRIGHT RD", 8' LT
STA 15+28 "WRIGHT RD", 20' RT
STA 15+78 "WRIGHT RD", 8' RT
STA 14+05 "WRIGHT RD", 7 LT STA 14+19 "WRIGHT RD", 19' RT
8
8
12.5' O.C.
20 EA
1
12.5' O.C.
22 EA
1
12.5' O.C.
1
7 EA
12.5' O.C.
1
7 EA
12.5' O.C.1
8 EA
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
"
N
O
-
P
A
R
K
I
N
G
"
P
O
S
T
T
E
M
P
O
R
A
R
Y
"
N
O
-
P
A
R
K
I
N
G
"
P
O
S
T
T
E
M
P
O
R
A
R
Y
BEGIN MERGING TAPER
END MERGING TAPER
10SC20(CA)
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
5
0
'
100'
250'
250'
2
5
0
'
1
8
0
'
30'
15.5'
15.5'
27'
14'14'
14'
14'
14'12'15'
15'20'
529
CITY OF SOUTH GATE
110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00
118+00
119+00
120+00
13+00
1
4+00
1
5
+
0
0
1
6
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 4
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
108+00 109+00 110+00
IMPERIAL HWY
ATLAN
TIC
AVE
5
0
'
1
3
'
3
7
'
1
3
'
3
7
'
50'
5
0
'
40'
1
0'
1
5
'
3
5
'
57.5'
50'
50'
50'
50'
50'
10'
47.5'
35'
15'
15'
35'
35'
15'
15'
35'
40'
10'
LIN
D
EN
ST
5
0
'
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
S
E
E
S
H
E
E
T
5
0
M
A
T
C
H
L
I
N
E
S
T
A
1
2
0
+
7
3
SECTION A-A
NO SCALE
SW
ETW
Exist
BOUND
EAST SW
ETW
Exist
BOUND
WEST
Construction AREA
13'±
"IMPERIAL HWY"
CL
STAGE 4 - MEDIAN WORK COMPLETED IN THIS STAGE.
A
A
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
M
A
T
C
H
L
I
N
E
S
T
A
1
1
0
+
0
0
M
A
T
C
H
L
I
N
E
S
T
A
1
1
0
+
0
0
S
E
E
B
E
L
O
W
L
E
F
T
IMPERIAL HWY
ELM
AV
E
1
3
'
5
0
'
3
7
'
3
7
'
5
0
'
1
3
'
14'36'5'5'14'13'±
Temp CHANNELIZER Temp CHANNELIZER
MAINTAIN AT LEAST ONE ACTIVE LANE IN EACH DIRECTION.
AND WESTBOUND TRAFFIC TO THE NORTH SIDE OF IMPERIAL HWY.
SHIFT EASTBOUND TRAFFIC TO THE SOUTH SIDE OF IMPERIAL HWY
250'
10
W20-1
10 10
250'250'
10
G20-2
11
320'
100'160'
9 C30(CA)
8
R3-2
9
C30(CA)
2
5
0
'
1
12.5' O.C.
1
6 EA
12.5' O.C.
10
G20-2
10
W20-1
1
0
0
'
10
W20-1
10
G20-2
8
R3-7(L)9
C30(CA)
10
W12-1
8
R3-7(L)
10 W12-1
80'
2
5
0
'
10
W20-1
10
G20-2
49
POST TEMPORARY "NO-PARKING"
POST TEMPORARY "NO-PARKING"
POST TEMPORARY "NO-PARKING"
10
W20-1
10
G20-2
1
0
0
'
W4-2(L)W20-5(L)
R
12.5' O.C.1
12.5' O.C.
28 EA
1
1 12.5' O.C.
13 EA
12.5' O.C.1
4 EA
14 EA
1 12.5' O.C.
23 EA
1 12.5' O.C.
23 EA
11 EA
6
6
STA 107+68 "IMPERIAL HWY", 5' RT
BEGIN MERGING TAPER
STA 112+48 "IMPERIAL HWY", 22' RT
9
9
9
S
E
E
A
B
O
V
E
R
I
G
H
T
9
STA 113+84 "IMPERIAL HWY", 23' RT
STA 114+45 "IMPERIAL HWY", 23' LT
STA 116+57 "IMPERIAL HWY", 23' RT
STA 116+66"IMPERIAL HWY", 23' LT
STA 113+48 "IMPERIAL HWY", 22' RT
12.5' O.C.
