Loading...
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