28 EA
1
STA 110+88 "IMPERIAL HWY", 18' RT
END MERGING TAPER, BEGIN SHIFT TAPER
STA 118+16 "IMPERIAL HWY", 18' LT
STA 117+95 "IMPERIAL HWY", 24' RT
END SHIFT TAPER
10
R3-5(R)
CITY OF LYNWOOD
CITY OF SOUTH GATE
1
9
'
1
4
'
1
2
'
1
2
'
1
9
'
1
9
'
1
2
'
1
9
'
1
5
'
1
4
'
1
4
'
1
4
'
1
4
'
1
4
'
1
2
'
1
2
'
1
4
'
1
4
'
1
9
'
1
2
'
1
2
'
530
CITY OF SOUTH GATE
CITY OF LYNWOOD
CITY OF SOUTH GATE
CITY OF LYNWOOD
121+00
122+00
123+00
124+00
125+00
126+00
127+00
1
3
+
0
0
1
4
+
0
0
1
5
+
0
0
1
6
+
0
0
1
7
+
0
0
1
8
+
0
0
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 4
CONSTRUCTION NOTES:
93.249
SOUTH GATE2013
Y7199
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
65
FEBRUARY/2023
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
1
1
+
0
0
1
2
+
0
0
ST JAM
ES AVE
EXIST R/W
S
E
E
S
H
E
E
T
4
9
M
A
T
C
H
L
I
N
E
S
T
A
1
2
0
+
7
3
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
MATCH LINE STA 12+25
SEE ABOVE RIGHT
MATCH LINE STA 12+25
SEE BELOW LEFT
SECTION A-A
NO SCALE
SW
ETW
Exist
BOUND
EAST SW
ETW
Exist
BOUND
WEST
Construction AREA
"IMPERIAL HWY"
CL
14'45'5'5'14'
Temp CHANNELIZER Temp CHANNELIZER
COMPLETED IN THIS STAGE.
STAGE 4 - CENTER OF INTERSECTION WORK
A
A
VARVAR
10
W20-1
10
2
5
0
'
2
5
0
'
10
G20-2
100'
10
W20-1
8
C30(CA)
10
W20-1
8 W1-4(R)
9
C30(CA)
2
5
0
'
2
5
0
'
W20-3
10
W20-1
10
W20-3
10
W20-1
10
W20-1
250'250'250'
10
W20-1
10
W20-5(L)
10
W4-2(L)
10
G20-2
320'160'
100'
90'
8
W1-4(L)
10
G20-2
9
C30(CA)
9
C30(CA)
9
R3-2
R3-2
8
8
W1-4(R)
10
G20-2
10
R3-6
10 R3-6
C30(CA)
9
R4-7
8
9
C30(CA)
10
R3-5(R)
R11-2
10
R3-5(R)
9 R11-2
8
R4-7
9
9
C30(CA)
PENDLETON AVE
9
0
'
9
C30(CA)
9
C30(CA)
IMPERIAL HWY
LOS FLORES BLVD
WRIGHT RD
D
U
N
C
AN
R
D
W
R
IG
H
T R
D
W
R
IG
H
T R
D
10
W20-1
1
0
0
'
10
G20-2
8
C30(CA)
50
W1-4(R)8
11
R
11
R
ACTIVE LANE IN EAST AND WESTBOUND DIRECTION.
MAINTAIN AT LEAST ONE
FORCE NORTH AND SOUTHBOUND TRAFFIC RIGHT AT INTERSECTION.
SHIFT TRAFFIC LANE AWAY FROM CENTER OF INTERSECTION.
6
6
END MERGE, BEGIN SHIFT TAPER
"IMPERIAL HWY"
END SHIFT TAPER
STA 127+03 "IMPERIAL HWY", 32' RT
BEGIN SHIFT TAPER
STA 126+16 "IMPERIAL HWY", 40' RT
12.5' O.C.
55 EA
1
12.5' O.C.
10 EA
1
12.5' O.C.1
8 EA12.5' O.C.1
29 EA
29 EA
12.5' O.C.1
12.5' O.C.1
4 EA
1
4 EA
12.5' O.C.
112.5' O.C.
4 EA
12.5' O.C.
19 EA
1
12.5' O.C.
32 EA
1
12.5' O.C.1
3 EA
1
8
0
'
100'
100'
10
G20-2
10
G20-2
10
G20-2
STA 10+29 "IMPERIAL HWY", 4' LT
BEGIN SHIFT TAPER
STA 11+19 "IMPERIAL HWY", 6' RT
END SHIFT TAPER
P
O
S
T
T
E
M
P
O
R
A
R
Y
"
N
O
-
P
A
R
K
I
N
G
"
POST TEMPORARY "NO-PARKING"
STA 125+21 "IMPERIAL HWY", 16' LT
STA 14+06 "WRIGHT RD", 7' LT
8
STA 121+14 "IMPERIAL HWY", 24' RT
STA 15+09 "WRIGHT RD", 7' LT
STA 16+89 "WRIGHT RD", 2' RT
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
BEGIN MERGING TAPER
END MERGING TAPER
10
R3-5(R)
10
R3-5(R)
5
0
'
5
0
.
1
9
'
1
3
.
4
1
'
4
2
.
2
9
'
3
2
.
8
5
'
1
1
.
6
5
'
BEGIN SHIFT TAPER
STA 127+23 "IMPERIAL HWY", 25' LT
END MERGING TAPER
"IMPERIAL HWY"
2
0
'
2
0
'
1
6
'
1
2
'1
6
'
1
6
'
2
0
'
1
3
'
1
5
'
1
4
'
2
7
'
15'
15'
24'
24'
14'
14'
24'
24'
24'
14'
1
3
'
1
2
'
1
2
'
2
4
'
1
2
'
2
4
'
531
120+00 121+00 122+00 123+00 124+00 125+00 126+00 127+00
11+00
1
2
+
0
0
13+00
14+00
1
5
+
0
0
16+00
1
7
+
0
0
18+00
CITY OF SOUTH GATE
CITY OF LYNWOOD
CITY OF SOUTH GATE
CITY OF LYNWOOD
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
TRAFFIC HANDLING PLAN - STAGE 5
CONSTRUCTION NOTES:
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
65
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
120+00 121+00 122+00 123+00 124+00 125+00 126+00 127+00
11+00
1
2
+
0
0
13+00
14+00
1
5
+
0
0
16+00
1
7
+
0
0
18+00
W
R
IG
H
T R
D
IMPERIAL HWY
5
0
'
5
0
'
3
6
.
5
'
4
0
.
5
'
9
.
5
'
1
3
.
5
'
30'
30'
10'20'20'10'
33'
45'
34'
11'
10.5'22.5'
PENDLETON AVE
ST JAM
ES AVE
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
EXIST R/W
EXIST R/W
SEE SHEET 52
13'
15'
A
A
NO SCALE
ETW
Exist
SW
AREA
Const
CONSTRUCTION NOTES:
TRAFFIC HANDLING NOTES:
5'VAR
1
12.5' O.C.
51 EA
MATCH LINE STA 18+50
IMPERIAL HWY
VAR
SEE SHEET 52
MATCH LINE STA 11+00
S
E
E
B
E
L
O
W
R
I
G
H
T
S
E
E
A
B
O
V
E
L
E
F
T
BOUND
WEST
SECTION A-A (STAGE 5)
BOUND
EAST
5'
AREA
Const
VAR
SW
VAR
Temp CHANNELIZER
"IMPERIAL HWY"
CL
WRIGHT RD AND IMPERIAL HWY.
COMPLETED THRU INTERSECTION OF
STAGE 5 - PAVEMENT REHAB
10
W12-1
9R3-1
9R3-1
8R4-8
8
R11-4
9R11-2
9
R11-2
8 R4-8
9
R3-1
9R11-2
9R11-2
8 R3-2
8 R3-2
100'
10
W20-1
10
10
W4-2(R)
W20-5(R)
8 C30A
11
11
100'320'110'
250'250'250'
110'
250'
250'
250'
10
G20-2
10
G20-2
10
W20-1
10
W20-5(R)
10
W4-2(R)
8
R3-7(R)
9
R11-2
9
R11-2
R4-11
M4-10(R)
5
0
'
10 M4-10(R)
42 EA
1
12.5' O.C.
12 EA
1
12.5' O.C.1
12.5' O.C.
10
W6-4
100'
320'
10
W20-1
10G20-2
51
POST TEMPORARY "NO-PARKING"
R9-3
M4-9B(L)
9
9
M4-9B(R)
R9-3
M4-9B(L)
9
M4-9B(L)
98
8 M4-9B(R)
9
M4-9B(R)
8 EA
L
10
C30A(CA)
"IMPERIAL HWY"
"IMPERIAL HWY"
"IMPERIAL HWY"
1
12.5' O.C.
15 EA
STA 18+32 "IMPERIAL HWY", 9'LT
W
R
IG
H
T R
D
BEGIN SHOULDER TAPER
STA 119+82 "IMPERIAL HWY", 40'RT
STA 120+92 "IMPERIAL HWY", 30'RT
STA 124+16 "IMPERIAL HWY", 18' RT
L
100'
10
W20-1
10
G20-2
10
G20-2
10
W20-1
FULLY CLOSED TO NB AND SB AT INTERSECTION.
MAINTAIN ONE ACTIVE LANE IN EB AND WB DIRECTION. WRIGHT RD
SHIFT EB AND WB TRAFFIC TOWARDS THE CENTER OF IMPERIAL HWY.
7
5
10 W6-4
7
STA 127+24 "IMPERIAL HWY", 17' LT
STA 125+30 "IMPERIAL HWY", 0'RT
STA 126+24 "IMPERIAL HWY", 0'RT
2
3
'
1
2
'
1
2
'
1
2
'
1
8
'
1
8
'
1
2
'
12'
1
2
'
1
2
'
12'
2
4'
12'
1
2
'
M
A
T
C
H
L
I
N
E
A
P
P
R
O
X
S
T
A
1
3
0
+
4
0
M
A
T
C
H
L
I
N
E
A
P
P
R
O
X
S
T
A
1
3
0
+
4
0
END MERGING TAPER
BEGIN MERGING TAPER
END SHOULDER TAPER,
17.5'17.5'
BEGIN MERGING TAPER
END MERGING TAPER
BEGIN SHOULDER TAPER
END SHOULDER TAPER
EXIST R/W
EXIST R/W EXIST R/W
1
0
0
'
320'
532
11+00
ATLANTIC AVE
ATLANTIC AVE
LOS FLORES BLVD
ST JAM
ES AVE
W
R
IG
H
T R
D
IMPERIAL HWY
PENDLETON AVE
PUBLIC WORKS DEPARTMENT
UNDER THE SUPERVISION OF:
FROM STATE STREET TO WRIGHT ROAD
CAPACITY ENHANCEMENTS
IMPERIAL HIGHWAY CORRIDOR
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R
E
D
PROFESSIONAL
E
N
G
I
N
E
E
R
STATE
OF CALIFORNIA
20'40'0'80'
SCALE: 1" = 40'
DRAWN BY:
DESIGNED BY:
OF
PLAN FILE NO.:
SHEET
DATE:SCALE:
1" = 40'DESCRIPTION
REVISIONS
DATENO.
BENCHMARK
DATE ADJ.QUAD.
ELEV.NO.
UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA
UNDERGROUND UTILITIES SERVICE ALERT AT 1 (800) 422-4133.
THEIR SERVICES. BEFORE EXCAVATION, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTACTING
LOCATION OF ALL UNDERGROUND FACILITIES PRIOR TO START OF WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH
WHAT IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAKE STEPS TO ASCERTAIN THE EXACT
ATTENTION IS DIRECTED TO THE POSSIBLE EXISTENCE OF UNDERGROUND FACILITIES NOT SHOWN OR IN A LOCATION DIFFERENT FROM
Alhambra, California 91803
Suite 1201
1000 S Fremont Ave
CONSTRUCTION NOTES:
65
FEBRUARY/2023
DATE:
MIR T. FATTAHI, P.E.
CITY OF LYNWOOD, CALIFORNIA
12/31/23EXPIRES59465R.C.E.
ACTING CITY ENGINEER
Y7199 93.249
SOUTH GATE2013 TRAFFIC HANDLING PLAN - STAGE 4-5 DETOUR PLAN
LEGEND:
CHANNELIZERS (SURFACE MOUNTED)
PLASTIC TRAFFIC DRUMS
CONSTRUCTION AREA SIGN
TYPE II BARRICADE
TYPE III BARRICADE
FLASHING ARROW BOARD
DIRECTION OF TRAVEL
1
2
CHANNELIZERS (SURFACE MOUNTED)
3
5
6
4
7
8
9
TYPE II BARRICADE
TYPE III BARRICADE
10
11
CONSTRUCTION AREA SIGN
12 REMOVE EXISTING PAVEMENT ARROW BY WET SANDBLASTING
13
PLASTIC TRAFFIC DRUMS
14
15
FLASHING ARROW BOARD (L/R/DBL)
PAINTED PAVEMENT ARROW (TYPE IV(R))
PAINTED PAVEMENT ARROW (TYPE IV(L))
PAINTED TRAFFIC STRIPE (DETAIL 21)
PAINTED TRAFFIC STRIPE (DETAIL 24)
PAINTED TRAFFIC STRIPE (DETAIL 38A)
PAINTED PAVEMENT ARROW (TYPE VII(R))
PAINTED TRAFFIC STRIPE (DETAIL 40)
PAINTED TRAFFIC STRIPE (DETAIL 41)
TISCARENO
CESAR
79951
9/30/24 C. TISCARENO
M. TABLAN
W
R
IG
H
T R
D
EXIST R/W
SEE SHEET 51
MATCH LINE STA 18+50
SEE SHEET 51
MATCH LINE STA 11+00
NO SCALE
DETOUR PLAN (STAGE 5)
#
LEGEND:
= CONSTRUCTION AREA SIGN
C19(CA)
AHEAD
CLOSED
ROAD
W20-2
AHEAD
DETOUR
THRU TRAFFIC
TO
ROAD CLOSED
CLOSED
ROADC2(CA)DETOUR
DETOUR
DETOUR
ENDM4-8a
16
W20-1
AHEAD
WORK
ROAD
R11-4 M4-10(R)
M4-10(L)
17
18
19
19 21
22
23
23
21
19 22
22
16
17
18
20
20
20
20
W
R
IG
H
T R
D
LOS FLORES BLVD
SIGN 16 SIGN 17 SIGN 18
SIGN 19 SIGN 20 SIGN 21
SIGN 22 SIGN 23
2
5
0
'
2
5
0
'
2
5
0
'
1
12.5' O.C.
R11-4
8M4-10(L)
2
5
0
'
2
5
0
'
2
5
0
'
1
8
0
'
"WRIGHT RD", 7' RT
100'W20-1
10
100'
10
W20-1
5
0
'
10
10
10
10
W20-1
W20-3
W20-2
M4-10(L)
52
11R
18 EA
"WRIGHT RD", 9'LT
30'
12'
21'
BEGIN MERGING TAPER
END MERGING TAPER
"
N
O
-
P
A
R
KING"
P
O
S
T
T
E
M
P
O
R
A
R
Y
2
5
0
'
2
5
0
'
10
W20-1
10
W20-3
10
W20-2
10
10
W20-5(L)
W4-2(L)
10
G20-2
533
534
535
536
537
538
539
540
541
542
543
544
545
546
1
RESOLUTION NO.__________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
APPROVING PLANS AND SPECIFICATIONS AND AUTHORIZING STAFF TO
SOLICIT A NOTICE INVITING BIDS FOR IMPERIAL HIGHWAY CORRIDOR
CAPACITY ENHANCEMENTS FROM STATE STREET TO WRIGHT ROAD PROJECT
(CIP 4011.68.106).
WHEREAS, the City of Lynwood and Los Angeles County Metropolitan
Transportation Authority “LACMTA” have an agreement for improvements along
Imperial Highway for capacity enhancements.; and
WHEREAS, “LACMTA” will provide funding through reimbursement for the design
and construction of project.; and
WHEREAS, the project includes geometric improvements along Imperial Highway
at the following locations; Imperial Highway at State Street, Imperial Highway at Long
Beach Boulevard, Imperial Highway at California Avenue, Imperial Highway Bullis Road
Imperial Highway at Atlantic Avenue, Imperial Highway at Wright Road; and
WHEREAS, plans and specifications for the project have been prepared for the
City and have been reviewed by staff.; and
WHEREAS, the probable construction estimate is $2,593,000 with $77,800 for
construction contingency.; and
WHEREAS, staff is requesting authorization to solicit Notices Inviting Bids for
Imperial Highway Corridor Capacity Enhancements Project; and
WHEREAS, staff will review responsible bidders and make a recommendation
for Council to award at a future council meeting.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. The City Council of the City of Lynwood hereby finds and declares
that the foregoing recitals are true and correct, and incorporates them herein as findings
and as a substantive part of this Resolution.
Section 2.That the City Council approves the plans and specifications for
Imperial Highway Corridor Capacity Enhancements from State Street to Wright Road
Project (CIP 4011.68.106).
Section 3.That the City Council authorizes staff to solicit a Notice Inviting Bids
for Imperial Highway Corridor Capacity Enhancements from State Street to Wright Road
Project (CIP 4011.68.106).
547
2
Section 4.Authorize the Mayor to execute the Resolution for and on behalf of
the City of Lynwood.
Section 5. This Resolution shall take effect immediately upon its adoption.
Section 6.The City Clerk shall certify as to the adoption of this City Council
Resolution.
PASSED, APPROVED and ADOPTED this 2nd day May, 2023,
________________________________
Oscar Flores
Mayor
ATTEST:
________________________
Maria Quiñónez, City Clerk
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
_________________________ ________________________________
Noel Tapia Ernie Hernandez
City Attorney City Manager
_______________________________
Julian Lee
Director of Public Works
548
3
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
foregoing Resolution was passed and adopted by the City Council of the City of Lynwood
at a regular meeting held on the 2nd day of May 2023, and passed by the following votes:
AYES:
NOES:
ABSTAIN:
ABSENT:
________________________
Maria Quiñónez, City Clerk
STATE OF CALIFORNIA )
)
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City
Council of said City, do hereby certify that the above foregoing is a full, true and correct
copy of Resolution No. ____________ on file in my office and that said Resolution was
adopted on the date and by the vote therein stated. Dated this 2nd day of May 2023.
________________________
Maria Quiñónez, City Clerk
549
AGENDA STAFF REPORT
DATE:May 2, 2023
TO:Honorable Mayor and Members of the City Council
APPROVED BY:Ernie Hernandez, City Manager
PREPARED BY:Gabriel Linares, Director of Community Development
SUBJECT:COMMERCIAL FACADE GRANT PROGRAM APPLICATION STATUS
Agenda Item # 9.4.
Recommendation:
Staff recommends that the City Council receive and file this Commercial Facade Grant report.
Background:
At its regular meeting of April 19, 2022, the Lynwood City Council approved Resolution No.
2022.065 appropriating $830,000 in ARPA funding for program implementation of a
Commercial Façade Grant utilizing Coronavirus Local Recovery Funds awarded to the City of
Lynwood under the American Rescue Plan Act of 2021 (ARPA).
The grant program established the Business Beautification/Façade Improvement Plan to issue
grants with an initial grant amount of $10,000, that would support basic repairs, facade
improvements and beautification of high-need commercial corridors in the city affected by
COVID -19 closures and other safety or quality of life impacts.
Discussion and Analysis:
The City Council has received updates and provided staff direction for further discussion and
implementation of the program at the regular City Council meetings of March 21, 2023, and
April 4, 2023, and April 18, 2023.
City Council City Council Regular Meeting 550
Table 1 and Table 2
On April 4, 2023, the City Council directed staff to fund 75 applicants. Subsequently, at the
April 18, 2023, regular City Council meeting, the City Council authorized an increase to the
grant amount to $20,000 and allowed staff the flexibility to award up to $25,000 based on
funding availability due to the increase cost of materials and labor and the bids received thus
far. The increase would allow staff to move forward with the improvements for applicants that
have received bids within the approved City Council grant amount.
A budget amount of $160,000 has been set aside for eight (8) businesses that have qualified
for the program and the total amount of bids received are within the approved City Council
grant amount. Since some of the bids received are lower than the grant amount, this allows
the city to award the max of $25,000 to two (2) of the businesses identified below (Jamal’s
Barbershop and Winstar Donuts) based on the budget available (a 5% contingency has been
included in the calculation).
At this time, staff will move forward with awarding grant funds to the eight (8) businesses
based on the availability of funds. Below is a list of the businesses that have qualified for the
program and received bids over the grant amount. Staff will work with them to reduce the
scope and/or re-bid project.
Fiscal Impact:
ARPA funds have been set aside for this program. There is no impact to the City’s General
Fund.
Coordinated With:
City Manager's Office
ATTACHMENTS:
Description
City Council City Council Regular Meeting 551
Businesses to Be Awarded Construction Grant Amount
Lowest Bid (to
be Awarded)Bid 1 Bid 2 Scope of Work:
Business B New Imperial Body Shop - 11151 Atlantic Ave $20,000.00 $17,755.00 $17,755.00 $50,202.00
Window Replacement, Security Lighting, Cameras,
Exterior Pain
Business C Galaviz Printing - 11306 Long Beach Blvd $20,000.00 $16,830.00 $16,830.00 $31,320.00 Sign, Exterior Paint
Business D Matthew Millen - 11310 Long Beach Blvd $20,000.00 $13,540.00 $13,540.00 $32,830.00 Awning, Exterior Paint
Business F Jamal's Barbershop - 11591 Atlantic Ave $20,000.00 $23,160.00 $23,160.00 $44,987.00 Sign, Window Replacement, Lighting
Business G LA Finance - 11302 Long Beach Blvd $20,000.00 $18,160.00 $18,160.00 $35,930.00 Window Replacement
Business H Winstar Donuts - 11326 Long Beach Blvd $20,000.00 $24,960.00 $24,960.00 $45,720.00 Storefront Changeout
Business I InterFirst Safety -3550 E Imperial Hwy $20,000.00 $18,660.00 $18,660.00 $26,680.00 Cabinets, Lighting, Door Repair
Business J Classify Auto Insurance - 10118 Long Beach Blvd $20,000.00 $18,300.00 $18,300.00 $36,100.00
Channel Lettering Sign, Veneer, Window
Replacement
Grant Totals $160,000.00 $151,365.00 Bid Totals
$7,568.25 +5% Contingency
$158,933.25 Projected Payments
TABLE 1
552
Businesses to be Rescoped for Updated Bids Work Requested with Original Bid Bid 1 Bid 2
Business A Alfaro Income Tax - 11170 Atlantic Ave #1 Cameras, Exterior Trim $25,895.00 $72,420.00
Business E UP Insurance Services - 11125 Atlantic Ave Sign, Exterior Trim, Overhang, Exterior Paint $30,930.00 $56,920.00
Business K Locochon Smoke Shop - 10118-A Long Beach Blvd
Door/Electric Strike, Channel Lettering Sign, Veneer,
Window Replacement $34,350.00 $44,810.00
Business L Ramirez Dental Lab - 11593 Atlantic Ave
Channel Lettering Sign, Window/Door, Lighting,
Overhang, Pressure Wash. $44,420.00 $68,820.00
TABLE 2
553
AGENDA STAFF REPORT
DATE:May 2, 2023
TO:Honorable Mayor and Members of the City Council
APPROVED BY:Ernie Hernandez, City Manager
PREPARED BY:Maria Quinonez, City Clerk
Silvia Pineda, Assistant to the City Clerk
SUBJECT:REVIEW OF BOARD, COMMISSION AND COMMITTEE MEMBERS &
ANNUAL BOARDS, COMMISSIONS AND COMMITTEES LOCAL
APPOINTMENT LIST
Agenda Item # 9.5.
Recommendation:
Staff recommends that the City Council review the list of Board and Commission Members.
Currently there are two (2) vacancies to the Boards and Commissions, including the
Community Development Block Grant Board and the Planning Commission. The City Council
may make any adjustments to these Boards and Commissions, as it deems appropriate, in
accordance with the rules outlined below.
Background:
At its February 21, 2023 City Council meeting, members of the City Council made
appointments to the various City of Lynwood Boards and Commissions. Currently there are
two (2) vacancies to the Boards and Commissions, including the Community Development
Block Grant Board and the Planning Commission.
Discussion and Analysis:
Lynwood Municipal Code Subsection 2-12.4 specifies the appointment and term of members:
a. Candidates for appointment to the subsidiary public bodies shall be nominated by a council
member and confirmed by a vote of the council. The appointed and confirmed candidates shall
serve on the subsidiary public bodies to which they have been appointed until the earlier of:
1. A replacement is presented to the council for confirmation by the appointing council
member,
City Council City Council Regular Meeting 554
4-18-23 - APPOINTMENT LIST - MADDY ACT 2023.docx
2. The appointing council member's term in office has ended; or
3. The resignation of an appointee.
b. Members of subsidiary public bodies shall hold office until their successors are appointed,
qualified and take office.
c. Any and all provisions of this code relating to terms of office for members of subsidiary
public bodies are hereby repealed and shall be governed by the provisions of this section
(Ord. #1584,§1)
LMC Subsection 2-12.1 (a)(2) states "The city council may remove any member of any
commission, board or committee at any time and without cause; provided, however, that any
action of the city council to remove a member of the personnel board from office prior to the
expiration of his term shall not be effective unless approved by at least four (4)
councilmembers."
Fiscal Impact:
N/A
Coordinated With:
N/A
ATTACHMENTS:
Description
City Council City Council Regular Meeting 555
BOARD, COMMISSION AND COMMITTEE APPOINTMENTS LIST THROUGH DECEMBER 31, 2023
In compliance with the requirement of the Maddy Act, pursuant to Government Code Section 54972, the following is a list of the City of
Lynwood’s Boards and Commission members whose terms run through December 31, 2023. The qualifications necessary to be appointed to a Board
or Commission include being a resident of the City of Lynwood and at least 18 years of age. Appointment dates are shown following each name.
CDBG BOARD PUBLIC SAFETY/TRAFFIC
& PARKING COMMISSION
PERSONNEL BOARD PLANNING COMMISSION CITIZEN OVERSIGHT
COMMITTEE
Meets the 1st Wednesday of
each month at 6:00 p.m. in
designated location on an as
needed basis
Director: Gabriel Linares
Staff: Suzanne Trejo
Meets the 4th Thursday of each
month at 6:00 p.m. in
designated location on an as
needed basis
Director: Julian Lee
Staff: Dylan Watters
Meets the 3rd Thursday of
each month at 5:00 p.m. in
designated location
Director: Patrick Matson
Staff: Maria Salas
Meets the 2nd Tuesday of
each month at 6:00 p.m. in
designated location
Director: Gabriel Linares
Staff: Tom Fimbres
Meets the 4th Wednesday of
each month at 6:00 p.m. in
designated location
Director: Gabriel Linares
Staff: Suzanne Trejo
SYLVIA RAMIREZ
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Flores
FRANK CARRASCO
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Flores
DEONDRA TISDALE
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Flores
ARTURO RAMIREZ
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Flores
DANIEL SALAZAR
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Flores
CHRISTOPHER ACOSTA
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Pro Tem Soto
EFREN LOPEZ
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Pro Tem Soto
ROSEMILLIE LOPEZ
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Pro Tem Soto
KENNETH WEST
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Pro Tem Soto
ANDREA LOPEZ
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Mayor Pro Tem Soto
AXEL PEREZ
Appointment Date: 1/17/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Camacho
ERICA PARADA
Appointment Date: 2/21/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Camacho
LILIANA DELGADILLO
Appointment Date: 1/17/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Camacho
JORGE DIAZ
Appointment Date: 1/17/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Camacho
JULIAN DEL REAL-
CALLEROS
Appointment Date: 1/17/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Camacho
VACANT
Appointment Date:
Term Expires: 12/31/2023
Appointed by:
Council Member Munoz-
Guevara
ROWLAND BECERRA
Appointment Date: 12/20/2022
Term Expires: 12/31/2023
Appointed by:
Council Member Munoz-
Guevara
LINDA GEORGE
Appointment Date: 2/21/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Munoz-
Guevara
LORRAINE MOORE
Appointment Date: 12/20/2022
Term Expires: 12/31/2023
Appointed by:
Council Member Munoz-
Guevara
JACKIE ESPINOZA-
CHAVEZ
Appointment Date: 2/21/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Munoz-
Guevara
YOLANDA RODRIGUEZ-
GONZALEZ
Re-Appointment Date:
1/17/2023
Term Expires: 12/31/2023
Appointed by:
Council Member Solache
JOE BATTLE
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Council Member Solache
GARY HARDIE
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Council Member Solache
ROBERT GOMEZ
Re-Appointment Date:
12/20/2022
Term Expires: 02/07/2023
Appointed by:
Council Member Solache
BRENDA RIVERA
Re-Appointment Date:
12/20/2022
Term Expires: 12/31/2023
Appointed by:
Council Member Solache
Updated: 2/22/23 556